Loading...
HomeMy WebLinkAbout90-87 RESOLUTIONkr RESOLUTION NO. 90-87 A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH JERRY D. SWEETSER, INC. FOR THE REPAIR AND/OR REPLACEMENT OF MANHOLES ON OLD FARMINGTON ROAD AND APPROVING A BUDGET ADJUSTMENT FOR SAID CONTRACT. BE IT RESOLVED •BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Jerry D. Sweetser, Inc. for the repair and/or replacement of manholes on Old Farmington Road at a contract price of $25,262.80. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. Section 2. That the Board of Directors hereby approves the budget adjustment attached hereto marked Exhibit "B" and made a part hereof to appropriate the additional necessary funds for said contract. PASSED AND APPROVED this 3rd day of November , 1987 APPROVED By: 7h04ileJ,IJ Ma or 0 1. THIS day of Nov. Party of the and CON1RACr AGREEMENT CONTRACT AND AGREEMENT, made and entered into this 23rd , 1987 , by and between the City of Fayetteville, Arkansas, First Part, acting through it's duly authorized representative, Jerry D. Sweetser, Inc. 590 W. Poplar Fayetteville, AR 72701 Party of the Second Part. WITNESSETH: That for and in consideration of the payments to be made as hereinafter set forth, the Party of the Second Part hereby agrees to furnish all tools, labor, equipment, materials, and supplies required to the furnished and to construct the improNements designated as Old Farmington Road Sanitary Sewer Replacements for the manholes designated as A, B, C, D, F, G, H, & I on the Plans in the Contract amount of $25,262.80. for the City of Fayetteville, Arkansas, in exact accordance with the Plans on file at the Office of the City Engineer, and Specifications, Proposals, Stipulations, and Special Provisions attached hereto and made a part hereof as fully as though copied herein, under the direction of and to the entire satisfaction of the Party of the First Part and in accordance with the lass of the State of Arkansas. 2. It is further agreed and understood by ani between the parties hereunto that the Party of the First Part agrees to pay and the Party of the Second Part agrees to accept as full and final compensation for all work done under this agreement, the Unit Prices and/or Lump Sum Price named in the Proposal which is hereto attached, such payment to be made in lawful money of the United States, at the time and in the manner set forth in the Specifications. 3. The Party of the Second Part agrees, for the consideration above expressed, to begin and complete the work within the time specified in the Proposal. Time is expressly made of the essence of this Contract If the Party of the Second Part shall fail to complete the work in the time specified he shall pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the nature of a penalty, the amount specified in the Pi-bposal for each day delayed, for each Schedule delayed, which shall be deducted from the final amount to be paid under the Contract Extensions of time may be granted with waiver of liquidated damages as provided for in the Specifications. 4. The Party of the Second Part agrees to furnish a Bond, with an approved Surety thereon, guaranteeing the performance of this Contract, as required by the lows of the State of Arkansas, and for not less than one hundred (100) percent of the amount of this Contract Said Bond shall be conditioned on full and complete performance of this Contract and acceptance by the City of Fayetteville for the payment of all labor and materials entering into or incident to the proposed improvements and shall guarantee the work against faulty workmanship or materials for a period of one (1) year after completion. The Surety on said Bond shall be a Surety Company of financial resources satisfactory to the Party of the First Part, and authorized to do business in the State of Arkansas. 5. The Party of the second Part agrees also to carry Public Liability Insurance, Property Damage Insurance, and Workman's Compensation Insurance in amounts as required by these Specifications. WIT I S OUR HANDS THIS Attest by City Clerk WITNTFSS Corporate Seal (if any) DAY OF/5"\— , 1987 CITY OF FAYEITEVILLE FAYEITEVILLE, ARKANSAS By 7) LLL ) 9(n,u.,�» P r U 'nig re ‘164A �(4[� /v ea%a/ and Title Bus' ss Address Gr "'ENTERED IN COMPUTER: ADMIN SERVICES DIRECTOR OV3H 1N314.LHVd30 2 2 l7 a a a H H H H m m m m 0 z H to w 0 0 JUSTIFICATION OF THIS DECREASE 0 0 c H 00'ST£-S-OLS-OBS TIiIIWnN INn000V PROJECT OR ITEM DELETED sutew 1aMag TegTdep ttl a H. N w w 0 0 -A o �n CA (il H H z c 4 -3 m Z H 0 c z H uogbuTmiP a PTO Road - Manhole Replacements 00'ST£-S-OLS-OVS 0 NOISIAIO .qutew oTTgnd L8 -6T -0T n N cr‘ r o n rt >o n a, n o o c c TIV3A ,IIDUA IN3W,LTIVd30 sx1O4 oTTWTld 03iS3nbm 3.LV0 H Z 0 m as UV2A-NI n N H 0 '•7 7 r .< m m 3 H_ m e H H m C n a H E m N .0 a C [n m H II-. H N H I H Z E H O Ca`, [] -Cr F j H cam- 3 r I-. a w • Gi - Te" -87 SPECIFICATIONS FOR 90 MI®RWILM>Op .OLD FARMINGTON ROAD SANITARY SEWER MANHOLE REPLACEMENTS CITY OF FAYETTEVILLE FAYETTEVILLE,.ARKANSAS CITY ENGINEERS' OFFICE October, 1987 INDEX ADVERTISEMENT FOR BIDS BID BOND PROPOSAL FOR SCHEDULE I ARKANSAS PERFORMANCE AND PAYMENT BOND CONTRACT AGREEMENT INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS OF THE SPECIFICATIONS DETAILED SPECIFICATIONS PART I CONTRACT STIPULATIONS DETAILED SPECIFICATIONS PART II CONSTRUCTION SPECIFICATIONS DETAILED SPECIFICATIONS PART III MATERIALS • ADVERTISEMENT BID#811 Notice is hereby given that the City of Fayetteville, Fayette- ville, Arkansas, hereinafter called the Owner, will receive sealed bids it the -Purchasing Agent's Office, City Hall, 113 West Mountain Street, Fayetteville, Arkansas, until 10:00 A.M., on the 16th day of October , 1987,. for the furnishing of all tools, labor, and materials, and performing the necessary work to be done to complete Old- Farmington Rd. -Sanitary Sewer Manhole Replacements Project. The location of the work is set out in the Plans and Specifications on file in the office of the City Engineer, Fayetteville, Arkansas. Work to be performed includes the construction of: Replacing ten sanitary sewer manholes, All necessary work, materials, and every item of construction shall be in accordance with the Plans and Specifications as prepared by the Engineer. Copies of the documents may be obtained from the o ffice of the City Engineer. The Contractors shall make such inspection and studies of the site o f the work as to tnorouchly familiarize themselves with all conditions to be encountered. Each bid_must be accompanied by a surety bond in the amount equal to five percent.(5%) of the whole bid, said bond to be issued by a surety company licensed to do business in the State of Arkansas, said bond to be retained as liquidated damages in case successful bidder 'fails, neglects or refuses to enter into the contract for the construc- tion of said works, and furnish the necessary bonds within ten (10) days from and after the date the award is made. The successful bidder will be recuired to furnish a performance and payment bond, in favor of the Owner, in an amount equal to one hundred percent (100%) of the contract amount, at the time of the award o f the particular contract section. The Owner reserves the right to reject any and all bids, and to waive any formalities deemed to be in its best interest. .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, as amended if this contract exceeds $20,000.00. Notice is hereby given that the City of Fayetteville is an Equal Opportunity Employer. The proposed contract is under and subject to Executive Order 11246 of September 24, 1965. The successful bidder will be required to submit a Certification o f Non -segregated Facilities prior to award of the Contract, and to notify prospective subcontractors of the requirement for such a Certifi- cation where the subcontract exceeds $10,000.00. 1 Neither.contractor nor subcontractor shall exclude from participa- Neiontin, deny the benefits of, orsubject to discrimination under any p=ogram or activity, any person in the U 5. on the grounds of race, color;- national origin or sex, -nor discriminate on the basis of age under the Age Discrimination Act of 1975, or with respect to an other- wise qualified handicapped individual'as provided in Section 504 of the _Rehabilitation Act of 1973, or religion except that any exemption from such prohibition against discrimination on the basis of religion as provided in the Civil Rights Act of 1964, or Title VIII of the Act of April 11, 1968, shall also apply. This advertisement is hereby made a part of the specifications and a part of any subsequent contract. NE Purchasinc1Agent BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as' Surety, are hereby held and firmly bound unto as owner in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this day of 19 The condition of the above obligation is such that whereas the Principal has submitted to a certain bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the NOW THEREFOR, (a) If said Bid shall be rejected, or in the alternate. (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid)'and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid. then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of the obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. 2 lea IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal Surety . SEAL BY: 3 • Proposal of PROPOSAL FOR SCHEDULE I (A UNIT PRICE CONTRACT) Place j% Date /p— /G— g'7 a corporation* organized and existing under the laws of the State of , and qualified to do business in the State of Arkansas; a Partnership* consisting of an Individual* trading as TO THE CITY OF FAYETTEVILLF, ARKANSAS: The bidder in compliance with your invitation for bids for the construction of nhA Farminggtnn Rnad-man-hn1P replanenwnts having examined the Plans and Specifications with related documents and the site of the pro- posed work, and being familiar with all the conditions surrounding the work, including the availability of materials and labor, hereby proposes to furnish all labor, material, and supplies required to be furnished, and to construct_ the project in accordance with the Contract Documents, and at the unit prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on a date to be specified in a written "Word Order" of the Engineer, and to fully complete -the project within in (lays consecutive calendar days. Bidder acknowledges receipt of the following addenda: * Fill out applicable blank • ITEM NO. 1) 10 Each BASE BID OLD FARMINGTON RD. SANITARY MANHOLE REPLACEMENTS ESTIMATED QUANTITY AND DESCRIPTION Cast -in place manhole, *treated complete in place UNIT** PRICE Dollars S $ 2) 45 s.y. Asphalt street repair Dollars 1 *See Appendix B 5-A TOTAL S S $ TOTAL ITEM NO. 1) 10 Each *Pre -cast Pre-treated manhole, complete in ALTERNATE BID OLD FARMINGTON RD. SANITARY MANHOLE REPLACEMENTS ESTIMAT:D QUANTITY AND DESCRIPTION 2) 45 s.y. Asphalt street repair UNIT** PRICE TOTAL place /2;44 // VOL7,TJ-70 Dollars $a8w5o s‘24goo." Dollars nr:4-ue tiaa7d-a-ne.liw! 1 *See Appendix A 5-B TOTAL s.?%%Ca, 6° • ** Unit Prices to be shown in words and figures. In case of discrepancy amount shown in words will govern. The unit prices shall include all labor, materials, bailing, shoring, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within ten (10) days and deliver the Surety Bond or Bonds as required by Paragraph 8 of the General Conditions. The bid security attached in the sum of ,$' q, is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. 4 i SEALe if bid is by a corporation Respectfully Submitted: 6 ctAdf 9a °ake� jt • ARKANSAS PERFORMANCE AND PAY'T;MiT BOND (14-604 Arkansas Statutes) KNOW ALL MEN BY THESE PRESENTS: That we (1) Jerry D. Sweetser, Inc. a (2) corporation , hereinafter called "Principal" and (3) IISF&G of Baltimore State of Maryland hereinafter called.the "Surety", are held and firmly bound unto (4) City of Fayetteville , hereinafter called Twenty -Nine Thousand Nine Hundred • "Owner" in the penal sum of Sixty=Two:.& _50 :cents dollars ($ 29, 962. 5Q , in lawful money of the United States, for the payment of which sum well and truly to be made, said principals and Surety bind themselves, their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the 23rd day of nenemher , 19 ;til, a copy of which is attached and made a part hereof for the construction of: Bid #811 Old Farmington. Road Sanitary Sewer Manhole Replacements NOW, THEREOFRE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agree- ment of said contract during the original term thereof, and any extensions thereof which may be granted by the Cr..^:er, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it nay suffer by reason of. failure to do so, and shall reimburse and repay the Owner all outlay and expense which the O%,'ner may incur in making good any default, and shall promptly make payment to all persons, firms, subcontractors and corporations furnishing material for or performing labor in the prosecution of the •.:ork provided for in such contract, any any authorized extension or modification thereof, all amounts due for, but not limited to, materials, lubricants, oil, gasoline, coal and coke, repair on rachinery, ecuicment and tools cors•II-Od or used in connection with the construction of said work, fuel oil, camo ecuicment, food for men, feed for animals, premium for bonds and liability and workmen's compensation insurance, rentals on machinery, ecuicment and draft animals; also for taxes or payments due the State of Arkansas or any political subdivisions thereof which shall have arisen on account of, or in connection with, the .wages earned by workmen covered by the bond; and for all labor performed in such work whether by subcontractor or otherwise, then this obligation shall be void, otherwise to remain in full force and effect. The Surety agrees the terms of this bond shall cover the payment by the principal of not less than the prevailing hourly rate of wages as determined by,the Arkansas Department of Labor or U. S. Secretary of Labor, whichever is greater, to all workmen performing work under the contract. PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alternation, or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same, shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract as to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the contractor shall abridge the right of any beneficiary claim may be unsatisfied. IN WITNESS WHEREOF, each of which shall November ATTEST: Owner and the hereunder, whose this instrument is executed in six (6) be deemedanoriginal, this 18th 19'87. Je- v D. Sweetser counterparts, day of .� n�3 . jos SECRETARY (: EA s (SEALL ) "" ITNESS-AS T ADDRESS ATTEST: RINCIPAL SECRETARY (SURETY) (SEAL) WITNIESS mS .O i i!OR E1 -I ADDRESS • :rCs 90 W. Poplar, Fayetteville, (ADDRESS) USF&G (SURETY) BY ATTORNEY -If: rACTCT • AR 72701 N.b1_ . S. e Eason -Jr. %%. 112 W. Center, Fayetteville;:AR=? 72701*h ADDRESS 8 CERTIFIED COPY GENERAL POWER OF ATTORNEY NG, 8'1805 Know all Men by these Presents: - - That UNITED STATES FIDELITY AND GUARANTY COMPANY. a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint A. P. Eason, Jr. of the City of Fayetteville , State of Arkansas its true and lawful attorney in and for the State of Arkansas for the followingpuiposes, to wit: r 'A,. u To..sigh 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,tfiings ietufarth;in%the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPA}NY�a rtified atopy of. which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITYAND=GUARANTY- COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said A. P. Eason, Jr. may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this 17th day of ,AD.1974 UNITED STATES FIDELITY AND GUARANTY COMPANY. (SEAL) STATE OF MARYLAND, BALTIMORE CITY. May } ss: (Signed) Br Charles W. Boone (Signed) W. G. Hilyard Vice -President. Assistant Secretary. On this 17th day of - May . A. D. -1474 , before me personally came Charles W. Boone , Vice•President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and W. G. Hilyard , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they resided in the City of Baltimore, Maryland; that they, the said Charles W. Boone and W. G. -Hilyard were respectively the Vice -President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the cor- poration described in and which executed the foregoing Power of Attorney: that they each knew the seal of said corporation: that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixedby 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...74... (SEAL) STATE OF MARYLAND BALTIMORE CITY, } Sct. (Signed) Herbert J. Aull Notary .Public. I, Robert H. Rouse , Clerk of the Superior Court of Baltimore City, which Court is a Court of Record, and has a seal, do hereby certify that - Herbert J. Aull , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland. in and for the City of Baltimore,duly commissioned and sworn and authorized by Mw 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 tolbe his genuine signature. In Testimony Whereof, I hereto set my hand and:affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this 17th day of May , A. D. 19 74 Robert H. Douse (SEAL) (Signed) FS 3 (9-67) Clerk of the Superior Court of Baltimore City. •4 saaaaS sunny r • L861 s£33)3agwaoac7 uo)NVdlgoD agvuuvao QNV 1LLI'I3Qu snvis Q3•LINO aqt 50 pas 091 put puiq Lw is omnory rnq I `/ V4 £mod rl iunoow pts 3o sunup tap up pitons 11 pump Nutt up pus •uotmtosu pts 3o Moa lacuna pus anal s st fusofaao3 0111 Pip pm Patti ns awlaauQ 30 Win sqt 30 wnioub s Putnam "Nat 7e '0161 '4n3 3o Asp qui aq; uo 'uowptns 30 AID ay1 m hnrdmoD cup 3o oa9e aqt r plaq put pain qnp 'Luedwoa pts 3o uotaaswQ 3o pros mil 30 Papaw lap's' e r patdops uopntosu t 3s autwund w ward nr Lauony 3o rsod pts nip 4 uao aqua; op I pay pap put easo3 ttn3 ut fins st pus pastosu uaaq aasau n4 Autumn 30 aarod pips 'quo; MT It futaarodum poi tupuogtm• sysuv7[Stl satTTAa}gaLsvg 30 sir 4ua43 11 spuoq Wets 01 •Sp •aosvg •d •y os Unthaws) plus Lq yard [mop 30 nand puttuo aq1 3s Ldn 23S1100 pas ant 'tlw3 T 1t faiofaao3 aqs L3! zsa Lgaaa9 op 'jNvj/Qo3 awniVRO QNV 3LL1'I3Q13 S3yVZS Qum mil 30 helmsman sugnsy us • TTvgsavx latiSvg •.Te •ams ort 3o saw 3o atm iv wt fwq>.Cas ao 'Suptnapun 10 •uopvindps 'wotueggo •aaustufoau 'puoq gins but at 103 paptsoad aq Lew gaups suoptpuoo Lae so fwgtUue 10 Swop lou ao Swop 043 105 p0uoplpuoa •aasssegr solitude* 11r put hut It •assaonsgr uopstudao ao uop1posn aagto so ptpdptunm tonna 'ono •hpoq 'uopuodsoa •sussad so Wound hue 103 so hq '3o uopatusd JO httmua sap poi papayas so paw 'patinae 'paapan 'uasd watts 'apaw •pamaxa aq of pannvad ao putnbu 'pasopt aq 'straagto JO pdptunw pool tsar JO aawo 'aopipudzo •Lpoq • pasoq hue 3s aopanstp so 0an3ud 'motto alto 'nongnfaa 'aura act Lq ao •pustpunoptaN 50 Luot.° tap 50 speur3 30 uoptw0Q aq1 30 saauuud apt 3o 10 rayls pattun 041 30 4optay m arts Aug 30 ao stns papa apt 30 sunup hue hq JO 'stsaagto 40 tedptunw • set Lq Atm so us 4314* 'mugs ar1 3s sumo 30 annul opt ut Sutgthua JO duppuapun Yuop ndps •sauntingo Pares doaaa 'puoq p pus hue 3o euoptpuoa a.p atuurnf put atnaaxa o1 mate JO taa a ao yf 3-w•shanaour ao Autumn nt n put awes SIJ tit 'ssiy •du dao mop3e at pus 'prop set hq JO tpanot tp paatwuad so putnbu 'seuptguapun pus spuog futataerof so futtnaaxo put tatted nutmsut usgt cyto memo* 3o sa3atwsoJsad apt futalusasn11 •Irnan nesud ao appal 3s suoppod lutppoy tuouad 3o happy sip eutayuume 1231.11 -1103 Ili put but sunup pus amass in pat st se pus aweu ni ut 'Lurdwo3 pts 30 swats JO wags so •2313-ut•s4arue JO Lauaoue n suouad so uosnd Aug lutodds 03 leas ayuodsoa nt aapun •auu0133s Ianstssy 11) 30 0110 JO Limnos nt gun uon3anluoa wt snaptaud • lab % at 3o magus 110 Iuaptasd rpt as todwa put amoytnt Pop Agouti It put •op hurdmoD atg1 Ityy 'paa3afl 13 aq 'aro/aragy •puetpanoIrah 3o huotop 043 ut put apnoea 3o uotmwoQ sap 30 saauusd 043 w pus sates paytuq airy 30 aLatpaay asp ut pue •puri La N ueq; sup satins m 9111111 np ut aur 1) ag 331 s htuogme pus aarod tops 1Lausoue put sitter Iutodde Autdwop spry trip issuing 30 uopasuu3 pw3a33a ay 103 Lansaw SI 1) Vosaa4d3 nnu NOLL31706311 10 AdOD PRODUCERI^ :t Eason & Co., Inc. P. 0. Bos 4217 Fayetteville, AR 0 0 0 OF IT2ILOMP 0 SSUE DATE (MM/DD/YY) 11/18/87 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. 72702 COMPANIES AFFORDING COVERAGE INSURED Jerry D. Sweetser, Inc, 590 W. Poplar - Fayetteville, AR 72701 LETTER COMPANY A United COMPANY LETTER - B COMPANY LETTER C COMPANY p LETTER COMPANY E LETTER States Fidelity & Guaranty Co. '\•Iq'11 tH y THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI• TIONS OF SUCH POLICIES. CO LTR TYPE OF INSURANCE GENERAL LIABILITY A COMPREHENSIVE FORM PREMISES/OPERATIONS UNDERGROUND _ EXPLOSION & COLLAPSE HAZARD PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY AUTOMOBILE LIABILITY A X ANY AUTO ALL OWNED AUTOS (PRIV. PASS.) ALL OWNED AUTOS (OTHER THAN) _ l PRIV. PASS. HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY A XUMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY OTHER - POLICY NUMBER POLICY EFFECTIVE POLICY -EXPIRATION DATE (MMNOA'Y) DATE (MMND/YY) 1CC086687282 1.0/30/88 BAP092573690 CEP073383244 3902852861 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS 04:b11 [W %14I:1U!•71:1 City of Fayetteville P. 0. Drawer F Fayetteville, AR 72702 ht•1.1:1.L3AN� t! 10/30/88 10/30'/88 :10/30/88 LIABILITY LIMITS IN THOUSANDS EACH OCCURRENCE BODILY INJURY PROPERTY DAMAGE BI & PD COMBINED AGGREGATE $1,000$1,00 $11, 000 $ 1, 000 PERSONAL INJURY $ BODILY MRY (PER PERSON $ 1 , 0 0 0 KOLY RAW PER ACGOENT $ 1, 000 PROPERTY DAMAGE $ 1,000 BI & PO COMBINED $ COMBINED $ 1 ,000 STATUTORY $lnn $ 1,000 (EACH ACCIDENT) (DISEASE -POLICY LIMIT) (DISEASE -EACH EMPLOYEE) NM 1.7411141 I[•1:1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR; TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION ORLIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR R NTATIVES. i AUTHORIZED REPRESENTATIVE e IIR/ACORDf • • •0' - 0. 1984 NOTE: Date of Bond must not be prior to date of Contract. (7) • • Correct name of Contractor A Corporation, a Partnership, Correct name of Surety Correct name of Owner If Contractor is Partnership, This bond must be where the work is ruction. Must be executed by Arkansas or an individual, as case may be all partners filed with the Circuit to be performed, prior 9 shall execute bond Court of the County to the start of const - Local Resident .agency for Sur • Y-. .. r.- �A cS�,.:Yes.?i.[-.m...y�.�.m.S5n--^c^€1.'5*?4•ti?:,. �v� ^mt&cr9 •_ 1. THIS CONTRACT AND AGREEMENT, made and entered into this 23rd day of Nov. , 1987 , by and between the City of Fayetteville, Arkansas, Party of the First Part, acting through it's duly authorized representative, and Jerry D. Sweetser, Inc. 590 W. Poplar Fayetteville, AR 72701 Party of the Second Part: .iyr.-z. 70011. That for and in consideration of the payments to be made as hereinafter set forth, the Party of the Second Part hereby agrees to furnish all tools, labor, equipment, materials, and supplies required to the furnished and to construct the improvements designated as,QTd Farmington RoadCsanita-ry Sewer -'Replacements for the manholes designated as A; B, ,C,, D, F, G, H, & I on the Plans in. -the Contract -amount of.$25,26280. •�MM. mrY^Yt r. --Y� -- • for the. City of Fayetteville, Arkansas, in exact accordance with the Plans on file at the Office of the City Engineer, and Specifications, Proposals, Stipulations, and Special Provisions attached hereto and made a part hereof as fully as though copied herein, under the direction of and to the entire satisfaction of the Party of the First Part and in accordance with the laws of the State of Arkansas. 2. It is further agreed and understood by and between the parties hereunto that the Party of the First Part agrees to pay and the Party of the Second Part agrees to accept as full and final compensation for all work done under this agreement, the Unit Prices and/or Lump Sum Price named in the Proposal which is hereto attached, such payment to be made in lawful money of the United States, at the time and in the manner set forth in the Specifications. 3. The Party of the Second Part agrees, for the consideration - above expressed, to begin and complete the work within the time specified in the Proposal. Time is expressly made of the essence of this Contract. If the Party of the Second Part shall fail to complete the work in the time specified he shall pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the nature of a i penalty, the amount specified in the Proposal for each day delayed, for each Schedule delayed, which shall be deducted from the final amount to be paid under the Contract. Extensions of time may be granted with waiver of liquidated damages as provided for in the Specifications. 4. The Party of the Second Part agrees to furnish a Bond, with an approved Surety thereon, guaranteeing the performance of this Contract, as required by the lows of the State of Arkansas, and for not less than one hundred (100) percent of the amount of this Contract. Said Bond shall be conditioned on full and complete performance of this Contract and acceptance by the City of Fayetteville for the payment of all labor and materials entering into or incident to the proposed improvements and shall guarantee the work against faulty workmanship or materials for a period of one (1) year after completion. The Surety on said Bond shall be a Surety Company of financial resources satisfactory to the Party of the First Part, and authorized to do business in the State of Arkansas. 5. The Party of the second Part agrees also to carry Public Liability Insurance, Property Damage Insurance, and Workman's Compensation Insurance in amounts as required by these Specifications. WITNESS OUR HANDS THIS DAY OF 4fl , 1987 CITY OF FAYEITEVILLE FAYEITEVILLE, ARKANSAS Attest by City Clerk By 1r/,rl ) ld*u.yar% By /�Q.u/� i"" 9 and Title WITNESS Z Bus ss ss Cote Seal (if any) • INSTRUCTIONS TO BIDDERS 1. QUALIFICATIONS OF CONTRACTORS: Before submitting a bid, bidders must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas General Assembly, and the successful bidder must be legally qualified in all respects to do business in the State of Arkansas. When called upon to do so after receipt of Proposals, bidder shall prepare a Financial Statement, Experience Record, and Equipment Schedule. These statements shall reflect the current status of the bidder. The statements of each bidder must show net liquid assets or credit facilities in an amount of not less than fifteen (15) percent of the total amount bid. Each bidder must ha=e had at least three (3) year's experience in construction of similar improvements and must have successfully completed at least three (3) such projects. Each bidder must have equipment available which, in the opinion of the Engineer, is adequate to complete the work under these Specifications in the time allowed for completion. Should any bids be received from bidders whose statement, when filed, fail to show that the bidder's qualifications meet the minimum requirements above -enumerated, such bids may be rejected. 2. 1 LOCAL CONDITIONS: Bidders shall read the Specifications, examine the Plans, and make their own estimates of the existing. facilities and the difficulties which will attend the execution of the •.cork called for by the proposed Contract, including local conditions, uncertainty of weather, and all other contingencies. Bidders shall satisfy themselves by personal examination of the location of the proposed work, and by such means as they may choose, as to actual conditions and requirements. Information derived from the Plans and Specifications or from the Engineer or his assistants shall not relieve the bidder of this responsibility. 3. PROPOSAL GUARANTEES: Proposals must be accompanied by either a certified or cashier's check, drawn on a National Bank or a bank having membership in the Federal Reserve System, or a Bid Bond executed by a satisfactory Surety. The proposal guarantee shall be in an amount not less than five (5) percent of the bid and made payable to the Contracting Authority to whom the Proposal is made. A lesser amount will not be accepted. _ The proposal guarantee, or other bid qualifications, shall be sealed in a separate envelope firmly attached to the outside of the sealed Proposal. The outer envelope shall be opened first, and if the documents are not found to be in order, the sealed proposal shall be returned to the bidder unopened. The amount of any check or bond shall be retained by the Contracting Authority as liquidated damages in case the bidder neglects or refuses to enter into a contract and to furnish the required contract bond within ten (10) days after the prescribed contract and bond forms are presented for signature. Checks of unsuccessful bidders will be returned immediately after a contract has been executed. 4. PROPOSALS: (a) Proposals shall be strictly in accord with the prescribed forms, furnished with the Specifications. Any modifications or deviations therefrom may be considered sufficient cause for rejection. (b) The bidder shall state in words and figures the lump sum and unit prices for which he proposes to do each item of work covered by the Proposal. In case words and figures do not agree, the words shall govern and the figures shall be disregarded. (c) It is to be understood that the lump sum required in the Proposal is for the furnishing of all materials required to be furnished and the doing of all work required under these Contract Documents, including items for which no quantities are given, and the quantities given in the "List of Variable Quantities" at the end of the Proposal. The "Unit Prices for Variation of Quantities" required are for adjustment of the "Basic Bid" by reason of variation of actual variable quantities from the quantities given in the "List of Variable Quantities". In case unit prices are not required, it is to be understood that the lump sum required in the Proposal is for the furnishing of all materials required to be furnished and the doing of all work required under these Contract Documents. (d) Proposals may be submitted for any or all Schedules, if more than one Schedule is included in the work, but bidders submitting a proposal for a "construction" Schedule must submit a proposal for any other Schedule of work incident thereto, such as "Electrical" and "Plumbing". Where a bidder bids on more than one Schedule and desires to accept the proposal, but any reservation on the part of the bidder to make a decision on what Schedules he will accept after bids are opened will render the bid null and void. (e). Proposals must be signed, in writing, by an individual authorized to bind the bidder. (f) Procosals must be submitted complete, with all other Contract Documents in their original binding as furnished by the Engineer. They must be submitted at the place and on or before the time specified in the Advertisement for Bids. (g) Proposals must be submitted in sealed envelopes addressed to the Contracting authority, and clearly marked on the outside of the envelope, "Proposal for Construction Contract" to be opened at (date and time). The Bidder's current Arkansas Contractor's license number must be marked on the envelope. (h) The Contracting Authority will not consider bids covering only a portion of these Specifications. 13 f' L. (i) The unbalancing of bids will not be tolerated. Evidence of material unbalancing will be considered cause for rejection. 5. -MODIFICATION OF BIDS: No modification of bids already submitted will be considered unless such modifications are received prior to the hour set for opening. 6. BID BONDS, CONTRACT BONDS, AND INSURANCE: Attention of bidders is called to Act 82 of the 1935 Acts of the Arkansas General Assembly, which requires that all bid bonds, performance bonds, labor bonds, employer's liability insurance, public liability insurance, workmen's collective insurance, and property damage insurance must be secured through resident agents of Arkansas. 7. CLARIFICATION OF CONTRACT DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the Plans, Specifications, or other proposed Contract Documents, he may submit to the Engineer a written request for any interpretation thereof. The person submitting the recuest will be responsible for its prompt deliver?. Any interpretation of the proposed Documents will be made only by an Addendum duly issued, and a copy of such Addendum will be mailed to each person who has previously secured or who subsecuently secures a set of Documents. The Contracting Authority will not be responsible for any other explanations or interpretations of the proposed Cocu.tents. 8. EXECUTION OF CONTRACT COCU'Fi:Ts: Following the award and within ten (10) days, provided for in the Proposal, the successful bidder shall properly execute five (5) counterparts.. of the Contract Documents. 9. BASIS OF AWARD: Bids will be considered on the basis of the total bid price or prices given in the Proposal. In the event Unit Prices are required they will not be considered except that evidence of serious unbalancing of the Unit Prices shall be considered cause for rejection of bids. The Contract(s) will be awarded to the bidder (or bidders in the case of more than one Schedule of Work) submitting the lowest and best bid (or combination of bids), considering the Contractor's experience and ability to do the work, and the character and quality of the equipment he proposes to furnish. The Contracting Authority reserves the right to: select such bids or combination of bids which in its opinion would serve its interest best. The Contracting Authority reserves the right to select between any Alternatives in the Proposal. 14 ' C 10. EXCEPTIONS TO INSTRUCTIONS TO BIDDERS: If this contract is less than $ 20,000.00 the following exception applies: The Contract or is not required to be licensed under the terms of Act 150 or the 1965 Acts of the General Assembly. 11. TIME. OF COMPLETION AND, LIQUIDATED DAMAGES: ---Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 30 consecutive calendar days thereafter. 12. NOTICE OF SPECIAL CONDITIONS: Attention is particularly called to those parts of the contract documents and specifications which deal with the following: (a) Inspection and testing of materials. (b) Insurance requirements..:_ (c) Wage rates. (d) Special equipment which the Contractor :rust use on the job. 13. SAFETY STANDARDS AND ACCIDENT PREVENTION: With respect to all work performed under this contract, the Contractor shall: 1. Comply with the safety standards provisions of applicable laws, building and construction codes and the "manual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596), and the requirements of Title 29 of the Code of.Federal Regulations, Section 1518 as published in the "Federal Register", Volume 36, No. 75, Saturday, April 17., 1971. 2. Exercise every precaution at all tines for the prevention of accidents and the protection of persons (including employees) and property. 3. maintain at his office or other well known place at the job site, all articles necessary for giving first aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctors care of persons (including employees) , who may be injured on the job site:. In no case shall employees be permitted to work at a job site before the employer has made a standing arrangement for the removal of injured persons to a hospital or a doctors care. 15. A . GENERAL CONDITIONS OF THE SPECIFICATIONS 1. GENERAL DESCRIPTION: The work embraced in these Contract Documents consists of the following: Construction of ten sanitary sewer manholes to replace existing manholes as shown on Plans. 2. DEFINITION OF TERMS: Wherever in these Documents the following terms are used, they are understood to have the following meanings: "OWNER" or "CONTRACTING AUTHORITY" shall mean the City of Fayetteville} Arkansas= "ENGINEERS" or "ENGINEER" shall mean the City Engineer, Fayetteville, Arkansas, City Administration Building, 1 West :4ountain Street Fayetteville, Arkansas. "CONTRACTOR" shall mean the individual, partnership, or corporation that may have entered into the contract with the Contracting Authority to perform the work specified herein. • "WORK" shall mean the furnishing of all necessary tools, labor, equipment, materials, and supplies required to be furnished by the Contractor under these Specifications. 3. LAWS AND REGULATIONS : All work shall be done in conformity with the laws of the State of Arkansas, and any subdivision thereof, municipal and local laws and ordinances, and all applicable federal statutes, laws or regulations. No.4,Convict labor shall be employed on this project. • :-._. .4....� CONTRACT DOCU'ENTS: .. The "Advertisement for Bids", the the "Instructions to Bidders", the "General Specifications", and the "Plans", are each component parts to the agreements governing materials and equipment to be furnished. "Pr000sal", the "Bond" Conditions", the "Detailed }nd all of the Specifications the work to be done and the 16 A S The Contract Documents are complimentary, and what is called for by one shall be as binding as if called for by all. The intention of the Documents is to include all tools, labor, equipment, materials and supplies necessary for the proper execution of the work. Materials or work described in words which so applied have a well-known technical or Trade meaning shall be held to refer to such recognized meaning. The following copies of the executed Contract Documents will be provided: One for the Contracting Authority,. One for the successful Bidder, One for the Engineer, One for the Surety, One for filing with the Circuit Clerk in the County where the • Work is to be performed. 5. SUBCONTRACTS: The Contractor shall, as soon as practicable after the signing of the Contract, submit to the Engineer, in writing, the names of any Sub- contractors he proposes for any part of the work. The Engineer's approval must be secured, in writing, on all Sub- contracts before they are made and signed. The Contractor shall be held fully responsible to the Contracting Authority and the Engineer for the acts and omissions of his Subcontractors and of the persons directly or indirectly employed by his Subcontractors. Nothing contained in these Specifications or in the Contract Documents shall create any contractual relation between any Subcontractor and the Contracting Authority. 6. THE CONTRACTOR: It is understood and agreed that the Contractor has satisfied him- self as to the nature and location of the work, the conformation of the ground, the character, quality, and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general local conditions; and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent, or employee of the Contracting Authority or Engineer, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. 17 a 7. THE ENGINEER: The Contracting Authority contemplates and the Contractor shall permit and make possible a thorough inspection by the Engineer of all work and materials furnished under the Contract Documents. The Contractor shall perform the work to the satisfaction of the Engineer. No work shall be performed by the Contractor without the knowledge and approval of the Engineer. The Contractor shall be an "independent contractor" with full power and authority to select the means, methods and manner of performing the work, being responsible to the Contracting Authority for all materials delivered and the results contracted for. The authority of any represen- tative of the Contracting Authority of the Engineer is limited to such determinations concerning the interpretation and performance of the Contract Documents. The failure of any representative of the Contracting Authority or of the Engineer to condemn or reject work or materials, or otherwise to exercise any function entrusted to him, shall not excuse the Contractor from the faithful performance of this Contract, nor shall such action imply any acceptance by the Contracting Authority or by the En.gincer of faulty work or materials. - The Engineer shall, within a reasonable time after presentation, make decisions in writing on claims arising beteen the Contractig Authority and the Contractor and shall make interpretations of plans and specifications. 8. BOND: Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the amount of ninety-five (95) percent of the contract sum, guaranteeing the faithful performance of all covenants, stipulations, and agreements of the Contract, the payment of all bills and oblications arising from the execution and performance of the Contract, and guaranteeing the work against faulty workmanship and materils during construction and for one year after completion, all provisions of the bond to be complete and in full accordance with the statutory require- ments. The bond shall be executed with the proper Sureties through a company licensed and qualified to operate in the State and approved by the Con- tracting Authority. Ifat any time during the continuance of the Contract, the Surety on the Contractor's bond becomes irresponsible, the Contracting ₹authority shall have the right to require additional sufficient Sureties which the Contractor shall furnish to the satisfaction of the Contracting Authority within ten (10) days after the notice to do so. In default, thereof, the Contract may be suspended, and all payments or money due the Contractor withheld. - The bond must be filed with the Circuit Clerk of the County in which the work is to be performed before any work under the Contract is performed. A form of this bond is attached hereto and made a part of these Specifications. 10 J 1 , 9. INSURANCE: The Contractor shall maintain such insurance as will protect him from claims under workmen's compensation acts and other employee benefits and from claims for damages because of bodily injury, including death, and from claims for damages to property which may arise out of operations or the work, whether such operations be by himself or by any subcontractor or any- one directly or indirectly employed by either of them. The insurance shall be written in companies authorized to do and doing business in Arkansas and for not less than the following limits: Comprehensive General Public Liability with bodily injury limits of $ 100,000 and $ 300,000 and property damage limits of $ 50,000; Comprehensive Automobile Liability (owned, hired and non -owned Vehicles) with bodily injury limits of $ 100,000 and $ 300,000 and property damage limit of $ 50,000 for each accident; Standard Workmen -'-s Compensation and E,:.ployer's Liability covering with statutory limits; Contractual liability insurance with bodily injury limits of $ 100,000 and $ 300,000 and property damage limits of $ 50,000. Certificates of such insurance shall be filed with the Engineer before work commences under any contract or subcontract. 10. ROYALTIES AND PATENTS: The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights, and shall save the Contracting Authority from loss on account thereof. 11. INS PECTION- The detailed manner and method of performing the work shall be under the direction and control of the contractor, but all work done shall at all times be subject to the inspection of the Engineer or his authorized representative to see that it is done in accordance with the Contract Documents. Inspectors may be appointed by the Engineer or Contracting Authority and their duty shall be to guard the Contracting Authority against defects and deficiencies in the work and to see that the work is done in accordance with the Contract Documents. Inspectors shall have authority, subject to the final decision of the Engineer, to condemn and reject any defective work and to suspend the work when it is not being done properly, but the responsibility for the work and compliance with the Contract Documents and all applicable laws, rules and regulations shall be the Contractor's. Inspectors shall have no authority to permit any deviation from' the Plans and Specifications except on written order from the Engineer, and the Contractor will be liable for any deviation except on such written order. 19 I, T The inspector shall in no case act as foreman or perform other duties for the Contractor, nor interfere with the management of the work by. the latter. Any advice which the inspector may give the Contractor shall in no wise be construed as binding to the Engineer in any way or releasing the Contractor from fulfilling all the terms of the Contract. All condemned work shall be promptly taken out and replaced by satisfactory work. Should the Contractor fail or refuse to comply with instructions in this respect, the Contracting Authority may, upon certifi- cation by the Engineer, withhold payment or proceed to terminate the contract as provided herein. Any defective work may be rejected by the Engineer at any time before final acceptance of the work, even though the same may have been previously overlooked and estimated for payment. 12. WORYMANSHIP AND SUPERINTENDENCE: The Contractor shall keep on this work, during progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and equipment and the service of all workmen, mechanics, tradesmen, and other employees necessary in the execution of the work contemplated herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, intemperate, or in- competent, or who neglects or refuses to perform his work in a satisfactory_ manner, shall be promptly discharged. It is.particularly called to the Contractor's attention that only first-class workmanship will be acceptable. 13. POSITION, GR.;DIE2T, AND ALIG::^-.NT: The Engineer shall set such stakes to proper line and grade as may be necessary for guidance of the Contractor in the proper performance of the work, and all work must conform closely to the lines and grades given. It shall be the duty of the Contractor and his employees to call the Engineer's attention to any stakes which may have been disturbed or which seen to be off line or grade. The Contractor shall carefully preserve bench marks, reference points, and stakes, and in case of willful or careless desruction, he shall be charged with the resulting expense and shall be responsible for any mis- takes that may be caused by their. unnecessary disturbance or loss. 14. PROTECTION OF WORK, PROPERTY, AND PERSONS AND CONTRACTOR'S RESP0:'NSILI_LITY FOR DA AGE CLAIMS: The Contractor shall adequately protect the work, the Contracting, Authority's property, adjacent property and the public from injury, damage or loss arising in connection with the contract or the work. 20 )� S The Contractor shall provide and maintain all passageways, guard fences, lights or other facilities for safety and protection required by any public authority or local conditions. The Contractor assumes entire responsibility and liability for any third party claims and actions based upon or arising out of injuries, including death to persons or damage to or destruction of property, sus- tained or alleged to have been sustained in connection with or to have arisen out of or incidental to the performance of this contract by the Contractor, his agents and employees and his subcontractor, their agents and employees, regardless of whether such claims or actions are founded in whole or in part upon alleged negligence of the Contracting Authority, Contracting Authority's representatives or the Engineer, or the employees, agents or licensees thereof. The Contractor shall indemnify and hold harmless the Contracting Authority and its representatives and the Engineer and his representatives in respect to any such matters. 15. LEGAL RESTRICTIONS AND PERMITS: - The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature, and shall give due and adecuate notices to those in control of all properties which may be affected by his operations. Permits, licenses, and easements for permanent structures or permanent changes in existing facilities will be provided by the Contracting Authority unless otherwise specified. The Centractor must obtain per- mission from the Contracting Authority or other proper authority before blockading any roads or highways, and shall furnish all necessary barricades and detour signs. The Contractor shall give all notices and comply with all laws, ordinances, rules, and regulations bearing on the conduct of the work as drawn or specified. 16. ASSI-N',T`ITS: No assignment by the Contractor of the contract, or any part there- of, or of the funds to be received thereunder by the Contractor, will be recognized unless such assignment has had the written approval of the Con- tracting Authority, and the Surety has been given due notice of the assign- ment in writing. No assignment, transfer, or subletting, even though consented to, shall relieve the Contractor of his liabilities under this Contract. Should any Assignee fail to perform the work undertaken by him in a satisfactory manner, the Contracting Authority may, at its option, annul and terminate Assignee's contract. 17. OTHER CONTRACTS: The Contracting Authority reserves the right to let other contracts in connection with this work. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. 21 Ti i:r Whatever work being done by the Contracting Authority's forces or by any other Contractor is contiguous to work covered by this Contract, the respective rights of the various interest involved shall be established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. 18. SUSPENSION OF WORK: The Contracting Authority may at any time suspend the work or any part thereof.bv Qivina ten (10) day's notice to the Contractor in writing; the work shall be resumed by the Contractor ten (10) days after the date fixed in a written notice from the Contracting Authority to the Contractor to do so. If the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Contracting Authority does not give notice in writing to the Contractor to resume work at a date within twenty (20) days of the date fixed in the written notice to suspend, except in the case of litigation, then the Contractor may abandon that portion of the work so suspended, and he will be entitled to the estimates and payments for all work done on the portions so abandoned, if any. 19. THE CONTRACTING AUTHORITY'S RIGHT TO CO WORK: If the Contractor should neglect to presecute the work properly or fail to perform any provision of this Contract, the Contracting Authority after three (3) day's written notice to the Contractor may without prejudice to any other remedy it may have, make good such deficiencies, and may de- duct the cost thereof from payments then or thereafter due the Contractor. 20. THE CONTRACTING AUTHORITY'S RIGHT TO TERMI?:ATE CONTRACT: If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should refuse or should fail, except in case for which extension of time is provided to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to Subcontractors or for material or labor, or desregard laws, ordinances, or the instructions of the Engineer, or other- wise be guilty of a substantial violation of any provision of the Contract, then the Contracting Authority, upon the certificate of the Engineer that 'sufficient cause exists to justify such action, may, without prejudice to any other right or remedy and after giving the Contractor ten (10) day's written notice, terminate the employment of the Contractor as provided under Paragraph 21, immediately following. in such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expenses shall exceed such unpaid balance, the Contractor shall pay the difference to the Contracting Authority. The expense incurred by the Contracting Authority as herein provided and the damage incurred through the Contractor's default, shall be certified by the Engineer. nfl Pending settlement of the Engineer may suspend action Contractor shall not be entitle reason of such delay, nor shall although such extension of time deems it in the interest of the disputes on any point of controversy, on all or any part of the work. The 3 to any claim for loss or damage by he be entitled to extension of time, may be granted by the Engineer if he work. 21. TERMINATION FOR BREACH: In the event that any of the provisions of this Contract are violated by the Contractor or by any of his Subcontractors, the Contracting Authority may serve written notice upon the Contractor and the Surety of its intention to terminate such Contract, such notices to contain the reasons for such intentions to terminate the Contract, and unless within ten (10) days after the serving of such notice upon the Contractor such violation shall cease and satisfactory arrangements for correction by made, the Contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination, the Contracting Authority shall immediately serve notice thereof upon the Surety and the Contractor, and the Surety shall have the right to take over and perform the Contract, provided, however, that if the Surety does not commence performance thereof within thirty (30) days from the date of the mailing to such Surety of notice of termination, the Contracting Authority may take over the work and prosecute the same'=to completion by contract for the account and at the expense of the Contractor, and the Contractor and his Surety shall be liable to the Contracting Authority for any excess cost occasioned the Contracting Authority thereby, and in such event the Contracting Authority may take possession of and utilize in completing the work, such materials, appliances, and plant as may be on the site of the work and necessary therefor. 22. PAV'.!r' T5 ' ITHHELD: The Contracting Authority may withhold or, on accout of subsequently discovered evidence, nullify the whole or cart of any certificate to such extent as may be necessary to protect the Contract- ing Authority from loss on account of: (a) Defective work not remedied, • (b)W' Claims filed or reasonable evidence indicating probable filing of claims. (c) Failure of the Contractor to make payments properly to Subcontractor or for material or labor, (d) Damage to another Contractor, (e) Incomplete work when the above grounds are removed, payment shall be made for amounts withheld because of them. 23. DELAYS AND E:'.TE NSIONS OF TI"-: If, at any time, the Contractor, considers he is being delayed by an act or neglect of the Contracting Authority or its employees, or by any other Contractor employed by the Contracting Authority, or by any chances or additions ordered in the work, or for any reason beyond his control, 23 r t. ' i. he shall within ten (10) days from the beginning of such delay notify the Engineer in writing of the causes of any such delay. Extensions of time, with relief from responsibility for liquidated damages incurred by the Contracting Authority on account of such delay, will be granted the Contractor, when, in the opinion of the Engineer, the causes so called to his attention warrant such extensions of time. No claims for delay will be considered unless such notice has been filed with the Engineer within the time specified above. The Contractor will be required to furnish the Engineer two copies of each purchase order for materials and equipment as they are issued. If the Contractor shall seek an extension of time because of delay in receiving delivery of critical materials, such extension of time may be granted when, in the opinion of the Engineer, the extension is warranted and the delay is in no way caused by the Contractor's financial status or by any act or failure to act on the part of the Contractor. Failure to pet items of material or equipment not essential to the completion of those portions of the work, which, in the opinion of the Engineer requires supervision by an Engineer, shall not be deemed justification for waiver of liquidated damages, however, even though such delays are beyond the Contractor's control, and even though such items of material or equipment may be essential to the actual placing in operation of a portion of all of the project. When sup:: items of materials or equipment are delayed for reasons beyond the Contractor's control, he shall complete all other work within the specified cohstructicn period. Extensions of time, without relief frcm responsibility for liqui- dated damages incurred by the Contracting Authority, on account of delays, may be granted the Contractor on account of his failure to complete the work within the time specified. 24. ADDITIONAL, Oi••ITTED, OR CHANGED :':O R%: The Contracting Authority., without Invalidating the Contract may order additional work to be done in connection with the Contract or may alter or deduct from the work, the Contract sum to be adjusted accordingly. Additional work shall be done as ordered in writing by the Engineer, which order shall state the location, character, and amount of extra work. All such work shall be executed under the conditions of the original contract and. ubject to the same inspection and tests as though therein 'j.ncluded. Compensation for additional, omitted, or changed work shall be adjusted as follows: Any changes in quantities of work for :which unit prices are required in the Proposal shall be at and for the price bid. Work for which prices. are not required shall be paid for or deducted, as the case may be, upon the basis of an estimate prepared by the Contractor and approved by the Engineer, pribr to the written order changing the quantity of work. If the Contractor claims compensation for additional work not -_ ordered as aforesaid, or for claims -of -damages sustained, he shall make a written statement of claims for compensation or damages to the Engineer, 24 S ? u which statement shall be in the hands of the Engineer within such time as will allow a full consideration of the basis for such claim, and in no case later than fifteen (15) days after the work has been completed or damages sustained. The Contractor shall furnish, if required, any accounts, bills, or vouchers relating thereto. Unless such claims are made as re- ruired, they shall be considered forfeited and invalid. The Contracting Authority reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages for anticipated profits on any portion of the work to be omitted. 25. ARBITRATION: (a) Demand for Arbitration. Any decision of the Engineer which is subject to arbitration shall be submitted to arbitration upon the demand of either party to the dispute. The Contractor shall not cause a delay of the work because of the pendency of arbitration proceedings, except with the written permission of the Engineer, and then only until the arbitrators shall have any oppor- tunity to determine whether or not the work shall continue until thev decide the matters in dispute. The demand for arbitration shall be delivered Engineer and the adverse party, either personally or by the last known address of each, within ten (10) days of Engineer's decision, and in no case after final pavmenc If the Engineer fails to make a decision within a reaso for arbitration may be made as if his decision had been the demanding party. in writing to the registered mail to the receipt of the has been accepted. iable time, a demand rendered against ..(b) Arbitrators. No one shall be nominated or act as an arbitra- tor who is in any way financially interested in this Contract or in the business affairs of the Contracting Authority, or the Contractor, or the Engineer, or otherwise connected with any of them. Each Arbitrator shall be a person in general familiar with the work or the problem involved in the dispute submitted to arbitration. Unless otherwise provided by controlling statutes, the parties may agree upon one arbitrator; otherwise there shall be three, one named in writing by each party to this Contract, to the other party, and the third chosen by those two arbitrators. If there be one arbitrator, his decision shall be binding; if three, the decision of any two shall be binding in respect to both the matter submitted to andthe procedure followed during the arbitration. Such decision shall be a condition precedent to any right of legal action. (c) Arbitration Procedure. The arbitrators shall deliver a written notice to each of the parties and to the Engineer, either personally. -- or by registered mail to the last known address of each, of the time and place for the beginning of the hearing of the matters submitted to them. II, ti. Each party may submit to the arbitrators such evidence and arguments as he may desire and the arbitrators may consider pertinent. The arbitrators shall, however, be the judges of all matters of law and fact relating to both the subject matters of and the procedure during arbitration and shall not be bound by technical rules of law or procedure. They may near evidence in whatever form they desire. The parties may be represented before them by such persons as each may select, subject to the discipli- nary power of the arbitrators if such representative shall interfere with the orderly or speedy conduct of the proceedings. Each party, and the Engineer, shall supply the arbitrators with such papers and information as they demand, or with any witness whose move- ments are subject to their respective control, and upon refusal or .neglect to comply with such demands, the arbitrator may render their decision without the evidence which might have been solicited therefrom, and the absence of such evidence shall afford no ground for challenge of the award by the party refusing or neglecting to comply with such demand. The submission to arbitration (the statement of the matters in dispute between the parties to be passed upon by the arbitrators) shall be writing duly acknowledged before a notary. Unless waived in writing by both parties to the arbitration, the arbitrators, before hearing testimony, shall be sworn by an officer authorized by law to administer an oath, faithfully and fairly to hear and examine the matters in controversy and to make a just award according to the best of their understanding. The arbitrators, if they deem the case demands it,are authorized to award to the party whose contention is sustained such sums as they shall consider proper for the tire, expense, and trouble incident%to the arbitration, and if the arbitration was demanded •..itnout reasonable cause, damages for delay, and other losses. The award of the arbitrators shall be in writing and acknowledged.. like a deed to be recorded, and a duplicate shall be delivered personally or by registered mail forthwith upon its rendition, to each of the parties to the controversy and to the Engineer. Judgement may be rendered upon the award by the Federal Court or by the highest State Court having juris- diction to render same. Thdvaward of the arbitrators shall not be open to objection on account of the form of the croceedines or the award, unless otherwise provided by the controlling statutes. In the event of such statutes pro- viding on any matter covered by this Article otherwise than as herein - before specified, the method of procedure throughout and the legal effect of the award shall be wholly in accord with said statutes, it being the intention hereby to lay down a principle of action to be followed, leaving its local application to be adapted to the legal requirements of the jurisdiction having authority over the arbitration. The Engineer shall not be deemed a party to the dispute. He is given the right to appear before the arbitrators to explain the basis of his decision and give evidence as they may require. 26. REFERENCE TO MANUFACTURER OR TRADE NAMES: Whenever a material, article or piece of equipment is identified on the plans or in the specifications by reference to manufacturers' or vendors' names, trade names, catalogue numbers, etc., it is intended merely to establish a standard; and, any material, article, or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, article, or equipment so proposed, is, in the opinion of the Engineer, of equal substance and function. It shall, not be purchased or installed by the contractor without the Engineers' written approval. 27. USE OF COMPLETED PORTIONS: The Contracting Authority shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding that the time for completing the entire work on such portions may not have expired; but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. = If such prior use of completed portions increases the cost of, or delays the work, the Contractor shall be entitled to such extra compensation or extension of time, or both, as the Engineer may determine. The Contracting Authority, in taking possession of completed portions, shall agree to accept the decision of the Engineer, on matters relating to responsibility for damages that may occur to any portion of the work during the period of possession preceding acceptance and final payment. 28. - ACCEPTANCE AND FINAL PAr1E NT: As soon as the work has been substantially and satisfactorily completed, the Engineer will make a final estimate stating that the work provided for under this Contract has been completed and is accepted by him under the tens and conditions thereof, with qualifications, if any, as stated. If certain parts of the work are not completed or if certain . corrections must be made in the work even though the work is substantially completed, the Engineer is authorized to determine the amount which in his opinion is recuired for completion and/or correction of the work, and such amount may bewithheld from the final payment to the Contractor, pending the completion and correction as recuired. The balance found to be due the Contractor shall be paid by the Contracting authority within forty (40) days after the date of the final estimate. Prior to filing for final estimates, the Contractor shall file with the Engineer a receipt in full from each manufacturer, subcontractor, dealer and supplier for all equipment and material used on the ✓ork and a complete release of all liens -which may have arisen from this Contract. In lieu thereof, the Contractor shall file statements showing balance due or claimed on all accounts and the Contracting Authority shall have the right, if it so elects, to withhold sufficient money to pay such balances until receipts in full or satisfactory evidence of final determination are filed with the Engineer who may then make the final estimate. fl -I , . Y The making and acceptance of the final payment shall constitute a waiver of all claims by the Contractinc authority, other thar those arising from incomplete or uncorrected work, unsettled liens, or from faulty workmanship or materials, and of all claims by the Contractor, except those previously made and still unsettled. If the work has been partially but substantially completed to the extent that all adjustments in the Contract sum may be made, the Engineer may, if material delay in completion is anticipated or if otherwise deemed in the interest of the `:fork, make the final estimate, retaining, in addition to other requirements which may be specified under payments, an amount representing the cost of unfinished work. Such payment shall be under the terms and conditions governing final payment. Neither the making of the final estimate, or final payment, shall relieve the Contractor of his responsibility for faulty materials or workmanship, and he shall remedy any defects and gay for any damage resulting therefrom which shall appear within a period of one (1) year from the date of substantial completion. The Cwner shall give notice or observed defects with reasonable promptness, and all questions arising under this paragraph shall be decided by the Engineer. 29. PAYrLENTS TO CONTRACTOR: The Engineer will on or about the Twentieth (-0th) day of each month make an estimate of the work done. As soon thereafter as possible, and as soon as the Contractor has filed receipted bills showing that he has paid the previous month's bills, the Contractor will be paid seventy (70) percent of the value of work in place, plus ten (10) percent for that portion of the work accepted for beneficial occupancy, plus (20) percent of the value of work that has been properly cleared up, plus fifty (50) percent of the value or the materials on the job size but not in place (figured from the Contractors paid invoices), minus amounts previously paid. A final estimate will be made following the final inspection as provided under paragraph 28, after which time and within a period of forty (40) days, the Contractor will be paid the full amount of the contract price, less amounts previously paid. Payment ::ill be made only for the actual quantities installed. The Contracting Authority may withhold or, on account of sub- w.equently discoveredevidence, nullify the whole or part of any certificates to such extent as may be necessary to protect the Contracting Authority from loss on account of: (d) (e) Defective work not remedied, Claims filed or reasonable evidence indicating probable filing of claims, Failure of contractor Damage to'. Incomplete the Contractor to make payments or for material or labor, another Contractor, work. properly to Sub- r. When the above grounds are removed, payment shall be made for amounts withheld because of them. 30. SHOP AND ERECTION DRAWINGS: The Contractor shall furnish the Engineer with triplicate copies of all shop and erection drawings for approval. These drawings shall include the drawings prepared on structural and reinforcing steel, special layout drawings of equipment or machinery purchased under this Contract, and other supplementary drawings required in the prosecution of the work. One copy shall be returned to the Contractor and two copies retained by the Engineer for field and office reference. The approval of such drawings by the Engineer does not constitute an acceptance of responsibility of their accuracy. 31. LABORATORY TESTS: All material entering into the work is subject to various tests as may be required by the specifications. The cost of all such tests shall be the responsibility of the Contractor furnishing such material. The Contractor shall also bear the cost of anv tests arising out of his desire to use materials which may be questionable in the opinion of the Engineer. 32. DRI�NKI::G WATER AND SANITARY FACILITIES: The Contractor shall provide safe drinking water for is workmen during the construction period. The water shall be delivered through a spigot, angle jet fountain, or other approved device. Common drinking cups will be prohibited. The Contractor shall furnish adequate sanitary facilities for workmen in the work area during the construction period. 33:. CONSTRUCTION SAFETY: Throughout these specifications, whenever engineering decisions aree`to be made to ensure adequate construction in accordance with the plans and specifications, such inspection and engineering decisions are not to be construed as supervision of the Contractors' work force, nor make the Engineer responsible for providing a safe place for the performance of the work by the Contractor or the Contractors' employees or those of the suppliers, his subcontractors, nor for access, visits, use, work, travel, or occupance by any person, as these responsi- bilities are covered under the provisions of the contract, the Contractors insurance and performance bond and cannot be the responsi- bility of the.. Engineer. The above provision does not prevent the Engineer or his i personnel from requiring reasonable safety standards, if, in the course of their technical supervision, it comes to the attention of the Engineer that reasonable safety standards are not being carried out. f i DETAILED SPECIFICATIONS PART .1 - CONTRACT STIPULATIONS I-1 SPECIFICATIONS: These detailed specifications are drawn with the object of securing first class workmanship and materials throughout.the work embraced in this contract, and of securing completed structures properly and well constructed with regard to all local conditions. I-2 EXTENT OF WOR:{: It is mutually agreed and understood that the contractor will furnish all tools, labor, equipment, materials, and supplies required to be furnished, and will construct complete all work shown on the Plans and in these Specifications. The Work consists of: Furnish all labor and materials required to be furnished to construct ten sanitary sewer, manholes to replace the existing manholes. I-3 LIST OF PL- ZS . The Plans are bound separate from the specifications and are generally titled Old Farmington Road Manhole Replacements DESCRIPTION SHEET O. Vicinity Map l Sewer location for Sewer Details - 2 I-4 LANDS AND RIGHTS -OF -WAY: The Owner will provide all permanent easements or permits actually required for the construction of the work in all Schedules. The Contractor shall lease, buy, or rake satisfactory provisions, without obligation to the Owner, for all other temporary land easements or rights -of -way which he may recuire for access or storage of materials or equipment. 31 9i I-5 STA.YI::3 OUT WORK: The Engineer for each Schedule will furnish labor to act as rodnen, chainmen, and to perform all other duties required to assist the Engineer in staking out the work for construction and for measurements to determine quantities of pipe installed. The Contrac- tor shall not be required to furnish any labor for this purpose. I-6 QUALITY OF THE PLANS: The plans have been made with care but cannot be assumed to be correct in every detail when many of the conditions to be encountered are not shown on existing maps -and are underground. The approximate location of existing underground water, gas, and telephone lines are shown. The-1acin= of this information on the plans in no way obligates the Owner as to its correctness, as it is indicative only and is- placed there for the i.n.fcreation and assistance of the Contractor. It is the expressed intent of these Plans and Specifications that the Contractor is to make his own i.n.vestication of conditions to be encountered, includina rock and undercround water, and the submission of. the Proposal by the Contractor or the work constitutes his compliance with this recuirement. DETAILED SPECIFICATIONS PART II - CONSTRUCTION SPECIFICATIONS II -1 PLANNING AND EXECUTION OF THE WORK: The construction work included under these specifications shall be so planned and executed that the various portions of the work will be carried on concurrently and the whole completed within the time allowed. 1I-2 EXCAVATION - GENERAL: All excavation shall be carried accurately to the line and grade shown on the Plans and/or established by the Engineer. When excavation is carried below or beyond that required, the space shall be filled with compacted SB-2. No claim for additional compensation shall be made for such backfilling of excess excavation unless the Contracting Authority or its agent is responsible for the error. When necessary to protect the laborers, the work, or adjacent property, the Contractor shall provide and install shoring. Suctrshoring shall remain in place until the backfill has proceded to the point where it can be safely removed, except that if in the opinion of the City Engineer damage is liable to result from withdrawing shoring, it shall remain in place. 11-3 EXCAVATION - TRENCH FOR SE:IrR LI_�S: % All excavation for sewer lines shall be carried accurately to line and grade. The bottom must be flat and smooth to receive pipe to provide support for full length of pipe, except for bell holes. Any or all undercut. must be filled to a smooth grade with SB-2 compacted in place. Shoring shall be installed as required to protect laborers or ad- jacent property. Shoring must remain in place until ditch is backfilled to a point to relieve danger which required shoring. The Contractor is to leave shoring in place as directed by the Engineer. Trenches for the sanitary sewer must be excavated to the depth, line and grade as set by the Engineer, wide enough to properly install pipe, but not to exceed diameter of pipe plus two (2) feet. Except where special bedding is recuired and except as specified herein, rough excavation for sewer and drains shall not be carried lower than a distance equal to 1/10 of the nominal pipe diameter or two inches, whichever is the greater, above the specified trench grade elevation, and the remainder of the excavation shall be done by the pipe layer immediately prior to installing the pipe, using the final excavation to firm up on each side of the pipe previously laid. The bottom of the trench shall be generally shaped to fit the outside surface of the pipe in such a- manner that the pipe will be in continuous contact with and have a longitudinal bearing on soil for the full length of the pipe except for such distance as it is necessary for bell holes and the proper sealing of the pipe joints. The pipe subgrade shall be accurately graded prior to excavating bell holes. The accuracy of the finished grade of the pipe shall be obtained in preparation of the subgrade. A bell hole for each joint shall be excavated by the pine layer immediately prior to placing the pipe in the trench. Bell holes shall be of such depth that the pipe bell will not come in contact with the bottom of the bell hole. All trenches shall be so graded that the spigot end of the pipe will be accurately centered in the adjacent pipe bell when laid, without raising or lowering the pipe after installation in the trench. If the soil at the bottom of the trench is mucky or in such condition that it cannot be properly shaped and traded, or if the sub - grade material is too soft to properly support the pipe, the Contractor shall excavate below the nor -.al subcrade elevation as directed by the Engineer. Wherever excavation is carried below the specified subcrade, at the direction of the Engineer, the Contractor shall provide and install a fill of gravel thorouchly tamped into place up to an elevation sufficient to prepare the subgrade as specified in the preceding paragraph. Mnere water occurs in trenches, they shall be excavated to a depth of approximately four (4) inches below grade and backfilled with SB-2 to a point approximately 1/10 of the internal pipe diameter or two inches, whichever is the greater, belo..a trade. Pumps shall then be kept operating, taking suction out of a sumo below the gravel so as to hold the water level well below the bottoms of all bells until the joints have been placed and allowed to set sufficiently so that ':.later •..,ill not injure them. Where rock or other hard material occurs in the trench at the planned grade of the bottom of the pipe in such way that any portion of the pipe would rest on rock or hard material or where in the opinion of the Engineer it is necessary, all rock shall be removed to provide a clearance of at least 6 inches below and on each side of all pipe, valves, and fittings for pipe sizes 24 inches or smaller and 9 inches for pipe sizes 30 inches and larger. The trench shall then be refilled with gravel, thoroughly cempac`_ed to a -point approximately 1/10 the nominal pipe diameter, or two inches, whichever is the greater, above grade and the bottom of the trench shall be traded as previously specified. The Contractor will be required to keep the sides of the excavation vertical, unless otherwise directed by the Engineer. Payment for S3-2 Used as Subcrade: rnen S3-2 must be used as backfill material, the width of trench to be used for payment will be 24"- an average depth will be measured from 34 bottom of pipe to top of fill; length of fill will be as directed by the Engineer. The volume occupied by the pipe will be subtracted from the toal volume of the ditch filled with SB-2. No payment will be made for SB-2 used as bedding. Excavation for manholes and other accessories shall be sufficient to leave at least twelve (12) inches in the clear between their outer surfaces and the embankment or timber which may be used to protect them. The excavation of trenches shall not advance more than four hundred (400) feet ahead of the completed pipe work and backfill, except by permission of the Engineer. 1I-4 EXCAVATION - CL;SSIFICATICN ,',.ND Py:^=:T: All excavation shall be classed as common excavation. The cost of common excavation is included in the unit prices for handling and installation of sewer pipe at the various depths. II -5 BLASTING: Blasting will be permitted only when proper precautions are taken for the protection of persons, the work, and adjacent property; and any damage done to the work or property by blasting shall be repaired by the Contractor at the Contractor's expense. All operations involvi-a the oroc'ure.^..ent, handling, use, and storage of explosives shall be in full cc-..clia^ce with applicable State and Federal statutes and regulations. Blasting will be done only after securing written permission from the City Engineers' office. Proof of blasting insurance will be required before written permission is given the Contractor. The Contractor shall be liable for all injuries or deaths to persons or damage to property caused by blasts or explosions. The attention of the Contractor is called to Section 9 of the General Conditions of the Specifications entitled "Insurance". _ The cost of all work under this Section shall be included in the Contract unit price for laying sewer pipe and will not be paid for separately. II -6 B?.C:CILLING:. All trenches shall be backfilled immediately after the pipe is laid using methods that will not disturb the pipe. Material used for backfilling shall consist of the excavation or borrow of sand, gravel or other material approved by the Engineer, and shall be free of trash, lumber and other debris. 35 l •'i Trenches shall be backfilled with _fine, loose earth free from clods or stones larger than two (2) inches in any dicension, and of proper moisture content. This selected material shall be carefully deposited by hand in layers not to exceed four (4) inches in thickness on both sides of the pipe and thoroughly and carefully ramped around the pipe until the backfill has been brought up to the s_ringline of the pipe. The backfill shall then continue without tamping but with same material, placed by hand, to a point at least twelve (12) inches above the top of the pipe. If the excavation is not suitable for this purpose, as determined by the Engineer, then S3-2 shall be used for this operation. The remainder of the backfill may then be backfilled by any approved method which will not injure or disturb the pipe. Trenches outside the public right of •::ay will be neatly graded up and left slightly "over -full" so that subsecuent settlement will leave the route level with the surrounding terrain. Trench on public property shall be filled and refilled as necessary to provide a smooth, well graded appearance. All backfill shall be settled and consolidated until further settlement will not occur. It is the intent of this Specification that the Contractor shall be responsible -for settlement of backfill in all work covered herein. He shall refill trenches as often as necessary to bring them back to original grade, and during that perica settlement is•occuring shall refill them often enough to avoid hazardous conditions or inconven- ience. All excavated material which is unsuitable, or not needed for backfill shall be wasted or disposed of to the satisfaction of the Engineer. Surfaces shall be , all k cleaned up �.:::oc..s and :ales smoothed dorm and the surface left neat and workmanlike. : :nere existing drainage ditches are disturbed or obstructed with excavated raterial, such material shall be entirely removed and the ditch left true to criginal line and grade. Street shoulders shall be restored to their original contours. ., All roadways and driveways shall be backfilled with SB-2 and temporarily repaved with cold mix asphalt. The road::ay or driveway shall then be replaced as called for elsewhere in these specifications. The attention of the Contractor is called to a separate Section in these Specifications concerning crossing lawns. S3-2 shall be measured and paid for as subgrade material at the unit contract price given in the Proposal. The cost of all other work described in this section shall be included in the unit contract price for the installation of pipe and shall not be paid for separately. water for flooding trenches shall be furnished free of charge by the City of Favetteville. I. f i The low pressure air test shall be conducted by plugging each opening in the reach of pipe to be tested. All plugs shall be braced against slippage due to internal pressure. One of the plugs provided must have an inlet tap or other provision for connecting an air hose. After the air control equipment is connected to the air hose, the air pressure shall be monitored so that the internal pressure does not ex- ceed 5.0 psig. After reaching 4.0 psig, the air supply shall be throttled to maintain between 4.0 and 3.5 psig for at least two minutes in order to allow equilibrium between air temperature and the pipe walls. During this time, all plugs shall be checked to detect any leakage. If plugs are found to leak, the air shall be bled off, the plugs tightened, and air supplied again. After the temperature has stabilized, the pressure should be allowed to decrease from 3.5 psig to 2.5 psig. If the time required for the pressure drop is greater than that shown in the table below, the pipe shall be presumed free of defects. PIPE SIZE MINIMUM TIME (MINUTES) 6 Inch 3.0 8 Inch 4.0 10 Inch .5.0 12 Inch 5.5 15 Inch 7.5 18 Inch 8.5 21 Inch 10.0 24 Inch 11.3 30 Inch 14.5 If by use of the above procedure a faulty section of line is found, that section of line shall be tested at 20 foot intervals to determine the exact location of the leakage. - If a section of piping is found to be leaking the exact source of the leak shall be determined, a repair made, and the entire section re -tested. The Contractor shall :take the necessary arrancements and pro- vide necessary nice olucs and equipment required for testing. All sewer pipe as shown on the ?lans will be measured and paid for as pipe. The quantity of sewer nice shall be determined by measurement aionc the top of the pipe as laid from center -to -center of manholes. Depth of Dice will be measured from flow line of pipe to existing ground elevation. II -8 CROSSING AND PARALLELING EXISTING UTILITY LIMES: In some instances the pipe will be installed under, alongside and over existing utility services. Much of the time these will be difficult. to locate, and in some. instances impractical to locate. The Contractor shall be responsible for locating and protecting such services. The 37 t � i• ; various utility owners: City (Water and Sewer), warner Cable (Cable), Swepco (Electrical Power Lines), Arkansas Western Gas Ccmpanv (Natural Gas Lines) , Southwestern Bell (Telephone Company) will cooperate with the contractor in helping locate the undercround services, and must be notified before construction proceeds in the vicinity of utility lines. Where the Contractor cannot make adequate repairs, the various utilities will make repairs to all services, and such costs will be charted to the Contractor. The Contractor shall make arrancements for this service with the various utilities either before the bid is presented or before construction starts. Although not anticipated, septic tank disposal fields and related piping may be damaged during construction. If so, the Contractor shall make the repairs necessary to put the septic tank system into operation. Where the plans show a portion of the line to be laid adjacent to power lines, it shall be the responsibility of the Contractor to make any arrangements with the power company for "tying off" poles. It also shall be the responsibility of the Contractor to take whatever steps are necessary to provide for the safety of the •.:or}:men and ecuipment .:men working in the vicinity of these power lines. II -9 MANHOLES: The construction of manholes shall follow cicseiy the progress of pipe laying. If at any time pipe is laid as much as 1500 linear feet ahead of completed manhole construction, then cite laying shall be discontinued. manholes shall be constructed in accordance with the details shown on the drawings. Manhole bottoms shall be of concr=ete _poured to dimensions and grade indicated. 1. Base. The concrete base shall have a minimum thickness of 12 inches -and shall be poured on undisturbed earth. The base shall be poured so that the top of the base is a minimum of 2 inches and a maximum of 4 inches below the lowest pipe inside the manhole. except when lowest pipe can be laid continuously through the man- hole,. the base may be poured to a point 2 inches below the center- -...line of the pipe, providing this point is not above thefl invert of _other pipes entering the manhole. The . base shall have a minimum .;�._;..,diamecer,of.8.inches greater than the outside diameter of the finished manhole. barrel. 2. Invert. The invert of the manhole shall be hand placed and shaped using a grout mixture consisting of t:•:o carts masonry sand and one part Portland cement. The base and barrel of the manhole shall be thoroughly cleaned prior to placement of the invert. The invert shall be shaped and smoothed so that the manhole will be self- cleaning and free of areas where solids may be deposited as sewage flows through the manhole. In all cases, except where the sewer pine can be laid continuously through the manhole, the entire S. diameter of each pipe entering the manhole barrel shall be cut smooth with the inside edge of the manhole barrel and the invert shaped throughout from all inlet pipes to the outlet pipe. 3. Manhole Barrel. The barrel forms may be set as soon as the con - Crete base has cured enough to support the forms. The manhole barrel shall be of such construction that the finished manhole will have an inside diameter of 4 feet 0 inches, plus or minus one-half inch. Concrete used to pour the manhole barrel shall be 3,000 pound per square inch test with a slump of approximately 4 inches. Before the forms are set in place, any water that may have accumulated in the excavated area shall be pumped out and, if required, the concrete base throuchly cleaned of dirt and debris. Before pouring of the concrete begins a two inch layer of grout mixture, as set out under "Invert" above, shall be _placed in the bottom of the forms. The forms shall be removed after the initial set of the concrete so that holes may be cut in the manhole barrel for the installation of pipes that are to enter the man:nole at points other than adjacent to the manhole base. After these Dices have been put in place, the barrel shall be repaired using a groutmixture as set out under "Invert" above. If honeycombing of the barrel is found to be pre- sent after removal of the forms, they shall be repaired as directed by the Engineer. The top of the poured manhole shall be left at such an elevation so that two rings of standard bricks are required to bring the man- hole ring to the finished elevation. A three inch wide by two inch deep keyway shall be left in the top of the poured manhole to hold the mortar for the first ring of bricks. 4. curing. Curing compounds or covers may or may not be used at the option of the Contractor. However, it will be the responsibility of the Contractor to protect the concrete to prevent cracking during the curing process and to protect the manhole during freezing temperatures. The Engineer shall, at his discretion, prohibit -,: pouring concrete during the periods of extreme cold or inclement weather. 5. Backfilli.nc. The manhole shall not be backfilled less than 12 hours after the forms have been removed. Extra care shall be taken to compact all backfill to the too of the highest pipe entering the manhole. 6. Payment. Manholes will be measured by the distance between the 39 a, outlet invert Manholes will unit price as shall include incidental th of the manhole and the ton of the r.≥r.nole rinc. be measured and paid for at the accroorlate cc^tract given, in the Proposal. Unit prices for manholes materials, excavation, masonry xork. and all '.cork =_reto. II -10 CONNECTION TO EXISTING i•LANHOLES: Where required on the Plans to connect to an existing manhole, and where no stub exists in such manholes, an opening shall be cut in the wall of the existing manhole of sufficient size to permit the proper installation of the new pipe at the designated line and crade. After new pipe has been installed, extending entirely th.rouch the ;all of the manhole, the opening around the new pipe shall be refilled with concrete, or brick and concrete, and properly plastered inside and outside with mortar so that no leakage can occur. Bottoms of existing manholes shall be trenched out and refinished to the proper invert as previously specifies. The cost of all work done under this section shall be included in the Contract unit price for pipe and shall not be raid for secarately. II -11 CUTTITG AND ? ??.7vCISG S?EC flL 8Ur?ACrC. Whenever it becomes necessary in excavating for trench to disturb special surfaces, such as paved or gravel streets, drives, •wall:s or parking areas, the original surface shall be restored after completion of the backfill operation. In these instances, special care shall be used in making the backfill to eliminate future settlement. The surface shall be restored using the same type of surfacing materials that were '.:sod in the original surfacing, except that asphalt streets and high'.-ays shall be replaced with concrete as shown on the miscellaneous details sheet in the Plans. Backfill of trench lying within road'.nays shall be in strict accordance with the applicable provisions as stated in Section II of these Specifications. The condition of the backfill, with special regard to the degree of compacticn, shall be checked and approved by the Engineer before any surfacing is placed over the backfill. The replacement of special surfacing shall follow as soon as practical after the completion of the backfilling operation so as to restore the roadway to its original condition and traffic capacity. If in the opinion of the Engineer the replacement of surfacing is lagging, he may, at his discretion, suspend the pipe laying operation until the replacement of sur- facing proceeds ina satisfactory manner. Immediately prior to replacing asphalt or concrete pavement or surfacing, a chalk line shall be made along both sides of the trench at the proper `.width, and the pavement trimmed along a straight and vertical line. No claims •::ill be allowed for additional width of pavement cut and replaced occasioned by this requirement. The Quantity of asphalt and concrete pavement cut and replaced will be determined by the horizontal length of pavement actually cut and replaced measured along the centerline of the trench • 40 multiplied by a width of thirty-six (36) inches, except that where a width greater than thirty-six (36) inches is required and authorized by the Engineer, the actual width of pavement cut and replaced shall be used in deternininc the quantity of pavement cut and replaced. In gravel surfaced streets or parking areas the gravel will be disturbed in excavating for sewer trench. After the backfill has been so placed that no further appreciable settlement will occur, gravel surfacing shall be replaced to the same compacted thickness as the original surfacing. During construction operations, the gravel on the remainder of the street not occupied by the trench may be disturbed and covered with dirt from excavation. After completion of the backfill, such dirt shall be removed as completely as possible and additional gravel placed on the street as directed by the Engineer until the street is satisfactorily restored to its original condition. The Contractor will be responsible for maintaining flagmen while working within or near city streets. In the event a closed street is required, the Contractor shall carefully mark a detour route. The Contractor will be responsible for providing and maintaining barricades, warning lights, signs, washing eauipment, labor, and every other item re- quired to maintain roadways safe and comfortable to travel and reduce the inconvenience and discomfort of adjacent residents as much as possible. It will also be the Contractor's responsibility to replace signs, mailboxes, posts, retainer walls, and other cbstructions which were removed by him during construction of this project. Gravel surfacing cut and replaced will be measured and paid for as the cubic yards of gravel actually used in replacing such surfacing. Special surfacing cut and replaced will be paid for at the ... appropriate contract unit price as given in the Proposal. Contract unit prices shall be inclusive of materials, placement, and all work incidental thereto. II -12 CROSSING LAWNS: The following shall apply to all lines crossing lawns, as desic- nated on the Plans. After settlement has occurred, the disturbed area shall be dressed out with three (3) inches of too soil and hand raked. The dressed out areas shall then be seeded or sprigged with the appropriate grass or grass mixture, as directed by the Engineer. If lawns, bushes and small trees are likely to be damaged by the work, they shall be taken up ahead of construction. They shall be properly protected until such time as they can he reset. It is the intention of this Specification that lawn areas be restored as closely as possible to their original condition. The cost of all work under this section shall be included in the appropriate Contract Q I. unit price for pipe, and shall not be paid for separately. 1I-13 CROSSING FECES: The installation of lines may necessitate crossing several fences as shown on the Plans. Prior to clearing the right of way, the Contractor shall install a braced post assembly on each side of the right of way so that when the fence is cut, the tension on the fence is not reduced. He shall then construct temporary gates so as to maintain livestock in the original pasture during construction. After all construction, including cleanup, is complete, the fences shall be rebuilt to equal or better than original condition, using new posts and wire. The wire used in rebuilding of the openings shall be of the same general type as the existing fences. Posts small be oressure- treated pine, having a minimum top diameter of 4 inches. Where removal, replacement, or recair, of chain link fences is required, the Contractor shall retain a professional fence company to perform the work. The cost of all work done under this Section will be included in the Contract unit prices and none will be ;aid for separately. 1I-14 GARDEN CROSSI?:GS: In the event of a garden crossing extreme care will be taken to damage as little of the garden as is possible. =fter cur❑ietion of the pipe laying operation within the cardcn area the card^_n shall be dressed with a minimum of 12 inches of topsoil and hand raked smooth. II -15 CONCRETE: All concrete shall be composed of the materials described in paragraphs 5, 6, and 7, Part III, and shall be proportioned by weight in such manner as to obtain a plastic workable mix. All concrete shall have a 28 day compressive strength of 3000 PEE and a sl•.'.mg of aoproximatelv 4 inches. In placing concrete, care shall be taken that the freshly placed mass is so :laced and vibrated that there is no tendency for the coarse aggregate to segregate from the mortar. All concrete shall be properly protected from too rapid curing or from freezing while green. The cost of all work in this section shall be included in the unit contract price for Class "B" concrete and shall not be paid for sepa- rately. II-16 CLEANING UP& After the construction work is co.:,pleted, all refuse and debris resulting from the work shall be cleaned up and disposed of to the satisfaction of the Engineer. All excess excavation, waste concrete, piping, lumber, and other refuse shall be removed from the site of the work and the site leveled, graded, and dressed up until it is neat, smooth, and workmanlike. It shall be specifically understood that the clean up operation shall be maintained as closely as possible to the pipe laving operation. If, in the opinion of the Engineer, the clean up operation is not being maintained satisfactorily, he may suspend the cipe laying operation until such clean up is completed to his satisfaction. The cost of all work under this section shall be included in the appropriate unit price and will not be paid for separately. II -17 HIGHWAY CROSSINGS (STATE OR U.S.): The plans show the location of lines .mere urossines of highways are required. The crossings shall be accomplished by boring and the insertion of an encasement pipe of the length, tape and size as shown at each location on the plans. In the event rock conditions prohibit boring of the road crossing, the Contractor shall contact highway department officials and point out to them that an attempt has been made to bore the crossing and secure permission to make an open cut. Unless an open cut is made, the trench shall not be opened closer than 10 feet from the edge of the driving surface. If an open cut is required, then the following procedure shall be followed: The highway must be kept open to traffic at all times. Consequently, the Contractor will be recuired to complete the crossing in two stages,. keeping at least one-half of the roadway open at all times. The crossing shall be made in the following manner. The pavement shall be removed the minimum width required for installation of the encasing pipe. All pavement cuts shall be made to line with the use of an air spade, line drilling, sawing or such other equipment as is required to form a true line for removal and replacement. The Contractor shall then excavate the earth from the site and install the encasement pipe. then be made by using Arkansas State Highwav Depart::, compacting to7`a minimum of 95% of maximum A.A.S.H.O. shall be.made according to the latest specifications backfill shall be brought to the top of the subgrade trench, remove all The backfill shall =_nt SB-2 aggregate, density. Tests of A.A.S.H.O. The in the above manner. The pavement and base shall then be removed for a distance of 18 inches from each side of the trench. The Contractor shall then replace the base with 8 inches of reinforced concrete pavement using high early strength cement. The concrete shall have a 28 -day strength of 3,500 mounds per square inch. Steel reinforcing shall consist of ::o. 6 rods placed on 12 inch centers both ways. If the original payement is concrete, the concrete base as set out above shall be constructed flush with the top of the existing pavement which will require a total concrete thickness of 12 inches rather than 8 inches as shown. The finished grade of the driving surface shall be uniform with the existing adjacent driving surface. A finished top grade tolerance of plus or minus 1/4 inch will be allowed. The tolerance will be measured by use of a 16 foot straight edge placed parallel to the roadway centerline. The plans show repair detail as set out above. The shoulders of the hich•.wav which have been disturbed shall be backfilled with SB-2, thoroughly compacted, and the surface shall be replaced to equal or better than the original condition. It should be noted that it is the responsibility of the Contractor to provide sufficient flan -,en, signs, barricades, lights and other items required to insure complete safety of the public and the work- men at all times. Since the return of the deposit required by the Arkansas Highway Department (the cost of which will be borne by the Owner) depends upon returning the roadbed to its original or better condition, the Contractor will he required to cO:nclete this item of Constriction to the satisfaction of the Highway Department. II -18 EXCEPTIONS TO CONSTRUCTION S--CTCTC, ^•TC ISWHEN LAYING 4" C.I.S.?. SERVICE LI:TES All of the provisions for laying sewer pipe, as outlined elsewhere in these specifications shall hold true when laying service lines with the exception of the following: 1. A hand level may be used to establish grade. 2. All C.I.S.P. in place shall be inspected prior to backfill. II -19 ADDITIONS TO. CONSTRUCTION SP=CIF?C`-TIO':S WHEN LAYING 4" C.I.S.? . SERVICE LINs: 1. The minimum grade to be used when laying service lines shall be $"/ft. unlessotaero:ise directed by the engineer. 2. No bends shall be used anywhere on service lines unless specifically directed by the engineer. ar mil. '� • •i. f i 3. Tapping saddles in place shall be inspected prior to installation of service lines to determine that the saddle is properly aligned over the drilled hole in the sewer main. 4. All holes in V.C.P. sewer mains for service connections shall be drilled with a 4.5" O.D. to 4.8" O.D. drill bit suitably powered, driven, and designed for tapping sanitary sewers. 5. Holes in D.I. sewer mains for service connections shall be drilled as outlined in Item #4 or may be drilled out as follows: a. The tapping saddle shall be placed on the main and the inside circle of the tee off shall be marked with chalk. b. The tapping saddle shall, then be removed and the outline of the service hole shall be hand drilled with 1/4" diameter or smaller drill bits. c. The metal saucer removed from the pipe must not be allowed to fall into the sewer and proof that it is not in the sewer must be shown the inspector. d. Once the rough outline of the service hole has been cut out, a suitable saw must be used to cut a smooth circular hole out of the sewer main of the correct size for the tap. e. The tapping saddle may then be installed and inspected. 6. No taps shall be made in manholes unless specifically directed by the engineer. In the event taps are allowed in manholes they shall be paid for at the unit price given in the proposal for bid item 4 24. 7. 4" C.I.S.P. service lines shall be installed to the property lines of the individual owners of the tap, unless otherwise directed by the engineer, and at that point the contractor shall reconnect to whatever type of service line is encountered as shown on the standard details sheet of the plans. 8. No sewer service shall be deemed necessary to reconnect until it has been smoked by.. the Water and Sewer Department to determine which house it serves,. unless o ther:.ise directed by the engineer. 9. It shall be the contractors responsibility to locate all sewer services which must be reconnected to the new sewer mains. J J , [ A'. DETAILED SPECIFICATIONS PART III - l,.ATERIALS III -1 GENERAL: The work to be done under this contract as shown on the Plans and provided for in the Specifications includes the furnishing of all equipment, labor, tools, supplies, and .;,aterials r^cuired for the construction of a sewer collection system and related wort: as provided for in the Proposal. III -2 VITRIFIED CLAY SEWER PIPE: Vitrified clay pipe used in this contract shall conform to ASTM C -200-65T, "extra strength clay pipe". All pipe shall be subject to tests as prescribed in Section 11-7. Pipe joints shall have factor. -applied joints or coupling on the spigot and bell ends of the pipe meeting A.S.T.:. designation C425 or latest revision, and compounded of alhigh quality polyurethane elastomer applied to the pipe and properly manufactured to a desired hardness and compressi- bility to form a tight compression joint. The resilient polyurethane should have the following physical characteristics: 1. A minimum tear strength of 50 psi (A.S.^..:1. X624). 2. Percent elongation of not less then 90 percent and shall return to original volume and shape upon release of elongating force (A.S.T.N. D412). 3. A compression set value of less than 5 percent (A.S.T.:±. D395A). 4. A minimum resistance to deflection of 165 psi at 10 percent deflection. 5. A minimum (Shore "A" durcmeter) hardness of 70 from a temperature range of 20 degrees to 100 degrees F. 1I1-3 MANHOLE CASTi S: All castings shall be made of clean, even grain, tough gray cast iron. The castings shall be smooth, true to pattern and free from pro- jections, sand holes, warp and other defects which would interfere with use of, or impair the serviceability of the castings. Circular manhole rings and covers for sewer manholes shall be 250 pound standard in dirt or 300 pound in roadways with solid cover. Cover shall have two*pic:: holes, on opposite sides at the edges. Manhole rA[ rings and covers shall be as manufactured by Bass & Haves, Neenah, or approved equal. Cast iron manhole steps shall be 8 inches wide. III -4 CONCRETE AGGREGATES: Fine aggregate shall consist of sand or other approved inert material with similar characteristics, having hard, strong, durable particles with not more than one (1) percent by weight of clay lumps or three (3) per- cent by weight of material removed by decantation. Mortar specimens made with the fine aggregate shall have a compressive strength at twenty-eight (28) days of not less than ninety (90) percent of the strength of similar specimens made with Ottawa sand having a fineness modulus of 2.40 + 0.10. Fine aggregate shall have a fineness modulus of not less than 2.40 and not more than 3.00 and the variation in modulus shall be limited to +0.20 from the average of all tests. Gradation shall fall within the following requirements: TOTAL PASSING PEBCE"T BY :HEIGHT No. 4 Sieve -'- 95-100 No. 16 Sieve 35-75 No. 50 Sieve 10-25 No. 100 Sieve 2-8 Coarse aggregate shall consist of crushed stone, gravel, or other inert material of similar characteristics, having clean, hard, strong, durable, uncoated particles with not more than five (5) cercent by weight of soft fragments, one-fourth('-,) percent by weight of clay lumps, and one (1) percent by weight of material removed by decantation, except that when the material removed by decantation consists essentially of crushed dirt the maximum amount permitted may be increased to one and one-half (1 1/2) inch and smaller or three-quarter (3/4) inch and smaller, and shall be graded .. within the following. requirements: PERCENT PASSING BY WEIGHT Maximum size mesh screen (sq. mesh) 97-100 Half maximum . -size mesh screen (sq. Mesh) 40-70 %o. 4 Sieve 0-6 22I-5 CE."WNT: Portland cement shall conform to the requirements of the Standard Specifications for Portland Cement, ASTI Designation C 150, Type I. Masonry cement shall conform to the requirements of the Standard Specifications for Masonry Cement. AST1 Designation C 91. III -6 WATER: Water for mixing concrete shall be clean and free from 47 injurious amounts other deleterious materials and the five (95) percent of the same mater of oil, acids, alkalies, salt, substances-. Test sped -ens of water to be used shall de`ieloo of the seven (7) day tensile c Lals and distilled water. organic matter, or mortar -lade from the not less than ninety- - compressive strength 111-7 GRAVEL FOR SU3GRADE AND GRAVEL ST2EET ?.PAIR: Gravel for subgrade shall be S3-2 and shall conform to the following specifications: SIZE OF SIEVE 1½" 1" 3/4" TOTAL RETAINED #4 #40 #200 TOTAL PASSI::G nEPCE::T 3y •;-rTG9T 0 0 10 to 50 50 to 75 10 to '_0 3 to '-0 The fraction passing the =200 sieve shall not be greater than two-thirds (2/3) the fraction passing the =40 sieve. The fraction passing the =40 sieve shall have a licuid limit not greater than t•.✓enty- five (25) and a plasticity index not greater than six. III -8 DUCTILE IRON PIPE: Ductile -iron pipe 3 in. (7.6 cm) in diameter and larger shall conform to the current American National Standard Specification for Ductile - Iron Pipe, Centerifugally Cast in ::etal ::olds or Sand -Lined :!olds, for Water or Other Licuids, AWWA C 151 (A?;SI A21.51) Ductile iron thickness shall conform in all respects to the current American -National Standard for Thickness Design or Ductile Iron Pipe based on a minimum of 200 PSI (1379.0 RPa) working pressure, laying condition "Type 2" with 8 ft. (2.4m) of cover. Pine 4 in. (10.2 cm) and under shall be thickness Class 51; pipe 6 in. (15.2 cm) thru 12 in. (30.5 cm) shall be thickness Class 50. For larger diameters or deeper cover, special desigdwiil be provided. All ductile -iron pipe shall be push -on joint. All ductile -iron pipe shall be bit'uinous coated outside and cement -mortar lined inside with seal coat all in accordance with AWiJA Standard C 104. All ductile -iron pipe and fittings shall be tested in accord- ance with the-aoplicable provisions of the specifications relating thereto. t. py( � 4 {1 r1 1II-9 ENCASE:TNT PIPE: Encasement pipe shall be one -quarter (';) inch thickness, sixteen (16) inches diameter, spiral -weld bituministic coated encasement pipe, or approved equal. III -10 MATERIALS FOR SEWER SERVICE CONNECTIONS: All tapping saddles, 4" C.I.S.P., and fittings shall be as specified on the Standard Details sheet of the plans. Alternate materials will not be allowed without the written approval of the engineer. s 49 l :� ..i i G$j.r�1 •i Pre -Cast Manhole: APPENDIX "A" Pre -Cast Manholes shall be as manufactured by Hardwall Fabricators, Inc, with the ring cast in place. Manholes shall be pre-treated on the inside with protective coat- ing against the corrosive gases. Protective Coating: The protective coating shall be 46-450 Heavy Tnemecol, as manu- factured by Tnemco. Gaskets: Gaskets shall be Ram-Nek Flexible Plastic Gaskets, as manufactured by Ram-Nek Gasket. Steps: Steps shall be made of copolymer polypropylene plastic with 1/2" Grade 60 Steel reinforcement. A-1 V fret �� .r.IJ-1Fi- Y RING CAST IN f PLACE UNLESS NOTED H IL J IlL 1 1 STEPS - 13' (WHEN SPECIFIED) 1 1 WATERPROOF f J MASTIC (BY OTHERS) 4'-0' I O f CONTINUOUS REINFORCEMENT STEEL IN SIDE WALLS AND BASE Appendix A, Page 2 5• a z C ti U 14 LI a -I 4 Li w 1 a Li ti 0 WI .-.fir..,, 3" IrS ii IS II liii IS Ii II I'll Ii Ii 1111 10 12 Lu Copolymer Polypropylene Plastic %2<GRADE 60 STEEL REINFORCEMENT czI 54 ' � 1 Appendix A, Page 3 I -L--1 1 u 14 _. (jj SECTION-A 46.450 HEAVY TNEMECOL APPLICATION INFORMATION As Manufactured by Tnemec Company MIXING Material may turn to a stiff gel in the container. Thorough stirring is required to return the material to a liquid viscosity ready for application. If the entire contents of a drum will not be used at one time, scoop required amount of the material into a smaller container and stir until a smooth liquid consistency is obtained. SPREADING RATEDry Mils Wet Mils Sq.Ft./Gal. Suggested 14.0 20.0 80 Minimum 13.0 19.0 85 Maximum 16.0 23.0 70 Allow for overspray and surface Irregularities. Film thickness is based on closest 0.5 mil. THINNING Use No. 2 Thinner. Use No. 21 Thinner when required by air pollution regulations. For airless spray, brush or roller thin up to 5%. For air spray thin up to 20%. Drum heaters or inline heaters may be necessary to maintain application viscosity during cool weather. SURFACE TEMPERATURE Minimum 50 F. Maximum 100 F. The surface should be dry and at least 5 F. above the dew point. APPLICATION EQUIPMENT Air or airless spray, brush or roller Air Spray Suggested equipment, or equal: Gun Fluid Tip Air Cap Air Hose Mat'l Hose Atomizing Pot ID ID Pressure Pressure Binks No.62 67 67P8 3/8" 112" 50 25 or 18 psi psi Low temperatures or longer hoses require higher pot pressure. Airless Spray Suggested equipment, or equal: Tip Atomizing Mat'I Hose Manifold Orifice Pressure ID Filter 0.019" 2400 to 318" 30 to 0.027" 2700 psi mesh Use appropriate tip and atomizing pressure for equipment, applicator technique and weather conditions. CLEAN UP INSTRUCTIONS Clean all equipment Immediately after use with No. 2 Thinner or xylol. Use No. 21 Thinner where required by air pollution regulations. Flush and clean spray equip- ment before material sets up. Appendix B, Page 1 SURFACE REPLACEMENT 4' REINFORCED CONCRETE Wii% Camp J,Ia.ck aI 4 If MINIMUM UND/sra. tD 1 EARTH. CITY' STREET f�FPi;:N ix "C., CROSSING at