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