Loading...
HomeMy WebLinkAbout121-89 RESOLUTIONRESOLUTION NO. 121-89 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH FAYETTE TREE & TRENCH, INC. AS THE LOWEST BIDDER ON THE DAVIDSON STREET SEWER REHABILITATION PROJECT AND APPROVAL OF'A-BUDGET ADJUSTMENT RE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILIE, ARKANSAS: Section 1. Tha_ the Mayor and City Clerk are hereby authorized and directed to execute a contract with Fayette Tree fi Trench, Inc. for the Davidson Street Sewer Rehabilitation Project in the amount of $243,378.91. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The Board of Directors hereby approves the budget adjustment of $23,400 from the Unreserved Fund Balance to increase the Water/Sewer Revenue Bond Construction Fund. A copy of the budget adjustment authorized for execution hereby is attached hereto marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this 19th day of .-.December 1989. r APPROVED- By: PPROVED:By: C1� f/ %� ll�rn� Mayor By. "c'i'ty G2t7k ell 1•• R y{,o4 IY a. .-ry.a'.. 't.• .+ . "t l {. JS. �.i?�.r #+� r y yL ! }<az�i > let 10. !" !'•� 1 U • . l 3! f ley" j' 5 �r '.y l�, h'+ It s'.i• x t - H r ZImp i -I F'tr I t Y I • . N F F U i Iga at I OA roal Coal r tool Ing Jf rr O P s ✓��wi .a W zI +s t O 7 O JI coW kl y' 0 I I I ,a}� W W O -i� CQ 1H•I �'' SLn H rd r-•1 w o O w O P4 W ni a4 £ .F •J.T Z rl-I`.:' " p., [[ 1 -OP no.MMS ,� .,,,x�f••, z N.. H O� V' 4. H Ol F' O O W 6 . t . ?s - r.. r' 1% a a I Z '4 *tib Z N z O P. ♦y V�• r U .. '! allr O �.. O r -I O M a O UI O 1 O � O'; t,x - r ,'i O 4� a. U \ V to O `N l-..0 U OI Nt. �I d Pal Joel i. •"[. ol .... A {r }�mµ U s ek.free ,s.;r } • ' t H I l c a -4t r "•" aFhi rotf� d tr an a lag • td3f9 ✓3' V. ar P, IllS age ,Py' -,t, .. no (Do PU NW `/ •Q ,iyrlIt, •i ri ¢ U O d t t.S 5 a z 1 prago, A # Jo W as 's ,...1 u,! al k el N4 On > F ,1' c NKitf \, f* - I 3x to �r xl "•�f i �. ar I or r am 44 r CLf ago O _i N �.$ H H H H w 4 trc3i- AnolW W Hr - r-. 1-1 r S" F i k gtr lA -0 sV t •RI x #' F r� W to S Han U1 U q eqi Nay, AS- A A A �t q ��I 1ty ?fY'JxS.t O•Y"pyrl` 2 {d i.' yV�6 i)c p ' {�� r"•.ti{t 9 y { cW7 '.&2* W .,W Oxl^Y U F i ' I,ly tl 1 a+ O -? ..,z .-•Lr t-lyxa N'`i,i �' .. r+t,}ri $}- U;_"zi'`fa 1'f' - H Ofi#fil rn 11 ',k. +`� i'F(k Il. t , ter :=.. �F t- # ,y?;. Y. aJr 9 At' Ilt.Z ii r N„ MY• H -Y u a Kl.. H Ri Rr• •a{ 3 S Qa I - I -;1� a^i .a �i a a W �r7 - ri •C ' 1 W $.: S *y! ••is G"t ?I:'it ^ \ryV'. PI goea 5 ,4k Ni 'W r A A el I�1.. it Z P4 EO r.: �i V W t lx 4 10Wel� . � 3. 1 W Z' - q" reto b p' yi 0 3� pp, iYi `r .1 tt. ' Un) f O A 11 S U 5 aJet n rz+ �' A L RC o s' i s ��f ".i. y•• 1� O W N N H '�' fA 7r - 1 w F _ H }.I iy 4` Y- • .1 algal a. s. µ Of O A,`0. _ 04 Igo s F ..1. "r q,- ,Fll k ty: O i 0 : W W -' it F r� Z04 H Z H.-,Hq 1, .. :y S' •,yw �' C. - H C'. N - y..y pq t�' W+ U W l r •]'.. is i; i i••... O N ¢ O d A:;.' .,Hy 14 : 7 I� �" X H rCf. „U,y }3 N Ey',t" N ,i, H•: � .'={:U � � r � ati W W'", tUsl y " N `N'Mi' IUs7 � � ,t W N F H t . U CA ^5 (C - H ro 'O O" x q: _ H W phi {sj ' H 1. C" . D' 6 qUq H oom :Inc. '. j rl Vol 04 , a t5 Q = a', N W - W + r'- N H Ir Fial k III r jY 14 1` ♦N" 1t IP! _ ls: CITY OF FAYETTEVILLE CONTRACT/LEASE REVIEW FROM: 41 D outI&Ag5H NAME DIVISION/DEPARTMENT COMMENTS L%A%l� 'KV V fw4J �::ptAieAC:r t BUDGET REVIEW: o,C�'J17 oD BUDGET OOORDIMIOR ACCOUNTING SU SOR DATE CITY)ATTORNEY DATE /0-90 PURCHA I AGENT DATE Iy ERNAL UDITOR DATE r 0 Fdid I Ih' .. .. File 'in J � I �. 01. l.Iv SPECIFICATIONS AND BID DOCUMENTS pill FOR THE CITY OF 4 It' :y: 1 , FAYETTEVILLE, ARKANSAS lip did Ets1E ia. r I d - '•I ,I ', } IF did DAVIDSON STREET '' 4 9�1 I , ' SEWER nEHABILITATION '99 fi;In " •' er. i r n ! iFinds dilIF r, I I lid i I I IF•.I t F{L i . 1 i cd 1 9 In 1� �r ♦ - 9 • ` ' IF . ` - _ t n ,. , •', .. .. IF �g'd D.6+ s IF lip ��pp pp gg ��i1w�v. tjidid I :I y.' 1 ;( �` 11liKtdltl3� f"NII. I. ,.n I'u s ' 'lr w iu4 � ' w .i 1 I j ECiSTB !r t , 1y lip it 0 _ . a nr C ) nd ! `I - �f1lip rlFi r die til \_ 0.7048 flip C. r lId J. Ind r dl 9 1., IF Prepared By + I M,•: L' C E .I ENGINEERING ASSOCIATES, INCFO , Consulting Engineers"P IF - ` bill did Bentonville Arkansas LI _L I . . . ON Ft, * f xYrlal .fk IF IF :3 ti., a, Iv gg 9 � TABLE OF CONTENTS ADVERTISEMENT FOR BIDS A-1. INSTRUCTIONS TO BIDDERS B-1 B-9 BID BOND D-1 D-2 BID E-1 - E -5 - AGREEMENT 'F-1 F-3 PAYMENT BOND I. G-1 - G-3 F .,,.PERFORMANCE BOND H-1 - H-3 -. NOTICE OF AWARD ;_NOTICE TO PROCEED J-1 CHANGE ORDER K-1 GENERAL CONDITIONS L-1 - L-20 SPECIAL INSTRUCTIONS " SI -1, SI -2 ,,.SPECIAL CONDITIONS ''SC -1, SC -5 TECHNICAL SPECIFICATIONS: ;.;,. MANHOLE AND VALVE BOX REGRADING "" 11-1 - 11-2 EXCAVATION, TRENCHING, AND - BACKFILLING FOR UTILITIES 12-1 - 12-6 OBSTRUCTIONS "'13-1 - 13-2 TREE REMOVAL 16-1 TESTING 18-1 - 18-2 �. EXCAVATION, EMBANKMENTS, BACKFILLING, ` n MANHOLE AND INLET CONSTRUCTION AND MISCELLANEOUS SEWER AND WATER LINES " "r 21-1 - 21-9 , zA3 i; PIPE, FITTINGS, VALVES, FIRE HYDRANTS AND I OTHER MATERIALS AND EQUIPMENT AND THE ( INSTALLATION THEREOF . L- — MANHOLE AND INLETS 25-1 - 25-2 SPECIFICATIONS FOR PVC GRAVITY SEWER PIPE 26-1 - 26-8 METHOD OF MEASUREMENT AND BASIS OF PAYMENT HP -1 , ADVERTISEMENT FOR BIDS City Administration Building 113 West Mountain Fayetteville, Arkansas 14 f Separate and sealed BIDS for the repair or replacement of existing sanitary sewer mains along six (6) different locations, all within the city limits, and owned and maintained by the City of Fayetteville, Arkansas, will be received at the offices of the City Engineer, City Administration Building, 113 West Mountain, Fayetteville, Arkansas, until 2:00 p.m., November 8, 1989, and then at said offices all BIDS will be .publicly opened and read aloud. The BID envelope must be clearly marked "Bid for Fayetteville Sanitary Sewer Rehabilitation Project". The Bidders BID BOND must be enclosed in a separate envelope, but attached to the BID envelope. The Rehabilitation Project will include the furnishing of 'all necessary materials, supplies, tools, labor, supervision, and other services required or necessary for the complete construction of the following: 1.a Approximately 6827 linear feet of SDR 35 PVC and approximately 160 linear feet of CL. 50 DIP sanitary sewer main pipe; 26 sanitary sewer manholes; reconnection of existing service laterals; together with all work necessary for a complete repair or replacement. .The CONTRACT DOCUMENTS consisting of Advertisement for Bids, Instructions to Bidders, Bid Bond, Bid, Agreement, Payment Bond, Performance Bond, General Conditions, Special Instructions, Special Conditions, Detailed Specifications, Drawings, Attachments and Addenda, may be examined in the office of the City Engineer, City Administration Building, Fayetteville, Arkansas, 72701, and the office of CEI Engineering Associates, Inc., 110 West Central, Bentonville, Arkansas, 72712. ... Copies of the contract documents may be obtained from the offices of CEI Engineering, Inc., upon payment of $50.00, non-refundable. All bidders must be licensed under the terms of Act 150, Arkansas Acts of 1965. The City of Fayetteville reserves the right to reject any or all bids and to waive any formalities in the bids. The City also reserves the right to withhold the awarding of the contracts for a period of not to exceed thirty days after opening of bids except with the consent of the bidder. Dated the 20th day of October, 1989. A-1 /s/ Purchasing Officer City of Fayetteville Fayetteville, Arkansas F J INSTRUCTION TO BIDDERS 1. EXAMINATION OF SITE AND DOCUMENTS. Bidders are advised that the plans, profiles, specifications and estimates of the Engineer, on file in the c office of CEI Engineering Associates, Inc., shall constitute all of the information which the Owner shall furnish. No other information given, or ,.,sounding made by the Owner .or any official thereof, prior to the execution of said contract, shall ever become a part of, or change the contract, plans, profiles, specifications and estimates, or be binding on the.Owner. Prior to submitting any bid, bidders are .required to read carefully the ..specifications, contract and bonds, to examine carefully all plans, ,profiles, and estimates, to visit the site of the work to examine carefully local conditions, to inform themselves.by their independent research and wounding of the difficulties to be encountered, and •all .attending circumstances affecting the cost of doing the work,.and the time specified for its completion; and to obtain all information required to make an intelligent bid. Bidders shall rely exclusively upon their surveys, estimates, •;,investigations, surroundings and other,things which are necessary for full ...,and complete information .upon which the bid may be made and for which a `contract is to be awarded. The Proposal, providing for unit and lump sum, prices, bid by the Contractor, contains a statement that all bids are made with the full knowledge of the difficulties and. conditions that may be encountered, the kind, quality and quantity of the plans, work to be done, ,,excavation, and materials required and with full knowledge of the plans, .._profiles, specifications and estimates and all provisions of the contract and bonds. The submissions of a bid shall constitute the acceptance of these provisions. 2. APPROXIMATE ESTIMATE OF QUANTITIES. The Engineer's estimate of quantities, approved by the Owner and on file in the offices of. CEI ,.Engineering Associates, Inc., is approximate only, -and shall. be the basis for receiving unit price bids for each item, but shall not be considered by the bidders as the actual quantities that may be required. for ,.the completion of the proposed work. Such quantities, however, at the unit and lump sum prices bid for each item, shall determine the amount of each bid for comparison of bids and aid in determining the lowest and best bidder for the purpose of awarding thecontract, and will be used as basis -for. .fixing the amount of the required bonds_, . 3. BIDS 'AND BIDDING FORMS. Bids must be made out in ink on bidding fo/rms _ t included as part of these specifications. Bids shall be sealed and j addressed City of Fayetteville, Arkansas, and the title of the project, the L name of the contractor submitting the bid and the time and date for receipt of bids written on the envelope. B-1 I e. I Bids are due at the office of the City Engineer, Administration Building, 113 West Mountain, Fayetteville, Arkansas, 72701, no later than 2:00 p.m., on the eighth day of November, 1989. No bidder shall divulge the information in the sealed bid to any person whomsoever, except those having a partnership or other financial interest with him in the bid, until after the sealed, bids have been opened. Bids which are incomplete, unbalanced, conditional, or obscure, or which contain' additions not called for,, erasures, alterations or irregularities of any kind, or which do not comply with the Instruction to Bidders may be rejected as informal at the option of the Owner. . However, the Owner reserves the right to waive technicalities as to changes, alterations or revisions and to make the award in the best interest of the Owner. 4. UNIT PRICES AND FILLING IN BIDDING FORMS. Bidders must state a unit price for each item or work named in the Engineer's estimate of quantities of work to be done. Unit prices shall include amounts sufficient for the furnishing of all labor, materials, tools, equipment and apparatus of every description, to construct, erect, and finish completely all of the work as called for in the specifications or shown in the plans. Unit prices bid and totals shown in the Proposal shall not include any of the costs of engineering, advertising, appraising, or printing. The .price bid for each item must be stated in figures and in words in the appropriate blank spaces provided on the bidding forms. The figures must be .clear and distinctly legible so that no question can arise as to their intent and meaning. In case of a difference in the written words and figures in a Proposal, the amount state in written words shall govern. 5. PRICES BID TO BEAR RELATIONSHIP TO COST OF WORK. Prices bid on the various items in the Proposal shall bear a fair relationship to the cost of the work to be done. Bids which appear unbalanced and deemed not to be in the best interest of the Owner may be rejected at the discretion of the Owner. 6. SIGNATURE ON BIDS. If the bid is made by an individual, his firm name must be given, and the Proposal signed by him or his duly authorized agent. If the bid is made by a partnership, the firm name and the names of each member must be given, and the bid signed by a member of the partnership, or a person duly authorized. If the bid is made by a company or corporation, the company or corporate name must be given, and the bid signed by an officer or agent duly authorized. Powers of attorney, properly certified, for agents and others to --sign bids must be in writing and filed with the Owner. B-2 r y 7. COMPLIANCE WITH STATE LICENSING LAW. Contractors must be licensed in accordance with the requirements of Act 150, Arkansas Acts of 1965, 'the "Arkansas .State Licensing Law for Contractors". Bidders who submit proposals in excess of $20,000 must submit evidence of their having a contractor's license before their bids will be considered, and shall note their license number on the outside of their Proposal. 8. QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS. Each bidder, if requested to do so by either the Owner or. the Engineer; shall furnish satisfactory evidence of his competency to perform the work contemplated. The -Owner reserves the right to reject a bid if the bidder has not submitted, upon request, a statement of his qualifications prior to the date of the opening of bids. 9.,::DISQUALIFICATIONS OF BIDDERS. Any one or more of the following may be ,,;considered as sufficient for the disqualification of bidders and the rejection of bids: More than one Proposal for the same work from an individual, firm, partnerships, or corporation under the same or different names. Lack of competency as revealed by the financial statement, experience, plant and equipment statements submitted. Lack of responsibility as shown by. past work judged from the standpoint of workmanship and progress. A bid by an unlicensed contractor bidding under a licensed contractor's name. Uncompleted work which, in the judgement of the Owner, might hinder or prevent the prompt completion of additional work if awarded. Being in arrears on existing contracts, in litigation with the Owner, or having defaulted on'a previous contract. B-3 Evidence of collusion among bidders. Participants in such collusion may receive no recognition as bidders for any future work. 3 Unbalanced Proposals in which the prices for some items are out of proportion-to the prices for other items, or changes written in, or amendments by letter. Failure to submit a unit price for each item of work for which a bid price is required by the Proposal, or failure to include all required contract documents. Lack of competency as revealed by the financial statement, experience, plant and equipment statements submitted. Lack of responsibility as shown by. past work judged from the standpoint of workmanship and progress. A bid by an unlicensed contractor bidding under a licensed contractor's name. Uncompleted work which, in the judgement of the Owner, might hinder or prevent the prompt completion of additional work if awarded. Being in arrears on existing contracts, in litigation with the Owner, or having defaulted on'a previous contract. B-3 .. -� 13 ` a r 10. CONSIDERATION OF PROPOSALS. After the Proposals are opened and read, the .quantities will be extended and totaled in accordance with the bid prices of the accepted Proposals. Until the final award of the contract, the Owner reserves the right to reject any and all Proposals, to waive technicalities,. and to advertise for new Proposals, or proceed to do the ..work otherwise when the best .interests of the Owner will be promoted thereby. 11. RIGHT TO REJECT BIDS. The Owner reserves the right to reject any and all bids. All bids are subject to this reservation, and the Owner reserves to itself the right to decide which shall be deemed the lowest responsive and responsible bid. Due c'onsid'eration will be given to the reputation, 1 .financial ability, experience and equipment of the bidder. 12. AWARDING OF CONTRACT. The O'wner reserves the right to withhold the awarding of a contract a reasonable period of time from the date of opening bids, said length of time not to exceed thirty (30) days except with the consent of the bidder. The awarding of a contract upon a successful bid shall give the bidder no right to action or claim against the Owner upon the contract until the contract is reduced to writing and signed by the contracting parties. The letting of a contract shall not be complete until the contract is executed and the necessary bonds approved. 13. SUBCONTRACTOR, The Contractor shall not assign or sublet all or any part of this contract without the prior written approval of the Owner nor I shall the Contractor allow such subcontractor to commence work until he has provided and obtained approval of such compensation and public liability insurance as may be required. The approval of each subcontract by the Owner will in no manner release the Contractor from any of his obligations as set out in the plans, specifications, contract and bonds. 14. MATERIALS GUARANTY. Before any contract is required to furnish a complete.' statement .of.the manufacture of any or all materials proposed to be of the work, together with samples, which may provided for in these specifications to determine for the work. awarded the bidder may be C origin, composition, or E used in the construction y be subjected to tests their quality and fitness _ 15. FAMILIARITY WITH LAWS. The bidder is presumed to be familiar with federal, state and city laws, ordinances and regulations which in manner affect those engaged or employed in the work, or the materials all any or equipment used, or in any way affecting the work, and shall in all respects comply with said laws, ordinances and misunderstanding,or ignorance on the part of regulations. No claim the Contractor will in any of way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. am r r� V 16. LABOR LAWS. The Contractor shall abide by all federal, state and local laws governing labor. The Contractor further agrees to save the Owner >harmless from the payment of any contribution under the State Unemployment Compensation Act, and the Contractor agrees that if he is subject to the Arkansas State Unemployment Act, he will make whatever contributions are _ ,required under and by virtue of the provisions of said Act.' x:17. WAGES AND LABOR. liinimum wage rates`shall.be equal to basic rates as established by common usage in the. city and adjacent community for the -various types of labor and skills performed. In case wage rates are specified in the contract documents, the rates as specified shall be the minimum rates which apply to the project. Whenever available, local common labor shall be used and whenever practical, skilled and semi -skilled labor,. ,if available, shall be used. . !The Contractor and each subcontractor, where the contract amount exceeds x:$75,000.00 shall comply with the provisions of Act 74, as amended by Act i 275 of 1969 (Arkansas Statute 14-630). The provisions are summarized below. The,Contractor and subcontractor shall: (1) pay the minimum prevailing wage rates for each craft or type of workman and the prevailing wage rate for holiday r. and overtime work, as determined by the Arkansas Department of Labor. (2) post the scale of wages in a prominent and easily accessible place at the site of the work. (3) keep an accurate record showing the name and occupation and hours worked of all workmen employed by them, and the actual wages paid to each of the workmen, which record shall be open at all reasonable hours to the inspection of the Department of Labor or the Owner, its officers and agents.' The Owner shall have the right to withhold from amounts due the Contractor — so much of accrued payments as may be considered necessary to pay the workmen employed by. the Contractor or any subcontractor, the difference between the rates of wages required by this contract and the rates of wages received by such workmen, If it is found that any workmen employed •by the Contractor or a subcontractor has been or is being paid a rate of wages less than the rate } of wages required by this contract, the Owner may be written notice to the ( Contractor, terminate his right to proceed with the work or such part of the work and to prosecute the work to completion by contract or otherwise, and the Contractor and his sureties shall be liable for any excess costs occasioned thereby. B-5 I 18. WITHHOLDING STATE INCOME TAXES. The Contractor shall deduct and withhold Arkansas income taxes, as required by Arkansas law, from wages .paid to employees, whether such employees are residents or non-residents of Arkansas. . 19. ANTI -KICKBACK PROVISION (WHERE APPLICABLE). When provided for in the specifications, the Contractor shall comply with the regulations of the Secretary of Labor made pursuant to the Anti -Kickback Act of June 13, 1934, 40 U.S.C. 276 (c), and any amendments or modifications made thereto and ...shall see that such provisions are included in all subcontracts. A copy of such provisions is included hereinafter in these specifications. 20. COMPLIANCE WITH ACT 125, ARKANSAS ACTS OF 1965. The attention of all I bidders is called to the provisions of Act 125, Arkansas Acts of 1965. This -act provides for payment for certain taxes on materials and equipment brought into the state. It further provides for methods of collecting said taxes. All provisions of this act will be complied with under this contract. [I 21. INSURANCE. During the life of this contract, the successful bidder •' shall carry insurance as hereinafter set out. Also, he shall require all of his subcontractors to carry insurance as outlined below, in case they are not protected by the policies carried by the prime Contractor. 1 Insurance companies underwriting the required insurance shall be licensed in Arkansas. Licensed companies are listed in the State Insurance Department's Annual Report of the Insurance Commissioner. g{ In Arkansas, the prevailing law requires that insurance on public works, contracts be issued by and through a duly licensed agent resident in the State of Arkansas. The mere countersigning by a resident agent is not acceptable. Insurance is to be approved by the Owner. If any insurance contracted for becomes unsatisfactory or unacceptable to the Owner after the acceptance and approval thereof, the Contractor shall promptly, upon being notified to the effect, execute and furnish acceptable insurance in the amounts herein specified. Upon presentation of acceptable insurance, the unsatisfactory insurance may be canceled at the discretion of the Contractor. The Contractor shall have his resident insurance agent submit to the Owner, through the. Engineer, a schedule of insurance policies proposed to be furnished, which shall be approved before certificates of insurance and/or policies are issued. Once the Owner has concurred in the proposal of insurance coverages, the Contractor shall then furnish to the Engineer, in the name of the Owner, certificates of insurance for the following: s' � a. • f A. Workmen's Compensation. Workmen's compensation, as required by the laws of the state in which the work is to be done, shall be.furnished. In case any hazardous occupations are required for the execution of the work which are not covered by the above insurance, special employer's liability policies shall be obtained to cover workmen engaged in such hazardous occupations. f- B. Contractor's Public Liability Insurance and Property Damaqe Insurance. This insurance shall provide bodily injury of $200,000.00 for each ' person and $500,000.00 for' each accident; and property damage of $200,000.00 for each accident; This insurance shall be endorsed to cover explosion collapse and underground hazards, and blasting. "C. Motor Vehicle Public Liability and Property.Damage Insurance. This policy shall provide bodily injury of $200,000.00 for each person and 500,000.00 for each accident; and property damage of $200,000.00 for each accident. D. Owner's and Engineer's Continqent Protective Liability Insurance. The Contractor shall indemnify and save harmless the demands, payments, suitsf actions recoveries and judgments of every nature and description brought or recovered against them by reason of any omission or act of the Contractor, his agent or employees in the execution of the work of in the guarding of it. The Contractor shall obtain in the name of the Owner and Engineer (either as co-insured or by endorsement), and shall maintain and pay the premiums for such insurance in an amount not less than $200,000.00 pro"perty damage and $500,000.00 bodily injury limits, and with such provisions as will protect the Owner and Engineer from contingent liability under this_ contract; E. Builder's Risk Insurance. The Contractor shall procure and maintain ....'.d,:; during the life of the contract builder's risk insurance (fire, lightning, extended coverage, vandalism and malicious mischief) on the insurable portion on a 100 percent completed value basis, against damage to the equipment, structure or material. The Contractor, his subcontractors, and the Owner (as their interest may appear shall be named as the insured). F' All -Risk Floater Insurance. Until the project is completed and is accepted by the Owner, the Contractor is required to maintain an all- risk installation floater policy. t L {I` B -i y The Contractor shall submit to the Owner written evidence of insurance upon the entire work at the site to the full insurable value thereof including the interest of the Owner,. the Contractor, the subcontractors, and any others with an insurable interest. The policy shall insure against all risk of physical damage except as modified by the contract documents and subject to the normal all-risk exclusions. The policy by its own terms or by endorsement shall specifically permit partial or beneficial occupancy prior to completion or acceptance of entire work. G. Other Insurance. The Contractor is to protect the Owner against all loss during the course of the "contract. If, due to the nature of the project, insurance coverage other than that specified above is needed by the Contractor to protect the Owner against all losses, the Contractor is responsible for determining -the type of insurance needed and purchasing same. Each insurance certificate and/or policy shall contain a clause providing that it shall not be canceled by the insurance company without fifteen (15).days written notice to the Owner of intention of cancel. It shall be the responsibility of the Contractor to maintain insurance as set out above, and to furnish current certificates and/or policies. 22. PERFORMANCE BOND AND PAYMENT BOND. The Contractor shall furnish both a surety performance bond and a payment bond, each equal to one hundred percent (100°%) of the contract price. The performance bond and the payment bond shall be two totally separate bonds and shall bear two different bond numbers. The Contractor is to pay all expense in connection with the obtaining of said bonds. The bonds shall be conditioned that the Contractor shall faithfully perform the contract, and shall pay all indebtedness for labor and materials furnished or. performed in the construction of such alterations and additions as prescribed in this contract. The surety company issuing the bonds must be a solvent company on the "Surety Companies Annual List" issued by the U.S. Department of the Treasury, and the bonds are not to be issued in an amount greater than the underwriting limitations for the surety company as set out therein. Resident Aqent Required. In Arkansas, prevailing law requires that performance and payment bonds on public works contracts shall be executed by a resident local agent who is licensed by the Insurance Commissioner to represent the surety company executing said bonds, and filing with such bonds his Power of Attorney as his authority. The mere countersigning of the bonds will not be sufficient. I 4 f i i s u The date of the bonds, and of the Power of Attorney, must not be prior to the date of the contract. At least six copies of the bonds shall be furnished, each with Power of Attorney attached. Bonds are to be approved by the Owner. If any bonds contracted for become unsatisfactory or unacceptable to the Owner after the acceptance and approval thereof, the Contractor, upon being notified to that effect, shall promptly execute and furnish acceptable bonds in the amounts herein specified. Upon presentation of acceptable bonds, the unsatisfactory bonds may be canceled at the discretion of the Contractor. k L B_g S R. BID BOND . KNOW ALL PERSONS BY THESE PRESENT, that we, the undersigned, as Principal, and F, 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, successors and assigns. Signed, this day of 1989. _. 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, THEREFORE, (a) If said BID shall be rejected, or (b) If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attachment hereto (property completed in accordance with said BID) and shall . L furnish a BOND for faithful performance of said contract, and for the payment of all performing labor furnishing materials in connection therewith, and shall in all other respects perform the - agreement created by the acceptance of such BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that 1 the liability of the Surety for any an all claims hereunder Lshall, in no event, exceed the penal amount of this obligation as as herein stated. L L D-1 L The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall in no way be 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. r IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their 1 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. r 1 Principal I _Surety By: E IMPORTANT - Surety companies executing BONDS must appear on the Treasury ! Department's most current list (Circular 570 as amended) and be authorized iL to transact business in the state where the project is located. �Le E D-2 L AMERICAN STATES INSURANCE COM°PANYt INDIANAPOLIS, INDIANA BID OR PROPOSAL BOND Know all Men by these Presents, That we------------------ FAYETTE TREE & TRENCH, INC. ------------- - - - P. 0, BOX 471 of FAYETTEVILLE, ARKANSAS 72702 (hereinafter called the Principal), ------------------------------------------------------- -•as-Principal, and AMERIC-AN-S-T-ATES-INSURANCE�COMPANY—(hereinafter.called:thec.,---r Surety) , as Surety, are held and firmly bound CITY OF FAYETTEVILLE, ARKANSAS (hereinafter called the Obligee) in the penal sum of_>51_GF_Ahi01M_OF_ B T D --------------- __________________ Dollars (1$-51OF_BJp__Alq.for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED and SEALED this ----------- 8th -------------- day of -------------- RO-UMER. --------------- 19-8-9---. THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted or is about to submit a proposal to the Obligee on a contract for -DAVIDSON STREET--SEWER--REHABILITATION--PROSE_C_T,-FAYETTEVILLE;__ARKANaAS_ ___REPAIR_OR ------ -------------- - - - - - REPLACEMENT OF EXISTING- SANITARY "SEWER"MAINS7nONG`SIX"(6)_DIFFERENT LOC -A IOYIS. - NOW; THEREFORE, if the said contract be timely awarded to the Principal and the Princi- pal shall, within such time as may be specified, enter into the contract in writing, and give bond, if bond be required, with surety acceptable to the Obligee for the faithful performance of the said con- tract, then this obligation shall be void; otherwise to remain in full force and effect. FAYETTE"-TREE & TRENCH. INC. BY: Form 9-1027 6.62 STATES INSURANCE Y4n=_Fact _.>f .�-�,- GENERAL POWER OF ATTORNEY American States Insurance Company INDIANAPOLIS, INDIANA KNOW ALL MEN BY THESE PRESENTS. that American States Insurance Company, a Corporation duly organized and existing under the laws of the State of Indiana, and having its principal office in the City of Indianapolis, Indiana, hath made, constituted and appointed, and does by these presents make, constitute and appoint - -------------------- ROBERT M. RENNER AND KEVIN RENNER ----------------- (`Joint:ly or Severally) � W of Fayetteville and State of Arkansas CD its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, contracts of indemnity and other conditional or obligatory undertakings, provided, however, .A that the penal slan of any one such instrtment executed hereunder shall not exceed W TWO MILLION FIVE HUNDRED THOUSAND AND N0/100 ($2,500,000.00) DOLLARS ----------------- and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the common seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This Power of 'Attorney is executed and may be revoked pursuant to and by authority granted by Section 7.07 of the By -Laws of the American States Insurance Company, which reads as follows: "The Chairman, the President or any vice-president (including any Executive Vice President, Senior Vice President, Second Vice President or Assistant Vice President) shall have power, by and with the concurrence with the any other officer of the Corporation, to appoint Attorneys -in. Fact as the business of the Corporation may require and to authorize any such person to execute, on behalf of the Corporation, any bonds, recognizances, stipulations and undertakings.. whether by way of surety or otherwise." 1N WITNESS. WHEREOF, American States Insurance Company has caused these presents to be signed by its Vice -President, attested by its Assistant Vice -President and its corporate seal to be hereto affixed this 24th day of May AMERICAN STATES INSURANCE COMPANY /L�^/ IES INdr, ATTEST: 'v/ V 0 " ✓ '� ✓ E/ _ By ��C,—�•p aid Assistant Vice -President Secontl Vice- resident '�p ^ f STATE OF INDIANA I COUNTY OF MARION ISS On this 24th day of May A.D., 19 89 , before me personally came Joseph F, Heim , to me known. who being by me duly sworn, acknowledged the execution of the above instrument and did depose and say; that he is a Vice -President of American Slates Insurance Company; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of the Board of Directors of said Corporation; and that he signed his name thereto under like authority. And said Joseph F, Heim further said that he is acquainted with John J, Rosich and knows him to be the Faistant Vice -President of said Corporation; and that he executed the above instrument. MY COMMISSION EXPIRES - C: m. -+. —:1J 4Pay pL� _ FEBRUARY S. 1000 - Public eta My Commission Expires Notary Public i� n STATE OF INDIANA ISS COUNTY OF MARION J 1. John J. ROS ich the Assistant Vie -President of AMERICAN STATES INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said AMERICAN STATES INSURANCE COMPANY, which is still in force and effect. This Certificate may be signed and sealed by facsimile under and by the authority of Section 8.03 of the By -Laws of AMERICAN STATES INSURANCE C>.`✓PANY which reads as follows: "All policies and other instruments of insurance issued by the Corporation shall be signed on behalf of the Corporation by the Chairman, the President o: any vice-president (including any Executive Vice President, Senior Vice President, Vice President, Second Vice President or Assistant Vice President) and the secretary, or an assistant secretary, or other officer, whose signatures, if the instrument is duly countersigned by an authorized representative of the Corporation, may be facsimilies. Such signatures and facsimiles thereof shall be authorized and binding upon the Corporation notwithstanding the fact that any such officer shall have ceased to be such officer at the time such policy or other instrument of insurance shall have •�, issued by the Corporation." •': .. �z•' In witness whereof, I have hereunto set my hand and affixed the seal of said Corporation, this 8TH day of NOVET w. �'•••'_ A.D., 19 89 .. 9.1459 (9-88) Assistant Vice -President NOU=07-1989 14:49• FROM CEI ENGINEERING TO 152198711, P.02 CEI Engineering Assavocal ,Inc. EngMeers • Planners .Surveyors' 110 west Cenral Benton+ 1e, Ar 72712 (501) 273-9472 FAX (501) 273.0944 November 7, 9 En TO ALL BIDDERS EI {JE RE: Davidson Street Sewer kG Y8 L Rehabilitation Project pj 1889 CV Eh6i1 ERIN nil Gentlement An rj Please take: notice of and incorporate the followw"ing�3t your bid for the referenced'.projecti ADDENDUM NUMBER TWO i. Bid Item 1. (b.) page $-2'of Bid Form Changed 63 linear feet 6'-8' cut to 63 linear feet 80x10' cut 2. Add Bid Item No. 9,' Lump sum•bid for Highway 16 crossing repair 3. Add Bid Item No. 10, 6" ar 4" service taps for line D (18") 4. Add Bid Item No. 11, 4" service taps for line segments A, B, C, E, F, G & H. s. Add Bid Item No. 120 6" service taps for line ,segments A, B, C, E, F, G & H. 6. Add Bid Item No. 130 - Cubic yards rock excavation. Note: All of the above addenda are reflected in the enclosed revised bid forms. Use said revised forms for actual bid. 7. Crushed stone pipe bedding and trench backfill under pavement Will be paid for by actual volume placed up to the maximum allowed by trench details on Sheet 11 of project plans. Please call Mark Johnson at (S01) 273-9472 with any questions. Respectfull bmitted, Mark C. J nson, P.E. PLS cs All Bidders Sid Norbash/REH/File • NOV,-07-11°83 14:50 FROM CEI ENGINEERING TO 15219671 P.03 s BID Davidson street Sanitary Sewer Main Rehabilitation Project For the City of Fayetteville, Arkansas Proposal ofye called "Bidderul), afcorporation, organized the State of doing business as (hereinafter and existing under the laws of a partnership, or an individual To the City of Fayetteville, Arkansas, (hereinafter called the "Owner")t Gentlement The Bidder, in compliance with your invitation for bids on the Sanitary Sewer Main Rehabilitation Project located in and for the City of Fayetteville, Arkansas, having examined the plans and specifications with related documents and the site .of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the"availability of materials and labor, hereby proposes to furnish all labor,materials, and supplies, within the time set forth therein, and at the prices stated below. The 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 or before a date to- be agreed upon by the Contractor and the Owner and to fully complete the project within/a4- consecutive calendar days thereafter as stipulated in the specifications.. Bidder further agrees to pay as liquidated damages, the sum of S n,nn for each consecutive calendar day thereafter.' Bidder acknowledges receipt of the following addendums Addendum Number One s N Addejxd_um Number Two . N/ Revised 11%7/89 Z-1 'NOV-07-1989 14'50 FROM CEI ENGINEERING TO 15219671 P.04 , Bidder agrees to supply all necessary materials, supplies, tools, and equipment and .provide all, labor, supervision, and other services required for the complete `construction of the project as described in the specifications and shown_on the plans for the following unit prices. The costs of miscellaneous material items not, listed below .that are required for a complete job shall' be included in•the unit prices below and shAll mot be a cause ,for an extra, with the exception of approved change order. Item Estimated Unit, Description of Item Total No. Qu'an'tity and Unit -Price $id Amount 1. SDR 35 PVC Gravity Sanitary Sever Nain.Pipe, complete in place. (a.) 6" PVC 1,636 Linear Feet 0'-6' Cut d dollars (S /J,b0 439 Linear.Feet 6'-8' Cut Ln 4-J dollars (S!'11 160 Linear Peet s'-10' Cut dollars cJ ' (b.) 8" PVC 1,385 Linear Peet 0'-6' Cut dollars 540 Linear Feet 6'-8' Cut 0 dollars (S/� 63 Linear Feet 8'-10'Cut � '6�� 4, 100 dollars Revised 11/7/89 E-2 )L.F. $24c ) L. P . 5=J P 80. 0,0 )L.P. $ 10!000.90 )L. F.$ 1,,3,9z -k, 9b 'NOW -074989 .114:51 FROM CEI ENGINEERING .. TO %1521cA71 P.05 (c.) 18" PVC ` 448 Linear Peet. '.0'-6' Cut 00 dollars. (S9"6,/� )L.F.S(/J96010 625 Linear.Feet. 6'-8' Cut, / o — dollars (5A9,/�r 1L.F.S/B1gig, 7S� 862 Linear Feet 8'-10' Cut dollars (83o.dd 237 Linear Feet 10'-12' Cut 4- bion dollars L.P.$7cf7^•8� 103 Linear.Feet 12'-14' Cut dollars L.F.S�/92% �d 2. Class 50 Ductile.Iron Gravity Sanitary Sewer Main Pipe, complete in place. (a.) 8" DIP 60 Linear Feet e'-6' Cut uav�gy, d 0 dollars L.F.S (b.) 18" DIP 77 Linear Feet 0'-6' Cut J / — dollars ( S 39� to )L. F. S 3%7O 10 Linear Feet 6'-8' Cut J /�oo P dollars 13 Linear.Peet a'-10' Cut �-/ loo dollars (S�/rl,/LJ )L.P.SG'�,'n Revised 11/7/x9 8-3 INOV-07-]989 14°52 FROM 'CEI ENGINEERING TO 15219971 P.06 30, Sanitary Manholes, With Ring and Lid, complete in place. (a•) 16 Each 0'-6' Depth 4Q- z.�' �C �m� - dollars ( S Utb bo )EachL3� 600.06 (b•) 3 Each 6:-8' Depth f� dollars (611060, Ob )Each 31.00n.�o (c.) 5 Each O'-10'Depth . -n..e.-rNir,•a, .wK.cL'cf2uZ+•--wncYie�!'� /dollar ($./,m90•Db )Each6j,(SaDrDd (d.) 2 Each 10'-12' Depth dollars. (S /135o,bo )Sacho/7AO;aD 4. 2,777 Tons Arkansas Highway and Transportation Department Class 7 Crushed Stone (Old SS-2)for Sanitary Pipe Embedment and Street Crossings, complete in place. dollars ($11%y% )Tons$U0 19 '76 5. 961 Square Yards 3000 PSI P.C. Concrete for pavement repair, complete in place* pTic�2�-GH r c��u� 4 oo — dollars ( $ 9�a;bo )SY S 2/444jf-!�?, o0 U 6. 25 Cubic Yards Class 8 Unreinforced Concrete, for Sanitary Main Encasement, complete in place. o dollars ($'1a�;o0 )CY 7. 1 Lump Sum Aerial Crossing, with all necessary Concrete, Steel and Hardware as detailed, complete in place. uv+.(� 7' ,�,� a� IF. AttMcL�, -f i/0o dollars ($3,X0000 )LS $.3j0, 0, 00 Revised 11/7/89 6C1 E-4 N NOU-97-1989, 14:52 FROM CEI ENGINEERING TO b521987A P.07 i c a . 8. 400 Linear Feet 4" SDR 35 or cast iron soil pipe service. line length increase. /00 SD 4tz 1D1D ----- dollars (S'It 5o _ )LF oo•DD 9: 1 Lump Sum, Highway. 16 Crossing/Pavement Repair to AHTD Specification. �tiQ loo dollars (SXjo'14100 )EAS o7�.00 v� 10. IS.Each 6" or 4 Service Taps Line D (.18") ju - � y�oo�dollars )EA 1W P. 11. 44 Each 4" Service Taps Lines A,B,c,E,p,Cr,&H - � .4 m" dollars ($106,00 )EA Sir64*100 12. II -Each 6"" Service Taps Lines A,S,C,E,F,G,&H &ka, dollars W/0100 )EA S4--X/L!,00 13. 10 Cubic Yards Rock Excavation 4 dollars tSS:o•oo )YD SeoOtDD P Revised 11/7/89 E-5 N1OV-0?-1989 14:53 FROM CEI ENGINEERING ?A* -TO X152196?1 ft. 08 5 odi TOTAL BID $a urr; �,�c�ere ��s_ �H�v, ��.<.�Pa � ��✓�ye.-�� .� �aa a� �� ( S °443 378 r I ) (Amount Written In Words) (in Figures) The Bidder shall state the price bid in words and figures (written in ink or typed) for each pay .item., and the total bid. In case of conflict between words and figures, the words, unless obviously incorrect, shall govern$ Bidder understands that the Owner reserves the right to award the total project, or to reject any or all bids and to waive any formalities in the bidding. Bidder agrees that this proposal shall be good and may not be withdrawn for a period of 30 calendar days after the scheduled closing time for receiving: bids. Revised 11/7/89 B-6 Respectfully submitted, Firm Name By Y'd' A4 x.71 Address City State Arkansas State License Number CEI 'Engineering Associates, Inc. ' Engineers • Planners • Surveyors 110 West Central Bernonwile,Ar72712 (501) 273-9472 TO ALL BIDDERS FAX(SDI)273-08" RE: Davidson Street Sewer Rehabilitation Project Gentlemen: Please take notice of and incorporate the following into your bid for the referenced project: ADDENDUM NUMBER ONE 1. Construction of Center Street - Line C. to begin no later than November 29, 1989 and to be completed no later than =December 13, 1989. Temporary connection to existing sewer main is required as is shown on Attachment I. 2. Construction of remainder of project not to begin before February 12,'1990 but must begin by February 26, 1990. Construction to be completed by May 14, 1990, K, Temporary connection for Line C to be removed and Line C•_. to be connected to completed and approved Line B. P. Delete 329 lineal feet (from Sta 23 + 75 to Sta 27-+ 04) . 15" SDR 35 PVC from Line D. This portion of Line D'not to be disturbed. r: That portion of Line D within the right-of-way of Arkansas Highway 16 must be constructed in accordance with AHTD Specifications and Provisions for Utility Permits. A summary of which is shown as Attachment II. a Also, an acceptable traffic'control plan must be used for this line segment: See Attachment III. Also, the pavement of Highway 16 must be repaired per AHTD specification: See Attachment IV. Enclosed are revised bid forms. Use these for the actual "- bid to be turned in to the City. Please acknowledge receipt of this addendum by calling Mark Johnson at (501) 273-9472. Respectfully Mark C, John tted, _-� n,TP:E",-PLS .Y _ All Bidders c: Sid Norbash/REH-/File -,- — -- -: -.-Hr. .._ _ J. Cv'` PVC. LINE cw^� 0 if CoC.Tloti �� 4}oc E " PVC. 'fb M mil f'��Z f3 ?. / I Oz., Tb 6E cx)m* 4 AF LATEX DATg CLvr *KlaSTlWC-3 UNE 1t,M > sPLI GE AN IE5K e WYE .....�.. h1CiTES : '%.{l9 CANt.4�G'rlpll �Of� INITIAL LANE 'C. CONSTRUGrIom C)NLY CAtiT2A.C.ta1= T F"famova TEMPOMA4zY CGuk4ige not l kloeg Ltt.tE 'jj Cj:*lsmucTeD i�MPOf<ARY C ONMEC�:11-1vu DETAIL 1'0(z� LINE G ATCA�CXt k&IENT _ T a I - ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT SUMMARY OF SPECIFICATIONS ANDtPROVISIONS :OR UTILITY PERMITS (Made a part of All Utility Permits by Attachments) GENERAL PROVISIONS: (Applicable to All Permits) ) Any and all •itility work performed on highway right of way is subject to the approval of the District Engineer. . Omer shall assume full liability of hazard to traffic that is created by his opera- tions, and shall make use of appropriate safety devices such as barricades, lights, signs, and flagging operations needed to protect traffic, and shall save harmless' the Arkansas State Highway Commission in all respects. If at any time a chance or improvement in the highway necessitates an adjustment or removal of the facility installed under this permit, it shall be at the expense of the owner within a reasonable time after request by the Department. All materials and workmanship shall conform to the standard specifications of the Department. Any excavation upontheright of way shall be thoroughly tamped as back- filled, to grade and section, maintaining grade on all drainage structures and pro- viding erosion control where necessary. Any highway property disturbed by the installation and operation of the facility shall be restored to its original, or equivalent condition including establishing a sod as required by the District Engineer, in accordance with Maintenance Circul ar No. 77-11. Any surplus material or debris shall be disposed of so as not to leave an unsafe condition or unsightly appearance. All non-metallic buried facilities placed on highway right of way either parallel to or crossing the roadway, shall have an approved identification wrap of detectable tape or wire in order that the facility can be located by metal locators or other suitable devices. The installation of the facility covered by this permit shall conform to the requirements of the applicable federal, state local, industry, health, and safety codes. Cross Lines: overhead facilities shall have a minimum of 18 feet of clearance above y. ..... the roadway surface. No pole, pole brace, guy and anchor, or appurtenant fixture shall be placed where it will interfere with access to the highway, highway, maintenance; . or impede drainage. No down guy or push brace shall be placed from a pole Coward the roadway surface without specific approval. If temporary guard --structures. are required during construction to protect traffic, said structures shall -be placed - a minimum of 30 feet from the pavement edges and removed upon completion of construc- tion. On controlled access highways, all above ground facilities shall be_located outside the controlled access area unless specific approval is given otherwise. Buried facilities shall be a minimum of 2.5 feet below the low points of the road- , .. way cross section or 3.5 feet below the top of subgrade, whichever gives the greater depth; and shall be projected by jacking, borinq, or tunneling under the roadway fill. All bores shall be by the dry bore method. Facilities that are not encased must have greater depth than the minimums specified above. Parallel Lines: All parallel facilities shall be placed within 5 feet of the riqht of way line unless specific approval is given otherwise. overhead facilities shall be installed so that the location of facilities projecting above ground shall conform to the provisions stated above for cross lines unless otherwise specified in the permit. • Buried faef1ities shall'be installed back of the ditches and shall not interfere with maintenance or drainage: and'shall have a minimum of 2 feet of cover and clear drainage ditches and structures horizontally and vertically. Manhole rings and covers - shall be laid flush with existing natural ground surface or proposed finished grade. On controlled access highways, all parallel lines shall be installed outside the controlled access area. Any change in design, location, or method of installationfrom that already approved must have prior approval of the Department before such change is incorporated in the work. Ai -I AG LIN.Errr _i^L PA<aE I OF L 4..:, -z - s Ae SPECIFIC PROt'ISIONS: NONCOUTR0LLED ACCESS HIGHWAYS: (Applicable In Parts as s Appropriate) - - All cross lines shall be encased a minimum length of from toe of slope to toe of slope, unless otherwise specified, in a sleeve of sufficient. size to allow the carrier line to be withdrawn for repairs. Exceptions to the above are provided for in the State's "PolivI on the Accommodation and Adjustment of Utilities on Arkansas State Highway Right of Way and Property". The installation of unencased crossings. will be allowed only upon request by the owner and in compliance with the above Policy. When it is not feasible to project the cross line through the roadway fill and the installation requires cutting of the roadway surface and laying the cross line in an open trench to provide for the installation, traffic shall be maintained by either cutting one-half of 'the roadway at a time or providing a short, local, and well marked detour around the crossing area. Backfill shall be made of suitable material, free of large clumps and clods in 4 inch layers (loose measurementl com- pacted with mechanical tampers to 95 percent density as determined by AASHO Method T-99 to the top of the subgrade and roadway section. The roadway section shall be restored in accordance- with. Maintenance Circular No. 77-11, or as directed by the District Engineer. SPECIFIC PROVISIONS: CONTROLLED ACCESS HIGHWAYS: (Applicable in Parts as Appropriate) All crass lines shall be encased a minimum length of from control of access line to control of access line, unless otherwise specified, in a sleeve of sufficient size to allow the carrier line to be withdrawn for repairs. Trenching will be permitted from the control of access line to the toe of slope or 30 feet from the pavement edge, whichever is greater, and the encasement pipe shall be placed by jacking, boring, or tunneling under the roadway to the toe of the slope or 30 feet from the pavement edge, whichever is greater, on the other side. Cutting of the roadway surface on Controlled Access Highways will not be permitted. Access for constructing and servicing utility facilities located alonq and across a fully Controlled Access Highway normally shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads and streets, or .. (t) trails along or near the highway right of way lines and connection only to an intersecting road, from any one or all of which entry may be made to the outer. portion of the right of way of the Controlled Access Highway. Access to -and from through traffic roadways or on and off ramps for normal servicing of utili'ty'fa-- eilities is prohibited. - In a case of emergency where immediate action is necessary for protection of the public, tominimizeproperty damage, and to restore essential utility service, the owner may at his sole risk and responsibility use the controlled access area as an access route for servicing facilities provided appropriate safety methods and devices are used to provide adequate warning and protection to persons and property of the public, the owner notifies the Departv=nt is Boor as practicable, assumes full responsibility for all operations, including the restoration of highway and utility proportion to original equivalent conditions. On partially controlled access highways, parallel utility facilities may be placed on the right of ray, under special conditions, provided the facilities enter upon and leave the right of way at established breaks in the control of access lines, such as driveways, street, and road intersections. Service connections will only be allowed.at the established breaks in the control of access. Construction, operation, And maintenance of the facility must be performed using trails along the right of way line with ingress and egress only from the established breaks in the control of access line. The use of the main lanes at points other than the established breaks in the control of access is prohibited. NOPE: For more detailed information, refer to the, "Arkansas State Highway Commission Statement of Policy on the Accommodation and Adjustment of Utilities on Arkansas State Highway Right of Way and Property. -. -- AMNCHMEN1' M !fie-zo;�