Loading...
HomeMy WebLinkAbout83-89 RESOLUTION.r-Ysi w.,!. L.t./ • t RESOLUTION NO. 83-89 S CfjM N E. A RESOLUTION AUTHORIZING A CONTRACT WITH C.W. CONSTRUCTION COMPANY OF FAYETTEVILLE, FOR IMPROVEMENTS TO GREENLAND AND FARMINGTON WATER SYSTEMS AND FOR A BUDGET ADJUSTMENT OF $7,000.00. 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 C.W. Construction Company of Fayeteville for improvements to Greenland and Farmington water systems. A copy of the contract authorized for execution is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The Board of Directors hereby approves a budget adjustment of $7,000.00 from the Contract Services Account. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. 19th September 1989. PASSED AND APPROVED this day of S'A IT ST : "“ * Cler 071/4 APPROVED: By: Se "791/2rn:e Mayor Ana CERTIFICATE OF INSURANCE PRODUCER REBSAMEN INSURANCE/SPRINGDALE CODE INSURED 1211 West Sunset P. 0. BOX 829 AR 000072765 SUB -CODE C. -W Construction-' Route 7 Fayetteville, AR 000072701 ISSUE DATE I/1Y, 89 `u. THIS CERT! ICATE IS ISSUED AS A MATTER OF INFORMATION ,ONLY AND.CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOE NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANY A LETTER PI COMPANY B LETTER COMPANY `. LETTER COMPANY D LETTER COMPANY E LETTER COMPANIES AFFORDING COVERAGE National Standard Ins. Co. U. S. Fidelityr& Guaranty Co. x.,. COVERAGES- ._ - - - ---az yen. - - .. ._. THIS IS TO CERTIFY THAT THE 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 BEISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. COI TYPE OF INSURANCE POLICY NUMBER w POLICY EFFECTIVE POLICY EXPIRATION! ALL LIMITS IN THOUSANDS LTR' DATE (MM/DD/YY) / DATE (MM/DD/YY) ECA02891753 i 10/02/88"10/02/89 V GENERAL AGGREGATE I GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE.- X k OCCUR.. _, 'Ir- OWNER'S & CONTRACTOR'S PROT. 19- A ` A AUTOMOBILE LIABILITY 1 ANY AUTO X ALL OWNED AUTOS _ � 1 1'� SCHEDULED AUTOS k- X HIRED AUTOS X NON -OWNED AUTOS GARAGE LIABILITY f I EXCESS LIABILITY OTHER THAN UMBRELLA FORM I 4WAA82350885 WORKER S COMPENSATION' AND EMPLOYERS' LIABILITY OTHER • 3904845 ,88 8 PRODUCTS-COMP/OPS AGGREGATE' $ • PERSONAL & ADVERTISING INJURY $ EACH OCCURRENCE Y$ FIRE DAMAGE (Any one fire) $ r MEDICAL EXPENSE (Any one person) $ 410/02/88 10/02/89 COMBINED SINGLE $ LIMIT BODILY NJURY $ (Per person) BODILY 1 INJURY 4$ (Per accident) PROPERTY $ DAMAGE r ; DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS • 500 EACH ' OCCURRENCE' $ $ _ 1 Y-+- -- STAEUTORV -- 10/04/88'10/04/89'$''100 - $ 500 $ -100 RE: FARMINGTON/FREENLAND WATER LINE IMPROVEMENTS 1 300 300 300- 300 50 5 AGGREGATE (EACH ACCIDENT) (DISEASE—POLICY LIMIT) (DISEASE—EACH EMPLOYEE 0067 {r Form 7066 Rev. 2.88 2 Bond No. Employers Mutual Casualty Company S121640 .:q HOME OFFICE • DES MOINES STANDARD CONTRACT BOND KNOW ALL MEN BY THESE PRESENTS: That We C. W. CONSTRUCTION COMPANY - . RT 7 ED EDWARDS ROAD, FAYETTEVILLE, AR. 72701 (hereinafter called "Principal"), as Principal, and the EMPLOYERS MUTUAL CASUALTY COMPANY, a corporation organized and existing under the laws of the State of Iowa with its principal office in the CITY OF DES MOINES, IOWA, and authorized to transact business in the State of ARKANSAS as Surety, are held and firmly bound unto CITY OF FAYETTEVILLE CITY ADMINISTRATION BUILDING, MOUNTAIN STREET, FAYETTEVILLE AR 72701 (hereinafter called "Obligee '), in the penal sum of SIXTY ONE THOUSAND TWO HUNDRED SIXTY DOLLARS AND NO/100 DOLLARS ($ 61, 260.00 ) good and lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally firmly by these presents. SEALED, with our seals and dated this 27 day of SEPTEMBER A D 19 89 , WHEREAS the above bounden Principal has entered into a certain written contract with the above named Obligee, dated the 19 day of • SEPTEMBER D 19 89 providing for the construction or supply of, FARMINGTON/ GREENLAND WATER IA LINE IMPROVEMENTS , which contract is hereby -referred to and made a part hereof as fully and to the same extent as if copied at length herein for the purpose of explaining but not of varying or enlarging the obligation. NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, That if the above bounden Principal shall well and truly keep, do and perform, each and every, all and singular, the matters and things in said contract set forth and specified to be by the said Principal kept, done and performed at the time and in the manner in said contract specified, and shall pay over, make good and reimburse to the above named Obligee, all loss and damage which said Obligee may sustain by reason of failure or default on the part of said Principal, then this obligation shall be void; otherwise, to be and remain in full force and effect. PROVIDED, HOWEVER, this bond is executed by the Surety, upon the express condition that no right of action shall accrue upon or by reason hereof, to or for the use or benefit of any one other than the Obligee named herein; and the obligation of the Surety is and shall be construed strictly as one of suretyship only. WITNESS: C. W. CONSTRIICTTON COMPANY Principal (Seal) (If Individual or Firm)1.l gY: ! i 6()----0--."— EST: "� ••a;��"'+ " C. W. COMBS, OWNER R :V , ,EMPLOYERS MUTUAL CASUAL COMPANY Q JC12,' n Sur (Seal) (If Corpo on) =. 4+ !�"'Of - .c -+ /rel ELLIE PERCEFULL o/ BY: � It x�. Attorney -in -Fact •CHARLES M. ALLEN Form 7066 Rev. 2.88 Erriployers Mutual Casualty Company HOME OFFICE • DES MOINES PAYMENT BOND Bond No S1216A,0 KNOW ALL MEN BY THESE PRESENTS: That We C W. CONSTRTTCTTON COMPANY RT .7 ED EDWARDS ROAD. FAYETTEVILLE. AR. 72701 (hereinafter called "Principal"), as Principal, and the EMPLOYERS MUTUAL CASUALTY COMPANY a corpo- ration organized and existing under the laws of the State of Iowa and authorized to transact business in the State of bound unto the ARKANSAS (hereinafter called "Surety"), as Surety, are held and firmly CITY OF FAYETTEVILLE CITY ADMINISTRATION BUILDING, MOUNTAIN STREET, FAYETTEVILLE AR 72701 (hereinafter called "Obligee"), in the penal sum of SIXTY ONE THOUSAND TWO HUNDRED SIXTY ANn ta0/100 DOLLARS, ($ F1 7A0 nn ) good and lawful money of the United States of America, for -the payment of which, well and truly to be made, we bind ourselves. our heirs, adminis- trators, executors, successors and assigns, jointly and severally, firmly by these presents. SEALED with our seals and dated this 27 day of SEPTEMBER A D 19_ 89 WHEREAS, the above bounden Principal has entered into a certain written contract with the above named Obligee, dated the 1 Q day of SEPTEMBER 192 • FRAMINGTON/ GREENLAND WATER LINE IMPROVEMENTS • Which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW. THEREFORE, IF the Principal shall promptly make payment to all persons supplying labor and material in the prosecution of the work provided for in said contract, then this obligation to be void: otherwise to remain in full force and virtue. Signed and Sealed this 27 WITNESS: day of SEPTEMBER 19 89 ATTEST: (If Individual or Firm) (If Coro ation ELLIE PEACEFUL 4:4111.6' C. W. CONSTRUCTION COMPANY C. W. COMBS, OWNER (Seal) (Seal) (Seal( (Seal) EMPLOYERS MUTUAL CASUALTY COMPANY eke` 4- �. '* t ;,By CHARLES M. ALLEN Gated_ ict. Surety Attorneyin-Fact Form 7067 Employers Mutual Companies P. 0. Box 712 Des Moines, Iowa 50303 • CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT Notice: The warning elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that: Employers Mutual Casualty Company, an Iowa Corporation Illinois Emcasco Insurance Company, an Illinois Corporation Emcasco Insurance Company, an Iowa Corporation Dakota Fire Insurance Company, a North Dakota Corporation Union Mutual Insurance Company of Providence, American Liberty Insurance Company. an Alabama Corporation a Rhode Island Corporation hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint: CHARLES M. ALLEN, G. ROBERT SMITH, INDIVIDUALLY, NORTH LITTLE ROCK, ARKANSAS its true and lawful attorney-in-fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: IN AN AMOUNT NOT EXCEEDING FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified a'Ind confirmed. The authority hereby granted shall expire April l , 1990 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY r. This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at meetings duly called and held of%arch 9, 1983. a / RESOLVED: The Chairman of the Board oVDirectorsrthe President,rany VicerPresident, the- .rea'airen'and the Secretary shall have power and authority to (1) appoint attorneys -in -fact and authorize them•toy execute on behalf of f. the Company and attach the seal of the Company thereto, / bonds and undertakings, recognizances, ontracts of� nity andtother writingsfobligatory �in the nature thereof, and (2) to remove any such attorney-in-fact at any time and revoke the power an�riity given to him. Attorneys -intact shall have power and authority, subject to the terms and limitations of the power of attorney issuecLto-them io executeeand/de/iver on behfalf of the Com1any and attach the seal of the Company thereto, bonds and undertakings, renognizances-contr$ctsy of yindemnitv'andf other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in-fact shall be,fully,3n`inn,all`o pests binding -upon the Company. Certification as to the validity of any power of attorney authorized herein/made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this company. The facsimile or mechanically reproduced signature of such officer whether made -heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attorney of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed. IN WITNESS WHEREOF, The Companies ha sed these presents .to be signed for each by their Chairman and Assistant Secretary, and the Corporate seals to be hereto affixed this - '• 41 day of March 1988 i WARNING: This power invalid if red diagonal imprint "Employers Mutual Conies" is not present in its entirety. and if the signatures of the officers and notary public do not appear in blue, and if the "EMC" w does ,t appear in the top half center of the page. j 17 17 .0 49n1 c4l4t-, Seals ' �•� ,,,-.• cc:, ,S�P, ,u FC `,vf ,� UR4., 11 :� 4• PS'•,p,Pp Rd� ..V. ...400;3:1F: ��. `OpP OR.f..4,0#•„.... r 4,o -; z 0,:oseoRgr 2m Robb B. Kelley John M. Van Sloun W r Co'n M;rz Cr : c z; s cc'i= Chairman Assistant Secretary 1863 0- E 1953a= %,' R.I. ,c: bd 'SaD: 0•\0(381 ANCF',, .`\NSURAryt,:, ,•K,UTUAI �'•,. �yV,:e OR.I.,o- „i• ,,POR4,' ,. •ko; PP OR4," 9] W, SEAL F SEM _; SEALa /OWP 151 %,, an, eMO�P MOINES\O g; SEAL Et : 2 , Sam- .• •2: r ittKRISTIE L TYLER My COMMISSION ORES C• OMMISSION -•. On this 14th day of March AD 19 88 before me a Notary Public in and for Polk County, Iowa, personally appeared Robb B. Kelley and John M. Van Sloun, who being by me duty sworn, did say that they are, and are known to me to be the Chairman and Assistant Secretary, respectively, of each of The Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of The. Companies by authority of their respective Boards of Directors; and that the said Robb B. Kelley and John M. Van Sloun acknowledge the execution of said instrument to be the voluntary act and deed of each of The Companies. My Commission Expires October 2, 1989 fCA.�Gr i Notary Public • CERTIEICATE I, Richard E. Haskins of the Employers Mutual, Casualty Company; do hereby certify that the foregoing resolution of the Boards of Directors by each of The Companies and this Power of Attorney 'issued pursuant thereto on March 14. 1988 on behalf of Charles M. Allen, G. Robert Smith are true and corre t and are still in full force and effect. _ - • In WhereofTestimony Phe I have subscribed my narxie and affixed the,facsimile seal of each Company this 27 day of SEla=-- Form 7832 Fourth Reprint Vice -President On this 14th day of March AD 19 88 before me a Notary Public in and for Polk County, Iowa, personally appeared Robb B. Kelley and John M. Van Sloun, who being by me duty sworn, did say that they are, and are known to me to be the Chairman and Assistant Secretary, respectively, of each of The Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of The. Companies by authority of their respective Boards of Directors; and that the said Robb B. Kelley and John M. Van Sloun acknowledge the execution of said instrument to be the voluntary act and deed of each of The Companies. My Commission Expires October 2, 1989 fCA.�Gr i Notary Public • CERTIEICATE I, Richard E. Haskins of the Employers Mutual, Casualty Company; do hereby certify that the foregoing resolution of the Boards of Directors by each of The Companies and this Power of Attorney 'issued pursuant thereto on March 14. 1988 on behalf of Charles M. Allen, G. Robert Smith are true and corre t and are still in full force and effect. _ - • In WhereofTestimony Phe I have subscribed my narxie and affixed the,facsimile seal of each Company this 27 day of SEla=-- Form 7832 Fourth Reprint Vice -President Pi City of Fayetteville Engineering Department August, 1989 Farmington / Greenland Water Line Improvements Bid No. 89-37 Detailed Plans & Specifications .11 INDEX ADVERTISEMENT FOR BIDS BID BOND PROPOSAL 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 c ss City of Fayetteville • Advertisement for Bid # 89-37 • Notice is hereby given that the City of Fayetteville, hereinafter called the owner, will receive sealed bids at the Purchasing Agents Office, City Administration Building, 113 W. Mountain St., Fayetteville, Arkansas, 72701 until 10:00 a.m., on the 21th day of August, 1989, for the furnishing of all tools, materials, labor, and equipment, and performing the necessary work to be done to complete the construction of water mains designated as Farmington Greenland / Water Line Improvements, consisting of approximately 6000 L.F. of 6 inch P.V.C: mains and appurtenances. Each bid must be five percent (5%) of company licensed to do retained as liquidated refuses to enter into furnish the necessary the award is made. accompanied by a surety bond in the amount equal to the whole bid, said bond to be issued by a surety business in the State of Arkansas, said bond to be damages in case successful bidder fails, neglects or the contract for the construction of said works, and bonds within ten (10) days from and after the date The owner reserves the any formalities'deemed to be The attention of contract exceeds $20,000 the 1965 Acts of the projects may have to be P Purchij Officer right to reject any or all bids, and to waive in its best interest. all bidders is called to the fact that if this they must be licensed under the terms of Act 150'of Arkansas Legislature, as amended, and that these scaled down to match budgeted funds. To: N.W.A. Times. Please run this ad two times 8/6/89 and 8/13/89 7.1 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 certain bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the a 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 .y 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 Place Date 2! 744 m7 Proposal of 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 G[1 LI�1 Si i`� leT/� ) (?,) TO THE CITY OF FAYETTEVILLE, ARKANSAS: The bidder in compliance with your invitation for bids for the construction of Farmington / Greenland Water Line Improvements having examined the Plans and Specifications with related documents and the site of the proposed 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 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 "Work Order" of the Engineer, and to fully complete the project within 45 consecutive calendar days. Bidder acknowledges receipt of the following addenda: * Fill out applicable blank 4 .TA Item No. PROJECT: WHITE ST. - WATER LINE EXTENSION (FARMINGTON) Estimated Quantity And Description Unit** Price Total (1) 1600 L.F. 6" PVC C-900 Class 200 (DR -14) Water Line Complete in place Dollars $ /3,00 $ goo. (2) 2 Each 6" Gate Valve with Box Complete in Place Dollars $ Joo. $ God, (3) 3 Each 2" Ball Valve and Connection to Existing line with all Fittings Included Dollars $D. $ %!), (4) 3 Each Fire Hydrants and Valve With Box Complete in Place Dollars $/a o. (5) 11 Each Service Line Re -Connection With Street Cut Dollars $ lam. $ 4600. (6) 8 Each Service Line Re -Connection Without Street Cut Dollars $ 210. $ ,foo. (7) 2 Each Asphalt Street Crossing and Repair Dollars Dollars $ $ TOTAL s Dollars bb„ Item No. PROJECT: RALSTON ST. - WATER LINE EXTENSION Bid Schedule Alt. Bid "A" Estimated Quantity And Description Unit**. Price Total (1) 540 L.F. 6" PVC C-900 Class 200 (DR -14) Water Line Complete in plcae Dollars $ /t3. (2) 2 Each 6" Gate Valve W/box complete in place Dollars $ .300 $ h oo, (3) 1 Each Fire Hydrant with valve and box complete in place to be installed Dollars at station 5+40 $ /020 $ 1" L TOTAL $ 8f3e20, Dollars t Item No. PROJECT: RALSTON ST. - WATER LINE EXTENSION Bid Schedule Alt. Bid "B" Estimated Quantity And Description Unit** Price • • Total (1) 1060 L.F. 6" PVC C-900 Class 200 (DR -14) Water Line Complete in plcae Dollars $ /3, $ /3.920 (2) 2 Each 6" Gate Valve W/box complete in place Dollars $ .3oo $ 1p 00 (3) 1 Each Fire Hydrant with valve and box complete in place Dollars $ r 200, $ > ?oma (4) 1 Each Concrete Encasement of Water Line Dollars $ $ TOTAL Dollars 11 n r� Item No. PROJECT: Scott / Circle - Water Line Extension (Greenland) Estimated Quantity And Description Base Bid Unit** Price Total . (1) 1320 L.F. 6" PVC C-900 Class 200 (oK-14) Water Line Complete in Place Dollars, (St. 19+55 to 32+75) $ /31 $ /7 (2) 1 Each 6"x 6" Tapping Sleeve & Valve With Box Complete in Place Dollars $ 13Q9. $ g6-2). (3) 2 Each Fire Hydrant and Valve With Box Complete in Place Dollars $ /1049. $ (4) 2 Each Asphalt Street Crossing and Repair Dollars $ 41001 Jape, (5) 6 Each Service Line Re -Connection Without Street Crossing Dollars $ .200. $ laoa (6) 6 Each Service Line Re -Connection With Street Crossing to Be Bored Dollars $ SOD, $ 300Gi (7) 1 Each 6" Gate Valve With Box Complete in Place Dollars $ 300, $ 340%), TOTAL $ [ airI C.`°, ,/°i Item No. PROJECT: Scott / Circle - Water Line Extension (Greenland) Alt. Bid "Cu Estimated Quantity And Description Unit** Price Total (1) 3285 L.F. 6" PVC C-900 Class 200 (oR-14) Water Line Complete in Place Dollars $ �.3. (2) 2.2 Each 6"x 6" Tapping Sleeve & Valve With Box Complete in Place Dollars $ 850. $ ) 700, (3) 4 Each Fire Hydrant and Valve With Box Complete in Place Dollars $ / 2-DDt (4) 4 Each Asphalt Street Crossing and Repair Dollars $ 1pcDJL (5) 16 Each Service Line Re -Connection Without Street Crossing Dollars 24fo0 $ 2,oa $ 3 Zoo (6) 14 Each Service Line Re -Connection With Street Crossing to Be Bored Dollars $ 5ODI $ 7otb (7) 2 Each 6" Gate Valve With Box Complete in Place Dollars $ , loco Dollars TOTAL // Dollars $ [;L 44.4)4r7 II • • Item No. PROJECT: Scott / Circle - Water Line Extension (Greenland) Estimated Quantity And Description Alt. Bid "D" Unit** Price • • • Total (1) 1955 L.F. 6" PVC C-900 Class 200 (DR -14) Water Line Complete in Place (St. 0+00 to 19+55) Dollars $ /3. $ 26,016.. (2) 1 Each 6"x 6" Tapping Sleeve & Valve With Box Complete in Place Dollars ��77 $ ga, $ 81-0. (3) 3 Each Fire Hydrant and Valve With Box Complete in Place Dollars $ I ROD, $ (4) 2 Each Asphalt Street Crossing and Repair Dollars $ 14.00. $ / ;200. (5) 18 Each Service Line Re -Connection Without Street Crossing Dollars 1 $ 200. $ 3 o O0 , (6) 5 Each Service Line Re -Connection With Street Crossing to Be Bored Dollars $ Coo $ (7) 1 Each 6" Gate Valve With Box Complete in Place Dollars $ 30P $ 3OD, Dollars $ $ TOTAL Dollar - $ 279+5, White St. Summary of Schedules Scott/Circle - Base Bid Ralston St. Alt. Bid "A" Ralston St. Alt. Bid "B" Scott/Circle Alt. Bid "C" Scott/Circle Alt. Bid "D" • $ 361/.6-64 $214/)t. TOTAL t 61,26 O $ 8,go2C). $ $6 (5105-7 $ 3? 04/20,57 Note: This will be a single contract, and will be awarded on the basis of the total cost of the base bid and/or alternates' selected by the owner. 1 ** Unit Prices to be shown in words and figures. iIn 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 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. • • SEAL - if bid is by a corporation Respectfully Submitted: By 0, GJ G0tn, 3.5/ r2��. • • • • • ARKANSAS PERFORMANCE AND PAYMENT BOND (14 604 Arkansas Statutes) KNOW ALL MEN BY THESE PRESENTS: That we (1) • a (2) , hereinafter called "Principal" and (3) of , State of hereinafter called the "Surety", are held and firmly bound unto (4) , hereinafter called "Owner" in the penal sum of dollars ($ ), 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 day of , 19 , a copy of which is attached and made a part hereof for the construction of: • 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 Owner, 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 may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner 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 work 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 machinery, equipment and tools consumed or used in connection with the construction of said work, fuel oil, camp equipment, food for men, feed for animals, premium for bonds and liability and workmen's compensation 'insurance, rentals on machinery, equipment 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., 7 i a S. 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 Owner and the contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each of which shall be deemed an original, this I day of 19 ATTEST: SECRETARY (PRINCIPAL) (SEAL) WITNESS AS TO PRINCIPAL ADDRESS ATTEST: SECRETARY (SURETY) (SEAL) WITNESS AS TO ATTORNEY -IN -FACT ADDRESS (PRINCIPAL) BY (TITLE) (ADDRESS) (SURETY) ATTORNEY -IN -FACT ADDRESS II 8 iu 1 ii b; n I. NOTE: Date of Bond must not be prior to date of Contract. : i. (1) Correct name of Contractor (2) A Corporation, a Partnership, or an individual, as case may be (3) Correct name of Surety (4) Correct name of Owner (5) If Contractor is Partnership, all partners shall execute bond (6) This bond must be filed with the Circuit Court of the County where the work is to be performed, prior to the start of const- ruction (7) Must be executed by Arkansas Local Resident Agency for Surety 9 C 1. THIS CONTRACT AND AGREaIENT, made and entered into this 30th day of August , 19 89, by and between the City of Fayetteville, Arkansas, Party of the First Part, acting through it's duly authorized representative, and C. W. Construction Co: Rt. 7 Ed Edwards Road Fayetteville, AR 72701 Party of the Second Part: WITNFSSETH: II 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 F for the City of Fayetteville, Arkansas, in e�ct 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 • ,. .11 • J C l 1 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 .30 A DAY OF �'= _' 1eq CITY OF FAYE77EVILLE Attest by City Clerk Mayor WITNESS /�U� " Corporate Seal (if any) ,j Gam& Contractor By 6f2 -& , Name and//Title 7 /� /2-/c ✓, k 144. %i?o I Business Address C i T, v r 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. 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 work 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. 12 a !. i cu %. iYJ Checks of unsuccessful bidders will be returned immediately after a,:contract has been executed. -.r 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 "Pluming". 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) Proposals 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 thetime 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. tz t C C - y�J (i) The unbala material unbalancing will 5. MODIFICATION OF No modification unless such modifications icing of bids will not be tolerated. Evi±denceAof be considered cause for rejection. BIDS: of bids already submitted will be considered are received prior to the hour set for opening. 6. BID BONDS, CONTRACT BONDS, AND INSURANCE: i 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 request will be responsible for its prompt delivery. 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 subsequently secures a set of Documents. The Contracting Authority will not be responsible for any other explanations or interpretations of the proposed Documents. 8. EXECUTION OF CONTRACT DOCUMENTS: 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 any Alternatives in the proposal. the right to select between 14 i V •. 5• 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 45 consecutive calendar days thereafter. • Liquidated damages are hereby set at $300 per caltar day. 12. NOTICE OF SPECIAL CONDITIONS: Attention is particularly called to those parts of the contract documents and specifications which deal with the following: li (a) Inspection and testing of materials. • (b) Insurance requirements. a (c) Wage rates. (d) Special equipment which the Contractor must use on the job. {• n 13. SAFETY STANDARDS AND ACCIDENT PREVENTION: With respect to all work performed tinder 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 times for the prevention of accidents and the protection of persons (including employees) and • property. II 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. I`(/ 15 r II GENERAL CONDITIONS OF THE SPECIFICATIONS 1. GENERAL DESCRIPTION: The work embraced in these Contract Documents consists of the following: Farmington/Greenland Water Line Improvements 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, 113 West Mountain Street,' Fayetteville, Arkansas, 72701 "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 convict labor shall be employed on this project. 4. CONTRACT DOCUMENTS: The "Advertisement for Bids", the "Proposal", the "Bond" the "Instructions to Bidders", the "General Conditions", the "Detailed Specifications", and the "Plans", are each and all of the Specifications component parts to the agreements governing the work to be done and the materials and equipment to be furnished. 16 - 0 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. provided: The following copies of the executed Contract Documents will be 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 'F • i 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 Engineer of faulty work or materials. The Engineer shall, within a reasonable time after presentation, make decisions in writing on claims arising between the Contracting 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 obligations 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. If at 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. 18 jF ♦ T ` f 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: II 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 Employer'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. INSPECTION: 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 I. representative to see that it is done in accordance with the Contract Documents. F 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 efrom the Engineer, and the Contractor will be liable for any deviation except on such written order. 19 • ry 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. WORKMANSHIP 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, GRADIENT, AND ALIGNMENT: The Engineer shall set such stakes to proper line and grade as nay 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 seem 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 RESPONSIBILITY FOR DAMAGE 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 14 /i r. a l YJ t' O The Contractor shall provide and maintain all passagetdays,'�juard 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 adequate 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 Contractor 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. ASSIGNMENTS: 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- -merit in 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 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 II of the work in general harmony. 18. SUSPENSION OF WORK: The Contracting Authority may at any time suspend the work or any part thereof. by giving 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 DO: 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 nay de- duct the cost thereof from payments then or thereafter due the Contractor. 20. THE CONTRACTING AUTHORITY'S RIGHT TO TERNN!INATE 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. 1i 22 Pending settlement of disputes on any point of controversy, „Y the Engineer may suspend action on all or any part of the work. The Contractor shall not be entitled to any claim for loss or damage by reason of such delay, nor shall he be entitled to extension of time, although such extension of time may be granted by the Engineer if he deems it in the interest of the 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 •sametto':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. PAYMENTS WITHHELD: The Contracting Authority may withhold or, on accout of. subsequently discovered evidence, nullify the whole or part 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) 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 If, at any by an act or neglect by any other Contrac changes or additions EXTENSIONS OF TIME: time, the Contractor considers he is being delayed of the Contracting Authority or its employees, or for employed by the Contracting Authority, or by any ordered in the work, or for any reason beyond his control, 23 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 61 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 get 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 such items of materials or equipment are delayed for reasons beyond the Contractor's control, he shall complete all other work within the specified construction period. Extensions of time, without relief from 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, OMITTED, OR CHANGED WORK: 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 subject to the same inspection and tests as though therein included. 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, prior 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 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 they decide the matters in dispute. The demand for arbitration shall be delivered in writing to the Engineer and the adverse party, either personally or by registered mail to the last known address of each, within ten (10) days of the receipt of the Engineer's decision, and in no case after final payment has been accepted. If the Engineer fails to make a decision within a reasonable time, a demand for arbitration may be made as if his decision had been rendered against the demanding party. (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 and the 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 25 •P !1 • Each party may submit to the arbitrators such evidence and argumerfts as• he f. 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 hear 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 tc 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 time, expense, and trouble incident to the arbitration, and if the arbitration was demanded without 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. The award of the arbitrators shall not be open to obiection on account of the form of the oroceedinas 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. C - ?r, 1j 26 S. .. 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 PAYMENT: 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 terms 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 required for completion and/or correction of the work, and such amount may be withheld from the final payment to the Contractor, pending the completion and correction as required. 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 work 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. 27 The making and acceptance of the final payment shall ,. constitute a waiver of all claims by the Contracting Authority, other than 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 work, 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 pay for any damage resulting therefrom which shall appear within a period of one (1) year from the date of substantial completion. The Owner shall give notice of observed defects with reasonable promptness, and all questions arising under this paragraph shall be decided by the Engineer. 29. PAYMENTS TO CONTRACTOR: ' The Engineer will on or about the Twentieth (20th) 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 cleaned up, plus fifty (50) percent of the value of the materials on the job site 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 will be made only for the actual quantities installed. The Contracting Authority may withhold or, on account of sub- sequently discovered evidence, 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: (a) Defective work not remedied, (b) Claims filed or reasonable evidence indicating probable filing of claims, (c) Failure of the Contractor to make payments properly to Sub- contractor or for material or labor, (d) Damage to another Contractor, (e) Incomplete work. C - no I 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. i The Contractor shall also bear the cost of any tests arising out of his desire to use materials which may be questionable in the opinion of the Engineer. 32. DRINKING WATER AND SANITARY FACILITIES: The Contractor shall provide safe drinking water for his 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 are 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 29 r. � r personnel from requiring reasonable safety standards, if, in the f course of their technical supervision, it comes to the attention of the Engineer that reasonable safety standards are not being carried out. ICI C I 30 P DETAILED SPECIFICATIONS PART I - CONTRACT STIPULATIONS I -I 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. Both the Construction Specifications and the Material Specifications are Standard Specification and are subject to modification in this section or on the Plans. Where notes on the Plans are in direct conflict with the Standard Specifications, the notes on the Plans shall govern. The following •are exceptions to the Standard Specifications: (1) Rock will not be paid for separately on this job. Any anticipated rock excavation shall be in the Unit Prices given in the proposal. (2) The cost of all concrete shall be included in the appropriate unit price for pipe or encasement and none shall be paid for separately. I-2 EXTENT OF WORK: 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 the waterlines, encasements, and valve installations as shown on the Plans. I-3 LIST OF PLANS: The Plans are, bound separate from the specifications and are generally titled Farminctton/Greenland Water Line Improvements DESCRIPTION Vicinity Map & Index Water Line Plans SHEET NO. 1 2-5 k is It V a� V I-4 LANDS AND RIGHTS -OF -WAY: r • i 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 make satisfactory provisions, without obligation to the Owner, for all other temporary land easements or rights -of -way which he may require for access or storage of materials or equipment. 32 c : r•; •.15 I i rn • iL a DETAILED SPECIFICATIONS PART II - CONSTRUCTION SPECIFICATIONS • II -I PLANNING AND EXECUTION OF THE WORK: I. 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. Water -main connections requiring shut -down of water service to users shall be coordinated through the City Engineer. II -2 EXCAVATION - GENERAL: All excavation shall be carried accurately to the line and grade shown on the Plans and established by the Engineer. When excavation is carried below or beyond that required, the space shall be filled for 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. Such shoring • shall remain in place until the backfill has proceeded to a 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. II -3 EXCAVATION -.TRENCHES FOR WATER MAINS: Trenches for water lines shall be the width and depth necessary for the proper installation of the pipe. All pipelines shall be laid in trenches of such depth as to provide a minimum . cover of thirty-six inches over the top of pipe barrel unless otherwise shown on the Plans. Contractor shall increase depth as necessary for crossing other pipe lines and to provide required cover for valves and valve boxes. Trench will be deepened to the extent necessary so as not to exceed the maximum permissible deflection of the pipe being installed, with maximum permissible deflection being as recommended by the pipe manufacturer. Width of pipe trench for all water lines shall be adequate for the installation of the pipe and make-up joints, but in no case shall the width of the trench at the top of the pipe be wider than the outside diameter of the pipe plus two (2) feet. The bottom of the trench shall be accurately graded so that the pipe will be in continuous and uniform contact with and have a longitudinal bearing on undisturbed soil for the full length of the pipe, except for such distance as necessary for adequate bell holes and proper sealing of the pipe joints. DS -3 i. Ill [ pl If the soil at the bottom of the trench is mucky or if the subgrade is too soft to properly support the pipe, the Contractor shall excavate below the. lower extremity of the pipe as directed by the Engineer, and place a cushion of sand, gravel, or crushed stone thoroughly tamped into place to receive the pipe. Material used for this purpose shall be SB-2. II -4 EXCAVATION - ROCK IN TRENCHES: Rock excavation shall be defined as solid rock in formation which cannot be excavated efficiently by adequate power shovels or excavators of recognized standard manufacture in good condition and adequate size, well handled by skilled operators; and boulders or pieces of detached rock, which may be embedded in materials not classed as rock, exceeding ten (1) cubic feet in volume. The term "excavated efficiently" as used in this Specification shall mean that where formation rock can be excavated at a lower cost per cubic yard of useful excavation by blasting, barring, or wedging, it shall be so excavated and will be classified as rock. The Contractor's attention is called to the fact that a shale formation exists in Fayetteville that generally can be dug and, therefore this material will not be classified as rock except where it cannot be efficiently excavated as defined above. The volume of rock excavation shall be determined by the horizontal measurement of length of trench in which rock occurs, the vertical measurement of depth of rock and a width of "D". "D" shall be the nominal diameter of the pipe plus 15 inches, but not less than 24 inches. II -5 EXCAVATION - CLASSIFICATION, MEASUREMENT AND PAYMENT: All excavation not classed as rock shall be classed as common excavation. T volumes of rock exT\4all be.det ed per Section 11 -4 of these Specific s. Rock e cal paid for at the unit contract price given in the es�1. /tin The cost of all mmiI excav�ttos4trenches for water mains shall be included in thgetrtFct unit price for pipe shall not be paid for separately. ock excavation in trenches for water ma hall be measured a d for as rock excavation. II -6 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. D5-4 All operations involving the procurement, handling, u3e, and storage of explosives shall be in full compliance with applicable State and Federal statutes and regulations. Blasting will be done only after securing written permission from the City Engineer's office. 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 rock excavation and will not be paid for separately. II -7 BACKFILLING: 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. • After the pipework has been approved, trenches shall be backfilled with fine, loose earth free from clods or stones larger than three (3) inches in any dimension, 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 rammed around the pipe until the backfill has been brought up to the springline of the pipe. The back - fill 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, SB-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-way will be neatly graded up and left slightly "over -full" so that subsequent 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 period settlement is occuring shall refill them often enough to avoid hazardous conditions or inconvenience. 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 cleaned up, all hummocks and piles smoothed down and the surface left neat and workmanlike. Where existing drainage ditches are disturbed or obstructed with excavated material, such material shall be entirely removed and the ditch left true to original line and grade. Street shoulders shall be restored to their original contours. DS -5 4l - i { i . 1 All roadways and driveways shall be backfilled with SB-2 up to the road surface. The roadway and driveway surface 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. • SB-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 Fayetteville. II -8 HANDLING AND LAYING OF WATER PIPE: In the transportation, unloading, and handling of water pipe, the pipe shall not be dropped, let roll and collide with another pipe, or be subjected to any unnecessary jar, impact, or other treatment that might crack or otherwise damage the pipe. Before laying pipe in trench, the bottom of the trench shall be carefully graded and prepared and bell holes excavated so the pipe shall have a uniform support along its entire length, except at bell holes, and shall not be allowed to rest on hard supports through a portion of its length only. All pipe shall have at least 36 inches of cover, unless otherwise shown on the Plans. Deflections from a straight line or grade, as required by vertical curves, horizontal curves, or offsets, shall not exceed 6/D inches per linear foot of pipe, where D represents the nominal diameter of the pipe expressed in inches, between the centerlines extended between any two connecting pipes. If the alignment requires deflections in excess of these limitations, special bends, or a sufficient number of shorter lengths of pipe shall be furnished to provide angular deflections within the limit set forth above, as approved by the Engineer. The inside of the pipe and all parts involved in jointing shall be cleaned of all dirt, mud, grease, and other foreign material before the pipe is laid or the joint started. Ends of pipe shall be temporarily plugged at the close of each day's work. In laying mechanical joint or 'push -on' joint pipe, the manufacturer's recommendations for securing good joints shall be rigidly followed. The laying of the pipe shall be done in accordance with applicable AWWA Standards. DS -6 C Adequate backing blocks of Class "B" concrete shall be provided at all points of unbalanced pressure, such as bends, tees, or wyes as • shown on the Plans in such a manner that all joints between pipe and fittings a,'e accessible for repair. • Pipe shall be measured and paid for as pipe for water mains at the appropriate unit contract price given in the Proposal. Class 'B' Concrete shall be measured as,the actual amount placed and paid for at •the unit contract price as given in the Proposal. The cost of all other work required under this section shall be considered subsidiary to the laying of pipe or the placement of concrete and shall.be included in.the appropriate unit price. II -9 CROSSING AND PARALLELING EXISTING UTILITY LINES: The construction of water lines will necessitate the crossing and paralleling of existing utility lines, including water mains and services and natural gas mains and services. The known locations of such utility mains are shown in their approximate position on the Plans, but utility service lines are not indicated on the Plans. •The owners of the utility lines shall be notified before any crossing is made or other work initiated that may disturb a utility line or interrupt service to a customer. The Contractor is referred to that section of the General Conditions of these Specifications where the Contractor's responsibilities for utility crossings is stated. The cost of all work under this section will be included in appropriate contract unit.prices, and none will be paid for separately. II -10 CROSSING BURIED TELEPHONE CABLE: The location of buried telephone cable is shown approximately on the Plans as determined from telephone company markers indicating the location of the cable. The Contractor will exercise extreme caution in approaching the location of buried cable. Contractor shall notify the Southwestern Bell Telephone Company (Dial 4102 in Fayetteville) and wait until a representative of the telephone company is on the job site to locate buried cables. The Contractor will not attempt to locate or uncover cable without a representative of the telephone company present. The cost of all work under this Section will be included in appropriate contract unit prices, and none will be paid for separately. DS -7 C Ii II -11 CUTTING AND REPLACING SPECIAL SURFACES:' Whenever it becomes necessary in excavating for trench to disturb special surfaces, such as paved or gravel streets, drives, walks, or parking areas, the original surface shall be restored after completion of the backfill operation. In theseinstances,, 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 used in the original surfacing. Backfill of trench lying within roadways shall be in strict accordance with the applicable provisions as stated in Section II -7 of these Specifications. The condition of the backfill, with special regard to the degree of compaction, shall be checked and approved by the Engineer before any surfacing is placed over the backfill. The as practical after restore the roadway the opinion of.the at his discretion, surfacing proceeds replacement of special surfacing shall follow as soon the completion of the backfilling operation so as to to its original condition and traffic capacity. If in Engineer the replacement of surfacing is lagging, he may, stop the pipe laying operation until the replacement of in a 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 wiill be allowed for additional width of pavement cut and replaced occasioned by this.requirement. The quanitity 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 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 determining 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 the 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. Gravel surfacing cut and appropriate contract unit price as given prices shall be inclusive of materials, thereto. replaced will be paid for at the in the Proposal. Contract unit placement, and all work incidental 111.0:1 . Y L' � 1 II -12 CROSSING LAWNS: The following shall apply to all lines crossing lawns, as designed on the Plans. After settlement has occurred, the disturbed areas shall be dressed out with three (3) to four (4) inches of top soil. The dressed out areas shall then be seeded with the appropriate grass or grass mixture. 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 that they can be re -set. It is the intention of this specification that lawns be restored as closely as possible to their original condition. The cost of all work under this section shall be included in the appropriate unit price for pipe and shall not be paid for separately. II -13 TESTING AND STERILIZING WATER MAINS: Water mains shall be subject to 200 psi test as herein specified. All lines shall be backfilled and concrete backing installed at points of unbalanced pressure prior to the initiation of any pressure test. Each valved section of the pipe lines as selected by the Engineer for test shall be slowly filled with water. Before applying the test pressure for 200 psi, all air shall be expelled from the pipe by blowing -off at fire hydrants. If necessary to properly expel air prior to test, Contractor will tap lines at high points with corporation stops. Each section of pipe line to be tested shall be subjected to 200 psi test pressure, based on the elevation of the lowest point in the line or section of line under test and corrected to the elevation of the test gauge. Duration of 200 psi test shall be for at least two (2) hours in all cases. Pressure shall be applied to the line by means of a pump, pipe connections, and all other necessary apparatus for applying pressure and measuring the resultant leakage from the line under test. All such apparatus shall be furnished by the Contractor. All necessary taps will be made by City forces at the expense of the Contractor. Pressure will be measured with gauges as furnished by the Engineer. While the pipe being tested is under pressure, it shall be walked to check for leakage appearing at the surface of the ground or from any exposed valves or other appurtenances. In conjunction with the 200 psi pressure test, a leakage test shall be performed. Contractor shall provide necessary meter or pumping reservoir or other satisfactory means of determining the amount of water pumped into the line to sustain the specified test pressure of 200 psi. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain the specified leakage test pressure of 200 psi after the air in the pipe has been expelled and the line filled with water. DS -9 .. V c w Leakage shall be no more than that allowed by AWWA specifications. All pipe lines shall be checked for leaks and deficiencies, repaired, and retested if necessary until they pass the above specified leakage test for the size and type of pipe installed. Even though pipe lines may pass the leakage test, any leaks apparent at the ground's surface, any leaking joints, fittings, or appurtenances that are detected shall be repaired to the satisfaction of the Engineer. All new water line extensions will be sterilized with chlorine before being accepted by the Owner and placed into service. Sodium or calcium hypochlorite (HTHO or chlorine gas may be used in such amounts as to provide a dosage of not less than 50 parts per million in the piping • being sterilized. The sterilizing agent may be introduced in any manner so as to provide uniform distribution along the pipe line. All in -line valves in water lines being sterilized shall be opened and closed several times during the sterilizing period. Contractor will use extreme caution to be certain that strong sterilizing agent is not flushed back into any part of the water distribution in such a manner that it reaches water consumers. Following a contact period of at least 24 hours the heavily chlorinated sterilizing water shall be completely flushed from all pipes, and the pipes rinsed and thoroughly flushed with large quantities of clear water. Samples shall be taken from all water line extensions as directed by the Engineer and analyzed for bacterial purity by the State Department of Health. The sterilizing process C shall be repeated as necessary until all samples indicate that the water is safe and approved. by the State Department of Health. Resterilization of the water lines at the Contractor's expense shall be required if State Department of Health approval has not been received after three weeks of testing. Water for all sterilizing and testing operations will be furnished the Contractor by the Owner at no cost to the Contractor. The cost of all sterilizing and testing operations including pipe taps, sterilant, any temporary valves or caps, test pumping and equipment, and all work incidental thereto will be included in the unit contract prices for pipe, and no separate payment will be made for testing and sterilizing water line extensions. II -14 CROSSING FENCES: The installation of lines will necessitate crossing several fences as shown on the Plans. Fences will be repaired by the Contractor so as to be equal or better than their original condition prior to construction. Before cutting fences, adequate horizontal bracing will be installed in the fence on each side of the cut so as to maintain the tension in the fence wire. Replacement of fence shall be in a workmanlike -manner, and wire shall be stretched tight and adequately secured to posts by means of 1 inch fencing. staples. If necessary {` to accomplish proper closure, the Contractor shall furnish and install new fencing, posts, wire, etc. to properly restore the fence. Materials. shall be of equal quality and size to those as originally installed. DS -10 ii 4 The Contractor shall be responsible for temporary fencing, gates, gaps, etc., as necessary to maintain fences in a stockproof condition during the construction of the pipe line until permanent fence repairs can be accomplished. He shall take all necessary precautions and will assume full responsibility to insure that livestock does not stray or gain entry to cropped areas or to public roads. The cost of fence repairs in all Schedules will be included in the unit contract prices for pipe, and no separate payment will be made for crossing and repairing fences. II -15 INSTALLATION OF FIRE HYDRANTS: Fire hydrants shall be properly located with respect to property line and streets, and shall be set at proper elevation, truly plumbed and properly oriented. Hydrants shall be set upon a slab of stone or concrete four (4) inches. thick and not less than fifteen (15) inches square. Hydrants shall be backed with Class "B" concrete to prevent the hydrant from blowing off the lead. Hydrants shall be set with at least three (3) cubic feet of crushed stone or washed gravel at the base to serve as drainage. Fire hydrant extensions shall be used as necessary to bring Cfire hydrants up to grade. Fire hydrants will be measured as the unit installed, at the appropriate unit price as given in the Proposal. The cost for all. other work under this Section will be included in the unit price for installation of fire hydrants and shall not be paid for separately. II -16 CONNECTION TO EXISTING WATER LINE: Connection to the existing water line shall be made at the location and in the manner shown on the Plans. When water service must be discontinued to make a tie-in, the Contractor shall notify all affected customers 24 hours in advance and estimate the time required to restore The cost of all work associated with tying -in shall be included in the unit price for the installation of pipe and shall not be paid for separately. II -17 INSTALLATION OF VAL All valves will be set with operating stems set in true vertical positions. Valve boxes shall be adjusted so that the cover conforms to the adjacent grade. All costs incidental to the installation of valves shall be included in thecontract unit price for valves. DS -11 A C .y . ' II -18 CONCRETE: All concrete shall be composed of the materials described in Paragraphs 4, 5, and 6, Part III, and shall be proportioned by weight in such manner as to obtain a plastic workable mix. All concrete shall be Class "B" as shown on the Plans. Class "B" concrete shall contain not more than seven (7) gallons of water to the sack of cement, including the water in the aggregates, and not less than five (5) sacks of cement per cubic yard of concrete, and have a twenty-eight (28) day compressive strength of at least twenty-five hundred (2500) pounds per square inch. Concrete shall be mixed in an approved mixer for not less than one and one-half (12) minutes after all materials are in the drum and shall be deposited within thirty (30) minutes after mixing. Hand -mixed concrete will not be allowed. In placing concrete, care shall be taken that the freshly placed mass is so placed 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 separately. II -19 CLEANING UP: After the construction wor.kis completed, 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, 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 laying operation. If, in the opinion of the Engineer, the clean up operation is not being maintained satisfactorily, he may interrupt the pipe laying operation until such clean up is completed to his satisfaction. The cost of all work under this section shall be included in the lump sum contract price and will not be paid for separately. II -20 CLEARING: Clearing operations will be required in the execution of various portions of the work. Clearing shall be no more than actually required for installation of the line. No indiscriminate destruction of trees will be tolerated. Within lawn areas, bushes and small trees will be taken.up and protected until DS -12 I I 2• C. -, construction is completed in the area. They shall then be re -set. No open burning will be allowed. All trees and brush will be hauled off to a disposal site approved by the Engineer. The cost of all work under this section shall be included in the appropriate unit cost for pipe and shall not be paid for separately. The Contractor, by personal inspection; should satisfy himself on the exact amount of clearing that may be required. LI i C - DETAILED SPECIFICATIONS PART III - MATERIAL SPECIFICATIONS III -I GENERAL: t. All materials shall be in compliance with the latest revisions of the ASA or AWWA Specifications noted. The Engineer retains the right to reject any materials or items not specifically covered in the Plans or Specifications. III -2 DUCTILE IRON PIPE FOR WATER MAINS: Pipe shall be Class 51 Ductile Iron Pipe, designed and manufactured in accordance with applicable AWWA Standards. Fittings shall be designed in accordance with ASA A 21.10-1971 /AWWA C110-71. All fittings shall be Class 250 and shall be MJ. this mechanical joint shall conform in all respects to ANSI A21.11/AWWA C111. All pipe and fittings shall be bituminous coated outside and standard cement lining inside in accordance with AWWA C 104-74/ASA A21.4. Pipe shall have Type II (push -on) joints, except that 6" pipe for hydrant leads shall be MJ. Push -on joint and mechanical rubber gaskets shall conform to ANSI A21.11-1972/AWWA C111-72. III -3 PVC PIPE FOR WATER MAINS: A. Plastic Water Pipe: Plastic pipe for water lines shall be unplasticized PVC semi -rigid pipe of the type (SDR) or (DR) shown in the Proposal. ,All materials shall bear the stamp of approval from the National Sanitation Foundation for handling a potable water. Pipe shall have an integral bell and spigot type joint. The joints shall be of the rubber ring type conforming to ASTM-D1869. The pipe shall be furnished in twenty foot (20) lengths maximum with random lengths ten (10) feet long. All pipe fittings shall be made from clean, virgin, Type I, Grade I, P.V.C. in accordance with ASTM Resin Specification D 1784 as amended and/or revised and in accordance with the ASTM D 2241, AWWA C 900, and product standard PS 22-70. k Ja I F a 4 The pipe shall meet the following physical and chemical requirements at 730 F., (+/-3° F.). Quick -burst Test - Randomly selected samples tested in accordance with ASTM 1599-62T method shall withstand without failure a pressure of 755 PSI (8,000 lbs. hoop tensile stress) applied in 60 to 90 seconds. One specimen shall be run per shift per extruder. Sustained Pressure Test - Randomly selected samples tested in accordance with ASTM-58T shall withstand without failure for 1,000 hours a pressure of 500 PSI (5,000 lbs hoop tensile stress). One specimen shall be run every 500 hours per extruder. - Acetone Immersion Test - One (1) inch wide rings cut from randomly selected pipe shall be placed in a sealed container of anhydrous (99.5% pure) acetone. There shall be no visible spalling, cracking or splitting after two hours exposure (swelling or softening is not a failure). One specimen shall be run per hour per extruder. Vice Test - Two inch (2") wide rings cut from randomly selected pipe shall be placed between two flat parallel plates and compressed in less than one minute until the inside faces touch (100% flattening). There shall be no visible evidence of splitting, cracking or shattering. One specimen shall be run per shift per extruder. Drop Impact Test - Six inch (6") long randomly selected pipe sections shall be placed horizontally in a "V" block (including angle 900) and subject to a single impact load from a freely falling missile having a 1/2 inch diameter rounded 1 inch long nose. There shall be no visible evidence of shattering or_ splitting (denting is not a failure) when the following energy is imposed (6 sections shall be run per shift per extruder.) 21 Nominal Pipe Size: 1" 1-1/4" 1-1/2" 2" 3" 4" 6" 8" Foot - Pounds: 18" 20 27 37 67 86 100 100 18 Nominal Pipe Size: 4" 6" 8" 10" 12" Foot - Pounds: 120 120 120 120 120 i i Fr static pressure in excess of that shown above, the. - standard dimension ratio and pressure class shall be shown in the proposal. • The manufacturers of all plastic pipe must be a member of the plastic pipe institute or AWWA and shall have manufactured the pipe and joint for a period of not less than five (5),years. Fittings for PVC pipe shall be cast iron mechanical joint unless specified otherwise. The Contractor shall provide the Engineer with submittal drawings of all proposed fittings for the Engineer's review and approval. Each shall meet ANSI 21.10 and A21.4 Specifications. III 4 All retainer glands shall be ductile iron. 0 C III -5 CONCRETE AGGREGATES: Fine aggregate shall consist of sand or other approved inert material with similar characteristics, having hard, strong, durable particles not more than one (1) percent by weight of clay lumps or three (3) percent by width 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 +.20 from the average of all tests. Gradation shall fall within the following requirements: TOTAL PASSING PERCENT BY WEIGHT 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) percent by weight of soft fragments, one-fourth (1/4) 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'z) percent by weight. Coarse aggregate may be either of two sizes, 1'z inch and smaller or 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 No. 4 Sieve 0 - 6 III -6 CEMENT: Portland cement shall conform to the requirements of the Standard Specifications for Portland Cement, ASTM Designation C 150, Type 1. Masonry cement shall conform to the requirements of the Standard Specifications for Masonry Cement, ASMT Designation C 91. DS -16 C III -7 WATER: Water for mixing concrete shall be clean and free from injurious amounts of oils, acids, alkalies, salt, organic matter, or other deleterious substances. Test specimens of mortar made from the materials and the water to be used shall develop not less than ninety-five (95) percent of the seven (7) day tensile or compressive strength of the same materials and distilled water. III -8 GATE VALVES: Gate valves shall be equal to the Mueller resilient seat gate valve as manufactured by the Mueller Company and shall be designed for a working pressure of 200 psi and a test pressure of 400 psi. Valves shall have 0 -ring seals and non -rising stems. Valve shall open left (counter- clockwise) and shall have mechanical joint ends. III -9 VALVE BOXES: All buried gate valves shall be furnished with suitable cast iron valve boxes. Boxes shall be two-piece, Buffalo type with 5a" shaft. Boxes shall be screw or telescoping type, complete with lid, and of adequate length for the installation. Boxes shall be similar or equal to Mueller H-10360. III -10 FIRE HYDRANTS: All fire hydrants shall be Improved AWWA type fire hydrants with a 54" valve opening. Nozzle threads shall be National Standard. Hydrants shall open "Left" by means of a::i "7 pentabona1 operating nut. Hydrant shall be finished with red lead primer only. Hydrants.shall be furnished with 6 inch mechanical joint inlets for cast iron pipe. Bury shall be 42 inches. Hydrants shall be Mueller Improved Hydrant No. A-24015, or approved equal. After installation fire hydrant barrels shall be painted with paint containing reflectorized glass beads (3M Company #7216 paint, or approved equal). DS -17 III -10 GRAVEL FOR SUBGRADE AND GRAVEL STREET REPAIR: Gravel for subgrade shall be SB-2 and shall conform to the following specifications: SIZE OF SIEVE G TOTAL RETAINED I z.. " 3/4" #4 TOTAL PASSING #40 #200 PERCENT BY WEIGHT I 0 10 to 50 50 to 75 10 to 30 3 to 10 The fraction passing the #200 sieve shall not be greater than two-thirds the fraction passing the #40 sieve. The fraction passing the #40 sieve shall have a liquid limit not greater than twenty-five and a plasticity index not greater than six. III -11 TAPPING VALVES: Tapping valves shall be similar in construction to standard AWWA gate valves and shall have MJ outlets for cast iron pipe. III -12 TAPPING SLEEVES: Tapping sleeves shall be MJ for cast iron pipe, similar or equal to Mueller H-615. Tapping sleeves shall, with the use of suitable gaskets, be good for AWWA Class "C" or "D" pipe, and with Class "B" Pipe in the 4 and 6 inch size. III -13 FITTINGS': Fittings shall, be either Gray Iron (250 psi) or Ductile Iron (350 psi) designed in accordance with ANSI/AWWA C110-77, except as noted otherwise on the Plans. ' All fittings shall be mechanical joint'conforming in all respects to ANSI A21.11/AWWA 0111. Fittings shall be bituminous coated outside with, standard cement lining inside in accordance with ASA A21.4/ AWWA C104-71. Ductile iron retainer glands shall be used on fire hydrant branch lines and vertical bends. DS -18 Y Tapping valves shall be similar in construction to standard AWWA gate valves and shall have MJ outlets for cast iron „pipe. C III -14 ENCASEMENT PIPE: All encasement pipe shall be steel pipe, the diameter and the length of the pipe shall be as indicated.on the plans. The steel pipe shall have a minimum wall thickness of a inch. I1I-15 BALL VALVES: Ball valves shall be similar or equal to the James Jones J-1900. III -16 RECONNECTING TO AN EXISTING COPPER OR GALVANIZED SERV- TrF. 7.TNI Pt 3/4" Corporation Stop Muller 110 compression H-15008 3/4" 3 part Union Muller 110 compression H-15403 3/4" Male Iron Pipe by Muller 110 compression H-15428 3/4" Female Iron Pipe by Muller 110 compression H-15451 1" Corporation Stop Muller 110 compression H-15008 1" 3 part Union Muller 110 compression H-15403 1" Male Iron Pipe by Muller 110 compression H-15428 1" Female Iron Pipe by Muller 110 compression H-15451 3/4" x 4" Nipple Galvanized 3/4" x 4" Steel Coupling Rockwell 3/4" x 4" Nipple Galvanized 3/4" x 4" Steel Coupling Rockwell (or approved equals) r a ; III -17 3/4" AND 1" CONNECTIONS TO C900 PVC PIPE CL20Q OR, AC PIPE CL200 (4", 6", 8"): 4" x 3/4" Service Saddle 101 N 5.40 x 3/4" cc Romac 6" x 3/4" Service Saddle 101 N 7.50 x 3/4" cc Romac 8" x 3/4" Service Saddle 101 N 9.62 x 3/4" cc Romac 4" x 1" Service Saddle 101 N 5.40 x 3/4" cc Romac • 6" x 1" Service Saddle 101 N 7.50 x 3/4" cc Romac 8" x 1" Service Saddle 101 N 9.62 x 3/4" cc Romac • (or approved equals) III -18 2" CONNECTIONS TO 4", 6", 8", 10"., and 12" A.C. P.V.C C.I. OR D.Z. PIPE: 4" x 2" Service Saddle 101 N 54.0 x 2" I.P. Romac 6" x 2" Service Saddle 101 N 7.50 x 2" I.P. Romac 8" x 2" Service Saddle 101 N 9.62 x 2" I.P. Romac 10" x 2" Service Saddle 101 N. 12.12 x 2" I.P. Romac 12" x 2" Service Saddle 101 N 14.38 x 2" I.P. Romac (or approved equals) III -19 VALVE SET-UP FOR 2" CONNECTIONS: 2" Close or all -thread Brass Nipple 2" x 6" Brass Nipple 2" Ball Valve Tip x Top J1900 manufactured by James Jones Company, (or approved equal) 2" 441 Cast Coupling Rockwell 441-00000248-900, (or approved equal) li COVER M- .• to Ii' th (ISO to 100 Si.) II PIPE SPRINCLINE •w[ 1= ..a EXCAVATED TRENCH WIDTH WID PIPE I INAL BACAI ILL �Mll PDT IL IEQUII(D) � i TYPICAL CROSS SECTION OF TRENCH FOR PVC PIPE Note: Grit is acceptable as bedding and backfill material, there shall be a min. of 2" bedding under the pipe and 6" of cover over the pipe. } \ W J J *W O< Q J NQ Q fl B Z o a w W Q N 0 1i fl 7 0- • X O N iv l7i- p6 00 -'w NO< UI flwuj F w aZZ OZ A�• a UQz_ lo NNE =Qm a w�a o U Q O w mot N UI 0 0W a m oa > J N > a Q > Ow0 LUlL UI I- ~, O O J -C LL IL m a 0- > Q N O Z U O IV a. V Z N <O FF N IL Co a'- -4 NW Z a &W ON lll= OI '3 - LX W O< U Q• N N z Q 0 Pr I u 5URAGB REPLACMENT—. &I C0JGRErE.(400O Pet)....:_: . - WITN CAW1 OW 6LPC K — • FXIST•-erREET..SURFfGE ________ I a7C1r?('IWG:. (REE-'f�`WRFACS-----:----- r mJ ', � �� _UNc71�UR6Et2"EfVZTN — COMPACTE ___'H 12MI t.:::._ /VAIZIASCE % 12QMIW. UNIJ15TUR�=C CITY STREET CROSSING. /i-5.87 4t J _ 1 Div? 3 -_-j W V, V d -.-.-.-t1. -Y -4 iVl FLOW LINE OF R m ` m CONCRETE " °''? N ENCASEMENT"' ` 000 EQ :.:. a:. ...oa:. _ 6"_ Outside r a Pay Line ENCASEMENT DETAIL CREEK CROSSINGS rRAPs GLAND___. CONC. BL BLOCKING TEE .;III! -4ETE BLOCKING OF TRENCH CONCRETE BLOCKING FOR BENDS, TEES a CROSSES f Y �♦�y = � 1��'tl � iC �.. 1. 1 V y ye y a �.: N UO D N H sIa r4 w N w F S u1 q Ho Z I 0 Z 1nI the y z .". zIt 0 O O U O U i Ln a: U oa U z w w a 3' O' of z owAp�l^ p4 O II� ) N FO 0 iC I 4) C) 0 H 0) C r4 To C. hi o ro h v � N a a ) N C O E F ro w W a 0 >1 C) N 4) a) O Co O O w O Cl) <N x U %D z 1O N N W N O ro O A z C -I r U N A. p.4 H C,, ti b Va w y 0 F Q z 0 HH z ,,,, a z tcil U o �'4 O l0 O a a to 1-, U G) O a 0 o hi O E )4 w ro w U O � m .E, a O N E O a C 0 tT O A N U) C)ro C4 y x m u o C) N fi 1-4 r1 Is. F � O W U) z ro O ri 6 'U O N O F N ti rw al O o aI w w til w A /P A A m c w E N Di a w H U tr d w H