HomeMy WebLinkAbout163-90 RESOLUTIONRESOLUTION N0. 761-9n
t
A RESOLUTION APPROVING THE CONTRACT AND
ADDENDUM NO. 1 TO THE 1990 CHIP AND SEAL
PROJECT CONTRACT WITH MCCLINTON-ANCHOR, A
DIVISION OF APAC-ARKANSAS.
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 the contract and the Addendum
No. 1 to the contract between the City of Fayetteville and
McClinton -Anchor, a division of APAC-Arkansas in the amount not to
exceed $372,890. A copy of the contract & addendum to the
contract authorized for execution hereby are attached hereto
marked Exhibit "A" and made a part hereof.
Section 2. The Board of Directors hereby approves the
budget adjustment for the project in the amount of $222,890 from
the Contract Services -STD Asphalt Overlay Account into Contract
Services -Chip Seal Account. A copy of the budget adjustment
approved for execution is hereby attached hereto marked Exhibit
"B" and made a part hereof.
=ATTEST:
PASSED AND APPROVED this 16th day of October
City C
•
•
APPROVED:
1990.
By: ded 4;t/
Mayor
r
BUDGET CCORDII:ATOR
1IOI032I I0 I N3w.2IV d30
:AR 03IS3nb3N
a
1-3
a
H
m
H
m
1°0:
XINO 3sn 3DIdd0 I30W1U
N
4,117 arAveld
no 0
a ..
0 <
z c.
cn
>
0
o Q
z
H .Q
t
vJ
N
0
0
z
ssio
Nawwn& IND()
4-
0
n
0
O
C
z
H
rH
r
N tT3
1
f
IN3N.LUVd30
03IS3nb3a 3.LVU
.0
H
z
ro
HOIIVw2IOdNI INDODDV
z
I0
IsBnb3N IH00nq
N
1.
•
•
t
E-270
CHIP AND'SEAL STREET IMPROVEMENTS
.1
FOR
FAYETTEVILLE CITY STREETS
PROJECT No. :E-270
CITY OF FAYETTEVILLE,ARKANSAS
BID No. 90-54
OCTOBER, 1990
CITY OF FAYETTEVILLE:
PUBLIC WORKS/TRANSPORTATION ;SUPERVISOR:
ENGINEER:
Q ADDRESS:
TELEPHONE:
David Cox
Don Bunn
113 W. MOUNTAIN STREET
FAYETTEVILLE, ARKANSAS 72701
(501) 521-7700
MILHOLLAND COMPANY
Engineering & Surveying
205 West Center Street
Fayetteville, Arkansas 72701
Telephone: (5011 443-4724
1
1
1
1
1
1
1
1
1
1
1
=1
1
1
1
1
•
ADVERTISEMENT FOR BIDS
Noticelis hereby given that pursuant to an order by the CITY OF
FAYETTEVILLE, sealed bids will be received at the Purchasing
Office, City Hall, 113 West Mountain Street, Fayetteville,
Arkansas, until 10:30 a.m. Local Time, October 3, 1990, for the
furnishing of all tools, materials, and labor and the performance
o f allynecessary work in Fayetteville, Arkansas, consisting of:
BID No. 90-54
CHIP AND SEAL STREET IMPROVEMENTS
PROJECT No. E-270
All necessary work, materials, and every item of construction
shall be in accordance with the plans, profiles, and specifica-
tions as approved by Public Works Department, City of Fayette-
✓ ille,',and Health Department. Said plans and specifications are
on file in the office of the Engineer, MILHOLLAND COMPANY, Engi-
neering and Surveying, 205 West Center, Fayetteville, AR 72701.
Copies may be obtained from the office of said engineer uponthe
payment of $150.00 dollars. Unsuccessful bidders or non -bidders
will be refunded $25.00 upon the return of undamaged plans and
specifications within ten (10) days after the date of receiving
bids:
Each contractor shall be responsible for the investigation,
inspection, and studies of the project site as deemed necessary
to familiarize themselves with all conditions to be encountered.
All bidders shall be licensed under the terms of Act 150 of the
1965 Acts of the Arkansas Legislature.
Each bid must be accompanied by a cashier's check or surety bond
• in an amount equal to five percent (5%) of the whole bid. Said
bond shall be issued by a surety company licensed to do business
in the State of Arkansas. In the event the successful bidder
fails, neglects, or refuses to enter into the contract for the
construction of said work and furnish the necessary bonds within
ten (10) days from and after the date the award is made, the
Owner shall retain said check or bond as liquidated damages.
All bids shall be sealed and the envelope addressed to the Owner,
CITY OF FAYETTEVILLE, PURCHASING OFFICE, CITY HALL, 113 WEST
MOUNT/JIM STREET, FAYETTEVILLE, ARKANSAS, and marked on the lower
left side of the bid envelope shallHbe the following information:
Project name, date of bid opening, time of bid opening, bidding
contractor's name and licensed number, and subcontractor's name
and license number, if any.
E-270
1
1
1
1
1
1
1
1
1'
1
1
1
1
1
1'
'
14
ADVERTISEMENT FOR BIDS
4
•
Bids will be opened and`read aloud at the City Hall, Room No.
111, and shall be considered by the Owner, as may be necessary.
The right to reject anyand all bids, to waive any informalities,
and to negotiate with any qualified bidder after bid opening,
shall be reserved to the discretion of the Owner.
No bidder may withdraw his bid within thirty (30) days after the
actual date of the bid opening.
E-270 2
1
1
1
1
1
1
1
1
1
=1
1
1
1
1
1
1
1
•
1
1
•
•
INFORMATION FOR BIDDERS
Receipt and Opening of Bids: the City of Fayetteville,
Arkansas, (herein called the "Owner"), invites bids on the
form attached hereon, all blanks of which must be appro-
priately filled in. Bids will be received by the Owner at
the Purchasing Office of the City of Fayetteville, until
10:30 a.m. October 3, 1990, and then be publicly opened and
✓ ead aloud. The envelopes containing the bids must be
sealed, addressed to the Owner, c/o Milholland company, and
designated as bid for
CHIP AND SEAL STREET. IMPROVEMENTS
FAYETTEVILLE, ARKANSAS
PROJECT NO. 90-54
The Owner may consider informal any bid not prepared and
submitted in accordance with the provisions hereof and may
waive an informalities or reject any and all bids. Any bid
may be withdrawn prior to the above scheduled time for the
opening of bids or authorized postponement thereof. Any bid
✓ eceived after the time and date specified shall not be
considered. No bidder may withdraw a bid within 30 days
after the actual date of the opening thereof. The Owner.
reserves the right to decide which shall be deemed the
lowest responsive and responsible bid. The bidder's reputa-
t ion, financial ability, experience, and equipment shall be
g iven due consideration.
2. Preparation of Bid: Each bid must be submitted on the pre-
scribed form and accompanied by a performance record of the
bidder regarding construction projects of similar nature
(minimum 3) and also include the proposed subcontractor.
All blank spaces for bid prices must be filled in, in ink or
typewritten, in both words and figures, and the foregoing
performance record must be fully completed and executed when
submitted.
Each bid must be submitted in a sealed envelope bearing on
the outside the names and license numbers of the bidder and
the proposed subcontractor, addresses, and the name of the
project for which the bid is submitted. If forwarded by
mail, the sealed envelope containing the bid must be
enclosed in another envelope addressed as specified in the
bid form.
E-270
1
INFORMATION FOR BIDDERS
The. Engineer's estimate of quantities is approximate only,
and shall be. the basis for receiving unit price bids for
e ach item but shallnot be construed by the bidders as act-
ualquantities required for the completion of the proposed
work. Such quantities, however,' at the unit and lump sum
prices bid for each item, shall determine the amount of each
bid for comparison of bids and the evaluation of the best
bid for the purpose of awarding of the contract, and will be
used as a basis for fixing the amount of the required bonds.
A copy of the project's,proposal' forms may be obtained as
provided in the Advertisement for Bids. All papers bound
with or attached to the proposal forms are necessary parts
thereof and must not be detached.
B ids which are incomplete, unbalanced, conditional, or
o bscure, or which contain additions not called for, era-
sures, alterations or irregularities of any kind, or which
do not comply with the Information for Bidders may be rejec-
ted as informal at the option of the Owner. However, the
Owner'reserves the right to waive technicalities as to
changes, alterations, or revisions and to make the award in
the. hest interest of:the Owner.
Unit Price Bids: Bidders shall insert a unit price for each
item of work listed in the Engineer's estimate of quantities
o f 'work to be done. Unit prices shall include amounts suf-
ficient for the furnishing of all labor, materials, tools,
e quipment, and apparatus of every description, to construct,
e rect, and completely finish all of the work as called for
in the specifications and shown 'in the plans. Unit prices
bid' and totals shown in the Proposal shall include all costs
o f material testing,.subgrade, base, paving materials, and
all other construction materials. The price bid for each
item must be stated in figures and in words on the bidding
forms. In case of a. difference 'in the written •words and
fij ures in a Proposal, the amount stated in the written
words shall govern.
All items in the Proposal shall bear a fair relationship to
thecast of the work'to be done. Bids which appear unbal-
anced and deemed not to be in the best interest of the Owner
may be rejected at the discretion of the Engineer and/or the
Owner.
E-270 2
1
1
1
1
1
1
•
1
1
1
1
1
1
1
1
1
1
1
INFORMATION FOR `•BIDDERS
Subcontracts: The bidder is specifically advised that any
person, firm, or other party to'whom it is proposed to award
a subcontract under this contract -
a. Must be acceptable to the Owner after verification by
the Engineer of a good current performance record;
b. Must be licensed:in the State of Arkansas to do con-
struction work;
c. Must have previously performed local projects of similar
nature and type as the proposed project in a profes-
sional and satisfactory manner.
Approval of the proposed subcontract award cannot be given
by:the Owner unless and until the proposed subcontractor has
submitted the evidence showing that it has fully complied
with all reporting requirements, to which it is or was
subject.
The general contractor will be required to furnish the names
o f subcontractors and the amounts of their subcontracts as
✓ equired by Act 183, Arkansas Acts of 1957. The subcontrac-
tor's name and license number shall appear on the outside of
the sealed envelope.' Subcontractors must be licensed accor-
d ing to the laws of the State of Arkansas.
4. State Licensing Laws: Contractors must be licensed in
accordance with the requirements of Act 150, Arkansas Acts
o f 1965, the "Arkansas State Licensing Law for Contractors".
B idders who submit proposals in;excess of $10,000.00 must
submit evidence of their having :.a contractor's license
before their bids will be considered, and shall note their
license number on the outside of the proposal.
5. Telegraphic Modification: Any bidder may modify his bid by
telegraphic communication at any time prior to the scheduled
closing time for receipt of bids, provided such telegraphic
communication is received by the Owner prior to the closing
time, and provided further, the Owner is satisfied that a
written confirmation of the telegraphic modification over
the signature of the bidder was:mailed prior to the closing
t ime. The telegraphic communication should not reveal the
bid price but should. provide the addition or subtraction or
other modification so that the final prices or terms will
not be known by the Owner until the sealed bid is opened.
If written confirmation is not received within two days from
the closing time, no consideration will be given to the
telegraphic modification.
E-270 3
1
INFORMATION FOR BIDDERS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
6. Method of Biddinq: The Owner invites the following bid(s):
CHIP AND SEAL STREET IMPROVEMENTS
FAYETTEVILLE, ARKANSAS
PROJECT NO. 90-54
7. Qualifications of Bidder: The Owner may make such investi-
gations as he deems necessary to determine the ability of
the bidder to perform the work, and the bidder shall furnish
to the Owner all such information and data for this purpose
as the Owner may request. The=Owner reserves the right to
reject any bid if the evidence; submitted by, or investiga-
tion of, such bidder fails to satisfy the Owner that such
bidder is properly qualified to carry out the obligations of
the contract and to complete the work contemplated therein.
Conditional bids will not be accepted.
Each bidder, if requested to do so by either the Owner or
the Engineer, shall' furnish satisfactory evidence of his
competency to perform the work contemplated. The Owner
reserves the right to reject a'bid if the bidder has not
submitted, upon request, a statement of his qualifications
prior to the date of the opening of bids.
The Contractor shall not assign or sublet all or any part of
this contract without the prior written approval of the
Owner nor shall the contractor, allow such subcontractor to
commence work until' he has provided and obtained approval of
such compensation and public liability insurance as may be
required. The approval of each subcontract by the Owner
will in no manner release the contractor from any of his
obligations as set out in the plans, specifications, con-
tract, and bonds.
Before any contract 1s awarded, the bidder may be required
to furnish a complete statement of the origin, composition,
or manufacture of any or all materials proposed to be used
in the construction of the work, together with samples,
which may be subjected to the tests provided for in these
specifications to determine their quality and fitness for
the work.
E-270 4
1
1
1
1
1
;1
1
1
1
1
1
1
1
1
1
1
1
1
•
INFORMATION FOR BIDDERS
8. Bid Security: Each bid must be accompanied by cash, certi-
fied check of the bidder, or a bid bond prepared on the form
o f bid bond attached hereto duly executed by the bidder as
principal and having as surety'thereon a surety company
approved by the Owner, in the amount of 5% of the bid. Such
cash, checks, or bid bonds will be returned to all except
the three lowest bidders within three days after the opening
o f bids, and the remaining cash, checks, or bid bonds will
be returned promptly after the Owner and the accepted bidder
have executed the contract, or if no award has been made
within 30 days after the date of the opening of bids, upon
demand of the bidder at any time thereafter so long as he
has not been notified of the acceptance of his bid.
9. Liquidated Damages .for Failure to Enter into Contract: The
successful bidder, upon his failure or refusal to execute
and deliver the contract and bonds required within 10 days
after he has received notice of the acceptance of his bid,
shall forfeit to the Owner, as liquidated damages for such
failure or refusal,, the security deposited with his bid.
10. 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 with 60 consecutive calendar days
thereafter. Bidder must agree also to pay as liquidated
damages, the sum of. $250.00 for each consecutive calendar
day thereafter as hereinafter provided in the General Condi-
tions. When inclement weather prohibits proper Construction
Procedures and/or quality, the;proiect construction shall be
shut down until proper weather conditions permit, at which
time a "Notice -To -Proceed" will be issued by the Engineer.
11. Conditions of Work: Each bidder must inform himself fully
o f the conditions relating to the construction of the pro-
ject and the employment of labor thereon. Failure to do so
will not relieve a successful bidder of his obligation to
furnish all materials and labor necessary to carry out the
provisions of his contract. Insofar as possible, the con-
tractor, in carrying out his work, must employ such methods
or means as will not cause any interruption of or interfer-
e nce with the work of any other contractor.
12. Addenda and Interpretations: No interpretation of the mean-
ing of the plans, specifications or other pre-bid documents
will be made to any bidder orally.
E-270 5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
S
•
INFORMATION FOR BIDDERS
Every request for such interpretation should be in writing,
addressed to MILHOLLAND COMPANY, Engineering & Surveying,
205 West Center, Fayetteville, AR 72701, and to be given
consideration, must be received at least five (5) days prior
t o the date fixed 'for the opening of bids. Any and all such
interpretations and any supplemental instructions will be in
the' form of written addenda to the specifications which, if
issued, will be mailed by certified mail with return receipt
✓ equested to all prospective bidders (at the respective add-
✓ esses furnished. for such purposes), not later than three
(3) days prior to the dated fixed for the opening of bids.
Failure of any bidder to receive any such addendum or inter-
pretation shall not relieve such bidder from any obligation
u nder his bid as submitted. All addenda so issued shall
become part of the contract documents.
13 Security for Faithful Performance: Simultaneously with his
d elivery of the executed contract, the contractor shall fur-
n ish a surety bond or bonds as security for faithful perfor-
mance of this contract and for the payment of all persons
performing labor on the project under this contract and fur-
n ishing materials in connections with this contract, as spe-
cified herein. The surety on such bond or bonds shall be
d uly authorized by a surety company satisfactory to the
Owner.
14. Power of Attorney: Attorneys-ih-Fact who sign bid bonds or
contract bonds must file with each bond a certified and
e ffectively dated copy of their Power of Attorney.
15. Notice of Special Conditions: Attention is particularly
called to those parts of the contract documents and specifi-
cations which deal with the following:
a. Inspection and testing of materials.
b. Insurance requirements.
c. Wage rates.
d . Stated allowances.
E-270 6
4
•
INFORMATION FORBIDDERS
16. Laws and Regulations: The bidder's attention is directed to
the fact that all applicable Federal and State laws, munici-
pal ordinances, and the •rules and regulations of all author-
ities having jurisdiction over construction of the project
shall apply to the contract throughout, and they will be
d eemed to be included in the contract the same as though
herein written out in full. Applicable laws and regulations
the contractor and subcontractor shall comply with and be
familiar with are as follows (but not limited to):
a. Wage and Labor laws.
b. State unemployment compensation.
e. Act 74 - Amend Act 275 of 1969 (Arkansas Statute
14-630).
d . Withholding State and Federal Taxes.
e . Anti -kickback Act of June 13, 1934, 40 U.S.C. 276 (c).
f. Equal opportunity provisions.
g . Act 125 - Arkansas Acts 1965.
The contractor shall comply with; all such laws and regula-
tions and any amendments or modifications made thereto and
shall -include all such provisions with all subcontracts.
The, contractor shall.abide by all Federal, State, and local
laws governing labor. The contractor further agrees to save
the Owner harmless from the payment of any contribution
u nder the State Unemployment Compensations Act, and the con-
tractor agrees that if he is subject to the Arkansas State
Unemployment Act, he will make whatever contributions are
✓ equired under and by virtue of ;the provisions of said Act.
Minimum wage rates shall be equal to basic rates as estab-
lished by common usage in the city and adjacent community
for the various types of labor and skills performed. In
case wage rates are specified in the contract documents, the
✓ ates as specified shall be the .minimum rates which apply to
the project. Whenever available, local common labor shall
be used, and whenever practical, skilled and semi -skilled
labor, if available, shall be used.
The contractor and each subconttactor, where the contract
amount exceeds 575,000.00, shall comply with the provisions
o f Act 74, as amended by Act 275. of 1969 (Arkansas Statute
14-,630). The provisions are suMmarized below.
E-270
t
•
INFORMATION FOR BIDDERS
The contractor and subcontractor: shall:
a. Pay the minimum prevailing wage rates for each craft or
type of workman and the prevailing wage rate for holiday
and overtime work, as determined by the Arkansas Depart-
ment of Labor.
b. Post the scale of wages in a prominent and easily acces-
sible place at the site of the work.
c. Keep an accurate record showing the names and occupation
and hours worked of all workmen employed by them, and
the actual wages paid to each of the workmen, which
✓ ecord shall be open at all reasonable hours to the
inspection of the Department of Labor or the Owner, its
o fficers, and agents.
The Owner shall have the right to withhold from amounts
due the contractor so much of accrued payments as may he
considered necessary to pay' the workmen employed by the
contractor or any subcontractor, the difference between
the rates of wages required .by this contract and the
✓ ates of wages received by such workmen.
If it is found that any workman 'employed by the contractor
o r a subcontractor has been or is being paid a rate of wages
less than the rate of wages required by this contract, the
Owner may, by written notice to the contractor, terminate
h is right to proceed with the work or such part of the work
as to which there has been a failure to pay the required
wages and to prosecute the work to completion by contract or
o therwise, and the contractor and his sureties shall be
liable for any excess costs occasioned thereby.
Thecontractor shalldeduct and .withhold Arkansas income
taxes, as required by Arkansas law, from wages paid to
e mployees, whether such employees are residents or nonresi-
d ents of Arkansas.
When provided for in the specifications, the contractor
shall comply with the regulations of the Secretary of Labor
made pursuant to the Anti -kickback Act of June 13, 1934, 40
U .S.C. 276(c), and any amendments or modifications made
t hereto and shall see that such'provisions are included in
all subcontracts. A copy of such provisions is included
hereinafter in these specifications.
E-270
8
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
INFORMATION FOR' BIDDERS
Where Federal funds are used to .pay a portion of the cost of
a project, the prospective bidder will be required to comply
with the provisions of Title VI 'of the Civil Rights. Act of
1964 and Executive Orders 11246 and 11375, and, where appli-
cable, shall include such provisions in subcontracts or pur-
chase orders. Further, certain; construction contracts are
subject to compliance with Minority Business Enterprise
requirements. Where provided for In the specifications, the
contractor, as a part of his bid,, shall complete forms rela-
tive to compliance, or participation with the above.
The attention of all bidders is called to the provisions of
Act 125, Arkansas Acts of 1965. This act provides for pay-
ment for certain taxes on materi'als and equipment brought
into the state. It further provides for methods of collect-
ing said taxes. All provisions :of the act will be complied
with under this contract.
17. Insurance: During the life of this contract, the successful
bidder shall carry insurance as hereinafter set out. Also,
he shall require all of his.subcontractors to carry insur-
ance as outlined below, in case they are not protected by
the. policies carried°by the prime contractor.
Insurance companies underwriting the required insurance
shall be licensed in the State of Arkansas.
Insurance is to be approved by the Owner. If any insurance
contracted for becomes unsatisfactory or unacceptable to the
Owner after the acceptance and approval thereof, the con-
tractor shall promptly, upon being notified to that effect,
execute and furnish acceptable insurance in the amounts
herein specified. Upon presentation of acceptable insur-
ance, the unsatisfactory insurance may be canceled at the
discretion of the contractor.
The, contractor shall have his resident insurance agent sub-
mit to the Owner,through the Engineer, a schedule of insur-
ance policies proposed to be furnished, which shall be
approved before certificates of insurance and/or policies
are issued. once the Owner hasconcurredin the proposal of
insurance coverage, the contractor shall then furnish to the
Engineer, in the name of the Owner, certificates of insur-
ance for the following:
E-270 9
1
1
1
1
1
1
1
1
1
i
i
1
1
1
1i
1
1
t.
•
INFORMATION FOR .BIDDERS
a. Workmen's Compensation: Wor.kmen's Compensation, as
✓ equired by the laws of the :state in which the work Is
being done, shall be furnished. In case any hazardous
occupations are required for the execution of the work
which are not covered by the above insurance, special
e mployer's liability policies shall be obtained to cover
workmen engaged in such hazardous occupations.
b. Contractor's Public Liability Insurance and Property
Damage Insurance: This insurance shall provide bodily
injury of. $100,000.00• -for each person and $500,000.00
for each accident, and property damage of $500,000.00
for each accident. This insurance shall be endorsed to
cover explosion, collapse and underground hazards, and
blasting.
Motor Vehicle Public Liability and Property Damage
Insurance: This policy sha11 provide bodily injury of
$100,000.00 for each person and $500,000.00 for each
accident; and property damage of $500,000.00 for each
accident.
Owner's and Engineer's Contingent Protective Liability
Insurance: The contractor shall indemnify and save
harmless the Owner and Engineer from and against all
losses and claims, demands, 'payments, suits, actions,
✓ ecoveries, and judgments of every nature and descrip-
tion brought or recovered against them by reason of the
work, in the guarding of it, and construction staking.
The contractor shall obtain'in the name of the Owner and
Engineer (either as co-insured or by endorsement), and
shall maintain and pay the premiums for such insurance
in an amount not less than $500,000.00 property damage
and $100,000.00 bodily injury limits, and with such pro-
✓ isions as will protect the!Owner and Engineer from con-
tingent liability under this contract.
e Builder's Risk Insurance: [ 1 Optional [ ) Required
The contractor shall procure and maintain, during the
life of the contract, builder's risk insurance (fire,
lightning, extended coverage, vandalism, and malicious
mischief) on the. insurable portion of the project on a
100% completed value basis against damage to the equip-
ment, structure; or material. The contractor, his sub -
:contractors, and the Owner shall (as their interests may
appear) be named as the insured.
E-270 10
•
9•
INFORMATION FOR :BIDDERS
All -Risk. Floater Insurance:: Until the project is com-
pleted and is accepted by the Owner, the contractor is
required to maintain an all -'risk installation floater
policy.
The contractor shall submit:to the Owner written evi-
dence of insurance upon the entire work at the site to
the full insurable value thereof, including the inter-
ests of the Owner, the contractor, the subcontractors,
and any others with an insurable interest. The'policy
shall insure against,all risk of physical damage except
as modified by the contract documents and subject to the
normal all-risk exclusions. The policy, by its own
terms or by endorsement, shall specifically permit par-
tial or beneficial occupancy. prior to the completion or
acceptance of the entire work.
Other Insurance: The contractor is to protect the Owner
against all loss during the course of the contract. If,
due to the nature of the project, insurance coverage
other than that specified above is needed by the con-
tractor to protect the Owner' against all losses, the
contractor is responsible for determining the type of
insurance needed and purchasing same.
18. Pd formance Bond and Payment Bond: The contractor shall
furnish both a surety performance bond and a payment bond,
e ach equal to one hundred percent (100%) of the contract
price. The performance bond and payment bond shall be two
t otally separate bonds and shall bear two different bond
n umbers.
The contractor is to pay all expenses in connection with the
o btaining of said bonds.. The bonds shall be conditioned
that the contractor shall faithfully perform the contract,
and shall pay all indebtedness for labor and materials fur-
n ished or performed in the construction and installation of
such alterations and additions as prescribed in this con-
t ract.
In Arkansas, prevailing law requires that performance and
payment bonds on public works contracts shall be executed by
a resident local agent who is licensed by the Insurance Com-
missioner to represent the surety company executing said
bonds, and filing with such bonds his power of attorney as
h is authority. The mere countersigning of the bonds will
n ot' be sufficient.
E-270 11
INFORMATION FOR iBIDDERS
The date of the bonds, and of the power of attorney, must
n ot be prior to the date of the ;contract. At least six
copies of the bonds shall be furnished, each with power of
attorney attached.
19. Method of Award - Lowest Qualified Bidder: If at the time
t his contract is to be awarded, the lowest base bid submit-
ted' by a responsible. bidder does not exceed the amount of
funds then established by the Owner as available to finance
the contract, the contract will be awarded ori the base bid
o nly. If such bid exceeds such ;amount,' the Owner may reject
all bids or may award the contract on the base bid combined
w ith such deductible alternates ,applied in numerical order
in which they are listed in the Form of Bid, as produces a
net amount which is within the available funds.
20. Obligation of Bidder: At the ttme of the opening of bids,
e ach bidder will be presumed to have inspected the site and
to have read and to be thoroughly familiar with the plans
and, contract. documents (including all addenda). The failure
o r omission of any bidder to examine any form, instrument or
document, shall in no way relieve any bidder from any obli-
gation in respect to his bid.
21. Safety Standards and Accident Prevention: With respect to
all work performed under this contract, the contractor
shall:
a. Comply with the safety standards provisions of applica-
ble laws, building and construction codes, and the "Man-
ual of Accident Prevention in Construction" published by
the Associated General Contractors of America, the
✓ equirements of the Occupational.Safety and Health Act
o f 1970 (Public Law 91-596).
b. Exercise every precaution at. all times for the preven-
tion of accidents and the protection of persons (inclu-
d ing employees) and property.
c 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
t he immediate removal to a hospital or a doctor's care
o f 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 removal of injured persons to a
h ospital or a doctor's care.:
E-270 12
i
r
1
1
1.
:.1
1
1
.1
1
1
A.I.A. Document No`A-310 (Febru{{iary 1970 Ed.)
P I
Sedgwick James
Sedgwick James of Arkansas, Inc.
900 S Shackleford Road, Suite 600, PO Box 51 , Little Rock, Arkansas 72 203-0 511
Telephone (501) 223-3111. Telex 536249. Facsimile (501) 223-8461
•BIDI BOND
1
•
KNOW ALL MEN BY THESE PRESENTS, that we, APAC-ARKANSAS, INC. , McCLINTON-ANCHOR DIVISION
as Principal; hereinafter called the Principal, and INSURANCE. COMPANY OF NORTH AMERICA
I
acorporation duly organized under the laws of the State of PENNSYLVANIA
as Surety, hereinafter called the Surety, are -held and firmly bobnd unto
City of Fayetteville )
'113 West Mountain
Fayetteville, Arkansas
as Obligee, hereinafter called the Obligee, in the sum of .. -.'
Five Percent of the aaiount'of.bid Dollars($ 5%
for the payment of which sum well and truly to be made, the said -Principal and the said Surety, bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for
Chip and Seal Street Improvements
NOW, THEREFORE, it the Obligee shall accept the bid of the Principal. and the Principal shall enter into a contract with the Obligee in
accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good
and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and mateial furnished in the
prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall
pay to the Obligee the difference not to exceed the penalty hereof .between the amount specified in said bid and such larger amount for
which. the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null
and void, otherwise to remain in full force and effect.
Signed and sealed this 3rd
SJ -1316 B
APA•C-ARKANSAS,
{BY:
I
INSURA'.CE
{
October .i"" r �••��"A. D. 19 90
444,-,„T I
INC., McCLINTON,-:ANCHOR,.'DIV.
(Principal)
king 4.44.. Vice
(Title)
President .. -.. w
COMPANY OF NORTH -AMERICA
5
(Seal)
P
Fran s Butler-Atariey.nfact
uret )
deln-scamr
1/POWER
,WR,01-,.,1,09,' '.Q, \/ �;'.\�%% I; \..��'\\':/ �;$1i'O•'C,?`,C r p`�/;y},Ci\I •/Q.r\F:%�' 'T.ieyiric;%1%^•,'.;'•••' %.\ '' t.: . :•, /•2 .•. /; p . '•!', �'�r/,`'.:..."'/• , 4'x%S„ •
'
;
mia
••;n �"''C\„ATTORNEY ':'.�'C''\'.\'ii !.�,''• .•',.•' •Wii:,••••;/:::, d>rd\\•��'`,• �i/ J\
II/.\••\•'i\f,'• •/.'\`4/T.%J • y'<.1/./'\' /'\ \' /'�.\•.r•\ir...'v/i•\JI<��'',':�'\i/n
'r \/• ",./.`.r' : 'Y.'I'li' '•\Co'/\\/ ••••r'%`\s•r %',!Id ./I \• !r.,•rg �:%/�rJ\:.:\. ••
'�/•'Y,„ ,I.N.•;\/0.\„r. ••�/0 4? .\ i4 \/i 6j1s..r�ri0.••i••0 0. ;” '/'. i\• /,. 'I/ ?.'•
:%/.,`Gey • \ n ,% /. 's \ ' : ,.o ..'.1 /1i;
1
1
1
Fi 1
i.
1
1
;.i
1
1 1
1
1
1
1
1
1
1
•
•
•
BID BOND
KIQOW ALL MEN BY THESE PRESENTS that we, the undersigned,
as Principal, and
as Surety, are
hereby held and firmly bound unto the CITY OF FAYETTEVILLE, 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.
S igned this day of , 19
The condition of the above obligation is such that whereas
the Principal has submitted to the CITY OF FAYETTEVILLE a certain
B id, attached hereto and hereby made a part hereof to enter into
a contract in writing, for CONSTRUCTION OF:
CHIP AND SEAL STREET IMPROVEMENTS
CITY OF FAYETTEVILLE, ARKANSAS
PROJECT No. 90-54
NOW THEREFORE,
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 here-
to (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 fur-
n ishing materials in connection therewith, and shall in all
other respects perform the agreement created by the accep-
tance of said Bid, then this obligation shall be void, other-
wise the same shall remain in force and effect; it being
e xpressly understood and agreed that the liability of the
Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this: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.
i
H H BID BOND.
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 date and year
first set forth above.
(Principal)•
(Surety)
SEAL BY:
i
•
f ,
1
1
It.
2
r:
•r
' c BID FOR UNIT PRICE CONTRACTS
It Place: Room 111, city Administration
• Date: October 3. 1990 @ 10:30 a.m.
Project No.: E-270, Did No. 90-54
Proposal of ARc ./drtv_v4cxS,/A.t.I MttWnrrW-AL4oQL Dl&. (hereinafter
callediBidder)* a corporation, organized and existing under the
7 laws of the state of ,* a partnership, *or an
r individual doing business as
' To they CITY OF FAYETTEVILLE, ARKANSAS, hereinafter called OWNER.
Gentlemen:
The Bidder, in compliance with your invitation for bids for the
construction of CHIP AND SEAL STREET IMPROVEMENTS, PROJECT No.
E-270, having examined the plans and specifications with related
documents and the site of the proposed work, and being familiar
with all of the conditions surrounding the construction of the
proposed project including the availability of materials and
labor, hereby proposes: to furnish all labor, materials, and
' supplies, and to construct the project in accordance with the
contract documents, within the time set forth therein, and at the
prices stated herein. 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
' or before a date to be specified in•a written "NOTICE -TO -PROCEED"
of the 'Owner and to fully complete the project within 60 consecu-
£, tive calendar days thereafter as stipulated in the specifica-
' tions. Bidder further agrees to pay as liquidated damages, the
sum of $250.00 for each consecutive calendar day thereafter.
Bidder acknowle4ges receipt of the following addendum:
I.
' Bidder agrees to perform all the work, described in the
specifications and shown on the plans, for the following unit
prices:
' *Insert corporation, partnership, or individual as applicable.
it
1
E-270 1
I
1
C
C
I
I
I
I
I
C
I
I
41
L
1
CONTRACT - STREET & STORM DRAINAGE
CHIP & SEAL BID ITEMS
ITEMS: All Items Complete in place,: including all labor, materials,
bonds, insurance, equipment,fittings, and unforseen items,
constructed in accordance with the City of Fayetteville
Specifications and Requirements and as shown on plans,
grading, reconstruction of street sections, utility
adjustments, street surface construction, shaping, clean-up,
repair of damaged yard surfaces, and testing.
CHIP & SEAL STREET CONSTRUCTION:
In accordance with plans and! specifications for said
project: Contractor shall reconstruct EXISTING street
DRIVING surfaces to a 2% crown using existing onsite SB-2
Base material. Where Existing SB-2 DRIVING surfaces are
greater than twenty-two feet' 122!) in width, Contractor
shall use Existing SB-2 and construct a 2% Crown within
the central twenty-two feet '[22'] of the street sections,
EXCEPT at intersections and Cul-De-Sacs. Where existing
street base is less than twenty-two feet [22'] in width,
the total street bed shall be Reshaped to provide for a
2% crown. When requested by: Engineer, contractor shall
under cut pot holes and rough areas in street sub -grade
and Reconstruct the top 12" of street subgrade section
with existing materials. "HILLSIDE" MATERIAL, as a
separate Bid Item, may be used to reconstruct subgrade,
ONLY when approved by the Project Engineer. All
materials used for reconstruction of street subgrade,
without prior request and approval by the Project
Engineer, 'shall be Subsidiary to other bid items of the
contract. Engineer will not provide a "CUT SHEET".
Contractor shall construct street crown grades at a
uniform slope using, the existing street profile as a
guide. The Constractor shall request the Engineer to
inspect and approve all street sections prior to placing
SB-2 Base, and prior to placement of double chip seal
surface, respectively.
Construction Bid Items shall include all standard
material testing at intervals not to Exceed 500 L.F. and
not less than two (2) tests per street segment, and all
Laboratory Analysis. The EXISTING SB-2 Base shall be
reconstructed to form a 2% Crown and Compacted, then
overlayed with four inches (4") of new SB-2 Base to form
a Base Course. All Street Sections shall have a minimum
of four inch (4") new SB-2 Base.
'Construction during inclamite weather conditions shall
not be permitted. Construction'delays due to weather
conditions should be considered by Bidder.
E-270 1
II
CONTRACT - STREET & STORM DRAINAGE
r.CHIP & BEAL BID ITEMS
1. CHIP.& SEAL STREET CONSTRUCTION: (Contd.)
STREET CONSTRUCTION.BID ITEMS SHALL CONSIST OF THE FOLLOWING;
' Item [a]: Crown Street Sections using existing Base
materials, and Construct New Street Section with
' a minimum of 4" of 'new Compacted SB-2 Base
twenty feet (20') in width plus a 12" wide TAPER
each side,- with�Bituminous Prime Coat; PLUS a
Double Chip and Seal Surface, the width shown on
I2 Plans or twenty feet (20') in width, which ever
is least, per STANDARD SPECIFICATIONS for
HIGHWAY CONSTRUCTION ARKANSAS STATE HIGHWAY
' COMMISSION. All testing shall be performed by
p an independent, material testing laboratory at
intervals NOT -TO -EXCEED 500 L.F. of street
centerline and a minimum of two (2) test per
street segment.
A. STREET CONSTRUCTION BID ITEMS:
1 SEGMENT;No. 1. Anderson Place: (736 L.F.]
a: 3 5 0 BY @ PJ)NE Tk6o ,k 56n10 SbC,k kblcn vO
' LUTA/a0S ($ 9,1010.c0 ) Per Lump Sum S 9,(10.00
SEGMENT. No. 2. Andrews°Ave: 1219 L.F.
1 a: 257 SY @' c'Jo T JWSA41D .�2 1 nPPsd) (la i4(\Jt
$ 2435,00 ) Per Lump Sum $ 2,435,oc
SEGMENT No. 3. Ashwood: [237 L.F.II
a:437�SY @ T1♦"P3a5 T4ows/ Q Skkid Y1aW L
�^�L -
' F L�I. to ( S 26,00 ) Per Lump Sum $ 3.126.w
' SEGMENT No. 40. Balton Ave: 1518 LF.1
, a: 763 S Y @ r5 TI 1W SWJD12T{-t%J€. Oou
($ Cv.D35,cc ) Per Lump Sum $ (c,O3 1Q.
SEGMENT No. 4. Brower Ave: (172 L.F.1
a: 360 SY @ Lr T ,sk''D `*(Pt'-fr11: Dou tQX
(S 4)o35am ) Per Lump Sum $ [ir035.OJ
' SEGMENT No. 5. Cardwell Ln: [396 L'F.I C,�'_
a: 727 SY @ , # TY0u-S2n(D Nl/�1, W C1JE1) 5raejr1-
rlVt-I�cx ($ h,975.ao ) Per Lump Sum $ `�,91.cv
' E-270 2;
a.
1 '
J ,
j '
II H
• CONTRACT.- STREET'& STORM DRAINAGE
CHIP & SEAL BID ITEMS
SEGMENT No, 6. Cedarwood Ave: (371 L.F.I
a: 902 SY @ Six TMacse'JP g-rt i-h.w zw "as
• ($ (a,5ct.00 ) Per Lump Sum $ (,5G0O
' SEGMENT No. 8. Cline Ave: (443 L.F.)
a: 9 6 SY @ SF.d'J�044N) AW2I&A)V O 4G1Y
($ 74-50,00 ) Per Lump Sum S 74W.0O
t
SEGMENT No. 9. Collette Ave [207 L.F 1
a: 433 S Y @ Tg /No�SAiJO /4/t .4Q-1,v02Gw Sxrr
' ($ 3,9G0•oo ) Per Lump Sum $ 39W.0c7
SEGMENT No. 10. Delaware Ave: (702 L.F.1
a:
:
152 SY @ �6t/TN19tGS✓m✓%� �d� /dZ!/Il�%I ,� t�/Cr/�'}/
Xd�A�24 ($ /5,580 -cc ) Per Lump Sum $ /D,°
SEGMENT No. 11. East Ave: (129 L.F.]
'
a: 3A4 SY @ -f £ `�11IXL5@>✓� TrIO f�WA10Aj SIX.T"/�rlf%
�Ylf ( $ 3,2(o5.Do ) Per Lump Sum $ 37L(4,00
S
SEGMEtcF No. 12. Eleventh St: (286 [S.F.)
a: 35 SY @ �f2 7�iVie5'/O 14t l hiNOa'9/7%,'/,Q'
/vil ( S 3,5t2.cu ) Per Lump Sum $ 3,530 00
' SEGMENT No. 13. Eleventh St: [309 &;F.1 /
a: 771 �S�Y� �@p 9/i 7% iW,5 AIO 6k /Iwt%� '%O S 4Qr
L�(.i-FA�/� l$ 5,IoT0.00 ) Per Lump Sum $ c,fo7O.oO
' SEGMENT No. 14. Ella St: (302 ��,��L�.F.1
a: 562 SY y (Wt /r Uf 5A )O SeoW /SEU 7k1/al-
4,735.00 ) Per Lump Sum $ 4735Ov
SEGMENT No. 15. Fallin Ave:- /(1259 L:F.)
a: 2398 SY @ tC A O /'dam A%44AL t0 %L11AVY1
(S /55530,00 ) Per Lump Sum $ /5,S30.ov
SEGMENT No. 16. Fifth Ave: (306 L.F.)
'51X ' a: 758 SY @ �df �CSM/O
($ $,tz2oo ) Per Lump Sum $ 5,(ccO,oO
' SEGMENT No. 41. Fifty Fourth Ave: [1508 L.F.1
a: 2820 SY @' 5�G�v��t,�1EW 77- tSa/Q 711ac f�llc/L2w
j —fl' ,• JIV.®7A ($ /73Z5.oO _ ) Per Lump Sum $ /7,25.ov
1
' E-270 3
SEGMENT No
a:
SEGMENT No
I-..
SEGMENT No.
a•
SEGMENT No.
Lan
SEGMENT No.
a•
CONTRACT - STREET & STORM DRAINAGE
CHIP &.SEAL BID ITEMS
I
17.
Fourth St: (150 L.F.)
228 S Y @ T1do °7710M54,iJo fl? kk wPew 19oct40,
($ Z,S0000 ) Per Lump Sum $
2,5tO. oc0
18.
Fowler.Ave: L'.F.1
750 SY
@ vl✓F 7Wo1k,AAlo t7tiff7 6Jsw// gt/
(S J, 9i' cc ) Per Lump Sum $
5,6i5.oc
19.
Frisco Ave:.(937 L!F.]
1727
,/''�'
BY @ I!elu % 46V /%) 77/ft o
l�%t✓)/-Av ($ //,355.00 ) Per Lump Sum $
f
//,355,00
20. Greqq Ave: ��[2�06 �L,��.,F/.1 '//
404 S Yj� / Yov! CJ Az dz, uono 7✓t �-
.4J
�@' /7,�'
Lb a.4 ( (S 3,525.00 ) Per Lump Sum,$
3,525,00
21.
1087
Greqq Ave: [478 L.F.1
SY @ N1/(0 tu.. /!7 On1-✓'lV%tt2US>'C
(S 9,D1o5.00 ) Per Lump Sum $
.910&-'S,QO
SEGMENT No. 22. Hartman Ave: [260 L.F.]
a: �3 3" 3 Sn Y@•.,/��nL/sZ 7AW4cw0 ,� f2 Mhv02e29
(S 3,410.0u ) Per Lump Sum $ 3¢10.00
SEGMENT No.
r� a:
SEGMENT No.
a•
1
SEGMENT No.
a:
SEGMENT No.
a:
I
SEGMENT No.
a:
23. Hillside Tr: (1477'L.F.1
3283 SSY @ %7rsvT/-O�1L %Na t.SeiC> f>/( j/CWD /7
RPi' fTbL411Zf (S ZJ,15D•oo ) Per Lump Sum $ 2I,10.0o
24. Janice Ave: (437 L:F.1ALtn VA
1034 81 @ 6 77LUc v& 5x144" lThPT/ 1)0
(S (q73FJ.00 ) Per Lump Sum $ (011�3D.oO
38. Joyce St: (2455 L.F.)
5232 BY @ -r�'µ'///L7Y V TWUS5&jo )rl✓L 1.r douO
SG1/rv7Y- KIVE Of%O 33,515.00 ) Per Lump Sum $ 03.575.00
25. Kenilworth.Ave: [238 L.F.1�/
442 S Y @/ q //e7buSaNf7. %!�7)ri4 1b114,zf'
(S 4,ol.S.l ) Per Lump Sum $
26. Lee Ave: (235 LF.)
522 $1 @ rOIYA 77#CS4VID N/Nt th14Dg it/Nfjj7'
,4 Drw 1 . (S ¢995,ou ) Per Lump Sum $ 4,995.0®
1
1 E-270 4
4
CONTRACT - STREET:& STORM DRAINAGE
CHIP & SEAL BID ITEMS
SEGMENT No: 27. Lewis St: (361 L.F:1
a: 956 SY @.. S/u `rlh,,5AM n SFJffAl b)uG vQZlJ
&Grr/ j'rniL Z.c (S (v,-1 3.on ) Per Lump Sum $ 1v,-180.Do
SEGMENT Av No. 28. Locust e: 1763 L.F.]y�,�� '/�
a: 1399 SY @ 6p /gsJ 7bac9�IO K.LL/L A' wlfo
2fl/- ✓E Pozcanc($ //,455,0o ) Per Lump Sum $
SEGMENT No. 29. Ninth.St: (290 L.F.'1
a: 683 SY @• Gds Tkb45,cvVO XI&- Me.vop o fln e,/
($ 5,4(S.ao ) Per Lump Sum $ 5,1.(5.00
SEGMENT No. 30. Oakland'Ave: [102 L.F.1
a: 201 SY @ Tdo &WO SEO Icy'L?C/2 4"
(S 2,090.09 ) Per Lump Sum $ 2,o70•ov
SEGMENT. No. 31. Roberts Rd: (715 L.'F.1
a: 1632 Si @ �.c/7 kc4,vi 5.t%7Y �!�t QOu��
($ //,Old.00 ) Per Lump Sum $ /Zo&c.co
SEGMENT No. 33. Stone Bridge Rd: (2615 L.F.)
a: 5623 SY @ �f1 /IT1/-S/x 77 SS,ANO ,4IY'-rndE Douce
($%,o55,co ) Per Lump Sum $ 3(0,055.00
SEGMENT No. 34. Twenty -Second St: (729 L.F.1
a: 1156 S Y @ z/&F1 % /,/,9g9 tMo
($ 4&rD.oO ) Per Lump Sum S�F 0.OQ
SEGMENT No. 35. Valerie Dr: (2270 L'.F.)
a : 5076 SY @ 2T// T61/O 7fl4?S14/o
AEXW0ou..a�.� ($ 32,540. oO ) Per Lump Sum $ 32,5¢0. o0
SEGMENT No. 36. Van Buren Ave: (175 L.F.)
a: 391 SY @ 7{l2 ar*1D tOtl2 /IWVOAe/9 /!
I
LDc,1z4tz1 - (S'3,450.co ) Per Lump Sum S 3¢50.00
SEGMENT No. 37. Vandeventer Ave: [458 L.F.)
1075 SY @ SW✓$✓ 7 h/6S41A2 7W0f%MV �'! i✓
17p�zd� ($1-1f015000 ) Per Lump Sum $ 72/5. ob
SEGMENT No. 39. Walker Rd: (1242 L.F.1
a: 1890 SY @ 71MVE 7d-lazs4nlo AOcl2 IILC.IJIOSEO
GtFr'V Ibu4Gf ($ 2,450.G ) Per Lump Sum $ 12,450,00
I.
4
1
•' E-270 5
I
I' ..
CONTRACT.- STREET & STOFM DRAINAGE
'• `y CHIP & SEAL BID ITEMS
I.
**B. Compacted "Hillside" sub -base material from
OFF -SITE (OFF -SITE identified as material
purchased from others than the Owner); unit
price per Truck Yard shall include the required
'unclassified" Excavation and disposal of soil
'materials within street section;
)1000 Truck Yards @ Llhrg M1O Hp7`/ eff'S
($ 7h0 ) per T.Y. S 1.o9m2
3. Subsidiary to Item I.A and I.B above are the following:
' a. Unclassified backfill with excavated materials
in Designated "FILL AREAS".
' 1b. Backsloping and landscaping all areas damaged
by Construction with 4" top soil;.I. ,
cc. Seeding, fertilizing, mulching, and watering
for successful growth on all surfaced damaged
areas, filled, back -sloped, and ditched areas
relative to the project;
d. Use of all suitable "Classified" excavated
material for site. selected fill material
within the project's street right-of-ways
and designated "FILL AREAS" on project site;
s- s
'e. Removal and disposal of shrubs, bushes, trees,
'
rocks, and other items within the construction
I. limits;
' f. Dispose of excess excavated materials;
•
I.
i
1
t27. •
i
j i
I
LI
f.. ;
I. CONTRACT - STREET &'STORM DRAINAGE
CHIP 4 SEAL BID ITEMS
***II. Installation of storm drainage pipe on an "AS NEEDED" basis,
as follows: (CMP Pipe 30" and less shall be 16 ga.; over 30"
shall be 14 ga.)
4. Construct 18" CMP StormESewer pipe, PER L.F.
jti
$( /E06 ) per L.F. $ —o—
:2. Construct 18" Class III -RCP Storm Sewer pipe,
PER L.F.@ •— tvyy'-T1Jo f.)otj ?
$( 22.ao' ) per L.F. $
****III. Compacted SB-2 base_ackfill under street - PER
TON (AS NEEDED) @ iiVuvS, DO AVe 5
$( IZ.00 ) Per ton $
IV. GATE VALVES: Adjust Water System 'Gate Valve to
finished surface grade -,10 each @ Jr! r✓t
$ ( 75.00 ) Per each $ 7500p
SANITARY SEWER MANHOLES: Adjust Sanitary Sewer
Manhole Rings to fi�nqished surfacegrade
30' each @ 17n/t #1w0ac SE✓ - PNt
1�c7/oaf $( 1 sob I Per each $ 5,250.00
TOTAL BASE BID - "STREET & STORM SEWER" $ q%,Qj ri70
Q
i..
E-270
x
7 -
1
a
I
I
I
I
J
H
I
I
I.
1
•
I.
1
I.
0
CONTRACT.- STREET & STORM DRAINAGE
CHIP_6SEAL BID ITEMS -
f
** "OFF. -SITE" HILLSIDE: Truck tickets must be signed by
Engineer's representative with.date,.station location, and
use. Contractor's UNIT PRICE shall include all the expense
of excavating and disposing of "UNDERCUT" materials .plus the
TOTAL COST OF OFF -SITE BORROW after COMPACTED IN -PLACE.
*** NOTE: Alternative Pipe materials may be offered with Bid if
a written certified acceptance by the City Engineer is
attached to Bid Submittal.
**** SB=2 BASE BACKFILL: Truck tickets must be signed on site by
Contractor's representative with date, station location, and
use!
SB-21to be. used ONLY as Backfill In Street Sections, Full
depth of Trench to Street Subgrade and to one foot (1') from
surface. NOTE TO CONTRACTOR: Areasonable estimate of SB=2'
Trench Backfill under street sections have been estimated by
the. Engineer to be -0- TONS. This Contract will pay a unit
price per Delivery Ticket AS NEEDED AND APPROVED BY ENGINEER
PER TON. Additional Amounts of SB-2 Backfill to fulfill this
Contract shall be considered OVER -RUNS and subsidiary to
other BID ITEMS of the Contract.'
' E-270
t
c
I
CHIP & SEAL STRET IMPROVEMENTS
•
• SUMMARY OF BID ITEMS
f '
' TOTAL PROJECT CONSTRUCTION COST
$ 3�2, 5 .00
I.
1
F
1
1 •
• : .4
1
i
Ye
1
1
{
r '
' / • E-270
1
■
I
•
1
1
TOTAL OF BID: $ 3%8SO.0O
(Amounts are to be shown in both words and figures. In case
of discrepancy, the amount in words will govern.)
The above unit prices shall include all labor, materials,
•
bailing, shoring, removal, 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 30 calendar, days after the scheduled
closing Mime 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 a Surety Bond dr Bonds.
The security attached in the sum of ___—
is to become the property of the Owner in
the event the contract and bond are riot executed within the time
above set forth, as liquidated damages for the delay and
additional expense to the Owner caused thereby.:
Y .
i
(SEAL - •if bid
is by Corporation)
By
Respectfully Submitted:
Bidder `7
R2s)x1 (O7
4'erre✓tul , A2 -n-iO:
Business Address and Zip Code
0
1
1
I.
I.
CONTRACT
' y
i
THIS.AGREEMENT, made this day of
19 , by Iand between the CITY OF FAYETTEVILLE, (Corporate Name of
Owner) herein called "OWNER", acting herein through its
(Title of authorized
Official) and
(a corporation) (a partnership) (an individual doing business as)
(STRIKE OUT INAPPLICABLE TERMS)
of , county of
and State of , hereinafter called
"Contractor".
I
WITNESSED: that for and in consideration of the payments
and agreements hereinafter mentioned,: to be made and performed by
the Owner', the Contractor hereby agrees with the Owner to com-
mence and complete the construction described as follows:
CHIP AND SEAL STREET IMPROVEMENTS
City Streets
Fayetteville, Arkansas
hereinafter called the "Project", for. the sum of
) dollars ( )
and all extra work in connection therewith, under the terms as
stated i'n1the General and Special Conditions of the Contract; and
at his••('Its or their) own proper cost and expense to furnish all
the materials, supplies, machinery, equipment, tools, superinten-
dence, labor, insurance, and other accessories and services
necessary; to complete the said Project in accordance with the
condition s and prices stated in the Proposal, and Information to
Bidders;. the plans, which include all' maps; plats, blueprints,
and othe.rJdrawings and printed or written explanatory matter
thereof; the specifications and Contract Documents therefore as
prepared by Milholland Company, Engineering & Surveying, herein
entitled the "Engineer", all of which are madea part hereof and
• collectively evidence and constitute the contract.
f
E-270
5
{
I
' CONTRACT;
1
The Contractor hereby agrees to commence work under this
Contract 'on or before a date to 'be specified in a written
"NOTICE -TO -PROCEED" of the Owner and to fully complete the
Project within 60 consecutive calendar days thereafter. The
Contractorifurther agrees to pay, as liquidated damages, the sum
' of $250.00. for each CONSECUTIVE CALENDAR DAY thereafter as
hereinafter provided in DIVISION I, Section 01:04 of the General
Provisionsland as stated In Bid Documents.
The Owner agrees to pay the Contractor in current funds for
the performance of the Contract, ubject to.additions and deduc-
' tions, as 'provided in the General Provisions of the Contract, and
to make payment on account thereof as provided in DIVISION I,
Section 01!:23; "MEASUREMENT AND PAYMENT".
I
' The Contractor further agrees to allow the Owner to deduct
from the FINAL Payment all charges invoiced the Owner by the
Engineer for "RESTAKING OF CONTROL", as provided by DIVISION I,
• Section 011:21 of the General Provisions.
IN WITNESS WHEREOF, the parties to these presents have executed
this contract in three [3) counterparts, each of which shall be
deemed an original, on the day and year first above mentioned.
(SEAL)
Attest: Owner )
-sei
�avpf .,— By: L! �( 2
Witness Titl
Business Address
IT]
I
I
(SEAL)
Attest•
By:
ecrea4y i t.o eC sr-,s<s.
n
wit ne�T�i/ �lS4ErP�L
(Prin o ' pe ames under-
neath 1 ; ignatures)
I
NOTE: Secretary of the owner should attest
corporation, Secretary should attest.
� s
E-270 ` 2
Cont actor
4 ����/f%\
V �1 I( T � ft
�
,�G% L/
i
G /G3/Ui /
Title
Business Address and ZIP Code
If Contractor is a
}
I
CERTIFICATE OF OWNER'S ATTORNEY
I,9the undersigned; , the
duly authorized and acting legal representative of the Owner and
Developer, do hereby certify as follows:
I have examined the attached contract(s) and. surety bonds
and the manner of execution thereof. and I am.of the opinion that
each of the aforesaid agreements has been duly executed by the
proper parties thereto acting through their duly authorized
representatives; that said representatives have full power and
authority to execute said agreements on behalf of the respective
partieslnamed thereon; and that the, foregoing agreements consti-
tute valid and legally binding obligations upon the parties exe-
cuting the same in accordance with terms, conditions, and pro-
visions thereof.
Signature
Date
1
I
F
Q
I
SPECIFICATION INDEX
F
DIVISION 1 - GENERAL PROVISIONS
SECTION - 01 General Description
•02 Legal Address of Owner
03 Verification
04 Liquidated Damages,.
05 Safety
06 Office and Sanitary Facilities
07 Construction on Private Property
08 Notification of Utility Companies
09 Co -Contractor Bids'
10 Bid Procedure
11 Schedule of Operations
12 Rights -of -Way on Private Property
13 Protection and Maintenance of Public and Private
Property -
14 Maintenance of Traffic
15 Pavement Removal and Replacement
16 Barricades and Lights
17 Fences
18 Progress Photographs
19 Responsibility of Contractor for Backfill
20 Testing
21 Baselines and Benchmarks
22 Classification of Excavated Material
23 Measurement and Payment
DIVISION 2 - GENERAL PIPE INSTALLATION
SECTION - 01 Cleaning
02 Inspection
03 Laying Pipe
1
•
e.
DIVISION 3
SECTION
DIVISION 4
I
SECTION
SPECIFICATION INDEX
- EARTHWORK
- 01
Scope
- 02
General Requirements
- 03
Trench Excavation
- 04
Tunneling and Boring
- 05
Rock Excavation
- 06
Backfiliing
- 07
Stream Crossing
- 08
Protection of`Trench Backfill
in Drainage
Courses
- 09
Disposal of Excess Excavated
Material
- 10
Paved Surfaces
- 11
Grading and Seeding
- 12
Resodding
13
Preservation of Trees and
Shrubs
14
Removal of Water
- 15
Measurement and Payment
- 16
Water Line and Sewer Line
Separation
- 17
Pipe Embedment
- 18
Trench Backfill
- 19
Grubbing and Cleaning
- 20
Road, Railroad, Pipeline,
and Utility Service
Crossings
- PIPE INSTALLATION FOR WATER MAINS
- 01 Pipe Laying
- 02 General
- 03 Tie Ins
- 04 Jointing
- 05 Pipe Insulation 3
- 06 Reaction AnchorageandBlocking
07 PVC Pipe Installation
DIVISION' 4A - PVC PIPE CONSTRUCTION/MISCELLANEOUS SPECIFICATIONS
SECTION
C
01 Ties
- 02 Tracer Wire
- 03 Trenching
04 Curve Pipe Installation
05 Fence Maintenance
- 06 Final Tests
07 Special Bedding
- 08 Cleanup::
- 09 ' Additional Material's
ii
•
SPECIFICATION INDEX
DIVISION.
5
- PRESSURE AND LEAKAGE TESTING
1
SECTION
-
01 Scope
02 Disinfection
-
03 Bacteriological Samples
DIVISION!8
- IRON PIPE AND FITTINGS
SECTION
8A
- DUCTILE IRON PIPE AND FITTINGS
- 01 Scope
- 02 Ductile Iron Pipe'
SECTION
8B
- CAST IRON PIPE AND FITTINGS
C
01 Scope
02 Cast Iron Pipe
SECTION
8C
- HANDLING
SECTION
BD
- CUTTING PIPE
SECTION
BE
- ALIGNMENT OF BELL AND SPIGOT PIPE
SECTION
8F
- REACTION ANCHORAGE AND. BLOCKING
DIVISION 9
-
VALVES
SECTION -
01
Scope
02
Material
03
Installation
04
Valve Keys
05
Valve Operating
Wrench
{j
06
Check Valves
DIVISION 10
-
PLASTIC PIPE AND
FITTINGS
SECTION -
01
Scope
-
02
Installation of
Pipe
-
03
Jointing
-
04
PVC Pipe and Fittings
-
05
Standards
06
Warranties
07
Handling
08
Cutting Pipe
09
Cleaning
•
10
Inspection
iii
0
SPECIFICATION INDEX
DIVISION111 - VITRIFIED CLAY PIPES (SEWERS)
SECTION - 01 Scope.
- 02 Materials
- 03 Handling
- 04 Alignment and Grade
- 05 Factory -Molded Plastic Joints
DIVISION111A - POLYVINYLCHLORIDE (PVC) PLASTIC SEWER PIPE
SECTION - 01 PVC Pipe and Fittings
- 02 Joints and Lengths
- 03 Installation
- 04 Testing
O5 Warranty
DIVISION 12 - STANDARD MANHOLES
SECTION - 01 Standard Manholes
DIVISION 13 - ACCEPTANCE TESTS
SECTION - 01 Infiltration-Exfiltration Tests
- 02 Lamping
- 03 Smoking
- 04 Proof of Acceptance
DIVISION 14 - ARMCO TRUSS PIPE
SECTION1 - 01
Scope
I, - 02
Material Specifications
I
- 03
Recommended Practice for Bedding and Backfilling
- 04
Jointing
- 05
Laser Beam Alignment
- 06
Manhole Connection
- 07
Patching
- 08
Concrete Encasement
DIVISION.15 -
LOW PRESSURE AIR TEST OF SANITARY SEWER PIPE LINES
SECTIONI
- 01
Scope
- 02
Summary of Method
- 03
Safety
- 04
Preparation of the Sewer Line
- 05
Procedures
06
Acceptance
iv
-`r
_ SPECIFICATION;•INDEX
' DIVISION 20 - STREET SPECIFICATIONS. FOR CITY OF FAYETTEVILLE
SECTION - 01 Right -of -Way Requirements
• - 02 Street Width
03 Sub -Base Preparation
- 04 Base Material
I- 05 Base Material Preparation
06 Surface Course
07 Compaction
08 Curbs and Gutters
09 Sidewalks
10 Dedicated Streets
11 Concrete Structures
' 12 General Comments
13 Street Extensions
14 Sub -Base Preparation
DIVISION 21 - GENERAL COMMENTS REGARDING CONSTRUCTION
SECTION - 01 Warped or Sloping Sections
- 02 Banks
- 03 Natural Drainage
- 04 Street Inspections
I- 05 Engineering Certification
- 06 Utilities' Coverage
DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM
• SPECIFICATIONS FOR CITY OF FAYETTEVILLE
SECTION 01 Scope
02 Concrete Street -Structures
03 Subgrades
04 Minimum Thickness of Sidewalks and Drives
05 Minimum Width of Sidewalks
06 Placement of Concrete Pavement
' 07 Expansion Joints
08 Turn Radii
09 Pozzilith
10 Temperature During Concrete Pouring
11 Vibrator
- 12 Bidder Responsibility
1
1
v_
O
SPECIFICATION'INDEX
DIVISION
24
- STORM DRAINAGE OF.STORM SEWERS
SECTION
- 01
Storm Drains.
02
Natural Drainage
- 03
Storm Drainage Design
04
Concrete Pipe Requirements
- 05
Corrugated Metal Pipe
- 06
Surface Drainage
07
Special Gasketing and Sealing Materials
DIVISION
30
- CEMENT TREATED CRUSHED STONE BASE
SECTION
- 01
Description
- 02
Materials
03
Laboratory Tests and Cement Content
04
Construction Methods
- 05
Maintenance
06
Method of Measurement
07
Basis of Payment
• vi
L
L
DIVISION 1 - GENERAL PROVISIONS
I I
SECTION 101-01: GENERAL DESCRIPTION. The work to be performed
under these contract documents consists of the furnishing of all
labor, materials, equipment, tools, superintendence, and all
other services necessary for the construction of the project as
shown on plans.
SECTION 01-02: LEGAL ADDRESS OF OWNER. The legal address of the
Owner shall be as shown on the cover sheet of the specifications.
SECTION 01-03: VERIFICATION. Data concerning surface features,
present obstructions on or near site, locations of pipes, roads,
etc., have been obtained from sources the Engineer believes reli-
able, but accuracy of such data Is not guaranteed and is fur-
nished solely for the accommodation of the Contractor. Use of
such data is made at the Contractor's risk and no additional
allowance will be granted because of the Contractor's lack of
knowledge of existing conditions. The Contractor shall be
responsible for the verification of all measurements shown on the
drawings and/or other new construction on the premises. Each
bidder is required to form his own opinion of the character of
the materials and of other conditions to be encountered from an
inspection of the, area, from his own interpretation of test -hole
information and from such investigation as he may care to make.
SECTION 01-04: LIQUIDATED DAMAGES. Liquidated damages will be
assessed in the event of an overrun of time required to complete
the work described by these specifications in the amount set
forth a in the "ADVERTISEMENT -FOR -BIDS". The Engineer shall main-
tain record of "Consecutive Calendar Days" and "Non -workable
Days" from date of "NOTICE TO PROCEED". If construction progress
is delayed by acts of God and beyond the control of the Contrac-
tor, an extension of Construction Time may be requested by Con-
tractor. Contractor shall pay such damages to Owner prior to
I
I
I
I
acceptance of the construction by the Engineer.
SECTION 01-05: SAFETY. Contractor shall comply with the Occupa-
tional Safety Health Standards Act of 1964, and the latest revi-
sion thereof.
SECTION 01-06: OFFICE AND SANITARY FACILITIES. A construction
office will be needed as required by the Contractor when required
by law. Sanitary facilities will be required as needed to con-
form with city or county ordinances or rules.
I
I
1
DIVISION 1 - GENERAL PROVISIONS
SECTION 01-07: CONSTRUCTION ON PRIVATE PROPERTY. A permanent
construction easement shall be provided by the Owner for con-
struction improvements across private property, as shown on the
easement plans, to be provided by the Engineer to the successful
' bidder. The contractor shall not damage or destroy obstructions
within area. Satisfactory settlement for such damage shall be
made by the Contractor directly to the property owner. Pave-
' ments, drains, fences, driveways, wells, septic tanks, lines, and
etc. shall be restored, immediately following construction of the
project, to the original condition thereof as determined and
approved by the Engineer. The Contractor shall conduct his work
so as to interfere as little as possible with traffic. The Con-
tractor shall consider Section 01-14: "MAINTENANCE OF TRAFFIC",
of these specifications as pertaining to this area also.
I
I
I
I
I
I
I
I
IA
I
I .
Existing underground and/or overhead utilities are not always shown on the
project plans. The Contractor shall coordinate with all utility companies at
a preconstruction conference prior to starting construction. The Contractor
shall cooperate with all utility companies in an effort to protect existing
utilities.
Any variation or
elimination
of
construction
and temporary construction
easements shall
be reflected on
the
construction
plans.
SECTION 01-08: NOTIFICATION OF UTILITY COMPANIES. The Contractor is
responsible for informing utility companies 48 hours prior to start of
construction for the purpose of locating existing utilities. The Contractor
is responsible for any and all damage to utility lines he might damage in the
course of construction; furthermore, the Engineer shall not be held liable
for said damages.
I. SECTION 01-09: CO -CONTRACTOR BIDS. In the case of two contractors
working on the same job, each contractor shall be responsible for
coordinating his work schedule with the other contractor. Each Contractor
shall be responsible for any damage done to his respective work by the other
contractor. The Engineer shall not be held responsible for any damages of
any kind.
SECTION 01-10: BID PROCEDURES. The Contractor shall bid said project
in accordance with construction documents and proposal included. Extra
compensation for any unit of construction must be itemized in the proposal
and included with the bid.
SECTION 01-11: SCHEDULE OF OPERATIONS. Before work is started, the
Contractor shall prepare a detailed schedule of all construction operations
that shall not only indicate the sequence of work, but also the expected time
of starting and completion of each part. The schedule shall be submitted to
the Engineer for approval.
If conditions beyond the control of the Contractor justify, and the Owner
approves a deviation from the above expected time, the Contractor shall
service the construction schedule in accordance with the approved change.
The Owner may require the Contractor to add to his construction forces as
well as increase his working hours if operations fall behind the approved
schedule to an extent that the completion of work within the specified time
appears to be doubtful.
Connections into the existing facilities shall be so done as to make the
least possible interruption to the normal functioning of existing facilities.
The timing of this work shall be planned by the Contractor and authorized by
the Owner or his agent before proceeding.
Residents and users of existing utilities shall be notified by the Contractor
24 hours in advance of service interruptions.
-2-
1.
I
SECTION 01-12: RIGHTS -OF -WAY ON PRIVATE PROPERTY. The necessary
permanent or temporary rights -of -way for the construction will be provided by
the Owner. The centerline of pipe line rights -of -way across private property
will be marked by the Engineer with stakes set at intervals of sight
distance.
The Contractor shall be responsible for all damage to crops and other
property outside of the boundaries of the rights -of -way, and shall make
satisfactory settlement for the damage directly with the property owner and
tenant involved, as their interests may require.
SECTION 01-13: PROTECTION AND MAINTENANCE OF PUBLIC AND PRIVATE
PROPERTY. The Contractor shall protect, shore, brace, support, and
• maintain all underground pipes, conduits, drains, and other underground
construction uncovered or otherwise affected by the construction work
performed by him. All pavement, surfacing, driveways, curbs, walks,
buildings, utility poles, guy wires, and other surface structures affected by
construction operations in connection with the performance of the contract,
together with all sod and shrubs in yards and parks removed or otherwise
damaged, shall be restored to the original conditions thereof as determined
and approved by the Engineer. All replacements of such underground
construction and surface structures or parts thereof shall be made with new
materials, confirming to the requirements of these specifications or, if not
specified, as approved by the Engineer.
rn The Contractor shall be responsible for all damage to streets, roads,
highways, shoulders, ditches, embankments, culverts, bridges, or other public
or private property or facility, regardless of location or character, which
may be caused by moving, hauling, or otherwise transporting equipment,
materials, or men to or from the work or any part of the site thereof. The
Contractor shall make satisfactory and acceptable arrangements with the Owner
of, or the agency or authority having jursdiction over the damaged property
or facility, concerning its repair or replacement or payment of costs
incurred in the connection with said damage.
The Contractor is responsible for notifying the affected governing bodies 48
hours prior to start of construction and is responsible for any and all
fees.
SECTION.01-14: MAINTENTANCE OF TRAFFIC. The Contractor shall conduct
his work so as to interfere as little as possible with public travel, whether
vehicular or pedestrial, and shall provide and maintain suitable and safe
bridges, detours, or other temporary expedients for accommodation of public
and private travel. Owners of private drives shall be given reasonable
notice by the Contractor, before initiation of construction which would
interfere with the normal passage of public or private travel, of the date
and extent of construction time involved.
In making open cut street crossings the Contractor shall not block more than
1/2 of the street at a time. Whenever possible, the Contractor shall widen
the shoulder on the opposite side to facilitate traffic flow. Temporary
surfacing shall be provided as necessary on shoulders.
-3-
I
I
SECTION 01-15. PAVEMENT REMOVAL AND REPLACEMENT. Where surfaced
streets, walks, drives or parking areas are cut, removed or damaged in the
execution of the work, the Contractor shall replace all pavements or other
surfacings so removed or damaged to their original, or better, state and
condition, to the satisfaction and approval of the Engineer. See Details of
various Road Crossings in the Appendix of these specifications.
After trench backfill, the Contractor shall provide a gravel surface at least
6 inches in depth which he shall maintain until the permanent pavement is
replaced or the expiration of the contract and performance bond period. The
gravel shall be of the quality normally used by the Owner and shall have a
size gradation that will allow dense compaction, and shall be free from lumps
or balls of clay or other objectional materials. Approval of both the
material and the source of supply must be obtained from the Engineer prior to
delivery of any material on the site of the work.
' Pavements constr
manner and shall
Crossing Details
specifications.
shown on project
icted of asphalt and concrete shall be removed in a careful
be replaced in accordance with Type I or Type III Road
as specified on Sheets 2 and 4 in the Appendix of these
Concrete and asphalt shall comply with minimum requirements
plans.
Gravel surfaced streets shall require no paving but shall comply with Type II
Road Crossings, Detail Sheet.No. 3 in the Appendix to these specifications'.
The gravel surface as specified for Type II Road Crossings shall be replaced
immediately after
the trench
is backfilled.
A trench in a graveled street
will be considered
as having
been repaired:
when the graveled surface has
become stable and
is at proper grade.
' All gravel surfacings, walks, drives or parking areas, removed or damaged,
shall be replaced with new material as specified. All costs in connection
with the removal and replacement of such surfacing, including the temporary
gravel surface on asphalt paved streets, shall be included in the unit prices
bid for the pay item affected thereby.
I. SECTION 01-16: BARRICADES AND LIGHTS. All streets, roads, highways or
other public thoroughfares which are closed to traffic shall be protected by
means of effective barricades on which shall be placed acceptable warning
I. signs. Barricades shall also be located at the nearest intersecting public
highway or street on each side of the blocked section.
All open trenches and other excavations shall be provided
with suitable
barriers, signs, and lights. to the extent that adequate
protection is
provided to the public. Obstructions, such as material piles
and equipment,
shall be provided with similar warning signs and lights. All
barracades and
obstructions shall be illuminatd by means of warning lights at
night. All
lights used for this purpose shall be kept burning from sunset
to sunrise.
Materials stored upon or alongside public streets and highways
shall be so
placed, and the work at all times shall be so conducted, as
to cause the
minimum obstruction and inconvenience to the traveling
public. All
barricades and light expenses will be paid: by the Contractor.
- 4 - .
SECTION 01-17: FENCES. All existing fences which interfere with the
I. construction operations shall be maintained by the Contractor until the
completion of the work affected thereby, unless written permission is
obtained from the owner thereof to leave an interferring fence dismantled for
an agreed period of time. Where fences must be maintained across the
' right-of-way, adequate gates shall be installed therein. Gates shall be kept
closed and locked at all times when not in use.
On completion of the work across any tract of land, the Contractor shall
restore all fences to their original or to a better condition and quality,
purchasing new material to replace all materials lost, damaged, or destroyed.
Temporary gates installed by the Contractor in any fence line may be left in
' place with the permission of the owner and tenant of the property.
All materials used in fence repairs or replacements shall be approved by the
S Engineer.
SECTION 01-18: PROGRESS PHOTOGRAPHS. Photographs of the construction
work will be taken before, during and upon completion of construction. Such
photographs shall be taken at the direction of the Engineer. Contractor
shall provide a Polaroid camera and all required film for this purpose when
requested by the Engineer.
SECTION 01-19: RESPONSIBILITY OF CONTRACTOR FOR BACKFILL. The
Contractor shall be responsible, financially and otherwise, for (a) all
settlement of trench and other backfill which may occur from the time of
original backfilling until the expiration of one year after the date of final
payment for the entire contract under which the backfilling work was
' performed, (b) the refilling and repair of all backfill settlement and the
repair or replacement to the original or a better condition of all pavement,
top surfacings, driveways, areaways, curbs, gutters, walks, surface
structures, utilities, drainage facilities, sod, and shrubbery, which have
been damaged as a result of backfill settlement operations, and (c) all
damage claims or court actions against the Owner for any damage directly or
indirectly caused by backfill settlement.
' The Contractor shall make, or cause to be made, all necessary backfill
replacements, or repairs or replacement appurtenant thereto, within thirty
days after due notification by the Engineer or Owner.
SECTION.01-20: TESTING. Contractor shall provide all personnel and
facilities for testing systems. Owner will provide WATER for testing on the
following basis:
A. Pipeline and Pump Station Testing and Cleaning - A maximum of twice the
capacity of all mains.
B. Storage Tanks Testing and Cleaning - A maximum of twice the capacity of
all tanks.
Cost of additional water used shall be deducted from Contractor's Final
Payment.
1
-5-
I
I
DIVISION.1 - GENERAL PROVISIONS
I
I
I
C
I
r
I
C
C
H
SECTION 0-21: BASELINES AND BENCHMARKS. The Contractor shall
furnish, competent personnel with work tools and material and
shall assist the Engineer in the establishment of baselines,
benchmarks, and other basic reference media needed to control the
location and elevation of work under this contract. Thereafter,
the Contractor shall carefully preserve such vertical and hori-
zontal control and shall make and be responsible for all measure-
ments from it to the work to be done.
The Contractor shall compensate the Engineer for replacing dam-
aged controls(such as hubs and stakes for horizontal and ver-
tical control) at the rate of $55.00 per hour with a minimum of
$200.00 per appearance.
SECTION 01-22: CLASSIFICATION OF EXCAVATED MATERIAL. Excavated
material shall be classified as earth excavation and blast rock
excavation. Blast rock excavation shall be composed of rock not
removable by a backhoe chopping and prying action, but requiring
drilling and blasting or air tools for its removal.
Chert, slate, sandstone boulders less than six (61 feet in diame-
ter, or any non -homogenous material shall not be considered blast
rock, and shall not be paid as such.
SECTION 01-23: MEASUREMENT AND PAYMENT. It is the intent of the
proposal and special conditions that the total bid, as submitted,
shall cover all work shown on the contract drawings and required
by the specifications and other contract documents. All costs in
connection with the work, including furnishing of all construc-
tion plant equipment and tools and performing all necessary labor
to fully complete the work shall be included in the unit and lump
sum prices named in the proposal.. No item nor work that is
required by the contract documents for the proper and successful
completion of the contract will be paid outside or in addition to
the prices submitted in the proposal. All work not specifically
set forth in the proposal as a new item shall be considered a
subsidiary obligation of the Contractor and all costs in connec-
tion therewith shall be included in the prices named in the
proposal.
The method of measurement and basis for payment for each item as
' listed in the bid forms shall be as stipulated in the following
subparagraphs:
1
I t 6
I
G
1
DIVISION 1 - GENERAL PROVISIONS
A. Measurement and Payment. These items shall be paid for on a
unit price per place, furnished and installed in accordance with
plans and specifications. All payments shall be made on the
Engineer's estimated percent of completion, less 10% retainment
and designated as "PARTIAL PAYMENT" to the Contractor by the
Owner. The retainment shall be released after all acceptance
tests and cleanup operations have been completed with successful
results and acceptance by the city or governing authority.
All pipe and encasement pipe shall be measured for payment in a
1 horizontal plane along the centerline of pipe.
B. Blast Rock. This item shall be paid for on a unit price per
t cubic yard as measured in the trench after excavation and before
bedding and installation of pipe and shall include all excava-
tion, dewatering, sheeting, or shoring as required, embedment,
backfill, subsequent handling, and disposal of all rock and waste
1 material and all other items not paid for separately.
Measurement for payment shall be computed fromthe actual depth
1 and length of blast rock excavated except that the maximum trench
width shall be considered to be the nominal pipe diameter plus
eighteen 118] inches and the maximum'excavation below the
installed pipe considered to be six [61 Inches.. See Detail Sheet
No. 16, "Trench Detail", in the Appendix.
Rock measurement shall be made by the Engineer's representative.
1 C. Material Payment. The Contractor shall be paid for material
stored on site within thirty [30] days of delivery to the site or
1 within fifteen [15] days after the Engineer has submitted the
invoices to the Owner for payment, whichever is the later date.
I
1
I
I
PI
7
I
DIVISION 2 - GENERAL PIPE INSTALLATION
• SECTION 2-01: CLEANING. The interior of all pipe and fittings shall
be thoroughly cleaned of all foreign matter before being installed and shall
• be kept clean until the pipe has been jointed.
Every precaution shall be taken to prevent foreign material from entering the
pipe while it is being installed. No debris, tools, clothing, or other
materials shall be placed on the pipe. No hooks of any kind will be allowed
to come in contact with the premolded joint or interior of the pipe.
SECTION 2-02: INSPECTION. Each piece of pipe shall be tested for
defects after its delivery alongside the trench near the point of
installation. Cast iron, ductile iron, or vitrified clay pipe and fittings,
while suspended and hanging free, shall be rung with a light hammer to detect
cracks. All defective, damaged, or unsound pipe and fittings shall be
rejected and removed from the site of the work.
SECTION 2-03:
LAYING PIPE. Pipe shall
be
protected
from lateral
displacement by
means of pipe embedment
material
installed
as provided in the
trench backfill
specifications and Sheet
No.
16 of the
Appendix to the
Specifications.
Under no circumstances
shall
pipe be laid
in water and no
pipe shall be laid
under unsuitable weather
or
trench conditions.
When jointed
shall not be
be removed.
' The layint+ o
installed so
I
I
in the trench, the pipe shall form a true and smooth line. Pipe
trimmed except for closures. Pipe not making a good fit shall
f pipe shall begin at the lowest point, and the pipe shall be
that the spigot ends point in the direction of the flow.
p
DIVISION 3 - EARTHWORK
SECTION 3-01: SCOPE. This section covers excavation, trenching, rock
removal, embedment and backfilling, surfacing, grading and other appurtenant
work. The Contractor shall furnish all labor, equipment and hand tools for
earthwork.
SECTION 3-02: GENERAL REQUIREMENTS. Excavation work shall be
performed in a safe and proper manner with suitable precautions being taken
against hazards of every kind. Excavations shall provide adequate working
space and clearances for the work to be performed therein.
Subgrade surfaces for concrete and pipe plcement shall be clean and free of
loose material of any kind.
Excavations shall provide adequate clearance for installation and removal of
concrete forms. In no case shall excavation faces be undercut for extended
footings.
Backfilling and construction of fills and embankments during freezing weather
shall not be done except by permission of the Engineer. No backfill, fill,
or embankment materials shall be installed on frozen surfaces, nor shall
frozen materials, snow, or ice be placed in any backfill, fill, or
embankments.
I.SECTION 3-03: TRENCH EXCAVATION. All excavation shall be considered
unclassified material, and will be included in the line bid item in the
proposal.
A. Line and Grade. The lines shall be excavated at approximately the
locations shown on the plans, or along the lines as designated by the
Engineer. Unless a specific profile and grade is shown on the plans, or
designated in the Detail Specifications, the grade of the trench shall
follow the topography of the ground.
B. Extra Depth Excavation. In general, the mains shall be laid at a
depth that provides a minimum of three feet of cover below normal
existing grade. However, there will be certain areas where it will be
necessary to lay at a greater depth to meet future road grades, to clear
storm sewers, sanitary sewers, and other utility lines. Where these
conditions are encountered, lines shall be laid to depths designated by
the Engineer. No extra payments will. be made for such extra depth; all
costs thereof are to be absorbed in the line bid item in the proposal.
C. Foundation. The bottom of the
trench
shall be
graded
so that
the
pipe will have an even bearing
on goad
firm soil
for
its full
length.
If the trench is excavated too
deeply,
it shall
be
backfilled
to the
proper grade and well tamped.
If the natural material in the
bottom
of the
trench
is unsuitable
to
support the pipe, it shall be
removed
to the
depth
directed
by the
Engineer and replaced with suitable
material,
if available,
or
crushed
rock (1/2" graded).
- 1 -
I
I
I
D. Bell Holes.' Bell holes shall be dug and shall be large enough to
permit ready access to all parts of the joint for assembling and for
inspection and to permit bearing as specified above.
E. Bracinq and Shoring; Except where banks are cut on a stable
slope, excavation for structures and trenches shall be properly and
substantially sheeted, braced and shored, as necessary, to prevent
caving or sliding, to provide protection for existing structures and
facilities. Sheeting, bracing, and shoring shall be designed and built
to withstand all loads that might be caused by earth movement or
pressure, and shall be rigid, maintaining its shape and position under
all circumstances.
Trench sheeting shall not be pulled unless the pipe strength is
sufficient to carry trench loads based on the trench width to the back
of the sheeting. Also, it shall not be pulled after backfilling. When
ordered by the Engineer, wood sheeting shall be left permanently in the
trench.
Where trench sheeting is
left in
place, such
sheeting shall not
be
braced against the pipe,
but shall
be supported
in a manner which will
preclude the aplication
of concentrated
loads of
horizontal thrusts
on
the pipe. Cross braces
installed
above the pipe
for the purpose
of
• supporting sheeting in the
bottom
of the trench
may be removed after
the
pipe embedment has been
completed.
I
1
t�
I
r
F. Protection of Structures. All existing structures, conduits, pipe
lines, etc., along the line of the trench shall be protected from damage
or injury due to the trenching operation.
G. Wet Trench. At all times during pipe laying operations, the
trench shall be kept free of water either by pumping, bailing or
drainage. ,
H. Open Ditch. The Contractor shall not open more trench in advance
of pipe laying than is necessary to expedite the work. One block or 400
feet (whichever is the shorter) shallbe the maximum length of open
trench permitted on any line under construction. In no case shall more
than one (1) joint of pipe be left in an open trench overnight.
Except where tunnelling is shown on the plans and is specified or is
permitted by the Engineer, all trench excavation shall be open cut from
the surface.
SECTION.3-04: CONSTRUCTION WITHIN PUBLIC ' ROADS AND RAILROAD RIGHTS
OF WAY; TUNNELLING AND BORING. All railroad and highway crossings
shall be encased with casing of the lengths and depth shown on the drawings.
All casing materials and procedures shall meet the approval of the
appropriate agency. In no case shall any boring be performed without prior
written approval of the appropriate Right of Way agency and written proof of
proper bonding.
- 2 -
i
•
A. Method of Construction. Casing pipe. shall be installed using
equipment that encases the hole as the earth is removed. Boring without
�., the concurrent installation of a casing pipe will not be permitted. All
joints in casing pipe shall be smooth. Casing pipe shall extend through
the entire fill and be installed in a manner that will not disrupt
traffic, damage roadway grade and surface, or leave a void space between
the bore and casing.
When directed by the Engineer and as approved by the State Highway
'• Commission or appropriate authority of other road systems, the
Contractor shall install the casement pipe in an open trench. The
Contractor shall provide traffic control, barricading, compacted
backfill, pavement removal and replacement.
• B. Material - Casinq Pipe.
1. Welded steel pipe, new material, with a minimum yield of 35,000
• psi. The following minimum wall thicknesses shall be used:
Wall Thickness (Inches)
Pipe Outside Diameter Under Highway Under Railroad
6" 16" 0.250 0.250
8" 18" 0.250 0.312
10" 24" 0.250 0.375
12" 24" 0.250 0.375
14" 24" 0.250 0.275
2. In lieu of welded steel, as specified above, asbestos bonded
bituminous coated corrugated metal pipe may be used. Pipe shall be
14 gauge. Connections shall be match punched. Pipe shall be as
manufactured by Armco Steel Company or an approved equal. Casing
diameters shall be as specified in (1) above.
I. In all cases, the casing used must meet Arkansas State Highway
Commission Specifications.
C. Work Within Highway and Railroad, Riqhts-of-Way. All work
performed and all operations of the Contractor, his employees, or his
subcontractors, within the limit of railroad and highway rights -of -way
• shall be in conformity with the requirements, and be under the control
(through the Owner), of the railroad or highway authority owning or
having jurisdiction over and control of the right-of-way in each case.
D. Public Travel. Public travel shall not be needlessly
inconvenienced. Streets, sidewalks, and private driveway crossings,
where not bored, shall be promptly backfilled after the pipe is laid.
The order of trenching operations shall be such as to interfere as
little as possible with the use of streets and alleys. At no time will
the Contractor be allowed to leave an open cut street, sidewalk,
driveway or alley overnight.
-3-
I
4
rw -
SECTION 3-05: ROCK EXCAVATION.
A. Undercut and Embedment. When the excavation is made through rock
or other material too hard to be readily removed for admitting the bell
of the pipe, the trench shall be excavated at least six (6) inches
deeper than the grade of the outside bottom of the barrel of the pipe,
and refilled and tamped with suitable excavated materials, SB-2 Base, or
fill sand as directed by the Engineer.
B. Blasting. For rock excavation the Contractor may choose the
option of drilling and blasting rock for easy removal. The Contractor's
methods of blasting shall conform with the Associated General
Contractor's Manual of Accident Prevention in Construction, and the
National Fire Protection Association NFPA No. 495 - Code for- the
• Manufacture, Transportation, Storage and Use of Explosives and Blasting
Agents. Such blasting shall be performed as approved by the Engineer.
The Contractor shall employ someone experienced and bonded in
explosives and blasting to perform all explosive and blasting work. The
Contractor shall be held responsible for non-compliance.
Prior to blasting, the Contractor shall notify all adjacent utilities.
Care shall be exercised by the Contractor to prevent shattering rocks
beyond required limits of excavation.This shall be accomplished with
the charge holes properly located and drilled to correct depth for
charges used. The charges used shall be limited in size to minimum
required to permit reasonable removal of material by excavating
equipment with "overbreak" effects corrected by the -removal of broken
I.
rock and replacement with approved suitable material. Generally it is
suggested that slow blow charges be used and blasting be conducted under
cover of mats so constructed to prevent scattering of fragments.
SECTION 3-06: BACKFILLING. After the pipes and joints have been
inspected and approved, the trench shall be filled to a depth of one (1) foot
' over the top of the pipe with selected material free of clods and stones.
Such select material shall be deposited and compacted in a manner to firmly
hold and maintain the pipe in proper position and alignment during subsequent
pipe jointing, embedment and backfilling operations. All trench backfill
above pipe embedment shall conform to the. following requirements when so
directed by the Engineer:
A. Tamped Backfill. Tamped backfill
will be required for the full
depth of the trench under roads,
driveways, highway shoulders,, curbs,
sidewalks, gutters and other
surfaces construction or structures.
Tamped backfill materials shall be finely divided job excavated material
free from debris, organic material and stones larger than 3/4". The
backfill material may be placed
in one operation for tamping with
hydrahammer to finish grade but shall have a moisture content sufficient
I.
to obtain 90 percent (907.) of
maximum density with the method of
compaction used. Such density will
be tested in accordance with AASHO
Designation T147-54.
B. Uncompacted Backfill. Mechanical compaction of trench backfill
above pipe embedments in locations other than those hereinbefore
specified will not be required, however complete water inundation of
backfill will be required.
Uncompar_ted earth backfill material which is to be placed above
embedments shall be free of brush, roots more than two (2) inches in
diameter, debris, and boulders, in certain portions of the trench depth.
C. Inundated Sand Backfill. At the option of the Contractor,
inundated sand may be installed in lieu of tamped backfill in any of the
above locations where, in the opinion of the Enginer, the use of water
for this purpose would cause no damage to adjacent property or buried
utilities.
Sand for inundated sand backfill shall be free from lumps, rubbish,
roots, cinders', and other objectionable material; not more than 25
percent (25%) shall be retained on a No. 4 sieve, and not more than 10
percent (10%) shall pass a No. 200 sieve.
The general procedure to be employed in the inundation of sand backfill
with water shall be submitted by the 'Contractor and approved by the
Engineer prior' to starting operations thereunder. Operational details
in connection therewith .shll be acceptable to the Enginer at all times,
D.
Crushed Rock Backfill. In lieu of the tamped backfill, the
Contractor may fill the full depth of the trench with a crushed rock, as
approved by the Engineer.
After placement, the crushed rock shall be tamped to insure a mechanical
interlock of particles.
SECTION 3-07: STREAM CROSSINGS. A concrete encasement of six (6)
inches minimum thickness shall be installed around the pipe at such places as
are indicated on the plans. or as directed by the Engineer to provide extra
protection to the pipe where it crosses creek or stream water courses.
SECTION 3-08: PROTECTION OF TRENCH BACKFILL IN DRAINAGE COURSES.
• Where trenches are constructed in or across roc.dway ditches or other water
courses, suitable ditch checks as approved by the Engineer shall be installed
as directed. Ditch checks may be of creosote treated lumber, stone, or
concrete as authorized. In any case, the ditch check shall extend not less
than two (2) feet below the original ditch or water course bottom for the
full bottom the side slopes thereof.
SECTION 3-09: DISPOSAL OF EXCESS EXCAVATED MATERIAL. On both public
and private property, excess excavated materials not required for backfill or
grading shall be removed from the site of excavation by the Contractor. The
Contractor shall be responsible for the proper disposal of such material to
the satisfaction of the Engineer or the owner of the disposal site.
Excess excavated materials from trenches located in open fields shall be
distributed directly back over the pipe line and within the pipe line
right-of-way to a maximum depth of six (6) inches above the original ground
surface, at and across the trench and with,uniform side slopes.
Grubbed and excavated material not suitable for backfill, such as rock,
trees, roots, etc., shall be PROPERLY DISPOSED of by the Contractor. Such
items SHALL NOT be left on the construction site.
= SECTION 3-10: PAVED SURFACES. Paved surfaces shall be removed and
a replaced, in kind to the satisfaction of the Engineer.
- 5 -
I
SECTION 3-11: GRADING AND SEEDING. After backfilling has been
completed and settled, all areas on the site of the work which are to be
graded shall be brought to grade at the specified elevations, slopes and
contours. Slopes shall be trimmed and dressed by hand and other surfaces so
graded that effective drainage is secured. Grading and surfacing shall be
completed to the satisfaction of the Engineer.
Before sowing any seed, all shaping and dressing of such areas shall have
been completed to the satisfaction of_ the Engineer and the areas prepared, to
ij receive the seed by using a disc spiker or other implement as approved by the
Engineer.
Seed used
shall be
first
quality and shall
be a mixture approved by the Owner
and the Engineer.
No seeding shall be
done
during windy weather or when
the
ground is
frozen,
wet,
or. otherwise
in
a nontillable condition.
Full
advantage
shall be
taken
of time and
weather
conditions best suited
for
seeding,
and such
time of
seeding shall
be
the subject to the approval of
the
Engineer.
The Contractor shall maintain all new seeded areas at his own expense, until
final acceptance of the project. Maintenance shall consist of watering,
mulching, protecting, replacing and such other work as may be necessary to
keep the work in satisfacory condition. All water required in connection
with the seeding work and maintenance shall be furnished by and at the
• expense of the Contractor.
SECTION 3-12: RESODDING. All established lawn areas cut by the line
of trench or damaged during the course of the work shall be rescidded, after
completion of construction, to the complete satisfaction of the property
owner. All sod used shall be of the same type as removed or damaged, shall
be of the best quality and, when placed, shall be live, fresh, growing grass.
All sod shall be procured from areas where the soil is fertile and contains a
�! high percentage of loamy topsoil, and from areas that have been grazed crr
mowed sufficiently to form a dense turf.
I.
sod shall be transplanted within 24 hours from the time it is harvested
_ unless it is stacked at its destination in a manner satisfactory to the
j Engineer. All sod in stacks shall be kept moist and protected from exposure
to the sun and from freezing. In no event shall more than one week elapse
between the time of cutting and planting of the sod.
Before placing or
depositing sod on areas to be
sodded, all shaping and
dressing of the area shall have been completed to
the satisfaction of the
Engineer. After
the shaping and dressing have been
completed, commercial
}
fertilizer, of a
type as approved by the Engineer,
shall be applied uniformly
over the areas so
prepared in a manner and in amounts
as recommended by the
manufacturer and
harrowed lightly. Sodding shall
follow immediately.
•' F
All sodding shall
be done during the period from
March 15 to October 1,
i.
unless written permission is given by the Owner
to extend the planting
season.
-6-
SECTION 3-13: PRESERVATION OF TREES AND SHRUBS. No trees shall be
removed outside of excavation limits, except where their removal is
authorized by the Engineer.
i
Main tree roots shall not be cut except where they are within the area to be
occupied by a pipe or structure. Excavation shall be done by hand where
necessary to prevent injury to roots or trees.
Where trees are on the line of trench or adjacent thereto and conditions are
such that tunneling beneath the tree can be accomplished without damage
thereto, tunneling will be required. Where it is impossible to tunnel under
trees on the line of trench, such trees shall be removed and disposed of by
and at the expense of the Contractor and to the satisfaction of the property
• owner. Trees which are left standing shall be adequately protected from
permanent damage by construction operations. Trimming of standing trees
where reqired shall be as directed by the Engineer. All shrubbery damaged or
removed by the Contractor shall be replaced to the satisfaction of the Owner
thereof, by and at the expense of the Contractor.
I SECTION 3-14: REMOVAL OF WATER. The Contractor shall provide and
maintain adequate dewatering equipment to remove and dispose of all surface
and ground water entering excavations, trenches, or other parts of the work.
Each excavation shall be kept dry during subgrade preparation and continually
�; thereafter until the structure to be built, or the pipe line to be installed
therein is completed to the extent that no damage from hydrostatic pressure,
floatation, or other causes will result.
All excavations for concrete structures which extend down to or below the
static ground water elevations shall be dewatered by lowering and maintaining
the ground water surface beneath such excavations a distance of not less than
12 inches below the bottom of the excavation.
Ii Surface water shall be diverted or otherwise prevented from entering
excavated areas or trenches, to the greatest extent practicable without
causing damage to adjacent property.
The Contractor will be held responsible for the condition of any pipe line,
or conduit which he (the Contractor) may use for drainage purposes, and all
pipes or conduits shall be left clean and free from sediment.
` SECTION 3-15: MEASUREMENT AND PAYMENT. These items shall be paid for
0 as the labor and materials are provided for complete in place Bid Items, as
furnished and installed in accordance with plans and specifications. All
•} payments. shall be made on Engineer's estimated percent of completion, less
10%. The 10Y. holdback shall be released after all acceptance tests have been
completed with successful results, and acceptance by the City or Governing
authority.
SECTION 3-16: WATER LINE AND SEWER LINE SEPARATION. The crossing and
1. paralelling of water lines and sewer lines shall be in accordance with the
latest revision of the "Rules and Regulations Pertaining to PUBLIC WATER
SUPPLIES" of the Arkansas State Board of Health. Uncased water lines shall
be separated by 10 feet or more from any sewer line.
SECTION 3-17: PIPE EMBEDMENT. Trench bottoms shall be accurately
graded to provide uniform bearing and support for the pipe barrel between
bell holes. When the trench bottom is of proper character, such as
uncemented granular material or other natural bedding material, and uniform
shaping can be executed, foreign bedding material will not be required •except
as directed by the Engineer for particular exceptions in construction. When
trench bottom materials will not allow uniform bearing for the entire pipe
length the excavations shall be carried to a depth sufficent to allow a
minimum depth of bedding material, as specified herein and detailed on the
plan, to be placed under the pipe.
The details of trenching, clearances, and pipe embedment are shown on the
drawings and the character of such materials are as follows:
A. Granular Beddinq shall be crushed stone or gravel with not less
that 95'/. passing 3/4 inch and not less that 95'/. retained on a No. 4
sieve; to be placed in not more than a 12 inch layer in the trench
bottom and graded, shaped and compacted by slicing with a shovel or
other approved means to provide uniform continuous support for the
installed pipe between bell holes.
B. Compacted Beddinq shall be finely divided, job -excavated material
free from debris, organic material, and stones, compacted to a uniform
density which will prevent displacement of the pipe during subsequent
operations as approved by the Engineer; granular bedding material may be
substituted for all or part of compacted bedding, but at no additional
cost to the Owner.
After each joint of pipe
has been graded,
aligned, and
placed in
final
position on the bedding
material, and
shoved home,
sufficient
pipe
bedding material shall be
deposited and compacted
under
and around
each
side of the pipe and back
of the bell, or
end thereof,
to firmly
hold
and maintain the pipe in
proper position
and alignment
during subsequent
pipe jointing, embedment,
and backfilling
operations.
SECTION 318: TRENCH BACKFILL. Trench backfill above pipe embedment
shall conform to one of the following requirements:
A. Compacted Backfill shall be finely divided material free from
debris and organic material, but may contain rubble and detritus from rock
excavation at certain levels of the trench depth. This material, with a
sufficient moisture content, may be placed in lifts and mechanically tamped
to 90"/. maximum density as determined by AASHO Standard Method A -T-147-54
(using AASHO T-99-57 as a compaction control test), or the entire trench
depth may be backfilled and the required compaction obtained by tamping with
a hydrohammer or by inundation with water.
The method used
in obtaining compaction shall be approved by
the Engineer.
Granular bedding
material may be used as
compacted backfill at
the option of
the Contractor,
but at no additional cost
to the Owner.
B. Uncompacted Backfill shall be free of brush, roots more than 2
inches in diameter, debris, and junk but may contain rubble and detritus from
rock excavation, stones, and boulders at certain levels of the trench depth.
Placement of the material shall be by methods approved by the Engineer.
- 8 -
C. Inundated Sand may, at the Contractor's option, be installed in
lieu of tamped backfill where, in the opinion of the Engineer, the use of
water for this purpose would cause no damage to adjacent property or buried
utilities.
Sand for
inundated
sand backfill shall be free
of lumps,
rubbish, roots,
cinders,
and other
objectionable material; not
more than
25y. shall be
retained
on a No. 4
sieve, and not more than 10%
shall pass a
No 200 sieve.
The inundation of earth (water settled) or sand backfill shall be done in
such a manner as to not disturb the installed pipe or its imbedment material,
and to use the least amount of water possible in obtaining the most desirable
amount of settlement. Trenches shall not be brought to ground level; the
water shall be introduced to the trench, from the top of the pipe embedment
upward, through a pipe probe attached to a hose, being careful not to disturb
bedding material in any consequential nature. Backfill material shall be
added during the inundation process so that at completion of the operation a
desired surface elevation will be obtained. If for reasons of porous soil,
or other circumstances, the backfilling and inundations may proceed by stages
if so authorized by the Engineer.
This general procedure to be employed in the inundation of sand backfill with
water shall be submitted by the Contractor to, and approved by, the Engineer
prior to starting operations thereunder. Operational details in connection
therewith shall be acceptable.to the Engineer at all times.
Compacted backfill shall be required where beneath pavements, surfacing,
driveways, curbs, gutters, walks, or other surface construction or structures
or where in road or highway shoulders or beneath areas where sod is to be
replaced.
Placement of trench backfill material will proceed in such a manner, as
approved by the Engineer, that no excessive loads, shocks, or impacts will be
imposed on the installed pipe which would result in pipe injury or
displacement.
Compact masses of stiff, mucky clay or gumbo, or other consolidated material,
or •stone more than one cubic foot in volume shall not be permitted to fall
more than 5 feet into the trench unless cushioned by at least 2 feet of loose
backfill above the pipe embedment.
No trench backfill
material
containing rock, or rock
excavation
detritus,
shall be placed in
the upper
18 inches of the trench except
with the
specific
permission of the
Enginer in
each case, nor shall any
hard rock,
stone
or
boulder larger than
8 inches
in its greatest dimension
be placed
within
3
feet of the top of
the pipe.
Large stones may be placed
in the remainder
of
the trench backfill
only in
well separated and so
arranged so
that
no
interference with
backfill compaction
or settlement will
result.
Additional backfilling may be necessary at a later date before paving or
other surfacing is installed or completed. Trenches to receive sod or
seeding shall be topped with 12 inches of topsoil or material equal to that
adjacent to the trench at the ground surface.
- 9 -
SECTION 3-19: GRUBBING AND CLEARING. The Contractor is responsible
for grubbing and clearing all those areas within the construction limits in
which he performs work. The Contractor shall properly dispose of all rubble,
debris, rocks, etc. He shall also clean and dress up the construction site.
SECTION.3-20: ROAD, RAILROAD, PIPELINE, AND UTILITY SERVICE CROSSINGS.
All construction intersecting or paralelling an existing road, highway,
I, railroad, pipeline, or utility shall conform to the requirements established
within the jurisdiction of the interested governing authorities.
A. State Highway and County Road Permits. Verbal permission for the
rt construction across and under state and county highways has been
P. obtained by the Engineer. However, the Contractor shall be required to
post deposits which shall be returnable upon approval and acceptance by
the State Highway Department, the Highway Department of the county or
counties in which the project is located, or any other proper governing
I; authority. No work order shall be issued until such deposits have been
• made.
I. B. Local Natural Gas Company. The local gas company sets forth the
following requirements for crossing their pipe lines:
1. The proposed water line should be constructed so that it will cross
under or over the gas line with a minimum clearance of 12".
2. It is desirable that the waterline cross the gas pipeline as near
as possible at right angles.
o. No structure, appurtenance or related fitting will be placed over
or under said pipeline which will hinder or interfere with the
�: normal operation and maintenance of the pipelines.
4. Written notice shall be provided the area representative, as shown
on Plan's cover sheet, in sufficient time prior to construction
F activities, so that the local gas company representative may be
present during the construction of the line at the crossings.
1, 5. The approaches to the gas pipeline shall be made so that the gas
pipeline will be exposed only the minimum length of time. If it is
evident that the ditch will cave in at the point of crossing the
Igas line, cribbing will be requested at this location.
6. Sufficient precaution should be taken in the use of heavy
construction equipment so that no damage will be done to the gas
Ipipeline. The use of such heavy equipment over the gas lines will
be reduced to an absolute minimum. Furthermore, if conditions so
require, the gas pipelines will be bridged or matting will be used
in connection with the operation of such equipment to prevent
possible damage to the gas lines.
7. The location of the point of crossing should be identified by the
best practical method.
8. The water main shall parallel gas mains at a perpendicular distance
of 20 feet or more.
1 -10-
C. Local Power and Light Companies. Thz local power and light
companies set forth the following requirements for construction of water
mains within their easements:
1. Construct water main parallel to power lines at a perpendicular
distance of five (5) feet or more.
2. Advance notice shall be given if their facilities interfere with
construction.
r
I
I
I
I
r:s
i.
WATER SYSTEM SPECIFICATIONS
I
DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS
SECTION 4-01: PIPE LAYING. The laying
of pipe shall
be done in
accordance with the pipe
manufacturer's
recommendations,
the plans, AWWA
C-600-77 for C.I. and D.
I. pipe and AWWA
C-603 for Asbestos -cement pipe and
these specifications for
P.V.C. Pipe. See Sheet No. 15,
Appendix to these
Specifications.
SECTION 4-02: GENERAL. Equipment used to.place pipe shall be rubber
mounted to avoid severe scoring of paved surfaces. The pipe is to be
installed with the bell ends facing the direction of laying except when
otherwise approved by the Engineer. A night plug shall be installed whenever
the Contractor shuts down the job each day. Where fittings and other
appurtenances are sometimes called for on the drawings, such locations can be
shifted to fit between pipe joints. Such relocations from the plans is
limited to ten (10) feet maximum. The laying of pipe will not be permitted
in water or on blocks. When ground water is encountered in the trench, the
Contractor shall furnish such dewatering equipment as is necessary to keep
ground water from entering the pipe.
The jointing of the pipe shall be done in strict accordance with the pipe
manufacturer's recommendations. The bell and spigot of the joint to be made
shall be clean of all foreign matter prior to jointing. The spigot end of
the pipe is to be thoroughly cleaned and then coated with the recommended
lubricant to facilitate jointing. The gaskets are to be inspected prior to
jointing. The pipe jointing shall be accomplished with equipment approved by
the Engineer, which is capable of shoving the pipe home without damage to
joints.
SECTION 4-03: TIE INS. This item shall consist of connection the new
pipe line to the existing mains by means of tapping under pressure, cutting
in a tee and valve, or any connection to existing mains when customers must
be notified of an interruption of their water service.
The Contractor shall furnish all labor, material, equipment, and hand tools
necessary to complete the tie-in. All customers shall be notified by the
Contractor 24 hours in advance of any shutdown as to the time service will be
interrupted and the estimated time service will be restored. All valves
Iy within an active system and in operation shall be operated by city employees
only and never by the Contractor.
SECTION 4-04: JOINTING. Jointing shall be done in accordance with the
manufacturer's recommendations. If effective sealing is not obtained, the
jointing shall be disassembled, thoroughly cleaned, inspected, and
reassembled.
SECTION 4-05; PIPE INSULATION. The Contractor shall furnish and
install insulation on all exposed piping, flanges, and fittings as shown on
the plans. Insulation shall extend to a depth of 18 inches beneath the
existing ground surface. All insulation shall be protected with aluminum
jacketing not less than 0.019 inch thickness with a proper vapor barrier. .
All surface of pipe
shall
be prepared
and the insulation and
jacketing
installed according
to the
manufacturer's
recommendations.
- 1 -
SECTION :4-06: REACTION ANCHORAGE AND BLOCKING. All unplugged tees,
Y -branches, and bends deflecting 22 1/2 degrees or more installed in trench
shall be provided with concrete thrust backing between the fitting and solid,
undisturbed ground •in each rase. At the tops of slopes, vertical angle bends
shall., be anchored by means of a steel strap or rod anchors securely embedded
in or attached to• a mass of concrete of sufficient weight to resist the
hydraulic thrust at the maximum pressures to which the pipe will be
subjected. All concrete blocking and anchors shall be installed in such a
manner that all joints between pipe and fittings are accessible for repair.
Pipe and fittings shall be provided with ;thrust blocks and anchorage as
detailed on the accompanying plans and as may be determined in the field by a
competent, licensed Engineer. The bearing area of concrete reaction blocking
against:the ground or trench bank shall be' shown by the plans or shall be
computed by a competent, licensed Engineer, in each case. In the event that
adequate support against undisturbed earth; cannot be obtained, metal harness
anchorages consisting of steel rods or bolts across the joint and securely
anchored to pipe and fitting shall be installed to provide necessary support.
Should the lack of a solid vertical excavation face be due to careless or
otherwise improper trench excavation, the entire cost of furnishing and
installing metal harness anchorages in excess of the contract value of the
concrete blocking replaced by such anchorages shall be borne by the
Contractor. All steel equipment used for 'reaction anchorage shall be painted
with two coats of Kopper's "Bitumastic No..50."
A. Concrete for Encasement and Thrust Blocks. Class B concrete for
encasement and thrust blocks shall be proportioned and mixed to have a
minimum, allowable compressive strength of 3,000 pounds per square inch at 28
days.
Class B concrete is described below as to water -cement ratio, cement per
cubic yard, and compressive strength, as follows:
Water -Cement
Ratio*
Class "B" 8.0
Cement -Sack
Per C.Y.
Compressive
Strength**
3,000
*Gallons (U.S.) per sack of cement (95 pounds net).
**Pounds per square inch at 28 days.
.�. SECTION:4-07: P.V.C. PIPE INSTALLATION. All P.V.C. pipe shall be laid
in accordance with the manufacturer's recommendations, the plans and
specifications herein. See Division 4-A and Division 10 of these
specifications.
Pipe shall be field checked by the Contractor for damage prior to
installation. Care shall be exercised to embed pipe without damage and in
accordance with the bedding material specifications herein. Each joint shall
carefully be checked, cleaned, prepared and then shoved home without stress
or strain on the joint after placed in the trench. All pipe shall be laid
straight with side walls of pipe braced with compacted selected backfill
material from the bottom of trench to the top of pipe, and from sidewall of
pipe to.sidewall of trench.
- 2 -
I
•
d
I.
I
W
I.
Curves: All P.V.C. pipe shall be placed in the trench so as to
minimize movement of the pipe after start`` -up operations. The following
placement methods shall be used with approaching, following through, and
leaving curves in the pipe trenches:
A. When trench sidwalls are good, undisturbed soil materials, Contractor
shall approach the Point of Curvature to the curve with pipe laid straight
and touching the long radius side of trench wall; thence continue around the
curve with a smooth symmetrical trench with pipe being laid against the long
radius trench wall to the Point of Tangency to the curve.
B. When trench sidewalls are NOT desirable for pipe bedding and bracing,
compacted bedding, as specified herein for straight line trenches, shall be
used.
—3-
DIVISION 4A - P.V.C. PIPE CONSTRUCTION
AND
MISCELLANEOUS SUPPLEMENTAL SPECIFICATIONS
Y
SECTION 4A -01: TIES. Contractor shall make tie into existing 4" main
and the existing water storage tank in accordance with the Construction Plans
and Sheets No. 21 & 22, Appendix to the Specifications.
SECTION 4A-02: TRACER WIRE. Contractor shall successfully place and
tie No. 14 solid THHN nylon coated copper wire around and beside each joint
of P.V.C. water pipe.
SECTION 4A-03: TRENCHING,. The Contractor shall install all pipe in a
straight line trench as staked by the Engineer. Curves are allowed as needed
but shall not exceed pipe manufacturer's recommendations. All P.V.C. pipe
shall have a minimum of 36" cover.
SECTION.4A-04: CURVE PIPE INSTALLATION. The entire curved length,
from P.C. to P.T. of curve, of long -sweeping P.V.C. pipe shall rest against
compacted backfill or acceptable undisturbed trench walls on the long -radius
i side of trench.
SECTION.4A-05: FENCE MAINTENANCE. The Contractor shall be responsible
for damages incurred due to lack of proper maintenance of fences damaged
within the course of construction. Fences are to be repaired according to
Division No. 1 of specifications herein.
SECTION
FINAL e TESTS. The Contractor shall schedule se (7)
days in advance with the Engineer's representative a final acceptance test
for each valved section of the pipe system. The Contractor shall, at his
expense, perform the necessary tests and repair prior to scheduling the final
acceptance tests to assure himself of the pipe's pressure stability and
acceptance.
SECTION.4A-07: SPECIAL BEDDING. Special bedding required for pipe in
wet areas, rock excavated trenches, and gravel road crossings, creek
crossings, and other specified areas, unless a Bid Item for Special Bedding
�, is provided and specified for said areas, such Special Bedding shall be
subsidiary to other items of the contract. See Appendix of the
Specifications.
SECTION 4A -O8: CLEAN UP. The Contractor shall properly clean and
grade the path of construction immediately after construction. Trench
+ settlement shall be repaired and damaged yards and pasture shall be
iifertilized, seeded and a successful growth of vegetation is obtained.
SECTION 4A-09: ADDITIONAL MATERIALS. All materials necessary to
successfully complete the project and not called for on plans and
specifications, shall be subject to the approval of the Engineer. All such
small items shall be subsidiary to other items of the contract.
-1 -
I
IDIVISION 5 - PRESSURE AND LEAKAGE TESTING
ii
SECTION.5-01: SCOPE. It is the
intent of these
specifications that
•
all joints be watertightand free
from visible leaks,
and each leak which
may
be discovered, at any time prior
to the expiration
of. one year after the
date
of final acceptance by the Owner,
shall be repaired
by and at the expense
of
the Contractor. The following
tests shall be
in accordance with
AWWA
C-600-71 or the latest revision
thereof. The
Contractor may, at
his
convenience, with the approval of
the Engineer, make
tests upon the system
in
•
I.
addition to those listed below.
With the installation of temporary blockage to protect the green concrete or
allowing a lapse of at least 8 days after the placing of thrust or backing
blocks, all newly laid pipe and its appurtenances or any valves sections
thereof shall be subjected to pressure and leakage tests. The Contractor
I shall provide all testing equipment and material including water of a quality
approved by the Engineer, if not provided by the Owner, and shall conduct the
following tests in the presence of the Engineer.
Tests in the presence of the Engineer are
intended to be
demonstrations
of
satisfactory performance. The Contractor
shall satisfy
himself that
the
section to be demonstrated will pass a
test before requesting one.
If
subsequent tests are required because of failure
of the
demonstration
from
lack of preparations, the Contractor shall.
compensate the
Engineer for
time
spent on such subsequent tests.
A. Hydrostatic Pressure. The hydrostatic test pressure to be applied
shall be accomplished at one and one half (1 1/2) times working pressure
or 200 psi, whichever is greater. This test pressure shall be applied
relative to the lowest point in the main being tested.
B. Pressure Test. Each valved
section of pipe shall be
subjected to
a pressure test prior to connection
with the
rest of
the
system.
The
pipe shall be completely filled
with water
with
all
entrapped
air
expelled through hydrants or
blowoffs at the
high places,
or if such
are
not available, through taps
made at the high
points.
Such
taps shall
be
plugged subsequent to the pressure
and leakage
tests.
The pressure in the line section being tested shall be increased by
pumping to the calculated test pressure and shall be maintained at that
level for at least two hours and for whatever longer period as may be
necessary for the Engineer to complete the inspection of the line under
test and the Contractor to locate any and all defective joints and pipe
line materials. If repairs are needed, such repairs shall be made, the
line refilled, and the test pressure applied as before; this operation
shall be repeated until the line and all parts thereof withstand the
test pressure.
C. Leakaqe Test. Each valved section of pipe shall be subjected to a
leakage test prior to backfill, immediately after a successful pressure
test. Leakage test is to be in accordance with AWWA D-600-77. The
pressure shall be maintained at the test pressure of the line section
being tested for four hours and the water leakage shall be measured by
refilling the container used for pump suction. Line leakage is defined
as the total amount of water introduced into the line as measured during
the leakage test.
- 1 -
i
In no event shall the line be accepted if the leakage for any pipe
exceeds 10 gallons per 24 hours per mile of pipe per inch of nominal
diameter for PVC pipe, or 12•gallons per 24 hours per mile of pipe per
inch of nominal diameter for cast iron, ductile iron, or asbestos -cement
pipe. All visible leaks shall be repaired regardless of whether the
section in question meets leakage limitations or not. Leaks shall be
repaired and the tests repeated until the line is approved by the
Engineer.
ii SECTION 5-02: DISINFECTION. All lines of the water system shall be
disinfected, after they have been thoroughly flushed, according to the AWWA
a C-601-68 or latest revision except as herein stated.
After satisfactory pressure and leakage tests have been completed, a solution
of water containing at least 100 parts per million of free available chlorine
shall be introduced into the pipe line at the distributions system intake.
Various outlet points and valves shall be opened to allow the flow to proceed
through the largest pipe successively to the smallest, including service
outlets, throughout the system. Discharge from the system shall be
accurately measured and tested to ascertain when various sections of the pipe
have been filled with the chlorine solution. After the system has been
filled, it shall be allowed to stand for 24 hours after which there should be
I: at least 25 parts per million residual chlorine remaining in the water.
After disinfection has been completed and approved by the Engineer, the
Contractor shall thoroughly flush the main until residual chlorine is less
than 2 parts per million.
All materials and equipment necessary to properly disin'er_t the pipe system
shall be provided by the Contractor. If a section of line fails to yield a
safe sample after taking samples three consecutive weeks, the Contractor will
be required to re -chlorinate the line. Some data pertinent to pipe line
disinfection are contained in the following Table A:
TABLE A
Nominal Capacity *Chloride of Lime Calcium Hypochloride
I Pipe Size Gals./100 Ft. 1 Lb./100 Ft. I Lb./100 Ft.
J/4 2.J .0092 .00345
1 4.0 .016 .00600
2 16.3 .065 .0244
Ii 3 36.7 .147 .0550
WJ 4 65.2 .260 .0978
6 147.0 .588 .2205
8 261.0 1.044 .33915
UI 10 406.0 1.624 .6080
a 12 585.0 2.340 .e7/0
* Quality of chlorine compound noted based on 4 Lbs./100 Gal. Chloride of
Lime (257. avail. Cl2) and 1.5 Lbs./100 Gal. Calcium Hypochloride (707.
avail. C13).
The Contractor shall furnish all material, labor and equipment to flush out
and disinfect all existing water systems integrated with the water system.
SECTION 5-03: BACTERIOLOGICAL SAMPLES. After disinfection,
�la bacteriological samples should be taken by a City representative on two (2)
consecutive days and submitted to the Arkansas Department of Health for
L analysis with safe results before placing new lines into service.
I - 2 -:
DIVISION 8 - IRON PIPE & FITTINGS
SECTION 8-A - DUCTILE IRON PIPE & FITTINGS
SECTION BA -01: SCOPE. This section covers ductile iron pipe, joints
and ductile iron fittings which shall be furnished and installed complete
with all jointing materials and accessories, anchors and blockings, and other
appurtenances.
SECTION 8A-02: DUCTILE IRON PIPE. All ductile iron pipe, fittings,
and jointing materials shall be as shown on the plans and as specified
herein.
A. Pipe.
Cl) Designed in accordance with AHSI/AWWAC-150
(2) Manufacture and testing: ANSI A21.51 and AWWA C-150
(3) Grade: Tensile Strength: 60,000 psi
Yield Strength: 42,000 psi
Elongation in 2": 10
(4) Dimensions: (Min.)
Size Thickness Wall Thickness Outside Diameter
Inches Class Inches Inches
4
51
0.29
4.80
6
51
0.31
6.90
8
51
. 0.33
9.05
10
51
0.35
11.10
12
51
0.37
13.20
14
51
O56
.
15.30
16
.51
0.37
17.40
Pipe must be rated at 350 psi minimum working pressure, plus 1Q0
psi surge pressure, unless otherwise stated in the construction Bid
Items.
B. fittings. All
fittings shall
be restrained
mechnical
or boltless,
gasketed jointed
and cement
lined, such as
American
"Mechanical Joint
with Retainer
Gland" or "Flex
-Ring Joint,"
or equal.
(1) Manufacture and Testing: AWWA C-110, ANSI A21.4, A21.10, A21.11
42) Thickness and Iron:
Size of Pipe
(Diameter)
AWWA C-150
Thickness Class
ASTM A-48
Iron Class
4" through 6" D 25
(3) All fittings up to 12 inch size shall be class 250 and all fittings
larger than 12 inches are to be class 150 unless specified
differently on Plans and in Bid Items.
C.
D
E
(4) The Contractor shall install all fittings as designated on the
plans. Generally, only fittings required for horizontal alignment
have been indicated.. Allother fittings required shall be
furnished by the Contractor, who will be compensated in accordance
with the adjustment unit price stated in the proposal.
Pipe Joints. Mechanical or boltless, gasketed type (ANSI A21.11
and AWWA C-111) such as "Fastite, "Bell-Tite," "Tyton," and "Altite."
Joints shall be rated equal to pipe rating specified in Bid Items
Restrained Joints. All restrained pipe joints and restrained'
fittings shall be rated at 350 psi working pressure, plus 100 psi surge
pressure, unless otherwise specified in the Bid Items.
Pipe Coatinq and.Lininq.
(1) Cement'Lining:
(2) Bituminous Coating:
AWWA C-104 and ANSI A21.4
AWWA C-104 and ANSI A21.4
- 2 -
11 SECTION B -B - CAST IRON PIPE AND FITTINGS
SECTION 8B-01: SCOPE. This section covers cast iron pipe and fittings
which shall be furnished and installed complete with all jointing materials
and accessories, anchors and blockings,:and other appurtenances.
SECTION BB -02: CAST IRON PIPE. All iron pipe, fittings, and jointing
materials shall as be shown on the plans and as specified herein, and shall
be rated at a minimum of 200 psi working pressure, plus 100 psi surge
pressure.
A. Pipe.
(1) Design: ANSI/AWWA C-101
S2) Manufacture and testing: ASA A21.1, A21.6, A21.8, or A21.9
(3) Iron: 21/45
(4) Dimensions: (Min.)
Size
Thickness
Wall Thickness
Outside Diameter
Inches
Class
Inches
Inches
4
22
0.35
4.80
6
22
0.38
6.90
B
22
0.41
9,05
10
22
0.44
11.10
12
22
0.48
13.20
14
22
0.51
15.30
16
22
0.54
17.40
Pipe must have a minimum working pressure of 200 psi or as otherwise
specified on plans and/or Bid Items.
B.
Fittings. All fittings shall be mechanical jointed and cement
lined.
(1) Manufacture and Testing: AWWA C-110, ANSI A21.4, A21.10, A21.11
(2) Thickness and Iron:
Size of Pipe
AWWA C-150
ASTM
A-48
(Diameter)
Thickness Class
Iron
Class
4" through 6" D
s-5
(3) All fittings up
to 12 inch size shall be class 250 and
fittings
larger than 12
inches are to be class
150, unless
specified
differently on
Plans and Bid Items.
(4) The Contractor
shall install all fittings
as designated
on the
Clans. However,
only fittings required for
horizontal
alignment
have been indicated.
All fittings required
shall be furnished
by
,he Contractor,
who will be compensated in accordance
with
the unit
price stated in
the proposal.
.Pipe Joints. Mechanical or boltless, gasketed type (ANSI A21.11
and AWWA C-111) such as American "Fastite," Clow "Bell-Tite," U.S.
"Tyton," Griffin "Bell-Tite," McWayne "Tyton."
Lii
Ii
y
fll
J
fir
Q
I
D. Restrained Joints. All restrained pipe joints and restrained
fittings shall be rated at 350 psi working pressure, plus 100 psi surge
pressure, such as U.S. Pipe's "Lok-Tyton" joint, or an approved equal.
E. Pipe Coating and Lining
(1) Cement Lining: ASA A21.4, except lining thickness may be reduced
to 1/2 specified thickness.
(2) Bituminous Coating: Manufacturer's Standards.
SECTION 8-C: HANDLING. Pipe, fittings, and accessories shall be
handled in a manner that will insure their installation in the work in sound,
undamaged condition. Equipment, tools and methods used in unloading.,
reloading, hauling, and laying pipe and fittings shall be such that they are
not damaged. Hooks inserted in ends of pipe shall have broad, well padded
contact surfaces.
Pipe in which the cement lining has been broken or loosened shall be replaced
by and at the expense of the Contractor. Where the damaged areas are small
and readily accessible, the Contractor may be permitted to repair the lining,
subject to the approval of the Engineer.
All pipe coating which has been damaged shall be repaired by the Contractor
before installing the pipe.
SECTION 8-D: CUTTING PIPE. Cutting of pipe shall be done in a neat
manner without damage to the pipe or to the cement lining therein. Pipe cuts
shall be smooth, • straight, and at right angles to the pipe axis. All cutting
of pipe shall be done with mechanical pipe cutters of an approved type except
that, in locations where the use of mechanical cutters would be difficult or
impractical, existing pipe may be cut with diamond point chisels, saws, or
other tools which will cut the pipe without damaging impact or shocks.
SECTION 8-E: ALIGNMENT OF BELL AND SPIGOT PIPE. Pipe lines or runs
intended to be straight shall be straight. Deflections from a straight line
or grade measured between the centerlines extended of any two connecting
piping units and expressed in inches per linear foot, shall not exceed that
shown in the following table:
Pipe Size (=D)
8" to 12" 14" to 16"
Type of Joint 6 inch : inclusive. 1 inclusive
Mechanical or Bolt less
Gasketed : 6/D : B/D : 9/D
Either shorter pipe sections or special bends shall be installed where + the
alignment or grade requires them.
SECTION 8-F: REACTION ANCHORAGE.Ai4D BLOCKING. All unplugged bell and
spigots, or all bell tees, Y -branches, and bends deflecting 22 1/2 degrees or
more installed in trench shall be provided with concrete thrust blocking
between the fitting and solid, undisturbed ground in each case, except where
solid ground blocking is not available.
-2-
I,
At the tops of slopes, vertical angle bends shall be anchored by means of a
steel strap or rod anchors securely embedded in or attached to a mass of
concrete of sufficient weight to resist the hydraulic thrust at the maximum
pressures to which the; pipe will be subjected. All concrete blocking and
anchors shall be installed in such a manner that all joints between pipe and
I' fittings are accessible for repair.
The bearing area of concrete reaction blocking against the ground or trench
bank shall be as shown by the plans or as directed by the Engineer in each
case. In the event that adequate support against undisturbed earth cannot be
obtained, metal harness anchorages consisting of steel rods or bolts across
the joint and securely anchored to pipe and fittings or ductile iron retainer
fl glands as approved by the Engineer shall be installed to provide necessary
support. All steel equipment used for reaction anchorage shall be painted
with two coats of Kopper's "Bitumastic No. 50" or an approved equal. The
II first coat shall be dry and hard before the second coat is applied.
Trenches over, through, and/or down rock bluffs shall be protected from
erosion. Mains shall be anchored into rock bluffs with use of steel rods and
straps. A minimum of four (4) anchors per joint of pipe (max. length cf 20
feet) shall be used. Steel rods, straps, and anchoring materials shall be
protected from corrosion. The anchors shall individually be adequate to
withstand 2.5 times the maximum thrust force at any point on the pipe system.
ft
1I.
Y
I;.
1A
U
I
I
DIVISION 9 - VALVES
SECTION 9-01:
SCOPE.
This
section covers valves and appurtenances as
shown on the
drawings
and as
specified herein. All valves are to be opened
left, unless
otherwise
shown
on the Construction Plans.
SECTION 9-02: MATERIAL.
A. Gate Valves See Sheet No. 7, Appendix to the Specifications.
(1) General: All gate valves shall conform to the latest edition
of AWWA C-500 Standard for gate valves for ordinary water works
service.
(2) 3 inch and Smaller Valves: All line gate valves used with
• P.V.C. pipe shall be parallel double -disc gate valves with
non -rising stems and 4 -point wedging action, open counterclockwise
• with "0" ring seals. Valves shall be Mueller No. A-2380-37 slip
joint type, or equal.
(3) 4 inch and Larqer
Valves: All line
gate valves for
buried
service shall be
Mueller NO.
A-2370-20
with mechanical
joint ends;
each gate valve
used with
P.V.C.
pipe shall be
provided and
installed with a
transitional
gasket
for P.V.C. service.
All other
services shall have
flanged
ends ASA
Class 125.
(4) Buried Service Valves: All buried service valves shall be
furnished with Standard AWWA 2" square operating nut. Valve
operating wrench sh;..11 be Mueller No A-246-10 by 36" in length, car
equal.
B. Butterfly Valves.
(1) All type butterfly valves shall be of the tight closing, rubber
seat type with rubber seats which are recess mounted and securely
fastened to the valve body. All valves shall conform to the latest
revision of AWWA Standard C-504, Class 125-16. Valve bodies may be
"monoflange" with a mechanical joint to flange adapter or may have
integrally cast mechanical joint ends: Valve discs shall rotate 90
degrees from the full open position to the tight shut position.
(2) Valve Discs:
All valve
discs shall be constructed of
• Ni-Resist, Type
polished.
1. All disc
seating edges shall
be smooth and
(3) Valve Shafts:
Valve shafts
shall be constructed of
18-8 Type
304 stainless
steel and shall
be a one piece unit
extending full
size through
the valve disc
and valve bearings.
(4) Valve Seats: Valve seats shall be of a natural rubber or a
synthetic compound.. Bonded -in seats must be simultaneously molded
in, vulcanized, and bonded to the body, and the seat bond must
withstand 75 pounds pull under test procedure ASTM D -42'9-5B. Method
B, or latest revision thereof.
- 1 -
(5) Valve Bearinqs: Valves shall be fitted with sleeve type
bearings. Bearings shall be corrosion resistant and
self-lubricating. Bearing load shall not exceed 2,500 psi.
(6) Valve Operators: Valve operators shall be of the traveling
fl nut type designed to withstand 300 ft. lb. of input torque at full
open or closed positions without damage to the valve or coperator.
All operators shall be fully gasketed and grease packed and
Q designed to withstand submersion in water to 10 psi. Valves shall
open with a counterclockwise rotation of the AWWA nut and shall
require a minimum of 32 turns to move from fully open to fully
closed.
(7) Paintinq and Testinq: All surfaces of the valveshall be
clean, dry, and free from grease before painting. The valve
0interior surfaces, except seating surfaces, shall be evenly coated
. with black asphalt varnish in accordance with Federal Specification
• TT -V -51a and AWWA C-504-74.
C. Air Release Valves. All Air Release Valves shall be located at
the high points in the line, as shown on the plans, and as directed by
the Engineer. The valves shall be a regular combination air release and
IIvacuum breaker valve. See Sheet No. 6, Appendix to the Specifications.
D. Valve Boxes. Valve boxes shall be Buffalo style adjustable 24 by
• 36 inch for 5 1/4 shafts, Mueller No. 562-S, or equal.
SECTION 9-03: INSTALLATION. The Contractor shall furnish all labor,
material, equipment and hand tools to install the valves as per the detailed
1 plans and manufacturer's recommendations. All valves shall be installed with
operating nut up in a truly vertical position. Valves shall, in general, be
placed where indicated on the detailed plans. All valves settings shall
i
include all compaction necessary to provide a stable base for the valve box.
SECTION 9-04: VALVE KEYS. The Contractor shall provide two (2) valve
' keys per each size valve, suitable for use with the valve installed, as
manufactured by the valve manufacturer.
SECTION 9-05: VALVE OPERATING WRENCH. The Contractor shall provide
It
the Owner with three (3) valve wrenches, Mueller No. A-246-10 X 36" in
length, as a Subsidiary Item to other Bid Items of the project.
' � SECTION 9-04: CHECK VALVES. The Contractor shall furnish and install
check valves with reinforced concrete vault with metal lid and appurtenances
as shown on the plans and as specified herein. Concrete vault with lid shall
' be constructed as per Details shown on Construction Plan Sheet No. 20 of 23.
A. MATERIALS. All check valves shall conform to the standards herein
and as shown on plans, unless otherwise approved by Engineer. All
materials of contruction shall conform to ASTM standards for cast iron,
ductile iron, bronze and stainless steel,
'(1) Valve Body shall be cast iron for working pressures of 175
• psi and less, and shall be ductile iron for working pressures
greater than 175 psi and less. than 350 psi.
- 2 -
(2) Bronze trim shall be standard for all check valves, unless
otherwise specified.
(3) Resilient Seatinq (Buna-N) compression molded onto the seat
allowing metal to metal contact with drip tight resilient shutoff
and shall be easy tb replace.
B. STYLE.
Air
cushion swing
check
valves shall
be used for all
static
main
pressures of
60 psi
and less. For
all static pressures over
60 psi,
oil
cushion swing
check
valves shall be
used.
F
3•
DIVISION 10 - PLASTIC PIPE AND FITTINGS
SECTION 10-01: SCOPE. Covers all PVC pipe and fittings to be
furnished and installed as required in these specifications and as shown on
I•.
the plans. The specifications shall apply to all plastic pipe sizes 'o
12" in diameter. SDR rated pipe shall comply with Commercial Standards
CS256, and DR rated pipe shall comply with AWWA C-900.
SECTION 10-02: INSTALLATION OF PIPE. No deflection shall be allowed
at the joints of any size plastic pipe. As determined by the Engineer,
deflection shall be provided by the use of vertical curves or proper angle
fittings to accomplish grade or alignment changes.
Snaking or humping the pipe shall be required in accordance with the
manufacturer's recommendations and to the satisfaction of the Engineer,
• The Contractor shall make arrangements with the PIPE MANUFACTURER to have a
FACTORY REPRESENTATIVE skilled in the installation of plastic pipe of the
above type present for a minimum of one day at the start of the laying of the
pipe. A pipe supply house representative shall not be considered as being a
representative of the factory.
SECTION 10-03: JOINTING,
A, Boltless Gas$eted Joints. Assembly and installation shall be with
_lean and uninjured joints in accordance with manufacturer's
recommendations. All joints shall be lubricated per manufacturer's
recommendations before assembly. ,
■ B. Plastic -Metal Connections. All threaded joints where plastic and
metal fittings are connected, shall be so fitted that the plastic
'fitting will have the male thread on it, unless otherwise shown. Other
F types of plastic -metal connections shall be as recommended by the
plastic pipe manufacturer or Contractor and approved by the Engineer.
' Flanged Joints. All flanged joints shall be so made that after
uniform compression of the sealing gasket by proper bolt tightening, the
flange faces shall be parallel, the joined fittings or pipe centerlines
' shall be coincident, and no abnormal stress shall be transferred to
adjacent piping or fittings. Flanges on plastic pipe shall be tightened
sufficiently to slightly compress the gasket to make a good seal, but
not so tight as to distort the flanges,
{ SECTION 10-04: PVC PIPE AND FITTINGS,
IA. Manufacture and Testinq. All SDR rated pipe, sizes 2" - 12",
shall be manufactured in accordance with the Commercial Standard
05256-63 or latest revision for Polyvinyl Chloride (PVC) as conducted in
' accordance with the applicable ASTM procedure. All DR rated pipe, sizes
4" - 12", shall be manufactured in accordance with AWWA C-900, The
extrusion quality test shall be conducted within 2 hours of extrusion of
' the specimen. Before shipment, a certified report on the production
tests of each lost of pipe and fittings shall be furnished to the
Engineer and shall include:
t -1-
nLi
I).
1. Date of tests.
2. Contractor's purchase order number.
3. Lot number.
4. Measurements of dimensions and tolerances.
5. Burst pressure values.
6. Sustained pressure test results.
7. Extrusion quality results.
' All pipe shall be marked at intervals, as set forth in CS256 and AWWA
C-900, to declare compliance with standards of the National Sanitation
I. Foundation (NSF)..
A sample of each type fitting to be used in this system shall be
submitted for the Engineer's approval, and his approval obtained before
purchases of fittings.
B. Material. All pipe and fittings shall be manufactured from NSF
approved material that conforms to ASTM D-1784 Type 1, Grade 1 (PV'C
1120) resins, and the pipe shall be stamped with the NSF seal =of
approval and permanently marked.. All materials shall conform to
�} Commercial Standard CS256 and AWWA C-900, respectively.
i
C. Pressure Class and Dimensions. The pipe shall be fabricated in
conformance with a working pressure class for Dimension ration of Class
200 with SDR 21 and Class 250 with SDR 17, as defined in 05256;. Class
' 200 with DR 14, and Class 150 with DR 18. All pipe shall pass rigid
quality control tests from a dimensional standpoint in accordance with
the dimensions and tolerances as set forth in ASTM D-2241.
' D. Joints. Joints shall be boltless gasketed unless otherwise shown.
The male end of each section of externally coupled plastic pipe shall be
marked with a line around the circumference, which can be used to check
the depth of socketing after the pipe is coupled.
I.
,,
1
-2-
I
I
I.
Ii. Boltless Gasketed Joints. All boltless gasketed joints 8"
and under shall be Certainteed's Twin Gasketed "Fluid-Tite," or
Robintech's Single Gasketed "Kiho's Joint," or equal.
(a) All boltless gasketed joints over 8" shall be of the "Single
Gasket Coupling" as manufactured by Certainteed, or equal.
(b) Rubber rings shall be as provided by manufacturer.
(c) Pipe with extruded bells shall be furnished in not more than
• 20 foot lengths. Pipe with double gasket type of coupling may
be furnished in 40 foot joints. Only molded and machined
double gasket coupling shall be allowed with pipe in 20 foot
I. or longer joints.
(d) Provision shall be made for expansion and contraction at each
gasketed type joint.
(e) The pipe manufacturer shall be a member of the Plastic Pipe
Institute or American Water Works Association and shall have
manufactured the pipe and joint proposed for use for not less than
five (5) years.
(f) All fittings and specials 4" and larger in size shall conform to
AWWA short or long bodied cast iron fittings using a mechanical
joint system with hardened or duck tipped type rubber gaskets in
accordance with AWWA specifications C-110 and C-111. The fittings
shall be cement lined in accordance with AWWA specifications C-104.
The pipe and fittings shall be installed in accordance with the
recommendations of the pipe manufacturer.
2. Flanqe Joints. Flange joints shall be 150 pound class unless
otherwise shown.
(a) Flanges: ASA Class 150
(b) Flange Bolts and Nuts: ASTM A307, Grade B, galvanized and of
such length that after installation bolts will project 1/8 to
3/9 inch beyond outer face of nut.
(c) Flange Gaskets: Full :face 1/8 inch thick neoprene of
plasticized PVC,
3. Threaded Joints. All threaded joints shall be standard iron
pipe threads unless otherwise shown. Only Schedule 80 pipe shall
be threaded.
I
I
I
- J3 -
I
SECTION 10-05: STANDARDS. All pipe furnished under these specifications must
be manufactured to conform to the latest revision of the following standards:
AWWA C-900 - Standard for Polyvinyl Chloride (P.V.C.)pressure pipe, 4" through
12", for Water.
ASTM D1598 - Test for Time -to -Failure of plastic pipe under long-term
hydrostatic pressure.
ASTM D1599 - Test for Short -Time rupture strength of plastic pipe, tubing, and
fittings.
ASTM D1784 - Specification for Poly (Vinyl Chloride) (PVC) compounds and
Chlorinated Poly (Vinyl Chloride) (PVC) compounds, rigid.
ASTM D2122 - Determining dimensions of thermoplastic pipe and fittings.
ASTM D2241 - Specification for Poly (Vinyl Chloride) (PVC) plastic pipe
(SDR-PR ).
ASTM D2672 - Specification for Bell -End Poly (Vinyl Chloride) (PVC) pipe.
ASTM D3036 - Specification for Poly (Vinyl Chloride) (PVC) plastic line
couplings, socket type.
ASTM D31139 - Specification for joints for plastic pressure pipes using
flexible elastomeric seams.
CS256 - Polyvinyl Chloride (PVC) plastic pipe (SDR-PR).
NSF -14 - Thermoplastic materials, pipe, fittings, and jointing materials.
PS 22-70 - Product Standard.
SECTION 10-06: WARRANTIES. The
materials
manufacturer
shall
provide
the
Contractor and the system's Owner
a written
guarantee of
quality
and standards of
material provided. All materials
shall be
warrantied for
a period
of not
less than
one (1) year against defective materials.
The Contractor
shall be
responsible for
one (1) year from date of acceptance
for
any imperfections in
the
materials,
construction and operation of the
water system.
SECTION 10-07: HANDLING. All pipe, fittings, and accessories shall be
handled and stored in a manner that will insure their installation in a sound,
undamaged condition. All coatings and linings which have been damaged shall be
repaired at the expense of the Contractor before installation in the system.
SECTION 10-08: CUTTING PIPE. Cutting of all pipes shall be accomplished by
approved methods that will provide a neat, smooth, straight cut at right angles to
the axis of the pipe, without damage to the pipe or any coating or lining materials
' thereon.
SECTION 10-09: CLEANING. The interior of all pipe and fittings shall be
' thoroughly cleaned of all foreign matter before installation and kept clean until
the work has been accepted. All joint contact surfaces shall be kept clean until
jointing is completed.
' SECTION 10-10: INSPECTION. Each pipe and fitting shall be inspected for
defects, just prior to connection. All defective, damaged, or unsound pipe or
fitting shall be rejected and removed from the site cf the work.
' - 4 -
DIVISION 11 - VITRIFIED CLAY PIPE (SEWERS)
' SECTION 11-01; SCOPE, This section covers vitrified clay pipe and
fittings, which shall be furnished and installed complete with all. jointing
materials, man holes, and other appurtenances,
rSECTION 11-02: MATERIALS. Vitrified clay pipe and fittings, jointing
materials, and appurtenant materials shall be as shown on the plans specified
I. herein.
A: Pipe and Fittings,
Standard Strength: ASTM C13, or ASTM C261
Extra Strength: ASTM C20n, or ASTM C278
' ' B Jointing Materials: Factory- molded plastic joints, ASTM C425,
Dickey clay's "PEP", or equal
II SECTION 11-03: HANDLING, pipe,.fittings, and accessories shall be
handled in a manner that will insure their installation in the work in sound.
undamaged condition. Hooks inserted in!ends of pipe shall bave broad, well
padded contact sufaces. Pipe and fittings shall not be bumped or dropped,
Pipe having premolded joint rings shall be handled in such a manner that no
weight, inculding the weight of the pipe itself, will bear on or be supported
by the spigot rings at any time. Care shall be taken to avoid dragging the
spigot ring on the ground or allowing it to come in contact with gravel,
crushed stone, rocks, or other hard objects. Joint rings which have been
damaged in any way will not be accepted and shall not be incorporated in the
work,
} SECTION 11-04: ALIGNMENT AND GRADE. Unless otherwise shown on the
plans, all vitrified clay pipe shall be laid straight between changes in
alignment and at a uniform grade between changes in grade. All lines shall
'be laid so that each section between man holes will lamp with a smooth curved
` invert. Sections of sewer pipe between man holes that do not meet alignment
specification herein and approved by the Project Engineer shall be removed
and reconstructed to proper grade. Only the City Engineer has authority to
accept improperly aligned pipe. City Engineer shall provide the Project
Engineer with written conformation of improperly aligned pipe,
' 1 When "batter board" alignment is used to determine and check pipe grades, the
Contractor shall erect substantial batter boards at intervals of not more
than 5 feet and not less than three batter boards shall be maintained in
proper position at all times when trench grading is in progress.
The Engineer shall set off -set hubs only at each manhole for horizontal and
vertical control. The alignment, both horizontal and vertical, shall, be the
Contr'actor's responsibility and expense, when "laser beam" and/or batter
boards are used. The Contractor's Unit Bid Price shall include all laying
costs, The Contractor is encouraged to use "laser beam" alignment equipment.
SECTION.11-05: FACTORY -MOLDED PLASTIC JOINTS. All instructions and
recoumendations of the pipe manufacturer shall be observed and followed. All
' joint. surfaces shall be lubricated with the lubricant furnishsed by the pipe
manufacturer immediately before the joint is completed.
1
IDIVISION 11,-A - POLYVINYLCHLORIDE (PVC) PLASTIC SEWER PIPE
SECTION 11-01A: PVC PIPE AND FITTINGS. All PVC sewer pipe and fittings
shall conform to the requirements of the latest revision of ASTM specification
D3034 (PSM) and shall be made of plastic having a cell classification of 12454-B
as defined 'in ASTM 01784.
SECTION 11-02A: JOINTS AND LENGTHS. All pipe shall be boltless gasketed
at each joint by use of a gasket type joint and. internal bell.
All pipe and fittings shall be tested in accordance with ASTM Designations D2152
• and 02444.
The Contractor shall, prior to delivery of pipe, provide the Owner's Engineer a
copy of the. manufacturer's test report or statement by the seller, accompanied by
a copy of the test results, that the material has been sampled, tested and
inspected. .Each certification shall_be signed by an authorized agent of the
seller or manufacturer.
I.
SECTION 11-03A: INSTALLATION. All plastic sewer pipe shall be. installed
in accordance with ASTM D2321-72 or the latest revision. Bedding and haunching
materials used shall be Class II as described in the "TRENCH DETAIL" of these
APPENDIX Specifications. For installation near or below the ground water table,
Class I materials shall be used for the bedding, haunching, and initial backfill.
' This embedment shall extend from six (6) inches below the pipe to six (6) inches
above the pipe.
SECTION 11-04A: TESTING.
I. a. INFILTRATION AND EXFILTRATION TESTS. After the pipe has been laid and
backfilled, all pipe sections shall be tested for tightness by air testing,
infiltration, or exfiltration tests. The maximum allowable amount of leakage
• shall be 100 gallons per day per inch -mile. The minimum time requirements for
air testing for a 0.5 psig pressure drop from 3.5 psig to 3.0 psig shall not be
less than that shown in the following table, between manholes:
'• Pipe Size Time
4 2.5 minutes
6 4.0 minutes
8 5.0 minutes
10 6.5 minutes
12 7.5 minutes
15 9.5 minutes
■ b. DEFLECTION TESTS. The Contractor shall schedule and perform a successful
deflection test in the presence of the Engineer after the pipe has been laid and
backfilled. A mandrell shall be pulled through each entire pipe section with a
maximum deflection not to exceed 5% of the pipe's internal diameter.
SECTION 11-05A: WARRANTY. For a period of not less than one year from the
date of acceptance by the Owner, the Contractor shall be responsible for all
• repairs, replacements and other costs, including replacement of material, all
labor and equiprnent, for successful operation of PVC Sewer System.
SECTION 11-05: FACTORY -MOLDED PLASTIC JOINTS: All instructions and
recommendations of the pipe manufacturer shall be observed and followed. All
j�'irit surfaces shall be lubricated with the lubricant furnished by the pipe
manufacturer immediately before the joint is completed.
I
DIVISION 12 - STANDARD MANHOLES
SECTION 12-01: STANDARD MANHOLES. All manholes shall be constructed
complete with manhole frames and covers. Manholes shall be constructed of
precast concrete sections and/or cast -in -place concrete manholes.
A. Materials.
1. Concrete minimum compressive strength: 3,000 psi.
2. Minimum precast section wall thickness: 4 1/2 inches.
3. Reinforcement: As required to withstand handling, erection and
temperature stresses.
4. Steps: Neenah R-1980-1 or approval equal.
5. Joints of precast sections: Sealed with mastic gasket.
1. E. Manholes lid and ring: Bass and Hayes 250 pound in unpaved
areas and 300 pounds in paved areas.
R. Construction. All manholes are to be cast -in -place except in
areas where access by concrete trucks is impossible. In that case, other
types of manhole construction is permissible upon written consent of the
Owner's Engineer.
Manhole inverts shall be carefully constructed to maintain the proper
,,velocities through the manhole, and in no case shall the invert sections through the manhole be greater than that of the outgoing pipe. The shape
of the invert shall conform exactly to the lower half of the pipe it
I. connects. Side brances shall be plastered, troweled, and brushed to a
smooth clean surface.
The main sewer shall be carried through manholes by split pipe wherever
practicable. Concrete filling between the sewer invert and wall of
manholes shall be flush with the tip edges of the invert and shall slope
up from the invert at a rate of three inches per foot.
Where it is not practicable to use split pipe through manholes, due to
breaks in grade or elevations of incoming sewers, the sewer invert shall
be made of concrete deposited between forms, or of brick on edge laid up
in cement mortar.
Drop manholes and other special structures shall be built in accordance
with the drawings. All fittings, connections, drops, concrete drop
encasements and all other sewer pipe appurtenances built in to walls
shall be provided.
Utilization of the existing man holes shall conform ti: the above
requirements for shaping the invert,
- 1 -
DIVISION 13 - ACCEPTANCE TESTS
SECTION 13-01: INFILTRATION-ENFILTRATION TESTS. After the lines have
been installed, manholes constructed, and some time allowed for ditch
settlement, but before final repair of paved streets or final cleanup has
• been made, the Contractor shall conduct infiltration-exfiltration tests by
use of one of the following procedures:
A. Water Tests. Under this method, the Contractor shall test the
lines by blocking off the various sections of pipe, filling the lines
• with water and measuring the leakage. The tests shall be conducted and
the allowable leakage shall conform to the rates as set out in ASTM
C-425 with the following changes. The exfiltration shall not exceed 100
gallons per day, per inch of pipe diameter, per mile of pipe. All pipe
joints shall be subject to a minimum of 10 feet head during the test
procedure.
B. Air Tests. Under this method, the Contractor shall conduct low.
pressure air tests of the various sections of pipe by use of equipment
manufactured for this purpose. The equipment shall include a regulator
to avoid "overpressurization" and damaging an otherwise acceptable line.
The equipment used shall be identical or equal to the "Air -Lo':' system
as manufactured by Cherne Industrial, Inc_., Hopkins, Minnesota.
The low pressure air test shall be conducted by plugging each opening in
the reach of the pipe to be tested. All plugs shall be braced against
} slippage due to internal pressure.. One of the plugs provided must have
an inlet tap or other provision for connecting an air hose. After the
air control equipment is connected to the air hose, the air pressure
shall be monitored so that the internal pressure does not exceed 5.0
psig. After reaching 4.0 psig the air supply shall be throttled to
maintain.between 4.0 and 3.5 psig for at least two minutes in order to
allow equilibrium between air temperature and the pipe walls. During
this time, all plugs shall be checked to detect any leakage. If plugs
are found to leak, the air shall be bled off, the plugs tightened,. and
air supplied again. After the temperature has stabilized the pressure
__ should be allowed to decrease to 3.5 psig. At 3.5 psig, timing shall
begin to determine the time required for the pressure drop to 2.5 psig.
If the time, in minutes, for the air pressure to decrease from 3.5 psig
to 2.5 psig is greater than that shown in the table below, the pipe
shall be determined free of defects.
PIPE SIZE MINIMUM TIME (minutes)
6 Inch 3.0
8 Inch 4.0
•' 10 Inch 5.0
12 Inch 5.5
15 Inch 7.5
• 18 Inch 8.5
• 21 Inch 10.0
24 Inch 11.5
30 Inch 14.5
- 1 -
1
If by use of the above procedure a faulty section of line is found, that
section of line shall be tested at 20 foot intervals to determine the
exact location of the leakage. I.f a section of piping is found to be
leaking, the exact source of the leak shall be determined, a repair
made, and the entire section re -tested.
SECTION 13-02: CAMPING. Each section of the sewer line between
manholes is required to be straight and uniformly graded. Each section will
be Lamped by the Engineer. Any segment of line not to true grade will be
removed and replaced by the Contractor at the Contractor's expense.
All defects in the sewers shall be repaired to the satisfaction of the
Engineer and the City of location of the project.
SECTION 13-03: SMOKING. The Engineer has the option to smoke -test any
sewer line (new or existing) within the project. The Contractor shall
furnish all labor and material for the purpose of this test. The Contractor
= shall repair all leaks revealed by the test at his own expense (new line=).
SECTION 13-10: PROOF OF ACCEPTANCE. The Contractor shall furnish the
Engineer with proof of acceptance by all Governing bodies.
i
I.
I
I
1
I
I.
DIVISION 14.- ARMCO TRUSS PIPE
SECTION 14-01: SCOPE. This specifi?ation covers the recommended
practice for laying, backfilling, patching, and testing Arrnco truss pipe and
fittings.
SECTION 14-02: MATERIAL SPECIFICATIONS. All material shall conform to
ASTM standard specifications for truss pipe.
SECTION 14-03: RECOMMENDED PRACTICE FOR BEDDING AND BACKFILLING.
A. Trench Construction. Trench width control is not critical for
pipe performance as long as sidefills are properly built and trench
walls are of suitable soil. Sidefill construction should be extended 2
• 1/2 pipe diameters each side of the center line, or to the trench wall,
whichever is less.
Be Bedding. A minimum 3 inch cushion helps grade the sewer and
• provides an improved bed support under the pipe. Be sure this bed
uniformly supports the pipe along the line.
C. Backfillinq. Cover the pipe 12 inches above its top with
specified material and soil construction.
SECTION 14-04: JOINTING. All joints shall be solvent weld type.
Allow primer sufficient time to soften the interference fit in the bell and
spigot. Scrub the -rimer in on the bell. Apply cement normally and join the
sections. Avoid disturbing the joint afterward.
SECTION 14-05: LASER BEAM ALIGNMENT. It is mandatory that adequate
blower capacity be provided. Fumes from curing joints tend to deflect the
beam thereby causing variance to. the intended line and grade.
SECTION 14-06: MANHOLE CONNECTION.
A. Manhole Water Stop. Manhole water stops shall be obtained from
Armco Steel Corporation or be an approved equal.
B. Placing. Place stop near center of manhole wall.
C. Tighten steel band to assume positive seal against pipe outside.
SECTION 14-07: PATCHING. All patching shall be made in accordance
with manufacturer's recommendation. Under no circumstance is a patch to be
placed on pipe in which both the inner and outer walls have been punctured.
vi
SECTION 14-08: CONCRETE ENCASEMENT. Under no circumstances should
truss pipe be encased in concrete.
I
a
I
DIVISION 15 - LOW PRESSURE AIR TEST':OF SANITARY SEWER PIPE LINES
SECTION.15-01: SCOPE. This specification covers the recommended
practice for testing gravity flow sanitary sewer lines, when
using the low-pressure air test method to demonstrate the inte-
grity of the installed material and construction procedures.
This specification is for. use in testing 4 through 24 inch sani-
tary sewer lines. ,
' SECTION 15-02: SUMMARY. OF METHOD. The section of sewer line to
be tested is plugged. Low-pressure air Is introduced into the
plugged line. The amount and rate of air loss is used as an
acceptance test for the section being tested.
't SECTION.15-03: SAFETY.
t ,
IA. The air test may be dangerous If, because of ignorance or
carelessness, a line is improperly prepared.
B. All pneumatic plugs should be seal -tested before being used
in the actual test installation. One length of the pipe
shall be laid on the ground and sealed at both ends with test
plugs•to be checked. The sealed pipe shall be pressurized to
5 psig (34 kPa). The plugs shall hold against this pressure
without bracing and without movement of the plugs out of the
pipe.
C. As a safety precaution, pressurizing equipment shall have a
regulator or relief valve set at a maximum of 10 psi (69
kPa).
SECTION 15-04: PREPARATION OF THE SEWER LINE.
Ii A. F1us.h and clean the sewer line prior to testing.
B. Plug all pipe outlets to resist the test pressure. Give spe-
cial attention to.:stoppers and laterals.
SECTION .15-05: PROCEDURES.
1 A. Determine the test duration for the section under test in
accordance with Table No. 1.
Is. Add air until the internal air pressure of the sewer line is
raised to approximately 4.0 psi (28 kPa) gauge. After an
internal pressure of approximately 4.0 psi is obtained, allow
I. at least two minutes for the air pressure to stabilize. (The
pressure will normally show some drop until the temperature
I of the air in the test section stabilizes.)
,! 1
13
L
E
DIVISION 15 - LOW PRESSURE AIR TEST' OF SANITARY SEWER PIPE LINES
I
I
El
I
C. When the pressure has stabilized and is at or about the
starting test pressure of 3.5 psi (24 kPa) gauge, commence
the test. Before the starting of the test, the pressure may
be allowed to drop to 3.5 psi. Record the drop in pressure
for the test period. If the pressure has dropped more than
1.0 psi (7 kPa) gauge during the test period, the line is
presumed to have failed. The test may be discontinued when
the prescribed test time has been completed even though the
1.0 psi drop has not occurred.
D. If the pipe to be tested is submerged in ground water, deter-
mine the back pressure due to ground water submergence and
increase all gauge pressures in the test by this amount.
I This test procedure may be used as presumptive test which
enables the installer to determine the acceptability of the
line prior to backfill and subsequent construction
activities.
I. TABLE No. 1
MINIMUM TIME
PIPE SIZE (minutes)
4 INCH 2.0
6 INCH 3.0
8 INCH 4.0
• 10 INCH 5.0
12 INCH 5.5
15 INCH 7.5
18 INCH 8.5
21 INCH 10.0
24 INCH 11.5
' SECTION 15-06
L
ii
I
I
ACCEPTANCE.
A.If the test section fails to meet the requirements in Section
15-05.C, the Contractor shall, at his expense, determine the
source of leakage. He shall then repair or replace all defective
materials and/or workmanship.
B. It is suggested that the first section between manholes be
tested. This will permit the Engineer to observe the tight-
ness of joints and quality of workmanship. The Engineer will
determine the frequency of additional testing required.
N
I
I
• •
1
I.
1
' STREET AND STORM SEWER SPECIFICATIONS
CITY OF FAYETTEVILLE
II
I
•
1
1 .
•
DIVISION 20 - STREET SPECIFICATIONS FOR
CITY OF FAYETTEVILLE
SECTION 20-01: RI3HT-OF-WAY REQUIREMENTS.
A. Residential Street:. Fifty (50) feet.
B.
Collector Street:
Sixty
(60)
feet.
C.
Minor Arterial.
Eighty
(80)
feet.
D. Principal Arterial: Eighty (80) feet
SECTION 20-02: STREET WIDTH.
A.
Residential Street:
Thirty-one
(31)
feet
back
to
back
of
curb.
B.
Collector Street:
Forty-five
(45)
feet
back
to
back
of
curb.
C. Minor Arterial: Forty-five (45) feet back to back of curb unless
Federal and/or State Highway Department funds are used. Then the
requirement becomes forty-nine (49) feet back to back of curb (four
twelve -foot lanes).
ti
D. Principal Arterial: Same as Minor Arterial.
SECTION
20-03:
SUB -BASE PREPARATION. The new street shall be cut
to
and/or
filled
to the subgrade contained in the engineering plans and
profiles.
The
s,rb-base must be rolled and compacted to 95 percent
standard
proctor
density
and 10 plasicity index. The moisture content shall
be the
optimum
based on soil type and laboratory test results.
SECTION
20-04:
BASE MATERIAL. The base material shall be a minimum
of
six.(S)
inches
of SB-2, unless otherwise stated in Bid Items.
SECTION 20-05: BASE MATERIAL PREPARATION.
A. The SB-2 shall be moistened to, optimum water content (verified by
laboratory test results) and rolled and compacted to ninety-five percent
(95%) modified proctor density and 10 plasticity index.
B. After the SB-2 has cured to optimum strength (minimum of seventy-two
(72) hours), apply a coat of prime oil (MC30 or equivalent) at the rate
of .25 gallons per square yard. Allow prime oil to thoroughly penetrate
(minimum penetration time of twenty-four (24) hours) before paving.
r
I
SECTION 20-06: SURFACE COURSE.
A. For grades of ten percent (10%) or less, the street surface shall be two
inches (2") of asphalt cement concrete hot mix after compaction.
B. For grades in excess of ten percent (10%), the surface course shall be
six inches (6") of portland cement concrete (five and one-half (5 1/2)
bag mix) with a twenty-eight (28) day cured strength of 4200 psi. See
Division 22 for concrete street specifications.
C. Grades in
excess of fifteen
percent (15%) shall not
be
permitted
exceeding
three hundred
(300)
linear feet.
SECTION 20-07:
COMPACTION.
All sub
-base, base, and asphalt
surface
shall be rolled
and compacted
with
a roller weighing at least eight
(8) tons.
SECTION 20-08:
' CURBS AND GUTTERS.
Required on both sides of
all
new
streets. See
standard detail
sheet
for shapes, etc.
SECTION 20-09: SIDEWALKS.
A. Residential Streets: Four (4) feet wide sidewalks required on
one side of street.
B. Collector Streets and Commercial Zones: Five (5) feet wide
sidewalks required on both sides of the street unless otherwise shown on
Engineering plans and profiles.
C. Arterial Streets: Same as Collector.
SECTION 20-10: DEDICATED STREETS. All dedicated streets will be
constructed according to the Engineering plans and profiles approved by the
Street Superintendent. The construction process shall be supervised by a
registered professional engineer commissioned by the developer.
SECTION 20-11: CONCRETE STRUCTURES. See Division 21 of these
specifications.
SECTION 20-12: GENERAL COMMENTS. Regarding construction; see Division
-�. 21 of these specifications..
SECTION 20-13: STREET EXTENSION. The extension of,any existing street
regardless of condition or construction methods and techniques previously
employed, shall be constructed in full compliance with these new
specifications.
I
-2-
I
I
SECTION 20-14: SUB -BASE PREPARATION. The following test procedures
shall apply to both Section 20-03, "Sub -Base" and Section 20-05, "Base" of
these specifications. Density tests on the sub -base shall be performed by
the following methods"
A. A minimum of three (3) standard densities shall be performed on any
continuous prepared stretch of sub -base equaling less than 900 linear
feet.
B. A minimum of one (1) standard density shall be performed every 300
linear feet on any prepared stretch of continuous sub -base greater than
900 linear feet.
C. A minimum of three (3) standard densities shall be performed by
personnel of a soils testing laboratory.
D. All base and sub -base (hillside or other) shall be compacted in layers
not exceeding 6" in the compacted state and shall be tested as stated in
Section 20-14.A, B, and C above. .
E. All proctors and testing shall be. performed in the presence of the
Fayetteville City Street Department representative. The cost of said
testing and proctors shall NOT be an expense to the Contractor.
.I1
DIVISION 21.- GENERAL COMMENTS REGARDING CONSTRUCTION
SECTION 21-01; WARPEb OR SLOPING SECTIONS. Warped or sloping sections
will not be permitted.
SECTION 21-02: BANKS. All banks behind curbs will be backsloped at a
ratio of three to one (3 to 1) to the Right -of -Way line.
SECTION 21-03: NATURAL DRAINAGE. Natural drainage will be adhered to
by incorporating street underdrains or by rechanneling natural ditches into
improved drainage easements.
SECTION 21-04: STREET INSPECTIONS. ; The supervising Engineer will
accompany the Street Superintendent on inspections, and. the proctor- densities
and plastic index tests will be conducted in the presence of the Street
Superintendent. The testing lab performing the field tests shall provide the
Project Engineer with certified test results immediately following field
tests. These three inspections are to be performed by the Street
Superintendent or his designated representative during the construction
process, as follows:
A. After all streets have been cut to subgrade and the sub -base has been
prepared.
B. After curbs and gutters and base material is installed.
C. Upon completion of paving, all construction, backfill, and clean-up.
SECTION 21-05: ENGINEERING CERTIFICATION. Certification will be
required from the Supervising Engineer before lots will be released.
SECTION 21-06: UTILITIES' COVERAGE. •All utilities, including service
connections, will have a minimum of four feet (4') of cover, or two feet (2')
below the floor of all drainage ditches and all improved drainage easements,
or two feet (2') below the floor of all street drainage structures and street
paving. Utility lines with less than two feet (2') cover under street paving
shall be encased in concrete from one foot (1') outside each back of curb.
a
SECTION 22-07: EXPANSION JOINTS.
A. JOINTS. Expansion and construction joints shall be placed as
indicated on the plans. In addition, traverse construction joints shall be
placed wherever the placement of concrete is suspended for 30 minutes or
longer. Transverse contraction joints shall be placed normal to the
centerline of the pavement at intervals not to exceed 15 feet. A longitude
contraction joint shall be placed along the centerline of pavement whenever
the concrete is poured ccntinously across the full width of the street.
B. TRANSVERSE CONSTRUCTION JOINTS.
shall consist of a butt joint formed
keyways or dowels one inch in diamet
or in accordance with joint type "B"
Association Publication IS211.01,
Sections and Jointing Details".
Transverse construction joints
the full depth of the slab with either
er placed in a manner shown on the plans
or "E" as shown in Portland Cement
"Concrete Streets: Typical Pavement
C. TRANSVERSE CONTRACTION JOINTS. Transverse contraction joints shall
be formed in accordance with Section 902 of the previously referenced PCA
Publication IS119.02. When curbs and gutters are used adjacent to the
pavement edges, all transverse joints shall continue through the curbs and
gutters.
D. LONGITUDINAL
JOINTS. Longitudinal joints
shall be either a
construction joint
formed by casting the concrete
in segments, or formed
by
creating a plane of
weakness in accordance with
Section 905 of the
PCA
Publication I9119.02.
Longitudinal joints, whether if is formed as
a
construction joint
or formed as a weakened plane,
shall be tied together
with
#4 deformed bars 30
inched long places at 36 inch
intervals.
SECTION 22-08: TURN RADII. .Two. No. 4
(#4)
reinforcing bars shall
be
placed horizontally in all turn radii.
Turn
radii will be bid at
the same
price as curb and gutter when the curb
and
gutter is 100 linear
feet or
Icnger.
SECTION 22-09: POZZILITH. Pozzilith
shall
be added when directed
by
the Street Superintendent for better workability.
SECTION 22-10: TEMPERATURE DURING CONCRETE POURING. Temperature shall
be 35 degrees and rising befr_.re any type of concrete pouring will take place.
Methods of heating or covering the surface of the concrete must also be
provided by the Contractor when adverse weather conditions prevail.
SECTION 22-11: VIBRATOR. A vibrator shall be used at the direction of
the Street Superintendent when pouring concrete of any type.
SECTION 22-12: BIDDER RESPONSIBILITY. The successful bidder will be
responsible for supervision of his crews. The Street Superintendent or his
designated representative will only perform an inspection after the grade is
established on all jobs.
I
1
I
p
DIVISION 23 - TESTING
SECTION 23-01: SCOPE: The Contractor shall be responsible for all
correspondence and testing of all materials involved in the construction.
All expenses incurred and required for testing shall be the Contractor's as
subsidiary to the itemized Bid Items of the project. All materials testing
shall be properly performed by a local licensed, certified testing laboratory
approved by the Engineer and the proper official representing the governing
body accepting the finished project. Proper testing shall be performed on
all designated sections of construction until results meet cr exceed those
required and called for in the project Bid Documents. Any misunderstanding
shall be explained by the Engineer.
SECTION 23-02: MATERIAL TYPES, TESTING PROCEDURES AND STANDARDS.
A. Sub -Base.
Existing hardpan;
and/or
"hillside" fill shall
meet the
following
test standards for each
type of material
separately, in
accordance
with Division 20
of these
specifications:
1. Standard Proctor with curves.
2. Attisburg Limit determined prior to beginning construction.
3. Density - Compaction test to 95'/. Stanrtarrl Prr.rtnr after rr.rc,nartinn
by the Contractor.
B. SB-2 Base. The following tests shall be performed in accordance
with Division 20 of these specifications:
1. Modified Proctor with curves.
2. Density - Compaction to 95% Modified Proctor after compaction by
the Contractor.
C. Portland Cement Stabilized SB-2 Base. All testing shall be in
accordance with the Arkansas State Highway Department Guidelines AND as
stated herein. Material sections shall be in accordance with the
following standard procedures, and shall be tested in accordance with
the following:
Section shall be stabilized with a minimum of 5.5'/. portland cement
and shall yield a minimum 7 -day compressive strength of 650 psi.
2. Contractor shall place sections in 100's of feet, giving Engineer
24 -hour notice. Each section's lay shall prove to be a minimum of
• 5.5'/. portland cement by weight prior to watering process. Weight
tickets shall be required by the Engineer.
I
I
-1-
I
'I
3. Compressive Strength: Each day's lay shall be sampled at a
distance not to exceed 100, L.F. after materials are mixed to
optimum moisture and before compaction. Each test sample shall be
placed in 6" diameter moles, filled 7" deep, left on construction
site, then moisture cured in the lab for 72 hours. The testing
procedure for sample compaction shall be in accordance with ASTM
D-1557 for Modified Proctor. The samples shall be slumps, curing,
and cylinder compressive tested in accordance with ASTM C-143, ASTM
C-31, and ASTM C-39.
Each 100 foot section shall have
one (1)
sample
yielding a
compressive 7 -day strength of
651)
psi or
greater
prior to
proceeding with construction.
All
sections
not meeting
this
criteria shall be immediately
removed
and
replaced
by the
Contractor at his expense within
the
time -frame
of his
contract.
The same procedure shall apply to
replacement
sections
as to the
original sections laid.
I
i
I
I
I
D.
1
4. Density Tests: Density test procedures shall be in accordance with
Division 20, "S8-2 Base" and shall be taken after the street
section has been compacted by the Contractor. All tests shall
equal or exceed '357. Modified Proctor.
Concrete Streets and Structures. Testing shall be in accordance
with the following, and shall be performed in accordance with standard
ASTM testing procedure, such as ASTM C-39, ASTM C-31, and ASTM C-143:
2
A minimum of 3 cylinders per day's pour of less than 150 C.Y.
A minimum of 1 cylinder per 50 C.Y. per day of more than 150 C.Y.
All test cylinders shall yield a minimum of 4200 psi compressive
strength in 28 days.
E. Asphaltic Cement. All asphaltic sections shall be tested for flow
and stability, in accordance with Arkansas State Highway Department
standard procedures.
-2-
I
I
DIVISION 24 - STORM DRAINAGE OR STORM SEWERS
SECTION 24-01: STORM DRAINS. Storm drains shall not collect or
transport any sanitary sewage.
SECTION 24-02: NATURAL DRAINAGE. All natural drainage shall be
adhered to.
SECTION 24-03: STORM DRAINAGE DESIGN. All storm drainage shall be
designed for the twenty-five (25) year flood plane, unless otherwise noted on
the plans and profiles.
SECTION 24-04: CONCRETE PIPE REQUIREMENTS. Class II reinforced
concrete pipe conforming to ASTM C-76 shall be used. The minimum size
permitted shall be fifteen (15) inches inside diameter.
SECTION 24-05: CORRUGATED METAL PIPE. 16 gauge under street paving
and 18 gauge other places.
SECTION 24-06: SURFACE DRAINAGE. Seven hundred (700) linear feet
shall be the maximum distance to carry surface drainage on the street
surface. Then the drainage must be collected in curb drop inlets, catch
basins, etc. and storm drained to a natural drainage channel.
SECTION 24-07: SPECIAL GASKETING AND SEALING MATERIALS. Special
gasketing and sealing materials shall be used at all pipe joints and plugs to
prevent infiltration into storm sewer. Procedure and materials shall be
proven and acceptable in quality.
J
DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE
• SECTION 30-01:• DESCRIPTION: This item shall consist of a base course
constructed on the completed and accepted subgrade in accordance with these
specifications and in conformity with the lines, grades, compacted thickness
and, typical section shown on the plans or as directed by the Engineer.
SECTION 30-02: MATERIALS: Materials used in the mixture shall conform
to the following requirements:
A. Aggreqate. Crushed stone shall conform to the requirements
specified in subsection 306.02 of Section 306: Crushed Stone Base
Course, of the Standard Specifications, edition of 1978, for Class 58 -2,
provided therein.
Be Cement. Cement shall conform to the requirements for portland
cement, Type I, AASHTO M85.
C. Water. The water for the base course shall be clear, clean and
• free from injurious amounts of oil, salts, or other deleterious
substances and shall not contain more than 1000 parts per million of
• chlorides, If the water is of questionable quality, it shall be tested
in accordance with the requirements of AASHTO 126.
D. Asphalt.
1. Emulsified asphalt shall conform to the requirements of Subsection
4033.03 (c) for grade 5S-1.
I. 2. Medium curing cutback asphrlt shall conform to the requirements of
Subsection 403.03 (b) for the grade selected by the Engineer.
� 3. Rapid curing cutback asphalt shall conform to the requirements of
Subsection 403.03 (a) for the grade selected by the Engineer.
The'type of asphalt used for the protection and cover for the cement treated
base course will be at the option of the Contractor, subject to the
Engineer's approval.
a SECTION 30-03: LABORATORY TESTS AND CEMENT CONTENT.
A. Cement Content. The quantity of cement, approximately `X t_- E by
weight to be used with the aggregate and water, shall be determined by
the Engineer. The moisture in the mix shall be maintained within a
range of (+/-) 1'/, of optimum.
B. Laboratory Tests. Specimens of aggregate, cement and water must
develop a compressive strength of at least 650 psi in 7 days.
-.1-
I
SECTION 30-04: CONSTRUCTION METHODS.
A. Weather Limitations. The cement -treated base shall not be mixed
I or placed while the atmospheric temperature is below 35 degrees F.
within 24 hours, r_.r when the weather is foggy or rainy. The temperature
requirements may be waived but only when so directed by the Engineer.
B. Equipment. All methods employed in performing the work and all
equipment, tools, other plants and machinery used for handling materials
and executing any part of the work shall be subject to the approval of
the Engineer before the work is started. If unsatisfactory equipment is
found, it shall be changed and improved. All equipment, tools, and
plants must be maintained in a satisfactory working condition.
C. Forms. When forms are required, they may be of wood or metal and
shall be placed to line and grade as staked by the Engineer. Wood forms
shall not be less than 12 feet in length and shall have a width equal to
the compacted depth of the base. The thickness shall be sufficient to
maintain good alignment. All form lumber shall be of good quality,
straight, well seasoned, clean, and free from defects which would impair
its usefulness. Warped, split, worn or otherwise defective forms shall
be discarded.
Steel forms shall be of a section commonly required for portland cement
concrete pavement. They shall be of depth at least equal to the edge
thickness of the work prescribed.. They shall be straight and shall have
a minimum section length of 10 feet.
When directed by the Engineer, solid forms will not be required. In
such cases, the spreading equipment and supply of base mixture shall be
such as will permit the continuous and satisfactory spreading of
material for one- or two-lane construction and compaction to the proper
thickness and contour.
D. Preparinq
the
Subqrade.
The subgrade shall
be prepared in
accordance
with
the typical
sections on the plans
before the base course
is placed
thereon.
Grade control
between the
edges of
the pavement
shall be accomplished by
grade stakes,
steel pins,
or forms
placed in
lanes parallel to the
centerline of
the roadway
and at
intervals
sufficiently close that
string lines
or check boards
may be
placed between
the stakes, pins, or
forms.
To protect the subgrade and to insure proper drainage, the spreading of
the base shall begin along the centerline of the pavement on a crowned
section or on the high side of the pavement with a one-way slope.
- 2 -
E. Applications and Mixinq of Cement. The application and mixing of
cement with the aggregate materials shall be per formed in accordance
with one of the following methods:
1. Travel Plant Method.'.. It shall be
applied uniformly on shall not
exceed that which ca TRAVEL PLANT METHOD NOT When bulk
cement is used, the ACCEPTABLE -AS OF AUGUST, 1985: dling, and
spreading the cement :re content
of the material to b w to permit
a uniform and intim •terial and
cement.
Mixing shall be a. pelled or
self -powered machine- or other
approved type of mix aggregate
with the cement. Mi:. ted as to
assure positive dept) to prevent
cement from being r: Machines
designed to process ::; ease at a
single pass shall be ease can be
compacted and finishi_-- e,...- - uni tornily
added and incorporate. supply and
distribution equipmer the total
required amount of w. sed within
three (3) hours. If required,
at least one pass sh<, i. Mixing
shall continue after a uniform
mixture of aggregate, d for the
full depth of the cot: ,
1Mixture of aggregate acted and
remains undisturbed nixed. In
'r the event of rain adt incornpacted
material, the entir Should the
Contractor be unable H ne day, the
section shall be rec: percent of
the original amount t additional
compensation to the
2. Central Plant Method. When a, central plant is used, the soil
aggregate, cement and water shall be mixed in a pugmill either of
the batch or continuous flow type. The plant shall be equipped
with. feeding and metering devices which will add the soil
aggregate, cement and water into the mixer in accurately
porportioned amounts as determined by the laboratory design.
Aggregate and cement shall be. dry -mixed sufficiently to prevent
cement balls from forming when water is added. Mixing shall
continue until a uniform mixture of aggregate, cement and water has
been obtained.
3
J
1
I
The mixture shall be hauled to the roadway in trucks equipped with
protective covers. Immediately prior to spreading the mixture, the
subgrade or foundation course shall be moistened and kept moist,
but not exceedingly wet, until covered by the mixture. The mixture
shall be placed on the roadbed in a uniform layer by an approved
spreader or spreaders. No more than 60 minutes shall elapse
between adjacent spreader runs and not more than 60 minutes shall
elapse between the time of mixing and the beginning of compaction.
The layer shall be uniform in depth and in such quantity that the
completed base will conform to the required grade and cross
section. Dumping of the mixture in piles or windrows will not be
permitted.
F. Compaction and Surface Finish. The mixture shall be compacted to
a density, as determined by AASHTO 1191, of not less than 95 percent of
the maximum density obtained by AASHTO T134. The moisture content of
the mixture during compaction shall not vary more than 5 percent from
the optimum moisture as determined by AASHTO 1134.
The surface of the treated roadway shall be reshaped to the required
lines, grades and cross sections after the mixture has been compacted.
It shall then be scarified lightly to loosen any imprints left by the
compacting or shaping equipment and rolled thoroughly. The operation of
final rolling shall include the use of rollers of the pneumatic tire
type. The rolling shall be done in such a manner as to produce a
smooth, closely knit surface, free of cracks, ridges or loose material
conforming to the crown, grade arid line shown on the plans.
The density,
surface
compaction,
and finishing operation shall not
require more
than two
(2) hours.
Water shall be added if necessary, during the finishing operation in
order to maintain the mixture •at the proper moisture content for
securing the desired surface.
Areas inaccessible to rollers or
finishing
and shaping equipment shall
be thoroughly compacted
to the
required
density by other approved
compacting methods and
shaped and
finished
as specified.
r, Joints.
As soon as final compaction and finishing
of a section
has been
completed, the base shall be cut back
perpendicular
to the
centerline to a point where uniform cement content
with proper
density
has been
attained and where the vertical face conforms
to the
typical
section
shown on the plans.
- 4 -
t
Ti
H. Surface Test. The finished surface of the stabilized base course
shall conform to the general surface provided for by the plans. It
shall not vary more than one-fourth inch (1/4") from a ten foot straight
edge applied td the surface parallel to the centerline of the roadway,
nor more than one-half inch (1/2") from a template conforming to the
cross section shown on the plans.
I. Protection and Curinq. After the base course has been finished as
specified herein, it shall be protected against drying for 7 days by the
application of bituminous material. The curing methods shall begin as
soon as possible, but no later than 24 hours after the completion of
finishing operations. The finished base course shall be kept
continuously moist until the curing material is placed.
The bituminous material specified shall be uniformly applied to the
surface of the completed base course at the rate of approximately 0.2
gallons per square yard using approved heating and distributing
equipment. The exact rate and temperature of application to give
• complete coverage without excessive runoff shall be as specified by the
Engineer.
At the time
dense, free
sufficient
Water shall
immediately
the bituminous material is applied, the surface shall be
of all loose and extraneous material, and shall contain
noisture to prevent penetration of the bituminous material.
be applied in sufficient quantity to fill the surface voids
before the bituminous curing material is applied.
Should it be necessary for construction equipment or other traffic to
use the bituminous -covered surface before the bituminous material has
dried sufficiently to prevent pickup, sufficient granular cover shall be
applied before such use.
The curing material shall be maintained and applied as needed by the
Contractor during the 7 -day protection period so that all of the base
course shall be covered effectively during this period.
Finished portions of base course that are used by equipment in
construction of an adjoining section shall be protected in such a manner
to prevent equipment from marring or damaging the completed work.
When the air temperature may be expected to reach the freezing point,
sufficient protection from freezing shall be given the base course for 7
days after its construction and until it has hardened.
1
1'
I -5-
I
I
I
J. Cold Weather Protection. During cold weather, when air
temperature may be expected to drop below 35 degrees F., a sufficient
supply of hay, straw, or other material suitable for cover and
protecting previously placed material shall be provided at the site.
Any base which has been damaged by freezing, or otherwise, shall be
removed and replaced by the Contractor at his own expense.
.1L. Tolerance in Base Thickness. The base course shall be constructed
in accordance with the typical sections on the plans (+/-) 1/2 inch in
thickness. Sections over 1/2 inch deficient in thickness shall be
removed and replaced at the Contractor's expense. No payment will be
made for materials placed in excess of planned thickness.
SECTION 30-05: MAINTENANCE: The Contractor shall, within the limits
of the contract, maintain the stabilized base material in good condition
until all work has been completed and accepted by the Owner. Maintenance
shall include immediate repairs of any defects that may occur. This work
shall be done by the Contractor at his own expense and repeated as often as
may be necessary to keep the area continuously intact. Faulty work shall be
replaced for the full depth of treatment. The Contractor shall construct the
plan depth of cement treated base in one homogenous mass. The addition of
thin stabilized layers will not be permitted in order to provide the minimum
specified depth.
SECTION 30-06: METHOD OF MEASUREMENT. Work completed under this item
shall e measured by the square yard, as shown on the plans. Quantities shown
on the plans and in the proposal shall be considered as final quantities and
no further measurement will be required unless the alignment is revised
during construction. Final quantities will be revised if, in the opinion of
the Engineer or upon evidence furnished by the Contractor., substantial
variations exist between quantities shown on the plans and actual quantities
due to changes in alignment or apparent errors.
SECTION 30-07: BASIS OF PAYMENT. Work completed and accepted under
- this item and measured as provided above shall be paid for at the contract
unit price bid per square yard for cement treated crushed stone base course,
which price shall be full compensation for furnishing all materials, for
mixing, hauling, placing, rolling, •finishing, and curing; and for all labor,
tools, equipment and incidentals necessary to complete the work.
I
-6-
I
L.
APPENDIX TO SPECIFICATIONS
WATER SYSTEM DETAIL INDEX
SHEET NO.
SHEET NAME
1
Typical Service Setting
2
Typical Service Connection & Meter
Setting (Type I)
3
County Highway and Driveway Replacement
(Type II)
4
Gravel Road'and Driveway Replacement
(Type III)
7
Gate Valve Detail
11
Thrust Blocking For Pipe Fittings
11-A
Concrete Thrust Block Detail
11-B
Thrust At Pipe Bends
11-C
Resultant Thrust Of Water Under 100 psi
Pressure At'Bends And Fittings
12
Concrete Thrust Anchor
SANITARY SEWER DETAILS
SHEET NO.
SHEET NAME
1
Typical Trench
2
Concrete Manhole
3
Encasement Pipe
1
,
'
I
•
1
i
I
I
hi1"
:IflJ
12" MIN.
BANK
6'MAX. WIDTH
FOR PAVEMENT
SAW CUT
REPAIRS
FOR �N
:NCHES
4
MILHOLLAND COMPANY
Engineering & Surveying
205 West Center Street
Fayetteville, Arkansas 72701
Office phone (501) 443.4724
EXISTING CONCRETE OR BITUMINOUS
CONCRETE DRIVEWAY AND CHIP AND
SEAL COUNTY HIGHNAYS.
T' %*RIASLE THICKNESS
THICKNESS • I V2 T FOR BITUMINOUS
CONCRETE DRIVEWAYS.
(MIN. 2" THICKNESS)
• T.2" FOR COMA rE
ORIVEMMWS. (MIN. 5"
" • 3" N. HOT OR COLD
BITUMINOUS MIX FOR
COUNTY HIGHWEVI AFTER
COMPACTION OF BASE.
COMPACTED SB-2
MATER OR SEWER MAINS
L BITUMINOUS CONCRETE REPLACEMENT MATERIAL SMALL MEET THE
REQUIREMENTS OF SECTION 408 OF THE STANDARD SPECIFICATIONS
FOR HIGHWAY CONSTRUCTION, ARKANSAS STATE HIGH%%Y COMMISSION,
EDITION OF 1978.
2. CONCRETE SHALL HAVE A MINIMUM 28 DAY COMPRESSIVE STRENGTH
OF 4200 PSI.
TYPE I ROAD CROSSING
I.
1 WLJNTY HIGMAIAY AND DRIVEWAY REPLACEMENT DETAIL
Sheet 2
MILHOLLAND COMPANY
Engineering & Surveying
205 West Center Street
Fayettevlue, Arkansas 72701
Office Phone (501) 443-4724
6' COMPACTED S8-2 EXISTING GRAVEL SURFACE
�./.'♦,t : e �4 ..P.. • 1at 1r• 0� .8td.e4Et6am....+ Iieo+4. Xr�
�.Llr ' _ llli
•
I.
I. . , . . . • . . ..
yI•• •
g
T
; "
COMPACTED MATERIAL
REMOVED FROM TRENCH
/ MIN. 12
SELECTED BACK -
FILL MATERIAL WATER OR.. SEWER MAINS
PER SPECS
JM1N fi"
z
-p
PACTE0 FOR LATERAL AND
VERTICAL STABILITY OF MAIN.
OTE SETTLEMENT TAKES PLACE IT IS TO BE REFILLED WITH SB-2.
I.
c
1
TYPE II ROAD CROSSING
GRu EL ROAD AND DRIVEWAY REPLACEMENT DETAIL Sheet 3
MILHOLLAND COMPANY
Engineering & Surveying
1 205 West Center Street
Fayetteville, Arkansas 72701
Office Phone (501) 443-4724
2'-3" HOT MIX BITUMINOUS
CONCRETE LAYER TO MATCH
6x6/6-6 W.W.M.(MIN.) . EXISTING SURFACE.
SAW CUT- rSAW CUT
•
1 PRIME COAT _ ► ____
CONCRETE ►.. ,. •, ••, .
Cl
• H _l�c
4MAX. is COMPACTED SB-2 W
WATER ANO!'SEWER MAINS >
18" MIN. tVARIESj I8" MIN. I
1
1
• NOTES: I. BITUMINOUS CONCRETE REPLACEMENT MATERIAL SHALL MEET THE
1 REQUIREMENTS OF SECTION 408 OF THE STANDARD SPECIFICATIONS
FOR HIGHWAY CONSTRUCTION, ARKANSAS STATE HIGHWAY COMMISSION,
• EDITION OF 1878•
2. CONCRETE SHALL HIVE A MINIMUM 28 DAY COMPRESSIVE STRENGTH
OF 4200 P3.1•
TYPE fl ROAD CROSSING
1
BITUMINOUS CONCRETE ROAD REPLACEMENT DETAIL Sheet 4
'I
8 MILHOLLAND COMPANY
Engineering & Surveying
205 West Center Street
I.
Fayetteville, Arkansas 72701
Office Phone (501) 443-4724
WORD "WATER" ON COVER
2' a 2' s • CONC. COLLAR ;ADJUST COVER TO GRADE
III1 it :• .2';In"'
IN
TAMP BACKFILL
Securely attdch Tracer Wire
to Bolts and. Nuts. EXTENSION and Valve Box to be set plumb
VALVE BOX AS SPECIFIED
VALVE BOX TO BE /
SUPPORTED BY
COMPACTED FILL /J
DATE VALVE AS SPECIFIED
8 TRACER WIRE
{ o ] f ( e } WATER MAIN
{ m ] ( • h
toil l H u 1 nu
UNDISTURBED SOIL Compacted Backfill
1
NOTE' RADIAL COMPRESSION JOINT ENDS USED FOR
PVC PIPE ARE NOT SHOWN.
Ii
.0
II GATE VALVE DETAIL Sheet 7
MILHOLLAND COMPANY
Engineering & Surveying
205 West Center Street
Fayenevi4e, Arkansas 72701
Office Plane (501) 443-4724
JNOIST
A
B.
C
ORIGINAL
NY°NINfIl t)S
BLOCKING FOR BENDS }
°r
THRUST -
°Q if e
CONCRETE
BLOCKING
.,r
UNDISTURBED EARTH
CK1NG
SEE NOTE `C`
BLOCKING FOR BENDS
BEND
ORIGINAL
GROUND LEVEL
r EDSE OF TRENCH
PLUS CONCRETE BLOCKING BL
THUS
�• dam. ° " CONCRETE BLOCKING
BEND
i.•' r
CROSS EDGE OF TRENCH
SEE NOTE ` 0
BLOCKING FOR CROSSES
NOTE:
ALL PIPE FITTINGS 411 AND LARGER
SHALL BE;
D.I. Mechanical Joint rated 350
p.s.i. working pressure for Main:
pressures greater than 200p.s.i.
D.I. or C.I. Mechanical Joint
Class 250 for Main Pressures less
than 200 p.s.i.
THRUST BLOCKING shall be adequate
to withstand the sum of the Static
Main Pressure with Storage Tanks
full plus 200 p.s.i. Water Hammer
multiplied by 2.5. Undisturbed
Soil Backing shall be assumed
adequate to 200 p.s.f. pressure.
1 -
BLOCKING FOR BENDS
CONCRETE BLOCKING
TEE
£DOE OF TRENCH
BLOCKING FOR TEES
THRUST BLOCKING
FOR
PIPE FITTINGS
Sheet //
LJ
1
I
1
1
I
EI
PIPE
FITTING -
I
I
THRUST
BLOCK
SCHEDULE
PIPE SIZE
FITTING
A
B
CU. FT.
4"
TEE
2'-0"
I'-6"
2.5
OR
90°
2L9"
1' - 6"
4.7
SMALLER
450
2' 0"
I'-0
I.?
TEE
3''O"
2'-0"
7.5
6"
90°
3'-6"
2'-6"
13.3
45°
2'-0"
2'-0"
3.4
TEE
3'-6"
2'-6"
12.7
8"
900
4' 0"
3' 0"
20.0
45°
3'-0"
2'-0"
7.5
TEE
3'-6"
31-6"
26.7
10"
90°
4'-6"
4'-O"
50.4
450
3'_0"
3'-0" .
20.0
NOTES.
I. CLASS B CONCRETE - 2,000 PSI, 28 DAYS.
2. SCHEDULE BASED ON THRUST RESISTANCE OF SOIL OF 1000 LBS. PER
SQ. FT. AND 100 PSI LINE PRESSURE.
3, FOR LINE PRESSURES GREATER THAN 100 PSI AND/OR SOIL RESISTANCE
LESS THAN 1000 LBS. PER SO. FT. I THE SCHEDULE SHALL BE
ADJUSTED IN THE FIELD.
4. DEAD END BLOCKING IS THE SAME AS FOR TEE.
DO NOT ENCASE
JOINT
•
45°. MAX..•
•
IC
• .;
PLAN
FINISHED GRADE
•
•
SECTION
CONCRETE THRUST BLOCK DETAIL
MILHOLLAND COMPANY
Engineering & Surveying
I. 205 West Center Street
Office Phone (501) 443-4724 Fayetteville, Arkansas 72701
Sheet //-A
I
I
I
I
I
I
I
I
PI
-e
—3
-5
- 6 p
7
.-.
9
_JOv
p
15Z
'I W
�2om • 25H
-304
•-40W
J
-500)
-60Z
-104
-90
THRUST AT PIPE BENDS
P=2z62.5HASinIA
USE TEST PRESSURE. USE INSIDE BELL DIAMETER
WHEN APPROPRIATE. USE BOTH ""A"SCALES TO
SET POINT ON SUPPORT LINE. READ 8""SCALES -1p00,000
WITH STRAIGHT LINE THROUGH SET POINT.
D� =
I& soo,000
P L4
72®66
60
54-
4e-
42-
p24-
z
-20-
16-
Is - I-
14 -
WIY- O
1. -to- 0.
W O.
4
6 rn
p -
=3
® .Y
500 }21 0 -
r} / 400 -100,000
l70 _-
/ -160
1- -150 IA -
W x-140 p -
U0300 = 130
1120 C
1110 Q.3
.i - -
100
Z200-90 v_
W _Bpi Fc
m y rn-
I- 10,000
4 0:
p 1-
4 -60 f. _
W W L 5.000
-5O. I 1.4
100 =4(15
'+-400* at
0) s0- W
W 00135 W
O:
O. -
70-%-30
—1,000
900
60— 800
• —25 —700
—600
50— —500
Sheet //-S
URNS & MCDONNELL ENGINEERING COC*NY /DI D•1.G
W
F
-Ma
H
{i.
UI
H
�
O
ad
us
En
O -
c
•Q
Z
D
low
O1
Q
W
Q
W
m
I —
I-'
NMl
S
L
o
0S•
o
a
cc
C
—
O
e
•
a
C
IOO
0
w
o
c•
o
v
•
4
OI—
C
•
wla..
a
v
c
o
•
e
o:
•—
w
w
—
O
o
a.1►
C
:•s'
I
•
.•1
C
C
1
0
0
a
Y1
•
O
a
R
N
R
N
S
a
-
•
S.
x
i•
L
—
•
u
C
•
S.
CM
C
•
—
N.
•w
a
—
•
+I
I �
N
N
•
v
e
0
AS.
e
C
r
•a
I-
L
C
C
C
•
F
o-
o
0
i
m
w
o
o
N
N
i
N
a
r
m
�p
m
n
10
•
I.
to
n
0
d
o
o.
0
02
0
0
o
o
n
N
0
0
0
of
Ca
Cl
Cl
tO
10
10
5
02
0
0
0
0
0
0
0
0o
O,
O
O
..
..
O
O
o
d
tp
(p
ID
Oo
0
0
am.
a
0
w
w
W
0.
0
00
0
no
01
i
n
• 0
w
a
O
a
O
O
•
N
+
a
w
@
d
i
w
.Oi
w
0
0
8
O
o
$o
l0•
100
N
an
10
..
N
•
!�
•.
.a1
.di
.N.
.Oi
.•.
.d.
..
0
0$$$
0
0
0
•
•
0
O
10
•
n
O
O
0-4
01
0
O
r
N
-
O
O
0
0
0
0
0
0
0
00
0
0
p
0
0
00
O
n
O
d
O
O
•
a
10
a
O
O
N
O
O
10
C
•
o
0
0
g
N
o
0
0
00
0
(0J
100
.0r
100
to
•
O
t
a
a
•
d
0
n
•
•
to
to
to
10
d
$
N
Cl
o
m
00
P.
• • • • A • '
0
83
01
p
n
10
0
02
w
0
0
O
0
0
'4•O
N
•
10
.1
0
Pa
03
Cl
d
Cl
d
0
00
0
$
0
$
$
0o
a
•IO
•
Cl
N
a
O
•
ClIo
0
a
o
Io
so
d
Cl
w
..
w
.w
ti
0
$
8
10
Cl
•gg
• .:
a
i
19
Cl
-
O
O
N-
.4
w
w
..
..
...
S
$
o
S
n
o
.i
S
-
E
.i
Cf
O
O
N
N
O
nCl
O
o
•i
0
r
.4
0
O
.
.
.
O
•
d
.•I
.•1
O
.1
.1
-
..I
.1
w
O
O
C
W
p6
•
b
O
. la 41
r
`=
pj
•
O
0
0
0
0
0
C
0.
0`
Ll
S
O
O
O
O
n
I
BORNE 0 YCDONNELL
ENGINEERING
COY►AMY
$
$+
h
Di
o
o
N
•o•
0
110
0
o
d
Pa
C
n
o
n
a
r
n
.
o
IC
o
$$
8
w
S
8
to
10
ID
03
0
0a:.4
00
a
a
a
a
d
o
o••
0
0
00
00
0
00
0
0o
S
0
O
d
..
O
Cl
O
O
a
.
A
.
.
.
A
IC
Cl
..
n
S
soo
Cl
.0
1
.i
00
po
to
v
10
100
aoi
40
h
O
O
a
O
O
O
p
00
n
w
a
O
O
O
10
Cl
'4
.q
.V
0
0
p
0
p
0
0
0
0
0
0
Pa
E
0
0
4,
a
a
a
.
A
.
4Q
_
Cl
0
o
n
o
r
0•i
•°.
$O
1010
0
u
o
4
0
0
i
C
.:
. :
0
.:
n
I o
0
O
O
10
•
n
n
..
w
0
a
0
0
0
0
0
0
0
o
0
S
Cl
N
d
•
.d
N
•
O
to
0
d
O
.a
O
ID
f
10
n
n
W
d
".1
w
0
0
0
$
0,0
0o
0
$.
0
0
0
0
'.0
N
•
N
O
M
d
O
•
.�
O
•
O
'!.
•
S
d
d
Cl
.1
.1
0
0
0
O
0
00
00
0
0
00p
0
0
0
0
4
a
0
•.
ti
a
y
x1
N
W
.a•I
wNl
N
$
0
8
'a
a.
o
o
01
4
d.
a
.1.
n
o
•�
e•
• :
.
11)
0
i
0
0
10
.4
of
d
.•1
.1
M
.•1
o
8
S
'
o
0
o
01
10
4
0
00
10
E.
•
CO
d
.•
i
i1
0
8
0
Cl
01.
Cl
02
eR
1d0
ti
F.
C
•.
d
•
O
a
O
•
O
A.
O
A
10
•
10
•
ai
•
•'I
.1
..
0
8
m
o
!t!.
A
o
-
oo
.r
-q
pN
0
O
q
C.
o
q
1 D
O
O
a
O
10
•
•
10
OE
M
.•I
•
O
O
O
d
10
-O
q
0
O
•
O
O
!
N
a
...I
S
a
O
100
O
(0.10
.1
.1
O
O
O
O
O
'0
O
O
0
O
o
10
.
10
N
H
10
O
O
O
O
O
O
O
O
o
o
03
pp
N
O
r10
b
W
N
.01
Sheet //-C
i011Y D•I•E
Undisturbed Undisturbed
Soil \ / Soi/
18 Min. t 18 Min.
o E -►
rna�n\rti>\r4 - - - .\�v)'a
li-
Trench X Class B Concrete
Ij Base
II
I -PLAN'VIEW
i
U
i H
I. 18" Min. Trench ` �18"Min•
X Bose
jT !�: 4444 • •.
..'. 44;4••4 -.:'' ..: .•.._- a•:` • :•.. .,"-'.'t`
_ Class �1B" Concrete
ELEVATION VIEW
CONCRETE
THRUSTANCHOR
Sheet /2
205 w. CENTER MIL HO L L A ND COMPANY (5oi) 443-4724
Fayetteville Engineers Surveyors Arkansas
II
I!
r
I
I
I
SANITARY SEWER DETAILS
I
I
I
i
i
He
Note:
Reinforcing Shall Be
Continuous Thru
Manhole.
COMPLY W/CLASS 'B' BEDDING I
NOTES. 33'-60" Dia. Pipe
11 11
Trench N \\ • 27'_ 48s
DIA, PIPE V
Bose i�l 24" 42"
No.6 Bars jig �j 21" 36"
60,54,48 6 Centers 1 / `\rl 18- 3011
No.5 Bars
12 18'
42 36 6'Centers „ „
No.6 Bars v D 11 - 8, 10, 12, 15,
30" I1 0'Centers
8, 12;15, No.5 Bars ���'•: °'� z Irv- r-'
I8; 24, 10"Centers����•
4 No. 5 Bars Longitudinal -A \15'5P0,'
15560,'
NOTES: " " 12ar- 36p42,48
Class B Concrete 8r'-30
NO 1 6 3 OF " " " " " "
SHEET NO. 16 CLASS 'A" BEDDING
5 - 8,10, 12, 18, 24
ALSO APPLIES
TO SEWER N.B.
CONSTRUCTION I REQUIRED PIPE
Inside Pipe "B" ( FOR ALL PIPES BEDDING FOR
Diameter (Max.) aN FILL ✓ITIIACCEPF CLAY PIPE AT
„ , „ ABLE MATERIAL 10-0" OR LESS
B 2- 4 PER SPECIFICA- DEPTH AS
REQUIRED BEDDING FOR CLAY PIPE FOLLOWS:
1O" 2'-4" AT DEPTHS OF 10'=O" OR MORE, AND/ TIONS.
3-0" PLASTIC PIPE AT ALL LENGTHS ��(Dp SB-2 BACKFILL •O HAND PLACED
IZ
AS FOLLOWS: V" UNDER ALL PAYED
FREE MAT.
15"3-6" $SURFACE AREAS. FREE FROM
1 B , 4- O" MAY. TRENCH WIDTH TO HERE — _ _ � _ TRASHASH,lDE DEBRIS
— ���!!! AND ROCKS
GREATER THAN
24' 4-6 O HAND PLACED SELECT \�} I1/2" IN ANY
n 510l FILL MATERIAL. , , [/i DIMENSION.
38 r 5t-6rr N, Trench B v
_ �� / ose 'OO "AND • 42" 61-0" N \Y/ / PLACED
O FILL MATERIAL..-..
— .� \ AND ERI L S
46 6-6' FILL MATERIAL MATERIALSAME
54 t 7'- 6'' AS IM ABOVE
6011 7-711 ®TAMPED SPECIAL BC/
BEDDING MATERIAL . �' \ 2
No The Minimum Trench Width For All SASIM izes u _� 4„ ,
Of Pipes Shall Be That Which Allows
A 6" Working Distance On Each Side FAYETTEVILLLE PUBLIC WORKS SPECS.
Of The Bell. "ALL MAINS SHALL BE BEDDED FROM 4" BELOW TO 121' ABOVE
PIPE WITH GRIT OR EQUAL OUTSIDE STREET RIGHT-OF-WAY,
AND WITH SB-2 WITHIN STREET RIGHT-OF-WAY;
TRENCH WIDTH SCHEDULE CLASS IIBII BEDDING
ALSO: TRENCHES UNDER STREET SECTION SHALL BE COMPLETELY
FILLED WITH COMPACTED SB-2 TO SUBGRADE AND HORIZONTALLY TO ONE 11)
FOOT BACK -OF -CURB".
SHEET NO. 1
205 W. CENTER
MILHOLL AND
COMPANY
(501) 443-4724
Fayetteville
Engineers
Surveyors
Arkansas
Machined Surface, Non -Rocking
Manhole Frame And Cover
Bass4 Hayes or Equal.
i'. 24
N0
fl v oa
v
C =�
e
v• C.I..Manhole ;
Steps
^�. N
O
6„ 48'� :,<. 6,o
Min '° ___ Min
—See Note • 4"
/ GROUT BASE OF MH q Min -
::� •. .. •. A:'
205 W. CENTER
Fayetteville
3000 Psi
Concrete
SECTION - TYPICAL
Note:
For Manholes In Public Right -of -Way, Cast
In Place Concrete Shot! Stop At Point
Indicated..
Note
For Manholes 4'-O" or Less In Depth, Use
24 Min - 36Max. High Cone With 8 �Max.
High 2'-00 Throat.
Note
For Pipes Entering Base, Opening Is Mode,
Pipe Is Inserted And Sealed With Non -
Shrink Grout.
Min.
POURED IN
PLACE MANHOLE
MILHOLLAND COMPANY
Engineers Surveyors
SHEET NO. 2
(501) 443.4724
Arkansas
Ali l
C
a
N
N a d
N L p
Y%i U C I a
b
p
J •EL (n
a m
LW
•o "a -
c
a
0
d
� 1
wot
m
H E
L 4 O
° t
L O
4.-
C W
N � • C N
C L I n
h c a
o w a
U)
w
z
J
Li'
W
0
f-
LU
LU
W
W
0
W
W
SHEET NO. 3
205 W. CENTER M I L HO L L A ND C O M PA N Y (501) 443.4724
Fayetteville Engineers Surveyors Arkansas