Loading...
HomeMy WebLinkAbout27-90 RESOLUTION• RESOLUTION NO. 27-90 MICROFILMED A RESOLUTION AUTHORIZING THE AWARD OF BID 1190- 1 TO FAYETTE TREE & TRENCH FOR WATER LINE REPLACEMENT ON WOOD AVENUE. BE 1:T RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract between the City of Fayetteville and Fayette Tree & Trench for water line replacement on Wood Avenue. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 20th day of Febnmry ATTEST: APPROVED: By: , 1990. Mayor 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 .1 • • . • • SPECIFICATIONS AND BID DOCUMENTS FOR THE CITY OF FAYETTEVILLE, ARKANSAS WATERLINE REPLACEMENT WOOD AVENUE Prepared By C E I ENGINEERING ASSOCIATES, INC. Consulting Engineers Bentonville Arkansas A • r • • CITY Of' FA/ETTEVILLE Bid 90-1 Separate and sealed BIDS for Wood Ave. Water Line Replacement - in and for the City of Fayetteville, Arkansas, will be received at the Purchasing Office, Room 307, City Administration Building, Fayetteville, Arkansas, until 2:00 p.m.,Wednesday,February 14, 1990, and then at said office publicly opened and read aloud. The REPLACEMENT PROJECT will include the furnishing of all the necessary materials, supplies, tools, labor, and other services required for the complete construction of the following: Approximately 936 linear feet of 16" and 2070 linear feet of 12" and 45 linear feet of 6" P.V.C. or Ductile Iron water main pipe; approximately 680 linear feet of 3/4 copper service lines together with taps, valves, hydrants, and all work for a complete installation. The CONTRACT DOCUMENTS consisting of Advertisement for Bids, Instructions to Bidders, Bid Bond, Bid, Agreement, Payment Bond, Performance Bond, General Conditions, Special Conditions, Special Instructions, Detailed Specifications, Attachments, Drawings and Addenda, may be examined in the office of the City Engineer, City Administration Building, Fayetteville, Arkansas, 72701, and the office o f CEI Engineering Associates, Inc., 110 West Central, Bentonville, Arkansas, 72712. Copies of the contract documents may be obtained from the offices of CEI Engineering Associates, Inc., upon payment of S50.00, non- refundable. All bidders must be licensed under the terms of Act 150, Arkansas Acts o f 1965. The.City of Fayetteville reserves the right to reject any or all bids and to waive any formalities in the bids. The City also reserves the right to withhold the awarding of the contracts for a period of not to e xceed sixty days after opening of bids. Dated the a 4 th day of January , 1990. Please publish on January 28th & February 4, 1990 Billing: Refer to P.O. #22593 A-1 Purchasing Officer Fayetteville, Arkansas • • • • F• TABLE OF CONTENTS PAGE ADVERTISEMENT FOR BIDS A-1 INSTRUCTIONS TO BIDDERS B-1 - B-9 BID BOND D-1 - D-2 BID E-1 - E-5 AGREEMENT F-1 - F-3 PAYMENT BOND G-1 - G-3 PERFORMANCE BOND H-1 - H-3 NOTICE OF AWARD I-1 NOTICE TO PROCEED J-1 CHANGE ORDER K-1 GENERAL CONDITIONS L-1 - L-20 SPECIAL CONDITIONS SC -1 - SC -5 SPECIAL INSTRUCTIONS SI -1 - SI -2 TECHNICAL SPECIFICATIONS - EXCAVATION, TRENCHING AND BACKFILLING FOR UTILITIES 12-1 - 12-6 OBSTRUCTIONS 13-1 - 13-2 TREE REMOVAL 16-1 TESTING 18-1 - 18-2 EXCAVATION, EMBANKMENTS, BACKFILLING, MANHOLE AND INLET CONSTRUCTION AND MISCELLANEOUS SEWER AND WATER LINES 21-1 - 21-9 PIPE, FITTINGS, VALVES, FIRE HYDRANTS AND OTHER MATERIALS AND EQUIPMENT AND THE INSTALLATION THEREOF 22-1 - 22-7 METHOD OF MEASUREMENT AND BASIS OF PAYMENT MP -1 ATTACHMENT NO. 1 - CITY OF FAYETTEVILLE, ARKANSAS DETAILED SPECIFICATIONS ADVERTISEMENT FOR BIDS FAY • • • INSTRUCTION TO BIDDERS 1. EXAMINATION OF SITE AND DOCUMENTS. Bidders are advised that the plans, profiles, specifications and estimates of the Engineer on file in the o ffice of CEI Engineering Associates, Inc., shall constitute all of the information which the Owner shall furnish. No other information given, or sounding made by the Owner or any official thereof, prior to the execution o f said contract, shall ever become a part of, or change the contract, plans, profiles, specifications and estimates, or be binding on the Owner. P rior to submitting any bid, bidders are required to read carefully the specifications, contract and bonds, to examine carefully all plans, profiles, and estimates, to visit the site of the work to examine carefully local conditions, to inform themselves by their independent research and sounding of the difficulties to be encountered, and all attending circumstances affecting the cost of doing the work, and the time specified for its completion; and to obtain all information required to make an intelligent bid. B idders shall rely exclusively upon their surveys, estimates, investigations, surroundings and other things which are necessary for full and complete information upon which the bid may be made and for which a contract is to be awarded. The Proposal, providing for unit and lump sum prices bid by the Contractor, contains a statement that all bids are made with the full knowledge of the difficulties and conditions that may be encountered, the kind, quality and quantity of the plans, work to be done, excavation, and materials required and with full knowledge of the plans, profiles, specifications and estimates and all provisions of the contract and bonds. The submissions of a bid shall constitute the acceptance of these provisions. 2. APPROXIMATE ESTIMATE OF QUANTITIES. The Engineer's estimate of quantities, approved by the Owner and on file in the offices of CEI Engineering Associates, Inc., is approximate only, and shall be the basis for receiving unit price bids for each item, but shall not be considered by the bidders as the actual quantities that may be required for the completion of the proposed work. Such quantities, however, at the unit and lump sum prices bid for each item, shall determine the amount of each bid for comparison of bids and aid in determining the lowest and best bidder for the purpose of awarding the contract, and will be used as basis for fixing the amount of the required bonds. 3. BIDS AND BIDDING FORMS. Bids must be made out in ink on bidding forms included as part of these specifications. Bids shall be sealed and addressed City of Fayetteville, Arkansas, and the title of the project, the name of the contractor submitting the bid and the time and date for receipt of bids written on the envelope. B-1 • • • • • • • • B ids are due at the Purchasing Office, Room 307, Administration Building, 113 West Mountain, Fayetteville, Arkansas, 72701, no later than 2:00 P.M., on Wednesday, February 14, 1990 No bidder shall divulge the information in the sealed bid to any person whomsoever, except those having a partnership or other financial interest with him in the bid, until after the sealed bids have been opened. B ids which are incomplete, unbalanced, conditional, or obscure, or which contain additions not called for, erasures, alterations or irregularities of any kind, or which do not comply with the Instruction to Bidders may be rejected as informal at the option o f the Owner. However, the Owner reserves the right to waive technicalities as to changes, alterations or revisions and to make the award in the best interest of the Owner. 4. UNIT PRICES AND FILLING IN BIDDING FORMS. Bidders must state a unit price for each item or work named in the Engineer's estimate o f quantities of work to be done. Unit prices shall include amounts sufficient for the furnishing of all labor, materials, tools, equipment and apparatus of every description, to construct, e rect, and finish completely all of the work as called for in the specifications or shown in the plans. Unit prices bid and totals shown in the Proposal shall not include any of the costs of engineering, advertising, appraising, or printing. The price bid for each item must be stated in figures and in words in the appropriate blank spaces provided on the bidding forms. The figures must be clear and distinctly legible so that no question can arise as to their intent and meaning. In case of a difference in the written words and figures in a Proposal, the amount state in written words shall govern. 5. . PRICES BID TO BEAR RELATIONSHIP TO COST OF WORK. Prices bid on the various items in the Proposal shall bear a fair relationship to the cost of the work to be done. Bids which appear unbalanced and deemed not to be in the best interest of the Owner may be rejected at the discretion of the Owner. 6. SIGNATURE ON BIDS. If the bid is made by an individual, his firm name must be given, and the Proposal signed by him or his duly authorized agent. If the bid is made by a partnership, the firm name and the names of each member must be given, and the bid signed by a member of the partnership, or a person duly authorized. If the bid is made by a company or corporation, the company or corporate name must be given, and the bid signed by an officer or agent duly authorized. Powers of attorney, properly certified, for agents and others to sign bids must be in writing and filed with the Owner. B-2 • • • • 7. COMPLIANCE WITH STATE LICENSING LAW. Contractors must be licensed in accordance with the requirements of Act 150, Arkansas Acts of 1965, the "Arkansas State Licensing Law for Contractors". Bidders who submit proposals in excess of $20,000 must submit evidence of their having a contractor's license before their bids will be considered, and shall note their license number on the outside of their Proposal. 8. QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS. Each bidder, 1f requested to do so by either the Owner or the Engineer, shall furnish satisfactory evidence of his competency to perform the work contemplated. The Owner reserves the right to reject a bid if the bidder has not submitted, upon request, a statement of his qualifications prior to the date of the opening of bids. 9. DISQUALIFICATIONS OF BIDDERS. Any one or more of the following may be considered as sufficient for the disqualification of bidders and the rejection of bids: More than one Proposal for the same work from an individual, firm, partnerships, or corporation under the same or different names. Evidence of collusion among bidders. Participants in such collusion may receive no recognition as bidders for any future work. Unbalanced Proposals in which the prices for some items are out of proportion to the prices for other items, or changes written in, or amendments by letter. Failure to submit a unit price for each item of work for which a bid price is required by the Proposal, or failure to include all required contract documents. Lack of competency as revealed by the financial statement, experience, plant and equipment statements submitted. Lack of responsibility as shown by past work judged from the standpoint of workmanship and progress. • A bid by an unlicensed contractor bidding under a licensed contractor's name. Uncompleted work which, in the judgement of the Owner, might hinder or prevent the prompt completion of additional work if awarded. Being in arrears on existing contracts, in litigation with the Owner, or having defaulted on a previous contract. B-3 • • • • 10. CONSIDERATION OF PROPOSALS. After the Proposals are opened and read, the quantities will be extended and totaled in accordance with the bid prices of the accepted Proposals. Until the final award of the contract, the Owner reserves the right to reject any and all Proposals, to waive technicalities, and to advertise for new Proposals, or proceed to do the work otherwise when the best interests of the Owner will be promoted thereby. 11. RIGHT TO REJECT BIDS. The Owner reserves the right to reject any and all bids. All bids are subject to this reservation, and the Owner reserves to itself the right to decide which shall be deemed the lowest responsive and responsible bid. Due consideration will be given to the reputation, financial ability, experience and equipment of the bidder. 12. AWARDING OF CONTRACT. The Owner reserves the right to withhold the awarding of a contract a reasonable period of time from the date of opening bids, said length of time not to exceed thirty (30) days except with the consent of the bidder. The awarding of a contract upon a successful bid shall give the bidder no right to action or claim against the Owner upon the contract until the contract is reduced to writing and signed by the contracting parties. The letting of a contract shall not be complete until the contract is executed and the necessary bonds approved. 13. SUBCONTRACTOR. The Contractor shall not assign or sublet all or any part of this contract without the prior written approval of the Owner nor shall the Contractor allow such subcontractor to commence work until he has provided and obtained approval of such compensation and public liability insurance as may be required. The approval of each subcontract by the Owner will in no manner release the Contractor from any of his obligations as set out in the plans, specifications, contract and bonds. 14. MATERIALS GUARANTY. Before any contract is 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 tests provided for in these specifications to determine their quality and fitness for the work. 15. FAMILIARITY WITH LAWS. The bidder is presumed to be familiar with all federal, state and city laws, ordinances and regulations which in any manner affect those engaged or employed in the work, or the materials or equipment used, or in any way affecting the work, and shall in all respects comply with said laws, ordinances and regulations. No claim of misunderstanding or ignorance on the part of the Contractor will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. B-4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • 0 • • 4 . • 16. LABOR LAWS. The Contractor shall abide by all federal, state and local laws governing labor. The Contractor further agrees to save the Owner harmless from the payment of any contribution under the State Unemployment Compensation Act, and the Contractor agrees that if he is subject to the Arkansas State Unemployment Act, he will make whatever contributions are required under and by virtue of the provisions of said Act. 17. WAGES AND LABOR. Hinimum wage rates shall be equal to basic rates as established by common usage in the city and adjacent community for the various types of labor and skills performed. In case wage rates are specified in the contract documents, the rates as specified shall be the minimum rates which apply to the project. Whenever available, local common labor shall be used and whenever practical, skilled and semi -skilled labor, if available, shall be used. The Contractor and each subcontractor, where the contract amount exceeds $75,000.00 shall comply with the provisions of Act 74, as amended by Act 275 of 1969 (Arkansas Statute 14-630). The provisions are summarized below. The Contractor and subcontractor shall: (1) pay the minimum prevailing wage rates for each craft or type of workman and the prevailing wage rate for holiday and overtime work, as determined by the Arkansas Department of Labor. (2) post the scale of wages in a prominent and easily accessible place at the site of the work. (3) keep an accurate record showing the name and occupation and hours worked of all workmen employed by them, and the actual wages paid to each of the workmen, which record shall be open at all reasonable hours to the inspection of the Department of Labor or the Owner, its officers and agents. The Owner shall have the right to withhold from amounts due the Contractor so much of accrued payments as may be considered necessary to pay the workmen employed by the Contractor or any subcontractor, the difference between the rates of wages required by this contract and the rates of wages received by such workmen. If it is found that any workmen employed by the Contractor or a subcontractor has been or is being paid a rate of wages less than the rate of wages required by this contract, the Owner may be written notice to the Contractor, terminate his right to proceed with the work or such part of the work and to prosecute the work to completion by contract or otherwise, and the Contractor and his sureties shall be liable for any excess costs occasioned thereby. B-5 • • • 1 • • • 18. WITHHOLDING STATE INCOME TAXES. The Contractor shall deduct and withhold Arkansas income taxes, as required by Arkansas law, from wages paid to employees, whether such employees are residents or non-residents of Arkansas. 19. ANTI -KICKBACK PROVISION (WHERE APPLICABLE). When provided for in the specifications, the Contractor shall comply with the regulations of the S ecretary of Labor made pursuant to the Anti -Kickback Act of June 13, 1934, 40 U.S.C. 276 (c), and any amendments or modifications made thereto and shall see that such provisions are included in all subcontracts. A copy of such provisions is included hereinafter in these specifications. 20. COMPLIANCE WITH ACT 125, ARKANSAS ACTS OF 1965. The attention of all bidders is called to the provisions of Act 125, Arkansas Acts of 1965. This act provides for payment for certain taxes on materials and equipment brought into the state. It further provides for methods of collecting said taxes. All provisions of this act will be complied with under this contract. 21. INSURANCE. During the life of this contract, the successful bidder shall carry insurance as hereinafter set out. Also, he shall require all o f his subcontractors to carry insurance 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 Arkansas. Licensed companies are listed in the State Insurance Department's Annual Report of the Insurance Commissioner. In Arkansas, the prevailing law requires that insurance on public works contracts be issued by and through a duly licensed agent resident in the S tate of Arkansas. The mere countersigning by a resident agent is not acceptable. Insurance is to be approved by the Owner. If any insurance contracted for becomes unsatisfactory or unacceptable to the Owner after the acceptance and approval thereof, the Contractor shall promptly, upon being notified to the effect, execute and furnish acceptable insurance in the amounts herein specified. Upon presentation of acceptable insurance, the unsatisfactory insurance may be canceled at the discretion of the Contractor. The Contractor shall have his resident insurance agent submit to the Owner, through the Engineer, a schedule of insurance policies proposed to be furnished, which shall be approved before certificates of insurance and/or policies are issued. Once the Owner has concurred in the proposal of insurance coverages, the Contractor shall then furnish to the Engineer, in the name of the Owner, certificates of insurance for the followings B-6 • • • • • • A. Workmen's Compensation. Workmen's compensation, as required by the laws of the state in which the work is to be done, shall be furnished. In case any hazardous occupations are required for the execution of the work which are not covered by the above insurance, special employer's liability policies shall be obtained to cover workmen engaged in such hazardous occupations. B . Contractor's Public Liability Insurance and Property Damage Insurance. This insurance shall provide bodily injury of $200,000.00 for each person and $500,000.00 for each accident; and property damage of $200,000.00 for each accident. This insurance shall be endorsed to cover explosion collapse and underground hazards, and blasting. C. Motor Vehicle Public Liability and Propertv Damage Insurance. This policy shall provide bodily injury of $200,000.00 for each person and 500,000.00 for each accident; and property damage of $200,000.00 for each accident. D . Owner's and Engineer's Contingent Protective Liability Insurance. The Contractor shall indemnify and save harmless the demands, payments, suits, actions, recoveries and judgments of every nature and description brought or recovered against them by reason of any omission or act of the Contractor, his agent or employees in the execution of the work of in the guarding of it. The Contractor shall obtain in the name of the Owner and Engineer (either as co-insured or by endorsement), and shall maintain and pay the premiums for such insurance in an amount not less than $200,000.00 property damage and $500,000.00 bodily injury limits, and with such provisions as will protect the Owner and Engineer from contingent liability under this contract. • E . Builder's Risk Insurance. The Contractor shall procure and maintain during the life of the contract builder's risk insurance (fire, lightning, extended coverage, vandalism and malicious mischief) on the insurable portion on a 100 percent completed value basis, against damage to the equipment, structure or material. The Contractor, his subcontractors, and the Owner (as their interest may appear shall be named as the insured). F. All -Risk Floater Insurance. Until the project is completed and is accepted by the Owner, the Contractor is required to maintain an all- risk installation floater policy. B-7 • • • • • • • • 4 . • The Contractor shall submit to the Owner written evidence of insurance upon the entire work at the site to the full insurable value thereof including the interest of the Owner, the Contractor, the subcontractors, and any others with an insurable interest. The policy shall insure against all risk of physical damage except as modified by the contract documents and subject to the normal all-risk exclusions. The policy by its own terms or by endorsement shall specifically permit partial or beneficial occupancy prior to completion or acceptance of entire work. G. Other Insurance. The Contractor is to protect the Owner against all loss during the course of the contract. If, due to the nature of the project, insurance coverage other than that specified above is needed by the Contractor to protect the Owner against all losses, the Contractor is responsible for determining the type of insurance needed and purchasing same. Each insurance certificate and/or policy shall contain a clause providing that it shall not be canceled by the insurance company without fifteen (15) days written notice to the Owner of intention of cancel. It shall be the responsibility of the Contractor to maintain insurance as set out above. and to furnish current certificates and/or policies. 22. PERFORMANCE. BOND AND PAYHENT BOND. The Contractor shall furnish both a surety performance bond and a payment bond, each equal to one hundred percent (100%) of the contract price. The performance bond and the payment bond shall be two totally separate bonds and shall bear two different bond numbers. The Contractor is to pay all expense in connection with the obtaining of said bonds. The bonds shall be conditioned that the Contractor shall faithfully perform the contract, and shall pay all indebtedness for labor and materials furnished or performed in the construction of such alterations and additions as prescribed in this contract. The surety company issuing the bonds must be a solvent company on the "Surety Companies Annual List" issued by the U.S. Department of the Treasury, and the bonds are not to be issued in an amount greater than the underwriting limitations for the surety company as set out therein. Resident Agent Required. In Arkansas, prevailing law requires that performance and payment bonds on public works contracts shall be executed by a resident local agent who is licensed by the Insurance Commissioner to represent the surety company executing said bonds, and filing with such bonds his Power of Attorney as his authority. The mere countersigning of the bonds will not be sufficient. B-8 • • The date of the bonds. and of the Power of Attorney, must not be Prior to the date of the contract. At least six copies of the bonds shall be furnished, each with Power of Attorney attached. Bonds are to be approved by the Owner. If any bonds contracted for become unsatisfactory or unacceptable to the Owner after the acceptance and approval thereof, the Contractor, upon being notified to that effect, shall promptly execute and furnish acceptable bonds in the amounts herein specified. Upon presentation of acceptable bonds,. the unsatisfactory bonds may be canceled at the discretion of the Contractor. • B-9 • • • • 4 • 4 • • BID BOND KNOW ALL PERSONS BY THESE PRESENT, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto as OWNER in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of , 19 • The Condition of the above obligation is such that whereas the Principal has submitted to a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for the NOW, THEREFORE, (a) If said BID shall be rejected, or (b) If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attachment hereto (property completed in accordance with said BID) and shall furnish a BOND for faithful performance of said contract, and for the payment of all performing labor furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of such BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any an all claims hereunder shall, in no event, exceed the penal amount of this obligation as so as herein stated. D-1 • • • • The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall in no way be impaired or affected by any extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (L.S.) Principal Surety By: IMPORTANT - Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project 1s located. D-2 • • • • • • • BID • WATERLINE REPLACEMENT WOOD AVENUE FOR THE CITY OF FAYETTEVILLE, ARKANSAS Proposal ofci e't.of�ce.4 oL�e7�r.�;, Snc, (hereinafter l called "Bidder"), a corp�,oration, organized and existing under the laws of the State of (4.4[;,,a44- , a partnership, or an individual doing business as To the City of Fayetteville, Arkansas, (hereinafter called the "Owner"). Gentlemen. The Bidder, in compliance with your invitation for bids on the replacement of water mains and appurtenances along Wood Avenue in and for the City of Fayetteville, Arkansas, having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before a date to be agreed upon by the Contractor and the Owner and to fully complete the project within 60 consecutive calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as punitive damages, the sum of $ 300.00 for each consecutive calendar day thereafter. Bidder acknowledges receipt of the following addendum. Addendum (11 (2/12/90) EINI /. Revised 2/12/90 E-1 • • • • • • • • • • • Bidder agrees to supply all necessary materials, supplies, tools, and equipment and provide all labor, supervision, and other services required for the complete construction of the project as described in the specifications and shown on the plans for the following unit prices. The costs of miscellaneous material items not listed below that are required for a complete job shall be included in the unit prices below and shall not be a cause for an extra. Item Estimated Unit, Description of Item Total No. Quantity and Unit Price Bid Amount 1. 936 LF 16" AWWA P.V.C. C905 DR 18 P.V.0 WATER MAIN WITH 14 GA. TRACER WIRE COMPLETE IN PLACE alk" 4 -'"-.700 dollars ($gBMP )L.F.Sl_bfi70l08 OR Alternate Bid 936 LF 16" AWWA C151 CL 51 D.I. WATER MAIN WITH 8 HIL POLYWRAP COMPLETE IN PLACE �u.•. Hca • dollars (80)1D0 )L F.S i// Cz 2. 2070 LF 12' AWWA P.V.C. C900 DR 14 P.V.C. WATER MAIN WITH 14 GA. TRACER WIRE COMPLETE IN PLACE �/. c� 07ot�T".Gy-(snt• .l- ioe dollars ($ght )L.F.S�i*f-,g/5.6D 0 OR 12" ANNA C151 CL 51 D.I. WATER HAIN WITH 8 MIL POLYWRAP COMPLETE IN PLACE ^-�-,9n dollars (Sl/•9/0 Alternate Bid 2070 LF )L.F.$iliac 33S•1•OD 3. 2. 45 LF 6" AWWA C900 DR 14 P.V.C. WATERMAIN WITH 14 GA. TRACER WIRE COMPLETE IN PLACE. na 4 Alternate Bid 45 LF dollars ($/'lig- )L.F go3•� OR 6" AWWA C151 CL 51 D.I. WATER MAIN WITH 8 MIL POLYWRAP COMPLETE IN PLACE c J jDicr, dollars ($/9•170 )L.F. c`/d 5e Revised 2/12/90 E-2 • • • • 1 • • • • • Item No. 4. Estimated Quantity 2.70 TON Unit, Description of Item Total and Unit Price Bid Amount CAST IRON MECHANICAL JOINT CLASS 250 FITTINGS WITH CONCRETE REACTION BACKING AND 8 HIL POLYWRAP COMPLETE IN PLACE dollars ($',i-CC,00 )Ton49$iv40,OD 5. 1 EACH FIRE HYDRANT ASSEMBLY INCLUDING GUARD VALVE, REACTION BACKING AND 8 MIL POLYWRAP COMPLETE IN PLACE 046.,44-SL/4&77.4 dollars ($ /13`15 C C )EA S//325,CC 6. A. B. MECHANICAL JOINT TAPPING ASSEMBLY (HJTA) FOR DUCTILE IRON PIPE, INSTALLED WITH TAPPING SLEEVE, VALVE, AND BLOCKING, ALL WITH 8 HIL POLYWRAP COMPLETE IN PLACE 2 EACH 16' X 16" MJTA kaYref re" ., as dollars ($,r/:Oo,po )EA $/1016➢OC 1 EACH 12" S 12" HJTA WITH ADJUSTABLE VALVE BOX )EA $y,OSC,CC rj/t &414 t.ea::c� �'�� d,cJ dollars ($�) Pc -CI CO C. 1 EACH ac,caaStet 4liardollars ($h'4freCO _)EA $fC'/-C-BC 6" X 6" HJTA WITH ADJUSTABLE VALVE BOX 7. 34 EACH 3/4" WATER SERVICE, INSTALLED WITH TAPPING SADDLE, CORP. STOP, LINE TAP AND FITTINGS REQUIRED TO RE -CONNECT SERVICE, COMPLETE IN PLACE ddollars (S/h,OD )LS $ , /SC,CC 8. 680 LF 3/4" TYPE K COPPER SERVICE LINE COMPLETE IN PLACE dollars ($b,)LF SaO() Revised 2/12/90 E-3 • or • • • • Item Estimated Unit, Description of Item Total No. Quantity and Unit Price Bid Amount 9. 3036 TONS AHTD CLASS 7 (SB -2) CRUSHED STONE TRENCH BACKFILL, COMPACTED, COMPLETE IN PLACE 7 7k.- r Mc dollars (Se);cc )EA W113Uy-,CC 10. 1246 S.Y. HMAC STREET REPAIR - 4" THICK AHTD TYPE 3 SURFACE COURSE COMPLETE IN PLACE �o.,E/ dollars (S0100 )EA Sg4-,9An,00 11. 2 EA 16" MECHANICAL JOINT BUTTERFLY VALVE, AWWA C504-87 CLASS 15OB - DRESSER AWWA 450 OR APPROVED EQUIVALENT WITH ADJUSTABLE VALVE BOX ;c-074.044.daruk 4 �iCC dollars (S2,4nn,00 )EA SyvcGc-CC 12. 1 EA 12" MECHANICAL JOINT GATE VALVE MEULLER RESILIENT SEAT OR APPROVED EQUAL f 161 6? --1,c AttJf�cbG ,nc�r -griollara ($/,15c,00 )EA $/j/Scar' 13. 400 LF 2" SCHEDULE 40 PVC ENCASEMENT PIPE FOR ROAD SERVICE CROSSINGS BORED AND JACKED COMPLETE IN PLACE 44 4 dollars ($G,Sc a,K )EA $ 1ilocr,OD 14. 10 CY ROCK EXCAVATION dollars (Syt•D0 )CY $44Op1C0 15. 100 LF 4" SDR 35 OR CAST IRON SOIL PIPE SANITARY SEWER SERVICE LINE REPLACEMENT -53/41) dollars ($//,50 )LF S/i/Snc0 Revised 2/12/90 E-4 • • • • Ga / (S�41)S80 33 ) (In Figures) TOTAL BID $T t-er c Q e. f . r y� �[-+ Ka<.,:c-.�� �� a„�-4:4„e, (Amount Written In Words) • The Bidder shall state the price bid in words and figures (written in ink or typed) for each pay item, and the total bid. In case of conflict between words and figures, the words, unless obviously incorrect, shall govern. Bidder understands that the Owner reserves the right to award the total project, or to reject any or all bids and to waive any formalities in the bidding. Bidder agrees that this Proposal shall be good and may not be withdrawn for a period of 30 calendar days after the scheduled closing time for receiving bids. Revised 2/12/90 E-5 Respectfully submitted, Film Name 4tif. 4Ill Address City C,l rata- 9-76?-Gi/7 1 State 51- 8q1 Arkansas State License Number Proposal of called "Bidder"), the State of doing business as a corpo , BID WATERLINE REPLACEMENT WOOD AVENUE FOR THE CITY OF FAYETTEVILLE, ARKANSAS organized and� �exists a aart rst iereinafter under the laws of or an individual To the City of Fayetteville, *kansas, (hereinafte4f called the "Owner"): Gentlemen: The Bidder, in compliance with your invitation for bids on the replacement of water mains and appurtenances along Wood Avenue in and for the City of Fayetteville, Arkansas, having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before a date to be agreed upon by the Contractor and the Owner and to fully complete the project within 60 consecutive calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as punitive damages,, the sum of S 300.00 for each consecutive calendar day thereafter. Bidder acknowledges receipt of the following addendum: E-1 Bidder agrees to supply all necessary materials, supplies, tools, and equipment and provide all labor, supervision, and other services required for the complete construction of the project as described in the specifications and shown on the plans for the following unit prices. The costs of miscellaneous material items not listed below that are required for a complete job shall be included in the unit prices below and shall not be a cause for an extra. Item Estimated Unit, Description of Item Total No. Quantity and Unit Pr ce Bid Amount 1. 936 LF 16" AWWA P.V.C. C905 DR 18 P.V.C WATER MAIN WIT 14 GA. TRACER WIRE COMPLETE IN PLACE Alternate Bid 936 LF 16" AWWA CJ51 CL 51 D.I. WATER MAI WITH 8 MIL POLYWRAP COMPLETE AN PLACE dollars (S 2 2070 LF Alternate Bid 2070 LF 3 12" AWWA P.V.C. C900 D 14 P.V.C. WATER MAIN WITH 14 G . TRACER WIRE COMPLETE IN LACE dollar (S OR 12" AWWA C151 CL 51 D. . WATER MAIN W TH 8 MIL POLYWRAP COMPLETE I PLACE llars (S )L.F.S 45 LF 6" AWWA C900 DR 14 P.V.C. WATERMAIN WITH 14 GA. TRACER WIRE COMPLETE IN PLACE 1ts.s (' )L.F OR — Alternate Bid 45 LF 6" AWWA C151 CL 1 D.I. WATER MAIN WITH/B MIL POLYWRAP COMPLETE IN FL/CE dollars (S )L.F. E-2 1 ' Item Estimated Unit, Des ript'on of Item Total No. uantit and Un P ice Bid Amount ' 4. 2.70 TON CAST IRON MECH I JOINT CLASS 250 FITTINGS TH CO RETE REACTION BACKING AND 8 MIL POLY RAP COMPLETE ' IN PLACE d lars (S )Tons$ 1 5. 1 EACH FIRE HYDR NT ASSE BLY INCLUDING ' GUARD VALVE, REA PION BACKING AND 8 MIL POLYWRA MPLETE IN PLACE doll s ($ )EA $ ' 6. MECHANICAL JOINT TAPP G ASSEMBLY (MJTA) FOR DUCTILE I N PIPE, INSTALLED WITH TAPP G SLEEVE, VALVE, ' AND BLOCKING, ALL TH 8 MIL POLYWRAP COMPLETE N PLACE ' A. 2 EACH 16" X 16" JTA doll $ )EA $ 1 EACH 12" X 12" H A WITH A USTABLE VALVE BOX ' ollars (S )EA S C. 1 EACH 6" X 6" MJTA WITH ADJUSTABLE VALVE BOX ' dollars ($ )EA $ 7.34 EACH 3/4" WATER SERVICE, INSTALLED WITH TAPPING SADDLE, CORP. TOP, LINE TAP ' AND FITTINGS REQUIRE 'TO RE -CONNECT SERVICE, COMPLETE I PLACE dollars )LS S ' 8. 680 LF 3/4" TYPE K COP ER SERVICE LINE COMPLETE IN P CE I do lays (S )LF $ ' E-3 1 a . I. ' Item No. 9. ' 10. I 11. ' 12. 1 I 13. 1 1 I Estimated Quantity 3036 TONS 1246 S.Y . Unit, Descripti of Item and Unit P ice Bid AHTD CLASS 'Q ( B-2) CRUSHED STONE TRENCH BACKFIIJL, COMPACTED, COMPLETE IN PLACE dollars (S HMAC STREET RE TYPE 3 SURFACE COMPLETE IN PL dol - 4" THICK AHTD SE 2 EA 16" MECHANICAL JOINT AWWA C504-87 CLASS 1 450 OR APPROVED EQU VALVE BOX dollar (S Total )EA $_____ EAS_____ TERFLY VALVE, - DRESSER AWWA NT WITH ADJUSTABLE _________)EA $______ 1 EA 12" MECHANICAL JOINT GATE VALVE MEULLER RESILIENT SEAT APPROVED EQUAL dollars ( )EA $ 400 LF 2" SCHEDULE 40 PV ENCASEMENT PIPE FOR ROAD SERVICE SINGS BORED AND JACKED COMP TE I LACE dollars (S p EA S E-4 I I I 1 I LI TOTAL BID $ (Amount Written In Words) (S ) (In Figures) The Bidder shall state the price bid in words and figures (written in ink or typed) for each pay item, and the total bid. In case of conflict between words and figures, the words, unless obviously incorrect, shall govern. Bidder understands that the Owner reserves the right to award the total project, or to reject any or all bids and to waive any formalities in the bidding. Bidder agrees that this Proposal shall be good and may not be withdrawn for a period of 30 calendar days after the scheduled closing time for receiving bids. E-5 Respectfully submitted, Firm Name M Address L1LY State Arkansas State License Number . 1 . ' AGREEMENT THIS AGREEMENT, made this ' between C:AS o4 fay yeite; (name of Owner), (an T :0VAeA%e Trte. 4 TYiev�V1 I.' (a partnership,) or (a corpo: 'WITNESSETH: That for and in hereinafter mentioned: 5041A day of Mare k , 19aQ._, by and lie- , hereinafter called "OWNER" and Individual) nc. doing business as (an individual,) or cation) hereinafter called "CONTRACTOR". consideration of the payments and agreements 1. The CONTRACTOR will commence and complete the construction of Wood A'/e - Wcde.\ine Re4laee,nent" ' 2. The CONTRACTOR will furnish all of the materials, supplies, tools, equipment, labor, and other services necessary for the construction and completion of the PROJECT described herein. 1 3. The CONTRACTOR will commence the work required by the CONTRACT 1 DOCUMENTS within (00 calendar days after the date of the NOTICE TO PROCEED and will complete the same within &0 calendar days unless the period for completion is extended otherwise by the CONTRACT ' DOCUMENTS. 4. The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein for the sum of S I109,79) • 5O or as shown in the BID schedule. (A unt4 Price Conn$) 5. The term "CONTRACT DOCUMENTS" means and includes the following: ' (A) Advertisement for BIDS (B) Instructions to Bidders ' (C) Bid Bond ' (D) Bid (E) Agreement (F) Payment Bond (G) Performance Bond I F-1 (H) Notice of Award (I) Notice to Proceed (J) Change Order (K) General Conditions (L) Special Conditions (M) Special Instructions (N) SPECIFICATIONS prepared by CEI Engineering Associates dated December 1989. (0) ATTACHMENTS: City of Fayetteville Detailed Specification Parts II & III. (P) Addenda: No. dated a - i a , 19Q0 . 19 __________________,19_ (Q) Drawings prepared by CEI Engineering Associates including cover sheet and sheets numbered 1 through 4, and dated December 1989. E 7 The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the CONTRACT DOCUMENTS. This agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. F-2 I IN WITNESS WHEREOF, the parties hereto have executed or caused to be I executed by their authorized officials, this Agreement in I (one) (number of copies) copies each of which shall be deemed an original on the date first above written. ' OWNER: I I ' (SEAL) NAME William V. Martin (Please type) TITLE Mayor ' ATTEST: NAME Sherry Thomas (Please type) TITLE City Clerk CONTRACTOR: I I I Fayette Tree & Trench, Inc. BY [(ii J i rLA-?�f NAME Eugene Nottenkamper, President (Please type) ADDRESS P.O. Box 471 (SEAL) Fayetteville, Arkansas 1 ATTEST: Pct : o.__J NAME Paul E. Nottenkamper (Please type) TITLE Secretary F-3 I I I ' PAYMENT BOND ' KNOW ALL PERSONS BY THESE PRESENTS: that FAYETTE TREE & TRENCH, INC. ' (Name of Contractor) P. 0. BOX 471, FAYETTEVILLE, ARKANSAS 72702 a CORPORATION (Address of Contractor) hereinafter called PRINCIPAL and ' (Corporation, Partnership or Individual) AMERICAN STATES INSURANCE COMPANY (Name of Surety) ' hereinafter called SURETY, are held and firmly bound unto CITY OF FAYETTEVILLE (Name of Owner) ' FAYETTEVILLE, ARKANSAS (Address of Owner) hereinafter called OWNER, and unto all persons, firms, and corporations who or which may furnish materials to perform as described under the contract and to there successors and assigns in theme� �99ta� regate sum of ONE HUNDRED SIXTY-NINE THOUSAND SEVEN HUNDRED NINETY't1'0'1LY" 169,791.50 * * * * * * * ) 'in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heir executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the PRINCIPAL entered into a certain contract with the OWNER, dated the 30TH day 'MARCH , 19 90 , a copy of which is hereto attached and made a part hereof for the construction of: WATER LINE REPLACEMENT - WOOD AVENUE, FAYETTEVILLE, ARKANSAS - BID NO. 90-1 1 ' NOW, THEREFORE, if the PRINCIPAL shall promptly make payment to all persons, firms, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any ' authorized extensions or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, fuels, repairs on machinery, tequipment and tools, consumed or used in connection with the construction of such WORK including that by a SUBCONTRACTOR, and to any mechanic or materialman lien holder whether it acquires its lien by operation of State or Federal law; then this obligation shall be void, otherwise to remain in 'full force and effect. I ' G-1 I I lJ I PROVIDED, that beneficiaries or claimants hereunder shall be limited to the SUBCONTRACTORS, and persons, firms, and corporations having a direct contract with the PRINCIPAL or its SUBCONTRACTORS. PROVIDED, FURTHER, that the said SURETY for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed 'thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of this ' contract or to WORK or to the SPECIFICATIONS. PROVIDE, FURTHER, that no suit or action shall be commenced hereunder by 'any claimant: (a) Unless claimant, other than one having a direct contract with the PRINCIPAL shall have given written notice to any two of the following: 1 The PRINCIPAL, the OWNER, or the SURETY above named within ninety (90) days after such claimant did or performed the last of the work or ' labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom ' the work or labor was done or performed. Such notice shall be serviced by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the PRINCIPAL, OWNER, or ' SURETY, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date of which PRINCIPAL ceased work on said CONTRACT, is being understood, however, that if any limitation embodied in the BOND is prohibited by any law controlling the construction hereof, such limitation shall be deemed ' to be amended so as to be equal to the minimum period of limitation permitted by such law. PROVIDED, FURTHER, that it is expressly agreed that this BOND shall be deemed amended automatically and immediately, without formal and separate amendments hereto, upon amendment to the Contract not increasing the contract price more than 20 percent, so as to bind the PRINCIPAL and the SURETY to the full and faithful performance of the Contract as so amended. The term "Amendment", wherever used in this BOND and whether referring to this BOND, the contract or the loan Documents shall include any alteration, ' addition, extension or modification of any character whatsoever. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. F G-2 1 I I S I 1 I 1 I I WITNESS WHEREOF, this instrument is executed in of which shall be deemed an original, this the 4 z//II53) Witness a to Principal Address 4th '7 7� City State ATTESTS Witness to Surety RENNER & COMPANY, INC. P. 0. BOX 427 Address FAYETTEVILLE, ARKANSAS 72702 City State counterparts, each Number 30TH day of MARCH 1990 Fayette Tree & Trench. Inc. Principal s By �fl TJ/ " ?/!.r (s) P.O. Box 471 Address Fayetteville, Arkansas 72702-0471 City State AMERICAN STATES INSURANCE COMPANY Surety By�iuf. Attorney -in -Fact ' RENNER & COMPANY, INC. P. 0. BOX 427 Address FAYETTEVILLE, ARKANSAS 72702 City State NOTE, Date of BOND must not be prior to date of Contract. If CONTRACTOR is partnership, all partners should execute BOND. ' IMPORTANTz Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. [1 G-3 I V 1 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: that ' FAYETTE TREE & TRENCH, INC. (Name of Contractor) P. 0• BOX 471, FAYETTEVILLE, ARKANSAS 72702 (Address of Contractor) a CORPORATION hereinafter called Principal, (Corporation, Partnership, or Individual) and AMERICAN STATES INSURANCE COMPANY (Name of Surety) ' INDIANAPOLIS, INDIANA (Address of Surety) hereinafter called Surety, are held and firmly bound unto ' CITY OF FAYETTEVILLE (Name of Owner) ' FAYETTEVILLE, ARKANSAS (Address of Owner) ' hereinafter called OWNER in the total aggregate penal sum of ONE HUNDRED SIXTY- NINE THOUSAND SEVEN HUNDRED NINETY-ONE & 50/100 - -Dollars (S * *169,791.50* * * * * * in lawful money of the United States, for the payment which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the 30TH day of MARCH , 19 90 , a copy of which is hereto attached and made a part hereof for the construction of: WATER LINE REPLACEMENT - WOOD AVENUE, FAYETTEVILLE, ARKANSAS - BID NO. 90-1 i ' H-1 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform 1 its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without 1 notice to the SURETY and during the one year guaranty period and if the PRINCIPAL shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all 1 costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligations shall be void, 1 otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said SURETY, for value received hereby 1 stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying same shall in any way affect its 1 obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. 1 PROVIDED, FURTHER, that it is expressly agreed that the BOND shall be deemed amended automatically and immediately, without formal and separate 1 amendments hereto, upon amendment to the Contract not increasing the contract price more than 20 percent, so as to bind the PRINCIPAL and the SURETY to the full and faithfully of the CONTRACT amended. The terms "Amendment", or the Loan Documents shall include any alteration, addition, extension, or modification of any character whatsoever. 1 PROVIDED, FURTHER, that no final settlement between the OWNER and the PRINCIPAL shall abridge the right of the other beneficiary hereunder, whose claim may be unsatisfied. The OWNER is the only beneficiary hereunder. i 1 1 i 1 1 1 I H-2 L S I IN WITNESS WHEREOF, this instrument is executed in counterparts, I(Number) each one of which shall be deemed an original, this the 30TH day of ' MARCH , 19 90 ' ATTEST: Fayette Tree & Trench. Inc Principal -Ia1 -t2_- __ __________ ecretary (Pri c al) (SEAL) Ai1 4%6J) Witness a to Principal <17/ Address /JA la2 ZIN Cit7 tate ATTEST: Witness to Surety RENNER & COMPANY, INC, P. 0. BOX 427 Address I FAYETTEVILLE, ARKANSAS 72702 City State tP' By- .0 ) P.O. Box 471 Address Fayetteville, Arkansas 72702-0471 City State AMERICAN STATES INSURANCE COMPANY. Attorney -in -Fact _ RENNER & COMPANY, INC: r n BOX 427 - - Address - - - --------- - FAYETTEVILLE, ARKANSAS 72702„ City State I NOTE: Date of BOND must not be prior to date of Contract. ' If CONTRACTOR is partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury I. Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the ' Project is located. 1 H-3 II -12 CROSSING LAWNS: The following shall apply to all lines crossing lawns, as designed on the Plans. After settlement has occurred, the disturbed areas shall be dressed out with three (3) to four (4) inches of top soil. The dressed out areas shall then be seeded with the appropriate grass or grass mixture. If lawns, bushes and small trees are likely to be damaged by the work, they shall be taken up ahead of construction. They shall be properly protected until such time that they can be re -set. It is the intention of this specification that lawns be restored as closely as possible to their original condition. The cost of all work under this section shall be included in the appropriate unit price for pipe and shall not be paid for separately. II -13 TESTING AND STERILIZING WATER MAINS: Water mains shall be subject to 200 psi test as herein specified. All lines shall be backfilled and concrete backing installed at points of unbalanced pressure prior to the initiation of any pressure test. Each valved section of the pipe lines as selected by the Engineer for test shall beslowly filled with water. Before applying the test pressure for 200 psi, all air shall be expelled from the pipe by blowing -off at fire hydrants. If necessary to properly expel air prior to test, Contractor will tap lines at high points with corporation stops. Each section of pipe line to be tested shall be subjected to 200 psi test pressure, based on the elevation of the lowest point in the line or section of line under test and corrected to the elevation of the test gauge. Duration of 200 psi test shall be for at least two (2) hours in all cases. Pressure shall be applied to the line by means of a pump, pipe connections, and all other necessary apparatus for applying pressure and measuring the resultant leakage from the line under test. All such apparatus shall be furnished by the Contractor. All necessary taps will be made by City forces at the expense of the Contractor. Pressure will be measured with gauges as furnished by the Engineer. While the pipe being tested is under pressure, it shall be walked to check for leakage appearing at the surface of the ground or from any exposed valves or other appurtenances. In conjunction with the 200 psi pressure test, a leakage test shall be performed. Contractor shall provide necessary meter or pumping reservoir or other satisfactory means of determining the amount of water pumped into the line to sustain the specified test pressure of 200 psi. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain the specified leakage test pressure of 200 psi after the air in the pipe has been expelled and the line filled with water. I' DS -9 Leakage shall be no more than that allowed by AWWA specifications. All pipe lines shall be checked for leaks and deficiencies, repaired, and retested if necessary until they pass the above specified leakage test for the size and type of pipe installed. Even though pipe lines may pass the leakage test, any leaks apparent at the ground's surface, any leaking joints, fittings, or appurtenances that are detected shall be repaired to the satisfaction of the Engineer. All new water line extensions will be sterilized with chlorine before being accepted by the Owner and placed into service•. Sodium or calcium hypochlorite (HTHO or chlorine gas may be used in such amounts as to provide a dosage of not less than 50 parts per million in the piping being sterilized. The sterilizing agent -may be introduced in any manner so as to provide uniform distribution along the pipe line. All in -line valves in water lines being sterilized shall be opened and closed several times during the sterilizing period. Contractor will use extreme caution to be certain that strong sterilizing agent is not flushed back into anv cart of th, on in such a manner that it reaches wa ng a contact period of at least 24 hours the heavily chlorinated sterilizing water shall be completely flushed from all pipes, and the pipes rinsed and thoroughly flushed with large quantities of clear water. Samples shall be taken from all water line extensions as directed by the Engineer and analyzed for bacterial purity by the State Department of Health. The sterilizing process shall be repeated as necessary until all samples indicate that the water is safe and approved, by the State Department of Health Resterilization of the water lines at the Contractor's expense shall be required if State Department of Health approval has not been received after three weeks of testing. Water for all sterilizing and testing operations will be furnished the Contractor by the Owner at no cost to the Contractor. The cost of all sterilizing and testing operations including pipe taps, sterilant, any temporary valves or caps, test pumping and equipment, and all work incidental thereto will be included in the unit contract prices for pipe, and no separate payment will be made for testing and sterilizing water line extensions. II -14 CROSSING FENCES: The installation of lines will necessitate crossing several fences as shown on the Plans. Fences will be repaired by the Contractor so as to be equal or better than their original condition prior to construction. Before cutting fences, adequate horizontal bracing will be installed in the fence on each side of the cut so as to maintain the tension in the fence wire. Replacement of fence shall be in a workmanlike manner, and wire shall be stretched tight and adequately secured to posts by means of 1 inch fencing staples. If necessary to accomplish proper closure, the Contractor shall furnish and install new fencing, posts, wire, etc. to properly restore the fence. Materials shall be of equal quality and size to those as originally installed. I' DS -10 The Contractor shall be responsible for temporary fencing, gates, gaps, etc., as necessary to maintain fences in a stockproof condition during the construction of the pipe line until permanent fence repairs can be accomplished. He shall take all necessary precautions and will assume full responsibility to insure that livestock does not stray or gain entry to cropped areas or to public roads. The cost of fence repairs in all Schedules will be included in the unit contract prices for pipe, and no separate payment will be made for crossing and repairing fences. II -15 INSTALLATION OF FIRE HYDRANTS: Fire hydrants shall be properly located with respect to property line and streets, and shall be set at proper elevation, truly plumbed and properly oriented. Hydrants shall be set upon a slab of stone or concrete four (4) inches thick and not less than fifteen (15) inches square. Hydrants shall be backed with Class "B" concrete to prevent the hydrant from blowing off the lead. Hydrants shall be set with at least three (3) cubic feet of crushed stone or washed gravel at the base to serve as drainage. Fire hydrant extensions shall be used as necessary to bring fire hydrants up to grade. Fire hydrants will be measured as the unit installed, at the appropriate unit price as given in the Proposal. The cost for all, other work under this Section will be included in the unit price for installation Of fire hydrants and shall not be paid for separately. II -16 CONNECTION TO EXISTING WATER LINE: Connection to the existing water line shall be made at the, location and in the manner shown on the Plans. When water service must be discontinued to make a tie-in, the Contractor shall notify all affected customers 24 hours in advance and estimate the time reau red to restore The cost of all work associated with tying -in shall be included in the unit price for the installation of pipe and shall not be paid for separately. ' 1I-17 vertical po conforms to included in INSTALLATION OF VALVES: All valves will 'be set with operating stems set in true sitions. Valve Loxes shall be adjusted so that the cover the adjacent grade. All costs incidental to the installation of valves shall be the contract unit price for valves. ' DS -11 0 II -18 CONCRETE: All concrete shall be composed of the materials described in Paragraphs 4, 5, and 6, Part III, and shall be proportioned by weight in such manner as to obtain a plastic workable mix. All concrete shall be Class "B" as shown on the Plans. Class "B" concrete shall contain not more than seven (7) gallons of water to the sack of cement, including the water in the aggregates, and not less than five (5) sacks of cement per cubic yard of concrete, and have a twenty-eight (28) day compressive strength of at least twenty-five hundred (2500) pounds per square inch. Concrete shall be mixed in an approved mixer for not less than one and one-half (1½) minutes after all materials are in the drum and shall be deposited within thirty (30) minutes after mixing. Hand -mixed concrete will not be allowed. In placing concrete, care shall be taken that the freshly placed mass is so placed and vibrated that there is no tendency for the coarse aggregate to segregate from the mortar. All concrete shall -be properly protected from too rapid curing or from freezing while green. The cost of all work in this section shall be included in the unit contract price for Class "B" Concrete and ,shall not be paid for ' separately. II -19 CLEANING UP: After the construction work is completed, all refuse and debris resulting from the work shall be cleaned up and disposed of to the satisfaction of the Engineer. All excess excavation, waste concrete, piping, lumber, other refuse shall be removed from tie site of the work and the site leveled, graded, and dressed up until it is neat, smooth, and workmanlike. It shall be specifically understood that the clean up operation shall be maintained as closely as possible to the pipe laying operation. If, in the opinion of the Engineer, the clean up operation is not being maintained satisfactorily, he may interrupt the pipe laying operation until such clean up ' is completed to his satisfaction. The cost of all work under this section shall be included in the ' lump sum contract price and will not be paid for separately. ' II -20 CLEARING: Clearing operations will be required in the execution of various portions of the work. Clearing shall be no more than actually required for installation ' of the line. No indiscriminate destruction of trees will be tolerated. Within lawn areas, bushes and small trees will be taken up and protected until ' DS -12 I construction is completed in the area. They shall then be re -set. No open burning will be allowed. All trees and brush will be hauled off to a disposal site approved by the Engineer. The cost of all work under this section shall be included in the appropriate unit cost for pipe and shall not be paid for separately. The Contractor, by personal inspection, should satisfy himself on the exact amount of clearing that may be required. II -21 INSTALLATION OF BUTTERFLY VALVE: Butterfly valves shall be installed in strict conformance with the manufacturers recommendations, with operating stems in a true vertical position. Fill around the 36 -inch Butterfly Valve shall consist of select material approved by the Engineer. Such material shall be free from trash, lumber, or other debris and shall be carefully and thoroughly compacted around and under the valve installation to prevent settling. The 8 -inch pipe used for the valve box shall be carefully set in a true vertical position over the operating. nut and not allowed to be pushed out of line by the backfilling operation. II -22 FILL OVER 12" WATER LINE The fill over the 12" water line shall be to the line and grade shown on the plans and shallbe:c7mpacted to 90 percent of standard proctor: The embankment slope shall be riprapped as shown on the plans. The top of the embankment shall be covered with 4 -inches of top soil. Fertilizer shall then be applied at the rate of 800 pounds per acre of 10-20-10, or equivalent. Incorporation shall be at least two (2) inches. Seeding shall be according to the following schedule: JULY 1 - AUGUST 31 Tall Fescue (Common) 351/acre Bermuda Seed, Hulled 59/acre Bermuda Seed, Unhilled 101/acre Brown Top Millet 101/acre SEPTEMBER 1 - OCTOBER 15 Tall Fescue (Ky 31) 351/acre Red Top (Common)51/acre Crimson Clover (Dixie) 201/acre DS -13 I After mulching with straw at 4000 pounds per acre, jute erosion control matting shall be placed over the seeded and mulched area in accordance with Arkansa$ Highway Department Standard Specification 625.03. r ■ II -23 CUT -IN OF 36 -INCH VALVE: The cut -in of the 36 -inch butterfly valve will require the draining of three (3) miles of 36 -inch line.. The line shall be drained at two 2) locations. One location will be the fire hydrant on the 36 -inch line as noted on the vicinity map. The other location will be at the tie-in site. City of Fayetteville personnel will tap the 36" line with a 36" x 8" tapping sleeve and valve after the concrete working pad and pipe supports are constructed. The Contractor shall have a pump or pumps available with a total capacity of not less than 1 mgd. A pump may be tied directly to the 8" tapping valve to pump the line provided venting is adequate to prevent pulling a vacuum on the line. Venting for the draining of the line shall be provided for at the air release valve locations shown on the vicinity map. The air release valve assembly shall be removed and the three (3) inch opening shall be•utilized for vacuum relief. Care shall be taken to insure dirt, trash, and other debris is not allowed to enter the pipe during the draining operation. The drainage operation shall not begin until all materials are on the job site and the butterfly valve and adjoining pipe sections are put together. The 36 -inch pipe required for make-up purposes shall be furnished by the City. Cutting of the 36 -inch line shall begin immediately after draining of the line is completed. All pipe cuts shall be made square to the run of the pipe, and insertion of the valve shall be such that there is no more than 2" clearance total in the installation. The cost of all work under this section except (1) the cost of the 36" x 8" tapping sleeve and valve and the cost of making the tap and (2) the 36" ductile pipe for make-up purposes shall be included in the bid price for the tie-in as given in the Proposal. No work under this section shall be done without a representative of the City present at the site. DS -14 LI t . . DETAILED SPECIFICATIONS PART III - MATERIAL SPECIFICATIONS III -1 GENERAL: ' All materials shall be in compliance with the latest revisions of the ASA or AWWA Specifications noted. The Engineer retains the right to reject any materials or items not specifically covered in the Plans or Specifications. III -2 DUCTILE IRON PIPE FOR WATER MAINS: Pipe shall be Class 51 Ductile Iron Pipe, designed and manufactured in accordance with applicable AWWA Standards. Fittings shall be designed in accordance with ASA A 21.10-1971 /AWWA C110-71. All fittings shall be Class 250 and shall be MJ. this ' mechanical joint shall conform in all respects to ANSI A21.11/AWWA C111. All pipe and fittings shall be bituminous coated outside and ' standard cement lining inside in accordance with AWWA C 104-74/ASA A21.4. Pipe shall have Type II (push -on) joints, except that 6" s ' pipe for hydrant leads shall be MJ. Push -on joint and mechanical rubber gaskets shall conform to ANSI A21.11-1972/AWWA C111-72. 1 III -3 PVC PIPE FOR WATER MAINS: ' Plastic pipe shall be designed and manufactured in accordance with AWWA Specification C-900-81. All plastic pipe shall be designed for 200 psi working pressure and shall have the same outside diameter as 'ductile iron pipe. ' Plastic pipe 1/2 inch through 3 inches shall be designed and manufactured in accordance with AWWA Specification C901-78 for 200 psi working pressure. III -4 RETAINER GLANDS': ' Retainer glands shall be ductile iron. I I Ds -15 III -5 CONCRETE AGGREGATES: Fine aggregate shall consist of sand or other approved inert material with similar characteristics, having hard, strong, durable particles not more than one (1) percent by weight of clay lumps or three (3) percent by width of material removed by decantation. Mortar specimens made with the fine aggregate shall have a compressive strength at twenty-eight (28) days of not less than ninety (90) percent of the strength of similar specimens made with Ottawa sand having a fineness modulus of 2.40+0.10. Fine aggregate shall have a fineness modulus of not less than 2.40 and not more than 3.00 and the variation in modulus shall be limited to +.20 from the average of all tests. Gradation shall fall within the following requirements: TOTAL PASSING PERCENT BY WEIGHT No. 4 Sieve 95 - 100 No. 16 Sieve 35 - 75 No. 50 Sieve 10 - 25 No. 100 Sieve 2 - 8 Coarse aggregate shall consist of crushed stone, gravel, or other inert material of similar characteristics, having clean, hard, strong, durable, uncoated particles with not more than five (5) percent by weight of soft fragments, one-fourth (1/4) percent by weight,of clay lumps, and one (1) percent by weight of material removed by decantation, except that when the material removed by decantation consists essentially of crushed dirt the maximum amount permitted may be increased to one and one-half (1½) percent by weight. Coarse aggregate may be either of two sizes, 1½ inch and smaller or 3/4 inch and smaller, and shall be graded within the following requirements: PERCENT PASSING BY WEIGHT Maximum size mesh screen (sq. mesh) 97 - 100 Half -maximum size mesh screen (sq. mesh) 40 - 70 No. 4 Sieve 0 - 6 III -6 CEMENT: Portland cement shall conform to the requirements of the Standard Specifications for Portland Cement, ASTM Designation C 150, Type 1. Masonry cement shall conform to the requirements of the Standard Specifications for Masonry Cement, ASMT Designation C 91. DS -16 II I I III -7 WATER: _ Water for mixing concrete shall be clean and free from injurious amounts of oils, acids, alkalies, salt, organic matter, or other deleterious substances. Test specimens of mortar made from the materials and the water Ito be used shall develop not less than ninety-five (95) percent of the seven (7) day tensile or compressive strength of the same materials and distilled water. III -8 GATE VALVES: 1 Gate valves shall be equal to the Mueller resilient seat gate valve as manufactured by the Mueller Company and shall be designed for I. a working pressure of 200 psi and a test pressure of 400 psi. Valves shall have 0 -ring seals and non -rising stems. Valve shall open left (counter- clockwise) and shall have mechanical joint ends. ' III -9 VALVE BOXES: ' All buried gate valves shall be furnished with suitable cast iron valve boxes. Boxes shall be two-piece, Buffalo type with 5¼" shaft. ' Boxes shall be screw or telescoping type, complete with lid, and of adequate length for the installation. Boxes shall be similar or equal to Mueller H-10360. ' III -10 FIRE HYDRANTS: ' All fire hydrants shall be Improved AWWA type fire hydrants with a 54" valve opening. Nozzle threads shall be National Standard. Hydrants shall open "Left" by means of a 1;" pentabonal operating nut. Hydrant shall ' be finished with red lead primer only. Hydrants shall be furnished with 6 inch mechanical joint inlets 1 fpr cast iron pipe. Bury shall be 42 inches. Hydrants shall be Mueller Improved Hydrant No. A-24015, or approved equal. ' After installation fire hydrant barrels shall be painted with paint containing reflectorized glass beads (3M Company #7216 paint, or ' approved equal). I J I ' DS -17 I I I I II III -10 GRAVEL FOR SUBGRADE AND GRAVEL STREET REPAIR: Gravel for subgrade shall be SB-2 and shall conform to the + I following specifications: SIZE OF SIEVE TOTAL RETAINED 1½" 1" 3/4" #4 TOTAL PASSING #40 #200 PERCENT BY WEIGHT 0 0 10 to 50 50 to 75 10 to 30 3 to 10 The fraction passing the #200 sieve shall not be greater than two-thirds the fraction passing the #40 sieve. The fraction passing the #40 sieve shall have a liquid limit not greater than twenty-five and a plasticity index not greater than six. III -11 TAPPING VALVES: Tapping valves shall be similar in construction to standard AWWA gate valves and shall have MJ outlets for cast iron pipe. III -12 TAPPING SLEEVES: ' Tapping sleeves shall be MJ for cast iron pipe, similar or equal to Mueller H-615. Tapping sleeves shall, with the use of suitable gaskets, be good for AWWA Class "C" or "D" pipe, and with Class "B" Pipe in the 4 and 6 inch size. III -13 FITTINGS': Fittings shall be either Gray Iron (250 psi) or Ductile Iron (350 psi) designed in accordance with ANSI/AWWA C110-77, except as note otherwise on the Plans. All fittings shall be mechanical joint conforming in all respects to ANSI A21.11/AWWA C111. Fittings shall be bituminous coated outside with standard cement lining inside in accordance with ASA A21.4/ AWWA C104-71. Ductile iron retainer glands shall be used on fire hydrant branch lines and vertical bends. [I DS -18 I. III-149ENCASEMENT PIPET ' All encasement pipe shall be steel pipe, the diameter and the length of the pipe shall be as indicated.on the plans. The steel pipe shall have a minimum wall thickness of 4 inch: I1I-15 BALL VALVES: 1 Ball valves shall be similar or equal to the James Jones J-1900. ' III -16 RECONNECTING TO AN EXISTING COPPER OR GALVANIZED SERV- ICE LINE: ' 3/4" Corporation Stop Muller 110 compression H-15008 3/4" 3 part Union Muller 110 compression H-15403 ' 3/4" Male Iron Pipe by Muller 110 compression H-15428 3/4" Female Iron Pipe by Muller 110 compression H-15451 ' 1" Corporation Stop Muller 110 compression H-15008 1" 3 part Union Muller 110 compression H-15403 1" Male Iron Pipe•by Muller 110 compression H-15428 1" Female Iron Pipe by Muller 110 compression H-15451 3/4" x 4" Nipple Galvanized 3/4" x 4" Steel Coupling Rockwell (Or Approved Equals) 3/4" x 4" Nipple Galvanized ' 3/4" x 4" Steel Coupling Rockwell III -17 3/4" AND 1" CONNECTIONS TO C900 PVC PIPE CL200 OR AC PIPE CL200 (4", 6", 8"): 4" x 3/4" Service Saddle 101 N 5.40 x 3/4" cc Romac •' 6" x 3/4" Service Saddle 101 N 7.50 x 3/4" cc Romac 8" x 3/4" Service Saddle 101 N 9.62 x 3/4" cc Romac '• 4" x 1" Service Saddle 101 N 5.40 x 3/4" cc Romac 6" x 1" Service Saddle 101 N 7.50 x 3/4" cc Romac 8" x 1" Service Saddle 101 N 9.62 x 3/4" cc Romac I. (or approved equals) 111-18 2" CONNECTIONS TO 4", 6", 8", 10", and 12" A.C. P.V.C I. C.I. OR D.I. PIPE: • 4" x 2" Service Saddle 101 N 54.0 x 2" I.P. Romac 6" x 2" Service Saddle 101 N 7.50 x 2" I.P. Romac 8" x 2" Service Saddle 101 N 9.62 x 2" I.P. Romac 10" x 2" Service Saddle 101 N. 12.12 x 2" I.P. Romac I. 12" x 2" Service Saddle 101 N 14.38 x 2" I.P. Romac (or approved equals) ' III -19 VALVE SET-UP FOR 2" CONNECTIONS: 2" Close or all -thread Brass Nipple - ' 2" x 6" Brass Nipple 2" Ball Valve Tip x Top J1900 'manufactured by James Jones Company, (or approved equal) 2" 441 Cast Coupling Rockwell 441-00000248-900, (or approved equal) ' DS -19 DETAILED SPECIFICATIONS PART II - CONSTRUCTION SPECIFICATIONS II -I PLANNING AND EXECUTION OF THE WORK: The construction work included under these specifications shall be so planned and executed that the various portions of the work will be carried on concurrently and the whole completed within the time allowed. Water main connections requiring shut -down of water service to users shall be coordinated through the City Engineer. II -2 EXCAVATION - GENERAL: All excavation shall be carried accurately to the line and grade shown on the Plans and established by the Engineer. When excavation is carried below or beyond that required, the space shall be filled for compacted SB-2. No claim for additional compensation shall be made for such backfilling of excess excavation unless the Contracting Authority or its agent is responsible for the error. ' When necessary to protect the laborers, the work, or adjacent property, the Contractor shall provide and install shoring. Such shoring shall remain in place until the backfill has proce€ded to a point where it ' can be safely removed, except that, if in the opinion of the City Engineer damage is liable to result from withdrawing shoring, it shall remain in place. II -3 EXCAVATION - TRENCHES FOR WATER MAINS: Trenches for water lines shall be the width and depth necessary for the proper installation of the pipe. All pipe lines shall be laid in ' trenches of such depth as to provide a minimum cover ofthirty-six -six inches over the top of pipe barrel unless otherwise shown on the Plans. Contractor shall increase depth as necessary for crossing other pipe lines and to provide ' required cover for valves and valve boxes. Trench will be deepened to the extent necessary so as not to exceed the maximum permissible deflection of the pipe being installed, with maximum permissible deflection being as recommended by the pipe manufacturer. Width of pipe trench for all water lines shall be adequate for ' the installation of the pipe and make-up joints, but in no case shall the width of the trench at the top of the pipe be wider than the outside diameter of the pipe plus two (2) feet. ' The bottom of the trench shall be accurately graded so that the pipe will be in continuous and uniform contact with and have a longitudinal I. bearing on undisturbed soil for the full length of the pipe, except for such distance as necessary for adequate bell holes and proper sealing of the pipe joints. 1 OS -3 If the soil at the bottom of the trench is mucky or if the subgrade is too soft to properly support the pipe, the Contractor shall excavate below the lower extremity of the pipe as directed by the Engineer, and place a cushion of sand, gravel, or crushed stone thoroughly tamped into place to receive the pipe. Material used for this purpose shall be SB-2. II -4 EXCAVATION - ROCK IN TRENCHES: Rock excavation shall be defined as solid rock in formation which cannot be excavated efficiently by adequate power shovels or excavators of recognized standard manufacture in good condition and adequate size, well handled by skilled operators; and boulders or pieces of detached rock, which may be embedded in materials not classed as rock, exceeding ten (1) cubic feet in volume. The term "excavated efficiently" as used in this Specification shall mean that where formation rock can be excavated at a lower cost per cubic yard of useful excavation by blasting, barring, or wedging, it shall be so excavated and will be classified as rock. The Contractor's attention is called to the fact that a shale formation exists in Fayetteville that generally can be dug and, therefore this material will not be classified as rock except where it cannot be efficiently excavated as defined above. The volume of rock excavation shall 'be determined by the horizontal measurement of length of trench in which rock occurs, the vertical measurement of depth of rock and a width of "D". "D" shall be the nominal diameter of the pipe plus 15 inches, but not less than 24 inches. II -5 EXCAVATION - CLASSIFICATION, MEASUREMENT AND PAYMENT: All excavation not classed as rock shall be classed as common excavation. The volumes of rock excavation shall be determined per Section II -4 of these Specifications. Rock excavation shall be paid for at the unit contract price given in the Proposal. The cost of all common excavation in trenches for water mains shall be included in the contract unit price for pipe and shall not be paid for separately. All rock excavation in trenches for water mains shall be. measured and paid for as rock excavation. II -6 BLASTING: Blasting will be permitted only when proper precautions are taken for the protection of persons, the work, and adjacent property; and any damage done to the work or property by blasting shall be repaired by the Contractor at the Contractor's expense. DS -4 1 1 1 1 1 1 1 1 1 1 1 1 Blasting will be done only after securing written permission from the City Engineer's office. The Contractor shall be liable for all injuries or deaths to persons or damage to property caused by blasts or explosions. The attention of the Contractor is called to Section 9 of the General Conditions of the Specifications entitled "Insurance'. The cost of all work under this Section shall be included in the Contract unit price for rock excavation and will not be paid for separately. II -7 BACKFILLING: All trenches shall be backfilled immediately after the pipe is laid using methods that will not disturb the pipe. Material used for backfilling shall consist of the excavation or borrow of sand, gravel, or other material approved by the Engineer, and shall be free of trash, lumber and other debris. After the pipework has been approved, trenches shall be backfilled with fine, loose earth free from clods or stones larger than three (3) inches in any dimension, and of proper moisture content. This selected material shall be carefully deposited by hand in layers not to exceed four (4) inches in thickness on both sides of the pipe and thoroughly and carefully rammed around the pipe until the backfill has been brought up to the springline of the pipe. The back - fill shall then continue without tamping but with same material,•placed by hand, to a point at least twelve (12) inches above the top of the pipe. If the excavation is not suitable for this purpose, as determined by the Engineer, then SB-2 shall be used for this operation.. The remainder of the backfill may then be backfilled by any approved method which will not injure or disturb the pipe. Trenches outside the public right-of-way will be neatly graded up I. and left slightly "over -full" so that subsequent settlement will leave the route level with the surrounding terrain. Trench on public property shall be filled and refilled as necessary to provide a smooth, well -graded appearance. ' All backfill shall be settled and consolidated until further settlement will not. occur. It is the intent of this Specification that the ' Contractor shall be responsible for settlement of backfill in all work covered herein. He shall refill trenches as often as necessary to bring them back to original grade, and during that period settlement is occuring shall refill them ' often enough to avoid hazardous conditions or inconvenience. All excavated material which is unsuitable, or not needed for ' backfill shall be wasted or disposed of to the satisfaction of the Engineer. Surfaces shall be cleaned up, all hummocks and piles smoothed down and the ' surface left neat and workmanlike. Where existing drainage ditches are disturbed or obstructed with excavated material, such material shall be entirely removed and the ditch left true to original line and grade. Street ' shoulders shall be restored to their original contours. DS -5 1 All roadways and driveways shall be backfilled with SB-2 up to the road surface. The roadway and driveway surface shall then be replaced as called for elsewhere in these Specifications. The attention of the Contractor is called to a separate Section in these specifications concerning crossing lawns. ' SB-2 shall be measured and paid for as subgrade material at the unit contract price given in the proposal. ' The cost of all other work described in this section shall be included in the unit contract price for the installation of pipe and shall not be paid for separately. Water for flooding trenches shall be furnished free of charge by the City of Fayetteville. II -8 HANDLING AND LAYING OF WATER PIPE: ' In the transportation, unloading, and handling of water pipe, the pipe shall not be dropped, let roll and collide with another pipe, or be ' subjected to any unnecessary jar, impact, or other treatment that might crack or otherwise damage the pipe. U. Before laying pipe in trench, the bottom of the trench shall be carefully graded and prepared and bell holes excavated so the pipe shall have a uniform support along its entire length, except at bell holes, and shall ' not be allowed to rest on hard supports through a portion of its length only. All pipe shall have at least 36 inches of cover, unless otherwise shown on the Plans. Deflections from a straight line or grade, as required by vertical curves, horizontal curves, or offsets, shall not exceed 6/D. inches per linear foot of pipe, where D represents the nominal diameter.df the pipe expressed in inches, between the centerlines extended between any two connecting pipes. If the alignment requires deflections in excess of these limitations, special bends, or a sufficient number of shorter lengths of pipe shall be furnished to provide angular deflections within the limit set forth above, as approved by the Engineer. The inside of the pipe and all parts involved in jointing shall be cleaned of all dirt, mud, grease, and other foreign material before the pipe is laid or the joint started. Ends of pipe shall be temporarily plugged at the close of each day's work. In laying mechanical joint or 'push -on' joint pipe, the manufacturer's recommendations for securing good joints shall be rigidly followed. The laying of the pipe shall be done in accordance with applicable AWWA Standards. DS -6 I : • Adequate backing blocks of Class "B" concrete shall be ' provided at all points of unbalanced pressure, such as bends, tees, or wyes as shown on the Plans in such a manner that all joints between pipe and fittings ' ate accessible for repair. Pipe shall be measured and paid for as pipe for water mains at the appropriate unit contract price given in the Proposal. Class 'B' Concrete shall be measured as the actual amount ' placed and paid for at the unit contract price as given in the Proposal. The cost of all other work required under this section shall be considered subsidiary to the laying of pipe or the placement of concrete and shall be included in.the appropriate unit price. I II -9 CROSSING AND PARALLELING EXISTING UTILITY LINES: ' The construction of water lines will necessitate the crossing and paralleling of existing utility lines, including water mains and services and natural gas mains and services. The known locations of such utility mains are shown in their approximate position on the Plans, but utility service lines are not indicated on the Plans. ' The owners of the utility lines shall be notified before any • crossing is made or other work initiated that may disturb a utility line or interrupt service to a customer. The Contractor -is referred to that section of the General Conditions of these Specifications where the Contractor's responsibilities for utility crossings is stated. The cost of all work under this section will be included in tappropriate contract unit prices, and none will be paid for separately. ' II -10 CROSSING BURIED TELEPHONE CABLE: The location of buried telephone cable is shown approximately on•the Plans as determined from telephone company markers indicating the location of the cable. The Contractor will exercise extreme caution in approaching the location of buried cable. Contractor shall notify the Southwestern Bell Telephone Company (Dial 4102 in Fayetteville) and wait until. a representative of the telephone company is on the job site to locate buried cables. The Contractor will not attempt to locate or uncover cable without a representative ' of the telephone ne company present. • The cost of all work under this Section will be included in ' appropriate contract unit prices, and none will be paid for separately. I I DS -7 I II -11 CUTTING AND REPLACING SPECIAL SURFACES: Whenever it becomes necessary in excavating for trench to disturb special surfaces, such as paved or gravel streets, drives, walks, or parking areas, the original surface shall be restored after completion of the backfill operation. In these instances, special care shall be used in making the backfill Ito eliminate future settlement. The surface shall be restored using the same type of surfacing materials that were used in the original surfacing. I. Backfill of trench lying within roadways shall be in strict accordance with the applicable provisions as stated in Section II -7 of these Specifications. The condition of the backfill, with special regard to the degree of compaction, shall be checked and approved by the Engineer before any surfacing is placed over the backfill. The replacement of special surfacing shall follow as soon as practical after the completion of the backfilling operation so as to restore the roadway to its original condition and traffic capacity. If in the opinion of the Engineer the replacement of surfacing is lagging, he may, at his discretion, stop the pipe laying operation until the replacement of surfacing proceeds in a satisfactory manner. Immediately prior to replacing asphalt or concrete pavement or surfacing, a chalk line shall be made along both sides of the trench at the proper width, and the pavement trimmed, along a straight and vertical line. No claims will be allowed for additional width of pavement cut and replaced occasioned by this requirement. The quanitity of asphalt and concrete pavement cut and replaced will be determined by the horizontal length of pavement actually cut and replaced measured along the centerline of the trench multiplied by a width of thirty. -six (36) inches, except that where a width greater than thirty-six (36) inches is required and authorized by the Engineer, the actual width of pavement cut and replaced shall be used in determining the quantity of pavement cut and replaced. I 1 1 I In gravel surfaced streets or parking areas, the gravel will be disturbed in excavating for sewer trench. After the backfill has been so placed that no further appreciable settlement will occur, gravel surfacing shall be replaced to the same compacted thickness as the original surfacing. During construction operations, the gravel on the remainder of the street not occupied by the trench may be disturbed and covered with dirt from the excavation. After completion of the backfill, such dirt shall be removed as completely as possible and additional gravel placed on the street as directed by the Engineer until the street is satisfactorily restored to its original condition. Gravel surfacing cut and appropriate contract unit price as given prices shall be inclusive of materials, thereto. 1 replaced will be paid for at the in the Proposal. Contract unit placement, and all work incidental I c. Polyvinyl Chloride (PVC) Pressure Pipe - four Inch and Smaller ' Diameter PVC Pipe: 1. Pipe and fittings shall be manufactured from JSF approved Type ' 1, Grade 1, PVC conforming to ASTM resin specifications D-1784 as amended and/or revised and shall be stamped with the NSF seal of approval and permanently marked. 2. *The pipe shall have a pressure rating of at least 160 psi at 73° F. and conform to the requirements of specifications ASTM D-2241-69 and product standard PS 22-70 and with standard dimension ratio SDR-26. ' 3. Provision shall be made for expansion and contraction at each joint by use of a gasket type joint and integral bell or equal. 4. The pipe manufacturere shall be a member of the Plastic Pipe Institute or American Water Works Association. ' 5. All fittings and specials used in connection with the pipe shall conform to recommendations by the pipe manufacturer or be of proven equal. The pipe and fittings shall be installed in accordance with the recommendations of the pipe manufacturere and consulting engineer and be installed under the supervision of an engineer. ' 6. As additional ASTM, ASA, PPI, NSF or AiiWA specifications are issued, the pipe and specials shall be modified to conform to these specifications. ' f. Polyvinyl Chloride (PVC) Pressure Pipe - 4 Inch and Larger PVC Pipe: NOTE - AWWA C-900-81 Specification shall supersede the following where applicable. 1. The pipe shall be manufactured from NSF approved material that conforms to ASTM D-1784 Type 1, Grade 1 (PVC 1120) resins, and the pipe shall be stamped with the NSF seal of approval and permanently marked. ' 2. The pipe shall have a pressure rating of at least 200 psi at 73 F. and conform to the requirements of specifications ASTM D-2241-69, and Product Standard PS 22-70 as amended and/or revised, and with standard dimension ratio. (SDR) of 21. The pipe with extruded bells shall be furnished in not more than 20 foot length. Pipe with double gasket type of coupling may be furnished in 40 toot joints. Only molded and machined double gasket coupling shall be allowed with pipe in 20 foot and longer joints. ' 3. Provision shall be made for expansion and contraction at each joint by use or a gasket type joint. 4. The pipe manufactuer 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. 5. All fittings and specials used in connection with the pipe ' shall conform to AWWA short or long bodied cast iron fittings using a mechanical joint system with hardened or duck tipped type of rubber gaskets in accordance r , I I 22-2 I • I - . with AWWA specifications C110 and C111. The fittings shall be cement lined in accordance with AWWA specification C104. The pipe and rifting shall be installed ' in accordance with the recommendations of the pipe manufacturer and consulting engineer or his representative. The use or torque type wrench shall be mandatory Ito tighten up the glands as required. 6. As additional ASTM, ASSA, PPI, NSF or AWWA specifications are issued, the pipe and specials shall be modified to conform to these specifica. 'tions. 7. The consulting engineer may specify by brand name the manu- facturers of approved materials that may be used. 8. The pipe shall be permanently marked by the manufacturer and ' coded for the date, batch and shift in which the pipe was made along with other required marking as set forth in ASTM and P.S. standard specifications. 9. The pipe manufacturer shall furnish to the consulting engineer certified copies of test results performed in accordance with the following paragraphs of Appendix A-4 of ASTM 2513 "Recommended In -Plant Quality Control Program for Plastic Pipe and Fittings". A-4.1 Introduction ' A-4, 2 Material A-4.3 Pipe Tests A-4.5 Method of Tests 'A-4.6 Marking . ' 10. The warranties set forth in the consulting engineer specifica- tions shall govern both workmanship and material and shall be for a period of not less than one (1) year from the date of acceptance by the Owner or his agents . ' The warranty of the material by the supplier shall be in writing to the contractor, who will forward copies to the Owner of the system for a permanent record. Any material failure shall be replaced at no cost to the Owner. ' g. Polyvinyl Chloride (PVC) Pressure Pipe - Selection: 1. All PVC pipe shall be selected from the following table in accordance with the maximum static pressure of the water system. Maximum Static Pressure SDR Pressure Rating of Pipe •' 210 psi 14 315 150 psi 18 250 120 psi 21 200 (mine for 6" or larger pipe) 90 psi or below 25 160 (min. for 4" or smaller pipe) 22-04. CATE VALVES: Gate valves shall conform to the latest specifications ' for gate valves as adopted by the AWWA. Gate valves shall be designed for en operating pressure or 150 psi or better and shall be double -disk, parallel seat type, iron body, bronze mounted, inside screw, non -rising stem,.with "0" Ring 22-3 i I I Seals, with standard hub nut. Cate valves shall open counter clockwise and shall have a mechanical joint ends, unless otherwise required. 1 Six(6) inch gate valves with one mechanical joint end and one flanged end shall have a mechanical joint end as specified for mechanical joint end fittings and one end with an American Standard Class 125 flange. Gate valves of 20 inches and larger, unless otherwise required, shall be of hori- ' zontal installation with enclosed bevel gearing with grease case and 4 -inch by- pass valve such as the Mueller A-2480-6-06 gate valve as described on page 13-i1, Section 13 on gate valves of the Mueller Catalog W-96, and shall be provided with rollers, tracks and scrapers. 22-05. VALVE BOXES: Valve boxes shall be fourteen (14) gauge corrugated ' steel, 12-1/2 O.D. inches in diameter and long enough to extend to shoulder of valves and below the operating hub nut. Box shall have a cast iron ring and cover. Ring and cover shall be of a type and quality as shown on the detail ' sheet. Box shall be fastened together at vertical seam with three rivets equally spaced. Galvanized valve boxes shall be dipped in coal -tar enamel. Coating shall be at least 1/32 inches. Any boxes longer than the standard length of 0" to 37" ' shall be paid for by the bid item for valve box extensions. SPECIFICATION FOR AIR RELEASE VALVES: 1" APCO #142 Air and Vacuum valve, cast iron body, stainless steel float and delrim trim. 22-06. SPECIFICATION FOR C.I. TAPPING SLEEVES: Tapping sleeves and tapping crosses for 6" x 6" x 6" through 12" x 12" x 10" shall be made of cast iron with ' mechanical joint end connections, with plain end gaskets, and shall be for use with either class 150 A.C. and/or class 200 C.I. conforming with American Standard Specification A21-8 or A21-6. For sizes of tapping sleeves 16" x 16" x 6" and ' larger, the sleeve shall be made of C.I., the end connections shall be a calked type and shall be for use on class 150 C.I. pipe. In some cases, the class of pipe may be other than above and it will be the Contractor's responsibility to insure that additional end gaskets are available for adaption. These tapping sleeves are to be used where called for on the plans, to make a branch connection into an existing C.I. or A.C. line under pressure. Any tapping sleeves or crosses ' to be furnished under this contract shall be approved by the Engineer for design of the body, for strength of section and for a water tight seal at both the longi- tudinal and circumferential gaskets. All tapping sleeves and crosses shall have a flanged outlet with a standard class 125 flange in the size called for on bid proposal. The Owner shall have the option of using tapping sleeves and crosses ' or using the usual insertion method with payment of a wet connection. 22-07. SAND BEDDING: Sand bedding shall be used when required, as per the discretion or the Engineer, in rocky, hard lumps soils or acidic soils. The sand shall extend 6" below the bottom of the pipe and 12" above the pipe and shall extend sideways to the sides of the trench. ' 22-08. METER TRANSFERS: Meter services lines shall be installed as shown on the detail plans. It shall be the duty of the Contractor to leave the water turned Ion or off as round prior to meter transfers in order to obviate inconvenience to the customer in one case or damage in the latter. Corporation stops and curb stops shall bs of the type and quality specified by Owner. All stops shall be of the ' round full opening type with no restriction in the opening below the nominal size, and for use with copper tubing. ' 22-4 I I 2Y_09, TAPPING SADDLES (SERVICE CLAMPS): Tapping saddles for use with cast ' iron pipe shall be of bronze, cast iron, malleable iron or ductile iron with straps of bronze, iron or steel. Iron or steel straps and nuts shall have a heavy cadmium or galvanized plating applied after threads have been cut and finished. All saddle straps and nuts, of material other than bronze, shall be heavily field coated with tar enamel after installation. The coal -tar enamel shall be applied to completely dry saddles, straps, and nuts. ' Tapping saddles for use with Asbestos -Cement pipe shall be of bronze with bronze flat straps such as the Smith -Blair Type 32 or 323; Jones Type J-955, J-959; or ' Baker Saddles, or approved equal. All saddles shall be tapped for Mueller Corporation stop threads. Caskets for all saddles shall be or rubber or neoprene. 22-10. COPPER TUBING: Copper tubing shall be of soft annealed type K -6(a) A.S. T.M. Specification 888-55. Copper tubing shall be bent only with the use of approved tube benders and without any kinks or sharp bends. I 22-11. STEEL FITTINGS: All steel fittings shall be fabricated so that each separate run of each arm of a fitting will be not less than 15". ' 22-12. COUPLINGS: Couplings called for under the bid items as transition coupling steel shall be either Smith -Blair Type 413 or Baker Series 212, or Dresser Style 62 reducing couplings; couplings called for in the bid proposal as allsteel shall be Dresser Style 38, or Smith -Blair Type 411 or Baker Allsteel Coupling Series 200. Bolts shall be standard for the sleeve specified. All couplings shall be tarred and wrapped. Payment for this item shall include all bolts, ' gaskets, tarring and wrapping complete in place. Contractor shall stock all gaskets necessary to couple different O.D. steel pipe as well as the steel used in fabricating fittings. ' 22-13. HYDROSTATIC TESTS: See Section 18-2 "Hydrostatic Tests" ' 22-14. DISINFECTING WATER MAINS AND WELL PIPING: a. All new waterwork structures and pipeline and fitting shall be dis- ' infected with a dosage of 50 mg/1 of chlorine. This dosage will remain within the structure, pipelines and fittings for a period of not less than 24 hours at which time the chlorine residual will be tested. This chlorine residual must be at least ' 25 mg/1. b. If the chlorine residual does not contain 25 mg/1 after the 24 bour ' period the disinfection will be repeated as required until the desired residual has been obtained. c. The disinfecting or the waterwork structure, pipelines and fittings shall be in accordance with AWWA C601-81 and the reservoir shall be disinfected in accordance with 0102-78, Section 5, First Method. '• d. No waterworks, pipelines or fittings will be accepted for use until satisfactory sterilization has been obtained. ' 22-5 22-15. BACTERIOLOGIC TESTINC: AU neq waterwork structures and pipelines and fittings shall have bacteriologic testing in accordance with AWWA Standards Speci- ficationS C601-81. The bacteriologic samplesshallbe tested in two successive days after flushing of the system and prior to the system being put to use. Bacteriological samples shall be tested by the Arkansas Department or Health. 22-16. INTERFERENCE WITH SERVICE AND SCHEDULE OF WORK: The Contractor shall obtain the permission or the Engineer before making any connections with existing mains. The operation or any existing valves affected by the work will be performed by the Contractor in co-operation with the Owner. The Contractor will be required to arrange his construction program with a view or maintaining continuous service to water users from existing facilities, to the fullest extent possible. 22-17. NON-CONOUCTINC PIPE: All installations using plastic pipe, asbestos - cement pipe or other non -conducting pipe shall have imbedded in the pipe or ntrunn on ton of the nine a metallic wire or other element which is detectable b 22-18. INTERRUPTION OR SCHEDULING OF CONSTRUCTION: The Contractor shall, at all times, withhold construction work where any conflict in the service requirements occur, as directed by the Engineer. Work shall be started upon the direction of the Engineer and shall be completed in a prompt, efficient manner in coordination and co-operation with other utilities concerned. The Contractor may be required to do certain work at night, especially some wet connections when, in the opinion of the Engineer, it will be necessary for the convenience of the City and general public. In the case of any wet connections where shut -offs of existing water lines will be made, the Contractor shall notify each household, office or any water user that shut-off will be made, giving full detail. Also, the Contractor and the Engineer shall determine when these shut- offs will be made so that notice may be inserted in the local newspapers. Both procedures shall be done so as to give the water users ample time to provide themselves with a temporary supply df water. 22-19. METER BOXES: Meter boxes as required in metered services line work shall be in accordance with plan details and shall include box, plate, cover, lock and springs. A sidewalk plate shall be installed when the meter is located in a sidewalk and a heavy sidewalk plate (driveway plate) shall be used when the meter is located in a driveway. Meter boxes shall be constructed of cast iron, concrete or corrugated steel or plastic with locking cover: a. Plate and Ring: The plates shall be or grey cast iron and shall meet A.S.T.M. Standards. The plates shall have Integrated in the casting top a 22-6 II I SECTION 30 METHOD OF MEASUREMENT AND BASIS OF PAYMENT 30-01. GENERAL: ' This section will specify the method of measurement for each item as presented on the bid form. 30-02. METHOD OF MEASUREMENT a. All pipe installed in accordance with the plans and specifications and ' accepted by the Engineer shall be measured in place by the unit for each size and description of pipe installed, complete in place. ' b. All valves, fittings and appurtenances installed, in accordance with the plans and specifications and accepted by the Engineer shall be counted in place by the unit for each type and description of Item installed, complete in place. c. All multiple- component Assembly items installed in acccordance with the plans and specifications and accepted by the Engineer shall be counted in place by the unit for each type and description of Assembly installed, complete in place. d. All pavement repair constructed in accordance with the plans and specifications and accepted by the Engineer shall be measured in place by the unit intalled, complete in place. e. All crushed limestone (AHTD Class 7) installed in accordance with the plans and ' specifications and accepted by the Engineer shall be measured in place by volume, compared with the truck weight ticket supplied by the quarry, of base material, complete in place. If. All concrete used for reaction blocking shall not be measured but shall be installed per the plans and specifications and shall be included in the unit of valves, fittings and appurtenances installed, complete in place. g. All concrete for encasement of water mains installed per the plans and specifications and accepted by the Engineer shall be measured in place by the. ' unit installed, complete in place. h. All rock excavation shall be measured by the cubic yard of rock in its original position within the limits of the trench as described in the specifications ' and shall be measured separately from the various increments of -cut. i. All material used for sheeting bracing and shoring left in place at the direction of the Engineer shall measured in place by the unit installed, complete in place. i. All construction staking shall be the responsiblity of the contractor as indicated in Section 10 of the General Conditions and shall be included in the unit price for pipe installation, complete in place. ' 32-03. BASIS OF PAYMENT Work completed, accepted and measured as provided above shall be paid for at the 'contract unit price bid, per unit described, for each item described, complete in place, which price shall be full compensation for all excavation and backfill, furnishing and installing of this item, for all special tools, equipment, labor and supervision necessary to complete the work. MP -1 plow or shovel. The embankment shall then be formed of damp earth or other suitable material. Embankments to be used as foundations for pipe must be filled in layers and more than 6 inches in thickness, each layer being thoroughly tamped, up to the elevation of the top of the pipe to be supported before the pipe is laid. This distribution of material must be uniform and such as to make a solid and compact foundation. 21-10. MANHOLES: Manholes of the design indicated on the plans and/or work order and as detailed on the Standard Manhole Detail Sheet shall be built around the pipe at designated intervals, and shall be adjusted such that pipe joints at this point will be just outside the manhole barrel both upstream and downstream. These joints just outside the manhole barrel shall be reinforced with a Class "B" concrete block poured under the joint, and in- cluding the lower one-half of the pipe. This block of concrete shall be at _ least 3" thick under and around the bell and shall extend at least 6" on each side of the joint along the axis of the pipe. After the manhole has been con- structed and a shelf of concrete has been poured in the bottom of the manhole at an elevation of one-half pipe diamter above invert elevation, the top one- half of the pipe through the manhole shall carefully be broken out and removed. The bases of manholes 16 feet or greater in depth shall contain reinforcing steel furnished and placed by the Contractor in accordance to the details as shown on the Standard Man -hole Detail Sheet. All manholes shall be neatly plastered inside with minimum �" thick water proof sand -cement plaster. Where required manholes constructed below ground water level shall be plastered on the exterior surface of barrel from base slab to a point 12" minimum above ground water level with �" minimum thickness water proof sand -cement plaster or as specified on the plans. Plastering will not be applicable on pre -cast (Type B-1 or C-1) Manholes, unless specifically required by the Engineer. All concrete and concrete precast units shall be Class "B" (3000 pounds per square inch) and all material, the reinforcing steel, and the methods of mix- ing, pouring and placing, shall conform to the "General Specifications for Concrete Work" of this contract, the depth to be used in determining payment due the Contractor shall be the distance, as measured by the Engineer from the top of manhole cover to invert of lowest pipe through manhole. Cement used in all manhole construction shall be Type II Sulfate Resistive, including all precast units, all mortar and plaster. 21-11. LAMPHOLES OR CLEAN -OUTS: Lampholes or clean -outs shall be construct- ed where shown on the plans, or as ordered by the Engineer, and shall be con- structed in accordance with the detail drawing shown on the plans. 21-12. OMITTED. 21-13. STANDARD MANHOLE FRAME AND COVERS AND MANHOLE STEPS: All standard manhole frames and covers and cast aluminum manhole steps shall be cast or finished to dimensions shown on the plans. Cover seats and frame seats shall be machined. They shall be made or tough gray iron; free from cold shutes or blow holes and of workmanlike finish. A blow from a hammer shall produce an indentation on a rectangular edge without flaking the metal. 21-6 II Before leaving the foundry, the iron castings shall be subjected to the hammer inspection and thoroughly cleaned, after which theyshall.be dipped in asphalt or coal tar and oil applied at a temperature of 290 and 3100Fahrenheit. The material for these castings (Serial Designation: A48-60, Class 25C, 2.0 in. of the American Society for Testing Materials and latest revisions thereof). Man- hole frames and covers shall not weigh less than 400 pounds combined and shall be of the style and design as shown in the structure sheets of the plans accom- panying these specifications. The frame and cover shall be cast, finished and machined such that the cover will seat true and even without rocking within the frame. Steel or cast aluminum steps of the design and dimensions as shown on the Stan- dard Detail Sheets or an approved equal shall be used in all manholes. The cast aluminum steps shall be constructed of 356-T6 aluminum conforming to A.S.T.M. specification S.C. 70A and 826-60T. No direct payment shall be made for manhole frames and covers or manhole steps. The cost complete in place for these items shall have been included within the unit bid price for the applicable manhole. 21-14. PAVEMENT REMOVAL: The Contractor shall furnish all material, labor, equipment and supplies necessary to do the work required in removing of pavement (and disposal of same) where required. No extra or direct payment shall be made for oil pavement (oil mat) removal except as herein specified. Oil pavement (oil mat) shall be defined as any pavement surfacing consisting of mineral aggregate both coated and cemented together with a bituminous material, such surfacing to include: cold mix, road mix, bituminous macadem, double penetration, etc., but excepting therefrom surfacing or base comprised of asphaltic concrete "hot plant mix". Payment for the removal of an "Oil Mat" surfacing shall be made based on all of the following criteria: 1. The perimeter must be cut by a mechanical cutting device. 2. The surfacing to be removed must be 2 inches or greater in thickness. 3. The surfacing material must be removed and cannot, by requirements of the specifications, be incorporated within the trench backfill and/or earth embankment. 4. The removed surfacing material must be hauled to and disposed of, by the Contractor, at a location off the job site. Oil Mat surfacing meeting all of the above criteria shall be, along with asphaltic concrete "hot plant mix", considered in these specifications as asphalt paving. Concrete and asphalt pavement removal shall be paid for under the unit bid item covering such removal. Saw -cutting is required on all concrete paving, and may be required on asphalt paving on all State -maintained arterials. Payment for saw -cutting shall be made under the appropriate bid item, and is based on one - inch (1"). minimum depth of cut. 21-7 II The Contractor shall make the necessary paving cuts in asphalt paving using a hand operated air hammer equipped with an asphalt pavement cutting blade., or a pavement saw. Concrete paving shall be cut using a concrete saw only. The cutting shall be carried in vertical plane through the pavement along a straight line marking the limits of the cut. Any unnecessarily irregular breakage or cracking caused by the Contractor through inexperienced or careless workmanship, careless use of equipment and trench cave-ins shall be removed and replaced by the Contractor without added expense to the Owner. Paving cuts for manholes and valve boxes indicated in the following paragraphs. The maximum width of pavement removal and replacement for payment purposes on both Sewer and Water lines shall be as follows: ' Removal & Replacement Removal & Replacement Payment Payment Width for 0'- Width for Trench Depths over 8' Pipe Size 8' Trench Depth ' 2'3f" to 6" 2' - 6" 5' - 0" 8" to 12" 3' - 0" 6' - 0" 14" to 18" 3' - 6" 6' - 6" 20" to 24" 4' - 0" 7' - O" 27" to 30" 5' - 0" 8' - 0" 33" to 36" 6' - 0" 9' - 0" 42" to 48" 7' - 6" 11' - 0" ' Manholes, Valve Outside dimension or Outside dimension or diameter of Boxes and Other diameter of structure structure plus 4 ft. below ground plus 2 ft. ' structures The Engineer may authorize pavement removal, including payment therof, exceeding the above tabulated pay limits, at the written request of the Contractor, when soil and/or existing pavement surfacing conditions encountered while making trench excavations will not permit the pavement removal to be contained within the above tabulated pay limits. The approval of the request must be made in writing by the Engineer. Any areas of pavement removal exceeding the pay limits as permitted by the specifications and not authorized for removal by the Engineer in writing shall not be considered for payment. 21-15. PAVEMENT REPLACEMENT: All paving cuts shall be repaved in accordance Ito the general thickness and material design provided herein and/or on the plans and/or as specified in the work order(s) and shall be made in complete compliance with applicable specifications. ' The Contractor shall repave all paving cuts. All unauthorized paving cut areas exceeding the herein before mentioned tabulated pay limits shall be repaved at the expense of the Contractor, all other payment replacement made by the Contractor shall be paid, based on the applicable unit bid prices. ' Pavement cuts will not be repaved until the newly installed utility lines have been flushed, tested'and no leaks appear and backfill compaction test reports have been received and approved. The street surface and gutters shall be swept clean by the ' Contractor after the pavement replacement is completed. ' 21-8 I 21-16. CUTTING, REPAIRING GRAVEL STREETS: All gravel surfacing materials disturbed shall be removed carefully and conserved free from any admixture of other materials, and replaced to conform to the street surface on either side of the trench, after being wetted and thoroughly tamped. In no case shall the depth or the replaced materials be less than the depth of the surfacing material on the street where such materials have been disturbed. If the gravel taken ' from the surface is permitted to become mixed with other materials, it shall not be used in the reconstruction, but shall be replaced with approved clean gravel. ' 21-17. INLET OR LINE STUB CONNECTIONS: During the progress of the work as shown on the plans and as directed by the Engineer, the Contractor will be re- ' quired to leave one or more inlet or line stub connections out of manholes for future extensions or connections. These stubs will constitute one joint for each connections which the Contractor will be paid the unit price bid for the t various sizes of pipe stubs complete in place. 21-18. EXISTING HOUSE SEWER LATERAL OR WATER SERVICE CONNECTIONS: Where ' house service line connections to existing sewer mains and water mains are encountered, the Contractor shall exercise due care in that the service lines will not be disturbed or damaged. Should any service line connections be ' broken during the construction of the new line, it shall be replaced by the Contractor with the same type pipe, if approved by the Plumbing Inspector, or better, and in the case of a sewer service, the dirt shall not be backfilled ' until the service line is inspected by the Owner's Plumbing Inspector, and in the case of a water service line, the dirt shall not be backfilled until the service line is inspected by the Water Construction Superintendent. No extra ' compensation will be allowed the Contractor for this item. The Owner assumes no liability for damage to or replacement of house sewer and water service line connections. ' Whenever it becomes necessary to construct a new sanitary sewer lateral as a replacement for an existing line, and the alignment of the new line coincides approximately with the existing line and the grade of the new line is approx- imately at the same grade as the existing line or lower, then the existing line shall be removed or dealt with as ordered by the Engineer -Inspector. The cost of this work when applicable shall be paid for under the appropriate item in the Bid Proposal. The Resident Inspector shall determine if it is necessary to pump sewage around the replacement work, or if it is possible to temporarily plug the sewer line during the replacement operation. Where a new sewer lateral is constructed as replacement for an existing sewer ' lateral or to relieve overloading of an existing sewer or for any other reason, the Contractor shall carefully reconnect all existing service connections to the new sewer line. ' 21-19. CONNECTING SEWER LINES TO EXISTING MANHOLES: During the progress of the work, where shown on the plans and as directed by the Engineer, the Contractor will be required to connect the sewer line(s) under construction into existing manholes having no stubs provided for the connection. In this case, the Con- tractor shall be required to carefully break into the manhole at the invert I ' 21-9 I SECTION 22 ' PIPE, FITTINGS, VALVES, FIRE HYDRANTS AND OTHER MATERIALS AND EQUIPMENT AND THE INSTALLTION THEREOF 22-01. GENERAL: The installation of anypipe or fittings or other waterline ' appurtenances in this contract will be according to AWWA Specifications C600-83 or C 900-81 whichever is applicable unless otherwise specified herein. If any ' mention of outside specifications is made, they will apply except as otherwise specified in these specifications. The specifications in Section 7 shall apply to water lines unless specifically referred to sewer only. They shall have precedence over those in AWWA Specifications C600- 82 or C900-81, whichever is 'applicable. 22-02. METHODS OF CONCRETE STRUCTURE REMOVAL: Water lines will not be con- structed under walkways, sidewalks, curbs and gutters, drive pads or similar concrete structures by tunneling underneath them. The Contractor will cut ' these concrete structures by using a concrete saw, or at his option, he may remove the section of the concrete structure to the nearest full expansion joint or edge. ' 22-03. PIPE MATERIALS: 1 1 I I 1 I 1 a. Cast Iron: Cast iron pipe shall conform in every respect with American Standard Specifications A 21.1-1977, (AWWA C101-77) for design using 18/40 or 21/45 iron strength, ASA A21.6-1975 (AWWA C106-75) All cast iron pipe, ductile iron pipe, cast iron fittings and ductile iron fittings shall have an inside cement mortar lining and bituminous seal coating in accordance with ASA Specification A 21.4- 1985 (AWWA C104-85)- Joints for cast iron pipe will be either "Roll-on" or "Fastite" as manufactured by American Cast Iron Pipe Company or "Tyton" joint as manufactured by the United States Pipe and Foundry Company, or mechanical joint pipe as manufactured by American Pipe Company will be acceptable except where flange to flange joints may be used. Fittings for cast iron pipe shall conform to ASA A21.10.1982 (AWWA 0110-82). b. Concrete Cylinder Pipe (Modified Prestress): Concrete cylinder pipe (modified prestress) and fitting shall conform to Federal Specification SS -1-381-A-1967 and AWWA Standard for Reinforced Concrete Water Pipe Steel Cylinder Type, Prestressed (AWWA C301-84). The pipe joints shall be of bell and spigot design utilizing rubber gaskets. c. Steel Pipe: Steel pipe shall conform to AWWA Specification C201 - except that steel plate shall conform to ASTM Specification A293 Grade 8 or C and steel sheets shall conform to ASTM Specification A245 Grade B or C. Pipe joints shall be of bell and spigot design utilizing rubber gaskets. Fittings for steel pipe shall conform to AWWA Specification C208-83 . d. Asbestos Cement Pipe: Asbest Specification C400-80 and AWWA C401 for the Pipe joints shall be "ring tight" or equal. be cast iron conforming to ASA Specification have "right'tight" ends. 22-1 os cement pipe shall conform to AWWA selection of asbestos -cement pipe. Fitting for asbestos -cement pipe shall A21.10-1982 (AWWA C110-82) and shall I I after tests are taken at no increase in contract price. Periodic testing during ' the progress or the excavation will be conducted as required by the Engineer. Any trenches or structure excavations improperly backfilled, or where settlement occurs, shall be reopened to the depth required for proper compaction, then re- filled and recompacted and pavement, if any, replaced to the requirements of these specifications, at no increase in contract price. 12-07. PROTECTING AND REPLACING EXISTING IMPROVEMENTS: Any existing improve- ments damaged during trenching operations shall be replaced to match the original ' installation. 12-08. MAINTENANCE OF ACCESS: Except where otherwise directed by the Engineer, excavated material shall be piled along the trench in a manner to cause as little inconvenience as possible to public travel and access. Openings for traffic must be left at sidewalks, along streets, and at alley crossings. Fire hydrants must be left accessible for use. 12-09. PAVEMENT CUTS: All paving encountered within the width and line or trenching shall be removed and replaced in accordance with the details shown on the drawings and paving specifications included in these specifications. Cuts of existing paving shall be to a clean, vertical, straight line and shall be I. cut with a cutting wheel or with a pneumatic pavement cutter. Unnecessarily irregular breakage shall be replaced by the Contractor at his expense. Where pavement cuts are required for manhole regrading, cuts shall be a minimum of 3 I feet from edge of the manhole and square in the direction of traffic. Cuts for placement of drop inlets shall be a minimum of 2 feet from the street edge of the inlet gutter. The pavement shall be cut to the width required by the Contractor for accomodating his trench excavation width at the roadway level. After backfilling and tamping Ito the top of the subgrade, an additional paving cut shall be made one foot from the edge of the original paving cut and the new paving (subgrade preparation, gravel base course, prime coat, asphaltic concrete base course, tack coat, and ,asphaltic concrete surface course) constructed so that such new paving will have 12 inches of bearing past the edge of the trench excavation. AHTD CLASS 7 CRUSHED STONE SHALL BE USED FOR BACKFILLING ROADWAY PAVEMENT CUTS AFTER PIPE HAS BEEN BEDDED IN ACCORDANCE WITH THE MAUNFACTURER'S AND ENGINEER'S SPECIFICATIONS. I I I 12-5 I ' • 12-10. CONFLICTS WITH IMPROVEMENTS ON PRIVATE PROPERTY: Where utility mains ' or structures are constructed in parkways or easements through private properties that have been improved by lawns, trees, shrubs, fences, or gardens, the Contractor shall, in advance of working the excavation, remove such lawns, trees, shrubs, or t plants as may be necessary for the protection of the work, and shall replace them in as nearly the original location and condition as is reasonable possible after the excavation has been backfilled and compacted. In parkways and easements when it is necessary to deposit the excavated material on private property, or otherwise use private property, without first receiving written permission for such use from the property owner, private property, if used, shall be restored to its original condition at conclusion of the construc- tion work. ' Where it becomes. necessary to excavate in easements that have been improved with fences, buildings, walks, or drives or where the excavation, although on ' public right-of-way is close enough to cause damage to such structures, on completion of the construction the Contractor shall replace the fence, build- ings, walks, curb and drives, and shall leave all such improvements in the ' original conditions as round. Lawn sprinkler systems shall be protected, or restored, if damaged by the Contractor. I I 1 I 12-6 I . : . . . SECTION 13 OBSTRUCTIONS 13-01. GENERAL: Obstructions shown on the drawings or encountered during ' construction shall be removed, relocated, reconstructed, or worked around ex- cept privately owned items on public property and public utilities operated under franchises will be removed or relocated by the respective owner. Definite ' information as to the exact location of all underground facilities and services is not available, and the Contractor shall establish their location by digging in advance or machine operations. Publicly owned items designated for salvage shall be removed carefully to prevent damage, and shall be loaded, hauled and stored at designated watehouses or yards. Unless further excavation is requir- ed for construction at the location, backfilling of the spaced occupied by the ' obstructions shall be as specified for backfilling of structures. Backfill shall be compacted as specified or required. Surplus and waste material shall be disposed of at designated or approved locations. No separate or additional ' payment will be made for the removal, relocation or reconstruction of items except those items listed on the Proposal and specified to be paid for in "Basis of Payment". All costs for the removal, relocation or reconstruction of other ' items shall be considered subsidiary to the cost of new construction at the location. ' 13-02. MANHOLES: Tops of existing manholes not conforming to revised finish grade shall be raised or lowered as required. Manhole neck shall be raised or lowered as required. Manhole neck shall be removed to extent necessary and shall ' be cleaned of mortar and dirt. Contractor shall furnish mortar, concrete and any additional brick when needed. Existing castings shall be removed and reset at required elevation. ' a. Mortar: One part Portland cement, one part hydrated lime, and 6 parts clean sharp sand mixed with sufficient water to obtain proper consistency. ' Mortar shall be used within one hour after.adding water. b. Brick: ASTM Standard C32, available grade. ' c. Concrete: Concrete shall conform to requirements of section en- titled "Concrete Work". ' 13-03. CONCRETE AND BITUMINOUS PAVEMENT: Concrete slabs, concrete pavement, bituminous pavement and base and pavement overlay of concrete or bituminous material designated for removal shall be cut in lines approximately straight and parallel, vertical to the surface. Slabs, pavements or overlay shall be broken out and entirely removed, complete with underlying base, and rubble shall be I. wasted at designated or approved locations. Area from which pavement was removed shall be backfilled or further excavated as required for construction at the location. Where designated, pavement shall be replaced in accordance with the details shown on the drawings. 13-04. CURB AND.GUTTER: Curb and gutter designated for removal shall be ex- cavated as required, broken out and entirely removed, and all waste material disposed of as directed. The area shall then be backfilled or further excavated as required for new construction at the location. 13-1 1 13-05. DRAINAGE PIPE: Irrespective of type, the Engineer will designate those to be salvaged and those to be torn out and disposed of as waste. If such determination cannot be made by preliminary excavation, the pipe shall be excavated by the Contractor to expose it for further inspection. Pipe de- signated for salvage shall be excavated, removed, transported, and stored in a designated location, using due care to prevent damage to the pipe throughout the operations. Pipe designated as unsuitable for salvage or reuse may be re- moved by such method as the Contractor may elect and disposed of as directed; after being placed at the side or the ditch for inspection by the Engineer, and paid for as specified for residential or arterial grading. 13-06. PRIVATELY OWNED OBSTRUCTION: On public property, such as fences, small buildings, or similar obstructions, will be removed by their respective owners upon notification from the City. Should progress of the work be unduly delayed through such procedures, the Contractor may remove, relocate or recon- struct portions of fences at his own responsibility and expense, or by separate negotiations with the respective owner. 13-07. SODDED AND LANDSCAPED AREAS: Such as parkings on or adjacent to im- proved property shall be disturbed only to the extent required to permit construction. Such areas shall not be used as storage sites for construction supplies and, insofar as practicable, shall be kept free from stockpiles of excavated materials. Upon completion of backfilling at each location, sod shall be replaced and the entire area restored to a condition fully equivalent to the original. 13-08. PUBLIC UTILITIES: Public utility pipelines, poles, cable, conduits and wires which interfere with construction shall be by-passed or worked around by hand excavating, tunneling or other approved methods, at the Contractor's expense, where practical. Where not possible to bypass or work around the facility, the facility shall be removed or relocated by the respective utility company upon notification that such removal or relocation work is necessary to permit new, construction to lines and grades designated. Cost of such removal or relocation work shall be borne by the utility company. The Engineer shall notify the utility company in writing of the approximate date of which construction work will begin. Such notice shall be given sufficiently in advance of beginning on construction to allow adequate time for the removal or relocation work to be accomplished by the utility company without interfering with construction schedules. In the event that required removal or relocation work has not been accomplished prior to construction at the location, the obstructing facility may be removed or relocated by the Contractor at the expense of the utility company. 13-2 II • ISECTION416 TREE REMOVAL 16-01. GENERAL: This item shall consist or removing and disposing of those trees, within the public right-of-way or upon the owners property, as designated by the Engineer, or as shown on the plans, in accordance with the following ' specifications. a. Definition: For the purpose of the specification, a tree by definition shall be a large woody perennial plant with one main truck and many ' branches, having an average caliper of no less than four (4) inches as measured four feet above the existing ground surface. ' b. Limits of Removal: For water, sanitary sewer, storm sewer and all other sub -surface excavations, the complete tree, including roots, within the excavation pay limits shall be removed and disposed of. For water, sanitary sewer, storm sewer and all other sub -surface excavation, ' where a tree and/or its root system will suffer irreparable damage because of its close proximity to the excavation pay limits, upon the authorization of the Engineer, the tree shall be removed, the stump shall be cut to one (1) foot ' below the existing ground surface, and the root system within the excavation pay limits shall be removed. In roadway cuts, all trees designated for removal and disposal shall have their stumps and roots removed to a depth of not less than 18 inches below the finished grade. In areas under roadway embankment from which topsoil or unsuitable I. materials are to be removed, or which are designated to be compacted, all trees designated for removal and disposal shall have their stumps and roots removed to a depth of not less than 6 inches below the original surface. In all other ' areas under roadway embankments, all trees designated for removal and disposal shall have their stumps and roots removed to a depth of not less than 18 inches below the finished grade and not more than 12 inches above the original ground ' surface. In cases where existing permanent structure and/or existing permanent surfacing ' are (is) located adjacent to trees designated for removal and disposal, the corresponding stumps and roots within the construction limits, as shown on the plans, shall be removed as hereinbefore described. c. Procedures: Trees designated for removal and disposal shall be cut down and trimmed in such manner that adjacent property including any overhead ' cables is (are) not endangered. Trees removed may not be disposed of by open burning. I I ' 16-1 I SECTION 18 ' TESTING 18-01. TESTING: SEWER LINES: Test for watertightness shall be made by the Contractor in the presence or the Engineer. ' Tests shall be made at such times as may be requested by the Engineer. If the tests at the lower sections of the sewer line are satisfactory, such result shall be the basis upon which subsequent work may be judged but this shall not ' relieve the Contractor of the responsibility of further testing when so requested by the Engineer. The sewer line shall not leak under exterior ground water pressure, infiltration, in excess of a rate of 200 gallons per inch of pipe diameter per mile per day. If leakage exceeds the above stated amount, the sewer line shall be repaired ' until the infiltration comes within the allowable limit. At the option of the Engineer, the sewer lines shall be tested by subjecting the sewer lines to internal water pressure and measureing the quantity of infiltra- tion. Reaches or sections of the sewer line to be tested shall be determined by the Engineer. The reach or section of sewer line lying between two or more consecutive manholes, including the manholes at the upper ends of the section selected. The procedure for testing shall be as follows: The outlet sewer line at the lower manhole and the inlet sewer line at the upper shall be closed with ' stoppers. The upper manhole shall be filled with water to the top rim of the manhole ring, except, that filling of the manholes shall be limited to a maximum water depth of fifteen feet. The leakage shall be calculated from the drop in ' water level in the upper manhole and the leakage measured by this method shall not exceed the allowable leakage specified in the preceding paragraph. 18-02. TESTING PRESSURE LINES: (WATER AND SEWER) Test for watertightness shall be made by the Contractor in the presence of the Engineer and in accordance with AWWA specifi- cation C 600-82 Section 4. The maximum allowable amount of leakage for I. lines shall not exceed that set forth by AWWA Standard C 600-82, Section 4.2.2. When testing against closed metal seated valves an additional leakage per closed valve of 0.0078 gal/hr/in of nominal valve size is allowed. Tests shall be made at such time as requested by the Engineer. After completion of installation of the pipeline, a test of tightness of leakage of the joints shall be made by applying pressure on the line by means of a test pump hydro- statically. IL 1 I 1 The pressure line shall be subjected to a hydrostatic pressure of at least 1.5 x ' the working pressure at the point of testing. IA leakage test shall be conducted concurrently with the pressure test. Leakage shall be defined as the quantity or water that must be supplied into ' the newly laid pipe, or any valved section thereof, to maintain pressure within 5 psi of the specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. ' No pipe installation will be accepted if the leakage is greater than that de- termined by the following formula: ' L _ SDVP 133,200 ' in which L is the allowable leakage, in gallons per hour; S is the length of the pipe being tested; D is the nominal diameter of the pipe, in inches; and P is the average test pressure during the leakage test, in pounds per square inch guage. 1 1 1 1. 1 1 1 1 18-2 1 be removed from the site as directed by the Engineer -Inspector. This work shall be included in the prices bid for all items of trenching-backfilling-compaction. 21-03. BRACING AND SHEETING: In congested areas where due to narrowness of right-of-way, traffic, and adjacent utility lines, buildings, etc., it is not possible to slope the trench sides, the Contractor shall be required to keep the sides of the excavation as nearly vertical as possible by bracing, use of sheet piling or using a moveable "boot" or "caisson", unless otherwise specified herein. Failure to properly brace and sheet trenches shall be at the risk of the Contractor, and where such failure results in slides or caving, producing unusual or excessive loading on the sewer, the Contractor shall be required to remove and replace the sewer with whatever type of construction the Engineer -Inspector may require, with no extra allowance for materials or labor. The Contractor shall be responsible for damage to other utilities, buildings and structures resulting from trench earth slides, caving or other failures. No extra payment will be made for sheet- ing, bracing or "boot -caisson" since such extra costs shall have been included in the bid prices. No sheeting or bracing, where used, shall be removed until suff- icient backfill is in place to protect the pipe, and the adjacent street, alley or easement surface and structures from damage by sliding and caving -in of trench sides. No extra compensation shall be allowed for the handling of excavated material in alleys, easement, streets or other confined areas. 21-04. OPEN TRENCH: The Contractor shall not open up more trench in advance of pipe laying than is necessary to expedite the work, and in no event shall the length of a continuous open trench at the job site exceed three (3) blocks. A block shall mean the length of a block between streets in which the work is being done, but not to exceed 660 feet. In no case (platted or unplatted area) shall the continuous length of open trench exceed 1,980 feet. In no case shall the length of open trench without pipe therein exceed 330 feet. Trenching shall be done far enough in advance of pipe laying so as to allow the Engineer to make necessary grade changes without the use of extra fittings. If this procedure is not followed and it becomes necessary to either raise or lower or swing the new pipe line around obstructions due to change in grade, or alignment, it shall be done at the expense of the Contractor. If any extra fittings or pipe are found necessary for the above reasons, they shall also be at no expense to the Owner. 21-05. MANHOLE EXCAVATION: The sides of the excavation made for manholes and other concrete structures may serve as the outside form, if in the opinion of the Engineer the earth sides of the excavation are satisfactory and the concrete will not dry out too rapidly and if first class work can be assured in this manner. No additional compensation shall be allowed for excavating manholes, over the unit price bid for the various sizes or types of manholes in place at the various depths. 21-06. ROCK EXCAVATION: Rock is here defined as material which cannot be excavated without drilling and blasting, wedging, sledging or barring. All stone or boulders less than eight (8) cubic feet in volume will be classified as earth, and all larger boulders shall be classified as rock. If blasting is necessary to excavate such materials as shale, hardpan, soft sandstone, cemented gravel, caliche, or,loose rock, which normally can be classified as earth excavation, 21-2 II I. . 1 ' then this excavation shall be classified as rock excavation. Whenever a ledge of solid rock is encountered with earth below it or where alternate layers of solid rock and earth occur, the earth shall be included in the allowance for ' rock when the thickness of the layer of earth is less than twelve (12) inches thus requiring it to be removed by blasting along with the ledges of rock. The Engineer -Inspector shall in all cases decide whether blasting is necessary ' or not. Whenever rock is encountered in the trench or elsewhere, in any excavation re- quired to be made, it shall be excavated to the line and grade as shown on the plans for trench cuts and backfill in rock, unless otherwise directed by the Engineer. 'For trenches in general, rock shall be excavated to a depth of four (4) inches minimum below the outside bottom of the conduit except at points of rock and ' earth transitions at which points the rock shall be excavated to a minimum of twelve inches (12") below the outside bottom of the conduit. Any depression in the bottom of the trench caused by overshooting and/or excavating and being ' six inches (6") or greater in depth from a theoretical bottom of trench grade shall be filled to the theoretical bottom of trench grade with graded gravel of the gradations as shown on the plans or as approved by the Engineer. ' Rock excavation, including removal and disposal, shall be paid for on the basis of the unit bid prices and shall be measured by the cubic yard of rock in its ' original position within the limits of a trench having a bottom width 16" greater than the outside diameter of the pipe and sides sloping outward with a batter of one inch per foot beginning at a point 12" above the top of pipe. Rock excavated ' outside these limits will not be paid for. Payment for rock excavation will be in addition to payment for trenching-backfilling-compaction in the various in- crements of cut. ' 21-07. BLASTING: Where blasting is necessary suitable weighted coverings or mats shall be provided to confine all materials lifted by the blasting within ' the limits of the trench and to prevent injury of life and property. Blasting shall be under the supervision of a person, qualifed and experienced in the use and handling of explosives. ' 21-08. BACKFILLING: ' a. On all trenches and excavations the earth used in backfilling shall consist of the original excavated material or materials as required by the Engineer -Inspector in a finely divided form, free of large lumps, large t stones and rocks, pieces of old concrete, asphalt pavement, or oil pavement, and large wet or gummy masses, and shall be sufficiently moistened to permit good compacting but not sufficient to cause the backfill material to lump or ' form a ball when squeezed. Moistening water shall be added only in the amount required to achieve approximate optimum moisture content for the soil encountered, and the moistening water shall be thoroughly worked into the backfill material. ' No extra payment shall be allowed for the removal of rocks, large lumps of dirt, broken concrete -asphalt -oil payment, etc., from the backfill material. L 21-3 When in the course of trench or other excavation any material in encountered which in the opinion of the Engineer is unsatisfactory for backfill, this material shall be removed from the site and disposed of by the Contractor. A select material, provided by the Contractor and satisfactory to the Engineer, shall be substituted for backfill purposes. The payment for this material shall be based on the unit bid price for "Providing Select Backfill", multiplied by the number of cubic yards (to the nearest cubic yard) provided complete in place within the neat lines of the trench. The unit bid price shall include the cost of disposing of the unsuitable material and the providing of the select material but shall not include the cost of trenching, backfilling and compaction. The payment for trenching, backfilling and compac- tion shall have been included under their appropriate bid items. b. The backfill material when placed in the trench shall be thoroughly compacted to a minimum of 90% of maximum density throughout as determined by the Modified Proctor Method, with the exception that the top six (6) inches in resid- ential streets and the top twelve(12) inches in arterial streets (of the subgrade material) shall be compacted to a minimum of 95% maximum density (Modified Proctor) except if the backfill or subgrade material contains 35: or more of material pass- ing the No. 200 sieve, in which case, the compaction shall not be less than 90% of maximum density (Modified Proctor). The moisture content of the backfill material in place shall not exceed the optimum nor be less than the optimum minus five (5) percent. The obtaining of the correct moisture content will be the responsibility of the Contractor. Moisture and density requirements shall be governed by AASHO Designation: T-180 and T-147. The Engineer will determine the classification of the backfill required, whether for residential or arterial streets. c. Omitted d. The initial backfill around pipe shall consist of moistened finely divided earth carefully and evenly placed and thoroughly rammed and tamped with hand or pneumatic tampers to the required density range until sufficient fill has been placed to provide at least a 12" cover over top of pipe the full width of the trench or excavation. The remainder of the backfill material shall be placed in lifts of such depth that the required compaction and density can be obtained with the type of tamping or compacting equipment or method being used by the Contractor without damage to pipe, or causing pipe displacement, but not to exceed depths recommended by the equipment manufacturer, for various soil types, or as determined by compaction tests of the lift in place, or as directed by the Engineer -Inspector. e. Density tests for the purpose of determining the degree or compac- tion shall be made by a testing laboratory, supervised by an Arkansas Registered Professional Engineer, who shall certify the test reports, and shall be paid for by the Contractor. These tests shall be made in such a manner as to give the density of the backfill material throughout the entire depth of fill. In all cases sufficient tests shall be made at various depths which will give the degree of compaction within the lower one-half of trench backfill and in the initial fill around the pipe, as well as in the upper one-half of the backfill. 21-4 I i 1 f. Such density tests shall be made as follows: One test shall be made for each continuous 500' run of trench backfill per each 2 feet of depth except that no test shall be required for a run of trench backfill 50' or less measured from point of beginning. Any con- tinuous run of trench backfill between 51' and 500' interval shall require one test. Any run of trench backfill that falls between successive 500' increments shall not require a test unless the run of trench backfill is more than 250'. g. The Resident Inspector shall have the right to call for any addi- tioanl tests he may deem necessary at shorter intervals along the trench in order to carry out and complete more fully and perfectly the work within the intent of 1 these specifications. Any additional tests shall be at the Contractors expense. h. The location of test sites and depths of tests shall be determined 1 by the Resident Engineer and he shall be responsible for calling and requesting the laboratory to made tests at the location(s) selected. The contractor shall provide any assistance necessary in taking these tests at no additional cost to 1 the Owner. i. When test results fail to meet the density requirements as previous - 1 ly stated, additional compaction shall be required. If the tests indicate the compaction method being used by the Contractor does not produce the required end results, the Contractor shall at the direction of the Engineer or project inspector 1 alter the methods so as to produce the required densities in the compacted backfill. All re -compacted trenches shall again be tested for required density as outlined in preceding paragraphs at the Contractor's expense. All sewer appurtenant 1 structures shall be backfilled in accordance with these requirements. j. When in the opinion of the project inspector or Engineer sandy - 1 gravelly soils, or other soils, are encountered which do not readily lend them- selves to proper compaction with the use of mechanical equipment, the Contractor may jet or flood the trench with water in successive lifts in a volume sufficient Ito obtain the required density and compaction, including the use of vibratory equipment, when necessary. No extra payment will be allowed the Contractor for this method of compaction. 1 k. It shall be mutually agreed that proper and adequate backfilling and compaction devoid of any future settlement regardless of the method used 1 shall be the responsibility of the Contractor, and final acceptance of the pro- ject does not relieve the Contractor of this responsiblity. The Contractor shall at his expense repair all damages to streets, sidewalks, curbs -gutters, paving, 1 sewer pipe, water lines and any other private or public utility line including damage to abutting private property caused by trench or excavation settlement within a period of thirty-six (36) calendar months after final acceptance of 1 each individual project by the Owner. 21-09. EMBANKMENTS: Where embankment is necessary to support the pipe or to 1 cover or protect it in any way, it shall be made to the width and slope shown on the plans or designated by the Engineer. The surface or the ground receiving em- bankment shall be carefully cleared of all unsuitable material, and furrowed with 1 21-5 1 I• I SC -16. UNDERCUTS If unstable or unacceptable material in encountered during the preparation of the subgrade, the designated grade will be undercut as directed by the Engineer and suitable material placed in the undercut area. If suitable material does not exist on the site, then borrow or SB-2 base material may be directed to be placed in the undercut area by the Engineer. ' SC -17. MANHOLES AND VALVE BOXES ADJUSTED TO GRADE The Contractor shall adjust the top elevation of existing manholes and valve boxes to coincide with the finished grade as established after the placement of the asphalt concrete hot mix overlay. SC -18. CONSTRUCTION STAKES Any stakes removed, destroyed, or lost by and through fault of the Contractor or any of his agents, employees, or subcontractors shall be replaced by the Engineer upon request of the Contractor at the expense of the Contractor. SC -19. CLEANUP All work within the construction area shall be cleaned up to the satisfaction of the Owner and the Engineer. In general, all rocks, trash 'or rubbish or any nature shall be removed from the site of the work. The new streets shall be swept clean of mud, dirt, and other materials. Special attention shall be given to the cleanup, smooth grading of the areas behind the curbing and sidewalks, and replacing driveways to fit the new pavement grades. SC -20. FINAL INSPECTION AND PAYMENT Upon completion of the work, a Final Partial Payment Estimate will be prepared and approved for final payment after a final inspection of the 'work has been made. This inspection shall be made by the Engineer and the Contractor or Owner of the principal owners of the contracting firm. The final acceptance of the job and the payment to the Contractor in full will 'not reduce the continuing responsibility of the Contractor as set out in these specifications. SC -21. .The City of Fayetteville Detailed Specifications Parts II S III shall be attached to the Technical Specifications for this contract. I. Any conflict between the City specifications and CEI specifications will yield to the more stringent specification. I I I I SC -5 I IP I SPECIAL INSTRUCTIONS 1. WATER - The Contractor shall furnish, at his own expense, all water required in connection with the construction of this project. The ' Contractor shall furnish all facilities for securing, transporting, and storing the water required by him. The Contractor shall provide temporary drinking water facilities for the convenient use of his employees. These facilities shall be in accordance with the Board of Health requirements and subject to the Engineer's approval. 2. WATCHMEN AND FLAGMEN - The Contractor shall, at all times from the start of the work to the completion and acceptance of same, furnish and maintain efficient watchmen to fully protect the premises, work, ' materials, tools, workmen, etc., during working hours and after working hours. The Contractor shall maintain one lane of traffic at all times with ' barricades, signage and flagmen as required by the City or Engineer. 3. REMOVAL OF UTILITIES - Temporary utilities of all kinds shall be ' removed promptly after their use has been discontinued. 4. STORAGE AND USE OF PREMISES - Materials shall be stored so as to ' insure the preservation of their quality and fitness for the work. When considered necessary, they shall be placed on wood platforms and covered, or stored in a suitable building. Stored materials shall be ' located so as to facilitate prompt inspection. 5. EXPLOSIVES AND BLASTING - Explosives required for blasting shall be of ' a suitable and acceptable character and the quantity kept on the job and the storage of same shall be in accordance with the State laws and the City ordinances. The magazine or locker shall be so constructed ' as to be secure from theft and kept locked at all times with the key in possession of the Contractor or foreman. No explosives or caps shall be stored in the common tool box or within two hundred (200) feet of the nearest point of blasting. Proper appliances and equipment shall be used for thawing frozen dynamite and this shall not be done within two hundred (200) feet of work or any occupied ' building. All blasting operations shall be conducted with the greatest care and ' adequate means shall be taken to prevent damage or injury to property or persons. When working near dwellings, the Contractor shall provide suitable covering of heavy timbers to prevent the throwing of pieces ' of rock. No blasting shall take place until the City, the Engineer and all regulatory authorities have been notified. SI-1 I 7. FIGURED DIMENSIONS - Figured Dimensions given in the Plans take precedent over scaled measurements and shall be accurately followed. The Contractor shall verify such dimensions and be responsible for the correctness of same. Where dimensions are not figured, no work shall he performed until instructions are obtained from the Engineer as to dimensions to be used. Large scale and full size drawings shall be followed in preference to small scale drawings. No extra charge or compensation will be allowed on account of differences between figured dimensions and scaled measurements indicated in the Plans. ' 8. USE OF COMPLETED WORK PRIOR TO FINAL ACCEPTANCE - The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding that the time for 'completing the entire work or such portions may not have expired; but such taking possession and use shall not be deemed as acceptance of any work not completed in accordance with contract documents. If such prior use increases the cost of or delays the completion of uncompleted work or causes refinishing of completed work the Contractor shall be entitled to such extra compensation, or extension ' of time, or both, as the Engineer may determine. When such possession and use is deemed necessary by the Owner, written ' notice shall be given the Contractor ten (10) days prior to such action by the Owner, subject to the approval of the Engineer. SI I SECTION' 12 EXCAVATION, TRENCHING, AND OACKFILLIXG FOR UTILITIES 12-01. GENERAL: The work covered by this section of the specifications consists in trenching and backfilling for sanitary sewer, storm drain, and water lines. 12-02. EQUIPMENT: All equipment, tools, and machines used in the per- formance of the work covered by this section of the specifications shall be subject to the approval of the Engineer, and shall be maintained in a satisfactory working condition at all times. 12-03. TRENCH EXCAVATION: a. General: The Contractor shall perform all excavation of every description and of whatever substances encountered, to the lines and grades indicated on the drawings or as otherwise directed by the Engineer. A1& -ex— cavated materials not required for fill or backfill shall be removed and wasted as indicated on the drawings or as approved. All excavations shall be made by open cut. The banks of trenches shall be kept as nearly vertical as practicable and where required shall be properly sheeted and braced. Except at locations where excavation of rack from the bottoms of trenches is required, care shall be taken not to excavate below the depths indicated on the drawings or specified herein. Where rock excavation is required, or where stones are encountered in the bottom of the trench that would create a concentrated pressure on the pipe, the rock or stones shall be removed to a depth of 6 inches minimum below the trench depths indicated on the drawings or specified. The overdepth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth, sand, or fine gravel, thoroughly tamped. Whenever wet or otherwise unstable soil that is incapable of properly supporting the pipe is encountered in the trench bottom, such soil shall be removed to a depth required and for the lengths designated by the Engineer, and the trench backfilled to trench bottom grade, as hereinafter specified, with coarse sand or fine gravel. Trench excavation shall comprise the satisfactory removal and disposition of all materials. b. Grading and Stocking: All grading in the vicinity of trench excavations shall be controlled to prevent surface ground water from flowing into the trenches. Any water accumulated in the trenches shall be removed by pumping or by other approved method. During excavation, material suitable for backfilling shall be stocked in an orderly manner a sufficient distance back from edges of trenches to avoid overloading and prevent slides'or cave — .ins. Material unsuitable for backfilling shall be wasted as approved. c. Shoring, Bracing, and Sheeting: It shall be required that the Contractor, where necessary to protect adjacent improvements, keep the sides of the excavation as nearly vertical as possible by bracing, or steel sheet piling, unless otherwise ordered by the Engineer. Failure to properly brace and sheet trenches shall be at the risk of the Contractor and any damage incurred by reason or failure to shore, sheet or brace shall be restored or corrected at Contractor's expense. The contractor will not be reimbursed for 12-1 the replacement of curb and gutter, sidewalk, pavement, or other items or improvements that are damaged or fail due to his failure to provide proper bracing and sheeting. Sheeting and braceing shall not be removed after the pipe is laid or struc- tures built until sufficient backfill is in place to protect the pipe or structure, and the adjacent street or alley surface and structures, from damage by caving. If, in the opinion of the Engineer, it becomes necessary or advisable to leave sheeting in place, he shall so direct the Contractor by written order. Sheeting left in place shall be cut off at a level not less than one root below the ground surface. Unless otherwise specified in the bid form, payment for shoring or sheeting left in place by order of the Engineer shall be at an agreed price which shall not be greater than the actual material cost of new lumber, less depreciation, and the estimated cost of removal. d. Blasting: Blasting will be allowed with the Engineer's permission only. e. Trench Widths: Trench widths at the level of the top of the pipe shall not exceed the following and shall be kept to the practical mini- mum required for properly laying, aligning, grading, and jointing of the pipe. Trench widths at the level of the top of pipe shall not exceed the following: Pipe diameter plus 24 -inches F. Shaping Trench Bottoms: Trench shall be excavated to the depth required so as to provide a uniform and continuous bearing and support for the pipe on solid and undisturbed ground or on compact sand at every point between bell holes or depressions for joints as follows: (It will be permissible to disturb and otherwise damage the finished surface over a maximum length of 18 inches near the middle of each length of pipe by the withdrawal of pipe slings or other lifting tackle.) The bottom of the trench shall be rounded so that the bottom for a width of 60 percent of the outside diameter of the pipe shall rest firmly on undis- turbed soil or on approximately two 2 inches of compact sand placed as a leveling layer and a cushion between the rounded bottom of excavation and the pipe. In case the bottom of the trench is sandy material (non -plastic), the approximately two (2) inches of compact sand layer will not be required. In rounding the bottom of the trench, a template shaped to match the bottom of the pipe for the 60 percent width required shall be used to shape the trench bottom at the required grade. This part of the excavation and shaping shall be done manually only a few feet in advance of the pipe laying by men skilled in this type of work. In order to provide a uniform bearing on un- disturbed soil or compact sand as described, it will be necessary to trench to within a few inches of the bottom of the pipe as it rests in final position 12-2 II I Any part of the bottom of the trench excavated below the specified grade shall ' be corrected with approved material, throughly compacted as directed by the Engineer. Bell holes and depressions for joints shall be dug after the trench bottom has been graded and prepared. The Contractor shall follow procedures within these specifications and as approved by the Engineer which will result in a uniform support for the required widths of ' pipe so that the required grade will be held and so that subsequent settlement of pipe in place will not occur. ' g. Overexcavation: Should the, trench be excavated to a greater depth than required, it shall be filled to proper grade with dry sand or suitable finely divided earth and compacted to provide a solid bed for the pipe in accordance with ' the density requirements of these specifications. No extra payment will be made for such work, and if material from the trench is not satisfactory to the Engineer for the purpose, proper material shall be brought from other sources. h. Tunneling and Boring: In general, crossings under sidewalks, rail- road spur tracks, curbs and gutters, and other short obstructions shall be tunneled ' or bored. The tunnel shall not be larger than is necessary for the conduct of the work, and the roof shall be sloped from the ends toward the center at an angle of not less than thirty degrees in order to facilitate complete refilling from the open trench at the ends. Backfilling shall be placed by hand and shall be through- ly compacted to prevent subsequent settlement of the roof. Methods of tunneling or boring, size and length bracing and backfilling shall all be subject to the approval of the Engineer. i. Open Trench: Unless permission is granted by the Engineer, no more than three hundred feet of trench shall be opened up ahead of pipe laying operations. Backfilling shall begin as soon as pipe is laid and inspected and shall keep pace with the pipe laying. k. House Service Connections: Where existing house lateral connections Ito utility mains are encountered, the Contractor shall exercise due care to insure that the laterals are not disturbed or damaged. Should any lateral connections be broken, as a result of the work under this contract, they shall be replaced by the Contractor to at least equal to the original installation. 1. Public Utilities: The Contractor shall be responsible for the destruction of, or damage to, all existing structures, pipe lines, conduits, cables, sewers, drains, or other properties encountered in or adjacent to the excavation, and he shall use all reasonable measures and precautions to protect such properties, ' and shall maintain or replace them in as good condition as they were prior to the construction operations. He shall make a diligent effort to locate all underground properties in advance of excavation work, and support or protect them so that they t will not be broken and their functions interrupted. The Contractor shall notify all owners of public utilities that may be affected by construction demands so that the public utilitiy owner may protect, transfer, change, rebuild, or remove any part of his utilities as the utility owner may deem fit.. Such notification shall be in writing and in advance of work by at least three weeks. I ' 12-3 E m. Relocation or Lines: The Engineer may, at his discretion, relocate trench lines to avoid know obstacles, where such relocations are requested by the Contractor, and will not, in the opinion of the Engineer, increase the cost to the owner or impair the usefulness and permanence of the construction. 12-04. TRENCH BACKFILLING I I I I a. General: Trenches shall be carefully backfilled with excavated materials approved for backfilling, consisting of earth, loam, sandy day, sand and fine gravel, soft shale, or other approved materials, placed at or near optimum moisture content, free from large clods of earth or stone, carefully deposited on both sides of the pipe in lifts as hereinafter described and thoroughly and care- fully compacted symmetrically on each side of the pipe until enough fill has been placed to provide a cover of not less than 12 inches above the top of the pipe for the full width of the trench utilizing mechanical or vibratory compactors as approved by the Engineer. Under the center of the pipe supplementary compaction by curved hand tampers may be required by the Engineer to obtain full compaction under the pipe. b. Compaction Lifts for Trench Backfilling: Trench Backfilling to One Foot Above the Top of Pipe Maximum lifts of eight inches, loose thickness. Engineer may allow maximum lift thickness in- crease to 12 inches, loose thick- ness, if proper compaction can be obtained consistently with equip- ment and methods being used. Such allowance is revokable if consist- ently successful results are not obtained. The thickness of lift is subject to approval of the Engineer. Remainder of Trench Backfill Above The One Foot Level A maximum lift of one -foot loose thickness, but in such thickness that proper compaction is obtained consistently with equipment and methods being used. If consistent- ly successful results are not being obtained with one -foot loose thick- ness of backfill lifts, the Engi- neer may direct the Contractor to decrease the thickness of lifts or improve his methods such that consistently successful compaction. results at,e obtained. c. Compaction by Water Settling: Compaction by water settling will not be used on any portion of this project. d. All trenches in streets, drives, parking lots or any other vehicular use area shall be backfilled entirely with AHTD Class 7 crushed stone base material compacted in 9 -inch maximum lifts to 95% Standard Proctor as determined by AASHTO T-99. 12-05. FINISH WORK: After completion of the backfill operations, the trench- ' ing area will be left in a neat and smooth condition in unpaved areas, and streets shall be swept clean after pavement replacement in paved areas. 12-06. COMPACTION: All backfill shall be compacted to a minimum density of 90% of maximum density as determined by AASHO Method T 180. Modified Proctor Field tests shall be in accordance with AASHO Standard Mehhod T 147. The Contractor shall, when requested, excavate to the required depths so that density tests may be taken and bring such excavations to the required density 1 ' 12-4 satisfactory to as may he satisfactory to the OWNER. The premiums on such BOND shall be paid by the CONTRACTOR. No further payment shall be deemed due nor shall he made until the new surety or sureties shall have furnished an acceptable BOND to the OWNER. 23. ASSIGNMENTS 23.1 Neither the CONTRACTOR nor the OWNER shall sell, transfer, assign, or otherwise dispose of the CONTRACT or any portion thereof, or of any right, title or interest therein, or any obligation thereunder, without written consent of the other party. 24. INDEMNIFICATION 24.1 The CONTRACTOR will indemnify and hold harmless the OWNER and the ENGINEER and their agents and employees from and against all claims, damages, losses and expenses including attorney's fees arising out of or resulting from the performance of the WORK, provided that any such claims, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom; and is caused in whole or in part by any negligent or willful act or omission of the CONTRACTOR, and SUBCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 1 1 24.2 1 1 1 1 In any and all claims against the OWNER or the ENGINEER, or any of their agents or employees, by any employee of the CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts or other employee benefits acts. 24.3 The Obligation of the CONTRACTOR under this paragraph shall not exceed to the liability of the ENGINEER, its agents or employees arising out of the preparation or approval of maps, DRAWINGS, opinions, reports, surveys, CHANGE ORDERS, designs or SPECIFICATIONS. 25. 25.1 I I. SEPARATE CONTRACTS The OWNER reserves the right to let other contracts in connection with this PROJECT. The CONTRACTOR shall afford other CONTRACTORS reasonable opportunity for the introduction and storage of their materials and the execution of their WORK, and shall properly connect and coordinate the WORK with theirs. If the proper execution or results of any part of the CONTRACTOR'S WORK depends upon the WORK of any other CONTRACTOR, the CONTRACTOR shall inspect and promptly report to the ENGINEER any defects in such WORK that render it unsuitable for such proper execution and results. L-17 I II I 25.2 The OWNER may perform additional WORT: related to the PROJECT cr tha OWNER may let other contracts containing provisions similar to these. The CONTRACTOR will afford the other CONTRACTORS uho are parties to such Contracts (or the OWNER if the 01•INER if performing the additional WORK) reasonable opportunity for the introduction and storage of materials and equipment and the execution of WORK, and shall properly connect and coordinate the WORK with others. I 25.3 I I I I If the performance of additional WORK by other CONTRACTOR or the OWNER is not noted in the CONTRACT DOCUMENTS prior to the execution of the CONTRACT, written notice thereof shall be given to the CONTRACTOR prior to starting any such additional WORK. If the CONTRACTOR believes that the performance of such additional WORK by the OWNER or other involves in it additional expense or entitles it to an extension of the CONTRACT TIME, the CONTRACTOR may make a claim thereof as provided in Section 14 and 15. 26. SUBCONTRACTING 26.1 The CONTRACTOR may utilize the services of specialty SUBCONTRACTS on those parts of the WORK which, under normal contracting practices, are performed by specialty SUBCONTRACTORS. I26.2 The CONTRACTOR shall not award WORK to SUBCONTRACTOR(S), in excess of fifty (50%) percent of the CONTRACT PRICE, without prior written Iapproval of the OWNER. 26.3 I ' 26.4 I I The CONTRACTOR shall be fully responsible to the OWNER for the acts and omissions of its SUBCONTRACTORS, and of persons either directly or indirectly employed by the, as the CONTRACTOR is for the acts and omissions of persons directly employed by it. The CONTRACTOR shall cause appropriate provisions to be inserted in all subcontracts relative to the WORK to bind SUBCONTRACTORS to the CONTRACTOR by the terms of the CONTRACT DOCUMENTS insofar as applicable to the WORK of SUBCONTRACTORS and give the CONTRACTOR the same power as regards terminating any subcontract that the owner may exercise over the CONTRACTOR under any provision of the CONTRACT DOCUMENTS. 26.5 Nothing containing in this CONTRACT shall create any contractual relation I between any SUBCONTRACTOR and the OWNER. I 27. 27.1 II II II ENGINEER'S AUTHORITY The ENGINEER shall act as the OWNER'S representative during the construction period, shall decide questions which may arise as to quality and acceptability of materials furnished and WORK performed, and shall interpret the intent of the CONTRACT DOCUMENTS in a fair and unbiased manner. The ENGINEER will make visits to the site and determine if the WORK is proceeding in accordance with the CONTRACT DOCUMENTS. L-18 II I 1 1 1 27.2 The CONTRACTOR :rill be held strictly to the intent of the CONTRACT DOCUMENTS in regard to the quality of materials, workmanship, and execution of the WORK. Inspections may he at the factory or fabrication plant of the source of material supply. 27.3 The ENGINEER will not be responsible for the construction means, controls, techniques, sequences, procedures, or construction safety. ' 27.4 The ENGINEER shall promptly make decisions relative to interpretation of the CONTRACT DOCUMENTS. 28. LAND AND RIGHTS -OF -WAY 28.1 Prior to issuance of NOTICE TO PROCEED, the OWNER shall obtain all ' land and rights -of -way necessary for carrying out and for the completion of the WORK to be performed pursuant to the CONTRACT DOCUMENTS, unless otherwise mutually agreed. 1 28.2 The OWNER shall provide to the CONTRACTOR information which delineates and describes the lands owned and rights -of -way acquired. 28.3 The CONTRACTOR shall provide at its own expense and without liability to the OWNER any additional land and access thereto that the ' CONTRACTOR may desire for temporary construction facilities, or for storage of materials. 29. GUARANTEE 29.1 The CONTRACTOR shall. .guarantee all materials and equipment furnished ' and WORK performed for a period of one (1) year from the date of SUBSTANTIAL COMPLETION. The CONTRACTOR warrants and guarantees for a period of one (1) year from the date of SUBSTANTIAL COMPLETION of the ' system that the completed system is free from all defects due to faulty materials or workmanship and the CONTRACTOR shall promptly make such corrections as may be necessary by reason of such defects ' including the repairs of the damage of other parts of the system resulting from such defects. The OWNER will give notice of observed defects with reasonable promptness. In the event that the CONTRACTOR ' should fail to make such repairs, adjustments, or other WORK that may be made necessary by such defects, the OWNER may do so and charge the CONTRACTOR the cost thereby incurred. The Performance BOND shall 'remain in full force and effect through the guarantee period. '30. ARBITRATION 30.1 All claims, disputes, and other matters in question arising out of, or ' relating to, the CONTRACT DOCUMENTS or the breach thereof, except for claims which have been waived by the making an acceptance of final payment as provided by Section 20, shall be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the 'American Arbitration Association. This agreement to arbitrate shall ' L-19 ' he specifically enforceable under the prevailing arbitration law. The award rendered by the arbitrators shall be final, and judgment may be entered upon it in any court having jurisdiction thereof. 30.2 Notice of the demand for arbitration shall be filed in writing with ' the owner party to the CONTRACT DOCUMENTS and with the American Arbitration Association, and a copy shall be filed with ENGINEER. Demand for arbitration shall in no event be made on any claim, ' dispute, or other matter in question which would be barred by the applicable statute of limitations. 30.3 The CONTRACTOR will carry on the WORK and maintain the progress schedule during any arbitration proceedings, unless otherwise mutually agreed in writing. ' 31. TAXES 31.1 The CONTRACTOR will pay all sales, consumer, use, and other similar taxes required by the laws of the place where the WORK is performed. I I 1 I 1 I L-20 I . 1 SPECIAL CONDITIONS DESCRIPTION OF WORK SC -01. SCOPE The purpose and intent of these specifications and the accompanying ' drawings is to provide for the furnishing of all materials, equipment, transportation, tools, labor, etc., and all other services necessary for the prosecution and completion of the work to construct and place in ' operation SANITARY SEWER COLLECTION MAINS and Community Service Lines in accordance to the Plans and Specifications. The SANITARY SEWER REHABILITATION PROJECT is to replace worn or malfunctioning collection ' systems at several different sites, to reconnect the existing service laterals to the new main, and to take out of operation the worn or malfunctioning main. SC -02. DRAWINGS Drawings, also referred to as the plans, which pertain to the work 'accompanying these specifications consist of the followings ' SHEET NUMBER DESCRIPTION Cover Sheet Index to Sheets 1-3 Plan 4 Details SC -03. SPECIAL CONSTRUCTION CONDITIONS ' Due to the location of the work, special provisions must be made to minimize the inconvenience to owners of adjacent property and to allow for the flow of the traffic and access to homes, and/or business the time of tconstruction. The Contractor shall adhere to the following conditions, A. Materials • The Contractor shall make arrangements at his own expense for the unloading and storing of materials at an approved location until needed for/during installation. The quantity of pipe strung trenchside in advance of laying pipe shall at no time exceed ten (10) times the Contractor's daily laying rate as determined by the Engineer. Under no circumstances will pipe placed on the jobsite obstruct driveways or streets or be placed with three (3) feet of the pavement of streets or highways. The Contractor shall provide and maintain approved barricades, warning lights, and guards ' necessary, as required by any and all applicable regulations for the protection of the public. He will coordinate the work with the Department of Transportation where State roads are involved. Ii SC -1 TI B. Confinement of Operations All construction operations by the Contractor shall be confined to public rights -of -way or easements secured by the Owner for this work. No equipment moving, parking, material storage, etc., shall be permitted on private property without the property owner's consent in writing. C. Backfilling and Cleanup The Contractor will provide for backfilling and cleanup as close behind the pipe -laying operation as possible, and only at the direction of the Engineer will more than two hundred fifty (250) feet of pipe be exposed in open trench. All structures disturbed as a result of trenching, laying, or other operation connection with the work under this contract shall be restored. SC -04. SEQUENCE OF THE WORK The work shall be carried on as desired by the Contractor, subject to the Approval of the Engineer and Owner. Immediately after execution and delivery of the contract, and before the first partial payment is made, the Contractor shall deliver to the Engineer an estimated construction progress schedule in form satisfactory to the Engineer, showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documents. SC -05. MAINTENANCE OF TRAFFIC Unless otherwise provided, the road while undergoing improvements shall be kept open to all traffic by the Contractor, When approved by the Engineer and Owner, the Contractor may bypass traffic over an approved detour route. The Contractor shall keep the portion•of the project being used by public traffic, whether it is through or local traffic, in such condition that will permit the safe, continuous flow of two-way traffic at all times. When approved by the Engineer, areas where the nature of the work restricts or prohibits two-way flow, one-way operation may be maintained by the use of flagmen or timed signalization. The Contractor shall also provide and maintain in a safe condition temporary approaches or crossings and intersection with trails, roads, streets, businesses, parking lots, residences, garages, and farms. The Contractor shall bear all expense of maintaining traffic over the section of road undergoing improvement and of constructing and maintaining such approaches, crossings, intersections, and other features as may be necessary without direct compensation. SC -06. LIMITATION OF OPERATIONS The Contractor shall conduct the work at all times in such a manner and in such sequence as will assure the least interference with traffic. He shall have due regard to the location of detours and to the provisions for handling traffic. He shall not open up work to the prejudice or detriment of work already started. The Engineer may require the Contractor to finish a section on which work is in progress before work is started on any additional sections if the opening of such section is essential to public convenience. L SC -2 SC -07. UTILITY SERVICES Throughout the area to be improved there are located utility services, some of which may require possible relocation, it shall be the contractor's responsibility to assist the owners of the various utilities in the locating of water mains and service lines and meters, gas mains and service lines and meters, and telephone and power lines that may require relocation. If in the opinion of the utility owner any of these facilities need relocation, then the relocation of same will be done by the owner of the utility. The Contractor shall cooperate with the owners of the various utilities during the relocation of facilities so that the owners of the utilities will have adequate time and working room to relocate the facilities. The Contractor will be responsible for the repairs or cost of repairs to any and all types of utility improvements that may be damaged by the Contractor's actions. SC -08. VERIFICATION OF CONDITIONS Data concerning surface features, present obstructions on or near the construction site, and locations of pipes, wires, etc. has been obtained from sources the Engineer believes reliable, but accuracy of such data is not guaranteed and is furnished 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 the new construction on the premises. SC -09. FIELD OFFICE AND SANITARY FACILITIES The Contractor will not be required to maintain a field office for himself or the Engineer, however, the Contractor or the person authorized to represent him, shall have available at all time copies of the Contract Documents. SC -10. EMERGENCY WORK The Contractor shall have an authorized representative available during all periods, day or night, when normal work operations are not in progress, who will be responsible for any emergency repairs due to settlement, barricades, lights, etc. The Contractor shall provide the name, address, and telephone number of this authorized representative in writing to the Engineer and the City of Fayetteville Water and Sewer Department prior to beginning any work on the project. SC -11. 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. I I SC-3 Ii] 1 ' SC -12. EASEMENTS ON PRIVATE PROPERTY The necessary permanent and temporary easements for the construction will be provided by the Owner. 'The Contractor shall be responsible for all damage to property outside of the boundaries of the easements and shall make satisfactory settlement for the damage directly with the property owner and/or tenant ' involved, as their interests may require. If it is necessary or desirable that the Contractor use or occupy land outside of the Owner's easements, the Contractor shall obtain consent 'from and shall execute a written agreement with, the owner and tenant of the land. Each owner and tenant of the land or other property so occupied shall be notified by the Contractor not less than five (5) days prior to ' such occupation. SC -13. REMOVAL AND DISPOSAL OF STRUCTURES 'The work shall consist of the removal and satisfactory disposal of curb and curb and gutter; Portland cement or asphaltic concrete driveways, parking areas, sidewalks and steps, and concrete pavement; existing fence, 'retaining walls, manholes, catch basins, and underground storage tanks; all of which are not designated or permitted to remain and are not designated to be removed and disposed of under other sections of the specifications. I Salvaged materials will become the property of the Contractor. All surface items such as curb or curb and gutter, driveways, parking areas, walks, steps, pavement, and walls shall be separated or 'broken away from the adjacent part of the structure designated to remain in place by a vertical cut along the line designated by the Engineer. The edge of the Structure left in place shall be approximately vertical with no 'abrupt changes in alignment. Any damage or removal of the structure designated to remain in place shall be repaired or replaced by the Contractor at his expense. 'The method of measurement of each item will be in accordance with the units of measure hereinafter specified or as shown on the plans. If there is no contract unit price provided in the Proposal Form for a 'particular item of work, it shall be considered subsidiary to other contract items. ' SC -14. FENCE MOVED AND RECONSTRUCTED This item shall consist of moving and replacing existing fences, where shown on the plans or designated by the Engineer. This specification 'covers all types of fence moving and replacement, other than masonry or concrete. Posts and wire that are not in a condition to be moved shall be replaced by new material of equal or better quality of the type and size of 'the material replaced. Where posts are set in concrete, the fence shall be reconstructed in the same manner. Replacement material required shall be furnished by the Contractor and shall be satisfactory to the Engineer. ' SC -15. REMOVAL AND REPLACEMENT OF SIGNS. MAILBOXES. ETC. All signs, mailboxes, etc, which are in the street construction 1 limits shall be removed and replaced behind the proposed curb and gutter by the Owner so as not to interfere with the work. Temporary movable supports shall be furnished for mailboxes that cannot be placed in their final locations. SC -4 I_______ It 19. PAYMENT TO CONTRACTOR 19.1 At least ten (10) days before each progress payment falls due (but not more often than once a month), the CONTRACTOR will submit to the • ENGINEER a partial payment estimate filled out and signed by the CONTRACTOR covering the WORK performed during the period covered by ' the partial payment estimated and supported by such data as the ENGINEER may reasonably require. If payment is requested on the basis ' of materials and equipment not incorporated in the WORK but delivered and suitably stored at or near the site, the partial payment estimate shall also be accompanied by such supporting data, satisfactory to the OWNER, as will establish the OWNER'S title to the material and ' equipment and protect the OWNER'S interest therein, including applicable insurance. The ENGINEER will, within ten (10) days after receipt of each partial payment estimate, either indicate in writing ' approval of payment, and present the partial payment estimate to the OWNER, or return the partial payment estimate to the CONTRACTOR indicating in writing the reasons for refusing to approve payment. In the latter case, the CONTRACTOR may make the necessary corrections an resubmit the partial payment estimate. The OWNER will, within ten (10) days of presentation of an approved partial payment estimate, pay ' the CONTRACTOR a progress payment on the basis of the approved partial payment estimate less the retainage. The retainage shall be an amount equal to 10% of said estimate until 50% of the work has been completed. At 50% completion, further partial payments shall be made in full to the CONTRACTOR and no additional amounts may be retained ' unless the ENGINEER certified that the job is not proceeding satisfactorily, but amounts previously retained shall not be paid to the CONTRACTOR. When the WORK has been substantially completed except for WORK which cannot be completed because of weather conditions, lack of materials, or other reasons which in the judgement of the OWNER are valid reasons for noncompletion, the OWNER may make additional payments, retaining at all time an amount sufficient to cover the 'estimated cost of the WORK still to be completed. 19.2 The request for payment may also include an allowance for the cost of such major materials and equipment which are suitably stored either at or near the site. 19.3 Prior to SUBSTANTIAL COMPLETION, the OWNER, with the approval of the ENGINEER and with the concurrence of the CONTRACTOR, may use any completed or substantially completed portions of the WORK. Such use shall not constitute an acceptance of such portions of the WORK. ' 19.4 The OWNER shall have the right to enter the premises for the purpose of doing work not covered by the CONTRACT DOCUMENTS. This provision shall not be construed as relieving the CONTRACTOR of the sole ' responsibility for the care and protection of the WORK, or the restoration of any damaged WORK except such as may be caused by agents or employees of the OWNER. L-13 I ' 19.5 Upon completion and acceptance of the WORK, the ENGINEER shall issue a certificate attached to the final payment request that the WORK has been accepted under the conditions of the CONTRACT DOCUMENTS. The entire balance found to be due the CONTRACTOR, including the retained percentages, but except such sums as may be lawfully retained by the OWNER, shall be paid to the CONTRACTOR within thirty (30) days of • completion and acceptance of the WORK. I I I I 19.6 The CONTRACTOR will indemnify and save the OWNER or the OWNER'S agents harmless from all claims growing out of the lawful demand of SUBCONTRACTORS, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, tools, and all supplies, incurred in the furtherance of the performance of the WORK. The CONTRACTOR shall, at the OWNER'S request, furnish satisfactory evidence that all obligations of the nature designated above have been paid, discharged, or waived. If the CONTRACTOR fails to do so the OWNER may, after having notified the CONTRACTOR, either pay unpaid bills or withhold from the CONTRACTOR'S unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the CONTRACTOR shall be resumed in accordance with the terms of the CONTRACT DOCUMENTS, but in no event shall the provisions of this sentence be construed to impose any obligations upon the OWNER to either the CONTRACTOR, the CONTRACTOR'S Surety, or any third party. In paying any unpaid bills of the CONTRACTOR, any payment so made by the OWNER shall be considered as a payment made under the CONTRACT DOCUMENTS by the OWNER to the CONTRACTOR and the OWNER shall not be liable to the CONTRACTOR for any such payments made in good faith. If the OWNER fails to make payment thirty (30) days after approval by the ENGINEER, in addition to other remedies available to the CONTRACTOR, there shall be added to each such payment interest at the maximum legal rate commencing on the first day after said payment is due and continuing until the payment is received by the CONTRACTOR. ' 20. ACCEPTANCE OF FINAL PAYMENT AS RELEASE 20.1 The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER of all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically expected by the CONTRACTOR for all things done or furnished in connection with this WORK and for every act and neglect of the Owner and other related to arising out of this WORK. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the CONTRACT DOCUMENTS or the Performance and Payment BONDS. 21. INSURANCE 21.1 The CONTRACTOR shall purchase and maintain such insurance as will protect it from claims set forth below which may arise out of, or L-14 L result from, the CONTRACTOR'S execution of the WORK, whether such execution by the CONTRACTOR, any SUBCONTRACTOR, or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. 21.1.1 Claims under workmen's compensation, disability benefit and other similar employee benefit acts; 21.1.2 Claims for damages because of bodily injury, occupational sickness or disease, or death of employees; 21.1.3 Claims for damages because of bodily injury, sickness or disease, or death of any person other than employees; 21.1.4 Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the CONTRACTOR, or (2) by any other person; and 21.1.5 Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. 21.2 Certificates of Insurance acceptable to the OWNER shall be filed with the OWNER prior to commencement of the WORK. These Certificates shall contain a provision that coverages afforded under the policies will not be cancelled unless at least fifteen (15) days prior WRITTEN NOTICE has been given to the OWNER. 21.3 The CONTRACTOR shall procure and maintain, at the CONTRACTOR'S own expense during the CONTRACT TIME, liability insurance as hereinafter specified: 21.3.1 CONTRACTOR'S General Public Liability and Property Damage Insurance including vehicle coverage issued to the CONTRACTOR and protecting the CONTRACTOR from all claims for personal injury, including death, and all claims for destruction of or damage to property, arising out of or in connection with any operations under the CONTRACT DOCUMENTS, whether such operations be by the CONTRACTOR or by any SUBCONTRACTOR employed by the CONTRACTOR or anyone directly or indirectly employed by the CONTRACTOR or by a SUBCONTRACTOR employed by the CONTRACTOR. Insurance shall be written with a limit of liability of not less than 5500,000.00 for all damages arising out of bodily injury, including death, at any time resulting therefrom, sustained by any one person in any one accident; and a limit of liability of not less than S500,000 aggregate for any such damages sustained by two or more persons in any one accident. Insurance shall be written with a limit of liability of not less the S200,000.00 for all property damage sustained by two or more persons in any one accident. 21.3.2 The CONTRACTOR shall acquire and maintain, if applicable, Fire and I ' Extended Coverage insurance upon the PROJECT to the full insurable II L-15 I �1 value thereof for the benefit of the OVINER, the CONTRACTOR, and SUBCONTRACTORS as their interest may appear. This provision shall in no way release the CONTRACTOR or CONTRACTOR'S surety from obligations under the CONTRACT DOCUMENTS to fully complete the PROJECT. 21.4 The CONTRACTOR shall procure and maintain, at the CONTRACTOR'S own expense, during the CONTRACT TIME, in accordance with the provisions of the laws of the state in whi:•h the WORK is performed, Workmen's Compensation Insurance, including occupational disease provisions, for all of the CONTRACTOR'S employees at the site of the PROJECT and in case any WORK is sublet, the CONTRACTOR shall require such SUBCONTRACTOR similarly to provide Workmen's Compensation Insurance, including occupational disease provisions for all of the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. In case any class of employees engaged in hazardous work under this contract at the site of the PROJECT is not protected under Workmen's Compensation statue, the. CONTRACTOR shall provide, and shall cause each SUBCONTRACTOR to provide, adequate and suitable insurance for the protection of its employees not otherwise protected. ' 21.5 1 ' 22. ' 22.1 I I. I The CONTRACTOR shall secure, if applicable, "all Risk' type Builder's Insurance for WORK to be performed. Unless specifically authorized by the OWNER, the amount of such insurance shall not be less than the CONTRACT PRICE totaled in the BID. The policy shall cover not less than the losses due to fire, explosion, hail, lightning, vandalism, malicious mischief, wind, collapse, riot, aircraft, and smoke during the CONTRACT TIME, and until the WORK is accepted by the OWNER. The policy shall name as the insured the CONTRACTOR, and the OWNER. CONTRACT SECURITY The CONTRACTOR shall within ten (10) days after the receipt of a written NOTICE OF AWARD furnish the OWNER with a Performance BOND and a payment BOND in penal sums equal to the amount of the CONTRACT PRIC£�, conditioned upon the performance by the CONTRACTOR of all undertakings, covenants, terms, conditions and agreements of the CONTRACT DOCUMENTS, and upon the prompt payment by the CONTRACTOR to all persons supplying labor and materials in the prosecution of the WORK provided by the CONTRACT DOCUMENTS. Such BONDS shall be executed by the CONTRACTOR and a corporate bonding company licensed to transact such business in the state in which the WORK is to be performed and named on the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular Number 570. The expense of these BONDS shall be borne by the CONTRACTOR. If any time a surety on any such BOND is declared a bankrupt or loses its right to do business in the state in which the WORK is to be performed or is removed from the list of "Surety Companies Acceptable on Federal Bonds", the CONTRACTOR shall within ten (10) days after notice from the OWNER to do so, substitute an acceptable BOND (or BONDS) in such form and sum and signed by such other surety or sureties as may be L-16 • I for by the OWNER, unless otherwise specified. The CONTRACTOR shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the WORK as drawn and specified. If the CONTRACTOR observes that the CONTRACT DOCUMENTS are at variance therewith, the CONTRACTOR shall promptly notify the ENGINEER in writing, and any necessary changes shall be adjusted as provided in Section 13, CHANGES IN THE WORK. PROTECTION OR WORK, PROPERTY, AND PERSONS The CONTRACTOR will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the WORK. The CONTRACTOR will take all necessary precautions for safety of, will provide the necessary precautions for the safety of, and will provide the necessary protection to prevent damage, injury or loss to all employees on the WORK and other persons who may be affected thereby, all the WORK and all materials or equipment to be incorporated therein, whether in storage or off the site, and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadway,s structures and utilities not designated for removal, relocation or replacement in the course of construction. 11.2 The CONTRACTOR will comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction. The CONTRACTOR will erect and maintain, as required by the conditions and progress of the WORK, all necessary safeguards for safety and protection. The CONTRACTOR will notify owners of adjacent utilities when prosecution of the WORK may affect them. The owners of adjacent utilities when prosecution of the WORK may affect them. The CONTRACTOR will remedy all damage, injury or loss to any property caused, directly or indirectly employed by any of them or anyone of whose acts any of them be liable, except damage or loss attributable to the fault of the CONTRACT DOCUMENTS or to the acts or omissions of the OWNER, of the ENGINEER or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the CONTRACTOR. 11.3 In emergencies affecting the safety of persons or the WORK or property at the site or adjacent thereto, the CONTRACTOR, without special instructions or authorization from the ENGINEER or OWNER, shall act to prevent threatened damage, injury, or loss. The CONTRACTOR will give the ENGINEER prompt WRITTEN NOTICE of any significant changes in the WORK or deviations from the CONTRACT DOCUMENTS caused thereby, and a CHANGE ORDER shall thereupon be issued covering the changes and deviations involved. 12. SUPERVISION BY CONTRACTOR I. L-8 12.1 The CONTRACTOR will supervise and direct the WORK. He will be solely responsible for the means, methods, techniques, sequences and procedures of construction. The CONTRACTOR will employ and maintain on the WORK a qualified supervisor or superintendent who shall have been designated in writing by the CONTRACTOR as the CONTRACTOR'S representative at the site. The supervisor shall have full authority to act on behalf of the CONTRACTOR and all communications given to the supervisor shall be as binding as if given to the CONTRACTOR. The supervisor shall be present on the site at all time as required to perform adequate supervision and coordination of the WORK. 13. CHANGES IN WORK 13.1 The OWNER may at any time, as the need arises, order changes within the scope of the WORK without invalidating the Agreement. If such changes increase or decrease the amount due under the CONTRACT DOCUMENTS, or in the time required for performance of the WORK, an equitable adjustment shall be authorized by CHANGE ORDER. 13.2 The ENGINEER, also, may at any time, by issuing a FIELD ORDER, make changes in the details of the WORK. The CONTRACTOR shall proceed with the performance of any changes in the WORK so ordered by the ENGINEER unless the CONTRACTOR believes that such FIELD ORDER entitles the CONTRACTOR to a change in CONTRACT PRICE or TIME, or both, in which event the CONTRACTOR shall give the ENGINEER WRITTEN NOTICE thereof within seven (7) days after the receipt of the ordered change. Thereafter the CONTRACTOR shall document the basis for the change in CONTRACT PRICE or TIME within thirty (30) days. The CONTRACTOR shall not execute such changes pending the receipt of an executed CHANGE ORDER or further instruction from the OWNER. 14. CHANGES IN CONTRACT PRICE 14.1 The CONTRACT PRICE may be changed only by a CHANGE ORDER. The value of any WORK covered by a CHANGE ORDER or of any claim for increase or decrease in the CONTRACT Price shall be determined by one or more of the following methods in the order of precedence listed below: (a) Unit prices previously approved. (b) An agreed lump sum. L-9 II 15. TIME FOR COMPLETION AND LIQUIDATED DAMAGES 15.1 The date of beginning and the time for completion of the WORK are essential conditions of the CONTRACT DOCUMENTS and the WORK embraced shall be commenced on a date specified in a written NOTICE TO PROCEED. 15.2 The CONTRACTOR will proceed with the WORK at such a rate of progress to insure full completion within the CONTRACT TIME. It is expressly understood and agreed, by and between the CONTRACTOR and the OWNER, that the CONTRACT TIME for the completion of the WORK described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the WORK. 15.3 If the CONTRACTOR shall fail to complete the WORK within the CONTACT TIME, or extension of time granted by the OWNER, then the CONTRACTOR will pay to the OWNER the amount for liquidated damages as specified in the BID for each calendar day that the CONTRACTOR shall be in default after the time stipulated in the CONTRACT DOCUMENTS. 15.4 The CONTRACTOR shall not be charged with Liquidated damages or any excess cost when the delay in completion of the WORK is due to the following and the CONTRACTOR has promptly given WRITTEN NOTICE of such delay to the OWNER or ENGINEER. 15.4.1 To any preference, priority or allocation order duly issued by the I OWNER. 15.4 I 2 To unforeseeable causes beyond the control and without the fault or negligence of the CONTRACTOR, including but not restricted to, acts of God, or of the public enemy, acts of the OWNER, acts of another CONTRACTOR in their performance of a contract with the OWNER, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather; and 15.4.3 To any delays of SUBCONTRACTORs occasioned by any of the causes specified in paragraphs 15.4.1 and 15.4.2 of this article. 16. CORRECTION OF WORK 16.1 The CONTRACTOR shall promptly remove from the premises all WORK rejected by the ENGINEER for failure to comply with the CONTRACT DOCUMENTS, whether incorporated in the construction or not, and the CONTRACTOR shall promptly replace and reexecute the WORK in accordance with the CONTRACT DOCUMENTS and without expense to the OWNER and shall bear the expense of making good all WORK of other CONTRACTORS destroyed or damaged by such removal or replacement. 16.2 All removal and replacement WORK shall be done at the CONTRACTOR'S expense. If the CONTRACTOR does not take action to remove such L-10 I rejected {•FORK within the OWNER may remove of the CONTRACTOR. SUBSURFACE CONDITIONS The CONTRACTOR shall promptly, disturbed, except in the event of WRITTEN NOTICE of: receipt of the materials before such conditions emergency, notify the OWNER 1 Subsurface or latent physical conditions at the site differing materially from those indicated in the CONTRACT DOCUMENTS; or 2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in WORK of the character provided for in the CONTRACT DOCUMENTS. The OWNER shall promptly investigate the conditions, and if it found that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for, performance of the WORK, an equitable adjustment shall be made and the CONTRACT DOCUMENTS shall be modified by a CHANGE ORDER. Any claim of the CONTRACTOR for adjustment hereunder shall not be allowed unless the required WRITTEN NOTICE has been given; provided that the OWNER may, if the OWNER determines the facts so justify, consider and adjust any such claims asserted before the date of final payment. SUSPENSION TERMINATION, The OWNER may suspend the WORK or any portion thereof for a period of not more than ninety days or such further time as agreed upon by the CONTRACTOR, by WRITTEN NOTICE to the CONTRACTOR and the ENGINEER which shall fix the date on which WORK shall be resumed. The CONTRACTOR will resume that WORK on the date so fixed. The CONTRACTOR will be allowed an increase in the CONTRACT PRICE or an extension of the CONTRACT TIME, or both, directly attributable to any suspension. If the CONTRACTOR is adjudged a bankrupt or insolvent, or makes a general assignment for the benefit of its creditors, or if a trustee or receiver is appointed for the CONTRACTOR or for any of its property, or if CONTRACTOR files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or applicable laws, or repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or repeatedly fails to make prompt payments to SUBCONTRACTOR or for labor, materials or equipment or disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the WORK or disregards the authority of the ENGINEER, or otherwise violates any provision of the CONTRACT DOCUMENTS, then the OWNER may, without prejudice to any other right or remedy and after giving the CONTRACTOR and its surety a minimum of ten (10) days from delivery of a WRITTEN NOTICE, terminate the services of the CONTRACTOR and take possession of the PROJECT and of all materials, equipment, tools, construction equipment and ' machinery thereon ownAd by the CONTRACTOR, and finish the WORK by whatever method the OWNER may deem expedient. In such case the CONTRACTOR shall not be entitled to receive any further payment until ' the WORK is finished. If the unpaid balance of the CONTRACT PRICE exceeds the direct and indirect costs of completing the PROJECT, including compensation for additional services, such excess SHALL BE ' PAID TO THE CONTRACTOR. If such costs exceedsuch unpaid balance, the CONTRACTOR will pay the difference to the OWNER. Such costs incurred by the OWNER will be determined by the ENGINEER and incorporated in a CHANGE ORDER. 18.3 Where the CONTRACTOR'S services have been so terminated by the OWNER, said terminations shall not affect any right of the OWNER against the CONTRACTOR then existing or which may thereafter accrue. Any retention payment of monies by the OWNER due the CONTRACTOR will not ' release from compliance with the CONTRACT DOCUMENTS. 18.4 After ten (10) days from delivery of a WRITTEN NOTICE to the CONTRACTOR and the ENGINEER, the OWNER may, without cause and without prejudice to any other right or remedy, elect to abandon the PROJECT and terminate the CONTRACT. In such case the CONTRACTOR shall be paid ' for all WORK executed and any expense sustained plus reasonable profit. 18.5 If, through no act or fault of the CONTRACTOR, the WORK is suspended for a period of more than ninety (90) days by the OWNER or under an order of court or other public authority, or the ENGINEER fails to act on any request for payment within thirty (30) days after it is submitted, or the OWNER fails to pay the CONTRACTOR substantially the sum approved by the ENGINEER or awarded by arbitrators within thirty (30) days of its approval and presentation, then the CONTRACTOR may, after ten (10) days from delivery of a WRITTEN NOTICE to the OWNER and ' the ENGINEER terminate the CONTRACT and recover from the OWNER payment for all WORK executed and all expenses sustained. In addition and in lieu of terminating the CONTRACT, if the ENGINEER has failed to act on ' a request for payment or if the OWNER has failed to make any payment as aforesaid, the CONTRACTOR may upon ten (10) days written notice to the OWNER and the ENGINEER stop the WORK until paid all amounts then due, in which event and upon resumption of the WORK CHANGE ORDERS shall be issued for adjusting the CONTRACT PRICE or extending the CONTRACT TIME or both to compensate for the costs and delays 'attributable to the stoppage of the WORK. 18.6 If the performance of all or any portion of the WORK is suspended, ' delayed, or interrupted as a result of a failure of the OWNER or ENGINEER to act within a reasonable time, an adjustment in the CONTRACT PRICE or an extension of the CONTRACT TIME, or both, shall be ' made by CHANGE ORDER to compensate the CONTRACTOR for the costs and delays necessarily caused by the failure of the OWNER or ENGINEER. ' L-12 • U. GENERAL POWER OF ATTORNEY American States Insurance Company INDIANAPOLIS, INDIANA KNOW ALL MEN BY THESE PRESENTS. that American States Insurance Company, a Corp ration duly organized and existing under the laws of the State of Indiana, and having its principal office in the City of Indianapolis, Indiana, hath made, constit d and appointed, and does by these presents make, constitute and appoint ------------ROBERT M. RENNER AND ou.Lnzsy or sever of _ Fayetteville and State of its true and lawful Attorneys) -lot -Fact, with full power and authority hereby conferred in deliver any and all bonds, recognizances, contracts of indemnity and other conditional or of that the penal sun of any one such instnreent ex( rO MILLION FIVE HUNDRED THMAND AND NO/100 ($2,500 to bind the Corporation thereby as fully and to the same extent as if such bonds were 1 ..orporation and duly attested by its Secretary, hereby ratifying and confirming all that the aE Attorney is executed and may be revoked pursuant to and by authority granted by Section 70' which reads as follows: "The Chairman, the President or any vice-president (including any Executive Vice Pre or Assistant Vice President) shall have power, by and with the concurrence with the any i Fact as the business of the Corporation may require and to authorize any such persor recognizances, stipulations and undertakings, whether by way of surety or otherwise. IN WITNESS WHEREOF, American States Insurance Company has caused these pr Assistant Vice -President and its corporate seal to be hereto affixed this 24th day o A.D. 19_9. ATTEST: By Assistant Vice -President STATE OF INDIANA 1f J COUNTY OF MARION SS On this 24th day of Joseph F. Heim being by me duly sworn, acknowledged the execution of the above instrument and did depose anc Company; that he knows the seal of said Corporation; that the seal affixed to the said instrumf "e Board of Directors of said Corporation; and that he signed his name thereto under like Joseph F. Heim further said that he is acquainted with Joh] Hssrstanl Vice -President of said Corporation; and that he executed the above instrument. MY COMMISSION EXPIRES My Commission Expires STATE OF INDIANA COUNTY OF MARION John J. Rosich the Assistant Vice -President of AMERICA? the above and foregoing is a true and correct copy of a Power of Attorney, executed by said A in force and effect. This Certificate may be signed and sealed by facsimile under and by the authority of Sectio' car"ANY which reads as follows: 'olicies and other instruments of insurance issued by the Corporation shall be signed on vice-president (including any Executive Vice President, Senior Vice President, Vice Pres ne secretary, or an assistant secretary, or other officer, whose signatures, if the instrume of the Corporation, may be facsimilies- Such signatures and facsimiles thereof shall be autho the fact that any such officer shall have ceased to be such officer at the time such policy or issued by the Corporation." In witness whereof, I have hereunto set my hand and affixed the seal of said A.D., 1990.. 9-1459 (9-88) nva.... name, place and stead, to execute, acknowledge and gory undertakings, pro Lded, hwever, 000.00) DOLLARS -------------- fined by the President, sealed with the common seal of the d Attorney(s)-in-Fact may do in the premises. This Power of of the By -Laws of the American States Insurance Company, ident, Senior Vice President, Second Vice President :her officer of the Corporation, to appoint Attorneys -in- to execute, on behalf of the Corporation, any bonds, to be signed by its Vice -President, attested by its STATES INSURANCE COMPANY S A.D., 19_89 , before me personally came to me known, who r; that he is a Vice -President of American States Insurance s such corporate seal; that it was so affixed by authority :horitv. And said J. Rosich Public and knows him to be the S STATES INSURANCE COMPANY, do hereby certify that IERICAN STATES INSURANCE COMPANY, which is still 8.03 of the By -Laws of AMERICAN STATES INSURANCE mall of the Corporation by the Chairman, the President lent, Second Vice President or Assistant Vice President) I is duly countersigned by an authorized representative zed and binding upon the Corporation notwithstanding other instrument of insurance shall have been actually this _lvla�ay of — Vw Assistant Vice -Pre ident _ I NOTICE OF AWARD TO: PROJECT Description: The OWNER has considered the BID submitted by you for the above described WORK in response to its Advertisement for Bids dated , 19 You are hereby notified that your BID has ben accepted for items in the amount of S You are required by the information for Bidders to execute the Agreement and furnish the required CONTRACTOR'S Performance BOND, Payment BOND and certificates of insurance within ten (10) ca endar days from the date of this Notice to you. If you fail to execute said Agreement and to iurnish said BONDS within ten (10) days from the date of this Notice, sail OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be grantet by law. You are required to return an acknowledged cooly of this NOTICE OF AWARD to r.. the Awzn _I I' Dated this 1 1 1 1 day of _________,19__ ACCEPTANCE OF By Ti I Receipt of the above NOTICE OF AWARD is hereby acknowledged: By IIthis day of , 19 I-1 T I 1 1 NOTICE TO PROCEE TO: 1 1 You are hereby notified to commence WORK in 'dated , 19 , on or befo and you are to complete the WORK within days thereafter. The date of completion of a ' 19 ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged: • By this the , 19_ By Title 1 I ' J-1 1 .n ject: :ordance with the Agreement ___________,19___ consecutive calendar WORK is therefore er Title I ' 1 . CHANGE ORDER ORDER NUMBER: DATE: AGREEMENT DATE: NAME OF PROJECT: OWNER: CONTRACTOR: The following changes are hereby made to the C NTRACT DOCUMENTS: Justification: 'Change to CONTRACT PRICE: Original CONTRACT PRICE: S Current CONTRACT PRICE adjusted by previous CHANGE ORDER S 'The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased) by: S The new CONTRACT PRICE due to this CHANGE ORDER will be $ 'Change to CONTRACT TIME: The CONTRACT TIME will be (increased) (decreas d) by calendar days. The date for completion of all work will be (Date). Approvals Required: To be effective this Change Order must be tpproved by the OWNER if it changes the scope or objective of the PROJECT, or as may otherwise be required.. Requested by: ' Recommended by: Ordered by: 'Accepted by: Owner: I K-1 1 GENERAL CO 1. Definitions 2. Additional Instructions and Detail Drawings 3. Schedules, Reports, and Records 4. Drawings and Specifications 5. Shop Drawings 6. Materials, Services, and Facilities 7. Inspection and Testing 8. Substitutions 9. Patents 10. Surveys, Permits, Regulations 11. Protection of Work, Property, Persons Subcontracting 12. Supervision by Contractor 13. Changes in the Work 14. Changes in Contract Price 15. Time for Completion and Liquidated Damages 16. Correction of Work 1. DEFINITIONS 1.1 Wherever used in the CONTRACT have the meanings indicated singular and plural thereofI 1.3 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. Subsurface Conditions Suspension of Work, Termin- nation, and Delay Payments to Contractor Acceptance of Final Payment as Release Insurance Contract Security Assignments Indemnification Separate Contracts Subcontracting Engineer's Authority Land and Right -of -Way Guaranty Arbitration Taxes DOCUMENT, the following terms shall and shalli be applicable to both the ADDENDA - Written or graphic instruments lissued prior to the execution of the Agreement which modify or inter ret the CONTRACT DOCUMENTS, DRAWINGS and SPECIFICATIONS, by addition $, deletions, clarifications, or corrections. BID - The offer or proposal of the BIDDE submitted on the prescribed form setting forth the prices for the WOR to be performed. 1.4 BIDDER - Any person, firm or corporati WORK. 1.5 BONDS - Bid, Performance, and Payment Bc surety, furnished by the CONTRACTOR autho or revision in the WORK within the ge: DOCUMENTS, or authorizing an adjustment CONTRACT TIME. 1.6 CHANGE ORDER - A written order to th addition, deletion, or revision in the % of the CONTRACT DOCUMENTS, or author) CONTRACT PRICE or CONTRACT TIME. �n submitting a BID for the nds and other instruments of rizing an addition, deletion, seral scope of the CONTRACT : in the CONTRACT PRICE or CONTRACTOR authorizing an ORK within the general scope zing an adjustment in the L-1 II 1.7 CONTRACT DOCUMENTS - The contract, inc uding Advertisement for Bids, instructions to BIDDERS, BID BOND, ejID, Agreement, Payment BOND, NOTICE OF AWARD, NOTICE TO PROCEED, CHANGE ORDER, GENERAL CONDITIONS, SPECIAL CONDITIONS, SPECIAL INSTRUCTIO S, TECHNICAL SPECIFICATIONS, ATTACHMENTS, DRAWINGS AND ADDENDA. 1.8 CONTRACT PRICE - The total monies pa terms and conditions of the CONTRACT 1.9 CONTRACT TIME - The number of calenda DOCUMENTS for the completion of the WOR. 1.10 CONTRACTOR - The person, firm, or co executed the Agreement. to the CONTRACTOR under the :NTS. days stated in the CONTRACT tion with whom the OWNER has 1.11 DRAWINGS - The parts of the CONTRACT DOCUMENTS which show the characteristics and scope of the WORK t_JLRo, be performed and which have been prepared or approved by the ENGINES. 1.12 ENGINEER - The person, firm, or corporation named as such in the CONTRACT DOCUMENTS. 1.13 FIELD ORDER - A written order effecti g a change in the WORK not involving an adjustment in the CONTRACT PRICE or an extension of the CONTRACT TIME, issued by the ENGINEfl to the CONTRACTOR during construction. 1.14 NOTICE OF AWARD - The written notice of he acceptance of the BID from the OWNER to the successful BIDDER. 1.15 NOTICE TO PROCEED - Written communication issued by the OWNER to the CONTRACTOR authorizing him/her to roceed with the WORK and establishing the date for commencement o the WORK. 1.16 OWNER - A public or quasi -public bod or authority, corporation, association, partnership, or an individulal for whom the WORK is to be performed. 1.17 PROJECT - The undertaking to be performed as provided in the CONTRACT DOCUMENTS. 1.18 RESIDENT PROJECT ENGINEER - The authorized representative of the OWNER who is assigned to the PROJECT site or a y part thereof. 1.19 SHOP DRAWINGS - All drawings, diagram , illustrations, brochures, schedules, and other data which are p epared by the CONTRACTOR, a SUBCONTRACTOR, manufacturer, supplie , or distributor, which illustrate how specific portions of the WORK shall be fabricated or installed. g II ' 1.20 SPECIFICATIONS - A part of the CONTRACT DOCUMENTS consisting of written descriptions of a technical nature of materials, equipment, construction systems, standards and workmanship. ' 1.21 SUBCONTRACTOR - An individual, firm, or corporation having a direct contract with CONTRACTOR or with any uther SUBCONTRACTOR for the performance of a part of the WORK at the ite. ' 1.22 SUBSTANTIAL COMPLETION - That date certif ed by the ENGINEER when the construction of the PROJECT or a pecified part thereof is sufficiently completed, in accordance witt the CONTRACT DOCUMENTS, so that the PROJECT or specified part can te utilized for the purposes for which it is intended. ' 1.23 SUPPLEMENTAL GENERAL CONDITIONS - Hodific tions to General Conditions required by a Federal agency for partic ipation in the PROJECT and ' approved by the agency in writing prior o inclusion in the CONTRACT DOCUMENTS, or such requirements that may be imposed by applicable state laws. 1.24 SUPPLIER - Any person or organization who supplies materials or equipment for the WORK, including that fat ricated to a special design, ' but who does not perform labor at the site 1.25 WORK - All labor necessary to produce the construction required by the CONTRACT DOCUMENTS, and all materials and equipment incorporated or to be incorporated in the PROJECT. ' 1.26 WRITTEN NOTICE - Any notice to any party of the Agreement relative to any part of this Agreement in writing and considered delivered and the service thereof completed, when posted by certified or registered mail to the said party at their last given address, or delivered in person to said party or their authorized represertative on the WORK. 2. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS 2.1 The CONTRACTOR may be furnished additio al instructions and detail ' drawings, by the ENGINEER, as necessary tc carry out the WORK required by the CONTRACT DOCUMENTS. ' 2,2 The additional drawings and instructions thus supplied will become a part of the CONTRACT DOCUMENTS. The CO TRACTOR shall carry out the WORK in accordance with the additi nal detail drawings and ' instructions. 3. SCHEDULES, REPORTS, AND RECORDS ' 3.1 The CONTRACTOR shall submit to the OWNER such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data where applicable as an required by the CONTRACT DOCUMENTS for the WORK to be performed. I L-3 I Ii 3.2 Prior to the first partial payment est.imate the CONTRACTOR shall submit construction progress schedules sh wings the order in which the CONTRACTOR proposes to carry on the WORK, including dates at which the various parts of the WORK will be tarted, estimated date of completion of each part and, as applicabl : 3.2.1 The dates at which special detail drawin s will be required; and ' 3.2.2 Respective dates for submission of SHOE DRAWINGS, the beginning of manufacture, the testing and the instal ation of material, supplies and equipment. 3.3 14. 4.1 ' 4.2 1 4.3 I. 1 15. 5.1 1 The CONTRACTOR shall also submit a scledule of payments that the CONTRACTOR anticipates will be earned durj.ng the course of the WORK. DRAWINGS AND SPECIFICATIONS The intent of the DRAWINGS and SPECIFICA shall furnish all labor, materials transportation necessary for the proper accordance with the CONTRACT DOCUMENT: necessary to complete the PROJECT in an use, occupancy or operation by the OWNER. ONS is that the CONTRACTOR tools, equipment, and execution of the WORK in and all incidental work ceptable manner, ready for In case of conflict between the DRAWINGS and SPECIFICATIONS, the SPECIFICATIONS shall govern. Figure d mensions on DRAWINGS shall govern over general DRAWINGS. Any discrepancies found between the DRA4i site conditions or any inconsistencies or or SPECIFICATIONS shall be immediately r writing, who shall promptly correct ambiguities in writing. WORK done by th of such discrepancies, inconsistencies or the CONTRACTOR's risk. SHOP DRAWINGS The CONTRACTOR shall provide SHOP DRAWINGS prosecution of the WORK as required by t ENGINEER shall promptly review all SHOP approval of any SHOP DRAWING shall not responsibility for deviations from the approval of any SHOP DRAWING which subs requirements of the CONTRACT DOCUMENTS sh+ ORDER. :NGS and SPECIFICATIONS and ambiguities in the DRAWINGS ported to the ENGINEER, in such inconsistencies or CONTRACTOR after discovery ambiguities shall be done at as may be necessary for the e CONTRACT DOCUMENTS. The DRAWINGS. The ENGINEER'S elease the CONTRACTOR from CONTRACT DOCUMENTS. The antially deviates from the 11 be evidenced by a CHANGE L-4 II Ii II When submitted for the ENGINEER'S review, SHOP DRAWINGS shall bear the CONTRACTORS'S certification that he has r viewed, checked and approved the SHOP DRAWINGS and that they ar in conformance with the requirements of the CONTRACT DOCUMENTS. Portions of the WORK requiring a SHOP IPRAWING or sample submission shall not begin until the SHOP DRAWING or submission has been approved by the ENGINEER. A copy of each approved SHOP DRAWING and each approved sample shall be kept in good or er by the CONTRACTOR at the site and shall be available to the ENGINE R. MATERIALS, SERVICES AND FACILITIES It is understood that, except as otherwis CONTRACT DOCUMENTS, the CONTRACTOR shall materials, labor, tools, equipment, wate transportation, supervision, temporary < and all other services and facilities necessary to execute, complete, and d specified time. 6.2 Materials and equipment shall be so preservation of their quality and fit materials and equipment to be incorpo located so as to facilitate prompt inspe< 6.3 Manufactured articles, materials, and e installed, connected, erected, used, directed by the manufacturer. 6.4 Materials, supplies, and equipment shall submitted by the CONTRACTOR and approved specifically stated in the 1rovide the pay for all , light, power, )nstruction of any nature, of any nature whatsoever liver the WORK within the stored as to insure the ss for the WORK. Stored ted in the WORK shall be Lon. pments shall be applied, fined and conditioned as in accordance with samples the ENGINEER. 6.5 Materials, supplies, or equipment to be lincorporated into the WORK 7. 7.1 shall not be purchased by the CONTRACTOR Jr the SUBCONTRACTOR subject to a chattel mortgage or under a conditi nal sale contract or other agreement by which an interest is retained by the Seller. INSPECTION AND TESTING All materials and equipment used in the onstruction of the PROJECT shall be subject to adequate inspection and testing in accordance with generally accepted standards, as required and defined in the CONTRACT DOCUMENTS. 7.2 The OWNER shall provide all inspection ' required by the CONTRACT DOCUMENTS. 7.3 The CONTRACTOR shall provide at the CONTR 'and inspection services required by the CO', ' L-5 and testing services not TOR'S expense the testing RACT DOCUMENTS. ' 7.4 If the CONTRACT DOCUMENTS, laws, ordinances, rules, regulations or ' orders of any public authority having jurisdiction require any WORK to specifically be inspected, tested, or approved by someone other than the CONTRACTOR, the CONTRACTOR will give the ENGINEER timely notice of readiness. The CONTRACTOR will then furnish the ENGINEER the required ' certificates of inspection, testing or approval. ' 7.5 Inspections, tests, or approvals by the engineer or others shall not relieve the CONTRACTOR from the obligations to perform the WORK in accordance with the requirements of the CONTRACT DOCUMENTS. ' 7.6 I I Ii The ENGINEER and the ENGINEER'S representatives will at all times have access to the WORK. In addition, authorized representatives and agents of any participating Federal or State agency shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials, and other relevant data and records of personnel, invoices of materials, and other relevant data and records. The CONTRACTOR will provide proper facilities for such access and observation of the WORK and also for any inspection or testing thereof. 7.7 If any WORK is covered contrary to the written instructions of the ENGINEER it must, if requested by the ENGINEER, be uncovered for the ENGINEER'S observation and replaced at the CONTRACTOR'S expense. 7.8 If the ENGINEER considers it necessary or advisable that covered WORK be inspected or tested by other, the CONTRACTOR, at the ENGINEER'S request, will uncover, expose or otherwise make available for ' observation, inspection or testing as the ENGINEER may require, that portion of the WORK in question, furnishing all necessary labor, materials, tools, and equipment. If it is found that such WORK is defective, the CONTRACTOR will bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, if however, such WORK is not found to be ' defective, the CONTRACTOR will be allowed an increase in the CONTRACT PRICE or an extension of the CONTRACT TIME, or both, directly attributable to such uncovering, exposure, observation, inspection, ' testing and reconstruction and an appropriate CHANGE ORDER shall be issued. ' 8. SUBSTITUTIONS 8.1 Whenever a material, article, or piece of equipment is identified on the DRAWINGS or SPECIFICATIONS by reference to brand name or catalogue numbers, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and ' that other producers of equal capacities, quality and function shall be considered. The CONTRACTOR may recommend the substitution of a ' L-6 II I I F I material, article, or piece of equipment of equal substance and function for those referred to in the CONTRACT DOCUMENTS by reference to brand name or catalogue number, and if, in the opinion of the ENGINEER, such material, article, or piece of equipment is of equal substance and function to that specified, the ENGINEER may approve its substitution and use by the CONTRACTOR. Any cost differential shall be deductible from the CONTRACT PRICE and the. CONTRACT DOCUMENTS shall be appropriately modified by CHANGE ORDER. The CONTRACTOR warrants that is substitutes are approved, no major changes in the function or general design of the PROJECT will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the CONTRACTOR without a change in the CONTRACT PRICE or CONTRACT TIME. 9. PATENTS 9.1 The CONTRACTOR shall pay all applicable royalties and license fees, and shall defend all suits or claims for infringement of any patent rights and save the OWNER harmless from loss on account thereof, except that the OWNER shall be responsible for any such loss when a particular manufacturer or manufacturers is specified, however, if the CONTRACTOR has reason to believe that the design, process or product specified is an infringement of a patent, the CONTRACTOR shall be responsible for such loss unless the CONTRACTOR promptly gives such information to the ENGINEER. 10.1 SURVEYS, PERMITS, REGULATIONS The OWNER shall furnish all boundary surveys and establish all base lines for locating the principal component parts of the WORK together with a suitable number of bench marks adjacent to the WORK as shown in the CONTRACT DOCUMENTS. From the information provided by the OWNER, unless otherwise specified in the CONTRACT DOCUMENTS, the CONTRACTOR shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pipe locations and other working points, lines, elevations and cut sheets. The CONTRACTOR shall carefully preserve bench marks, reference points and stakes and, in case of willful or careless destruction, shall be charged with the resulting expense and shall be responsible for any mistake that may be caused by their unnecessary loss or disturbance. Permits and licenses of a temporary nature necessary for the prosecution of the WORK shall be secured and paid for by the CONTRACTOR unless otherwise stated in the SUPPLEMENTAL GENERAL CONDITIONS. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid L-7