HomeMy WebLinkAbout61-90 RESOLUTIONRESOLUTION NO. 61-90
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT WITH
TRIGON ENGINEERING IN THE
AMOUNT OF $424,97.00 FOR THE PERMANENT SEWAGE
FLOW MONITORING PROJECT.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are l--rebv
authorized and directed to execute a contract with
Trigon Engineering in the amount of $424,974.00 for the
permanent sewage flow monitoring project. A copy of the contract
authorized for execution hereby is attached hereto marked Exhibit
"A" and made a part hereof.
PASSED AND APPROVED this 17th day of April
APPROVED:
By:
ATTEST:
By
City er
, 1990.
or
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ti
•
•
•
•
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
uF9c
PROJECT BOOK
(PLANS AND SPECIFICATIONS)
FOR
FAYETTEVILLE PERMANENT SEWAGE
FLOW MONITORING
March 1990
ETC ENGINEERS, INC.
Consulting Engineers & Scientists
1510 Scutt; Broadway
Little Rock, Arkansas 72202
• .
ACOIene CERTIFICATE OF INSURANCE
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF NFORMA-IONONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER -KS CERT F KATE DCES NO' AMEND
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BLLOW
ROY N. BORDEN AGENCY,INC.
P. 0. Box 56280
Little Rock, Ar 72215
CODE
INSURED
SUB -CODE
Trigon Engineering Co.
3520 W. 69th St.,Suite 301
Little Rock, Ar 72209
ISSUE DATE (MM'UUIYY)
5/17/90
COMPANY A
LFIIER
REVISED LE TEINY B
CCMPANV ^
1E1 TER y
COMPANY
LETTER
COMPANY E
FTTFR
COMPANIES AFFORDING COVERAGE
Travelers Insurance Co.
COVERAGES
THIS IS TO CERTIFY T,,AT THF POL CIFS OF NSURANCE L STED BE_OW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE OR THE POLICY PLR OD
INDICATED. NC -WI -H 3rANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT CR CTHFR DOCUMENT W'TH PFSPFC" TO WH CH THIS
CERT FICATE MAY BE ISSUED CR MAY PEP TAIN 'HF INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUB.,ECT "O Al L THF TERMS
EXCLUSIONS AND COND TIONS OF SUCH POL ICIFS . MIl S SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
CO
LTR
A
TYPE OF INSUPANCF
GENERAL LIABILITY
CCMMERCIAL GENERA HABIL
CLAIMS MADE OCCUR
OWNERS 8 CCN RA' TORS FPO.
AUTOMOBILE LIABILITY
ANY AL TO
ALL OWNED AUTOS
SCHEDJ EC AUTO'.
HIRED AUTOS
NON -OWNED ALTCS
GAPAC E L•4B W Tv
EXCESS LIABILITY
OTHER THAN UMRREI.A FORM
WORKER'S COMPENSATION
AND
EMPLOYERS' LIABILITY
OTHER
POLICY NJMBER
6UB698G098 A 89
DESCRIPTION OF OPERA'IONS.LOCATIONS'VEHICLESIRESTRICTIONS;SPECIAL ITEMS
RE: City of Fayetteville
CERTIFICATE HOLDER
City of Fayetteville
13 W. Mountain
Fayetteville, Ar 72701
Att: Sid Norbash
POLICY EFFECTIVE POLICY EXPIRATION
DATE IMM;DD'YYI DATE (MM'DD YYI
12/1/89 12/1/90
CANCELLATION
ALL LIMITS IN THOUSANDS
GENERAL AGGREGATE 3
PPODUCISCCMP/CPS AGGREGATE 3
PERSONAL 8 ADVER— S NO NJURY 3
EACI. OCCLRRrNCF S
F PE DAMAGE IAr, nye fire S
MCD CA, EXPENSE •A. y 1.9e Dersar$
COMBINED
PING E $
LIMIT
BY
INJODILFV $
1 Pe- person)
BODILY
INJ..nv
:Pe' acc'denU
PPOPEFVv
DAMAGE
$
F AC H
OCCURRENCE
Sl A'V 1CL4V
$100
$500
$100
AIGRFGATF
S
(EACH ACCIDENTI
(D SEASE- PCJCY LIMIT)
U SEASE—EACH EMPI OYEE1
RHO./1 1) ANY 01- 'HF AHOVF DESCRIBED POI ICIFS BF CANCELLED BEFORE' HE
-XP RATION DATE THEREOF THE SSU'NG COMPANY W LL ENDEAVCR TC
MALIe GAYS WRITTEN NOTICE TO THE CERTIFICA-E HO_DEP NAMED TO 'HE
▪ EFT 8JT FAILJPE TC MAIL SUCH NOT CE SHALL IMPOSE NO OBLIGA-'ON OP
• ABILITY OF ANY RIND UPON THE COMPANY. 1-5 AGENTS OR PEPRF Sr N1A1IVI S
AUTHORIZED 9LPRESENTATIVL
ACORD 25-5 (3/88) 4''ACORD CORPORATION 1988
ETC ENGINEERS, INC
1510 SOUTH nAOAD` IAY
LITTLE ROCK, AR 72202
FAX NO. (501)375-11277
TO: y. r, - ....,
FROM:
_ I. TS:
..•
F'.ye::Pvi 1le., Ar.
'•JI'.REFs Cr - •r
•
•
e• s`•eet}
•
1 1 . r. . �,.Mr 1 -t• F r t._•. ..e ',.1SS
s: (501) 375.1755.
ADDENDG'M NO. 3
March 7. 1990
Fayettev!lle Permanent Sewage Flow Monitoring Protect.
Replace first paragraph of the Advertisement. for Bid in the
Project Book dated as March 1990 with the following
paragraph.
Notice is hereby give that the C!ty of Fayetteville,
hereinafter called the Owner, will receive sealed bids from
pre -qualified candidates at the Purchasing Agents office,
City Administration Building, 113 W. Mountain Dr.,
Fayetteville, Arkansas 72701 until 2 p.n., on March 9, 19JC
for the ft::nishing of all tools, materials, labor, and
equipment, and performing the necessary work tc be done to
conp]ete Ll:e installation of permanent flow monitoring
sIste:r,, consisting of thirty (30) permanent sewage flew
stations, and a master station.
Erc Enyinecrirj
By:
Hamid coaiv
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
PROJECT BOOK
PLANS AND SPECIFICATIONS
FOR
FAYETTEVILLE PERMANENT
FLOW MONITORING
JANUARY 1990
Prepared by:
ETC ENGINEERS, INC.
Consulting Engineers & Scientists
1510 South Broadway
Little Rock, Arkansas 72202
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
INDEX
ADVERTISEMENT FOR BIDS
BID BOND
PROPOSAL
ARKANSAS PERFORMANCE AND PAYMENT BOND
CONTRACT AGREEMENT
INSTRUCTION TO BIDDERS
GENERAL CONDITIONS OF THE SPECIFICATIONS
DETAILED SPECIFICATION
PART I - CONTRACT STIPULATION
Drawing and Specification
Extent of Work
Planning and Execution of the Work
Lands and Right -of -Way
Environmental Aspects
Equipment Furnished by Owner
Progress Schedule
Preconstruction Conference
Copies of Drawing and Specification
• Laboratory Tests
▪ Codes and Standards
• Protection of Materials and Equipment
▪ Written Notices
. As Built Drawings
▪ OSHA Compliance
• Acceptance Test
PART II - INSTALLATION SPECIFICATIONS
Planning and Execution of Work
installation of "In Pipe" Flow Sensors
Installation of Flow Monitor and
Communication Device
Installation of Conduit, Ducts and Bends
Transportation, Handling and Storage
of all Conduit and Fittings
Cable Installation
Terminal Work Station Installation
1-1
1-3
1-3
1-3
1-4
1-4
1-4
1-4
1-5
1-5
1-5
1-6
1-6
1-6
1-6
1-7
2-1
2-1
2-1
2-2
2-4
2-5
2-6
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
II -13
II -14
INDEX (Cont.)
Cutting and Replacing Special Surfaces
Crossing Fences
• Cutting and Replacing Lawn Sod
• Crossing and Paralleling Existing
Utilities
▪ Crossing and Paralleling Buried Telephone
Line
• Clearing for Installation
• Concrete Encasement for Conduit
PART III - MATERIAL AND EQUIPMENT
Flow Monitoring System - General
Flow Monitoring and Sensor Device
Master Control Computer
Software
Cement and Mortar Materials
Water
Concrete Aggregates
Conduit - General
Gravel
PART IV - MEASUREMENT AND PAYMENT FOR WORK
IV -1. Intent of This Part of Specifications
IV -2. Measurement and Payment for Work
PROPOSAL DRAWINGS
GENERAL LOCATIONS OF FLOW MONITORING POINTS
MASTER STATION LOCATION
MONITORING POINTS PLANS: (1B - 29B)
MP
MP
MP
MP
MP
MP
MP
MP
MP
MP
MP
MP
MP
MP
1A
2A, MP2B
3B
4B
4D
5A
6A
7A
8A, MP8B
8C
9A, MP9B
10A
10B, MP11A
11D, MP12A
2-6
2-7
2-8
2-8
2-8
2-9
2-9
3-1
3-1
3-2
3-2
3-4
3-4
3-4
3-4
3-5
4-1
4-1
1A
1A
1B
2B
3B
4B
5B
6B
7B
8B
9B
10B
11B
12B
13B
14B
INDEX (Cont.)
MP 13A 15B
MP 13B 16B
MP 14A 17B
MP 15B 18B
MP 16A 19B
MP 17A 20B
MP 17D 21B
MP 18A, MP 18B 22B
MP 19A 23B
MP 20A 24B
DETAIL - CITY STREET CROSSING 1C
ENCASEMENT DETAIL 2C
TYPICAL CROSS SECTION
TRENCH FOR PVC CONDUIT 3C
DETAIL - TYPICAL POLE MOUNTING 4C
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ity of Fayetteville
Advertisement for Bid #90-7
Notice is hereby give that the City of Fayetteville, hereinfafter called the Owner, will receive sealed bids
from pre -qualified candidates at the Purchasing Agents Office, City Administration Building, 113 W.
Mountain St., Fayetteville, Arkansas 72701 until 2 p.m_ on February 23, 1990, for the furnishing of all
tools, materials. labor, and equipment, and performing the necessary work to be done to complete the
installation of permanent flow monitoring system, concivint of 57 permanent sewage flow stations, and
a master station.
Each bid must be accompanied by a surety bond in the amount equal to five percent (5%) of the whole
bid, said bond to be issued by a surety company licensed to do business in the State of Arkansas, said
bond to be retained as liquidated damages in case successful bidder fails, neglects or refuses to enter
into the contract for the construction of said works, and furnish the necessary bonds within ten (10)
days from and after the date the award is made.
All envelopes containing the bid document must be sealed and designated as "Bid for Permanent Flow
Monitoring System, Bid #90.7."
Attention is called to the fact that not less than the minimum salaries and wages as set forth in the
Contract Documents must be paid on this project, and the Contractor must ensure that employees and
applicants for employment are not discriminated against because of their race, color, religion, sex, or
national origin.
The Owner reserves the right to reject any or all bids, and to waive any formalities deemed to be in its
best interest.
Bids may be held by the City for a period not to exceed thirty (60) days from the date of the opening of
bids for the purpose of reviewing the bids and investigating the qualifications of Bidders, prior to
awarding of the contract.
The City of Fayetteville does not discriminate based on race, religion, creed, color or national origin
and encourages participation by minorities and female -owned and operated businesses and local firms.
The attention of all bidders is called to the fact that if this contract exceeds 520,000 they must be
licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature, as amended, and that
this project may have to be scaled down to match budgeted funds, specifically in regard to the number
of installed permanent flow monitoring stations. Owner reserves the right to deduce the number of
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BID BOND
KNOW ALL NLN BY THESE PRESENTS, that we, the undersigned,
as Principal, and
as Surety, are hereby held
and firmly bound unto
as owner
in the penal sum of
for the payment of which, well and truly to be made, we hereby jointly
and severally bind ourselves, our heirs, executors, administrators,
successors and assigns. Signed this day of
19
•
The condition of the above obligation is such that whereas the Principal
has submitted to
a
certain bid, attached hereto and hereby made a part hereof to enter into a
contract in writing, for the
NOW THEREFORE,
(a) If said Bid shall be refected, or in the alternate.
(b) If said Bid shall be accepted and the Principal shall execute
and deliver a contract in the Form of Contract attached hereto
(properly completed in accordance with said Bid) and shall
furnish a bond for his faithful performance of said contract,
and for the payment of all persons performing labor or
furnishing materials in connection therewith, and shall in
all other respects perform the agreement created by the
acceptance of said Bid.
then this obligation shall be void, otherwise the same shall remain in
force and effect; it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall, in no
event, exceed the penal amburt of the obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that
the obligations of said Surety and its bond shall be in no way impaired
or affected by any extension of the time within which the Owner may
accept such Bid; and said Surety does hereby waive notice of any such
extension.
2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
IN WITNESS WHEREOF, the Principal and the Surety have hereunto
set their hands and seals, and such of them as are corporations have
caused their corporate seals to be hereto affixed and these presents
to be signed by their proper officers, the day and year first set
forth above.
Principal
Surety
SEAL BY:
PROPOSAL
Place Fayetteville, Arkansas
Date March 9, 1399
Proposal of Trigon Engineering Company
a corporation* or;anized and existing under the laws of the State of
Arkansas , and qualified to do business in the State
of Arkansas; a Partnership* consisting of
an Individual* trading as
TO THE CITY OF FAYETTEVILLE, ARKANSAS:
The bidder in compliance with your invitation for bids for the construction
of Furnishing a -d Installing Flow Neasurement, Remote Data
Retrieval, and Data Processing Equipment. having examined the Plans
and Specifications with related documents and the site of the proposed work,
and being familiar with all the conditions surrounding the work, including the
availability of materials and Tabor, hereby proposes to furnish all labor,
material, and supplies required to be furnished, and to construct the project
in accordance with the Contract Documents, and at the prices stated below.
These prices are to cover all expenses incurred in performing the work required
under the Contract Documents, of which this proposal is a part.
Bidder hereby agrees to cornence work under this contract on a date to
be specified in a written "Work Order" of the Engineer, and to fully complete
the,project within 110 consecutive calendar days.
Bidder acknowledges receipt of the following addenda:
Addenda 41, Addenda b2, Addenda 43
* fill out applicable blank
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
UNIT PRICE SCHEDULE
Project: Permanent Flow Monitoring System
Item Estimated Quantity
No. and Description
Unit Price
Total
1. 30 Each
Flow Monitoring Station
Flow Sensor and all
Cable Installation
2. Lump Sum
Master Control Station
(Hardware and Software)
3. 40 Hours
Additional Training
4. Lump Sum
Additional Warranty
(Five years)
5. 2 Each
Spare Flow Monitoring
Device
4;4 %'bits
(Dollars),
$ �Cc9c
!11//}6 Mt 14-.09 1•71c; 44,r< IA/kt1-41 .} Q_. ,.C'
(Dollars) d,
$ ��"�7- $ c, L3171
./Lfi rh6-4u1•1-nd
(Dollars) a,
$ /, E -SG
$ // $fit• o
.--
a
6114.1.-- H4.
$ 410J le" cLt
6. 1 Each
Portable Water Flowmeter
Model 201/201D
(by: Marsh Mcbirney, Inc.)
7. 1 Each
HP 7550A Plotter
8. Lump Sum
Bond Mobilization r1'"'}
and Demobilization
TOTAL BID
(Do larsJ
$ /CO, Ca
$
7, 1A4 /.11)rstA.., ler
(Dollars)
4 0Oc
%etc
$ 21 2 Ey l�rs)
$
6"t6Jr+ ,� . ;;�z,r4.Jy e(c.4/ ?-�1
$ 7€;S
it-
/ lcc //6245- C c 5-.l4 4c L./ ildrt+M a.! tele e LF1/
(Dollars) be
$ 2,4-4.a $ :"46 G -
.4,4", ; /hdc/f 2 441 /Lel,/ Pa.tt)
(Dollars)0,.. /./_
$ ?J. et; $ 27, Lata
2! l
7�'6cLuoz.,�id- -�vLI __,tau•f
°I
ae
$
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DEDUCTIVE ALTERNATE A - Addtional Training
Project : Permanent Flow Monitoring
All bidders must complete the following schedule for the deductive
alternate. At its own discretion, the Owner may elect to eliminate
bid item number three (3) from the BASE BID. In this event, the price
schedule given below will be deducted from the TOTAL BASE BID.
1. 40 Hours
Additional Training
TOTAL DEDUCTIVE
NET BID
(TOTAL BASE BID
,
6)024C Y�: t t vsek &,1t 1
(Dollars) c-
$ 5`t'
ALTERNATE A
$
1 ...„jr et. f1 1hLkJ:0t9:4 g416
$ /ES,
LESS TOTAL DEDUCTIVE ALTERNATE)
t.t. • A a.- fai osien.c
# 64.-4.2.‘ i— 74,-....21 R a..u.-.u(,
eo
$ 21, r21f
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DEDUCTIVE ALTERNATE B - Extended Warranty
Project : Permanent Flow Monitoring
All bidders must complete the following schedule for the deductive
alternate. At its own discretion, the Owner may elect to reduce
quantity of bid item number four (4) from the BASE BID. In this
event, the price schedule given below will be deducted from the TOTAL
BASE BID.
Reduce Quantity Item 4 of the Base Bid
to zero years of additional Warranty
i
TOTAL DEDUCTIVE ALTERNATE B aha Hdr.igc` .,c�' ritse&c.,_titterII4i,.,.,.LJ
$ i E C: Fca
NET BID
(TOTAL BASE BID LESS TOTAL DEDUCTIVE ALTERNATE)
i L.. C "' K ...."� c ► ALA -A- .. 4 `%, /'ir
.0 4...Lt4 ,4..
v.yL.L 7 C�
b'ttil
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DEDUCTIVE ALTERNATE C - Extended Warranty
Project : Permanent Flow Monitoring
All bidders must complete the following schedule for the deductive
alternate. At its own discretion, the Owner may elect to reduce
quantity of bid item number four (4) from the BASE BID. In this
event, the price schedule given below will be deducted from the TOTAL
BASE BID.
Reduce Quantity Item 4 of the Base Bid
to zero years and provide additional three
years of Warranty
(3)
TOTAL DEDUCTIVE ALTERNATE C 7,c,4 -71.7t;‘,4„.„./ t4' c . , ,--t-Ict-01
$ zit '''c'ices
NET BID
(TOTAL BASE BID LESS TOTAL DEDUCTIVE ALTERNATE)
iecte ir:4g" $s e c,
$ 34141, sy-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DEDUCTIVE ALTERNATE D - Extended Warranty
Project Permanent Flow Monitoring
All bidders must complete the following schedule for the deductive
alternate. At its own discretion, the Owner may elect to reduce
quantity bid item number four (4) from the BASE BID. In this event,
the price schedule given below will be deducted from the TOTAL BASE
BID.
Reduce Quantity Item 4 of the Base Bid
to zero years and provide additional
one (1) year Warranty.
TOTAL DEDUCTIVE ALTERNATE C T c 4x >L« !
$ ?c' r /6 c'
NET BID
(TOTAL BASE BID LESS TOTAL DEDUCTIVE ALTERNATE)
eis-et .— i L4 ietL,T "1-r =fritc L. 54 -4e -t- cd
js # "mkt, _ c t 94 A1-4 -7.3-e „1 t
$ VIy,t��
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DEDUCTIVE ALTERNATE E - Plotter
Project : Permanent Flow Monitoring
All bidders must complete the following schedule for the deductive
alternate. At its own discretion, the Owner may elect to eliminate
bid item number seven (7) from the BASE BID. In this event, the price
schedule given below will be deducted from the TOTAL BASE BID.
1. 1 Each yam'/%
HP 7550A Plotter LL`� J "cttLta.j'(•-,,S.L, 4 4-i /4i-e.g.` a`(' 4
(Dollars)
$ �� lc ,C) $ -'/ (1.0
TOTAL DEDUCTIVE ALTERNATE E
$ 56- C
NET BID
(TOTAL BASE BID LESS TOTAL DEDUCTIVE ALTERNATE)
II s
ft s c . �., �fi 71,14:14. e i ,. tc..( .
#* '
$ 9
71 , 3ry
** Unit Prices to be shown in words and figures. In case of discrepancy
amount shown in words will govern.
The unit prices shall include all labor, materials, bailing, shoring,
overhead, profit, insurance, etc , to cover the finished work of the several
kinds called for.
Bidder understands that the Owner reserves the right to reject any or
all bids and to waive any informalities in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn
for a period of sixty (60) calendar days after the scheduled closing time
for receiving bids.
Upon receipt of written notice of the acceptance of this bid, bidder will
execute the formal contract attached within ten (30) days and deliver the
Surety Bond or Bonds as required by Paragraph 8 of the General Ccnditiocs.
The bid security attached in the sum of 5 % frac 7/D xtet E
is to become the property of the Owner in the even the contract and bond are
not executed within the time above set forth, as liquidated damages for the
delay and additional expense to the Owner caused thereby.
Respectfully Submitted:
fl -)(4.i4' r.,y6e/YEf1Z/f CPc.
By
•
?tm Ihcxles. V President
SEAL - if bid is by a corporation
PLEASE NOT.L: Attached are additive alter nates wh_ch offer services/
capabilities beyond those required by the specifications, Some, or all,
of these cci.:d he of interest to the City of Fayetteville.
Options
Unit Price
/ �,
4a •....mot 1 ` f , J L cr !,e•.E
Quadredundant Ultrasonic Depth (Dollars)
/ ar
Irf(p-V
2. Advanced Hydraulic Profiling
3, Enhanced Software Capabilities
including remote sensor diagnostics;
day/week/month or one year hydrographs;
raingauge and rain data compatibility;
(future) 1/1 analysis
4.
5.
CC
7
Flow Quantification via Two Equations
Software Hotline Support
Annual On -Site Calibrations and
Equipment Check
Quarterly Data Audit
(Dollars)
(Dollars)
�r�§ -- ye
(Dollars)
h� fl S.
'— r J
(Dollars)
$
2-J�
J Y J
(Dollars)
Bs'
(Dollars)
Gu
-%S;<;: ^1 ia08l 1::-, p041 ST ;?
-n'd cc:
ARKANSAS PERFORMANCE AND PAYMENT BOND
(14-604 Arkansas Statutes)
' KNOW ALL MEN BY T'CSE PRESENTS: That we (1)
a (2) , hereinafter called "Principal" and
(3) of , State of
hereinafter called the "Surety", are held and
' firmly bound unto (4) , hereinafter called
"Owner" in the penal sum of dollars ($ ),
in lawful money of the United States, for the payment of which sum well
and truly to be made, said principals and Surety bind themselves, their
heirs, -administrators, executors, successors and assigns, jointly and
severally, by these presents.
THE COND;TION OF THIS OBLIGATION is such that whereas, the Principal
' entered into a certain contract with the Owner, dated the
day o£ , 19 , a copy of which is attached and made a part
hereof for the construction of:
1
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform
its duties, all the undertakings, covenants, terms, conditions, and acree-
ment of said contract during the original term thereof, and any extensions
thereof which may be granted by the Owner, with or without notice to the
Surety, and if he shall satisfy all claims and demands incurred under such
contract, and shall fully indemnify and save harmless the Owner from all
costs and darages which it may suffer by reason of failure to do so, and
shall reimburse and repay the Owner all outlay and expense which the Owner
may incur in making good any default, and shall promptly make payment to all
persons, firms, subcontractors and corporations furnishing material for or
performing labor in the prosecution of the work provided for in such contract,
any authorized extension or modification thereof, all amounts due for,.
but not limited to, materials, lubricants, oil, gasoline, coal and coke, .
repair on machinery, equipment and tools consumed or used in connection with
the construction of said work, fuel oil, camp equipment, food for men, feed
for ani:rals, premium for bonds and liability and worbr.en's compensation
insurance, rentals on machinery, equipment and draft animals; also for taxes
or payments due the State of Arkansas or any political subdivisions thereof
which shall have arisen on account of, or in connection with, the wages
earned by workmen covered by the bond; and for all labor performed in such
work whether by subcontractor or otherwise, then this obligation shall be
void, otherwise to remain in full force and effect.
7
Id
' The Surety agrees the tenors of this bond shall cover the payment by
the principal of not less than the prevailing hourly rate of wages as
determined by the Arkansas Department of Labor or U. S. Secretary of
Labor, whichever is greater, to all workmen performing work under the
contract.
PROVIDED, FURi}IER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alternation,
or addition to the terms of the contract or to the work to be performed
thereunder of the specifications accompanying the same, shall in any wise
affect its obligation on this bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the
contract as to the work or to the specifications.
PROVIDED FURTHER, that no final settlement between the Owner and the
contractor shall abridge the right of any beneficiary hereunder, whose
claim may be unsatisfied.
IN WITN'flS WHEREOF, this instrument is executed in six (6) counterparts,
each of which shall be deemed an original, this day of
19
ATTEST:
SECRETARY (PRINCIPAL)
(SEAL)
WITI�SS AS TO PRINCIPAL
ADDRESS
ATTEST:
SECRETARY (SURETY)
(SEAL)
WITNESS AS TO ATTORNEY -IN -FACT
ADDRESS
(PRINCIPAL.)
BY
(TITLE)
(ADDRESS)
(SURETY)
ATTORNEY -1N -FACT
ADDRESS
11
— NOTE: Date of Bond must not be prior to date of Contract.
(1) Correct name of Contractor
(2) A Corporation, a Partnership, or an individual, as case may be
(3) Correct name of Surety
(4) Correct name of owner
(5) If Contractor is Partnership, all partners shall execute bond
(6) This bond must be filed with the Circuit Court of the County
where the work is to be performed, prior to the start of const-
ruction
(7) Eust be executed by Arkansas Local Resident Agency for Surety
L
L
9
s S.
GENERAL
POER OF
AT'IW'ORNEY FIREMAN'S FUND INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY, a Corporation duly organized and existing under the laws of
the State of California, and having its principal office In the County of Marin, State of California, has made, constituted and appointed, and does by these
presents make. constitute and appoint
WILLIAM R. PLEGGE, CHARLES H. HARPER, CHARLES C. CAMPBELL, DALE E. TEMPLE, LINDA FREY,
JOHN GERETY, MELANIE D. MOON and CAROLYN A. CORY
LITTLE ROCK, AR jointly or severally
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, placeand stead, to execute, seal, acknowledge and deliver any
and all bonds undertakin , recd
8 gnvances or other wnttm obligations inthe nature thereof
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises.
This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now in full force and
effect.
"Article VU. Appointment and Authority of Resident Secretaries, Attorney -fn -Fars and Agents to accept Legal Procnr and Make Appearances.
Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vlee-Pres{dent or any other person authorized by the Bond of
Directors, the Chairman of the Board of Directors, the President or any Vice -President may, from time to time, appoint Resident Assistant Secretaries and
Attorneys -In -Fan to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the
Corporation.
Section 46. Aufborfty. The authority of such Resident Assistant Secretaries, Attorneys -In -Fact and Agents shall be as prescribed In the Instrument evidencing
their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to
make such appointment:"
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND
INSURANCE COMPANY at a meeting duly called and held on the 7th day of August, 1984, and said Resolution has not been amended or repealed:
"RESOLVED, that the signature of any Vice -President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this
Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney. or on any certificate relating thereto, by facsimile,
and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Corporation:'
IN WITNESS WHEREOF. FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Via -President, and its corporate
seal to be hereunto affixedthi?Oth day of June 19 88.
e .•.�'� FIREMAN'S FUND INSURANCE COMPANY
�7 .r
By V,a-Pt dmi
STATE OF CALIFORNIA ss
COUNTY OF MARIN 11
Onihis 20th day of June ,1988 , before me personally came R. D. Farnsworth ,
tome known, who, being by me duly sworn, did depose and say: that he is Vice -President of FIREMAN'S FUND INSURANCE COMPANY. the Corporation
described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate
seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order
IN W ITNESS WHEREOF I have hereunto set my hand and affixed my official seal, the day and year herein first above written.
■IllrllllllllllllglllllOl lrllrrtllllrlg111tllla
OFFICIAL SEAL j
I E SUSIE K. - ("0RT 'g,c51-'-1oNa
NOTARY P0BUC • UiI County
Nmuy PubLc
Principal Office in Mann County
My (onwuwoo Expires ken. 17, 1988
■IIIIXIIIIIIIIIIIIglrlllgllYXXlglllaqrqqqlllN■ CERTDTCATE
STATE OF CALIFORNIA 1 ( q
COUNTY OF MARIN 5
I, the undersigned, Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY, a CALIFORNIA Corporation, DO HEREBY CERTIFY
that the fategoing and attached POWER OF ATTORNEY remains in ful: force and has not been revoked; and fun hermore that Article VII, Sections 45 and 46 of
the By-laws of the Corporation, and the Resolution of the Board of Directors: set forth in the Power of Attorney, are now in force.
Signed and sealed at the County of Marin. Dated the day of 19 _.
l�. WJ/]. l♦
£4-
Rsdcai Asnans Scet
1 360711 -FF-1147
COr'IRACT AfE
• 1. THIS CONIRAer RW A,^tfENg , made and entered into this
• day of rti_•L3 , 19'", by and between the City of Faietteville, Arkansas,
Party of the First Part, acting through it's duly authorized representative,
and
E
tl ,,1(..
• 1 '1
IParty of the Second Part:
k7Z4'ESSM:
1
That for and in consideration of the payrents to be rade as hereinafter set
forth, the Party of the Second Part hereby agrees to furnish all tools,
labor, equipment, materials, and supplies required to be furnished and to
construct the improvements designated as
({,.,ln.l i t 1 1.
oW �,,.,!r
alt i�o { .1 •f.11 .•'t 1 11.t /11 t r I
for the City of Fayetteville, Akan , in exact accordance with the Plans
•' on file at the Office of the City i}ginnd eer, aSpecifications, Proposals,
Stipulations, and Special Provisions attached hereto and made a part hereof
as fully as though copied herein, under the direction of and to the entire
satisfaction of the Party of the First Part and in accordance with the lat.
of the State of Arkansas.
2. It is further agreed and understood by and between the parties
hereunto that the Party of the First Part agrees to pay and the Party of the
Second Part agrees to accept as full and finalnsation for all. work
done under this agreement, the Unit Prices and/or Lump Sum Price named in
' the Proposal which is hereto attached, such payment to be made in lawful
money of the United States, at the tine and in the rsnner set forth in the
Specifications.
3. The Party of the Second Part agrees, for the consideration
above expressed, to begin and complete the work within the time specified in
' the Proposal. Time is expressly made of the essence of this Contract. If the
Party of the Second Part shall fail to complete the work in the time
specified he shall pay to the Party of the First Part, as liquidated
dansges, ascertained and a€reed, and not in the nature of a
El
I
I
petty, the amount specified in the Proposal for each day delayed, for each
Schedule delayed, which shall be deducted from the final amount to be paid
under the Contract. Dctensions of time eay be granted with waiver of
liquidated daises
as provided for in the Specifications.
' 4. The Party of the Second Part agrees to furnish a Bond, with an
' approved Surety thereon, guaranteeing the performance of this Contract, as
required by the taws of the State of Arkansas, and for not less than one
hundred (100) percent of the amount of this Contract. Said Bond shall be
conditioned on full and complete performance of this Contract and acceptance
' by the City of Fayetteville for the payment of all labor and materials
entering into or incident to the proposed improvements and shall guarantee
the work against faulty workmanship or materials for a period of one (1)
' year after completion. The Surety on said Bond shall be a Surety Company of
financial resources satisfactory to the Party of the First Part, and
authorized to do business in the State of Arkansas. •' 5• The Party of the second Part agrees also to carry Public Liability
Insurance, Property Damage Insurance, and workman's
in amounts as required by these Compensation Insurance
' Specifications.
Wrl-b 5S OLR hANDS THIS I DAY OF 7' 1990
' CITY OF FA 7T 7 F
FAY , ARKA�'
Attest by City Clerk
Clerk By
Zk,tr c � ���fi.�-xVt ?Savor
1 (fJ
I n' rlxi!/kG/ /n/ ('C'.
Contractor / �+
By l4Z'rL
and Title
3T2o /.6' 6!`USr.
Business Address
Corporate Seal (if any)
:trii*re et'C'p/c, A,e,Ei.zza9
3a/- SE Gv-64.
Li
' INSTRUCTIONS TO BIDDERS
1. QUALIFICATIONS OF CONTRACTORS:
•' Before submitting a bid, bidders must be licensed under the
terms of Act 150 of the 1965 Acts of the Arkansas General Assembly, and the
successful bidder must be legally qualified in all respects to do business
' in the State of Arkansas.
1
2. LOCAL CONDITIONS:
Bidders shall read the Specifications, examine the Plans, and
make their own estimates of the existing facilities and the difficulties
' which will attend the execution of the work called for by the proposed
Contract, including local conditions, uncertainty of weather, and all other
contingencies. Bidders shall satisfy themselves by personal examination of
the location of the proposed work, and by such means as they nay choose, as
to actual conditions and requirements. Information derived from the Plans
• and Specifications or from the Engineer or his assistants shall not relieve
the bidder.of this responsibility.
3. PROPOSAL GUARANTEES:
' Proposals must be accompanied by either a certified or cashier's
check, drawn on a National Bank or a bank having membership in the Federal
Reserve System, or a Bid Bond executed by a satisfactory Surety. The proposal
guarantee shall be in an amount not less than five (5) percent of the bid
• and made payable to the Contracting Authority to whoa the Proposal is made.
A lesser amount will not be accepted.
The proposal guarantee, or other bid qualificaticns, shall be sealed
' Thin a separate envelope firmly attached to the outside of the sealed Proposal.
The outer envelope shall be opened first, and if the documents are not found
to be in order, the sealed Proposal shall be returned to the bidder unopened.
The amount of any check or bond shall be retained by the Contracting
Authority as liquidated damages in case the bidder neglects or refuses to
enter into a contract and to furnish the required contract bond within ten
(10) days after the prescribed contract and bond forms are presented for
signature.
Checks of unsuccessful bidders will be returned immediately after
a contract has been executed.
1
12
4. PROPOSALS:
(a) Proposals shall be strictly in accord with the prescrited
forms, furnished with the Specifications. Any modifications or deviations
therefrom may be considered sufficient cause for rejection.
(b) The bidder shall state in words and ficures the lump sum and
unit prices -for which he proposes to do each item of work covered by the
Proposal. In case words and figures do not agree, the words shall govern
and the figures shall be disregarded.
(c) It is to be understood that the lump sun required in the
Proposal is for the furnishing of all materials required to be furnished
and the doing of all work required under these Contract Documents, including
items for which no quantities are given, and the quantities given in the
"List of Variable Quantities" at the end of the Proposal. The "Unit Prices
for Variation of Quantities" required are for adjustment of the "Basic
Bid" by reason of variation of actual variable quantities from the quantities
given in the "List of Variable Quantities". In case unit prices are not
required, it is to be understood that the lump sum required in the Proposal
is for the furnishing of all materials required to be furnished and the
doing of all work required under these Contract Documents.
(d)
Proposals
must be
signed,
in writing, by an individual
authorized to
bind the
bidder.
(e) Proposals must be submitted complete, with all other Contract
-Documents in their original binding as furnished by the Engineer. They
must be submitted at the place and on or before the time specified in the
Advertisement for Bids.
(f) proposals must be submitted in sealed envelopes addressed
to the Contracting authority, and clearly marked on the outside of the
envelope, "Proposal for Construction Contract" to be opened at (date and
time). The Bidder's current Arkansas Contractor's license number must be
marked on the envelope.
(9) The Contracting Authority will not consider bids covering
only a portion of these specifications.
- (h) The unbalancing of bids will not be tolerated. Evidence of
material unbalancing will be considered cause for rejection.
(i) The Owner reserves the right to reduce the number of installed
permanent flow monitoring stations at the unit price for each as shown in the
Contractor's proposal to match budgeted funds.
5. MODIFICATION OF BIDS:
No modification of bids already submitted will be considered
unless such modifications are received prior to the hour set for opening.
6. BID BONDS, CONTRACT BONDS, AND INSURANCE:
Attention of bidders is called to Act 82 of the 1935 Acts of the
Arkansas General Assembly, which requires that all bid bonds, performance
bonds, labor bonds, employer's liability insurance, public liability
insurance, workmen's collective insurance, and property damage insurance
must be secured through resident agents of Arkansas.
13
I
7. CLARIFICATION OF CONTRACT DOCUMENTS:
' If any person contemplating submitting a bid for the proposed
contract is in doubt as to the true meaning of any part of the Plans,
Specifications, or other proposed Contract Documents, he may submit to the
' Engineer a written request for any interpretation thereof. The person
submitting the request will be responsible for its prompt delivery. Any
interpretation of the proposed Documents will be made only by an Addendum
duly issued, and a copy of such Addendum will be mailed to each person who
' has previously secured or who subsequently secures a set of Documents. The
Contracting.Authority will not be responsible for any other explanations
or interpretations of the proposed Documents.
8. EXECUTION OF CO TRACT DOC'J:1ENTS:
Following the award and within ten (10) days, provided
' for in the Proposal, the successful bidder shall properly
execute five (5) counterparts of the Contract Documents.
' 9. BASIS OF AWARD:
Bids will be considered on the basis of the total bid price or
1• prices given in the Proposal. In the event Unit Prices are required they
will not be considered except that evidence of serious unbalancing of the
Unit Prices shall be considered cause for rejection of bids.
The Contract(s) will be awarded to the bidder (or bidders in the
case of more than one Schedule of Work) submitting the lowest and best bid
(or combination of bids), considering the Contractor's experience and
ability to do the work, and the character and quality of the equipment
he proposes to furnish. The Contracting Authority reserves the right to
select such bids or combination of bids which in its opinion would serve
its interest best.
The Contracting Authority reserves the right to select between
any Alternatives in the Proposal.
10. EXCEPTIONS TO INSTRUCTIONS TO BIDDERS:
If this contract is less than $ 20,000.00 the following
exception applies:
The Contract or is not required to be licensed under the
terms of Act 150 or the 1965 Acts of the General Assembly.
11. TIME OF COMPLETION AND LIQUIDATED DAMACES:
Bidder must agree to commence work on or before a date to
be specified in a written "Notice to Proceed" of the Owner and to fully
complete the project within 110 consecutive calendar days thereafter.
Liquidated damages are hereby set at $500 per calendar day.
l4
12. NOTICE OF SPECIAL CONDITIONS:
Attention is particularly called to those parts of the contract
documents and specifications which deal with the following:
(a) Inspection and testing of materials.
(b) Insurance requirements.
(c) Wage rates.
(d) Special equipment which the Contractor must use on the job.
13. SAFETY STANDARDS AND ACCIDENT PREVENTION:
With respect to all work performed under this contract, the
Contractor shall:
1. Comply with the safety standards provisions of applicable laws,
building and construction codes and the "Manual of Accident Prevention
in Construction" published by the Associated General Contractors of
America, the requirements of the Occupational Safety and Health Act of
1970 (Public Law 91-596) , and the requirements of Title 29 of the
Code of Federal Regulations, Section 1518 as published in the "Federal
Register", Volume 36, No. 75, Saturday, April 17, 1971.
2. Exercise every precaution at all times for the prevention of
accidents and the protection of persons (including employees) and
property.
3. Maintain at his office or other well known place at the job site,
all articles necessary for giving first aid to the injured, and shall
make standing arrangements for the immediate removal to a hospital or
a doctors care of persons (including employees), who may be injured on
the job site. In no case shall employees be permitted to work at a job
site before the employer has made a standing arrangenent for the removal
of injured persons to a hospital or a doctors care.
15
GENERAL CONDITIONS OF TEE SPEC_FICATIONS
1. GENERAL DESCRIPTION:
The work embraced in these Contract Docunents consists of
the following:
Furnishing and Installing Flcv Measurement, Remote Data Retrival
and Data Processing Equipment
2. DEFINITION OF TERMS:
Wherever in these Documents the following ter —..s are used,
they are understood to have the following neanings:
"OWNER" or "CONTRACTING AUTBC:3TY" shall mean Vie City of
Fayetteville, Arkansas.
"ENGINEERS" or "ENGINEER"
shall
mean: ETC
Engineers,
Inc., 1510 South Broadway, Little
Rock,
Arkansas
72202
"CONTRACTOR" shall mean the individual, partnership, or corporation
that may have entered into the contract with the Contracting Authority
to perform the work specified herein.
"WORK" shall mean the furnishing of all necessary tools, labor,
equipment, materials, and supplies required to be furnished by the
Contractor under these Specificaticns.
3. LAWS AND RtGC..ATIONS:
All work shall be done in confo_lity with the laws of the
State of Arkansas, and any subdivision thereof, municipal and local laws
and ordinances, and all applicable federal statutes, laws or regulations.
No convict labor shall be employed on this project.
4. CONTRACT DOCUMENTS:
The "Advertisement for Bids", the "Proposal", the "Bond"
the "Instructions to Bidders", the "General Conditions", the "Detailed
Specifications", and the "Plans", are each and all of the specifications
component parts to the agreements governing the work to be done and the
materials and equipment to be furnished.
16
I
The Contract Documents are complimentary, and what is called for
' by one shall be as binding as if called for by all. The intention of the
Documents is to include all tools, labor, equipment, materials and supplies
necessary for the proper execution of the work. Materials or work described
in words which so applied have a well-known Technical or Trade ,eazi g shall
' be held to refer to such recognized meaning.
The following copies of the executed Contract Documents will be
provided:
One for the Contracting Authority,
One for the successful Bidder,
One for the Engineer,
One for the Surety,
One for filing with the Circuit Clerk in the County where the
Work is to be performed.
5. SL3CONT&ACTS:
The Contractor shall, as soon as practicable after the s_c-:ng of
the Contract, submit to the Engineer, in writing, the nanes of any S::b-
' contractors he proposes for any part of the work.
The Engineer's approval must be secured, in writing, on all Sub-
contracts before they are made and signed.
The Contractor shall be held fully responsible to the Contracting
Authority and the Engineer for the acts and omissions of his Subccn tractors
and of the persons directly or indirectly employed by his Subcontractors.
Nothing contained in these Specifications or in the Contract
Documents shall create any contractual relaticn between any subcontractor
and the Contracting Authority.
6. THE CONTRACTOR:
It is ur.derstood and agreed that the Contractor has satisfied him-
self as to the nature and location of the work, the confor-ration of the
ground, the character, quality, and quantity of the materials to be encountered,
the character of the equipment and facilities needed preliminary to and
during the prosecution of the work, the general local conditions, and all
other matters which can in any way affect the work under this Contract. No
verbal agreenent or conversation with any officer, agent, or enployee of
the Contracting Authority or Engineer, either before or after the execution
of this Contract, shall affect or modify any of the term or oblications
herein contained.
I
LI
7. 7KE ENGI1vR:
' The Contracting Authority contemplates and the Contractor shall
permit and make possible a thorough inspection by the Engineer of all work
and materials fu. -Wished under the Contract Doc•.uients. The Contractor shall
perform the work to the satisfaction of the Engineer. No work shall be
performed by the Contractor without the knowledge and approval of the Engineer.
' The Contractor shall be an "independent contractor" with full
power and authority to select the means, methods and manner of performing
the work, being responsible to the Contracting Authority for all materials
delivered and the results contracted for. The authority of any represen-
tative t of the Contracting Authority of the Engineer is limited to such
determinations concerning the interpretation and perforance of the Contract
Documents. The failure of any representative of the Contracting Authority
or of the Engineer to condemn or reject work or materials, or otherwise to
exercise any function entrusted to him, shall not excuse the Contractor
from the faithful per£onance of this Contract, nor shall such action imply
any acceptance by the Contracting Authority or by the Engineer of faulty
work or materials.
^}•.e Engineer shall, within a reasonable tine after presentation,
cake decisions in writing or claims arising between the Contracting
tho Aurity and the Contractor and shall make interpretations of plans and
specifications.
H. BOND:
Coincident with the execution of the Contract, the Contractor shall
furnish a good and sufficient surety bond in the amount of ninety-five (95)
percent of the contract su:n, guaranteeing the faithful performance of all
covenants, stipulations, and agreements of the Contract, the pay^ent of
all bills and obligations arising from the execution and performance of the
Contract, and guaranteeing the work against faulty workmanship and materials
during construction and for one year after completion, all provisions of
the bond to be complete and in full accordance with the statutory require-
ments. The bond shall be executed with the proper Sureties through a company
licensed and qualified to operate in the State and approved by the Con-
tracting Authority. If at any tine during the continuance of the Contract
the Surety on the Contractor's bond becomes irresponsible, the Contracting
Authority shall have the right to require additional sufficient Sureties
which the Contractor shall furnish to the satisfaction of the Contracting
Authority within ten (10) days after the notice to do so. In default, thereof,
the Contract nay be suspended, and all payments or money due the Contractor
withheld.
The bond must be filed with the Circuit Clerk of the County in
which the work is to be performed before any work under the Contract is
performed.
A form of this bond is attached hereto and made a part of these
Specifications.
15
I
' 9. INSURANCE
' The Contractor shall maintain such insurance as will protect him
from claims under workmen's compensation acts and other employee benefits
and from claims for damages because of bodily injury, including death, and
from claims for damages to property which may arise out of operations or the
' work, whether such operations be by hirself or by any subcontractor or any-
one directly or indirectly employed by either of them. The insurance shall
be written in companies authorized to do and doing business in Arkansas and
' for not less than the following limits:
Comprehensive General Public Liability with bodily
' injury limits of $ 200,000 and $ 300,000 and property
damage limits of $ 50,000;
Comprehensive Automobile Liability (owned, hired
' and non -owned Vehicles) with bodily injury limits
of $ 100,000 and $ 300,000 and property damage Unit
of $ 50,000 for each accident;
' Standard Workmen's Compensation and Employer's
Liability covering with statutory Units;
• Contractual liability insurance with bodily injury
• limits of $ 100,000 and $ 30C,000 and property damage
limits of $ 50,000.
' Certificates of such insurance shall be filed with the Engineer
before work comences under any contract or subcontract.
10. RCYALTIES A≥ D PATENTS:
The Contractor shall pay all royalties and license fees. He shall
t defend all suits or claims for infringement of any patent rights, and shall
save the Contracting Authority from loss on account thereof.
U. INSPECTION:
The detailed manner and method of performing the work shall be
under the direction and control of the Contractor, but all work done shall
' at all times be subject to the inspection of the Engineer or his authorized
representative to see that it is done in accordance with the Contract
Documents.
Inspectors may be appointed by the Engineer or Contracting
Authority and their duty shall be to guard the Contracting Authority against
' defects and deficiencies in the work and to see that the work is done in
accordance with the Contract Documents. Inspectors shall have authority,
subject to the final decision of the Engineer, to condemn and reject any
defective work and to suspend the work when it is not being done properly,
' but the responsibility for the work and co-pliance with the Contract Documents
and all applicable laws, rules and regulations shall be the Contractor's.
' Inspectors shall have no authority to permit any deviation from
the Plans and Specifications except on written order from the Engineer, and
the Contractor will be liable for any deviation except cn such written order.
19
I
The inspector shall in no case act as foreman or perform other
duties for the Contractor, nor interfere with the management of the work
' by the latter. Any advice which the inspector may give the Contractor
shall in no wise be construed as binding to the Engineer in any way or
releasing the Contractor from fulfilling all the terms of the Contract.
All condemned work shall be promptly taken out and replaced by
satisfactory work. Should the Contractor fail or refuse to comply with
instructions in this respect, the Contracting Authority nay, upon certifi-
' cation by the Engineer, withhold payment or proceed to terminate the contract
as provided herein.
' Any defective work may be rejected by the Engineer at any time
though before final acceptance of the work, even the same may have been
previously overlooked and estimated for payment.
12. W^R'cW SHIP AND S'.?PERSNTENDtNCE:
The Contractor shall keep on this work, during progress, a competent
' superintendent and any necessary assistants. The superintendent shall
represent the Contractor in his absence and all directions given to him
shall be as binding as if given to the Contractor.
The Contractor shall provide prcper tools and equipment and the
service of all workmen, mec:.anics, trades,ten, and other emplcyees necessary
in the execution of the work contemplated herein. The employees of the
' Contractor shall be competent and willing to perform satisfactorily the
work recjired of them. Any enployee who is disorderly, intemperate, or in-
competent, or who neglects or refuses to perform his work in a satisfactory
' manner, shall be promptly discharged.
It is particularly called to the Contractor's attention that only
first-class work..nanship will be acceptable.
' 13. POSITION, GRADIENT, AND ALIGN:MNT:
• The Engineer shall set such stakes to proper line and grade as may
be necessary for guidance of the Contractor in the proper performance of
the work, and all work must conform closely to the lines and grades given.
' It shall be the duty of the Contractor and his employees to call
the Engineer's attention to any stakes which nay have been disturbed or
which seen to be off line or grade.
The Contractor shall carefully preserve bench narks, reference
points, and stakes, and in case of willful or careless desruction, he shall
be charged with the resulting expense and shall be responsible for any mis-
takes that nay be caused by their unnecessary disturbance or loss.
14. PRO'T'ECTION OF WORK, PROPERTY, AND PERSONS AND CONTRACTOR'S
RESPO::SIBILITy FOR DAMAGE CI.A:; s:
The Contractor shall adequately protect the work, the Contracting
Authority's property, adjacent property and the public from injury, damage
or loss arising in connection with the contract or the work.
20
I
The Contractor shall provide and maintain all passageways, guard
' fences, lights or other facilities for safety and protection required by
any public authority or local conditions.
The Contractor assumes entire responsibi:ity and liability for
' any third party claims and actions based upon or arising out of injuries,
including death to persons or damage to or destruction of property, sus-
tained or alleged to have been sustained in connection with or to have
' arisen out of or incidental to the performance of this contract by the
Contractor, his agents and employees and his subcontractor, their agents
and employees, regardless of whether such claims or actions are founded in
whole or in part upon alleged negligence of the Contracting Authority,
Contracting Authority's representatives or the Enc;,teer, or the employees,
agents or licensees thereof. The Contractor shall indemnify and hold
harmless the Contracting Authority and its representatives and the Engineer
and his representatives in respect to any such matters.
15. LEGAL RESTRICTION'S AM PERMITS:
The Contractor shall procure at his own expense all necessary
licenses and permits of a temporary nature, and shall give due and adequate
' notices to those in control of all properties which may be affected by his
operations. Permits, licenses, and easements for permanent structures or
per -anent chances in existing facilities will be provided by the Contracting
Authority unless otherwise specified. The Contractor rust obtain per-
' mission from the Contracting Authority or other proper authority before
blockading any roads or highways, and shall furnish all necessary barricades
and detour signs. The Contractor shall give all notices and comply witn all
' laws, ordinances, rules, and regulations bearing on the conduct of the
work as drawn or specified.
16. ASSIG:�MENTS:
' No assignment by the contractor of the contract, or any part there-
of, or of the funds to be received thereunder by the Contractor, will be
' recognized unless such assignment has had the written approval of the Con-
tracting Authority, and the Surety has been given due notice of the assign-
ment in writing.
' No assignment, transfer, or subletting, even though consented to,
shall relieve the Contractor of his liabilities under this Contract. Should
any Assignee fail to perform the work undertaken by him in a satisfactory
' manner, the Contracting Authority may, at its option, annul and terminate
Assignee's contract.
Ill.. OTHER CONTRACTS:
The Contracting Authority reserves the right to let other ccr.tracts
' in connection with this work. The Contractor shall afford other Contractors
reasonable opportunity for the introduction and storage of their materials
and the execution of their work, and shall properly connect and coordinate
his work with theirs.
1 -•
I
21
Whatever work being done by the Contracting Authority's forces or
by any other Contractor is contiguous to work covered by this Contract, the
respective rights of the various interest involved shall be established
by the Engineer, in order to secure the completion of the various portions
of the work in general harmony.
18. SUSPENSION OF WORK:
The Contracting Authority -,ay at any time suspend the work or any
part thereof by giving ten (10) day's notice to the Contractor in writing;
the work shall be resumed by the Contractor ten (10) days after the date
fixed in a written notice from the Contracting Authority to the Contractor
to do so.
If the work, or any part thereof, shall be stopped by the notice
in writing aforesaid, and if the Contracting Authority does not give notice
in writing to the Contractor to resume work at a date within twenty (20)
days of the date fixed in the written notice to suspend, except in the
case of :itigation, then the Contractor may abandon that portion of the
work so s:spended, and he will be entitled to the estimates and payments for
all work done on the portions so abandoned, if any.
19. Tit CONTRACTING AJTHORITy'S RC -3T TO DO WO?'{:
If the Contractor should neglect to presecute the work properly or
fail to perform any provision of this Contract, the Contracting Authority
after three (3) day's written notice to the Contractor nay without prejudice
to any other renedy it may have, r.,ake good such deficiencies, and nay de-
duct the cost thereof Iron pa tents then or thereafter cue the Contractor.
20. ^r.'= CONTRACTING AJTHORITn'S RIGHT TO TER'•!I':;-.TE CONTRACT:
If the Contractor should be adjudged a bankrupt, or if he should
make a general assignment for the benefit of his creditors, or if a receiver
should be appointed on account of his insolvency, or if he should refuse or
should fail, except in case for which extension of tine is provided to
supply enough properly skilled workmen or proper materials, or if he should
fail to make prompt payment to Subcontractors or for material or labor, or
desregard laws, ordinances, or the instructions of the Engineer, or other-
wise be guilty of a substantial violation of any provision of the Contract,
then the Contracting Authority, upon the certificate of the Engineer that
sufficient cause exists to justify such action, may, without pre;udice to
any other right or renedy and after giving the Contractor ten (10) day's
written notice, terminate the employment of the Contractor as provided under
Paragraph 21, innediately following. In such case, the Contractor shall
not be entitled to receive any further payment until the work is finished.
If the unpaid balance of the contract price shall exceed the expense of
finishing the work, including compensation for additional managerial and
administrative services, such excess shall be paid to the Contractor. If
such expenses shall exceed such unpaid balance, the Contractor shall pay
the difference to the Contracting Authority. The expense incurred by the
Contracting Authority as herein provided and the damage incurred through
the Contractor's default, shall be certified by the Engineer.
Pending settlement of
the Engineer may suspend action
Contractor shall not be entitle,
reason of such delay, nor shall
although such extension of tine
deems it in the interest of the
disputes on any point of controversy,
on all or any part of the work. The
3 to any claim for loss or damage by
he be entitled to extension of time,
may be granted by the Engineer if he
work.
21. TER11NATICN FOR 3REACY.:
In the event that any of the provisions of this Contract
are violated by the Contractor or by any of his Subcontractors, the
Contracting Authority may serve written notice upon the Contractor and
the Surety of its intention to terminate such Contract, such notices to
contain the reasons for such intentions to terminate the Contract, and
unless within ten (10) days after the serving of such notice upon the
Contractor such violation shall cease and satisfactory arrangenents for
correction by made, the Contract shall, upon the expiration of said ten
(10) days, cease and terminate. In the event of any such termination,
the Contracting Authority shall ir-nediately serve notice thereof upon
the Surety and the Contractor, and the Surety shall have the right to
take over and perform the Contract, provided, however, that if the
Surety does not commence perfor,ance thereof within thirty (30) days
from the date of the marling to such Surety of notice of termination,
the Contracting Authority may take over the work and prcsecute the
£Zte':to'completion by contract for the account and at the expense of
the Contractor, and the Contractor and his Surety shall be liable to the
Contracting Authority for any excess cost occasioned the Contracting
Authority thereby, and in such event the Contracting Authority may
take possession of and utilize in completing the work, such materials,
appliances, and plant as :ay be on the site of the work and necessary
therefor.
22. PAY;'r1•TS VIT=__LJ:
The Contracting Authority nay withhold or, on accout of
subsequently discovered evidence, nullify the whole or part of any
certificate to such extent as may be necessary to protect the Contract-
ing Authority from loss on account of:
(a) Defective work not remedied,
(b) Claims filed or reasonable evidence indicating
probable filing of claims,
(c) Failure of the Contractor to nake payments properly
to Subcontractor or for material or labor,
(d) Damage to another Contractor,
(e) incomplete work
When the above grounds are remtved, payment shall be nade for amounts
withheld because of them.
23. DELAYS AND E1 ::SICh'S OF 7I'•=:
If, at any tine, the Contractor considers he is being delayed
by an act or neglect of the Contracting Authority or its employees, or
by any other Contractor employed by the Contracting Authority, or by any
changes or additions ordered in the work, or for any reason beyond his control,
23
Lii
' he shall within ten (10) days from the beginning of such delay notify the
Engineer in writing of the causes of any such delay. Extensions of time,
'• with relief from responsibility for liquidated damages incurred by the
Contracting Authority on account of such delay, will be granted the
Contractor, when, in the opinion of the Engineer, the causes so called to
his attention warrant such extensions of time. No claims for delay will
be considered unless such notice has been filed with the Engineer within
the time specified above.
• The Contractor will be required to furnish the Engineer two copies
of each purchase order for materials and equipment as they are issued. If.
the Contractor shall seek an extension of time because of delay in receiving
' delivery of critical materials, such extension of tine =ay be granted when,
in the opinion of the Engineer, the extension is warranted and the delay is
in no way caused by the Contractor's financial status or by any act or
failure to act on the part of the Contractor. Failure to get items of
' material or equipment not essential to the completion of those porticns of
the work, which, in the opinion of the Engineer requires supervision by an
Engineer, shall not be deemed justification for waiver of liquidated damages,
' however, even though such delays are beyond the Contractor's control, and
even though such items of material or equipment may be essential to the
actual placing in operation of a portion of all of the project. When such
items of materials or ecui .gent are delayed for reasons beyond the Co.ntractor's
control, he shall complete all other work within the specified construction
period.
' Extensions of time, without relief from responsibility for licui-
dated damages incurred by the Contracting authority on account of delays,
may be granted the Contractor on account of his failure to complete the work
' within the time specified.
24. ADDITIC2Al., OPII^IT_D, OR CY.A_\'CD tcOR_{:
The Contracting Authority, without invalidating the Contract may
order additional work to be done in correction with the Contract or :ay alter
or deduct from the work, the Contract sum to be adjusted accordingly.
Additional work shall be done as ordered in writing by the Engineer,
which order shall state the location, character, and mount of extra
' work. All such work shall be executed under the conditions of the original
contract and subject to the same inspection and tests as though therein
included.
' Compensation for additional, emitted, or chanced work shall be
adjusted as follows:
' Any changes in quantities of work for which unit prices are required
in the Proposal shall be at and for the price bid. :cork for which prices
are not required shall be paid for or deducted, as the case may be, upon
' the basis'of an estinate prepared by the Contractor and approved by the
Engineer, prior to the written order changing the quantity of work.
If the Contractor claims compensation for additional work not
ordered as aforesaid, or for claims of damages sustained, he shall take a
written statement of claims for compensation or damages to the Engineer.
I
24
L
which statement shall be in the hands of the Engineer within such time as
will allow a full consideration of the basis for such claim, and in no
' case later than fifteen (15) days after the work has been complete: or
damages sustained. The Contractor shall furnish, if retired, any accounts,
bills, or vouchers relating thereto. Unless such clai.-.s are made as re -
truired, they shall be considered forfeited and invalid.
The Contracting Authority reserves the right to contract with any
person or firm other than the Contractor for any or all extra work. The
Contractor's attention is especially called to the fact that he shall be
entitled to no claim for damages for anticipated profits on any portion of
the work to be omitted.
25. F_vITtZATION:
' (a) Demand for Arbitration. Any decision of the Engineer which
is subject to arbitration shall be submitted to arbitration upon the demand
of either party to the dispute.
' tie Contractor shall not cause a delay of the work because_ of the
pendency of arbitration proceedings, except with the written perr..:ssicn of
the Engineer, and then only until the arbitrators shall have any o__cr-
' tunity to determine whether or not the work shall continue until they decide
the matters in dispute.
The demand for arbitration shall Be delivered in writing to the
Engineer and the adverse party, either personally or by registered :mil to
the last known address of each, within ten (10) days of the receipt of the
Engineer's decision, and in no case after final patent has been accepted.
' If the Engineer fails to make a decision within a reasonable time, a de_-1ard
for arbitration may be nade as if his decision had been rendered against
the demanding party.
(b) Arbitrators. No one shall be rominated or act as an arbitra-
tor who is in any way financially interested in this Contract or in the
business affairs of the Contracting Authority, or the Contractor, Cr the
Engineer, or otherwise connected with any of them. Each Arbitrator shall
be a person in general familiar with the work or the problem involved in
the dispute submitted to arbitration.
Unless otherwise provided by controlling statutes, the parties may
agree upon one arbitrator; otherwise there shall be three, one named in
writing by each party to this Contract, to the other party, and the third
chosen by those two arbitrators.
If there be one arbitrator, his decision shall be bindin_; if
three, the decision of any two shall be binding in respect to both the
matter submitted to and the procedure followed during the arbitration.
Such decision shall be a condition precedent to any right of legal action.
(c) Arbitration Procedure. The arbitrators shall deliver a
written notice to each of the parties and to the Engineer, either personally
or by registered nail to the last known address of each, of the tie and
place for the beginning of the hearing of the matters submitted to them.
H
Each party may submit to the arbitrators such evidence and arg•Wmerts as he
may desire and the arbitrators may consider pertinent. The arbitrators
' shall, however, be the judges of all matters of law and fact relating to
both the subject matters of and the procedure during arbitration and shall
not be bound by technical rules of law or procedure. They may hear
• evidence in whatever form they desire. The parties may be represented
before them by such persons as each may select, subject to the discipli-
nary power of the arbitrators if such representative shall interfere with
' the orderly or speedy conduct of the proceedings.
Each party, and the Engineer, shall supply the arbitrators with
such papers and information as they demand, or with any witness whose move-
' ments are subject to their respective control, and upon refusal or neglect
to comply with such demands, the arbitrator may render their decision
without the evidence which might have been solicited therefrom, and the
absence of such evidence shall afford no ground for challenge of the award
by the party refusing or neglecting to comply with such demand.
The submission to arbitration (the statenent of the natters in
dispute between the parties to be passed upon by the arbitrators) shall be
• writing duly acknowledged before a notary. Unless waived in writing by
both parties to the arbitration, the arbitrators, before hearing testimony,
• shall be sworn by an officer authorized by law to adr.inister an oath,
faithfully and fairly to hear and examine the matters in controversy and to
make a just award according to the best of their understanding.
The arbitrators, if they deem the case demands it, are authorized
to award to the party whose contention is sustained such sins as they
shall consider proper for the tine, expense, and trouble incident to the
' arbitration, and if the arbitration was demanded without reasonable cause,
damages for delay, and other losses.
' The award of the arbitrators shall be in writing and acknowledged
like a deed to be recorded, and a duplicate shall be delivered personally
or by registered mail forthwith upon its rendition, to each of the parties
' thto the controversy and to the Engineer. Judgement nay be rendered upon
e award by the Federal Court or by the highest State Court having juris-
diction to render same.
The award of the arbitrators shall not be open to obiection on
account of the form of the oroceedincs or the award, unless otherwise
provided by the controlling statutes. In the event of such statutes pro-
' viding on any matter covered by this Article otherwise than as herein -
before specified, the method of procedure throughout and the legal effect
of the award shall be wholly in accord with said statutes, it being the
' intention hereby to lay down a principle of action to be followed, leaving
its local application to be adapted to the legal requirements of the
jurisdiction having authority over the arbitration.
' The Engineer shall not be deemed a party to the dispute. He is
given the right to appear before the arbitrators to explain the basis of
his decision and give evidence as they nay require.
I
26. REFERENCE TO YANUFAC=RER OR TRADE Nk.MES:
' Whenever a material, article or piece of equipment is identified on the plans or in the specifications by reference to
manufacturers' or vendors' names, trade names, catalogue nurbers, etc.,
it is intended merely to establish a standard; and, any material,
article, or equipment of other manufacturers and vendors which will perform
adequately the duties imposed by the general design will be considered
equally acceptable provided the material, article, or equipment so proposed,
' is, in the opinion of the Engineer, of equal substance and function. It
shall not be purchased or installed by the contractor without the Engineers'
written approval.
27. USE OF COMPLETED PCRTIONs:
The Contracting Authority shall have the right to take
possession of and use any completed or partially completed portions
of the work, notwithstanding that the tire for completing the entire work
on such portions may not have expired; but such taking possession and use
shall not be deemed an acceptance of any work not completed .n accordance
with the Contract Documents. If such prior use of completed portions
increases the cost of, or delays the work, the Contractor shall be entitled
to such extra compensation or extension of tine, or both, as the Engineer
may deter—...ine.
The Contracting Authority, in taking possession of completed
portions, shall agree to accept the decision of the Engineer, on natters
relating to responsibility for damages that may occur to any portion of
the work during the period of possession preceding acceptance and final
payment.
28. ACCEPTANCE AND FI.ZAL PAYMENT;
As soon as the work has been substantially and satisfactorily
completed, the Engineer will .-make a final estimate stating that the work
provided for under this Contract has been completed and is accepted by
him under the tens and conditions thereof, with cualifications. if any,
as stated. If certain parts of the work are not completed or if certain
corrections must be made in the work even though the work is substantially
completed, the Engineer is authorized to deternine the amount which in his
opinion is required for completion and/or correction of the work, and such
amount may be withheld from the final pa%,..ent to the Contractor, pending
the completion and correction as required. The balance found to be due the
Contractor shall be paid by the Contracting authority within forty (40)
days after the date of the final estivate. Prior to filing for final
estimates, the Contractor shall file with the Engineer a receipt in full
frcm each manufacturer, subcontractor, dealer and supplier for all equipment
and material used on the work and a complete release of all liens which may
have arisen from this Contract. In lieu thereof, the Contractor shall file
statements showing balance due or clai.-.ed on all accounts and the Contracting
Authority shall have the right, if it so elects, to withheld sufficient
money to pay such balances until receipts in full or satisfactory evidence
of final determination are filed with the Engineer who nay then make
the final estimate.
I
The making and acceptance of the final payment shall
constitute a waiver of all claims by the Contracting Authority, other than
' those arising from incomplete or uncorrected work, unsettled liens, or
from faulty workmanship or materials, and of all claims by the Centrac:cr,
except those previously made and still unsettled.
' If the work has been partially but substantially completed
to the extent that all adjustments in the Contract sum may be made, the
Engineer may, if material delay in completion is anticipated or if
' otherwise deemed in the interest of the work, make the final estimate,
retaining, in addition to other requirements which may be specified
under payments, an amount representing the cost of unfinished work.
' Such payment shall be under the terms and conditions governing final
payment.
Neither the making of the final estimate, or final pay—..ent,
shall relieve the Contractor of his responsibility for faulty =aterials
or workmanship, and he shall remedy any defects and pay for any da-.ace
resulting therefrom which shall appear within a period of one (1) year
•' from the date of substantial completion. The O'wner shall give notice c`
observed defects with reasonable promptness, and all questions arising
under this paragraph shall be decided by the Engineer.
29. PAY^SNTS TO CONTPACTOR:
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
estimate and supported by such data as the ENGINEER may reasonably require. If the payment is
requested on the bases of material 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 his interest therein, including applicable insurance. The ENGINEER will within ten
(10) days after receipt of each partial payment estimate, either indicate in writing his approval of payment'
and present the partial payment estimate to the OWNER ,or return the partial payment estimate to the
CONTRACTOR indicating in writing his reasons for refusing to approve payment. In the latter case, the
CONTRACTOR may make the necessary corrections and resubmit the partial payment estimate. The
OWNER will, within ten (10) days of presentation to him of an approved partial payment estimate, pay the
CONTRACTOR a progress payment on the basis of the approved partial payment estimate. The OWNER
shall retain (10) percent of the amount of each payment until final completion and acceptance of all work
covered by the CONTRACTOR DOCUMENTS. The OWNER at any time , however , after fifty (50)
percent of the WORK has been completed, if he finds that satisfactory progress is being made, shall reduce
retainage to five (5) percent on the current and remaining estimate. When the WORK is substantially
complete (operational or beneficial occupancy), the retained amount may be further reduced below five (5)
percent to only that amount necessary to assure completion. On completion and acceptance of the WORK
on which the price is stated separately in the CONTRACT DOCUMENTS, payment may be made in full,
including retained percentage, less authorized deduction.
The Contracting Authority nay withhold Cr, on account of sub-
sequently discovered evidence, nullify the whole or part of any certificates
to such extent as may be necessary to protect the Contracting Authority
from loss on account of:
(a) Defective work not remedied,
(b) Claims filed or reasonable evidence indicating probable filing of
claims,.
(c) Failure of the Contractor to rake payi.ents properly to Sub-
contractor or for material or labor,
(d) Damage to another Contractor,
(e) Incomplete work.
I
When the above grounds are removed, pay ent shall be made for amounts
withheld because of them.
30. SHOP AND ERECTION DRAWINGS:
' The Contractor shall furnish the Engineer with triplicate
• copies of all shop and erection drawings for approval. These drawings
shall include the drawings prepared on structural and reinforcing steel,
' special layout drawings of equipment or machinery purchased under this
other
Contract, and supplementary drawings reo_u;red in the prosecution
of the work. One copy shall be returned to the Contractor and two
copies retained by the Engineer for field and office reference. The
approval of such drawings by the Engineer does not constitute an
acceptance of responsibility of their accuracy.
32. LABORATORY TESTS:
All naterial entering into the work is subject to various
tests as nay be required by the specifications. The cost of all such
tests shall be the responsibility of the Contractor furnishing such
material.
the Contractor shall also bear the cost of any tests arising
out of his desire to use materials which nay be questionable in the
opinion of the Engineer.
32. DRI;7(ING WATER AND SANITARY FACILIT_T_S:
The Contractor shall provide safe drinking water for his
workmen during the construction period. The water shalt be delivered
through a spigot, angle jet fountain, or other approved device. Cc:.. -.on
drinking cups will be prohibited.
The Contractor shall furnish adecuate sanitary facilities
for worknen in the work area during the construction period.
33, CONSTRUCTION SAFETY:
Throughout these specifications, whenever engineering
decisions are to be made to ensure adecsate construction in accordance
with the plans and specifications, such inspection and engineering
decisions are not to be construed as supervision of the Contractors'
work force, nor make the Engineer responsible for providing a safe place
for the performance of the work by the Contractor or the Contractors'
employees or those of the suppliers, his subcontractors, nor for access,
visits, use, work, travel, or occupance by any person, as these responsi-
bilities are covered under the provisions of the contract, the
Contractors insurance and performance bond and cannot be the responsi-
bility of the Engineer.
The above provision does not prevent the Engineer or his
29
I
personnel from requiring reasonable safety standards, if, in the
course of their technical supervision, it cones to the attention of
' the Engineer that reasonable safety standards are not being carried
out.
P
34. Method of Award:
Prior to award of the contract and after bid opening, the owner
may require the lowest bidder to demonstrate his or her system
conformance with the specification. The lowest bidder may be required
Ito simulate an actual flow monitoring and transferring the data via
telephone line. A determination will be made by the owner whether or
not to accept the system on the basis of the outcome of this
simulation.
I
I
L
I
I
El
I
I
J
I
I
I
• ' DETAILED SPECIFICATIONS
PART I - CONTRACT STIPULATIONS
I-1. DRAWINGS AND SPECIFICATIONS
The Drawings show the proposed location and details of
' construction. All work shall be done in a workmanlike
manner in accordance with the Drawings and with these
Specifications.
These detailed Specifications are drawn with the
objective of securing first-class workmanship and materials
throughout the work embraced in this contract, and of
securing completed structures that are properly and well
constructed with regard to all local conditions.
The detailed Drawings and Plot Plans INCLUDED IN THIS
PROJECT BOOK consist of twenty-nine (29) sheets generally
titled, and subtitled as follows:
FAYETTEVILLE PERMANENT SEWAGE FLOW MONITORING SYSTEM
FAYETTEVILLE, ARKANSAS
TITLE SHEET NO.
GENERAL LOCATIONS OF
FLOW MONITORING POINTS lA
MASTER STATION LOCATION lA
MONITORING POINT PLOT PLANS: (1B
- 24B)
MP
1A
lB
MP
2A,
MP 2B
2B
MP
3B
3B
MP
4B
4B
MP
4D
5B
MP
5A
6B
MP
6A
7B
MP
7A
8B
MP
8A,
MP 8B
9B
MP
8C
10B
MP
9A,
MP 9B
11B
MP
10A
128
MP
10B,
MP 11A
13B
MP
11D,
MP 12A
14B
MP
13A
15B
MP
13B
16B
MP
14A
17B
MP
15B
18B
MP
16A
19B
MP
17A
20B
1-1
TITLE
SHEET NO.
MP 17D
21B
MP 18A, MP 18B
22B
MP 19A
23B
MP 20A
24B
DETAIL - CITY STREET CROSSING
1C
ENCASEMENT DETAIL
2C
TYPICAL CROSS SECTION
TRENCH FOR PVC CONDUIT
3C
DETAIL - TYPICAL POLE MOUNTING
4C
The Contractor will be furnished sufficient copies of
Drawings and Specifications for use in administration and
prosecution of the work.
1- 2
I
' I-2. EXTENT OF WORK
It is mutually agreed and understood that the Contractor
will furnish all tools, labor, equipment, materials, and
' supplies required to be furnished, and will construct and
complete all work shown on the Drawings and required in
these Specifications.
' Any work or materials not specifically mentioned in the
Specifications, but designated on the Drawings or forming an
' essential part of the work mentioned or designated, shall be
furnished as though specifically mentioned. The work
consists of installation of permanent sewage flow monitoring
stations, telephone communication connections, master work-
, station equipment and set-up; complete with all required
appurtenances.
' I-3. PLANNING AND EXECUTION OF THE WORK
1. General Requirement: The work included under these
' Specifications shall be so planned and executed that the
various portions of the work will be carried on concurrently
and/or in logical sequence; and all work completed within
the time allowed.
2. Interference With Existing- Electrical Telephone
Gas. Sewage and Water Facilities: The work shall be
so planned and undertaken such that there will be no need
for interruption of the operation of the existing utility
systems.
I-4. LANDS AND RIGHTS -OF -WAY
The Owner will provide all permanent easements or
tpermits actually required for the installation of the work.
The Contractor shall lease, buy, or make satisfactory
' provisions, without obligation to the Owner, for all other
temporary land easements or rights -of -way which he may
require for access or storage of materials or equipment.
1- 3
I
I
'I -s. ENVIRONMENTAL ASPECTS
1. General Requirement: The work shall be so planned
and executed so as to be in full compliance with the
' requirements of the Arkansas Department of Pollution Control
and Ecology and with the Federal Environmental Protection
Agency.
' 2. Noise Control: The work shall be so planned and
executed as to minimize noise on the construction site. All
' appropriate measures for noise control as required by
applicable OSHA standards will be enforced.
I-6. EQUIPMENT FURNISHED BY THE OWNER
1. Furnished by the Owner: No equipment or materials
will be furnished by the Owner to the Contractor. All
' necessary materials and equipment as required to construct
the project will be furnished and installed by the
Contractor.
' I-7. PROGRESS SCHEDULE
1. Schedule by Contractor: Before work is started, the
Contractor shall submit to the Engineer for approval a
detailed progress schedule indicating the sequencing of
work, time of starting and anticipated completion of each
' part, and any unusual or critical aspects of the
construction scheduling. The typical "bar graph" will be
suitable.
I-8. PRECONSTRUCTION CONFERENCE
1. Specific Requirement: Within four (4) days after
the signing of the contract and before the issuance of the
Notice to Proceed, a preconstruction conference will be
attended by representatives of the Contractor (including
Project Superintendent), the Owner, and the Engineers.
Representatives of the EPA may also be in attendance. The
conference will be called at a specific time and date by the
Owner.
1- 4
I-9. COPIES OF DRAWINGS AND SPECIFICATIONS
1. Plans to Contractor: The Owner will furnish the
Contractor four (4) sets of the Project Book, containing
both Drawings and Specifications at no cost. Additional
sets will be provided at the cost of reproduction and
delivery.
2. Plans to Subcontractors: The Owner will furnish to
any bonafide Subcontractor two (2) sets of the Project Book,
containing both Drawings and Specifications at no cost.
Additional sets will be provided at the cost of reproduction
and delivery.
I-10. LABORATORY_ TESTS
1. General Reauirenent: All materials and equipment
used in the construction of the work shall be subject to
inspection and tests in accordance with accepted standards;
either as designated within these Specifications or as
deemed appropriate by the Engineers.
2. Testing Laboratory: The testing laboratory or
inspection agency will be selected by the Owner.
3. Resection of Materials: Materials of construction,
particularly those upon which strength and durability of
structures depend, shall be subject to inspection and
testing to establish conformance with Specifications and
suitability for the uses intended. The Owner, upon advice
of the Engineer, may reject any materials or equipment that
do not conform to these Specifications or pass appropriate
tests.
I-11. CODES AND STANDARDS
Applicability:
The applicable codes and standards referred to in these
Specifications shall establish minimum requirements for
materials, equipment, and installation; except where more
stringent requirements are called for on the Drawings or in
other contract documents.
2. Conflicts:
Any conflict between Drawings and Specifications and
Codes and Standards shall be resolved by the Engineer, whose
decision shall be binding upon all parties.
I
' I-12. PROTECTION OF MATERIALS AND EQUIPMENT
The Contractor will protect all critical equipment,
materials, and other components from exposure to the weather
and damage from sun, rain, snow, water, wind, dust, or any
and all other contaminants; during the process of unloading,
handling, hauling, storage, and installation. All materials
' and equipment will be protected from damage by vehicular
traffic on the sites and when "strung" along the trench
routes.
I-13. WRITTEN NOTICES
Written notices when required by the contract, or for
the purposes of administration of the Project, will be
mailed by certified mail, return receipt requested:
' a. If to the Owner at: City of Fayetteville, Department
of Public Works, 113 West Mountain, Fayetteville,
Arkansas 72701.
• b. If to the Engineers at: ETC Engineers, Inc., 1510
• South Broadway, Little Rock, Arkansas 72202.
' c. If to the Contractor at: address as stated in his
Proposal.
I-14. AS BUILT DRAWINGS
The Engineer will be responsible for as -built drawings
for changes made by the Engineer. However, where a
substitution proposed by the Contractor is acceptable to the
Engineer but, in the opinion of the Engineer, renders the
original contract drawings concerning that item decidedly
inaccurate, the Contractor shall bear the cost of having the
original contract drawings revised to the point that, in the
opinion of the Engineer, they are technically accurate,
reflect actual conditions, and are commensurate with the
quality of the balance of the set of contract drawings for
the work.
I-15. OSHA COMPLIANCE
Strict compliance with all rules and regulations
' established by the OSHA will be maintained. Any deviations
from these rules will be ample justification for the
Engineer to immediately shut down all work activity by the
Contractor until the situation is corrected.
I
I
' 1- 6
I-16. ACCEPTANCE TEST
After start-up of all systems has been completed, the
system will be given a 30 -day acceptance test. The system
must run continuously for 30 consecutive days. During this
period, all system functions shall be exercised, this shall
include confirming actual vs. recorded depth within the
specified accuracy required in specification. Any system
interruption and accompanying component, subsystem, or
program failure shall be logged for cause of failure, as
well as time of occurrence and duration of each failure.
Failures shall be classified as either major or minor. A
minor failure would be a small and noncritical component
failure which can be corrected by operators. This
occurrence shall be logged but shall not be grounds for
nonacceptance unless the same or similar failure occurs
repeatedly. A major failure shall be considered to have
occurred when a component, subsystem, or program fault
causes a halt in operation of the system and/or when a
Technician's work is required to make a repair or to
reinitiate operation of the system.
A major failure shall cause termination of the 30 day
acceptance test. When the cause of a major failure has been
corrected, a new 30 day acceptance test shall be started.
Substantial completion of the project shall not occur until
satisfactory completion of this 30 day test.
The 30 days acceptance test is not included in 110 days of
installation completion.
This section will supersede over section 28 or any other
section of the General Condition if any discrepancy found.
The retainage amount will be withheld until this acceptance.
1- 7
I
I
I
C
I
DETAILED SPECIFICATIONS
PART II - INSTALLATION SPECIFICATIONS
ZI-1. PLANNING AND EXECUTION OF THE WORK
The installation 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.
1 11-2. INSTALLATION OF "IN PIPE" FLOW SENSORS
I
I
I
I
I
I
I
I
I
I
I
The Contractor will exercise extreme caution and require
that all safety precautions be observed to protect the
laborers, during entry of the manholes and sewer pipes in
which flow sensors are to installed. Specifically, no one
shall enter a manhole without an approved safety harness and
life line properly attached to a secure object on the
surface and tended by a responsible workman as lookout on
the surface. Contractor shall provide and use appropriate
poison and explosive gas monitoring equipment before and
during all work in manholes. Approved manhole ventilation
equipment shall be operated when required by conditions.
During work in manholes, the workman shall be properly
attired in protective clothing, which at a minimum shall
consist of hard hat, rainsuit pants and coat, waterproof
boots or waders, and waterproof gloves.
Installation of the flow sensors shall be as recommended
by the Contractor and as approved by the Engineer. Flow
sensors shall be installed in sewer pipes in such a manner
as to not impede flow and by use of fasteners or devices
approved by the Engineer and suitable for installation in
raw sewage which will provide a secure, permanent mounting.
II -3. INSTALLATION OF FLOW MONITOR AND COMMUNICATION DEVICE
1. For Types Mounted in Manhole:
The Contractor will exercise the safety precautions as
detailed in Section II -2 for manhole entry.
Installation of the flow monitor and communication
device shall be as recommended by the Contractor and as
approved by the Engineer.
Flow sensors shall be installed as high as possible in
the manhole in such a manner as to provide easy access to
the Utility Personnel for data acquisition, inspection,
battery change operations, and cleaning. Connection to the
L
2 - 1
I
manhole walls shall be by use of fasteners or devices
approved by the Engineer and suitable for installation in
t raw sewage and which will provide a secure, permanent
mounting.
2. For Types Mounted on Pole:
Installation of the flow monitor and communication
device shall be as recommended by the Contractor and as
approved by the Engineer and as specified below.
In general, the flow monitor shall be mounted a minimum
of nine (9) feet above the ground on a utility pole as shown
in the DETAIL - TYPICAL POLE MOUNTING in this Project Book,
where practical.
' Contractor shall be responsible for maintaining all
codes and joint use agreements relating to local utilities
for attachment to utility poles. Any cable or devices
installed in violation of these codes or joint use
agreements shall be reinstalled according to the direction
of the Utility or Engineer at the expense of the Contractor.
II -4. INSTALLATION OF CONDUIT. DUCTS AND BENDS
' 1. General Requirement:
The installation of conduit of all types shall include
' the layout of the work in accordance with the Drawings,
(provided by the Contractor and approved by the Engineer)
excavation of every type and description, fill and backfill,
transportation of all materials to and from the sites,
* testing of all conduit, the installation of pull wires,
maintaining uninterrupted flow of traffic as required by the
Fayetteville City Engineer, and performing other kinds of
work and of furnishing of other kinds of material necessary
and required to complete the work.
' Conduit joints shall be assembled in strict accordance
with the Contractor's recommendations. All surfaces of the
joint shall be cleaned before the conduit is laid and the
joint started.
2. Routing:
' The routing of the communication and /or power cable
shall be as recommended by the Contractor and as approved by
the Engineer.
' The Contractor shall install conduit where shown on the
plot drawings or as designated by the Engineer. Open cuts
are allowed where feasible. Jacking or boring may be used
2 - 2
I
where necessary, and /or as required or as directed by the
Engineer.
' Where obstructions are met, the judgement of the Engineer
shall govern the passage of such obstacles. When routing is
1 other than on the plot drawing or work order, a markup
drawing indicating the field installation shall be returned
to the City within 15 days after final approval and prior to
' final payment by the Engineer.
3. Minimum Depth for Conduit:
' All excavation or bore for conduit shall be of such
depth as to provide not less than 18 inches between the top
of the conduit and the surface of the street. Conduit
' outside the street surface shall be a minimum of 24 inches
below the finished ground level. A depth of less than 18
inches shall be acceptable only where existing subsurface
' conditions such as duct lines, sewer pipes, water mains, gas
mains, or other obstructions prevent reaching the specified
depth. Where the available distance is less than that
required in the Specifications, the Contractor shall encase
' conduit in concrete or as directed by the Engineer.
4. Excavation and Backfill:
ILaying and backfilling shall follow the excavation of
trenches as closely as practicable. Not more than 100 feet
of trench shall be opened in advance of conduit laying
' without authorization by the Engineer. Water shall not be
allowed to accumulate in trenches while conduit is being
laid. Work on conduits crossing roads shall be done in such
' manner as to interfere as little as possible with the
movement of traffic on the roads.
' Trenches outside of public right-of-way will be neatly
"graded -up" and left slightly "over -full" so that subsequent
settlement will leave the route level with the surrounding
terrain. Trench on public property shall be filled and
refilled as necessary to provide a smooth, well -graded
appearance.
' All backfill shall be settled and consolidated until
further settlement will not occur. It is the intent of this
Specification that the Contractor shall be responsible for
' settlement of backfill in all work covered herein. He shall
refill trenches and the excavation around structures as
often as necessary to bring them back to original grade or
finished grade, as the case may be, and during the period
' when settlement is occurring shall refill them frequently
enough to avoid hazard or inconvenience.
I
2 - 3
I
I
I
I
I
I
I
I
I
I
I
I
G
I
H
I
I
Backfill will not be measured for separate payment but
shall be considered subsidiary work pertaining to the
several items.
5. Bore And Jacking:
Where directed by the Engineer, the Contractor shall
bore underneath the surface as herein.
An excavation less than five (5) feet deep shall be made at
the side of the road or obstruction and another adjacent to
the manhole. Where required by the Engineer, conduit runs
under streets, driveways or sidewalks shall be by bore or
jack. Water jetting methods shall not be accepted. The
conduit shall be a minimum of 1/2 inch I.D. and will meet
the requirements for "Conduits -Rigid Steel" as specified in
Section III "Materials and Equipment".
6. Underground Conduit to Manhole:
The Contractor shall cut the required openings in the
wall of the manhole for entrance of the conduit. All pipe
shall be brought into the wall of the manhole and terminated
one to three inches from the inner surface of the wall. The
wall openings in the manhole shall be properly "pointed -up"
after the conduits have been installed to the satisfaction
of the Owner and Engineer. The opening at the outer surface
of the wall shall be filled with concrete around the conduit
before backfilling the trench.
II -5. TRANSPORTATION HANDLING AND STORAGE OF ALL CONDUIT
AND FITTINGS
In the transportation, unloading, and handling of the
conduit, the conduit shall not be dropped, let roll and
collide with another conduit, or be subjected to any
unnecessary jar, impact, or other treatment that might crack
or otherwise damage the conduit.
Before placement into the trench, the conduit shall be
carefully inspected for defects. Any damaged, defective, or
unsound conduit shall be rejected and removed from the
construction area.
Conduit may be strung along the installation route at
the discretion of the Contractor provided such action does
not present a hazard to traffic nor prevent normal access to
individual properties.
H
2 - 4
NO CONDUIT SHALL BE STORED ON PRIVATE PROPERTY WITHOUT
WRITTEN PERMISSION FROM THE OWNER. All sites for conduit
storage shall be approved by the Engineer.
'• II -6. CABLE INSTALLATION
The work to be done under this item consists of
' installing all types of cable in the conduit runs or
elsewhere as shown in the plot drawing (provided by the
Contractor and approved by the Engineer) and the making of
all connections necessary to complete the telephone and
' power supply connections (where applicable) not covered
under other items of this Contract.
The Contractor shall make all necessary arrangements
with the local telephone utility for standard voice grade
telephone service as near as possible to the specified
manhole flow monitoring location. The Contractor is
responsible for the cost of telephone connections
The Contractor shall make all necessary arrangements
with the local electric power utility company for electrical
service (if required for system). Contractor shall be
responsible for installation and cost of meter loop
following the requirements of the local electric power
utility company.
I
I
I
k
I
I
Cable shall be installed as recommended by the
Contractor and as approved by the Engineer. All cables
shall be drawn into the conduit in such a manner as to not
injure the conductors, insulation, or sheath in any way.
Where required, cable shall be lubricated with an approved
lubricant before pulling. Sufficient slack shall be left in
each manhole or box so that the cable can be properly
connected, racked and tagged.
All cable shall be installed using standard practices
and as required by the "National Electrical Code."
Contractor should refer to the Southwestern Bell, "Outside
Plant Construction, Placing Methods" for details on
requirements.
The Contractor shall install cable without splices
between the flow monitor device and the pole or pedestal
telephone connection or power meter loop (if required).
The Contractor shall seal the conduit with an approved
flexible silicon plug material to prevent the entrance of
water into the conduit or manhole and to prevent sewage,
during a surcharge condition, from entering the conduit.
Any other method of the cable installation shall be
approved by the Engineer.
I
2 - 5
I
I.
11-7. TERMINAL WORK STATION INSTALLATION:
The work -station shall be installed in the Fayetteville
Water and Sewer Operation and Maintenance Office located at
' 1475 Cato Springs Road. The specific room location shall be
as determined by the Owner. Contractor is to provide Owner
ten (10) days notice in writing before commencing
' anticipated installation of the work -station. Contractor
shall at this time also provide the Owner with a drawing
showing space, power, and telephone jack requirements and
t recommended equipment arrangement. Owner will provide
location sketch of the room within forty-eight (48) hours
notice of intended installation. Desk and stands will be
provided by the Owner.
' The Contractor shall make all necessary arrangements
with the local telephone utility for standard voice grade
telephone line to service the terminal work -station.
II -8. CUTTING AND REPLACING SPECIAL SURFACES
1 Whenever it becomes necessary in excavating for trenches
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
t in making the backfill to eliminate future settlement. The
surface shall be restored using the same type of surfacing
materials that were used in the original surfacing. Asphalt
replacement to be a minimum thickness of 2 inches; and
' concrete replacements to be a minimum thickness of 6 inches;
unless otherwise shown on the plans. All asphaltic material
to be "hot mix".
' Backfill of a trench lying across and within roadways
shall be in strict accordance with the "City Street
Crossing" Detail as shown on the Drawings. 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.
Any asphaltic or concrete surfacing replacement will be
placed on a minimum of 12 inches thickness of compacted
' granular base course material (SB-2). Compaction of base
course material is to be accomplished with mechanical impact
compactors.
' 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
r]
2 - 6
I
his discretion, stop the conduit 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.
' In gravel -surfaced roads or parking areas, the gravel
will be disturbed in excavating the 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 road 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 road as
directed by the Engineer until the road is satisfactorily
restored to its original condition.
II -9. CROSSING FENCES
The installation of the conduits may necessitate
crossing fences. These fences vary in type and quality.
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 fencing 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.
The Contractor shall be responsible for temporary
' fencing, gates, gaps, etc. to properly restore the fence.
Materials shall be of equal quality and size to those as
originally installed.
IThe Contractor shall be responsible for temporary
fencing, gates, gaps, etc. as necessary to maintain fences
in a pet or stockproof condition during the installation of
' the conduit until permanent fence repairs can be
accomplished. He shall take all necessary precautions and
will assume full responsibility to insure that pets or
livestock do not stray or gain entry to cropped areas where
they could do damage.
2 - 7
C
rL
The cost of fence repairs will be included in the unit
contract prices for the installation and no separate payment
will be made for crossing and repairing fences.
' II -10. CUTTING AND REPLACING LAWN SOD
' Wherever it becomes necessary in excavating to disturb
lawns or cultivated areas, the lawns and cultivated areas
shall be restored after completion of the backfill.
Trenches where lawn sod has been disturbed shall be
backfilled in accordance with applicable provisions of
Section II -6 and compacted by hand, if necessary. After
' replacing the sod, it shall be covered loosely with earth,
tamped lightly to protect the roots, and sprinkled with
water. Sprinkling shall be at regular intervals as
' designated by the Engineer to insure proper conditions for
growth. Shrubbery shall be taken up ahead of construction,
stored, kept watered, and reset in such manner as to damage
it as little as possible.
Trenches through cultivated areas shall be backfilled in
accordance with applicable provisions of these
Specifications. The top 12 inches of the backfill shall be
top soil and all spoil dirt shall be removed from the
surface surrounding the trench. No separate payment will be
made for cutting and replacing lawn sod.
II -11. CROSSING AND PARALLELING EXISTING UTILITIES
IThe construction of conduits may require crossing and
paralleling existing utilities including water lines,
' natural gas lines, storm drains, and buried telephone
cables.
' The owner of each utility line shall be contacted by the
Contractor prior to the construction of any crossing or
parallel construction in close enough proximity to the
utility to possibly cause damage to it.
I
II -12. CROSSING AND PARALLELING BURIED TELEPHONE CABLES
The attention of the Contractor is called to the
instances where conduit lines will cross or will be
'
constructed immediately parallel to buried telephone cable.
The locations of buried telephone cables are not shown on
the plans.
' 2 - 8
LJ
Contractor will not cross any buried cable without
' giving proper notice to the Telephone Company and allowing
time for a representative of the Telephone Company to
physically locate the cable and supervise the trenching
operations across the cable.
' Conduit lines to be installed paralleling buried
telephone cables will be constructed with extreme caution tc
' avoid conflict with the cable. Contractor will plan his
work so as to contact the Telephone Company prior to any
trenching operations paralleling telephone cable and allow
them time to have a representative on the job site before
' commencing trenching operations. Contractor will coordinate
his activities and construction with a representative of the
Telephone Company so as to allow ample time for the
' Telephone Company to precisely locate and mark buried cable
ahead of trenching operations.
Conduits that extend through manhole walls shall be fitted
with waterstops.
II -13. CLEARING FOR INSTALLATION
Clearing operations will be confined within the
construction easements as obtained by the Owner for the
work, and in all cases clearing will be kept to the absolute
minimum width as required for the proper stringing,
• ' handling, and installation of conduit.
All tops, limbs, logs, and other debris resulting from
the clearing operations will be properly disposed of by the
' Contractor, and will not be "pushed aside" onto the lands
adjacent to the route of the lines.
' The burning of combustible material on the site shall be
done only with the permission of the responsible regulatory
body and in the manner directed by that body.
' Combustible material not burned on the site and non-
combustible material removed as herein required shall be
disposed of by the Contractor off the site. It shall be the
' Contractor's responsibility to provide an area or areas for
such off -site disposal or to arrange with the Local
Government for disposal in a public dumping ground.
II -14. CONCRETE ENCASEMENT FOR CONDUIT
' Wherever the cover over the conduit is less than 18
inches, at points where special hazards exist as shown on
the plans, and at other points as determined by the
Engineer, the conduit shall be encased in concrete in
' 2 - 9
I
DETAILED SPECIFICATIONS
PART III - MATERIALS AND EQUIPMENT
' III -1. FLOW MONITORING SYSTEM - GENERAL
Only systems as previously proposed and approved in the
Prequalification Phase of this Project as provided by 1.)
ADS or 2.) Marsh McBirney will be acceptable for this
Project.
The master computer shall be Disk Operating System (DOS)
based with hardware and software sufficient to meet the
requirement of this Specification. In general, the master
computer shall be able to dial up each remote flow
monitoring station automatically, upload the information,
check for proper operation of the remote station and reset
it if necessary.
111-2. FLOW MONITORING AND SENSOR DEVICE
The flow sensor and flow monitoring device (if it is to
be installed inside the manhole) shall be designed
specifically for service in sewage. At the minimum it shall
have the following characteristics:
a. Ability to measure depth and velocity during partial
flow as well as surcharge condition.
b. Ability to measure negative velocity (reverse flow).
C. Velocity measurement minimum requirement:
Range -10 to +10 feet per second
' Accuracy ±5% of reading
Resolution 0.02 feet per second
d. Level measurement minimum requirement:
Range 0 to 100 inches
Accuracy ±2% of reading
Resolution 0.1 inch
' e. Ability to store information in the flow monitor's
memory for a minimum of seven days.
f. Variable sampling period.
g. Temperature compensation circuitry.
1
' 3- 1
L
h. If to be installed inside the manhole, it shall be
able to perform accurately under surcharge
conditions.
I1. If battery operated, it must provide power for at
least six months; otherwise it shall have a backup
battery in case of power failure.
Ii. Leak proof NEMA 4X cabinet. If to be installed
outside of the manhole then the vendor must provide
steel bullet - resistive cabinets in all the
• locations.
111-3. MASTER CONTROL COMPUTER
At a minimum, the master computer shall have the following
basic hardware:
a. Compaq Deskpro (286) or quality compatible.
b. Hayes internal modem or quality compatible.
c. Minimum of two serial ports.
d. Electrical surge protection for master computer.
e. Mass memory storage of at least 100 megabytes (30 ms
or less access time).
f. A 14 inches color video monitor (EGA or VGA)
providing 25 lines of text with 80 characters per
line.
g. Epson LQ-2550 or Near Letter Quality graphic
printer with 80 column width (Approved by Engineer).
h. Hewlett Packard 7550A plotter (if program supports
plotter).
i. A Zenith (286) or Epson (286) laptop computer with
minimum 20 megabyte hard disk shall be included as
field terminal interrogation.
III -4. SOFTWARE
The central site software shall be capable of operating
' the hardware described above and shall be a complete data
acquisition system with data communication, data base
management, data display, and data analysis. Data
summaries, graphical plots, data base maintenance, system
backup, and system archiving shall be provided.
3- 2
I
I
I
I
The software package shall incorporate the following
functions:
1. On line monitoring: Data gathering and storage.
This should include but not be limited by the following
functions:
a. Activate the remote monitoring unit
b. Level recording
c. Velocity recording
d. Power failure indication
e. Synchronize remote unit's clock with master
computer's clock
2. Display: CRT, with the following features:
a. Color presentation
b. Graphics
c. Tabular display
d. Summary report
3. Calculations: Automatic calculation of the following:
a. Flow rate based on mathematical equations as
approved by Engineer
b. Total flows
c. Average flows
d. Maximum and minimum flows
4. Data base operational specification. The software shall
incorporate the following features:
a. Automatic data recovery and filing
b. Data format compatibility with Dbase IV, FoxBase, or
Oracle
C. Automatic error checking
d. Menu driven
e. On line help feature
f. Data base utility program and editor
g. Manual data entry capability
h. Data archiving and unarchiving capability (standard
procedure)
i. Data display, single station or multiple station
j. Data plot
3- 3
III.5. CEMENT AND MORTAR MATERIALS
Cement for concrete shall be Portland cement and shall
conform to Specifications for Portland cement, ASTM C150,
and shall be Type I.
Cement for masonry mortar shall be Portland cement for
below grade work and Type II masonry cement for above ground
work.
III -6. WATER
Preferably water used in mixing concrete and mortar
shall be potable. Water for mixing concrete shall be clean
and free from injurious amounts of oils, acids, alkalies,
salt, organic matter, or other deleterious substances. Test
specimens of mortar made from the materials and the water to
be used shall develop not less than ninety-five (95) percent
of the seven (7) day tensile or compressive strength of the
same materials and distilled water.
III -7. CONCRETE AGGREGATES
Concrete aggregates shall conform to Specifications of
concrete Aggregates ASTM C33)
111-8. CONDUIT - GENERAL
1. General Requirement:
Conduit and all materials shall conform to the
respective Specifications and other requirements specified
herein. NO DEVIATION FROM THE MATERIALS SPECIFIED WILL BE
ALLOWED WITHOUT PRIOR APPROVAL, IN WRITING, FROM THE
ENGINEER.
Measurements shall be made by pulling a mandrel of at
least 85% nominal diameter of the conduit through all
sections of conduit within the system. All tests shall be
performed by the Contractor in the presence of the Engineer
or his representative.
3- 4
I
2. Rigid Nonmetallic Conduit:
This item shall consist of furnishing and installing
polyvinyl chloride (PVC) conduit in accordance with these
' Specifications. This item is for use in open cut trenches.
Conduit, fittings, and accessories shall be polyvinyl
chloride, suitable for underground, encased and exposed
applications as approved by Underwriters' Laboratories in
Article 347 of the 1965 National Electrical Code. Conduit
shall be Type Schedule 40, heavy wall, rigid PVC.
' 3. Galvanized Steel Conduit:
This item shall consist of furnishing and installing hot
dipped galvanized steel conduit in accordance with these
Specifications. This item is for use in Boring or Jacking.
' Conduit and fittings shall be hot dipped galvanized
inside and outside. Conduit shall be free of imperfections
which might injure the cable. Conduit shall conform to the
1 standard for rigid steel conduit of the Underwriters'
Laboratory and shall withstand No. 8 Dip Preece Test in
accordance with ASTM A 239.
' I1I-9. GRAVEL
' Gravel for subgrade in trench shall be clean washed
gravel (or crushed stone) with 95% passing a 3/4 inch sieve
and 95% retained on a no. 4 sieve. Sample of gravel
' proposed to be used by the Contractor will be submitted to
the Engineer for approval prior to installation of any
gravel subgrade material.
1
L]
I
r
L_
' 3- 5
I
DETAILED SPECIFICATIONS
' PART IV - MEASUREMENT AND PAYMENT FOR WORK
IV -1. INTENT OF THIS PART OF THE SPECIFICATIONS
' It is the intent of this part of the Specifications to
stipulate the method of measurement and payment for those
items of work for which Unit Prices are stated in the
' Proposals as made by the Contractor(s). Units of
measurement of items of work for which Unit Prices are
stated will be as herein subsequently defined.
IV -2. MEASUREMENT AND PAYMENT FOR WORK
' All the equipment, hardware, software, construction
material and the installation shall include one full year of
warranty after the complete acceptance of the system.
' During the year following installation any defects found in
materials or equipments should be removed by the Owner and
returned to the Contractor for repair or replacement. The
' equipment shipped to the Contractor shall have no more than
48 Hours turnaround. The Contractor must keep an inventory
Ptspare parts__ to avoid any delay in repair or replacement.
The Contractor is responsible for all shipping costs. If
' the defective equipment or materials can not be removed by
the Owner then the Contractor is responsible for providing
the repair or the replacement at the site. As part of this
' warranty the Contractor shall also provide a toll free hot-
line with unlimited calls for technical support during the
office hours.
' Measurement and Payment for Unit Price Items of Work as
stated in the Proposal of the Project will be as follows:
'• Flow Monitoring Station Installation: Each Flow
Monitoring Station Installation as called for in the
Proposal shall be measured and paid for at the unit bid
price as a single bid item each. It is the intent of this
bid item to include all installation and equipment necessary
to provide a complete flow monitoring station. As part of
the installation calibration shall be performed as required
Ito insure that equipment perform satisfactory under full
range of flow condition. Each installation shall include
the following sub -components including all attendant labor,
materials, and cost of equipment required for a complete
operational system:
a. Flow sensor, all securing hardware and devices, and all
cable inside the manhole.
F
J
' 4 - 1
b. Monitoring control and recording device including modem,
power systems, and all necessary connection and mounting
hardware complete.
c. Communication and/or power cable from the outside wall
of the permanent flow monitoring station manhole to the
connection point of the communications and/or flow
monitoring device as mounted on utility pole or telephone
pedestal.
d. Connection hardware, fittings or devices, couplings,
etc. required to provide a complete operational system.
e. For any and all required utility or service pole
devices, especially for manufacturers supplying equipment
requiring electrical service, this bid item shall also
include all necessary equipment, labor, and materials
including meter loops and service poles necessary for a
fully functional flow monitoring station. Also all the
necessary arrangement and cost of telephone connection is
included in this item.
Master Control Station Installation: This system as
defined in Section III - "Equipment and Materials" shall be
installed complete with all necessary hardware, software,
printers, connection cables, modems, and accessories. This
item shall include all installation costs, labor, and
equipment required for telephone service installation to the
Master Control Station. 115 V AC power outlet will be
provided by the Owner. This item shall also include eighty
(80) hours of on site and hands-on training for the City
Personnel. The training shall include complete operation of
the system, such as utilizing all functions of the software,
calibration of the sensors, installation, and familiarizing
the City personnel with preventive maintenance procedures.
Software as defined in Section III -4 shall be licensed for
unlimited sites. This licence shall include possible future
installation of the software on Local Area Network, OMI Inc.
(Water and Wastewater plant) computer system and the
Engineer's office.
This item will be measured and paid for as a Lump Sum.
Additional Training: If the Contractor recommends and
the City and the Engineer approve; additional hours of
training will be measured and paid for on hourly basis.
' PVC Conduit and Trench: This item will not be measured
for separate payment but shall be considered subsidiary work
pertaining to the flow monitoring station installation.
4 - 2
I
Galvanized Steel Conduit and Bore or Jack: This item
will not be measured for separate payment but shall be
' considered subsidiary work pertaining to the flow monitoring
station installation.
' Concrete Encasement: This item will not be measured for
separate payment but shall be considered subsidiary work
pertaining to the flow monitoring station installation.
Gravel Surfacing Replacement: This item will not be
measured for separate payment but shall be considered
' subsidiary work pertaining to the flow monitoring station
installation.
' Asphalt Surfacing Cut and Replacement: This item will
not be measured for separate payment but shall be considered
subsidiary work pertaining to the flow monitoring station
installation.
Concrete Surfacing Cut and Replacement: This item will
not be measured for separate payment but shall be considered
subsidiary work pertaining to the flow monitoring station
installation.
Additional Gravel Subgrade in Trench:: This item will
not be measured for separate payment but shall be considered
subsidiary work pertaining to the flow monitoring station
installation.
Class "B" Concrete:: This item will not be measured for
separate payment but shall be considered subsidiary work
pertaining to the flow monitoring station installation.
Additional Warranty: The extended warranty will be
effective from the date that the one year warranty expires.
It shall include all equipment, hardware and software.
During this period any defects found in the materials or the
equipments should be removed by the Owner and returned to
the Contractor for repair or replacement. The equipment
shipped to the Contractor shall have no more than 48 Hours
turnaround.
Spare Flow Monitoring Device : This item as defined in
section 111-2 of the "Material and Equipment" shall consist
of following parts.
a. Flow sensor, all securing hardware and devices, and all
cable inside the manhole.
b. Monitoring control and recording device including modem,
power systems, and all necessary connection and mounting
hardware complete.
4 - 3
I
C. Connection hardware, fittings or devices, couplings,
etc. required to provide a complete operational system.
' Portable Flowmeter: This item shall be the portable
flowmeter model 201/201D by Marsh McBirney Inc.,
Gaithersburg, Maryland.
Plotter: This item shall be HP 7550A model with RS -232C
port.
Bond. Mobilization and Demobilization: The Lump Sum
prices as stated in the Proposal for Bond, Mobilization, and
Demobilization will be all inclusive prices to compensate
the Contractor for these elements of project costs. Payment
for this item as stated in the Proposal will be made in the
following manner:
60% of the value of the item will be dispersed in the
first progress payment to the Contractor.
40% of the value of the item will be dispersed to the
Contractor upon conclusion of the work and within the Final
Estimate to the Contractor.
II
2c. 8'
•1 3,
COt1C• 3.4' MPZA
1 WALK 7(s.c' DEPTH)
•ti
1
1
1
LC�C�US`T
1 •�
_
P
1
Z
N
4
3
N
SCALE: 1"=1O1
r1P26. -
(6.3' TDEPTH)
LP
2B
CRY OF FAYETTEVILLE
PERMANENT FLOW MONITORING SYSTEM
MONITORING POINTS
MP 2 B I ETC ENGINEERS, INC.
JULY 1989
1
1
1
1
WI
�
N
N
W
II
POPLAR
II
SCALE : 1= IC)'
O1
iL� � Aoo
`TEL. 3X
►" IELMAP-
LOW
25'
1"IP IA
(7.1' DEPTH)
CABLE
TEL. F3X.
I
CITY OF FAYETTEVILLE
PERMANENT FLOW MONITORBJG SYSTEM
MONITORING POINTS
NIP 1 /-! ETC ENGINEERS, INC.
JULY 1989
I
Ir
F
r
r
r
r
I
;1
H
r
F
ASPH
CONC
MP 1A
12"
TP Q
PP O
LP O
WM D
TB D
�jrrr
-x-x-
0
iB
LEGEND
ASPHALT SURFACE
CONCRETE
MONITORING POINT 1A
SANITARY SEWER LINE / SIZE
TELEPHONE POLE
POWER POLE
LIGHT POLE
WATER METER
TELEPHONE CONNECTION BOX
TREE LINE
CHAIN LINK FENCE
SANITARY SEWER MANHOLE
PAGE NO. LOCATION
II
0 GL Wv4s
'TH)
MP 4D
ZQ
CALF: I°aJO
20.9'
1MGAI'
DEPTH)
K
r
L
2
a
MP 6A
CITY OF FAYETTEVILLE
VENT FLOW MONITORING'
MONITORING POINTS
ETC ENGINEERS, INC.
JULY 1989
Aii
w
w
w
z
J
AS N-4 .
GAVEL
� 1
N
�3
act c
t- ( S.(�' DEPTH)
ORA
I
N
SCALE: i"1n'
8B
CRY OF FAYETTEVILLE
PERMANENT FLOW MJNirORCJG SYSTEM
MONITORING POINTS
ETC ENGINEERS, INC.
JULY 1989
wr. . .a.-
LJOOD FRIV. FENCQ
TEL, F3X.-
I N
II
SCALE
Ulm
F3ftCDGE I TOWNSHIP C-.
i✓F{ �\
(CONC.)
l3
4' WIDE CONC.� MP 813
WALK (4.Q` DEPTH) 9B
C.1 CITY OF FAYETTEVILLE
�� PERMANENT FLOW MONITORAIG SYSTEM
MONITORING POINTS
MP 8 B ETC ENGINEERS, INC.
JULY 1986
X x
X
WOOD PRIV.
_ III N FENCE
OIL NIPSA
(4.9' DEPTH)
x
N Q
W tft
`9 4
C NuJ
X
COUNTRY WAY ( 4sPH)
MP 8A
N
SCALE: I"= SC
r
a -
'p
C
MP 8C
SCALE:
I" 1P ac
(4.a' CPT!;FLOW
12'' 1 t2"
0
oi
OVERCREST (ASPIC)
I "-
10B 1
CITY OF FAYETTEVLLE 1
PERMANEKI FLOW MONITORING SYS i EM
MONITORING POINTS
ETC ENGINEERS, INC.
JULY 1989
Y
W�cJ
Z
C
L
15�
NII�S 11RE
1
( c3.5' DEPTH) FENCE
2
•C N U.PiC H
rL
0
C
ci
I.Jti'1A N
ASPN.)
I
11B
CITY OF FAYETTEVILLE
PERMANENT FLOW MONITORING SYSTEM
MONITORING POINTS
ETC ENGINEERS, INC.
JULY 1989
I
r �Z
sCAL.E :
I
I
I
Ii
I
►1
I
[1
I
I
I
I
I
I
11 MP 9A
I
P
SCALE: 111 10'
TRAILER.
r' -'A R I�
25'
LPPLEEX �L\SPN
t
311 TEL..X. JJ
CI
IL o
❑TEL.13X
.MP I �A
c(i _•O' DEPTH.
13B
CRY OF FAYE iTEVILLE
NENT FLOW MONRORNG SYSTEM
MONITORING POINTS
M P 11 A I ETC ENGINEERS
JULY 1989. WC:
I
5 STRAND
BARBED WIRE
FENCE—)
X31'
P
--- 3(co
FLOL4
CO. HWY. 46
N
SCALE :1:10'
MP 10B
N1P 1O13
11.O' DEPtH)
Scab = II=10 �
N t
W
1
G
• 1
•
�I �P
Di �2
I I
Lp
MP i2A
I
14B
CRY OF FAYETTEVILLE
PERMANENT FLOW MONffORNG SYSTEM
MONITORING POINTS
MP 1 2 A ETC ENGINEERS. WC:
JULY 1989
L
I
[I
I
I
ii
I w
cc
f 0
I
I
I
I
3
ILto
28.8'
MP l I D
(8.5' DEPTH)
I
F MP 11 D
N
SCALE: '=10'
DUNCAN
NuR5uRY
lk1
P P•
r
I
I
i
1
1
I
1
I
4' C. W .
MP 13A
s.-]1
PP.
.E. 11 =10
NIP 13A (5.z' DEPTH)
P. P.
15B
CITY OF FAYETTEVILLE
PERMANENT FLOW MONfTORP4G SYSTEFA
MONITORING POINTS
ETC ENGINEERS, INC.
JULY 1989
N
SCL\LE: I "=1 CD'
r'1 P 13'3
( 13.c' DEP ; H )
C
J
L
MP 13B
TDaRn .
Lim
t`J'
V
Th
i 4
C�\SpH[�LT
�QI�KING
16B
i «y n I
(to' DEPT1) moo! : I'=10
LEVIs PLNJT
176
CITY OF FAYETTEVI LEE
I'ERiI.,S.N:NT FLOW MONfFORING
MONITORING POINTS
MP 14 A ETC ENGINEERS, INC.
JULY 1989
I
1
1
ELtvi ��sFIJI
1
1
1
1
1 ✓J M�
1 P.?. PP. 2c.&'
0 O�
II
?X. PED J
1 /J
1
1
1
1 N
1 S
= �G�
1
rl MP 16A
18.3'
t 1P ICoL\
( (a.Q' DEPT H')
CITY OF FAYEiTEVILLE
YX FLOW tJ'JtiiOFtNG S
MONITORING POINTS
ETC ENGINEERS, INC.
JULY 1989
I
K_____
- GOLC=� (7F1KS
Q
� r
SI
U I''
C
M P 17A
i>
7• o' %Et -TN ) , ' w000
i
L
PV, FtNCE
i'
P.P.
CITY or FAYETTEVILLE
PERMANENT FLOW MDN: ORPJG
MONITORING POINTf
M P 17 A ETC ENGINEERS. INC.
20B
h
NP 1-7P l
- JIi
I A C.OUC....N.�LK
J
•i'� C� alf l uc4K
Fa•Ic .
x
MP 17D
AtohF
2
218
CITY OF FAYE`Tii EVILLE
PERMANENT FLOW lhONI i ORNG SYSTEM
MONITORING POINTS
ETC ENGINEERS, INC.
JULY 1989
N
SCALE
CE
22B I
r
I" IP IHA
(5•C.' DEPTI4)
N
SCALE: I"=1
• I
all
I .
I
18" FLAW M4
Q
3
U
uj
9 �
cou_ I
(N!
4'
•WM
MP 18A
4 • ST Rim,
• F34Rr3�D
H
L1
L
I
�I MP 20A
w
w•
V'
CFA Y OF FAYETTEVILLE
P. R :!AN.-i FLOW MJt:i i ORNG SYSTEM
MONITORING POINTS
ETC ENGINEERS, INC.
JULY 1989
a
w Iv w
4- }- n
UI
i n
• • • '•
•
c
• . 0
l-
:
• ,
. • •
• • • ••
rcvi w'
z
cc
U
I-
It
I-
I- u
UIZ
iIV
CITY OF FAYETTEVILLE
4NENT FLOW MONITORWJG SYST
CITY STREET CROSSING
ETC ENGINEEIRS, INC.
JULY 1909
FLOWLINE CF
. Gp
�
CGNCRETE
O=:.:�
•:..�
:•O,
..0 ...
.Iyr
Qe
41
t
OIC
0
Fy
6 - f Cufsice I 6"
C%c ,e'e-
Of Co -n
N,nle✓s C eesien
8 Pcy Line
ENCASEMENT DETAIL
CREEK CROSSINGS
20
CITY OF FAYETTEVILLE
ANENT FLOW MONITORING SYSTEM
ENCASEMENT DETAIL
ETC ENGINEERS, INC.
JULY 1989
E INVITED TIICA:M IICIN
11411
l L:AI ILL
C:,E11
1. 1• 17• c
(is; I• 7 -I
I I \� INITIAL
EL:Ah LL
Otf?i 7 SPA IwCL fNE /<
73IL
.. v .. . .:1.4..':4.
YL J.:FIM'
/ %%/�/%///211 f:'.
ICur�C1.1CN
•11 Awl 11 I[+III0I
TYPICAL CROSS SECTION
OF 1'rE'Ci1 FOR PVC C ypJIT
Note: Grit is acceptable as
bedding and Dackfil2 there shall be a min. of 2"Esaterial,
of cover over the bedding under the pipe and 6"
Co, c �,�
30
CITY OF FAYETTEVILLE
PERMANENT FLOW MONITORING SYSTEM
TYPICAL CROSS SECTION
TRENCH FOR PVC CONDUIT
ETC ENGINEERS, INC.
JULY 1989
J'=��2�gJy xvcc
O
IIF
_,cam s,�{c
ego I 5�
HIG ww
! cJ. G,�oJLX w F
Iii I`I..�
I .I . N
Nom/ I. _ SPY pEr c J= ti� N TYPE
OF -
ev
••�
TYPICAL POLE MOUNTING DETAIL
No Scale
4C
CITY OF FAYETTEVILLE
;NENT FLOW MONITORING Sl
TYPICAL
POLE MOUNTING DETAIL
ETC ENGINEERS, INC.
JULY 1989