HomeMy WebLinkAbout62-90 RESOLUTIONi
•
RESOLUTION NO. 62-90
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT WITH BB & B
CONSTRUCTION, INC. IN THE AMOUNT OF
$247,500.00 FOR THE MANHOLE REHABILITATION
PROJECT.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract with BB & B
Construction, Inc. in the amount of $247,500.00 for the Manhnole
Rehabilitation 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 , 1990.
APPROVED:
By:
ATTEST:
YN
City C
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
uno
PROJECT BOOK
(CONTRACT DOCUMENTS, SPECIFICATIONS
AND DETAILED DRAWINGS)
FOR
FAYETTEVILLE MANHOLE REHABILITATION
AND REPAIR
MINI -SYSTEM 17
FEBRUARY 1990
ETC ENGINEERS, INC.
Consulting Engineers & Scientists
1510 South Broadway
Little Rock, Arkansas 72202
•
•
•
•
ADDENDfl4.L 1
February 28, lilt
Fayetteville Manhole Rehabilitation and Repair, Mini -System
17, Fayetteville, Arkansas.
Replace Page P-3 of the Proposal section with the attached
Page. This will include a separate bid item, for type three
(3) Repairs.
ETC Engineering, Inc.
71/2:
By:
Joodi` a.
•
•
•
AD-DZIMILECLL.2
Fayetteville Manhole Rehabilitation and Repair, Mini -System
17, Fayetteville, Arkansas.
Replace the first paragraph of section 6.2, page 6-1 with
the following paragraph.
Materials shall consist of the Brush Bond Concrete system as
manufactured by Fosroc Precon Industries Ltd., Plainview,
New York, Drycon, Manhole Rehabilitaion System, as
manufactured by IPA Systems, Inc., Philadelphia, Pa.,
Strong -Seal MS -2 as manufactured by Strong Manufacturing
Co., Inc., Pine Bluff, Ar. or equal. The Contractor shall
submit 2 copies of manufacturers data to the Engineer for
each product to be used. The material must have a prior
approval of the Engineer.
ETC Engineering, Inc.
By:
Hamid • flood ei
1•i f-0, N _ - ti r ,
•
1 S t H r k: 0. r1 c Z
1 r-, S u r CL r -, ,_ .y
A.I.A, Document No. A,-811) (February on Ed.)
FIREMAN'S PUNb INSURANCE COMPANY
THE AMERICAN INSURANCE COMPANY
NATIONAL SURETY CORPORATION
ASSOCIATSb INDEMNITY CORPORATION
AMERICAN AUTOMOBILE INSURANCE COMPANY
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, BB&B Construction Company, Inc.
as Principal, hereinafter called the Principal, and Fireman's Fund Insurance Company
a corporation duly organized under the laws of the State of California
ae Surety, hereinafter called the Surety, aro hold and firmly bound unto City of Fayetteville
as Obligee, hereinafter called the Obligee, In the sum of Five Parc ant (5%) of amount bid
Dallas is5% of amt bid)
for the payment of which sum well and truly to be mode, the said Principal and the said Surety bind ourselves, our hairs, executors,
administrators, successors and assigns jointly and severally, firmly by thee presents.
•WHEREAS, the Principal has submitted a bid for
Fayetteville Manhole Rehab
Repair Nini System #17
NOW, THEREFORE. if the Obligee shall accept tno hid al the Principe: and the Principe: shall en'er into a contract wi:h the Obligee
in accordance with the terms of such kid, andivo such bonseethedd or bonds as may be sethed In :he btdd ng or contract cocumerts with
good and sullictent surety for the lalthlul performance of such contract aryl for the prompt payment of labor and material furntshod
in the prosecution thereof, or In the event of tho failure of the Principal In enter such contract and give such bond or bonds, if the
Principal shall pay to the Obligee the difference not to exceed the penalty horoul between the amount specified :n said hid and
such larger amount kr which the Obligee may to good faith contract with another party to perform the work covered by scud bid,
then this obligation shall bo null and void, otherwise to remain in lull force and effect,
Signed and sealed this
2nd
day of
I
March
BB&B Construction Company, Inc.
A.D. 19 90
LPrinelpal)
21e�b'i1/
• .•"..r, -
Fireman's Fund Insurance C6rnpaav
(Surety:
Seal)^ . V
P c
rr Ea 'tore FafE AI emar.�n-leei
T
•
41 A R —
2 — 9 0
F R 1
1 1 a 02 1 s t A r k o la s ec s I r, s tar- u. r-,ce
GENERAL
town or FIREMAN'S FUND INSURANCE COMPANY
KNOW ALL MEN EY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPAN Y, a t'ni pqi e'ivrt only ormini ted and existing under the int of
the State of C&Jirornle, and having Its principal race In the County of Marin, Slate of CAlllol1110, has 11104, constituted and appointed, and does by these
presents make, constitute and appoint
• RAYMOND HAYNIE. BARBARA MOREIIAR'T, UALEIIA )IUUR'I'UN and RItLL•N RUTII BALL
Jointly or severally
ROT SPRINGS, AR
Its true end lawful Attorney(s)-In•FId, with full power and authotItyhereby roofer red In IR name, pine and stead. to execute, seal. acknowledge and dcOver soy
and ail bonds, undertaking, work/nets or other written obligations Id die nature (hereof
and to bind the Corporation thereby 11 fully and to the same extent nm if sortie hoods were signed by the Pie Went, sealed with the corporate seal of the
Cotporadon and duly attested by Its Secretary, hereby radfylna and conrlrtniog all that the mid Attorney(e)•In-Fael may do In the premises.
Tids power orattotnty ll(trawled pursuant to Article/II, Sections 46 and 46 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now 1n full force and
effect.
"Article VII. Appoint meed and Ant6orlty of Resident Secrulottes, Altos nrydd-Fad and Agents to rrc•epf Legs) rrtoceae and Make Appearances,
Stetlon 45, Apeetntmfdf. the Chdrman of (he Board of Merlon, theident Fre.ldrnt, .lay VIt.•renImm Or nor nlher person authorised by the Beard of
I/hectors, the ARernere-In•Feetntorreptaf the Bond of ttnt Ind set for sad as behalf of the the CorporatlunVtrr N4411440 and Agents to ara,phlegal process and tlit NMI, In lime, make types reacts foroint 'trident etant Secretaries mod
and on behalf o! the
Corporation.
Section 46. A fhordir. The authority of such Resides' Malkin' Sferef ria, Attar In•Fnel end Aeene dhnn be es prescribed In the Instrument evidencing
their Ippointmeal.Aey such appointment and ell aaiboilty granted thereby may be crake(' at any dmc by the !Wald of Weed NI or by any omen empowered l9
mks
inch appointment" d and sealed under end 9 y
of the INSURANCE COMPAIs NY at s meeting duly called and lithe
on the day 01 Aucgust 19R4w log ,t and 4Md Rceolutlunthas nott been amen rd of Directors
Of repealed:edFUND
"RESOLVED, that the signature of any Ylce•rrcsldenl, Aedmlmtt Srrtrl nr v, and Rr+IJrnt MshldnI err, ei nay of 11,14 en, pnratlon, and Ilse stat of this
and npowmay be attorney,
a printnn ed
any tabby power of attorney, orwer of attorney, on any reeltltieale ben Ing such fee simile signature or faceel simile sealskillbelvalidband binding
and any power of attorney, Y
upon the Corporation'.'
. IN WITNESS WHEREOF, FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by Ira Vice-president, and lu corporate
sal to be hereon tide 2I141 dayat
••
n ,••'4'
rnci co+
STATE OF CALIFORNIA
COONTY OF MARIN'
Jutle
t
M.
19 89
FIRE% 'S FUND INSURANCE COMPANY
B vier ern
to mels own. �e9 or SU ne . .19 Vice
..1 fore int yenonnlly some
R. D. Par rlswarL')t
_ta
to me known, who being bymeduly sworn, did dcposeand411y:lltnlhell VlcerrediJet'tofPIREMAN"S FUND Iv<UttANc:P.COMPANY, the Corporation
described lA nd which executed the above Instrument: that he knows the seal of said Corporation: mics the seal Rinsed to the meld Instrument is such corporate
rah that it was so affixed by order of the Board of Directors of sold Corporation and that he signed his name 'hetero by like order.
IN W TNESSWHEREOF I have hereunto set my hand and affixed my official teal, the day and year herein fifsl above written.
NI NII uteennl alalalM/
�
r�:• �s.': • NOTARY PUBLIC • CALIFORNIA
mintiestOffice In Merl* County
My Criminate Iapbw bg. 211.(02
IIHstemem NININWNaNINn1ungeaIMMMINM111I
STATE OF CALIFORNIA
COUNTY OF MARIN Assistant
Secretory
o_f FIREMAN'S FUND INsoRANCI3 n :reCorporation,
I,
the foregoing and attached PCQWEROFTIDRNEY remains hill rocand has of+r inert evokrdn l Nnberrtweht Article
the By-laws of the C•otpSratlon, and the Resolution of the Saud of Directors; set forth In the rower Of Attorney. are now hi force.
Ma-
Slotted and sealed at the County of,Mad__21:1L,
n. Dated the day of rro
••
•
OFFICIAL SEAL
1 M. YANDEYOAT
t
CERTIUICAI P.
N,
C4/11.11. ce -v`'ylett....
Noun ruGM
SWrli—FP—It-ti�:
nialSoiretAril
DO HEREBY CERTIFY
V (I, Sections 47 and 46 of
• 19 SC_.
City of Fayetteville
Fayetteville, Arkansas
FAYETTEVILLE MANHOLE REHABILITATION AND REPAIR
MINI -SYSTEM 17
CONTRACT DOCUMENTS, SPECIFICATIONS
AND DETAILED DRAWINGS
FEBRUARY 1990
ETC ENGINEERS, INC.
Consulting Engineers & Scientists
1519 South Broadway
Little Rock, AR 72202
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TABLE OF CONTENTS
Invitation to Bid
Instruction to Bidders
Proposal
Bid Bond
Statement of Bidder's Qualifications
Arkansas Performance and Payment Bond
Contract
General Conditions
DETAILED SPECIFICATIONS - SECTION
1.1 Summary of Work
1.2 Water Use
1.3 Removal of Debris
1.4 Cleaning Precautions
1.5 Pumping and Bypassing
1.6 Flow Control Precautions
1.7 Testing of Manholes
1.8 Clean up
I-1
I.T.B.-1
P-1
B .B.-1
S .Q.B.-1
P .P.B.-1
C-1
G .C.-1
1 - GENERAL REQUIREMENTS
1-1
1-2
1-3
1-3
1-3
1-3
1-4
1-4
DETAILED SPECIFICATIONS - SECTION 2 - SITE WORK, EXCAVATING,
BACKFILL AND SURFACE REPLACEMENT
2.1
2.2
2.3
General
Products
Execution
2.3.1
2.3.2
of
2.3.3
2.3.4
2.3.5
2.3.6
2.3.7
Excavation for Replacements
Trench Excavations for Repairs
Service Connection
Existing Utilities
Pavement Removal for Repairs
Backfilling Excavations
Surface Restoration
Pavement Replacement
2-1
2-1
2-1
2-2
2-2
2-2
2-3
2-4
2-5
DETAILED SPECIFICATIONS - SECTION 3 - CONCRETE AND
REINFORCING STEEL
3.1 General
3.2 Products
3.2.1
3.2.2
3.2.3
3.2.4
3.2.5
Cement
Fine Aggregate
Coarse Aggregate
Water
Reinforcing Steel
3-1
3-1
3-2
3-2
3-2
3-2
3.3
Execution
3.3.1
3.3.2
3.3.3
3.3.4
3.3.5
3.3.6
3.3.7
3.3.8
3.3.9
3.3.10
3.3.11
3.3.12
3.3.13
Samples ar
Storage or
Concrete
Reinforcir.
Compositic
Use of Cor.
Mixing of
Preparatic
Reinforcin
Placing Cc
Curing
Pipe Found:
Manholes
:ests
Aerials
Cylinders
iteel Bar Lists
and Strength of
=_te
ncrete
for Placing
Steel
rete
ions
3-3
3-3
3-3
3-4
Conc. 3-4
3-5
3-5
Concrete 3-6
3-6
3-7
3-8
3-8
3-8
DETAILED SPECIFICATIONS - SECTION 4 - MANHOLE REHABILIATION
- CLASS A MANHOLES
4.1
4.2
4.3
General
Products
Execution
4-1
4-1
4-1
DETAILED SPECIFICATIONS - SECTION 5 - MANHOLE REHABILITATION
- REPAIR FOR CLASS B MANHOLES
5.1 General
5.2 Products
5.2.1
5.2.2
5.2.3
5.2.4
5.3 Execution
5.3.1
and
5-1
Replace.Rings, Covers and Gaskets 5-2
Patch and Grout Compounds 5-2
Plug Materials 5-2
Watertight Manhole Insert 5-2
Replacement/Reseating of manholes 5-3
Covers
5.3.2 Revisions of Producing Service 5-3
Connections
5.3.3 Raising Existing Manhole Ring 5-3
5.3.4 Patch of Fill Holes and/or 5-4
Cracks, Voids
5.3.5 Installation of Water Tight 5-4
Manhole Seal Insert
DETAILED SPECIFICATIONS - SECTION 6 - MANHOLE REHABILITATION
- MULTIPLE COMPONENT SEALING SYSTEM REPAIR FOR CLASS C
MANHOLES
6.1
6.2
6.3
General
Products
Execution
6-1
6-1
6-2
DETAILED SPECIFICATIONS - SECTION 7 - MANHOLE REHABILITATION
- FIBLERGALSS STRUCTURAL INSERT FOR CLASS D MANHOLES
7.1 General
7.2 Products
7.2.1 Structural Fiberglass Liners
7.2.2 Brick or Concrete Grade Rings
7.2.3 Bottom Grout Seal
7.2.4. Manhole Rings and Covers
7.3 Execution
7-1
7-1
7-2
7-2
7-2
7-2
DETAILED SPECIFICATIONS - SECTION 8 - MANHOLE RECONSTRUCTION
- RECONSTRUCTION OF MANHOLE FOR CLASS E MANHOLES
8.1 General
8.2 Products
8.2.1
8.2.2
8.2.3
8.2.4
8.2.5
Concrete
Lime and Mortar
Brick
Manhole Rings and Coves
Manhole Steps
8.3 Execution
8.3.1 Demolition
8.3.2 Manhole Base
8.3.3 Manhole Forms
8.3.4 Brick work and Masonry
8.3.5 Manhole Rings
8.3.6 Manhole Steps
8.3.7 Invert
8-1
8-2
8-2
8-2
8-3
8-3
8-3
8-3
8-3
8-4
8-4
8-5
8-5
DETAILED SPECIFICATIONS - SECTION 9 - MEASUREMENT AND
PAYMENT FOR REHABILITATION WORK
9.1 General
9.2 Mobilization
9.3 Vertical Foot Items
9.4 Square Yard Hems
9.5 Complete Items (Each)
9.6 Video Tape, per cassette
9.7 Subsidiary Items
SCHEDULE
DETAILED
OF WORK (Page 1-9)
DRAWINGS
9-1
9-1
9-1
9-2
9-2
9-2
9-2
CITY OF FAYETTEVILLE
INVITATION TO BID # 90-5
The City of Fayetteville, Arkansas, will receive bids
for Manhole Rehabilitation Mini -System 17 for the City of
Fayetteville, until 2:00 p.m. Central Time on the 2nd day of
March, 1990 in Room 307, Purchasing Office on the third
floor at City Hall, 113 West Mountain Street, Fayetteville,
Arkansas 72701 at which time and place all bids will be
publicly opened and read aloud.
The work shall consist of, but not necessarily be limited
to, performing the following tasks:
a) Preparatory cleaning of manholes
b) Flow control and/or bypass pumping
c) Structural restoration (patching and filling holes) of
manhole walls and flow channels
d) Manhole testing
e) Repair/regrout of service lines into manholes
f) Replace entire manhole
g) Raise manhole frame and/or cover
h) Replace manhole frame or install new cover with gasket
i) Seal existing cover
j) Chemical grout seal entire manhole
k) Installation of fiberglass manhole structural insert
The Information for Bidders, Form of Bid, Form of Contract,
Plans, Specifications, and Forms of Bid Bonds, Performance
and Payment Bonds and other contract documents may be
examined at the following locations:
(1) City of Fayetteville
Public Works Department
113 West Mountain
Fayetteville, AR 72701
Construction News
715 West Second Street
Little Rock, AR 72201
F.W. Dodge Company
1100 North University, Suite 102
Little Rock, AR 72205
Copies of the contract documents may be obtained from the
office of the engineer: ETC Engineers Inc., 1510 South
Broadway, Little Rock, Arkansas 72202, at the cost of $50.00
for each set, check or money order (no cash) payable to the
ENGINEER. NO REFUNDS will be made.
I-1
All envelopes containing the bid document must be sealed and
designated as "Bid for Manhole Rehabilitation Mini -System
17, Bid #90-5".
A certified check or bank draft, payable to the order of the
City of Fayetteville, Arkansas, negotiable U.S. Government
bonds (at par value), or satisfactory Bid Bond executed by
the Bidder and an acceptable surety in an amount equal to
five percent (5%) of the total of the bid shall be submitted
with each bid
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 that the
Contractor must ensure that employees and applicants for
employment are not discriminated against because of their
race, color, religion, sex, or national origin.
Each Bidder must be in compliance with the requirements of
Act 150 of 1965, effective June 9, 1965, subject to any
subsequent amendments, which is the current Arkansas State
Licensing Law for Contractors.
The City reserves the right to reject any or all bids or to
waive any formalities in the bidding.
Bids may be held by the City for a period not to exceed
thirty (30) 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.
DATE:
CITY OF FAYETTEVILLE, ARKANSAS
Purchasing Officer
Peggy Bates
I-2
INSTRUCTION TO BIDDERS
1. GENERAL DESCRIPTION OF THE PROJECT:
A general description of the work to be done is contained in
the INVITATION TO BID. The scope is indicated on the
accompanying Drawings and Detailed Specifications and in
applicable parts of these Contract Documents.
2. RECEIPT AND OPENING OF BIDS
The City of Fayetteville, Arkansas (herein called the
"Owner) invites bids on the form attached hereto, all blanks
of which must be appropriately filled in. Bids will be
received by the Owner at the Board of Directors Room (or
Conference Room if the Directors Room is in use) on the 2nd
Floor at the City Hall, Fayetteville, Arkansas, at the time
shown on the "Invitation to Bid," and then at said place
publicly opened and read aloud. The envelope containing the
bid will be prepared as indicated below.
The Owner may consider informal any bid not prepared and
submitted in accordance with the provisions hereof and may
waive any informalities or reject any and all bids. Any bid
may be withdrawn prior to the above scheduled time for the
opening of bids or authorized postponement thereof. Any bid
received after the time and date specified shall not be
considered. No bidder may withdraw a bid within 30 days
after the actual date of the opening thereof.
3. PREPARATION OF BID
These contract documents include a complete set of bidding
and contract forms which are for the convenience of bidders.
All blank spaces for bid prices must be filled in, in ink or
typewritten, in both words and figures, and the foregoing
certifications must be fully completed and executed when
submitted. The Bidder shall sign his Proposal in the blank
space provided therefor. If Bidder is a corporation, the
legal name of the corporation shall be set forth above,
together with the signature of the officer or officers
authorized to sign Contracts on behalf of the corporation.
If Bidder is a partnership, the true name of the firm shall
be set forth above, together with the signature of the
partner or partners authorized to sign Contracts in behalf
of the partnership. If signature is by an agent, other than
an officer of a corporation or a member of a partnership, a
notarized power-of-attorney must be on file with the Owner
prior to opening of proposals or submitted with the
I.T.B. - 1
Proposal. Each bid must be submitted in a sealed envelopes
to be furnished by the Bidder and designated as shown. At
the time of bid opening the envelope containing the bid and
bid bond, will be opened and read aloud for the purpose of
acknowledging the low bidder. After all bids and required
contract documents have been thoroughly checked by the City,
the successful bidder will be announced and personally
informed. Should a low bidder fail to execute all required
documentation qualifying his bid, the bid may be rejected
and the next lowest bidder awarded the work if he has
qualified.
The envelope shall include (1) Bid and (2) Bid Guarantee and
be marked as follows:
ENVELOPE FROM:
ADDRESS:
TO:
(Name of Concern)
(Street or P.O. Box)
(City, State, Zip Code)
City of Fayetteville
Purchasing Officer
Room 326, City Hall
Fayetteville, AR 72701
Manhole Rehabilitation Mini -System #17 Bid Documents
Bid No.:
To Be Opened:
(Date and Time)
4. TELEGRAPHIC MODIFICATION
Any bidder may modify his bid by telegraphic communication
at any time prior to the scheduled closing time for receipt
of bids, provided such telecommunication is received by the
Owner prior to the closing time, and provided further, the
Owner is satisfied that a written confirmation of the
telegraphic modification over the signature of the bidder
was mailed prior to the closing time. The telegraphic
communication should not reveal the bid price but should
provide the addition or subtraction or other modification so
that the final prices or terms will not be known by the
Owner until the sealed bid is opened. If written
confirmation is not received within two days from the
closing time, no consideration will be given to the
telegraphic modification.
I.T.B. - 2
5. METHOD OF BIDDING
Unit Cost.
No alternate bids will be considered unless alternate
bids are specifically required by the contract documents.
6. QUALIFICATIONS OF BIDDER
The Owner may make such investigations as he deems necessary
to determine the ability of the bidder to perform the work,
and the bidder shall furnish the Owner all such information
and data for this purpose as the Owner requests. The Owner
reserves the right to reject any bid if the evidence
submitted by, or investigation of, such bidder fails to
satisfy the Owner that such bidder is properly qualified to
carry out the obligations of the contract and to complete
the work contemplated herein. Conditional bids will not be
accepted. The bidder must submit with his bid the
"Statement of Bidder's Qualifications" as furnished with
these contract documents.
7. BID SECURITY
Each bid must be accompanied by cash, certified check of the
bidder, or a bid bond prepared on the form of bid bond
attached hereto, issued by a Surety or Licensed Agent,
Licensed to issue such bonds in the State of Arkansas duly
executed by the bidder as principal and having as surety
thereon a surety company approved by the Owner, in the
amount of five percent of the bid. Such cash, checks or bid
bonds will be returned to all except the three lowest
bidders within three days after the opening of bids, and the
remaining cash, checks, or bid bonds will be returned
promptly after the Owner and the accepted bidder have
executed the contract or if no award has been made within 30
days after the date of the opening of bids, upon demand of
the bidder at any tine thereafter, so long as he has not
been notified of the acceptance of his bid.
8. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
The successful bidder, upon his failure or refusal to
execute and deliver the contract and bonds required within
10 days after he has received notice of the acceptance of
his bid, shall forfeit to the Owner, as liquidated damages
for such failure or refusal, the security deposited with his
bid.
I.T.B. - 3
9. TIME FOR COMPLETION
The Contract will require the Contractor to begin the work
to be performed within ten (10) calendar days after the date
of receipt of the Notice to Proceed, and to complete that
work within 180 consecutive calendar days after receipt of
said notice. NOTE: The City may exercise its option of
delay of issuing the "Notice to proceed," not to exceed
thirty (30) days after the date of entering into the
Contract.
10. LIQUIDATED DAMAGES FOR DELAY IN COMPLETION
As actual damages for any delay in completion of the work
which the Contractor will be required to perform under the
Contract are impossible to determine, the Contractor and his
Sureties will be liable for and shall pay to the City the
sum of One Hundred Dollars per day ($100.00 per day) as
fixed, agreed and liquidated damages for each calendar day
of delay from the date stipulated pursuant to the preceding
paragraph, or as it may be modified in accordance with
Section 19 of the General Conditions, until such work is
satisfactorily completed.
11. CONDITIONS OF WORK
Each bidder must inform himself fully of the conditions
relating to the construction of the project and the
employment of labor thereon. Failure to do so will not
relieve a successful bidder of his obligation to furnish all
material and labor necessary to carry out the provisions of
his contract. Insofar as possible the Contractor, in
carrying out his work, must employ such methods or means as
will not cause any interruption of or interference with the
work of any other contractor.
12. ADDENDA AND INTERPRETATIONS
An interpretation of the meaning of the plans,
specifications or other pre-bid documents will be made to
any bidder in writing. Every request for such
interpretation should be in writing addressed to the Design
Engineer who prepared these contract documents and to be
given consideration must be received at least five days
prior to the date fixed for the opening of bids. Any and
all such interpretations and any supplemental instructions
will be in the form of written addenda to the specifications
I.T.B. - 4
which, if issued, will be mailed by certified mail with
return receipt required to all prospective bidders (at the
respective addresses furnished for such purposes), not later
than three days prior to the date fixed for the opening of
bids. Failure of any bidder to receive any such addendum or
interpretation shall not relieve such bidder from any
obligation under his bid as submitted. All addenda so
issued shall become part of the contract documents.
13. SECURITY FOR FAITHFUL PERFORMANCE
Simultaneously with his delivery of the executed contract,
the Contractor shall furnish a surety bond or bonds as
security for faithful performance of this contract and for
the payment of all persons performing labor on the project
under contract and furnishing materials in connection with
this contract as specified in the general conditions
included herein. The surety on such bond or bonds shall be
Licensed Agent, Licensed to issue such bonds in the State of
Arkansas and shall be satisfactory to the Owner shall. The
use of Arkansas Performance and Payment Bond (14-604
Arkansas Statutes, Rev. 1/76) is mandatory. A copy is
included in these documents.
14. POWER OF ATTORNEY
Attorneys -in -fact who sign bid bonds or contract bonds must
file with each bond a certified and effectively dated copy
of their power of attorney.
15. NOTICE OF SPECIAL CONDITIONS
Not applicable.
16. LAWS AND REGULATIONS
The bidder's attention is directed to the fact that all
applicable state laws, municipal ordinances, and the rules
and regulations of all authorities have jurisdiction over
construction of the project shall apply to the contract
throughout, and they will be deemed to be included in the
contract the same as though herein written out in full.
17. METHOD OF AWARD - LOWEST QUALIFIED BIDDER
If additive alternates are requested, they will be selected
on the basis of funds available and may vary from none to
all requested. Selections may not be in the order of the
listings. The contract will be awarded to a single
responsible bidder submitting the lowest total price for the
I.T.B. - 5
base bid and/or the base bid in combination with the
additive alternate, or alternates selected; provided, the
low total bid is reasonable and it is to the interest of the
Owner to accept it. The Owner may disqualify a bidder if,
on checking references and records of his performance under
other contracts, the Owner concludes that he is not
qualified to execute the work according to specifications.
18. OBLIGATION OF BIDDER
At the time of the opening of bids, each bidder will be
presumed to have inspected the site and to have read and to
be thoroughly familiar with the plans and contract documents
(including all addenda). The failure or omission of any
bidder to examine any form, instrument or document shall in
no way relieve any bidder from any obligation in respect of
his bid.
19. SAFETY STANDARDS AND ACCIDENT PREVENTION
With respect to all work performed under this contract, the
contractor shall:
a. Comply with the safety standards provisions of
applicable laws, building and construction codes, and in
addition to specific safety and health regulations described
by Chapter XVII, Occupational Safety and Health
Administration, Department of Labor, Part 1926, Occupations
Safety and Health Regulations for Construction, as outlined
in the Federal Register Volume 39, No. 122, Part II, Monday,
June 24, 1974, Title 29 -LABOR.
b. Exercise every precaution at all times for the
prevention of accidents and the protection of persons
(including employees) and property.
c. Maintain at his office or other well-known place at the
jobsite, all articles necessary for giving first aid to the
injured, and shall make standing arrangements for the
immediate removal to a hospital or a doctor's care of
persons (including employees), who may be injured on the
jobsite. In no case shall employees be permitted to work at
a jobsite before the employer has made a standing
arrangement for removal of injured persons to a hospital or
a doctor's care.
20. ARKANSAS STATE LICENSING LAW
a. Attention of bidders is particularly called to the
requirement that all bidders must be in compliance with the
requirements of Act 150 of 1965 of the State of Arkansas,
effective June 3, 1965, which is the current Arkansas State
I.T.B. - 6
Licensing Law for Contractors.
b. Each bidder submitting a bid to the Owner for any
portion of the work contemplated by the documents on which
bidding is based shall execute and include in the submission
of the bid, a certification substantially in the form herein
poprovided to the effect that he has a current Arkansas
State Contractor's License in compliance with the
requirements of the aforementioned law.
21. SCHEDULE OF WORK
Following the detailed specifications and preceding the
drawings is the schedule of work (9 sheets) listing the
manholes, indentification, location, repair class, depth and
misc. information for the Rehabilitation project.
22. SCHEDULE OF DRAWINGS
The following drawings are specified:
Manhole Locaticns , Fig. 1
Class
nB"
Repair Type 2 Raise Manhole Collar Ring, Fig. 2
Class "B" Repair Type 3 Groat in and/or cut service or
sewer line correctly, Fig. 3
Class
"B"
Repair Type 4 Patch crack or fill hole, Fig. 4
Class "B" Repair Type 5 Installation of water tight
manhole insert, Fig. 5
Class "C" Repair multiple component chemical sealing of
manhole, Fig. 6
Class "D" Repair structural fiberglass linear for
existing masonry manhole, Fig. 7
Class "E" Repair Reconstruction of manhole, Fig. 8
23. APPLICABLE EDITION, CONTRACT CONDITIONS AND
SPECIFICATIONS
The following amendments to it also apply:
Number Date
1/ 2 21( 7l
I.T.B. - 7
TO:
ADDRESS:
PROJECT TITLE•
Project No.
Bidder:
Address:
Date:
Bidder's person
this Proposal:
Name:
Telephone:
J 7 7
Proposal of ca:)...) J1 . �i;�<,v r&
PROPOSAL
City of Fayetteville
113 W. Mountain, Fayetteville, AR
Manhole Rehabilitation Mini -System
#17
to contact for additional information on
(hereinafter
called "Bidder") a corporation, organized and existing under
the laws of the State of Kt.-:"....- , a partnership,
or an individual doing business as
the City of Fayetteville. City Hall. Fayetteville, Arkansas
(hereinafter called "Owner").
To
Gentlemen:
The Bidder, in compliance with your invitation for bids for
the performance of Manhole Rehabilitation Mini -System # 17
having examined the Plans and Specifications with related
documents and the site of the proposed work, and being
familiar with all of the conditions surrounding the
construction of the proposed project including the
availability of materials and labor, hereby proposes to
furnish all labor, materials, and supplies, and to construct
the project in accordance with the contract documents,
within the time set forth therein, and at the prices stated
below. These prices are to cover all expenses incurred in
performing the work required under the contract documents,
of which this proposal is a part.
Bidder hereby agrees to commence work under this contract
within ten (10) calendar days after he receives the written
"Notice to Proceed" of the Owner and to fully complete the
project within 120 consecutive calendar days thereafter as
stipulated in the specifications. Bidder further agrees to
pay as liquidated damages, the sum of $100.00 for each
consecutive calendar day thereafter as hereinafter provided
in the special conditions.
Bidder acknowledges receipt of the following addendum:
No. Jif / Date
No. Date
No. Date
�'.-r,ff_ `it7
No.
2 . 2Y --(lit No.
No.
Date
Date
Date
I
I
UNIT PRICE SCHEDULE
' Bidders agree to perform all the work described in and shown
on the plans for the following unit prices:
' Unit prices are to be shown in both words and figures. In
case of a discrepancy, the unit prices shown in words will
govern.
IMANHOLE REHABILITATION MINI -SYSTEM #17
FAYETTEVILLE, ARKANSAS
ITEM NO. ESTIMATED QUANTITY UNIT PRICE** TOTAL
AND DESCRIPTION
1 1. Lump Mobilization
2. 5 Each Provide and Install
New Manhole Cover
3. 5 Each Provide and Install
New Manhole Ring
4. 4 Each Raise Manhole Ring
and Cover
5. 5 Each Reseat Existing
Manhole Ring and
Cover
6. 189 MH Manholes Patch
Plug, Fill Holes
7. 5 Each Install Manhole
Opening Sealing
Insert
8. 1447.5 V.L.F. Manhole Chemical
Component Sealing
Treatment System
Imo.„ 7, : ._(i
(Dollars)
$ l•P^�
aL
(Dollars) tie
$mss $ 1Cc£
(Dolla g)
$ 3ec —per $ /S!"G S?
(Dollars) Ct'
$ ?cp :C each $ !✓c('
epa
(Dollars)
$?OI°-'[e/ach�
$f//�f 11 C f —
"
(Dollars)
$ lea 'r per MH $ f
(Dollars)
Co-
$ ,,2ct each
$ /[(C
(Dollars)
$_/be c� per V.L.F. $ %Sc
S
ITEM NO. ESTIMATED QUANITZTY UNIT PRICE
AND DESCRIPTION TOTAL
•
n
9. 38 V.F.L. Manhole Fiberglass
Structural Insert
10. 7 Each Reconstruct Manholes
0-6 ft. holes
11. 6 V.F.L. Reconstruct Manhole
Portion greater than
6 ft. dp.
12.160 S.Y.Asphalt Surface
and replace
13. 60 S.Y.cravel Surface Cut
and replace
14. 40 S.Y. Concrete Surf.Cut
and replace
15, 5 Each Video Cassette
16. Lump Misc, Tasks
Sum
17- 253 Each Manhole Test
18- 90 Each Grout in and/or
Cut flush sevice
19. Lump Final Cleanup
Sum
(Dollars; '��
S y�— each i& 5-
(Dollar,? i.""—�—
$ to — each $
Is
( ollars)
$'f" each $
Cut
(Dollars)
$_Jr_per s.Y. $ fr ¼-o cr
(Dollar)
$__2c1 —per S.Y. $ Z'#c'
—'aro gals)
$-..Per S.. • $$`
z1,.jj
(dollars)
$_ cc each $ JfQ
%a4!z'
(Dollars)
__ nf� .rc'
T_..'— S � }mil �
(Doll
S c' each 8 1,5:1
el_Q. L1,
(Dollars)
$ ieach $ '/Ccc nn
f
/24t
(Dollars
$
TOTAL DID 2 4- ? SO()
♦l
ITEM NO. ESTIMATED QUANITITY UNIT PRICE TOTAL
AND DESCRIPTION
9. 38 V.F.L. Manhole Fiberglass
Structural Insert
10. 7 Each Reconstruct Manholes
0-6 ft. deep
11. 6 V.F.L. Reconstruct Manholes
Portion Greater Than
6 ft. Deep
12. 160 S.Y. Asphalt Surface Cut
and Replace
13. 60 S.Y. Gravel Surface Cut
and Replace
14. 40 S.Y. Concrete Surf. Cut
and Replace
15. 5 Each Video Cassette
16. Lump Sum Misc. Tasks
17. 253 Each Manhole Test
18. Lump Sum Final Cleanup
P - 3
(Dollars)
$ eachs $
(Dollars)
$ each $
(Dollars)
$ each $
(Dollars)
$ per S.Y. $
(Dollars)
$ per S.Y. $
(Dollars)
$ per S.Y. $
(Dollars)
$ each $
(Dollars)
(Dollars)
$ each $
(Dollars)
TOTAL BID $
I
' The above unit prices shall include all labor, materials,
bailing, shoring, removal, overhead, profit, insurance,
' etc., to cover the finished work of the several kinds called
for.
Bidder understands that the Owner reserves the right to
reject any or all bids and to waive any informalities in the
bidding.
' The Bidder agrees that this bid shall be good and may not be
withdrawn for a period of 30 calendar days after the
scheduled closing time for receiving bids.
' Upon receipt of written notice of the acceptance of this
bid, Bidder will execute the formal contract attached within
10 days and deliver surety bonds as required by paragraph 29
' of the general conditions. The bid security.attached in the
sum of ($ _._ ) is to
become the property of the owner in the event the contract
' and bond are not executed within the time above set forth,
as liquidated damages for the delay and additional expense
to the Owner caused thereby.
Respectfully submitted,
' By e 3' c- �_ �e� ;2 a-.�
+-0 (Title)
(SEAL - if bid is by a corporation) pp
(Business Address & ip ode
I
I
I
I
I
1
' P - 4
r I
C
L
I
L
L
C
F
I
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the
undersigned as
Principal, and
as Surety, are hereby paid 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 work covered in the Proposal
Improvements and the detailed drawings and specifications,
for Manhole Rehabilitation Mini -System #`7, Fayetteville,
Arknasas.
NOW, THEREFORE:
(a) If said bid shall be rejected, or is the alternate.
' (b) If said bid shall be accepted and the principal shall
execute and deliver a contract on 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
I
I
I
I
I
I
1
connection therewith, and shall in all other respects
perform the agreement created by the acceptance of said
bid. Then this obligation shall be void, otherwise the
same shall remain in force and effect it being expressly
understood and agreed that the liability of the Surety
for any and all claims hereunder shall in no event
exceed the penal amount of this obligation as herein
stated.
B.B. - 1
I
I
The Surety, for value received, hereby stipulates and agrees
that the obligations of said Surety and its bond shall be in
1 no way impaired or affected by any extension of time within
which the Owner may accept such Bid; and said Surety does
hereby waive notice of any such extension.
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
1 affixed and these presents to be signed by their proper
officers, the day and year first set forth above.
H
I
r
I By:
SEAL
L
I
I
IL ]
I
L
I
L.S.
B.B. - 2
Principal
Surety
I
I
I
I
I
I
I
STATEMENT OF BIDDER'S QUALIFICATIONS
(To be submitted by the Bidder)
All questions must be answered and the data given must be
clear and comprehensive. This statement must be notarized.
If necessary, questions may be answered on separate attached
sheets. The bidder may submit any additional information he
desires.
1. Name of bidder.
2. Permanent main office address.
3. When organized.
4. If a corporation, when incorporated.
5. How many years have you been engaged in the contracting
business under your present firm or trade name?
6. Contracts on hand: (Schedule these, showing amount of
each contract and the appropriate anticipated dates of
completion.)
7. General character of work performed by your company.
8. Have you ever failed to complete any work awarded to
you?
9. Have you ever defaulted on a contract?
If so, where and why?
10. List the more important projects recently completed by
your company, stating the approximate cost for each, and
the month and year completed.
' 11. List your major equipment available for this contract.
12. Experience in construction work similar in importance to
' this project.
13. Background and experience of the principal members of
your organization, including the officers.
' S.B.Q. - 1
C
I
I
14. Credit available: $
15. Give bank reference:
16. Surety
Address
17. Will you, upon request, fill out a detailed financial
statement and furnish any other information that may be
required by the City of Fayetteville, Arkansas?
18. The undersigned hereby authorizes and requests any
person, firm or corporation to furnish any information
requested by the City in verification of the recitals
comprising this Statement of Bidder's Qualifications. Dated
at , this day of
19
State of
County of
41
(Name of Bidder)
By
Title
being duly sworn deposes and
says that he is of
(Name)
(Name of Organization)
and that the answers to the foregoing questions and all
statements therein contained are true and correct.
Subscribed and sworn to before me this day of
19
Notary Public
My Commission Expires
19
S.B.Q. - 2
I
C
1 State of
CERTIFICATION OF CURRENT ARKANSAS
STATE CONTRACTOR'S LICENSE
' County of
, being first duly
sworn, deposes and says that:
1
(owner,
' partner, officer, representative or agent) of
the bidder submitting the
bid included in these documents.
(2) He currently has a valid license in full force and
effect to do business in the State of Arkansas as a
contractor pursuant to the provisions of the Arkansas
Statutes (Act 150 of 1965, effective June 9, 1965).
(3) His Arkansas State Contractor's License No. is
(Signed)
(Title)
Subscribed and sworn to before me this day of
19 _.
I
' (Title)
My Commission expires
1
H
I
I
I
S.B.Q. - 3
I
I
I
I
I
I
Fi
E
I
II
I
I
H
I
LI
ARKANSAS PERFORMANCE AND PAYMENT BOND
(14-604 Arkansas Statutes)
(MANDATORY FORM)
KNOW ALL MEN BY THESE PRESENTS: That we (1)
hereinafter called "Principal" and (3)
of
State of , hereinafter called the
"Surety," are held and firmly bound unto (4)
, hereinafter called "Owner" in
the penal sum of dollars
($ ), in lawful money of the United States for the
payment of which sum well and truly to be made, said
principals and Surety bind themselves, their heirs,
administrators, executors, successors and assigns, jointly
and severally by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the
Principal entered into a certain contract with the Owner,
dated the day of , 19 , a copy
of which is attached and made a part hereof for the
construction of:
NOW THEREFCRE, if the Principal shall well, truly and
faithfully perform its duties, all the undertakings,
covenants, terms, conditions, and agreement of said contract
during the original term thereof, and any extensions thereof
which may be granted by the Owner, with or without notice to
the Surety, and if he shall satisfy all claims and demands
incurred under such contract, and shall fully indemnify and
save harmless the Owner from all costs and damages which it
may suffer by reason of failure to do so, and shall
reimburse and repay the Owner all outlay and expense which
the Owner may incur in making good any default, and shall
promptly make payment to all persons, firms, subcontractors
and corporations furnishing material for or performing labor
in the prosecution of the work provided for in such
contract, and any authorized extension or modification
thereof, all amounts due for, but not limited to, materials,
lubricants, oil, gasoline, coal and code, repair on
machinery, equipment and tools consumed or used in
connection with the construction of said work, fuel oil,
camp equipment, food for men, feed for animals, premium for
bonds and liability and workmen compensation insurance,
P.P.B. - 1
I
' rentals on machinery, equipment and draft animals; also for
taxes or payments due to 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 bound; 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. The Surety agrees the terms of this bond shall
cover the payment by the principal of not less than the
prevailing hourly rate of wages as determined by the
' Arkansas Department of Labor or U.S. Secretary of Labor,
whichever is greater, to all workmen performing work under
the contract.
PROVIDED, FURTHER, that the said Surety, for value received,
hereby stipulates and agrees that no change, extension of
' time, alteration, or addition to the terms of the contract
or to the work to be performed thereunder of the
specifications accompanying the same, shall in any wise
affect its obligation on this bond, and it does hereby waive
' notice of any such change, extension of time, alteration or
addition to the terms of the contract as to the work or to
the specifications.
PROVIDED FURTHER, that no final settlement between the Owner
and the contractor shall abridge the right of any
beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in six (6)
counterparts, each of which shall be deemed an original,
this day of ,19
' (Seal)
ATTEST:
I(Owner)
By
(Secretary)
I(Witness)
' (Witness)
NOTE: Date of Bond must not be prior to date of Contract.
I
P.P.B. - 2
I
I
I
(1) Correct name of Contractor
(2) A Corporation, a Partnership, or an individual,
as case may be
(3) Correct name of Surety
(4) Correct name of Owner
(5) If Contractor is Partnership, all partners
should execute bond
(6) Must be executed by Arkansas Local Resident
Agency for Surety
P.P.B. - 3
v
acllI.n. CERTIFICATE OF INSURANCE
ISSUE DATE IMM DOIY'Vi
RODUCER
First Arkmimw lrtmwanca
P. V. box 6049
flat Spricgp, S 7199.
CODE SUB -CODE
INSURED
Ldl§l1 Construction COT.iary+, Inc
327 PYoma ls:ive
tot Spriirjs, AR 71914
THIS CERTIFICATF IS ISSJCO AS A MATTER OF NFORMA'ION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER H'S CLRIIFICATE GOES NOT AMEND
EXTEND OR Al. TFR THL COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANIES AFFORDING COVERAGE
`OM PAANY A 1Tansccir t i nen�tmli��L ssurance C oi.Iztay>'
LET'ERCOMRA NY B SJOEtatiou Insurance t.a;isiy
LETERNY c Valley lbrge insurance CaapT¢uly
COMP NY D inartford ACci lent & bwenity Ga pany
1mm
COMPA%V E
IFT-=H
OVERAGES
THIS IS TO CERT I V THAT THE POLICIES OF INSURANCE LISTED BELOW HAVF BELN SSJEO -0 THE INSURED NAME') ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING AMY RFOLIRLMENT.ERM OR CONDTION OF ANY CONTRACT OR OTHER DOCUMENI WITH RESPECT TO WHICH THIS
CERT FICATE MAY BE ISSUED OF MAY PFR'AIN, THE NSURANCE AFFORDFD BY THL POLICIES DESCRIBED HFRFIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POI ICIES. LIMITS SHOWN MAY HAVE HI -IN REI:UCED BY PAID CLAIMS
CO -YPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY E%P,RATION
LTR DATE MMJM .PYYI DATE 'MGDNV) ALL LIMITS IN THOUSANDS
GENERAL LIABILITY CENERA, AGGREGATF $ 1 `Aiu,
CCMMERCIAL OFNFRAL LIAUI_ITV PRODUCTS COMF'OPS AGOFFSA = $
s CLAIMS MADE OCCJR o - LSD
EIISOYAL 8 ADVERTISING 'N..LFY $ 5Q�
CWYER'S & CONTPACTTOP S PROs ,r ♦ 8i2emOY EACH OCCURRENCE $ AV4 E
iyiJU009J+c} LmZ- ''• L
FIRE DAMAGE 'Any orel rd l $ `D
MEDICAL EXPENSE Any o^e Verson) $ SG AUTOMOBILE LIABILITY COMBINED
(y1� ���{,l1 y,� SINGLE $
L x ANY AJTO 1vb0t99t,J 1i 6-9y s ' SI%S 1 iy(ILi
AL_ CWNEC AUTOS 9 BODILY D D
INJURY $
SCHEDULED AUTOS
lPnr Berson;
HIRED AUTOS HG)IY
INON-OWNED AWES INJUIV amSCTt $
GARAGE I IABILITY
DAMAGEPHOPEn$
DAMAGE
EXCESS LIABILITY FACE A;�GHEG4IE
OCCURRENCE
OTHER THAN ..MBRFI. A FORM 7, t . j JTh2 a,— _�!� —e-1x. 1,�AJLr, I,i�yy
WORKER S COMPENSATION titi4A9-1 f,. 4>•' 1e]- 4 STATL-CPS
• AND 1.L.1.s7L71! —14 9 x..1„1 $ L• •.� :EACH ACCIDFNTI
$ �fr�� 1:. SEASC PGJCY OMIT)
EMPLOYERS LIABILITY %c+a+
$ C D IJ SEASL -EACH EMPLOYEE.
OTHER JLKJS
II
DESCRIPTION OF OPERATIONS:LOCATIONSNEHICLESIRESTRICTIONS;SPECIAL ITEMS
1tinuule 1;r.I aiilitatiLc1 iani-ma .a. tilt
aWyeLtcvi.Lie s hA:
CERTIFICATE HOLDER
City t1i. Iayetteviitc
lw,r u 111r. Avh1ic .vr::
c/u I i C il"at iritTMw"Yti
191u :. Lrau:� Ti,
j •:. y' I
. rltt .. i.yyl., a... 7.-.�l
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE
EXPIRATION CATE THERECF THE SSJING COMPANY WI_L ENDEAVOR TO
MAIL lai DAYS WRITTEN NC —ICE TO THE CERT FICATE HOI DFR NAMED 10 THE
I FCT. BUT I -AI. URL 0 MAIL SUC•1 NOT CE SHAL_ IMPCSE NO OBLIGATION 09
LIABILITY OF ANY KINI:UPON -HL CCMPANV. ITS AGENTS OF REPRFSFN-ATIVES
AUTHORIZED REPRESENTATIVE
f a —.`
I _
CORD 25-S (3/88) ''ACORD CORPORATION 1988
I
1
CONTRACT
' 4
THIS AGREEMENT, made this I day of
,19 `Jr , by and between The City of Fayetteville
herein called "Owner," acting herein through its Motet
Anc{
It) elv l\ L '1 11. 1 16r� l•F+`.\r:.t.nt
(Name)
STRIKE OUT (a corporation) (psi)
INAPPLICABLE
11 (a- -=a••-' doing business)
of r�'yt15 , County of �J' << and
State
of____________________ hereinafter called "Contractor."
City
Witnesseth: That for and in consideration of the payments
' and agreements hereinafter mentioned, to be made and
performed by the OWNER, the CONTRACTOR hereby agrees with
the OWNER to commence and complete the construction
described as follows:
' MANHOLE REHABILITATION MINI -SYSTEM #17
FAYETTEVILLE, ARKANSAS
' hereinafter called the project, for the amount as determined
by the total quantities of work performed at the unit prices
stipulated in the bid for the several respective items of
' work completed and all extra work in connection therewith,
under the terms as stated in the General Conditions of the
Contract; and at his (its or their) own proper cost and
t expense to furnish all the materials, supplies, machinery,
equipment, tools, superintendent, labor, insurance, and
other accessories and services necessary to complete the
said project in accordance with the conditions and unit
prices stated in the Proposal, the General Conditions,
Supplemental General Conditions and Special Conditions of
the Contract, the printed or written explanatory matter
thereof, the specifications and contract documents therefor
as prepared by Public Works Department, herein entitled the
Engineer, and enumerated in Special Conditions, all of which
are made a part hereof and collectively evidence and
constitute the Contract.
C - 1
I
The Contract Documents shall consist of the following:
' (a) This Contract (b) All Addenda
Attachment
(c) Advertisement For Bids (d) All Required
Certifications
• (e) General Conditions (f) Special Conditions
(g) Detailed Specifications (h) Drawings
The Contractor hereby agrees to commence work under this
Contract within ten (10) calendar days after he receives the
written "Notice to Proceed" of the Owner and to fully
t complete the project within 180 consecutive calendar days
thereafter. The Contractor further agrees to pay, as
liquidated damages, the sum of $100.00 for each consecutive
calendar day thereafter as hereinafter provided in the
'Special Conditions.
The Owner agrees to pay the CONTRACTOR in current funds for
' the performance of the Contract, subject to additions and
deductions, as provided in the General Conditions of the
Contract, and to make payments on account thereof as
provided in Paragraph 25, "Payments to Contractor," of the
General Conditions. Addition to and deletions from
quantities and scope of work estimated in the bid shall be
' specified in change orders executed by the Contractor and
the City of Fayetteville. Except as authorized by such duly
executed change order, the maximum amount payable by the
City of Fayetteville to the Contractor shall be
I
$"q/'c.cc'
I
I
C
I
I
I
C —2
I
I
I
' IN WITNESS WHEREOF, the parties to these presents have
executed this Contract in two (2) counterparts, each of
which shall be deemed as original i the year a.Sd day first
above mentioned.
(SEAL) CITY OF FAYETTEV LE, ARKANSAS
(Owner)
1
1 ATTEST:
1 By �'
1 Director, Dept. of Public Works
i By
(Witness)
(SEAL)
1 ATTEST: &6L��a
(Contractor)
(Principal)
1 BY:
/(Secretary)
1 / //6' ��71/l�G�/''t.�
(Witness)
Address and ip Code
1 NOTE: If Contractor is a corporation, Secretary should
attest.
1
I
I
I
GENERAL CONDITIONS OF THE SPECIFICATIONS
1. GENERAL DESCRIPTION:
' The work embraced in these Contract Documents consists of
the following:
Fayetteville Manhole Rehabilitation and Repair
' Mini -System 17
I2. DEFINITION OF TERMS:
Wherever in these Documents the following terns are used,
they are understood to have the following meanings:
"OWNER" or "CONTRACTING A0THORITY" shall mean the 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 Specifications.
' 3. LAWS AND REGULATIONS:
All work shall be done in conformity with the laws of the
State of Arkansas, and any subdivision thereof, municipal and local laws
and ordinances, and all applicable federal statutes, laws or regulations.
No convict labor shall be employed on this project.
' 4. CONTRACT DOCU?CNTS:
' 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.
I
I
I
ET
The Contract Documents are complimentary, and what is called for
by one shall be as binding as if called for by all. The intention of the
Documents is to include all tools, labor, equipment, materials and supplies
necessary for the proper execution of the work. Materials or work described
in words which so applied have a well-known Technical or Trade meaning shall'
be held to refer to such recognized meaning.
The following copies of the executed Contract Doc.:m,ents 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. SUBCONTRACTS:
' The Contractor shall, as soon as practicable after the signing of
the Contract, subnit to the Engineer, in writing, the names of any Sub-
contractors he proposes for any part of the work.
The Engineer's approval must be secured, in writing, on all Sub-
contracts before they are made and signed.
• ' The Contractor shall be held fully responsible to the Contracting
Authority and the Engineer for the acts and c-,,issions of his Subcontractors
and of the persons directly or indirectly employed by his Subcontractors.
' Nothing contained in these Specifications or in the Contract
Documents shall create any contractual relation between any Subcontractor
and the Contracting Authority.
6. THE CONTR;c'OR:
' It is understood and agreed that the Contractor has satisfied him-
self as to the nature and location of the work, the conformation of the
ground, the character, quality, and quantity of the materials to be encountered,
' the character of the ecaipment and facilities needed preliminary to and
during the prosecution of the work, the general local conditions, and all
other .matters which can in any way affect the work under this Contract. No
verbal agreement or canversation with any officer, agent, or employee of
' the Contracting Authority or Engineer, either before or after the execution
of this Contract, shall affect or modify any of the terms or obligations
herein contained.
I GC - 2
I
I
I
El
El
I
El
I
I
II
El
I
El
The bond must be filed with the Circuit Clerk of _ie County in
' which the work is to be performed before any work under t`e Contract is
performed.
• A form of this bond is attached hereto and made a part of these
Specifications.
7. THE ENGINEER:
The Contracting Authority contemplates and the Contractor shall
permit and make possible a thorough inspection by the Engineer of all work
and materials furnished under the Contract Documents. The Contractor shall
perform the work to the satisfaction of the Engineer. No work shall be
performed by the Contractor without the knowledge and appr:val of the Engineer.
The Contractor shall be an "independent contract:r" with full
power and authority to select the means, methods and manner of performing
the work, being responsible to the Contracting Authority fir all materials
delivered and the results contracted for. The authority of any represen-
tative of the Contracting Authority of the Engineer is lited to such
determinations concerning the interpretation and performan:e of the Contract
Documents. The failure of any representative of the Contra:ting Authority
or of the Engineer to condemn or reject work or materials, or otherwise to
exercise any function entrusted to him, shall not excuse the Contractor
from the faithful performance of this Contract, nor shall _tch action i.-.,p1_y
any acceptance by the Contracting Authority or by the Engi= eer of faulty
work or materials.
The Engineer shall, within a reasonable time after presentation,
make decisions in writing on claims arising between the Ccntracting
Authority and the Contractor and shall make interpretations of plans and
specifications.
8. BOND:
Coincident with the execution of the Contract, .:__ Contractor shall
furnish a good and sufficient surety bond in the amount of ninety-five (95)
percent of the contract sun, guaranteeing the faithful perf:rniance of all
covenants, stipulations, and agreements of the Contract, .e paynent of
all bills and obligations arising from the execution and pe:forrance of the
Contract, and guaranteeing the work against faulty workrans`.ip and materials
during construction and for one year after completion, all :rovisions of
the bond to be complete and in full accordance with the stat;tory require-
ments. The bond shall be executed with the proper Sureties through a conpany
licensed and qualified to operate in the State and approve_ by the Con-
tracting Authority. If at any tine during the continuance zf the Contract
the Surety on the Contractor's bond becomes irresponsible, the Contracting
Authority shall have the right to require additional suf`::_ent Sureties
which the Contractor shall furnish to the satisfaction of .:e Contracting
Authority within ten (10) days after the notice to do so. _n default, thereof,
the Contract nay be suspended, and all payments or money d.e the Contractor
withheld.
I
I GC - 3
I
9. INSURANCE:
I
I
I
IT
I
I
IT
I
I
I
L
I
Li
C
I
L
the Contractor shall maintain such insurance as will protect him
from claims under workmen's compensation acts and other employee benefits
and from claims for damages because of bodily injury, including death, and
from claims for damages to property which may arise out of operations or the
work, whether such operations be by himself or by any subcontractor or any-
one directly or indirectly employed by either of them. The insurance shall
be written in companies authorized to do and doing business in Arkansas and
for not less than the following limits:
Comprehensive General Public Liability with bodily
injury limits of $ 100,000 and $ 300,000 and property
damage limits of $ 50,000;
Comprehensive Automobile Liability (owned, hired
and non -owned Vehicles) with bodily injury limits
of $ 100,000 and $ 300,000 and property damage limit
of $ 50,000 for each accident;
Standard Workmen's Compensation and Employer's
Liability covering with statutory limits;
Contractual liability insurance with bodily injury
limits of $ 100,000 and $ 300,000 and property damage
limits of $ 50,000.
Certificates of such insurance shall be filed with the Engineer
before work commences under any contract or subcontract.
10. ROYALTIES AND PATENTS:
The Contractor shall pay all royalties and license fees. He shall
defend all suits or claims for infringement of any patent rights, and shall
save the Contracting Authority from loss on account thereof.
11. INSPECTION:
The detailed manner and method of performing the work shall be
under the direction and control of the Contractor, but all work done shall
at all times be subject to the inspection of the Engineer or his authorized
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 Docu.-cents. Inspectors shall have authority,
subject to the final decision of the Engineer, to condemn and reject any
defective work and to suspend the work when it is not being done properly,
but the responsibility for the work and compliance with the Contract Documents
and all applicable laws, rules and regulations shall be the Contractor's.
Inspectors shall have no authority to permit any deviation from
the Plans and Specifications except on written order from the Engineer, and
the Contractor will be liable for any deviation except on such written order.
I
GC — 4
I
L
I
L
I
I
L
I
The Contractor shall provide proper tools and equipment and the
' service of all workmen, mechanics, tradesmen, and other employees necessary
in the executicn of the work contenplated herein. The employees of the
Contractor shall be competent and willing to perform satisfactorily the
' work required of them. Any employee who is disorderly, intemperate, or in-
co.:petent, or who neglects or refuses to perform his work in a satisfactory
manner, shall be promptly discharged.
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 nay give the Contractor
shall in no wise be construed as binding to the Engineer in any way or
releasing the Contractor from fulfilling all the terms of the Contract.
All condemned work shall be promptly taken out and replaced by
satisfactory work. Should the Contractor fail or refuse to comply with
instructions in this respect, the Contracting Authority may, upon certifi-
cation by the Engineer, withhold payment or proceed to terminate the contract
as provided herein.
Any defective work may be rejected by the Engineer at any time
before final acceptance of the work, even though the sane may have been
previously overlooked and estimated for payment.
12. WORIQ'}S:SHIP AND SUPERSN'rErwENCE:
The Contractor shall keep on this work, during progress, a co-tetent
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.
• ' It is particularly called to the Contractor's attention that only
first-class wcrkianship will be acceptable.
' 13. PCS:TION, GRADIENT, AND ALIGN.CNT:
The Engineer shall set such stakes to proper line and grade as nay
be necessary for guidance of the Contractor in the proper performance of
the work, and all work must conform closely to the lines and grades given.
It shall be the duty of the Contractor and his employees to call
the Engineer's attention to any stakes which nay have been disturbed or
which seem to be off line or grade.
' The Contractor shall carefully preserve bench marks, reference
points, and stakes, and in case of willful or careless desruction, he shall
be charged with the resulting expense and shall be responsible for any mis-
takes that nay be caused by their unnecessary disturbance or loss.
' 14. PR;,T-_CT:ON OF WORK, PROPERTY, AND PERSONS AND CONTRACTOR'S
R'S?o::S:BILITY FOR DAMAGE CLAIMS:
The Contractor shall adequately protect the work, the Contracting
Authority's property, adjacent property and the public from injury, damage
or loss arising in connection with the contract or the work.
GC - 5
I
C
L..
L_
r
I
L
Lr
I
J
J
I
H
I
J
I
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 responsibility and liability for
any third party claims and actions based upon or arising out of injuries,
including death to persons or damage to or destruction of property, sus-
tained or alleged to have been sustained in connection with or to have
arisen out of or incidental to the performance of this contract by the
Contractor, his agents and employees and his subcontractor, their agents
and employees, regardless of whether such claims or actions are founded in
whole or in part upon alleged negligence of the Contracting Authority,
Contracting Authority's representatives or the Engineer, or the employees,
agents or licensees thereof. The Contractor shall indemnify and hold
harmless the Contracting Authority and its representatives and the Engineer
and his representatives in respect to any such matters.
15. LEGAL RESTRICTIONS AND PERMITS:
The Contractor shall procure at his own expense all necessary
licenses and permits of a temporary nature, and shall give due and adequate
notices to those in control of all properties which nay be affected by his
operations. Permits, licenses, and easements for permanent structures or
permanent changes in existing facilities will be provided by the Contracting
Authority unless otherwise specified. The Contractor must obtain per-
mission from the Contracting Authority or other proper authority before
blockading any roads or highways, and shall furnish all necessary barricades
and detour signs. The Contractor shall give all notices and comply with all
laws, ordinances, rules, and regulations bearing on the conduct of the
work as drawn or specified.
16. ASSIGN____ :
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 assigr.-
-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 bin in a satisfactory
manner, the Contracting Authority may, at its option, annul and tentinate
Assignee's contract.
17. OTHER CONTRACTS:
The Contracting Authority reserves the right to let other contracts
in connection with this work. The Contractor shall afford other Contractors
reasonable opportunity for the introduction and storage of their materials
and the execution of their work, and shall properly connect and coordinate
his work with theirs.
J
GC - 6
I
I
I
I
L
L
I
E
L
L
I
I
I
I
II
!I
H
I
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 conpletion of the various portions
of the work in general harmony,
18. SUSPENSION OF WORK:
The Contracting Authority may at any time suspend the work or any
part thereof by vivinc ten (10) day's notice to the Contractor in writing;
the work shall be resumed by the Contractor ten (10) days after the date
fixed in a written notice from the Contracting Authority to the Contractor
to do so.
If the work, or any part thereof, shall be stopped by the notice
in writing aforesaid, and if the Contracting Authority does not give notice
in writing to the Contractor to resume work at a date within twenty (20)
days of the date fixed in the written notice to suspend, except in the
case of litigation, then the Contractor may abandon that portion of the
work so suspended, and he will be entitled to the estimates and pa ...ents for
all work done on the portions so abandoned, if any.
19. ThE CONTRACTING AUTHORITY'S RIGHT TO DO WORK:
If the Contractor should neglect to presecute the work properly or
fail to perform any provision of this Contract, the Contracting Authority
after three (3) day's written notice to the Contractor may without prejudice
to any other remedy it nay have, make good such deficiencies, and may de-
duct the cost thereof from payments then or thereafter due the Contractor.
20. THE CONTRACTING AUTHORITY'S RIGHT TO TERMINATE CONTRACT:
If the Contractor should be adjudged a bankrupt, or if he should
make a general assigrnent 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 naterial or labor, or
desregard laws, ordinances, or the instructions of the Engineer, or other-
wise be guilty of a substantial violation of any provision of the Contract,
then the Contracting Authority, upon the certificate of the Engineer that
sufficient cause exists to justify such action, may, without prejudice to
any other right or remedy and after giving the Contractor ten (10) day's
written notice, terminate the employment of the Contractor as provided under
Paragraph 21, immediately following. In such case, the Contractor shall
not be entitled to receive any further payment until the work is finished.
If the unpaid balance of the contract price shall exceed the expense of
finishing the work, including compensation for additional managerial and
administrative services, such excess shall be paid to the Contractor. If
such expenses shall exceed such unpaid balance, the Contractor shall pay
the difference to the Contracting Authority. The expense incurred by the
Contracting Authority as herein provided and the damage incurred through
the Contractor's default, shall be certified by the Engineer.
I
GC — 7
L
' Pending settlerent of
the Engineer ray 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
I
L
L
L
I
I
J
I
I
L
I
I
disputes on any point of controversy,
on all or any part of the work. The
I 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. TER.`"._:.n.-0�1 FOR ?REACH:
In the event that any of the provisions of this Contract
are violated by the Contractor or by any of his Subcontractors, the
Contracting Authority may serve written notice upon the Contractor and
the Surety of its intention to terminate such Contract, such notices to
contain the reasons for such intentions to terminate the Contract, and
unless within ten (10) days after the serving of such notice upon the
Contractor such violation shall cease and satisfactory arrangements for
correction by r.ade, the Contract shall, upon the expiration of said ten
(10) days, cease and ter.._'r.ate. In the event of any such termination,
the Contracting Authority shall irnediately serve notice thereof upon
the Surety and the Contractor, and the Surety shall have the right to
take over and perform the Contract, provided, hcwever, that if the
Surety does not con.ence performance thereof within thirty (30) days
from the date of .he railing to such Surety of notice of termination,
the Contracting Authority .-.ay take over the work and prosecute the
3.me:to,comp.etion 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:__;:S :cITHFELD:
The Contracting Authority may withhold or, on accout of
subsequently discs eyed evidence, nullify the whole or part of any
certificate to such extent as may be necessary to protect the Contract-
ing Authority frca 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 pavnents properly
to Subcontractor or for raterial or labor,
(d) Ca -age to another Contractor,
(e) Inccnplete work
when the above grounds are removed, payment shall be made for amounts
withheld because of them.
23. DELAYS ;.::D EXTE::SIONS OF TI:
=:
If, at any time, 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,
GC — 8
I
L
I
I
I
I l
I
I
J
J
J
I
I
I
I
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 tine. No claims for delay will
be considered unless such notice has been filed with the Engineer within
the time specified above.
The Contractor will be required to furnish the Engineer two copies
of each purchase order for materials and equipment as they are issued. If
the Contractor shall seek an extension of time because of delay in receiving
delivery of critical materials, such extension of time may be granted when,
in the opinion of the Engineer, the extension is warranted and the delay is
in no way caused by the Contractor's financial status or by any act or
failure to act on the part of the Contractor. Failure to get items of
material or equipment not essential to the completion of those portions of
the work, which, in the opinion of the Engineer requires supervision by an
Engineer, shall not be deemed justification for waiver of liquidated damages,
however, even though such delays are beyond the Contractor's control, and
even though such items of material or equip.ent nay be essential to the
actual placing in operation of a portion of all of the project. When such
items of materials or equipment are delayed for reasons beyond the Ccntractor's
control, he shall complete all other work within the specified construction
period.
Extensions of time, without relief from responsibility for liqui-
dated damages incurred by the Contracting Authority on account of delays,
may be granted the Contractor on account of his failure to complete the work
within the time specified.
24. ADDITICNAL, OMITTED, OR CPJtNCED WO.X:
The Contracting Authority, without invalidating the Contract nay
order additional work to be done in connection with the Contract or may alter
or deduct from the work, the Contract sun to be adjusted accordingly.
Additional work shall be done as ordered in writing by the Engineer,
which order shall state the location, character, and amount of extra
work. All such work shall be executed under the conditions of the original
contract and subject to the same inspection and tests as though therein
included.
Compensation for additional, omitted, or changed work shall be
adjusted as follows:
Any changes in quantities of work for which unit prices are required
in the proposal shall be at and for the price bid. t,;ork for which prices
are not required shall be paid for or deducted, as the case nay be, upon
the basis'of an estimate prepared by the Contractor and approved by the
Engineer, prior to the written order changing the quantity of work.
If the Contractor claims compensation for additional work not
ordered as aforesaid, or for claims of damages sustained, he shall rake a
written statement of claims for compensation or damages to the Engineer,
I
GC — 9
L
I
L
I
I
which statement shall be in the hands of the Engineer within such :-me 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 required, any accounts,
bills, or vouchers relating thereto. Unless such claims are made as re-
ruired, they shall be considered forfeited and invalid.
The Contracting Authority reserves the right to contract•<ith 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 s`a_1 be
entitled to no claim for damages for anticipated profits on any portion of
the work to be omitted.
25. ARBITRATION:
(a) Demand for Arbitration. Any decision of the Engineer which
is subject to arbitration shall be submitted to arbitration upon the demand
of either party to the dispute.
The Contractor shall not cause a delay of the work beca:s_ of the
pendency of arbitration proceedings, except with the written perr..:ssion 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 writinc to the
• ' Engineer and the adverse party, either personally or by registered -ail to
the last known address of each, within ten (10) days of the recei=t of the
Engineer's decision, and in no case after final payment has been accepted.
If the Engineer fails to make a decision within a reas:nable tie, a demand
' for arbitration may be made as if his decision had been rendered acainst
the demanding party.
' (b) Arbitrators. No one shall be nominated or act as an arbitra-
tor who is in any way financially interested in this Contract or in the
business affairs of the Contracting Authority, or the Contractor, or the
Engineer, or otherwise connected with any of them. Each Arbitrator shall
'
be a person in general familiar with the work or the problem invol-:ed 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 nar__d 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 bindir.:; 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.
t (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 ti.e and
place for the beginning of the hearing of the matters submitted to then.
'
1
Each party may submit to the arbitrators such evidence and arguments as he
nay 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
Ito comply with such demands, the arbitrator may render their decision
without the evidence which might have been solicited therefrom, and the
absence of such evidence shall afford no ground for challenge of the award
by the party refusing or neglecting to comply with such demand.
The submission to arbitration (the statement of the matters in
' dispute between the parties to be passed upon by the arbitrators) shall be
writing duly acknowledged before a notary. Unless waived in writing by
both parties to the arbitration, the arbitrators, before hearing testimony,
shall be sworn by an officer authorized by law to administer an oath,
' faithfully and fairly to hear and examine the matters in controversy and 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 suns as they
shall consider proper for the time, expense, and trouble incident to the
arbitration, and if the arbitration was demanded without reasonable cause,
damages for delay, and other losses.
The award of the arbitrators shall be in writing and acknowledged
' like a deed to be recorded, and a duplicate shall be delivered personally
or by registered mail forthwith upon its rendition, to each of the parties
to the controversy and to the Engineer. Judgement may be rendered upon
the award by the Federal Court or by the highest State Court having juris-
diction to render sane.
The award of the arbitrators shall not be open to obiection on
account of the form of the oroceedinas or the award, unless otherwise
provided by the controlling statutes. In the event of such statutes pro-
viding on any matter covered by this ,Article otherwise than as herein-
' before specified, the method of procedure throughout and the legal effect
of the award shall be wholly in accord with said statutes, it being the
intention hereby to lay down a principle of action to be followed, leaving
' its local application to be adapted to the legal requirements of the
jurisdiction having authority over the arbitration.
The Engineer shall not be deemed a party to the dispute. He is
' given the right to appear before the arbitrators to explain the basis of
his decision and give evidence as they may require.
I
I
26. REFERENCE TO MANUFACTURER OR T?ADE NAMES:
Whenever a material, article or piece of equipment is
identified on the plans or in the specifications by reference to
manufacturers' or vendors' names, trade names, catalogue numbers, etc.,
it is intended merely to establish a standard; and, any material,
article, or equipment of other rarufact'rers and vendors which will perform
adequately the duties imposed by the general design will be considered
• equally acceptable provided the material, article, or equipment so proposed,
is, in the opinion of the Engineer, of equal substance and function. It
' shall not be purchased or installed by the contractor without the Engineers'
written approval.
27. USE OF COMPLETED PORTIONS:
The Contracting Authority shall have the right to take
possession of and use any completed or partially completed portions
t of the work, notwithstanding that the tite for completing the entire work
on such portions may not have expired; but such taking possession and use
shall not be deemed an acceptance of any work not completed in accordance
' with the Contract Documents. if such prior use of completed portions
increases the cost of, or delays the work, the Contractor shall be entitled
to such extra compensation or extension of time, or both, as the Engineer
may determine.
1 The Contracting Authority, in taking possession of completed
portions, shall agree to accept the decision of the Engineer, on matters
' relating to responsibility for da.-iages that may occur to any portion of
the work during the period of possession ;receding acceptance and final
payment.
28. ACCE?TTANCE AND FI:IAL PAYflENT:
As soon as the work has been substantially and satisfactorily
' co.-..pieted, the Engineer will make a final estivate stating that the work
provided for under this Contract has been completed and is accepted by
him under the terms and conditions thereof, with qualifications, if any,
' as stated. If certain parts of the work are not completed or if certain
corrections must be made in the work even though the work is substantially
completed, the Engineer is authorized to determine the anount which in his
opinion is required for completion and/or correction of the work, and such
amount nay be withheld from the final patent 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
from each manufacturer, subcontractor, dealer and supplier for all equipment
' and material used on the work and a complete release of all liens which may
have arisen from this Contract. In lieu thereof, the Contractor shall file
statements showing balance due or claimed on all accounts and the Contracting
Authority shall have the right, if it so elects, to withhold sufficient
money to pay such balances until receipts in full or satisfactory evidence
of final deterr.,ination are filed with the Engineer who may then make
the final estimate.
1
I GC — 12
I
The making and acceptance of the final paytent shall
constitute a waiver of all claims by the Contracting Authority, other than
those arising from incomplete or uncorrected work, unsettled liens, or
' from faulty workmanship or materials, and of all claims by the Contractor,
except those previously made and still unsettled.
I
I
I
I
Li
I
L
I
I
I
H
I
If the work has been partially but substantially completed
to the extent that all adjustments in the Contract sun may be made, the
Engineer nay, if material delay in completion is anticipated or if
otherwise deemed in the interest of the work, make the final estir..ate,
retaining, in addition to other requirements which ray be specified
under payments, an amount representing the cost of unfinished work.
Such payment shall be under the terns and conditions governing final
payment.
Neither the making of the final estimate, or final payrent,
shall relieve the Contractor of his responsibility for faulty materials
or workmanship, and he shall remedy any defects and pay for any damage
resulting therefrom which shall appear within a period of one (1) year
from the date of substantial completion. The Owner shall give notice of
observed defects with reasonable promptness, and all questions arising
under this paragraph shall be decided by the Engineer.
29. PAYMENTS TO CONTRACTOR:
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 tatter case, the
CONTRACTOR may make the necessary corrections and resubmit the partial payment estimate. The
OWNER will, within ten (10) days of presentation to Mn, 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 maybe 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 may withhold or, on account of sub-
sequently discovered evidence, nullify the whole or part of any certificates
to such extent as ray 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 payments properly to Sub-
contractor or for material or labor,
(d) Danage to another Contractor,
(e) Incomplete work.
GC — 13
n
' When the above grounds are removed, payment shall be made for amounts
withheld because of them.
30. SHOP AND ERECTION DRA14INGS:
The Contractor shall furnish the Engineer with triplicate
copies of all shop and erection drawings for approval. These drawings
shall include the drawings prepared on structural and reinforcing steel,
special layout drawings of equipment or machinery purchased under this
' Contract, and other supplementary drawings required in the prosecution
of the work. One copy shall be returned to the Contractor and two
copies retained by the Engineer for field and office reference. The
approval of such drawings by the Engineer does not constitute an
' acceptance of responsibility of their accuracy.
31. LABORATORY TESTS:
All material entering into the work is subject to various
tests as may be required by the specifications. The cost of all such
tests shall be the respcnsibility 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 may be questionable in the
opinion of the Engineer.
• ' 32. DRI:`RING •.}A^_R .AND SANITARY FACILITIES:
The Contractor shall provide safe drinking water for his
workmen during the construction period. The water shall be delivered
t through a spigot, angle jet fountain, or other approved device. Cc-zon
drinking cups will be prohibited.
' The Contractor shall furnish adequate sanitary facilities
for workmen in the work area during the construction period.
33. CONSTRUCTION SA-ETY:
Throughout these specifications, whenever engineering
decisions are to be made to ensure adequate construction in accordance
' with the plan 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
Ii
I GC - 14
L
I
I
I
I
I
I
I
I
I
I
1
I
I1
I
El
I
DETAILED SPECIFICATIONS
SECTION 1 GENERAL REQUIREMENTS
1.1 SUMMARY OF WORK
This Project consists of the furnishing of all labor,
equipment, materials, plant and supervision, and performing all
work necessary to rehabilitate the designated manholes, wet wells
and other sewer appurtenances, all in accordance with these
specifications, plans and the Schedule of Work included in the
plan sheets. The sewer manholes in Mini -System 17 and on the
Outfall Line were inspected and assigned to one of the five
repair method categories as listed below:
Class A: No repair required
Class B: Minor repair, with 6 subdivision types
Class C: Interior manhole compound sealing system repair
Class D: Fiberglass structural insert
Class E: Reconstruction of manhole
The work shall consist of, but not necessarily be limited to,
performing the following tasks where specified:
a) Preparatory cleaning of manholes
b) Flow control and/or bypass pumping
c) Structural restoration (patching and filling holes) of
manhole walls and flow channels
d) Manhole testing
e) Repair/Regrout of service lines into manholes
f) Replace entire manhole
g) Raise manhole frame and/or cover
h) Replace manhole frame or install new gasketed cover
i) Seal existing cover
j) Chemical grout seal entire manhole
k) Installation of fiberglass manhole structural insert
The Schedule of Work included in the plan sheets contains a
listing by numbers of manholes in which work is required, and the
type of rehabilitation work required for each manhole. The plan
sheets show the manhole locations and the number of each manhole
location, and the number designation of each manhole in the
system.
In the event that the rehabilitation work needed for a
manhole is more or less, or a different type, than that called
for in the Schedule of Work, the ENGINEER shall determine the
type and extent of work to be performed.
I
1 - 1
I
The CONTRACTOR shall keep a log of all manhole rehabilitation
' work actually performed, and copies of the log shall be submitted
to the ENGINEER weekly.
Quantities of the various items of work and the various
'
rehabilitation methods set forth in the Bid Proposal and the
Schedule of Work are based on estimates of the most practical
methods of rehabilitation. If, during the progress of the work,
' methods other than those listed are found to be required or more
practical, the ENGINEER shall have full authority to designate
the methods to be used.
Changes which reflect substantial additions or deletions in
the contract price, or which alter the total effectiveness of the
project, will be made only by approved Change Orders.
Video tape recording is normally a part of an evaluation
survey and not a part of the rehabilitation project. The
' inclusion of a unit price for this item, and the provision of the
capability by the CONTRACTOR, shall be solely for the purpose of
documenting major changes or conditions requiring such major
changes, and will be used only upon the specific instructions of
the ENGINEER.
Polaroid (or similar) photographs shall be used for
' documentation of the normal and routine rehabilitation work, to
the extent and as called for by the ENGINEER.
' Manholes which are found to be deteriorated beyond the point
of practical or economical rehabilitation shall, when so directed
by the ENGINEER, be replaced entirely at the unit cost
' (Reconstruct Manholes) as bid by the CONTRACTOR.
Where a manhole evaluation survey has been conducted under
prior contracts, the ENGINEER and OWNER shall make available to
' the CONTRACTOR, for his inspection, all reports, photographs, and
other data available from that survey. This is for the
CONTRACTOR'S convenience, and in no way shall it relieve him of
' any requirements or contractual liability, or otherwise have any
effect on this Contract.
1.2 WATER USE
Water for manhole cleaning operations will be provided at
locations designated by the City of Fayetteville Water and Sewer
Department. Water shall be provided at no cost to the
CONTRACTOR, except that water wasted through carelessness or
negligence of the CONTRACTOR shall be paid for by the CONTRACTOR
in accordance with the department's policy and for quantities as
C
' 1 - 2
I
I
I
I
I
I
I
I
I
I
I
LI
I
I
I
I
I
estimated by the ENGINEER. Arrangements will be made with the
OWNER and ENGINEER for withdrawal of water at selected hydrant
locations; OWNER will designate hydrants to be used for water
supply, and times of availability. The CONTRACTOR shall provide
all hoses and other appurtenances for connection to hydrants; any
damage caused to hydrants, turf or pavement shall be paid for by
the CONTRACTOR.
1.3 REMOVAL OF DEBRIS
Removal and disposal of debris shall be done as specified in
the NASSCO Specifications. Removal and disposal of debris is
incidental to preparatory cleaning and cost shall be subsidiary
to the unit prices shown on the proposal.
1.4 CLEANING PRECAUTIONS
Cleaning precautions shall be taken as specified in the
NASSCO Specifications, and any damage or injury to property or
persons, either public or private, shall be the responsibility
and liability of the CONTRACTOR.
1.5 PUMPING AND BYPASSING
When pumping/bypassing is required, the CONTRACTOR shall
supply the necessary pumps, conduits and other equipment to
divert the flow of sewage around the manhole section in which
work is to be performed. The bypass system shall be of
sufficient capacity to handle existing flows plus additional flow
that may occur during periods of a rain storm. The CONTRACTOR
will be responsible for furnishing the necessary labor and
supervision to set up and operate the pumping and bypass system.
If pumping is required on a 24 hour basis, all engines shall be
equipped in a manner to keep the pump noise at a minimum.
Pumping and bypassing costs shall be subsidiary to the unit
prices shown in the proposal.
1.6 FLOW CONTROL PRECAUTIONS
Sewer flow control operations must not cause flooding or
damage to public or private property. Any sewage flow diverted
must be discharged back into the sanitary sewer system. Sewer
lines must be protected from damage which may be inflicted by
excessive sewer surcharging.
C
1 - 3
I
I
1.7 TESTING OF MANHOLES
After manhole rehabilitation, including curing, has been
completed, the manholes shall be tested. The test shall be
conducted by the CONTRACTOR in coordination with and at the
'
direction of the ENGINEER. In cases where manholes are
excessively deep (over 20 feet) or where high sewage and testing
is impractical or impossible, no test will be required and the
' manhole acceptance will be based on visual inspection for signs
of infiltration under wet conditions.
Manhole testing shall be accomplished by exfiltration or
infiltration testing. All lines in and out shall be plugged and
the manhole filled with water up to the corbel section (for
exfiltration) or the area around the manhole flooded with water
(for infiltration). The measured loss (or gain) shall not exceed
one (1) inch total or one -eighth (1/8) inch per vertical foot of
height, whichever is greater, in a five (5) minute period.
' All manholes which fail the test shall be carefully inspected
to determine the problem. If the source of the problem is
something other than originally specified for that manhole, it
shall be corrected by the CONTRACTOR at no additional cost to the
OWNER.
1.8 CLEAN UP
The CONTRACTOR shall clean up each portion of construction as
' it is completed. He shall clean up and remove all rubbish,
debris and surplus material. The site shall be left in neat
condition acceptable to the OWNER and the ENGINEER.
' All work areas shall be re -opened to traffic as soon as
practicable.
I
I
H
I
I
1 1 - 4
L
DETAILED SPECIFICATIONS
SECTION 2 SITE WORK. EXCAVATING. BACKFILL
AND SURFACE REPLACEMENT
' 2.1 GENERAL
The work covered by this section consists of furnishing
all labor, materials and equipment required for site work,
' excavating, backfill and surface replacement incidental to
manhole rehabilitation or replacement.
I
work performed under this specification section shall be
subsidiary to the several items of the contract and shall
not be measured and paid for separately.
2.2 PRODUCTS
Materials used for street, curb, sidewalks and highway
' repairs shall be in accordance with State Highway Department
regulations and as noted in Section 2.3 - EXECUTION.
2.3 EXECUTION
2.3.1 EXCAVATION FOR REPLACEMENTS
' Excavation or replacement or reseating of manhole rings
and covers in paved streets shall be accomplished by marking
' a square cut in the pavement, 6 feet on each side, with cuts
parallel or perpendicular to the street alignment. All
material in this 6 foot square shall be removed to a depth
to expose the entire ring, and stockpiled.
After replacing or reseating the ring and cover as
hereinafter specified, suitable materials stockpiled from
' the excavation shall be tamped in place to form the sub -base
for the pavement.
' All pavement replacements not satisfactorily done by the
CONTRACTOR shall be reworked at no expense to the OWNER.
Excavation for replacement or reseating of manhole rings
' and covers in areas other than paved streets shall be kept
to a minimum required for the work. Backfill shall be with
suitable excavation material or material furnished for the
purpose, and shall be compacted to prevent settlement.
The entire area around the setting shall be restored to an
' equal or better condition than existed prior to the work.
Backfill shall not cover the manhole.
Any public or private property, improvements or utilities,
' including fences, curbs, posts, pipes, shrubs, walks, etc.,
2 - 1
G
H
H
I
I
I
I
I
!I
11
I
shall be replaced by the CONTRACTOR in the same or better
condition than found. If this replacement is not to the
satisfaction of the OWNER or ENGINEER, then it shall be
redone at no additional cost to the City or Property Owner.
2.3.2 TRENCH EXCAVATION FOR REPAIRS OF SERVICE CONNECTION
The CONTRACTOR shall keep trench width below the top of
the service connection as narrow as possible and slope the
walls of the trench or sheet trench as required to comply
with safety requirements. He shall maintain walls of
excavation vertical below top of service connection, and
excavation by hand under and around the service connections.
2.3.3 EXISTING UTILITIES
The CONTRACTOR shall be fully responsible for obtaining,
from utility companies, exact locations of buried utilities.
He shall repair, at no additional cost to OWNER, existing
fences, culverts and drain tile disturbed by construction.
The CONTRACTOR shall be fully responsible for liaison with
utility companies and for repairing, at no expense to OWNER,
any utilities damaged by his work.
In event of a break in an existing water main, gas main,
sewer or electrical or communication cable, CONTRACTOR shall
immediately notify responsible official or organization
operating the utility affected, and cooperate in the repair
to the fullest.
2.3.4 PAVEMENT REMOVAL FOR REPAIRS
' The CONTRACTOR shall remove pavement, sidewalk or curb and
gutter to minimum of one foot (1'-O") from outside edge of
excavation. No undercutting will be permitted.
I
I
I
H
H
I
Pavement shall be cut vertically and horizontally, and
removed on straight lines approximately parallel or
perpendicular to the center line of the pavement.
Concrete pavement shall be cut with a concrete saw, with a
minimum vertical cut of one inch (1"). The CONTRACTOR shall
then break out remainder of slab by a method subject to the
ENGINEER'S approval.
A sidewalk shall be removed to the nearest joint beyond
the minimum distance of one foot (1'-0") from edge of
trench.
Asphalt pavement shall be removed by cutting edges neatly,
with a minimum critical cut of one and one-half inch (1-
1/2").
I
2 - 2
G
Seal coat or gravel surfaces may be removed with an
excavating machine.
I
The CONTRACTOR shall dispose of waste material in an
appropriate area as approved by the ENGINEER.
2.3.5 BACKFILLING EXCAVATIONS
The CONTRACTOR shall backfill the excavation immediately
' after recording appropriate information for the permanent
record, and completing the repair. He shall use only
methods approved by the ENGINEER.
The CONTRACTOR shall use only approved excavated or borrow
material, and granular backfill material as specified.
Large stones, large clods, organic matter, rubbish, or
' frozen materials shall not be used for backfill.
Backfill around service connections shall be carefully
' placed by hand. Pushing material over edge of trench or pit
will not be permitted. Backfill around sewer pipe shall be
placed simultaneously on both sides of pipe to prevent
displacement. Hand placement shall be used to one foot (1'-
0") over the top of service connection or sewer pipe.
Excavation with edge beneath or closer than five feet (5')
Ito paved surfaces of highways, streets and driveways shall
be backfilled with "granular backfill" consisting of crushed
stone base course Class SB-2 as specified in the Arkansas
' State Highway Commission Standard Specification, Addition of
1978, or other granular material as approved by the
ENGINEER.
I
The granular backfill shall be placed in uniform lifts of
not more than 6 inches in thickness and firmly consolidated
to a stable condition by hydraulic or mechanical tamping.
I
The area shall then be released to traffic for such a period
as is required for the trench to stabilize and pavement
restoration is permitted by the ENGINEER.
' Excavations beneath sidewalks or paved surfaces other than
those in Section 2.3.1 above shall be backfilled with
approved excavated material and mechanically or
hydraulically tamped in 6 inch layers.
The CONTRACTOR will maintain the backfill against
' settlement until satisfactory stabilization is achieved, and
surface restoration permitted by the ENGINEER.
Excavation other than the above shall be backfilled with
' approved excavated materials and consolidated by mechanical
or hydraulic compaction as approved by the ENGINEER. The
upper portion of the excavation shall be filled with six
' 2 - 3
n
inches (6") of topsoil and prepared for surface restoration,
mound over or level as directed by the ENGINEER.
If subsequent settlement occurs in any location during the
CONTRACTOR'S warranty period, the CONTRACTOR shall be fully
responsible for refilling, compacting, repairing or
otherwise restoring the surface to the original grade and
condition, at no additional cost to the OWNER.
' The CONTRACTOR shall furnish written certification from
the supplier that the material furnished meets these
specifications.
' 2.3.6 SURFACE RESTORATION
The CONTRACTOR shall restore surface areas as follows:
1) Provide six inches (6") minimum depth topsoil for
all areas to be seeded or sodded.
' 2) Fertilize soil after sodding or before seeding
with approved fertilizer such as 10-10-10 at 10
lb/1,000 square feet.
' 3) Rake and seed areas without established lawns with
mixture of 60% Kentucky Blue Grass, 20% Red
Fescue, 20% Annual Ruegrass, or other mix as
approved by the ENGINEER, at a rate of 3.5
' lb/1,000 square feet.
4) Place 3/4 inch thick Kentucky Blue Grass sod in
locations where established lawns are distributed.
' 5) Keep continually damp until sod or grass is well
developed.
6) Replace damaged shrubbery and trees with new
' plantings of equal type and quality. Trees
removed because of conflict with alignment of
trench shall not be replaced.
' The CONTRACTOR shall perform restoration under favorable
climatic conditions as approved by the ENGINEER, and shall
dispose of all rubbish and brush as specified.
I
I
I
I
' 2 - 4
Li
J
2.3.7 PAVEMENT REPLACEMENT
I
I
I
C
I
I
The cutting for the original surface shall be confined to
' the smallest width necessary, and care should be taken to
avoid damage to adjacent areas.
Replacement of sidewalks, streets, driveways, highways and
other pavement surfaces shall be in accordance with the
following:
Sidewalks shall have a thickness of five inches (5") of
concrete with a width and finish to match existing
sidewalks. They shall be reinforced with 6x6 - 10/10 wire
fabric, except where transverse to trench use four No. 4
bars. One-half inch pre -formed expansion joints shall be
used at intervals not exceeding twenty feet (20') and at
junction with existing work.
Finished curbs and gutters shall be restored to match
existing work. For reinforcing use three No. 4 bars where
transverse to trench. Use 1/2 inch pre -formed expansion
joints at intervals not exceeding fifty feet (50') and at
junctions with existing work.
For State Highways and concrete streets, pavement repairs
shall be in accordance with State Highway Department
regulations and the following requirements.
I
Pavement shall be of concrete, reinforced with wire mesh
reinforcement, and not less than 9 inches thick. The width
of the concrete pavement shall extend 18 inches beyond the
limits of the trench on each side. The concrete shall be
struck off even with the original surface and given a broom
finish.
H
'n
[I
I
I
I
For asphalt streets, roads, sidewalks, parking areas and
other paved surfaces the finished surface shall be
constructed of such materials and by such methods as are
required to restore the surface to its original condition or
better, as judged by the ENGINEER.
Measurement for placement of State Highway pavement shall
be limited in width to 5 feet, or 2 times the inside
diameter of the pipe plus 3 feet, whichever is greater, and
limited in length to the length of pipe replaced plus 12
feet (6 feet at each end).
Measurement or replacement of paved surfaces, other than
highway shall be limited in width to 4 feet, or 3 times the
inside diameter of the pipe, whichever is greater, and
limited in length to the length of pipe replaced plus 10
feet (5 feet at each end).
I
2 - 5
I
I
DETAILED SPECIFICATIONS
' SECTION 3 CONCRETE AND REINFORCING STEEL
3.1 GENERAL
This section covers concrete for manholes, pipe
foundations and miscellaneous concrete repairs at the
locations as shown on the plans. Other provisions are as
t• specified in SECTION 8 - MANHOLE RECONSTRUCTION. Excavation
and backfill shall be as specified in SECTION 2.
L
I
H
I
I
I
I
I
I
I
I
All work shall be in accordance with details shown on
the plans or as directed by the ENGINEER, and in accordance
with these specifications.
Concrete for manhole bases shall not be measured for
separate payment, but shall be included in the price bid for
basic manhole.
Concrete for pipe collars, vertical service connections,
and drop manhole construction will not be measured for
separate payment but shall be included in the price bid for
manhole construction, respectively.
Concrete for curb, sidewalk or other repair will not be
measurament for separate payment but shall be considered
subsidiary to the several items of the contract.
3.2 PRODUCTS
3.2.1 CEMENT
Cement shall be Portland cement, conforming to AASHTO
Designation M 85, Type I. If approved by the ENGINEER, Type
II, high -early strength Portland cement, of the at
designation may be used.
If concrete is mixed on the site, cement shall be
delivered in plainly marked paper sacks of not less than 94
pounds net weight.
3 - 1
I
I
3.2.2 FINE AGGREGATE
J
I
L
3/80
' No. 4
No. 8
No. 16
No. 30
'
No. 50
No. 100
Fine aggregate shall be clean sand, coarse grained,
sharp and free from clay, loam, vegetable matter, or other
foreign substances. It shall be washed and screened for
reasonable uniform gradation with limits as follows:
Size Square Opening Sieve
I
I
I
Size Square Opening Sieve Percentage by Weight Passing
' 3/4" 40-75
1/2" 25-60
' 3/8" 10-30
No. 4 0-5
When tested in accordance with AASHTO designation T 96,
' coarse aggregate shall have a percentage of wear not more
than 40.
' 3.2.4 WATER
Water used in mixing concrete and mortar shall be free
' from injurious amounts of acids, alkalies, oil, sewer, and
vegetable matter. It shall be fit for drinking.
3.2.5 REINFORCING STEEL
Bar reinforcement shall conform to the requirements of
ASTM Designation A 615 for billet steel bars, or to A 616
' for steel bars, or to A 617 for axle steel bars. Bars shall
be Grade 60.
3.2.3 COARSE AGGREGATE
Percentage by Weight Passing
100
95-100
70-95
45-80
20-60
5-5
0-5
Coarse aggregate shall consist of crushed stone or
gravel. For any structure, it shall be either crushed stone
or gravel. It shall consist of clean, hard, tough, durable
particles free from shale, dirt, lignite, or other
impurities. It shall be washed and screened for reasonably
uniform gradation within limits as follows:
I
' 3 - 2
I
3.3 EXECUTION
3.3.1 SAMPLES AND TESTS
' Materials will be accepted on the basis that follows:
(1) Cement will be accepted on the manufacturer's mill
certification of compliance with the specification
requirements.
(2) Aggregates will be accepted from producers who
currently are furnishing, or recently have
furnished, aggregates acceptable for use in
construction by the Arkansas State Highway
Commission; subject to such sieve analyses as the
ENGINEER may direct.
(3) Reinforcing steel will be accepted on the
manufacturer's certification that the bars conform
to the specification requirements.
' 3.3.2 STORAGE OF MATERIALS
Cement shall be stored in a suitable weather-proof
structure which will protect the cement from dampness.
' Space shall be ample so that deliveries may be stored
separately, and to provide easy access for identification
and inspection. Cement shall be used in the order in which
' it is received.
Aggregates shall be piled so that there will be good
' drainage, no segregation, no introduction of foreign matter.
Fine and coarse aggregate shall be stored in separate stock
piles removed from each other a distance sufficient to
prevent intermixing.
Reinforcing steel shall be placed upon timbers, or other
supports, that will prevent its resting upon the ground
' surface.
3.3.3 CONCRETE TEST CYLINDERS
' The initial proportioning of cement, aggregates, and
water to meet the requirements of, COMPOSITION AND STRENGTH
OF CONCRETE, which follows, shall be established by tests
made in advance of the beginning of concrete operations
using consistancies suitable for the work. Specimens shall
be made and cured in accordance with AASHTO Designation T
L
' 3 - 3
J
I
I
L
I
C
Li
I
I
I
I
P1
I
J
L_
I
C
CI
23-60, and tested in accordance with AASHTO Designation T
22-60. Trial design batches and testing shall be the
responsibility of the CONTRACTOR; the proportion selected
for initial use shall be subject to the approval of the
ENGINEER.
As the work progresses, continuing compliance with the
strength requirements of COMPOSITION AND STRENGTH OF
CONCRETE will be determined through the breaking of standard
concrete test cylinders.
The marking and curing of test cylinders, and their
testing will be done in accordance with the standard
specifications listed in the subparagraph above. Test
cylinders shall be made in sets of three (3) cylinders. The
CONTRACTOR shall furnish the materials and also make and
cure the test cylinders.
The ENGINEER may order such change in the proportion as
necessary for compliance with all requirements of
COMPOSITION AND STRENGTH OF CONCRETE.
Testing of progress specimens shall be performed by a
testing facilitiy approved by the ENGINEER. Testing shall
be paid by the CONTRACTOR.
3.3.4 REINFORCING STEEL BAR LISTS
Reinforcing steel bar lists shall be submitted in the
manner specified for SHOP AND ERECTION DRAWINGS IN GENERAL
CONDITIONS.
3.3.5 COMPOSITION AND STRENGTH OF CONCRETE
Concrete shall be composed of Portland cement, fine and
coarse aggregates and water proportioned in keeping with the
following:
Proportioning of concrete shall be by weight except that
water may be measured by volume. The weight to volume
equivalent for cement and water shall be as follows:
(1) A 1 -cubic foot sack of Portland cement will be
considered as 94 pounds in weight.
(2) A gallon of water will be considered as weight
8.33 pounds.
I
3 - 4
I
Class A concrete made with ordinary Portland cement
shall have a minimum compressive strength at 28 days of
3,000 psi. Class B concrete made with ordinary Portland
cement shall have a minimum compressive strength at 28 days
of 2,500 psi. If made with high early -strength cement,
those strengths shall be attained at the age of 7 days.
3.3.6 USE OF CONCRETE
Class B Concrete shall be used for bases of manholes.
All other uses of concrete shall be Class A concrete.
3.3.7 MIXING OF CONCRETE
(11 On -site Mixing Concrete shall be mixed thoroughly
in a batch mixer of a type designed to insure uniform and
thorough distribution of the materials throughout the mix.
Its size shall be such as to produce a volume of concrete
' consistent with demands of structural pours. It shall be
equipped with a water metering device for accurate
measurement of water. Charge of cement shall be by full
sacks of cement; the use of fractional sacks, or reclaimed
cement will not be acceptable.
All concrete shall be mixed for a period of not less
than one and one-half (1 1/2) minutes after all materials,
including the mixing water, shall have been placed in the
drum. The entire contents of each batch shall be discharged
from the drum before any material for the succeeding batch
is placed therein. When the mixing operation for each
period is completed, the mixer drum shall be cleaned
thoroughly. Concrete shall be deposited within thirty (30)
minutes after it is mixed.
If the CONTRACTOR elects to use a central mixing plant,
' he shall provide sufficient hauling equipment, properly
designed to prevent segregation and loss of mortar, and to
permit discharge without segregation. When the hauling and
' placing operations for each period are completed, the
hauling equipment shall be cleaned thoroughly.
I
LI
I
I
(2) Ready -mixed Concrete Ready -mixed concrete may be
used at the option of the CONTRACTOR if acceptable concrete
is delivered. Ready -mixed concrete shall conform to ASTM
standard C 94 and to applicable portions of these
specifications for on -site mixing. The concrete shall be
delivered and placed within one (1) hour after all
materials, including mixing water, shall have been placed in
the mixing drum.
H
3 - 5
I
The CONTRACTOR shall obtain from the supplier of the
ready -mixed concrete the supplier's agreement to inspection
by the ENGINEER, to the full extent deemed necessary by the
ENGINEER.
(3) Critical Temperatures Concrete shall not be mixed
and placed when a descending temperature is less than 400
F., or a rising temperature is less than 350 F.
Temperatures shall be taken in the forms or other points of
concrete placement. Concrete shall not be placed when there
is frost or ice on forms. In the mixing of concrete,
particles of frozen aggregate shall not be used.
If the CONTRACTOR desires to overcome the restrictions
' of the subparagraph next above, with respect to the stated
temperatures, he shall provide heating equipment, adequate
to maintain a temperature surrounding the concrete of not
less than 40oF. The CONTRACTOR shall be responsible for any
' defective work, and shall replace such work at his own
expense.
' 3.3.8 PREPARATION FOR PLACING CONCRETE
Excavations for foundations shall be prepared in
accordance with the applicable portions of SECTION 2-
' EXCAVATION AND BACKFILL. Water shall be removed from
excavations before concrete is deposited, and all loose
particles and debris removed therefrom. The bottom of
' excavations shall be moistened, but not made muddy, before
the concrete is deposited.
' Steel reinforcement will be inspected and shall be
approved prior to the placement of concrete. Runways for
buggies or wheelbarrows shall not be supported on the
reinforcement.
' 3.3.9 REINFORCING STEEL
' Steel reenforcement shall be free from rust, scale, and
from mortar, dirt, or other objectionable coatings. It
shall be placed accurately in accordance with details shown
on the plans and properly secured in position. Bar
reinforcement shall be bent cold.
Where bars are used in concrete which will remain in
' contact with earth surfaces, the bars shall be supported in
position by framing and by wire as needed, in such manner
that the supports shall not remain as protrusions through
the surface of the concrete; wires shall be cut off and
pushed down into the concrete before the concrete has had
initial set.
' 3 - 6
J
II
3.3.10 PLACING CONCRETE
Concrete shall be placed only upon firm surfaces that
are free from frost, ice, mud, and other detrimental
substances.
I
I
L
I
I
Concrete shall be placed in such manner as to avoid
segregation, and to avoid displacement of reinforcement.
Concrete shall not be discharged through open chutes,
except the chutes in mixing plants and on mixer trucks.
Concrete shall be deposited as closely as feasible to its
final position. Concrete shall not be dropped freely from
distances greater than those specified as follows:
Pipe Foundations 3 feet
Bases of Manholes 10 feet
Concrete shall be placed to the lines, grades, and
sections as directed by the ENGINEER. Honeycomb shall be
prevented by proper manipulation and compaction of the
concrete.
Construction joints shall be formed at the locations as
directed by the ENGINEER. Concrete shall bemonolithic
between construction joints. Joints shall be as follows:
' (1) Joints shall be cleaned of all laitance, loose
particle, and debris before the new concrete is placed.
Cleaning shall not dislodge the embedded coarse aggregates.
Joints shall be kept moist for a period of four days, or
until new concrete is placed thereon.
I
H
(2) If a joint not shown on the plans is required,
because of plant breakdown or other unforeseeable cause, the
joint shall be formed in the manner as directed by the
ENGINEER.
The tops of pipe foundations shall be struck off to
reasonably true planes. All scum, debris, and excess water
shall be worked off the surfaces and the surfaces shall be
given a wood float finish.
' Tops of manhole bases
shall
be
finished as specified in
the subparagraph above for
tops
of
pipe foundations.
Defective
concrete,
whether exposed or
unexposed, shall
'
be repaired or replaced
as required by the
ENGINEER.
I
' 3 - 7
I
I
3.3.11 CURING
L
L
L
I
I
I
I
I
I
II
I
I
I
I
I
Unless otherwise directed by the ENGINEER because of
extreme dry ground conditions, the curing of manhole bases
and pipe foundations will not be required.
3.3.12 PIPE FOUNDATIONS
Concrete for pipe foundations shall be placed against
unformed surfaces. Excavations below and on both sides of
the pipe shall be carried to the depth and width shown on
the plans, which are minimal.
The pipe line shall be supported in correct positions
during the placing of concrete. If supports are used
beneath the pipe, they shall be of concrete, and their
length transverse to the trench shall not be greater than
the outside diameter of pipe. If the pipe is supported by
cross timbers and wire, the wires shall be cut flush with
the top surface of concrete and pushed down into the green
concrete. The pipe shall be braced against upheaval.
Care shall be executed during the placing of concrete to
avoid damage to or displacement of the pipe. The surface of
the encasement shall be struck off with a wood float
substantially to intended elevation.
3.3.13 MANHOLES
Concrete for manholes shall be placed as specified in
SECTION 8 - MANHOLE RECONSTRUCTION.
I
3 - 8
I
J
DETAILED SPECIFICATIONS
I
I
I
L
L
I
I
I
I
I
I
L
I
I
I
SECTION 4 MANHOLE REHABILITATION - CLASS A MANHOLES
4.1 GENERAL
No Work by the CONTRACTOR is anticipated for repair and
rehabilitation of "Class A" manholes. Information regarding
"Class A" manholes has been included in the Schedule of Work
to facilitate location of manholes which do require repair
and rehabilitation under this contract.
In the event that the ENGINEER determines that a "Class A"
manhole as listed in the Schedule of Work requires
rehabilitation, the ENGINEER shall determine the re-
classification type, and extent of work to be performed.
The CONTRACTOR shall perform the work under the
specification conditions and at the contract unit bid prices
for the items if repair or rehabilitation is required.
4.2 PRODUCTS
No products are anticipated for "Class A" Manholes.
4.3 EXECUTION
No execution is anticipated for "Class A" Manholes.
U
4 - 1
DETAILED SPECIFICATIONS
SECTION 5 MANHOLE REHABILITATION
' REPAIR FOR CLASS B MANHOLES
5.1 GENERAL
' The work covered by this section consists of furnishing
all labor, materials and equipment required for the repair
and rehabilitation of manholes listed as "Class B" and for
preliminary repair of manholes of "Class C" and as called
for in the Schedule of Work, the plans, and these
specifications.
' Repairs for Class "B" manholes are subdivided by the
following Types as listed below:
' Type 1. Replace damaged or missing manhole rings or
covers.
' Type 2. Raise Manhole collar ring to prevent entry of
surface water or match road surface elevation.
Type 3. Grout in and/or cut flush service or sewer pipe in
manhole.
' Type 4. Patch or fill holes and/or cracks, voids in
manhole walls or bottom, or grout in spalled areas around
collar rings.
' Type 5. Install manhole seal insert to prevent surface
water entry.
' Type 6. Other misc, minor repair as noted in the Schedule
of Work in the plans, or these specifications.
' Payment for work performed under this specification
section shall be made to the CONTRACTOR as specified in
SECTION 9, MEASUREMENT AND PAYMENT.
' Excavation incidental to the performance of repairs shall
be as specified in Section 2.
' The CONTRACTOR is required to submit to the ENGINEER, two
(2) copies of product data sheets each for those compounds,
devices, sealing compounds, grouts, or chemicals selected by
' the CONTRACTOR for repair work. These submissions must be
made and approved by the ENGINEER prior to use of these
products on the project.
L
1 5 - 1
J
' 5.2 PRODUCTS
' 5.2.1 REPLACEMENT RINGS AND COVERS AND GASKETS
Manhole rings and covers used for replacements shall be
watertight, heavy traffic type, machine seated rings and
covers weighing not less than 300 pounds. They shall have a
one -eighth (1/8) inch rubber gasket all around the lip of
' the ring where the cover rests. The replacement manhole
covers shall be embossed with the words "City of
Fayetteville, Arkansas Sanitary Sewer".
' Vented or storm grate type covers shall not be used on
this Project.
L
I
H
I
I
I
I
I
C
5.2.2 PATCH AND GROUT COMPOUNDS
These materials are used for the repair of
and connections to sewer pipes and services.
Preco-Patch as manufactured by Fosroc, Octoc
manufactured by IPA Systems, Inc. or equal.
be prepared and applied in strict accordance
manufacturers instructions.
5.2.3 PLUG MATERIALS
cracks, voids
They shall be
rete as
Products shall
with the
These materials are used to stop active infiltration at
the time of repair and shall be Preco-Plug system as
manufactured by Fosroc, 1 panex-rapid system as manufactured
by IPA Systems, Inc. or equal. Products shall be prepared
and applied in strict accordance with the manufacturer's
instructions. All plug materials used must be top -coated
with approved materials.
5.2.4 WATERTIGHT MANHOLE INSERT
These devices are used to prevent inflow from rainwater
and surface water runoff and shall be made of polyethylene,
shaped to allow the manhole cover to swing freely and shall
be provided with a gas relief valve designed to prevent a
pressure differential of greater than 0.5 psi. CONTRACTOR
shall be responsible to measure the manhole where inserts
are specified to insure proper custom sizing.
5 - 2
LI
' 5.3 EXECUTION
5.3.1 REPLACEMENT/RESEATING OF MANHOLES AND COVERS
Manhole rings and covers shall be removed and replaced, or
t the existing rings reseated under the following specified
guidelines.
' Manholes requiring replacement or reseating of rings and
covers shall be as listed in the Schedule of Work, or as
determined by the ENGINEER.
' In general, manhole rings and covers which conform to the
specified materials requirements and are in sound condition
will be reseated and sealed. Broken, bent, corroded or
' otherwise unsuitable rings and covers will be replaced. All
vented covers, or covers which contain holes of any type,
will be replaced.
5.3.2 REVISIONS OF PROTRUDING SERVICE CONNECTIONS
Protruding pipe shall be cut off so end of service
' connection is flush with inside of manhole. Repair shall be
made as shown in the Detail Plans.
' 5.3.3 RAISING EXISTING MANHOLE RING
Installation of new and reseating or raising of existing
manhole rings and covers shall be in accordance with the
' following specified procedures.
The CONTRACTOR shall remove the existing manhole ring and
' cover, and if they are to be replaced, dispose of them as
directed by the ENGINEER. Disposal will normally consist of
turning them over to the OWNER'S maintenance department.
1 The CONTRACTOR shall then raise the elevation of the
existing manhole as directed by the ENGINEER. Only those
manholes as listed in the Schedule of Work or as directed by
' the ENGINEER in the field, shall be raised. Raising shall
be accomplished by adding a sufficient number of brick and
mortar rings to obtain the desired elevation.
The CONTRACTOR shall then install the new manhole ring and
cover or reseat the existing ring in accordance with the
' List of Work or the ENGINEER'S instructions.
If the existing ring is reseated, the CONTRACTOR will then
install a new gasketed self-sealing cover, or seal the
'• existing cover with a one -eighth (1/8) inch thick rubber
gasket as used for new covers.
I
' 5 - 3
I
I
I
I
I
L
L
1J
Brick and mortar used for manhole rehabilitation shall
conform to the requirements for new manholes as outlined in
Section MANHOLE RECONSTRUCTION.
After installation of the new ring and cover, or reseating
of the existing ring, a layer of elastic chemical compound,
with adhesiveness and cohesiveness, able to withstand sewer
gases and approved by the ENGINEER, shall be applied to the
interior joint of the ring and the wall of the manhole.
This material shall be applied all around the joint to a
thickness of one-fourth (1/4) inch. It shall extend one (1)
inch to either side of the joint or a total width of two (2)
inches. The thickness and width of any substitute material
shall be determined by the ENGINEER with approval of the
material.
It shall be the responsibility of the CONTRACTOR, at no
additional cost to the OWNER, to replace any portion of the
brick mortar ring of the existing manhole wall which was
damaged during replacement or reseating.
5.3.4 PATCH OF FILL HOLES AND/OR CRACKS. VOIDS
' Repair of any holes, cracks and voids shall be
accomplished by use of the materials as specified in this
section, Part 2. The techniques used shall conform to the
' recommendations of the product manufacturer and as shown on
the Plans. It is the intent of these specification that all
holes, cracks and voids be repaired in these manholes as
listed in the Schedule of Work as Class "B" or Class "C",
'
prior to application of sealing compounds. The work shall
be accomplished to the satisfaction of the ENGINEER and the
finished repair will be neat and smooth.
' 5.3.5 INSTALLATION OF WATERTIGHT MANHOLE SEAL INSERT
Installation shall be as shown in the plans and
recommendations by the manufacturer. CONTRACTOR shall be
responsible to measure the manhole where inserts are
specified to insure proper custom sizing.
1
I
I
' 5 - 4
I
' DETAILED SPECIFICATIONS
SECTION 6 MANHOLE REHABILITATION - MULTIPLE COMPONENT
SEALING SYSTEM REPAIR FOR CLASS C MANHOLES
6.1 GENERAL
' The work covered by this section consists of furnishing
all labor, materials and equipment required for the repair
' and rehabilitation of manholes listed as "Class C" and as
called for in the Schedule of Work, the plans, and these
specifications.
' This item shall be used for sealing out extraneous water
leakage in manholes that are otherwise structurally sound by
means of the applications of high strength compounds to the
' manhole walls and flow channel. Manholes identified as
Class C will first be repaired according to the
specifications for Class B repairs, Types 1 through 6 where
' called for in the Schedule of Work, before application of
the high strength sealing compounds.
Payment for work performed under this Specification
' Section shall be made to the CONTRACTOR as Specified in
SECTION 9, MEASUREMENT AND PAYMENT.
' Excavation incidental to the performance of repairs shall
be as specified in Section 2.
6.2 PROD;:CTS
Materials shall consist of the Brush -Bond Concentrate
system as manufactured by Fosroc Precon Industries Ltd.,
' Plainview, New York, Drycon Manhole Rehabilitation System,
as manufactured by IPA Systems, Inc., Philadelphia, Pa. or
equal. The CONTRACTOR shall submit 2 copies of
manufacturers data to the ENGINEER for each product to be
used. The materials used must have prior approval of the
ENGINEER.
' The CONTRACTOR shall also submit documented proof to the
satisfaction of the ENGINEER, that the proposed product has
a proven record of performance when used as recommended by
' the manufacturer as confirmed by actual field tests.
The materials shall be mixed in accordance to the
' manufacturers instruction and as directed by the ENGINEER,
and no additional cement or extenders shall be added at the
job site.
I
1 6 - 1
I
6.3 EXECUTION
' The Multiple Compound System Sealing Work shall be
accomplished by applying high -strength compounds to the
manhole walls and flow channels, as follows:
Surface preparation shall consist of removing all foreign
materials and matter from the interior of the manhole.
' Removal may be accomplished by water blasting or sand
blasting. Surfacing to receive the high -strength compounds
shall be clean, structurally sound and without cracks or
voids wider than one -sixteenth inch (1/16"). Any cracks or
' holes in the manhole walls or bottom shall be repaired
before application of the high -strength sealing compounds.
After the manhole has been patched and cleaned the structure
' shall be restored by the application of the approved
materials.
' Application of the materials shall be by spray gun, gunite
gun, roller or hand troweled at the CONTRACTOR's option, but
the methods must be in strict accordance with the
manufacturers instructions. The material shall be applied
Ito the manhole walls, beginning at the bottom with an
overlap of at least six (6) inches on the invert. Sealing
around incoming sewer lines and steps. The material shall
' cover the entire wall surface and end at the manhole cover
frame. Application of the materials shall be to a dry -
thickness of one-fourth (1/4) inch or greater and shall
conform to all specifications and recommendations of the
manufacturer.
I
I
I
H
I
L
I
' 6 - 2
I
DETAILED SPECIFICATIONS
SECTION 7 MANHOLE REHABILITATION - FIBERGLASS STRUCTURAL
INSERT FOR CLASS D MANHOLES
7.1 GENERAL
The work covered by this section consists of furnishing
all labor, materials and equipment required for the repair
' and rehabilitation of manholes listed as "Class D" and as
called for in the Schedule of Work, the plans, and these
specifications.
This method requires that the upper portion of the manhole
be demolished and removed down to the vertical wall portion
of the manhole. A fiberglass tube insert manufactured for
' this purpose is to be placed inside the manhole leaving an
annular space between the inside wall of the existing
manhole and the outside wall of the fiberglass insert which
will be grout filled. The upper portion of the manhole will
' then be recast and the manhole ring and cover re -set or
replaced.
' This method of rehabilitation will be used for those
manholes not sufficiently sound structurally to benefit from
the multiple compound sealing system treatment specified for
' the Class C manholes. The Class D manholes are identified
in the Schedule of Work. All work is to be performed as
shown in the plans and as called for in these
specifications.
I
I
_I
I
IT
I
I
I
Payment for work performed under this Specification
Section shall be made to the CONTRACTOR as Specified in
SECTION 9, MEASUREMENT AND PAYMENT.
Excavation incidental to the performance of repairs shall
be as specified in Section 2.
7.2 PRODUCTS
7.2.1 STRUCTURAL FIBERGLASS LINERS
Structural Fiberglass liners for existing manholes shall
be as manufactured by Associated Fiberglass ENGINEERS, P.O.
Box 14335, Fort Worth, Texas or equal. The liners shall be
42 inch, inside diameter and of one piece. CONTRACTOR shall
provide certified documentation from manufacturer to the
ENGINEER that insert system is designed to withstand a
16,000 pound axle loading and impact. The liners shall be
provided by the manufacturer to within six (6) inches of the
height required within the Schedule of Work in the plans.
I
7 - 1
I
' 7.2.2 BRICK OR CONCRETE GRADE RINGS
I
I
Li
11
I. I
Li
I
I
I
I
I
I
I
I
Brick or concrete grade rings
ring and cover elevation shall
of SECTION 8.3.4 AND SECTION 8.
7.2.3. BOTTOM GROUT SEAL
used to adjust the manhole
conform to the requirements
3.5.
The quick setting grout seal material used at the bottom
of the insert interface with the existing concrete
foundation shall be
7.2.4. MANHOLE RINGS AND COVERS
Manhole rings and covers shall be as specified in SECTION
5.2.1 REPLACEMENT RINGS AND COVERS AND GASKETS.
7.3 EXECUTION
The CONTRACTOR shall excavate as necessary to expose the
upper reducer section of the existing manhole. The upper
portion of the manhole shall be removed and disposed of in
an appropriate area as approved by the ENGINEER. Cutouts to
accommodate existing pipes shall be sawed to within a
tolerance of 1/4 inch. The fiberglass insert shall be
placed on the existing concrete foundation. It shall be
carefully shaped by the CONTRACTOR and bear uniformly with a
maximum gap tolerance of 1/8 inch at any location on the
foundation. The bottom shall then be sealed with a 6 inch
wide by 6 inch high application of quick setting grout seal.
The Annular cavity between the fiberglass and existing
manhole wall shall be filled with cement grout. The grade
rings, ring and cover shall be installed as shown in the
plans.
Backfill incidental to the performance of repairs shall be
in accordance with Section 2.
' 7 - 2
I
DETAILED SPECIFICATIONS
SECTION 8 MANHOLE RECONSTRUCTION - RECONSTRUCTION OF
MANHOLE FOR CLASS E MANHOLES
8.1 GENERAL
' The work covered by this section consists of furnishing
all labor, materials and equipment required for the
' demolition and reconstruction of manholes listed as "Class
E" and as called for in the Schedule of Work, the plans, and
these specifications.
1 This method requires that the existing manhole be
demolished and removed down to the bottom slab of the
manhole if the bottom slab is sound as determined by the
' ENGINEER or the entire manhole including the bottom slab be
demolished, and the manhole ring and cover re -set or
replaced. Reconstructed manholes shall be four (4) foot
1 diameter as specified below and as noted and detailed on the
plans.
This method will be used for those manholes which are
not structurally sound and are as listed in the schedule of
work or as determined by the ENGINEER to require replacement
rather than rehabilitation.
' Measurement and payment shall be as specified in SECTION
9 and as follows:
The total depth of each type manhole shall be the
vertical distance from top of manhole ring to flowline of
invert, at center of manhole. Measurements will be taken to
the nearest 0.1 linear foot as follows:
(1) A manhole depth of six (6) linear feet is
' considered the basic depth. Measurements of each manhole
shall be as a complete unit, including bases and invert at
whatever elevation.
' (2) The extension of a manhole below six (6) feet in
depth shall be the total depth of manhole minus 6.0 linear
feet.
Standard manhole riser sections, reducers, and frame and
covers for reconstructed manholes will not be measured for
' separate payment but shall be considered subsidiary to the
construction of the manholes listed in the unit price
schedule.
' Spools, plugs, accessories and related piping shall not
be measured for separate payment but shall be considered
subsidiary to the construction.
1
' 8 - 1
El
Manholes acceptably completed and measured as provided
above, will be paid for at the contract price bid for
"Reconstruct Manholes 0'-6' deep"; and for the contract unit
price per linear foot bid for "Reconstruct Manhole , Portion
greater than 6' deep".
Price shall be full compensation for furnishing all
materials and for all equipment, tools, labor, and
incidentals necessary to complete the work.
Excavation incidental to the performance of
reconstruction shall be as specified in Section 2.
' Backfill incidental to the performance of reconstruction
shall be as specified in Section 2.
' 8.2 PRODUCTS
8.2.1 CONCRETE
Concrete shall conform to the specifications of SECTION
3 - CONCRETE AND REINFORCING STEEL, except as modified
herein. Precast concrete manhole sections shall not be
used.
Poured -in -place manholes shall be made of Class "A"
' concrete conforming to the requirements of SECTION 5 -
CONCRETE AND REINFORCING STEEL.
8.2.2 LIME AND MORTAR
' Hydrated lime shall be first quality mason's hydrate
composed of at least 95% calcium and magnesium oxides
' (combined), and not more than 5% carbon dioxide. It shall
be a known brand produced by an established manufacturer.
' Mortar for brick laying shall be composed of 1 part fine
aggregate, by volume, to which be added 7 pounds of hydrated
lime with each sack of cement. Cement and fine aggregate
shall conform to the applicable specifications of SECTION 5
- CONCRETE AND REINFORCING STEEL. Masonry cement shall not
be used.
L
I
I
I
8.2.3 BRICK
Brick used to set manhole rings shall be common brick
and shall be first quality, well burnt nonporous, and free
from warp, cracks, broken edges, or other defects which
might make it unfit for the intended purpose. Brick shall
conform to AASHTO Designation M114, Grade SW.
I
8 - 2
C
I
I
I
I
H
I
I
I
I
I
I
8.2.4 MANHOLE RINGS AND COVERS
Cast iron manhole rings and covers shall conform to the
specifications of SECTION 5.2.1 REPLACEMENT RINGS AND
COVERS AND GASKETS.
8.2.5 MANHOLE STEPS
Manhole steps shall be corrosion resistant, coated and
reinforced and shall be similar or equal to Patina Step 100-2
as manufactured by Utility Products, Inc., 402 West
Rhapsody, San Antonio, Texas or polypropylene coated and
reinforced step as manufactured by ICM, Inc., Jacksonville,
Arkansas.
8.3 EXECUTION
8.3.1 DEMOLITION
Demolition of existing manhole shall be accomplished in
a manner such that minimum disruption is made to surrounding
areas. CONTRACTOR is to provide by pass pumping as
specified in Section 1 incidental to the manhole
reconstruction. CONTRACTOR must avoid undermining of
connecting sewers, services and adjacent utilities and
provide support as required to avoid damage. Disposal of
material resulting from demolition shall be the
responsibility of the CONTRACTOR and incidental to the
manhole reconstruction.
8.3.2 MANHOLE BASES
Bases shall be poured in the dry, and shall not be
poured upon soft or muddy foundations. All manholes shall
be constructed upon concrete bases.
8.3.3 MANHOLE FORMS
Forms for poured -in -place manholes shall have cut-outs
to fit around the sewer pipe entering the manhole so that
the form rests upon the concrete base. The space around
cut-outs shall be filled in accordance with the requirements
for pre -cast manholes.
Poured -in -place manholes shall meet with the
requirements and details as shown on the standard details.
The top section or cone shall be concentric. Drop manholes
shall be constructed as outlined above and as shown on the
standard details. Construction of watertight manholes shall
meet with the requirements outlined above.
L
8 - 3
Ii
All manholes shall be constructed in accordance with the
manhole details or as approved by the ENGINEER. Manholes
four feet (4'-0") or less in height shall have a 24 inch
minimum, 30 inch maximum high cone section and a maximum 8
inch throat section.
8.3.4 BRICKWORK AND MASONRY
Brickwork for manhole ring settings shall be done in a
workmanlike manner, true to dimensions shown on the plans.
All brick shall be clean, the area of the foundation to
receive the first course of mortar shall be washed clean
before laying the first course of mortar. Brickwork shall
conform to the following:
I
I
L
I
I
11
I
I
I
I
Brick shall be laid in a full mortar bed, with the
vertical joints between bricks entirely filled with mortar.
Horizontal joints and interior vertical joints, shall be not
less than 1/4 inch nor more than 1/2 inch in thickness.
The entire interior surfaces and the entire exterior
surfaces of the brick masonry shall be pargeted with mortar
composed of 1 part Portland cement, 2 parts fine aggregate
not less than 1/2 inch in thickness. The mortar shall be
finished to a uniform surface. Addition of lime to the
mortar will not be allowed. In hot and dry weather, and
when directed by the ENGINEER, pargeting shall be kept moist
no less than 48 hours after the brickwork is completed.
Brick masonry shall not be constructed when the
temperature is below 35 degrees F., or when bricks have
frosty deposits, except by written permission of the
ENGINEER and subject to such precautions as he may require.
8.3.5 MANHOLE RINGS
Manhole ring settings shall be attained by the use of
common brick set in mortar as shown on the standard details.
Tops of the manhole rings and covers shall be level except
in public right-of-way where the top shall be set flush with
pavements, sidewalks, or other surface areas.
' 8 - 4
Ii
I
I
I
8.3.6 MANHOLE STEPS
Manhole steps shall be
the standard details. The
approximately twenty-seven
the manhole ring.
placed at locations as shown on
first step shall be set
(27) inches down from the top of
Steps shall be securely anchored by use of mortar or
cast in place to fully develop adequate bearing support.
Distance between steps shall be as shown on the standard
details.
8.3.7 INVERTS
Inverts shall be formed as follows: The pipe shall
extend entirely through the manhole wall. Depth of invert
along the line of flow shall be approximately one-half (1/2)
the diameter of the abutting pipe. Curve in inverts shall
have a long radius as feasible to facilitate flow. Shape of
the invert shall be that approximating the bottom half of
pipe, and inverts shall be brushed smooth.
' The surfaces of the mortar fill used in forming the
invert shall be sloped upward from edge of invert to manhole
wall. The upper half of any pipe, extending inside the
' manhole wall, shall be cut substantially flush with the
wall. Any rough edge shall be smoothed with mortar.
I
I
I
I
I
I
I I
I
Mortar for forming inverts shall be mixed in the
proportions, by volume, of one (1) part cement to two (2)
part sand. If carefully done, mortar may be mixed in a
mortar box. Mortar shall have a workable consistency, but
shall be as dry as feasible.
8 - 5
I
I
I
El
L
L
I
I
I
I
'I
I
I
I
I
I
DETAILED SPECIFICATIONS
SECTION 9 MEASUREMENT AND PAYMENT FOR REHABILITATION WORK
9.1 GENERAL
Measurement and payment for the various items of work
shall be in accordance with the units and unit prices as
listed on the Proposal Schedule of Work. Measurement shall
be by conventional means and accurate to the nearest unit or
fraction as prescribed hereafter.
Measurement and payment shall be based on the pay items or
combination of items which result in the lowest cost to the
OWNER, regardless of the rehabilitation method listed. For
example the cost for grouting a manhole at point locations
cannot exceed the cost for grouting the entire manhole.
Items of work not specifically listed in the proposal
schedule, but called for in the specifications as being a
part of the rehabilitation required, shall not be paid for
directly but shall be considered subsidiary to the other
items to the contract.
9.2 MOBILIZATION
This is a Lump Sum item, the price of which includes any
and all costs for moving in equipment and personnel for the
total rehabilitation contract, and getting ready to begin
productive work on the project.
Total payment shall be made on the first regular periodic
payment estimate following the first full calendar month of
productive work.
9.3 VERTICAL FOOT ITEMS
Items listed on the proposal schedule as per vertical foot
(or V.F.) are items related to manholes, and shall be
measured to the nearest one -tenth (0.10) foot and paid for
at the unit price listed in the proposal.
Manholes shall be measured from the bottom of the lowest
invert to the bottom of the manhole frame (ring) for
rehabilitation items.
New manholes, where listed per V.F. shall be measured from
bottom of invert to top of ring.
C
9 - 1
I
9.4 SQUARE YARD ITEMS
Items listed on the proposal schedule as per square yard
(or S.Y.) shall be measured geometrically, each dimension to
' the nearest one -tenth (0.10) foot, and the surface area then
computed to the nearest one -tenth (0.10) square yard.
Payment shall be for the completed area at the unit price
listed in the proposal.
Payment shall be for the net surface area, exclusive of
manhole covers, grates, grills, etc. Curbs and gutters for
' the purpose of measurement and payment, shall be considered
the same as payment.
9.5 COMPLETE ITEMS EACH
Items listed on the proposal as the following units of
single occurrences shall be measured as single complete
' units and paid for at the unit price listed in the proposal.
Items listed in the proposal as per each shall be measured
and paid for a complete, finished items of work of the
respective sized and types listed, at their respective unit
prices.
9.6 VIDEO TAPE. PER CASSETTE
When specifically requested by the ENGINEER, video tape
recordings shall be made during the grouting, testing or
' inspection of sewer line.
The tapes so requested shall be edited to remove
' unnecessary or extraneous footage, and complied on one -hour
video tape cassettes. These cassettes shall be transmitted
to the ENGINEER, and shall be paid for at the unit price bid
per cassette.
' Video tape recording will not be required for normal or
expected rehabilitation work, but is to provide
documentation of conditions which, in the opinion of the
ENGINEER, warrant such special coverage.
9.7 SUBSIDIARY ITEMS
'
Items not listed on the proposal schedule, but necessary
for the completion of the work, are subsidiary items and
'• will not be paid for directly. Subsidiary items include,
but are not limited to the following:
' Safety precautions, traffic control and maintenance,
evacuation, disposal of unsuitable materials, backfill,
topsoil, seeding or sodding, watering, dewatering, cleanup,
etc.
1 9 - 2
u
II
I
I
L
I
I
I
I
I
I
I
I
I
I
H
I
H
SCHEDULE OF WORK Page 1 of 9
FAYETTEVILLE MANHOLE REHABILITATION AND REPAIR MINI - SYSTEM 17
FAYETTEVILLE, ARKANSAS
PREPARED BY: ETC ENGINEERS, INC.
REPAIR CLASSIDPTH
MH
NEW #
LOCATION
A
B
C
D E TYPE
MISC./ NOTES
11
22010
Crossover & Lovers Lane
5.6
10
22009
Crossover & Lovers Lane
6.2
,
10-1
22901
Crossover & Lovers Lane
4.0
House #1304
10-2
22902
Crossover
4.4
3,4
10-3
22903
Crossover
6.0
,10-4
22904
Crossover
7.5
4
House #1134
14
22013
Lovers Lane
7.1
3
:13
22012
Lovers Lane
5.6
I
12
22011
Lovers Lane
5.5
9
22008
Lovers Lane
8.0
9-1
22701
Lovers Lane
6.0
9-2
22702
Lovers Lane
5.8
i
I
6
Clean out rocks
9-3
22703
Lovers Lane
7.0
I 4
19-3-i
22704
Lovers Lane
4.7
9-3-2 22705
Lovers Lane
8.8 .
3
9-3-3 22706
Lovers Lane
8.7
94 22801
Lovers Lane
7.0
9-5 22802
Lovers Lane
6.7
I 4
9-6 22083
Lovers Lane
6.0
9-7 ,22804
Lovers Lane
7.0
9-8 22805
Lovers Lane
. 6.8
I I 4
9-9
122806
Lovers Lane
4.6
3
9-10
•.22807
Lovers Lane
1 4.2
9-11
i22808
Lovers Lane
3.2
3
9-12
22809
Lovers Lane
7.0
3
9-13
22810
Lovers Lane
4.0
3
9-14
22811
Lovers Lane
3.5
8
22007
Crossover & Lovers Lane
8.4
8-1
22601
Crossover
4.0
3
7
22006
Crossover
9.8
6
22005
Crossover
5.9
4
6.1
22501
Inwood Street
5.2
6.2
22502
Inwood Street
5.0
6.3
22503
Inwood Street
5.9
3
6.4
22504
Inwood Street
6.2
6.5
22505
Inwood Street
5.5
4
5.8
22408
Inwood Street
4.7
3
5.7
22407
Inwood Street
7.2
5.6
22406
Inwood Street
4.8
4
5.5
22405
Inwood Street
6.0
6
Corbel bad cond.
5.3
22404
Inwood Street
3.6
5.2
22403
Inwood Street
4.4
5.1
22402
Inwood Street
3.4
I 4
5.1
22401
Whippowill & Crossover
Couldn't open
4
22003
Whippowill & Crossover
18.0
4
3
22002
Crossover Street
5.6
Li
I
I
I
I
G
I
I
I
I
I
I
I
C
I
I
SCHEDULE OF WORK Page 2 of 9
FAYETTEVILLE MANHOLE REHABIL!TAT1ON AND REPAIR MINI - SYSTEM 17
FAYETTEVILLE, ARKANSAS
PREPARED BY: ETC ENGINEERS, INC.
REPAIR CLASS/DPTH
MH
NEW #
LOCATION
A
B
C
D
E
TYPE
MISC./ NOTES
2
22001
Crossover Street
6.3
1
22000
Crossover Street
8.7
1.1
23000 Crossover Street
4.6
4
2.1
22101 Crossover (w. side) '6.7
2.2
22102 Crossover (w. side) 2.8
2.3 22103
Crossover (w. side)
INot
found
2.4 22104
Crossover (w. side)
4.5
2.5 ;22105
Crossover (w. side)
4.2
6
Clean out
2.6 22106
Lensfield Street
9.7
2.7
122107
Lensfield Street
9.8
2.8
22108
Lensfield Street
8.0
2.9
22109
Camelo Street
8.0
3
2-10
22110
Bristol Street
6.2
2-11
22111
Bristol Street
8.6
2-12
22112
Bristol Street
9.1
2-13
22113
Bristol Street (w. side)
6.7
3
0.1.1
cczvr
r.ansneta
rlace
ts.r
6.6.2
22202
Lansfield
Place
8.6
'6.2.3
22203
Lansfield
Place
7.3
6.2.4
22204
Lansfield Place
7.5
4
6.2.5
22205
Lansfield Place
10.0
6.2.6
22206
Lansfield Place
4.5
6.2.7
22207
Lansfield Place
3.3
6.2.8
22208
Lansfield Place
5.4
6.2.9
22209
Lansfield Place
5.0
6.2.10
22210
Lansfield Place
6.0
6.2.11
22211
Canfield Place
4.9
6.2.12
22212
Lansfield Place
3.6
6.2.13
22213
Lansfield Place
9.3
6.2.14
22214
Lansfield Place
5.0
6.2.15
22215
Lansfield Place
6.5
6.2.16
22216
Lansfield Place
2.8
6.2.17
22227
Lansfield Place
3.4
2.8.1
22301
Camelo
7.6
2.8.2
22302
Camelo
8.0
2.8.3
22303
Camelo
7.6
3
2.8.4
22304
Camelo
9.5
4
2.8.5
22305
Camelo
7.8
15
Golden Oaks
11.8
3
16
Golden Oaks
8.2
17
Copper Oaks
7.5
18
Copper Oaks
6.5
19
Kantz
9.0
20
Kantz
6.0
21
Kantz
6.5
22
Kantz
4.2
I
I
I
L
L
L
I
I
I
I
I
I
I
L
L
I
I
SCHEDULE OF WORK Page 3 of 9
FAYETTEVILLE MANHOLE REHABILITATION AND REPAIR MINI - SYSTEM 17
FAYETTEVILLE, ARKANSAS
PREPARED BY: ETC ENGINEERS, INC.
REPAIR CLASS/DPTH
MH NEW #
LOCATION
A
B
C
D
E
TYPE
MISC./ NOTES
23
Kantz
5.0
24
Kantz
9.0
3
25 I
Kantz
10.6
_____
26 i
S. of Kantz
8.5
27
!
S. of Kantz
Not found
28
S. of Kantz
4.3
6
Needs cleaning
29
S. of Kantz
3.3
30
S. of Kantz
9.8
31
Hwy 45
6.9
32
Hwy 45
7.1
33
Hwy 45
6.3
34
Hwy 45
Not found
32.1
Hwy 45
Not found
:32.2
Hwy 45
6.7
32.3
________
Hwy 45
6.6
•28.1
E. Oaks
5.6
23.1
Kantz & E. Oaks
3.4
3
.21.1
Kantz
6.8
,20.1
Kantz
Not found
16.1
Golden Oaks
5.5
16.2
Golden Oaks
Not found
17.1
Copper Oaks
4.5
37
10002
Golden Oaks
8,2
38
10002
Golden Oaks
Not found
39
10004
Golden Oaks
6.5
40
10005
E. Oaks
11.1
3
41
10006
E. Oaks & Kantz
11.2
42
10007
Kantz
11.0
43
10008
Kantz
8.3
I
44
10009
Kantz & Ball
Not found
45
10010
Kantz & Ball
5.3
46
10011
Kantz (west side)
9.5
47
10012
Kantz (west side)
Not found
48
10013
Kantz (west side)
Not found
49
10014
Kantz (west side)
14.0
50
10015
Kantz (west side)
12.5
3
51
10016
Kantz (west side)
11.8
36
10001
Golden Oaks
7.4
Flow monitor installed
52
1018
Kantz
12.4
53
10020
Btwn. Lisa & Kantz
Not found
55
10019
Lisa Lane
13.4
6
Needs cleaning
54
16001
Btwn. Liza & Kantz
Not found
55.1
16001
Lisa Lane
3.6
4
55.2
16002
Lisa Lane
6.7
55.3
16003
Lisa Lane
7.5
55.4
16004
Lisa Lane
6.0
I
I
I
L
n
I
1
I
I
I
I
L
I
I'
I
I
I
SCHEDULE OF WORK Page 4 of 9
FAYETTEVILLE MANHOLE REHABILITATION AND REPAIR MINI - SYSTEM 17
FAYETTEVILLE, ARKANSAS
PREPARED BY: ETC ENGINEERS, INC.
REPAIR CLASS/DPTH
MH
NEW #
LOCATION
A
B
C
D
i E
TYPE
MISC./ NOTES
55.5
16005
Lisa Lane
7.0
50.1
14001
Kantz & Katie Lane
5.0
150.2
14002 Kantz
8.0
50.3
14003 Kantz
6.7
43.1
11001 Kantz
4.3
43.2
11002
Btwn. Ball & E. Oaks
7.6
43.3
11003
Btwn. Ball & E. Oaks
7.1
1
Replace ring, and corbel
43.4
11004
Btwn. Ball & E. Oaks
4.3
49.1
13001
,Btwn. Ball & E. Oaks
4.3
1
45.1
12001
Btwn. Ball & E. Oaks
Not found
45.2
12002
IBtwn. Ball & E. Oaks
7.3
4
Corbel need replaced
45.2.1
12101
Btwn. Ball & E. Oaks
Not found
45.2.2
12102
Btwn. Ball & E Oaks
!
Not found
45.3 12003
Btwn. Ball & E. Oaks
8.1
!
45.3.1 .12201
Btwn. Ball & E Oaks
9.8
45.4 12004
Btwn. Ball & Kantz
8.7
45.5 12005
Btwn. Ball & Kantz
6.5
45.6 .12006
Kantz
8.6
i 6
Fix ring, corbel work
45.6.1
112301
Kantz
5.5
45.7
112007
Kantz
4.8
1
Replace ring
45.8
12008
Kantz
5.0
162
10042
Ramsey Ave.
8.6
i 4
161
10043
Ramsey Ave.
10
4
43
10044
Ramsey Ave.
3.7
Bad condit
42.2
18001
Ramsey Ave.
5.1
4
42.1
18002
Ramsey Ave.
5.2
4
42
18003
Ramsey Ave.
Not found
41
18003-1
Ramsey Ave.
Not found
40
18004
Hwy 45 & Ramsey
5.6
4
29
180055
Hwy 45 & Easnood
5.3
4
30
18006
Hwy 45 & Kings
7.9
4
31
18007
Kings (300's of 45)
11.3
32
18008
Kings & Hope
8.0
4
33
18009
King
11.2
4
Seal corbel
34
18010
Kings & Columbus
9.1
Redo apron, seal corbel
35
18011
Kings & Columbus
3.3
37
18011-1
Kings & Columbus
Not found
38
18012
Kings & Arlington
5.8
4
39
18013
Arlington
6.6
4
16
18101
Columbus blvd.
5.8
15
18102
Columbus blvd.
7.8
4
14
18013
Columbus blvd.
6.6
4
13
18104
Columbus blvd.
5.8
12
18105
Columbus blvd_
7.8
11
18106
Crest
5.7
3
10
18107
Crest
5.2
3
J
I
J
I
I
I
I
I
I
I
I
II
I
I
J
Li
J
SCHEDULE OF WORK Page 5 of 9
FAYETTEVILLE MANHOLE REHABILITATION AND REPAIR MINI - SYSTEM 17
FAYETTEVILLE, ARKANSAS
PREPARED BY: ETC ENGINEERS, INC.
REPAIR CLASS/DPTH
MH NEW #
LOCATION
A
B
C
D
E
TYPE
MISC./ NOTES
9 18107
Crest
5.6
8 18108
Crest
7.5
6 18110
Crest
7.0
7 ,18109
Crest
7.3
5 18111
Crest
5.5
3
4 18112
Crest
5.1
MH not struct. sound
3 18113
Crest
5.6
MH not struct. sound
2 18114
Crest
8.5
1 18115
Crest
8.2
0 ;18116
Crest
9.1
3.4
28 •21901
Eastwood & Hwy 45
9.3
3.4
27 21902
Eastwood & Hwy 45
8.7
4
Need corbel work
26 121903
Eastwood & Hope
9.5
4
Need corbel work
125 129104
Eastwood & Hope
6.4
•24 21905
Eastwood & Hope
6.6
23 21906
Eastwood & Hope
6.2
122 .21908
Eastwood
6.0
4
Need corbel work
21 21909
Eastwood
5.2
4
Need corbel work
20 .21910
Eastwood
5.3
:19 ;21911
Eastwood
5.9
4
Needs corbel work
18 21912
Eastwood & N. View
5.7
3,4
17
21913
Eastwood
5.5
3,4
'77
19401
Lunsford
8.9
75
19402
Lunsford & Hammond
9.6
3,4
76
19901
Lunsford
9.2
74
19403
Hammond
6.9
72
19404
Hammond
6.5
71
19404-1
Hammond
7.2
4
Need corbel work
70
19405
Hammond
6.6
68
19406
Hammond
6.3
4
69
19601
Carolyn
Not found
66
19407
Hammond
8.9
Make btm opening larger
65
19408
Hammond & Viewpoint
6.6
4
64
19409
Hammond'Hammond
6.5
60
19410
Hammond & Crestwood
9.8
59
19410-1
Ridgeway
8.0
3,4
58
19411
Ridgeway
7.4
57
19412
Ridgeway
7.5
4
56
19413
Ridgeway
9.8
4
55
19414
Ridgeway
9.4
4
54
19415
Ridgeway
7.5
14
53
19416
Ridgeway
9.2
4
52
19417
Ridgeway
9.7
t
4
51
19418
Ridgeway
9.3
4
50
19419
Ridgeway
Not found
49
19420
Ridgeway
10.5
I
I
I
I
L
I
II
11
II
I
I
I
I
L
L
L
SCHEDULE OF WORK Page 6 of 9
FAYETTEVII,LE MANHOLE REHABILITATION AND REPAIR MINI - SYSTEM 17
FAYETTEVILLE, ARKANSAS
PREPARED BY: ETC ENGINEERS, INC.
REPAIR CLASS/DPTH
MH •NEW #
LOCATION
A
B
C
D
E
TYPE
MISC.! NOTES
48 19421
Ridgeway
10.5
47 '19422
Ridgeway
8.9
46
•l9423
Ridgeway
7.0
45 19424
Ridgeway
7.1
1
Ring need replaced
44 :19425
Ridgeway
6.2
61 19801
Crestwood
5.4
4
62 :19802
Crestwood
5.2
63 119803
Crestwood
5.6
Need corbel work
73 19501
Carolyn
6.3
4
94 19008
Viewpoint
6.1
4
90 19009
Viewpoint
6.8
91 19101
Viewpoint
12.0
MH is in ≥ and
257 20001
Applebury
7.6
3,4
MH step it bad cond
258 20002
Lungsford
7.6
3,4
262 19902
Lungsford
5.6
4
Trough me s work
263 19903
Carolyn
6.0
3,4
264 19904
Carolyn
5.6
4
261 20005
Carolyn
8.6
256 10049
Applebury
6.8
4
No mh steps
265 •10048
Hwy 45
5.8
4
250 10051
Hope Street
6.6
3,4
MH stepc are broke
251 '10050
Hope Street
5.4
250-A
110052
Hope Street
5.4
4
246
10053
Hope Street
8.0
4
246-A
•21301
Hope Street
7.0
4
246-B
•20201
Hope Street
5.0
4
259
20003
Carolyn
6.8
260
20004
Carolyn
4.8
255
20202
Lunsford
10.5
3,4,1
MH ring in had cond.
254
21302
Lunsford
6.0
3,4
117
20204
Applebury
10.2
3,4
116
20401
Applebury
4.7
4
115
20501
Applebury
8.0
4
114
20802
Applebury
7.3
4
113
20303
Applebury
5.7
4
Trough needs work
112
20504
Columbus & Applebury
5.9
4
240-C
21503
Columbus
4.9
4
No mh steps, clean
240-B
21302
Columbus
6.0
4
MH steps broke off
240-A
21501
Columbus
6.0
4
Sewer backed up
240
10057
Columbus
8.0
4
281
20601
Applebury
7.7
4
Trough & corbel work
280
20602
Applebury
7.0
3,4
Corbel work needed
279
20603
Applebury
5.0
4
278
Applebury
4.8
4
237
21601
Applebury
7.0
236
21602
Applebury
7.7
4
Corbel work needed
SCHEDULE OF WORK Page 7 of 9
FAYETTEVILLE MANHOLE REHABILITATION AND REPAIR MINI - SYSTEM 17
FAYETTEVILLE, ARKANSAS
PREPARED BY: ETC ENGINEERS, INC.
REPAIR CLASSIDPTH
MH
NEW #
LOCATION
A
B C
D
E
TYPE
MJSC.' NOTES
235
21603
Applebury
5.8
4
Corbel work needed
234
21604
Applebury
7.2
4
Corbel work needed
233
21605
Applebury
4.8
4
238
Tanglebriar Trail
8.5
4
239
21906
Tanglebriar Trail
7.9
4
152
10060
Tanglebriar Trail
7.8
154
Tanglebriar Trail
6.5
4
MH needs cleaned
151
10061
Tanglebriar Trail
4.0
4
Corbel work needed
153
10060-1
!Tanglebriar Trail
5.4 i
4
MH needs cleaned
150
10062
Tanglebriar Trail
4.6 1
4
Corbel work needed
149
10063
Tanglebriar Trail
6.0
4,3
Corbel work needed
i4a
luuo4
itangiennar Iran
3.4
4
MH rings bad
142
10065
Rockwood Trail
9.0
4,3
Corbel work needed
'146
10067
Rockwood Trail
5.7
4
147
10068
Rockwood Trail
5.0
a
Mr -I na.Ac rlaenail
147-A
10069
Rockwood Trail
•4.0
4
Sewer backed up
141
21801
Rockwood Trail
7.0
4
Ring broken, bad corble
140
21802
Rockwood Trail
4.7
4
134
Rockwood Trail
4.2
4
Corbel work,and mh clean
144
10066-1
Anna Place
5.0 i
4
MH needs cleaned
155
21702
Tanglebriar
5.8 1
3
156
21703
Tanglebriar
157
21704
Tanglebriar
159
21706
Rockwood
5.6
MH needs cleaned
158
21705
Tanglebriar
5.8
3
188
209012
Pembroke
5.0 I
4
184
20802
Pembroke
5.0 I
4
189
20901
Pembroke
5.2
4
190
20901
Pembroke
5.5
4
MH needs cleaned
183 20801
Pembroke
186 :20706
Pembroke
4.2
3
191 120705
Pembroke
5.6
3,4
95
119007
Viewpoint
5.4
4
96
19006
Hwy 45
11.4
4
97
19005
Hwy 45
11.0
4
98
19004
Hwy 45
11.5
4
MH cover broke/ fell
101
19001
Hwy 45 I
8.4
'
4
102
10047
Hwy 45
9.4
4
182
17103
Greenview
10.6
3,4
183
17104
Greenview
5.0
3,4
180
17101
Greenview I
1
178
17003
Hwy 45 - Winwood Dr. I
Sewer backed up to rim
177
17002
Hwy 45 - Winwood Dr. I
Sewer is backed in mh
174
10030
Winwood
175
.10029
Winwood 6.8
3
195
00
128
Winwood
JJ
J
I
I
I
I
C
I
I
I
I
I
.1
I
I
I
SCHEDULE OF WORK Page 8 of 9
FAYETTEVILLE MANHOLE REHABILITATION AND REPAIR MINI - SYSTEM 17
FAYETTEVILLE, ARKANSAS
PREPARED BY: ETC ENGINEERS. INC.
REPAIR CLASS/DPTH
MH
!NEW #
LOCATION
A
B
C
D
E
TYPE. MISC.1 NOTES
196
10027
Winwood
11.0
197
10026
Winwood
5.4
87
19012
Viewpoint
7.9
4
82
19013
Viewpoint
4.2
3
88
19011
Viewpoint
6.0
4
198
10025
Winwood
15.0
202
10021
Lisa Lane
12.0
3
176
17001
Winwood
6.4
168
10036
Amber Lane
3.7
169
10035
N. of Cemetary
8.5
3
Broken conc. around mh
167
10037
W. of Cemetary
10.2
MH ring is offset
166
10038
W. of Cemetary
12.2
83
19014
Viewpoint
5.3
3,4
Apron & Tr. Need WOzk
84
19015
Greenview
6.2
4
MH needs cleaned
85
19016
Greenview
5.4
4
86
19017
Greenview
6.8
4
MH needs cleaned
93
19103
Greenview
8.5
3
Sewer backed, steps bad
92
19102
Greenview
12.0
3
MH steps broke
179-A
17005
Hwy 45
6.0
179-D
17008
Greenview
5.8
4
Conc. around mh work
179-C
17007
Greenview
6.5
244
10056
Columbus Street
7.8
4
253
20102
Hope Street
7.8
4,3
252
20101
Hope Street
2.3
251
10050
Hope Street
7.8
4
MH steps bad
80
19201
Viewpoint
4.8
81
19301
Viewpoint
4.5
4
MH needs cleaning
79
19208
Viewpoint
4.5
102-A
10046
Hwy 45
4.8
4
Trough needs work
102-B
10046-1
Hwy 45
5.2
3
Conc. broken around MH
102-C
10045
Hwy 45
8.5
163
10041
Old Wire Rd.
16.8
164
10040
Old Wire Rd.
6.8
165
10039
Old Wire Rd.
9.8
130
20203
Applebury
7.0
4
131
20301
Applebury
10.0
4
1
132
20302
Applebury
5.5
4
Trough needs work
118
20205
Applebury
6.7
3,4
129
20206
Applebury
9.8
4
MH needs cleaned
100
20207
Applebury
6.2
3,4
129A
20206-1
Applebury
7.2
3,4
Trough work, nib clean
99
20208
Viewpoint & Ridgeway
9.2
4
!
112
20208-1
Ridgeway
5.2
3,4
110
20209
Crestwood
6.2
i4
Trough needs work
111
21203
Crestwood
5.8
:4
Trough work, mh clean
109
20210
Crestwood
8.0
4
I
SCHEDULE OF WORK Page 9 0o 9
Ii FAYETTEVILLE MANHOLE REHABILITATION AND REPAIR MINI - SYSTEM 17
FAYETTEVILLE, ARKANSAS
II PREPARED BY: ETC ENGINEERS_ INC_
I
I
I
C
I
I
I
I
I
[I
I
I
I
I
I
REPAIR CLASS/DPTH
MH
NEW //
LOCATION
A
B
C
D
E
TYPE
MISC./ NOTES
108
20211
Crestwood
5.8
4
MH needs cleaned
98
21001
Ridgeway
6.8
4
Trough needs work
97
21002
Ridgewood
5.2
4
Trough needs work
96
21003
Ridgewood
3.6
3,4
MH needs cleaned
104
21001
W. Ridgewood
5.4
4
Trough needs work
103
21002
Ridgeway & Crestwood
6.5
4
Trough needs work '
102
21201
Crestwood
5.6
4
Trough needs work
101
21202
Crestwood
5.5
3,4
105
22003
Ridgeway
5.0
4
106
22004
Ridgeway
5.5
3,4
107
22004-1
Ridgeway
4.9
4
196
20701
Applebury
6.2
195
20702
Applebury
5.2
194
20703
Applebury
5.1
193-A
20804
Shrewbury
3.5
62
19802
Crestwood
6.1
63
19803
Crestwood
5.3 1
4
Trough needs work
184-A
20801
Applebury-pembroke
I
3.7
Complete rehab.
OF_1
N. of Hwy. 45
9.8
OF_2
N. of Hwy. 45
9.0'
OF_3
N. of Hwy. 45
9.0
OF_4
N. of Hwy. 45
8.8
OF_5
N. of Hwy. 45
7.0
OF_6
N. of Hwy. 45
11.0
!OF_7
N. of Hwy. 45 & Starr Dr
7.0
'OF_8
N. of Hwy. 45 & Starr Dr
3.0
•,
OF_9
Stan Dr.
11.0
OF_10
Stan Dr.
11.0
[OF_I1
E. of Starr Dr.
7.0
!OF_12
E. of Starr Dr.
8.6
OF_I3
Not Found
OF_14
E. of Stan Dr.
4.0
OF_15
Not Found
•OF_16
E. of Stan Dr.
20.0
OF_17
W. Fox Hounter Rd.
20.0
OF_18
W. Fox Hounter Rd.
17.0
OF_19
Fox Hounter Rd.
6.0
OF: On Outfall Line; Not Included in Mini -System 17.
I
I
I
I
I
I
IH
I
I
I
I
[I
L
11
I
I
EXISTING FRAME 9 COVER
ADJUSTED TO NEW GRADE
NEW ROADWAY
.. �'
q
•ry :�,' C"sY��e� Y. ��Y"�'. C�
•Lii
;V) 000ci000.too.ol dj3t0o00d 1..
o`�w°'�'°•
- - -•
- EXISTEXIS11NG ROADWAY
T- EXISTING FRAME 6 COVER
\\ \
\
,\// \\\
�/ \ \EXISTING MANHOLE
II Ii
�� II
� II
FIGURE 2
I
FIRM SETTING
HEAVY BODIED MASTIC
CUT SERVICE
LINE FLUSH wl WALL i
Q•
I SERVICE
I LINE ti
Ar
"V" CUT CONCRETE
ABOUT PIPE AND CLEAN
BY WIRE BRUSH d.
INSTALL HEAVY DUTY
HIGH TENSILE CURING
MASTIC OR CEMENT
GROUT - USE CONCRETE
ADHESIVE
EXISTING Ml WALL
FIGURE 3'
CITY OF FAYETTEVILLE
CLASS "BREPAIR
TYPE 3
GROAT IN AND/OR CUT SERVICE
OR SEWER LINE CORRECTLY
ETC ENGINEERS, INC
JULY 1989
W
Q J
U U Z
ca_ W W
> U O ~ ? W
I Ir
W W
W H I U E - I
-Do
U ? IO Q
s Z
Q
a O O ] C7 W
U O F W
n O } C7 Z o
•N Z WU
Q
- U E Z
o p• W Q 1OOO
•
•
do ,b
1 ;
Q
•
•
C,,O
c X
W U
C' . —
ow p =
p (—
m n IN 4 VIII
W _ Illf
Q�, a ' VIII_
U C VIII
LL I
FIGURE 4
CITY OF FAYETTEVILLE
CLASS B' REPAIR
TYPE 4
PATCH CRACK OF FILL HOLE
ETC ENGINEERS, INC
JULY 1989
►NHOLE
FIGURE 5 J
!!1PIh1!
I
I
I
I
J
El
I
1
1
1
1
SECTION -MANHOLE
INSTRUCTIONS:
I. REMOVE ALL FOREIGN
MATTERS FROM INTERIOR
BY WATER OR SAND
BLAST.
2. PACK ALL HOLES & CRACKS
W/ HIGH TENSILE CURING
MASTIC OR AS RECOMMENDED
BY MANUFACTURER.
3. APPLY MULTIPLE C�QMPOUND
SEAL SYSTEM, 1/4 MIN. AS
PER MANUFACTURERS
RECOMMENDATIONS.
4. APPLICATION SHALL BE BY
SPRAY GUN OR GUNITE GUN.
ROLLER OR HAND TROWELED
APPLICATION SHALL BE
USED ONLY FOR TOUCH-UP
APPLICATION.
5. APPLY TO WALLS, BEGINNING
AT THE BOTTOM W/ 6 MIN.
OVERLAP. COVER ENTIRE
WALL SURFACE AND END
AT Ml COVER FRAME.
FIGURE 6
CITY OF FAYETTEVILLE
CLASS 'C' REPAIR
MULTIPLE COMPONENT
CHEMICAL SEALING OF MANHOLE
I
ETC ENGINEERS, INC
JULY 1989
CEMENT GROUT
EXISTING 48' I.D.
MASONRY MANHOLE
42' I.D. FIBERGLASS.
REHABILITATION
MANHOLE
6' QUICK SETTING
GROUT SEAL
CONCRETE
STD. RING &
42" INSIDE
DIAMETER,
INSTALLATION
INSTRUCTIONS
BRICK OR CONCRETE
GRADE RINGS
w cr�s:t FIN GR.
FOR H20 (16,000# AXLE)
; -. WHEEL LOADING
1. EXCAVATE AS NECESSARY AND 4. FILL ANNULAR CAVITY BETWEEN
REMOVE REDUCER SECTION OF FIBERGLASS AND BRICK WITH
EXISTING MANHOLE. CEMENT GROUT
2. MAKE CUTOUTS TO AC • 5. INSTALL GRADE RINGS, STD. C.I.
COMODATE EXISTING PIPES RING AND COVER.
3. PUT FIBERGLASS REHABILITA. 6. BACKFILL TO FINISHED GRADE
TION MANHOLE ON EXISTING
CONCRETE FOUNDATION (BE
SURE IT BEARS UNIFORMLY) Ai'ID
SEAL WITH 6' OF QUICK SEl lING
GROUT.
FIGURE 71
C. I. RING & COVER
a IL
w
U)
N as
2' O" ih
z O
DIA. Ni-
___
UTEIS
,
15 O.C.-
-°'. • 4-Q' DIA.
Iii
J
Q o
6" MIN. WALL
2" SLOPE + a
NOTE: MANHOLES MAY BE CONSTRUCTED OF
PRECAST REINFORCED CONCRETE OR POURED
IN PLACE CONCRETE.
FIGURE 8
CITY OF FAYETTEVILLE
CLASS "E" REPAIR
RECONSTRUCTION OF MANHOLE
ETC ENGINEERS, INC
JULY 1989