Loading...
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