Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
84-90 RESOLUTION
• i 9 , MICR FILMED RESOLUTION,NO. -84-90 $ , . , I A RESOLUTION AUTHORIZING A CONTRACT BETWEEN CITY OF FAYETTEVILLE, ARKANSAS AND BB&B CONSTRUCTION FOR GROUP "A" WATERLINE REPLACEMENTS AND AN APPROVAL OF A BUDGET ADJUSTMENT. 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 between BB&B Construction and the City of Fayetteville, Arkansas in the amount of $297,975 for the Group "A" water line replacements. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. Section 2. budget adjustment budget adjustment hereof. • That the Board of Directors hereby approve a in the amount of $109,800.00. A copy of the for approval is attached hereto and made a part PASSED AND APPROVED this 15th day of APPROVED: By: r ` 1"" v yr 04- `% .£ FATTEST: jByhh�ld -City 1 `•Y erk FN L May , 1990. Mayor • • \ § \ trl o> »& • R k�g e\(M_ 0 t§ \glrt a. ( 7 ƒe "$ R§ t U1 p £CD riD ƒ! 10- \ 4 '10\ \o \\\/ %¥ 6 23 \W • )wx -.1 y\§ ID mm GG t2 )\ /§ / \j \ a ( ; -1 10 \ • w o 0 0 0 r 0 D cs W U1 m N 0 0 'L.5)7 0 0 6 0 W N 0 O 0 N J 8 0 0 J O 0 N E 0 0 O 0 0 0 N -4 O 0 0 0 0 0 N 0 0 0 0 bo O 0 0 0 0 0 0 0 00'OO$'01 N 0 0 9 0 0 0 0 00 0 u, in o p N 0 t 0 e 0 0 o to p> y D n r r 0 0 0 0 1p 0 n n r - n r CO ,r to 01 0 0 0 N 0 0 m 0 o� 8 0 0 0 0 0 0 0 0 O 0 9 0 0 0 0 0 3)1A2135 3lenoa '4 0 O 0 0 0 N 0 0 0 0 31 A T r Z D n D > N a N m 3m3 am m r- x r rt 't + .< m 0 0 0 0 0 0 0• 0 0 0 O 0 0 O 0 _ 0 0 0 0 0 0 9 0 0 0 0 0 00.000'01 0 0 9 0 0 to 8 0 O 0 0 J N (31 b 0 -.1 0 0 9 N 0 0 0 0 0 00•0001€2 O 0 O 0 J 0 to 0 0 0 0 4 O 0 O 0 0 0 0 O 0 0 8 e 0 0 0 0 w 0 O 8 N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 w 9 0 0 N 0 0 • 0 0 W 0 0 1 W 0. 0 0 W 0 0 .D VI 0 0 • N 9' 0 0 N N 0 0 N 0 0 0 0 0 0 0 0 0 Q W 1t 0 0 0 0 N 0 0 O 0 0 0 8 8 0 0 0 N u 8 0 0 0 W N 9' 0 0 W N 0 0 0 0 0 0 0 0 "Ad LI 0, N 0 0 0 J1 0 O 0 0 0 0 0 O 9 m 3 O v 0 0 0 0 0 0 0 0 0 N 0 0 0 0 O to O 0 0 0 N 0 6' N N 0 0 O 0 0 0 0 0 0 0 ul 0 0 0 0 O 0 - 0 0 W 6- 0 0 to 0 0 0 N 0 0 004009'82 oo •oo0921 N W 0 00 • 080143£ O 0 c 10H 1 • 0 c 7 0 0 0 0 c 7 r0 0 0 Z-4 0• mn z oS3 ro • •0 w ' ZSNOD U3S,L33MS n n 0 z N H • O z y 0 O 0 f' c 9NI8W[PId 03S.INQ ' 1,LSNOD H8 E'8 n 1-4 H K 0 ro rrI IAaa.Laxva v 23 c.O —1 WATER MAIN REPLACEMENT D - 4 0bb1'91 1% 4V SOI9 30 NOI.Lfl ays r 9 1.` 11 fif 0 () LAI w W W 0 0 U1 n0 ,P 0 3 N 0 0 D r M fir. In > D > > co r 0 0 m x' G •1S hPia, 'in 8 fCO� e 6 m 0 c ,v a z D r n r -n r 4)- 0 0 0 w J 0 w 0 '0 OOMFb'25 V1 w 0 0 0 0 W to 0 O J 0 0 •P O1 0 8 N 0 0 0 N 0 0 0 0 ti to 0 0 0 0 w 0 0 6` 0 0 0 0 0 0. 0 0 la) tnN 0 o tit 0 O 0 0 0 O 0 O 0 0 0 w N 0 9 8 0 9 8 cP o 0 0 00 00 t 0 9 0 0 0 0 00.000'1 U1 co 0 0 0 a 0 0 8 0 0 0 O 0 J 0 O 0 0 V• 0 0 O 0 tn 0 00 P3 J H 0 0 0 H 0 0 tit N 0 8 O 0•005'L 0 0 0 0 0 0 0 0 O 0 O 0 00 •00 a)11 0 0 0 0 0 0 b 0 A 01 0 0 0 N to 0 0 0 0 0 0 0 o. to 0 0 0 0 to 0 O 0 0 1 0 D 0 0 0 0 W N 9 0 0 0 0 0 0 0 0 0 0 O 0 O 0 CO1005'I oo' 00 62.1 I O 0.008'1 W 0 0 O 0 w 0 0 0 .n U1 0 00 oo•oSb'OI 0 0 0 to 0 0 0 0 0 0 0 0 J 0 0 0 0 0 0 0 0 0 u) 6' 0 0 0 0 co 0 8 N 1t 0 0 J 91 0 -P N 0 0 a 0 0 8 tn 0 0 0 0 0 0 o. 0 0 0 0 0 0 0 co' 00S'b 0 07 0 0 0 O A 0 0 0 0 0 W 0 0 0 oo•o5 ori N 0 0 J 0 0 0 0 W 0 0 0 N 0 0 0 J 0 0 0 0 3W -411n5 •b 1S •7no7 c m 3 0 0 u• N 0 0 c s. y W 0 0 0 0 0 Ln 0 £ 0 PO r 6• 0 0 0 O 0 0 0 n n 0 z N H 6` 0 6' 01 0 0 0 0 0 N N 0 0 0 0 w O 0 rn (1) N 3ZZIASfl3AV3 30 A1I3 3 O c. 0m WATER MAIN REPLACEMENT D to -1 m z . 0 O bb1'91 1121dV < Z in rn m urn, 5a Go L_ p -J 0 Z 0 Sd18 AO NOIlV•U18ttl. 'D 0 ni n 9 INawaDV'Idau NIVW 213JXM z mR R13� m2= 0c am -pr. %am c7 P4 4;; mc 1< 0 m O \C) Obbl`' t 11?1dV 1 1 1 1 WATER MAIN REPLACEMENT 1, 1 1 1 1 1 BID No. 90-17 CITY OF FAYETTEVILLE PROJECT NO. A189-2 E-239 OWNERS: CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS March, 1990 MILHOLLAND COMPANY ENGINEERING & SURVEYING 205 West Center Fayetteville, Arkansas 72701 Telephone': (501);993-9729 ADVERTISEMENT FOR BIDS Notice is hereby given that pursuant to an order by the CITY OF FAYETTEVILLE, sealed bids will be received at the Purchasing O ffice, City Hall, 113 West Mountain Street, Fayetteville, Arkansas, until 2:00 p.m. Local Time, April 18, 1990, for the furnishing of all tools, materials, and labor and the performance o f all necessary work in Fayetteville, Arkansas, consisting of: B ID No. 90-17 WATER MAIN REPLACEMENT PROJECT No. A 89-2 All necessary work, materials, and every item of construction shall be in accordance with the plans, profiles, and specifica- tions as approved'by Public Works Department, City of Fayette- ✓ ille, and Health Department. Said plans and specifications are on file in the office of the Engineer, MILHOLLAND COMPANY, Engi- neering and Surveying, 205 West Center, Fayetteville, AR 72701. Copies may be obtained from the office of said engineer upon the payment of $125.00 dollars. Unsuccessful bidders or non -bidders will be refunded $20.00'upon the return of undamaged plans and specifications within ten (10) days after the date of receiving bids. Each contractor shall be responsible for the investigation, inspection, and studies of the prosect site as deemed necessary to familiarize themselves with all conditions to be encountered. All bidders shall be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature'. Each bid must be accompanied by a cashier's check or surety bond in an amount equal to five percent (5t) of the whole bid. Said bond shall beissued by a surety company licensed to do business in the State of Arkansas. In the event the successful bidder fails, neglects, or refuses to enter into the contract for the construction of said work and furnish the necessary bonds within ten (10) days from and after the date the award is made, the Owner shall retain saidicheck or bond as liquidated damages. All bids shall be sealed and the envelope addressed to the Owner, CITY OF FAYETTEVILLE, PURCHASING OFFICE, CITY HALL, 113 WEST MOUNTAIN STREET, FAYETTEVILLE, ARKANSAS, and marked on the lower left side of the bid envelope shall be the following information: Prosect name, date of bid opening, time of bid opening, bidding contractor's name and licensed number, and subcontractor's name and license number, if any. 1 ADVERTISEMENT FOR BIDS f Bids will be opened and`read aloud at the City Hall, Room No. 111, and shall be considered by the Owner, as may be necessary. The right to reject any and all bids,to waive any informalities, and to negotiate with any qualified bidder after bid opening, shall be reserved to the discretion of the Owner. No bidder may withdraw his bid within`ninty (90) days after the actual date of the bid opening. INFORMATION FOR BIDDERS 1 Receipt and Opening of Bids: CITY OF FAYETTEVILLE, herein called the "Owner", invites bids on the form attached here- on, all blanks of which must be appropriately filled in. B ids will be received by the Owner at the Purchasing Office, City Hall, 113 West Mountain Street, Fayetteville, until 2:00 p.m. Local Time, April 18, 1990, and then be publicly opened and read aloud in Room 111. The envelopes containing the bids must be sealed, addressed to the Owner, and designated as bid for: BID No. 90-17 WATER MAIN REPLACEMENT PROJECT No. A 89-2. The Owner may consider informal any bid not prepared and submitted in accordance with theprovisions hereof and may waive an informalities or reject any and all bids. Any bid may be withdrawn ptior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid ✓ eceived after thetime and date'specified shall not be con-. sidered. No bidder may withdraw a bid within 90 days after the actual date ofFthe opening thereof. The Owner reserves the right to decide which shall be deemed the lowest respon- sive and responsible bid. The bidder's reputation, finan- cial ability, experience, and equipment shall be given due consideration. 2. Preparation of Bid: Each bid must be submitted on the pre- scribed form and accompanied by a performance record of the bidder regarding construction projects of similar nature (minimum 3) and also include the proposed subcontractor. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures, and the foregoing performance record must be fully completed and executed when submitted. Each bid must be submitted in a:sealed envelope bearing on the outside the names and license numbers of the bidder and the proposed subcontractor, addresses, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be e nclosed in another envelope addressed as specified in the bid form. 1 • INFORMATION FOR BIDDERS The Engineer's estimate of quantities is approximate only, and shall,be the basis for receiving unit price bids for each item but shall not be construed by the bidders as act- ual quantities required for the completion of the proposed work. Such quantities, however, at the unit and lump sum prices bid for each item, shall determine the amount of each bid for comparison of bids and the evaluation of the best bid for the purpose of awarding of the contract, and will be used as a basis for fixing the amount of the required bonds. A copy of the project's proposal forms may be obtained as provided in the Advertisement for Bids. All papers bound with or attached to the proposal forms are necessary parts thereof and must not be detached. Bids which are incomplete, unbalanced, conditional, or obscure,: or whichcontain additions not called for, era- sures, alterations or irregularities of any kind, or which do not comply with the Information for Bidders may be rejec- ted as informal at the option of the Owner. However, the Owner reserves the right to waive technicalities as to changes, alterations, or revisions and to make the award in the best interest: of the Owner. Unit Price Bids: Bidders shall insert a unit price for each item of work listed in the Engineer's estimate of quantities of work to be done. Unit prices shall include amounts suf- ficient for the furnishing of all labor, materials, tools, equipment, and apparatus of every description, to construct, erect, and completely finish all of the work as called for in the specifications and shown in the plans. Unit prices bid and totals shown in the Proposal shall include all costs of material testing, subgrade, base, paving materials, and all other construction materials. The price bid for each item must be stated in figures and in words on the bidding forms. In case of a difference in the written words and figures in a Proposal, the amount stated in the written words shall govern. All items in the Proposal shall bear a fair relationship to the cost of the work to be done. Bids which appear unbal- anced and deemed not to be in the best interest of the Owner may be rejected at the discretion of the Engineer and/or the Owner. INFORMATION FOR BIDDERS • 3. Subcontracts: The bidder is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this contract - a. Must be acceptable to the Owner after verification by the Engineer of a good current performance record; b. Must be licensed in the State of Arkansas to do con- struction work; c Must have previously performed local projects of similar nature and type as the proposed project in a profession- al and satisfactory manner. Approval of the proposed subcontract award cannot be given by the Owner unless and until the proposed subcontractor has submitted the evidence showing that it has fully complied with all reporting requirements to which it is or was subject. The general contractor will be required to furnish the names of subcontractors and the amounts of their subcontracts as required by Act 183, Arkansas Acts of 1957. The subcontrac- tor's name and license number shall appear on the outside of the sealed envelope. Subcontractors must be licensed accor- d ing to the laws of the State of Arkansas. 4. State Licensing Laws: Contractors must be licensed in accordance with the requirements of Act 150, Arkansas Acts of 1965, the "Arkansas State Licensing Law for Contractors". B idders who submit proposals in excess of $10,000.00 must submit evidence of their having a contractor's license before their bids will be considered, and shall note their license number on: the outside of the proposal. 5. Telegraphic Modification: Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids, provided such telegraphic communication is received by the Owner prior to the closing t ime, and provided further, the Owner is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing t ime. The telegraphic communication should not reveal the bidprice 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. 3 1 J 1 1 1 1 1 1 1 1 1 1 1 1 1 1 T1 JNPORMATIQN FOR BIDDERS 6. Method of Bidding: The Owner invites the following bid(s): WATER MAIN REPLACEMENT PROJECT No, A 89-2 7. Qualifications of Bidder: The Owner may make such investi- gations as he deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to resect any bid if the evidence submitted by, or investiga- tion of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. Each bidder, if requested to do so by either the Owner or the Engineer, shall furnish satisfactory evidence of his competency to perform the work contemplated. The Owner reserves the right to reject a bid if the bidder has not submitted, upon request, a statement of his qualifications prior to the date of the opening of bids. The Contractor shall not assign or sublet all or any part of this contract without the prior written approval of the Own- er nor shall the contractor allow such subcontractor to com- mence work until he has provided and obtained approval of such compensation and public liability insurance as may be required. The approval of each subcontract by the Owner will in no manner release the contractor from any of his obligations as set out in the plans, specifications, con- tract, and bonds. Before any contract 1s awarded, the bidder may be required to furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in the construction of the work, together with samples, which may be subjected to the tests provided for in these specifications to determine their quality and fitness for the work. 9 1 1 1 1 1 1 1 1 1, 1 1 1 1 1 1 1 1 1 1 INFORMATION FOR BIDDERS 8. Bid Security: Each bid must be accompanied by cash, certi- fied check of the. bidder, or abid bond prepared on the form of bid bond attached hereto duly executed by the bidder as principal and having as surety thereon a surety company approved by the Owner, in the amount of 5% of the bid. Such cash, checks, or bid bonds will' be returned to all except the three lowest bidders within three days after the opening 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 90 days after the date of the opening of bids, upon demand of the bidder at anytime thereafter so long as he has not been notified of the acceptance of his bid. Liquidated Damages for Failure to Enter into Contract: The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds required within 10 days after he has received notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. 10. Time of Completion and Liquidated Damages: B agree to commence work on or before a date to in a written "NOTICE TO PROCEED" of the Owner complete the project within 90 consecutive ca thereafter. Bidder must agree also to pay as damages, the sum of 8250.00 for each consecut day thereafter as hereinafter provided in the tions. idder must be specified and to fully lender days liquidated ive calendar General Condi- 11. Conditions of Work: Each bidder must inform himself fully of the conditions relating to the construction of the pro- ject and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all materials and labor necessary to carry out the provisions of his contract. Insofar as possible, the con- tractor,.in carrying out his work, must employ such methods or means as will not cause any interruption of or interfer- ence with the work of any other contractor. 4F 12. Addenda and Interpretations: No interpretation of the mean- ing of the plans, specifications or other pre-bid documents will be made to any bidder orally. 5 INFORMATION FOR BIDDBRS Every request for such interpretation should be in writing, addressed to MILHOLLAND•COMPANY, Engineering & Surveying, 205 West Center, Fayetteville, AR 72701, and to be given consideration, must be received at least five (5) days prior 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 which, If issued, will be mailed by certified mail with return receipt requested to all prospective bidders (at the respective add- resses furnished for such purposes), not later than three (3) days prior tothe dated fined for the opening of bids. Failure of any bidder to receive any such addendum or inter- pretation shall not relieve such bidder from any obligation 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 fur- n ish a surety bond or bonds as security for faithful perfor- mance of this contract and for the payment of all persons performing labor on the prosect under this contract and fur- n ishing materials in connections with this contract, as spe- cified herein. The surety on such bond or bondsshall be duly authorized by a surety company satisfactory to the Owner. 14: Power of Attorney: Attorneys -in -Fact who sign Bid Bonds or Contract Bonds must file a certified and effectively dated copy of their Power of Attorney with each bond. 15. Notice.of Special Conditions: Attention is particularly called to those parts of the contract documents and specifi- cations which deal with the following: a. Inspection and testing of materials, b.. Insurance requirements, c. Wage rates, d. Stated allowances. 6 INFORMATIOIIFOR.BI'DDERS 16. Laws and Regulations: The bidder's attention is directed to the fact that all applicable Federal and State laws, munici- pal ordinances, and the rules and regulations of all author- ities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in th'e contract the same as though herein written out in full. Applicable laws and regulations the contractor and subcontractor shall comply with and be familiar with are as follows (but not limited to): a. Wage and Labor laws, b. State unemployment compensation, Act 74 - Amend Act 275 of 1969 (Arkansas Statute 14-630), - d . WithholdingtState and Federal Taxes, e. Anti -kickback Act of June 13, 1934, 40 U.S.C. 276 (c), f. Equal opportunity provisions, q . Act 125 - Arkansas Acts 1965. Thecontractorshall comply with all such laws and regula- t ions and any amendments or modifications made thereto and shall include all such provisions with all subcontracts. The contractor shall abide by all Federal, State, and local laws -governing labor. The contractor further agrees to save the Owner.harmless from the payment of any contribution under the State Unemployment Compensations Act, and the con- tractor agrees that if he is subject to the Arkansas State Unemployment Act, he will make whatever contributions are required under and by virtue of the provisions of said Act. Minimum wage rates shall be equal to basic rates as estab- lished by common usage in the city and adjacent community for the various types of labor and skills performed. In case wage rates are specified in the contract documents, the rates as specified shall be the minimum rates which apply to the prosect. Whenever available, local common labor shall be used, and whenever practical, skilled and semi -skilled labor, if available, shall be used. The contractor and each subcontractor, where the contract amount exceeds 875,000.00, shall comply with the provisions of Act 74, as amended by Act 275 cif 1969 (Arkansas Statute 14-630). The provisions are summarized below. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 INFORMATION FORBIDDERS The contractor and subcontractor shall: a. Pay the minimum prevailing wage rates for each craft or type.of workman and the prevailing wage rate for holiday and overtime work; as determined by the Arkansas Depart- mentof Labor; b. Post the scale of wages in a prominent and easily acces- sible place at the site of. the work; c. Keep an accurate record showing the names and occupation and hours worked of all workmen employed by them, and the actual wages paid to each of the workmen, which record shall be open at all reasonable hours to the inspection of the Department of Labor or the Owner, its officers, and agents. The Owner shall have the right to withhold.from amounts due the contractor so much of accrued payments as may.be consi- dered necessary to pay the workmen employed.by the contrac- tor or any subcontractor, the difference between the rates of wages required by this contract and the rates of wages received by such workmen. If it is found that any workman employed by the contractor ora subcontractor has been or is being paid a rate of wages less than the rate of wages required by this contract, the Owner may, by written notice to the contractor, terminate his right to proceed with the work or such part of the work as to which there.has been a failure to pay the required wages and to prosecute the work to completion by contract or otherwise, and the contractor and his sureties shall be liable for any excess costs occasioned thereby. The contractor shall deduct and withhold Arkansas income taxes, as required by Arkansas law, from wages paid to employees, whether such employees are residents or nonresi- dents of Arkansas. When provided for in the specifications, the contractor shall comply with the regulations of the Secretary of Labor made pursuant to the Anti -kickback Act of June 13, 1934, 40 U.S.C. 276(c), and any amendments or modifications made theretoand shall see that such provisions are included in all subcontracts.. A copy of such provisions is included hereinafter in these specifications. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INFORMATION -FORBIDDERS Where Federal funds are used to pay a portion of the cost of a project, the prospective bidder will be required to comply with the provisions of Title VI?of the Civil Rights Act of 1964 and Executive Orders 11246 and 11375, and, where appli- cable, shall include such provisions in subcontracts or pur- chase orders. Further, certain construction contracts are subject to compliance with Minority Business Enterprise requirements. Where provided for in the specifications, the contractor, as a part of his bid, shall complete forms rela- tive to compliance, or participation with the above. The attention of all bidders is, called to the provisions of Act 125, Arkansas Acts of 1965. This act provides for pay- ment for certain taxes on materials and equipment brought into the state. It further provides for methods of collect- ing said taxes. All provisions of the act will be complied with under this contract. 17. Insurance: During the life of this contract, the successful bidder shall carry insurance as hereinafter set out. Also, he shall require all of his subcontractors to carry insur- ance as outlined below, in case they are not protected by the policies carried by the prime contractor._. Insurance companies underwriting the required insurance shall be licensed in the State of Arkansas. Insurance is to be approved by the Owner. If any insurance contracted for becomes unsatisfactory or unacceptable to the Owner after the acceptance and approval thereof, the con- tractor shall promptly, upon being notified to that effect, execute and furnish acceptable insurance in the amounts herein specified. Upon presentation of acceptable insur- ance, the unsatisfactory insurance may be canceled at the discretion of the contractor. The contractor shall have his resident insurance agent sub- mit to the Owner, through the Engineer, a schedule of insur- ance policies proposed to be furnished, which shall be approved before certificates of insurance and/or policies are issued. Once the Owner has concurred In the proposal of insurance coverage, the contractor shall then furnish to the Engineer, in the name of the Owner, certificates of insur- ance for the following: 9 INFORMATION FOR BIDDERS a. Workmen's Compensation: Workmen's Compensation, as required by the laws of the state in which the work is being done, shall be furnished. In case any hazardous occupations are required for the execution of the work which are not covered by the above insurance, special employer's liability policies shall be obtained to cover workmen engaged in such hazardous occupations. b. Contractor's Public Liability Insurance and Property Damage Insurance This insurance shall provide bodily injury of $100,000.00 for each person and $500,000.00 for each accident, and property damage of $500,000.00 for each accident. This insurance shall be endorsed to cover explosion, collapse and underground hazards, and blasting. Motor Vehicle Public Liability and Property Damage Insurance This policy shall provide bodily injury of $100,000.00 for each person and $500,000.00 for each accident; and property damage of $500,000.00 for each accident. Owner's and Engineer's Contingent protective Liability Insurance: The contractor shall indemnify and save harmless the Owner and Engineer from and against all losses and claims, demands, payments, suits, actions, recoveries, and judgments of every nature and descrip- tion brought or recovered against them by reason of the work, in the guarding of It, and construction staking. The contractor shall obtain in the name of the Owner and Engineer (either as co-insured or by endorsement), and shall maintain and pay the premiums for such insurance in an amount not less than $500,000.00 property damage and $100,000.00 bodily injury limits, and with such pro- visions as will protect the Owner and Engineer from con- tingent liability under this contract. Builder's Risk Insurance: ( 1 Optional ( ) Required The contractor shall procure and maintain, during the life of the contract, builder's risk insurance (fire, lightning, extended coverage, vandalism, and malicious mischief) on the insurable portion of the project on a 100% completed value basis against damage to the equip- ment, structure, or material. The contractor, his sub- contractors, and the Owner shall (as their interests may appear) be named as the insured. 10 INFORMATION FOR-BIDDRRS f. All -Risk Floater Insurance: Until the project is com- pleted and is accepted by the Owner, the contractor is required to maintain an all-risk installation floater policy. The contractor shall submit to the Owner written evi- dence of insurance upon the entire work at the site to the full insurable value .thereof, including the inter- ests of the Owner, the contractor, the subcontractors, and any others with an insurable interest. The policy shall insure against all risk of physical damage except as modified by the contract documents and subject to the normal all-risk exclusions., The policy, by its own terms or by endorsement, shall specifically permit par- tial or beneficial occupancy prior to the completion or acceptance of the entire work. q. Other Insurance: The contractor is to protect the Owner against all loss during the course of the contract. If, due to the nature of the project, insurance coverage other than that specified above is needed by the con- tractor to protect the Owner against all losses, the contractor is responsible for determining the type of insurance needed and purchasing same. 18. Performance Bond and Payment Bond: The contractor shall furnish both a surety performance bond and a payment bond, each equal to one hundred percent (100%) of the contract price.• The performance bond and payment bond shall be two totally separate bonds and shall bear two different bond numbers. The contractor is to pay all expenses In connection with the obtaining of said bonds. The bonds shall. be conditioned that the contractor shall faithfully perform the contract, and shall pay all indebtedness for labor and materials fur- •nished or performed in the construction and installation of such alterations and additions as prescribed in this con- - tract; ••: In Arkansas, prevailing law requires that performance and payment'bonds on public works contracts shall be executed by a resident local agent who is licensed by the Insurance Com- missioner to represent the surety company executing said bonds, and filing with such bonds his power of attorney as his authority. The mere countersigning of the bonds will not be sufficient. • 11 JEFORMATION FOR BIDDERS The date of the bonds, and of the power of attorney, must not be prior to the date of the'contract. At least six copies of the bonds shall be furnished, each with power of attorney attached. 19. Method of Award - Lowest Qualified Bidder: If at the time this contract is to be awarded,'the lowest base bid submit- ted by a responsible bidder does not exceed the amount of funds then established by the Owner as available to finance the contract, the contract will be awarded on the base bid only. If such bid exceeds such amount, the Owner may reject all bids or may award the contract on the base bid combined with such deductible alternates applied in numerical order in which they arellisted in the Form of Bid, as produces a net amount which is within the available funds. 20. 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 obli- gation in respect to his bid. 21. Safety Standardsand Accident Prevention: With respect to all work performed under this contract, the contractor shall: a. Comply with the safety standards provisions of applica- ble laws, building and construction codes, and the "Man- ual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596), b. Exercise every precaution at all times for the preven- tion of accidents and the protection of persons (inclu- ding employees) and property. c Maintain at his office or other well-known place at the job site, all articles necessary for giving first-aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctor's care of persons (including employees) who may be injured on the job site. In no case shall employees be permitted to work at a job site before the employer has made a standing arrangement for removal of injured persons to a hospital or a doctor's care. 12 I C I H ' KNOW ALL MEN BY PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto the CITY OF FAYETTEVILLE, as 1 OWNER, in the penal slum of for the payment of .which[ well and truly to be made, we hereby jointly and severall� bind ourselves, our heirs; executors, tadministrators, successors, and assigns. Signed this F day of , 19 _.. ' The condition of the above obligation is such that whereas the Principal has submitted to the`CITY OF FAYETTEVILLE a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for CONSTRUCTION OF: I , • WATER MAIN REPLACEMENT ' PROJECT No. A 89-2 NOW THEREFORE, A) If said Bid shall be rejected,. or in the alternate, B) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached here - Ito (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or fur- ' nishing materials in connection therewith, and shall in all other respects perform the agreement created by the accep- tance of said Bid, then this obligation shall be void, other- wise the same shall remain in force and effect; it being ' 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. 1 j. li ji BID BOND The Surety, for value received,:hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the date and year first set forth above. II L.S.) (Principal): (Surety) BY: 2 J H 'BID FOR UNIT PRICE CONTRACTS Place: . Date : /SSA Project No.: A Y? -2 Proposal of /fjl7 /1_ �/-C (hereinafter called Bidder)* a corporation, organized and existing under the laws of the State of ,* a partnership, or an individual doing business as To the CITY OF FAYETTEVILLE, hereinafter called OWNER. Gentlemen: - The Bidder, in compliance with your invitation for bids for the ' construction of WATER LINE REPLACEMENT, PROJECT No. A 89-2, hav- ing 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 pro- ject including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to t construct the project in accordance with the contract documents, within the time set forth therein, and at the prices stated here- in. These prices are to cover all expenses incurred in perform- ing the work required under the contract documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on ' or before a date to be specified in a written "NOTLCE TO PROCEED" of the Owner and to fully complete the project within 90 consecu- tive -calendar days thereafter as stipulated in the specifica- tions. Bidder further agrees to pay as liquidated damages, the sum of $250.00 for each consecutive calendar day thereafter. ' Bidder Iack11n''owyJl{fedges receipt of the following addendum: ' Bidder agrees to perform all the work, described in the specifications and shown on the plans, for the following unit prices: *Insert corporation, partnership, or individual as applicable. 1 I Ii I H I I I I L L L I I H I I ADDENDUM No, I WATER MAIN REPLACEMENT BID No. 90-17 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS APRIL 16, 1990 CONTRACT BID DOCUMENT: Please insert in its -entirety as a part of said CONTRACT DOCUMENTS, the following; A. REPLACE "BID ITEM SHEET" Page 4 (Rev. 4/16/90) of CONTRACT A 89-2 - WATER DISTRIBUTION SYSTEM'!, with enclosed revised "BID ITEM SHEET", as a part of said '.contract documents for said project. B. ACKNOWLEDGE, by signature of Bidder, and insert the attached BID ITEM SHEET as a part of the project plans and specifica- tions. TO OWNER AND ENGINEER: • I, the Bidder, do hereby acknowledge the receipt of and the understanding of Addendum Not. I to the Contract of this Bid Document. M �tti of_.Biddexr „__ Date.. ._.,. �.,__.,..__ /. .c7</({xr. .: _______ Sig ature of Engineer Date ii " I I L C ITEMS: All items complete in place, including all labor, materials, bonds, equipment, fittings, and unforseen items, constructed in accordance with plans and specifications, including clearing, 'grubbing, cleanup, and testing to City of Fayetteville Standards. NOTE: Each unit price shall include necessary topsoil, ' seeding, fertilizing, and mulching for a successful growth on LAL damaged yard areas. ' 1. WATER MAIN CONSTRUCTION: Furnish and install, per plans and specifications, water distribution mains complete in place. Each Unit Pipe Bid shall include all fittings, plugs, thrust blocks, clearing, grubbing, ' cleanup, testing, specified tracer wire, and etc., as follows: H I I I I I L I I A. B. 6" 0 DR -14 PVC pipe (S'r990)ter wire, 10,500 L.F. @ C. 2" SDR-17 PVC pe . ; with @ ._ per L.F r wire, 50 L.F. per L.F. 2. GATE VALVE AND BOX CONSTRUCTION: Furnish and install, per plans and specifications, gate valves with valve boxes complete in place, including concrete thrust blocks, concrete collars, tracer wire, and etc., as follows; A. 8" Gate Valve with Box, 2 each Be 6" Gate Valve with Box, 10 each @ C. 2" Gate Valve with Bo I. 3 -p2 02 �OQ, $ ____ oa $ DDO $ $ 30S 00 $ aDo Li �I CONTRACT A 89-2 - WATER DISTRIBUTION SYSTEM 3. FIRE HYDRANT: Install hydrant assembly per plans and specifications and Detail Sheet No. 8 of these documents, complete in place with auxiliary valves, etc., A. Furnish Stand ar Fire Hydra t Ass mbly, 4 each @ 0 $�i o7DD B. Relocate existing Fire Hydrant Assembly ' including / new 6" gate ,ya ve and box, 6 each (3 /JO ) per ea. $ 3D0D P4. METER SERVICE CONNECTIONS: (PLEASE NOTE SB-2 Backfill Within Street Sections of this Bid Item shall be paid in Bid Item No. 5 and 6); Bid ' Items shall include all materials and labor necessary for tapping new main and connecting to existing meter service. A. Single Service Connections utilizing approx- imately 1150 L.F. for service line w/o SB-2 Backfill, 115 each @______________________ 00 ' (S ) per ea. S a� Oon B. Double Service Connections utilizing approx- ' imately 400 L.F. of Service Line w/o SB-2 backfill, 40 each @ �_S ($ did= per ea. $ DODr7 ' 5. *BACKFILL BASE: Within Type II (non -paved) Street Sections for All BID ITEMS - 900 ton (9 /n °� ) per ton $ �D Li ' *Truck tickets must be signed on site by Contractor's representative with date, station location, and use. SB-2 to be used as Backfill in Type II Crossings, full depth of Trench to Street subgrade at one (1) foot ' Back -of -Curbs. 1 2 I1 I ... I I Ii I I I I C I 6. TYPE I ROAD CROSSINGS -- All replacement mate- rials for all Mains and Service Lines Crossings, including concrete curb and gutter and SB-2 Base backfill and Pavement per Detail Sheet No. 2 of the Appendix of these specifications, measured along the centerline of Mains and Lines as follows: A. B. Asphaltic cement (2" minimum) street a'' . drivewayyace, 1800�d- g_4_�.ld (3 ) Per L.F. C. Concrete Street sutJace,(,(ninimum 6"), 250 L.F. @ Per L.F. D. Exposed aggregate concrete driveway surface, 35 L.F. @ (S ) per L.F. 7. SIDEWALK CONSTRUCTION: 4' wide by 4" thick concrete sidewalk surface replacement, 500 L.F. (S ) per L.F. 8. MAIN CONNECTIONS: Subsidiary to Bid No. 8 is the abandonment of existing mains by removing old gate valves, cutting old mains, and plugging the Live end of old main. Tapping Sleeve with Gate Valve and Box with concrete collar, complete in place as follows; A. 4" x 4" with 6" x 4" reduc r; 3 each °-° ) per ea. $ Co Co $ • B, 6" x 6"; 11 eachh &Ll per ea. $!:�DC= ' C. 6" x 6" with 8" x_6" reducer; 1 each per ea. S 1 3 - 111 CONTRACT.A 89-2 - WATER DISTRIBUTION SYSTEM I. i D. 8" x 6"; 33 ea h ($ /f8,,2-9-- ) per -ea. $ S SlDD E. 8" x 8"; 1 each (S /%oe ) per ea. $ 900 ' F. 12" x 6"; 3 each • @ ttt1 1/ % 0O ._.. _. ) Per ea. .,$a._ SaD' =.v.- ,. G. 24" x 6"; 1 each OdL CD I /I ($ 4(06o .°0• - ) per ea. $ OQD H. 2" x 2".Connection with 2" Gate Valve, 2 ' each 0 O $ OBD 9. BLOW -OFF: Furnish and Install Blow -Off Assembly ' per plans and specification, complete in place, Blow -Off Ass m ly -- 5 each @ S0—°— ) per ea. $ C5 00 10. BORE CROSSINGS: A. RAILROAD: Furnish and install 16" O.D. ' welded steel casing for 6" water main per plans and specifications and in accordance with "ARKANSAS & MISSOURI RAILROAD COMPANY • REGULATIONS", complete in lace; 1 each @ �l/�"°� Yom-• �i - W. C._J: � •. (S ooO`!-= ) per L' S: Li I C II [I I B. U.S. HIGHWAY 71: Furnish and: install 16" O.D. welded steel casing for '6" water main per plans and specifications and in accor- dance with "AHTD REGU ATION pomp e e in - place; 1 each @ 5 ( T ffi_)per L.S. C. CATO SPRINGS ROAD: Furrasii and install 16" O.D. welded steel casing for water main at Coleman Street per plans and specifications and in accordance with "AHTD REGULATIONS", complete i place, 50 L.FD0@ %0 $ %D ) per L.F 4 Rev. 4/16/90 ::"YP/)An . $ a Ii i ' 11. CREEK CROSSING: Creek crossing encased in concrete per plans and t specifications; 4 each shall be subsidiary to other items of the contract @ Subsidiary to other items of this Contract I. ($ N/C ) per ea. 8 N/C 12. 4" SANITARY SEWER SERVICE REPAIRS: The Con- tractor shall make every attempt not to damage I. existing house services. An effort to reflect the approximate locations of said services and the sewer main collectors has been made but such ' locations are not guaranteed. Out of a total of 86 services to be crossed, it is estimated that approximately 50% of these will be damaged; the Contractor shall provide all materials and labor to properly repair all damaged services; 4" sew- er w- er service repairs, 43 each @ yW..CL�s �n.C� , $ 0%5 TOTAL WATER SYSTEM CONSTRUCTION _`_'% 17S� NOTE TO. CONTRACTOR: A reasonable estimate of SB-2 Trench Backfill under Type II Crossings have been estimated by the Engineer to be 800 TON. This Contract will pay a unit price per Delivery ticket P TO 900 TON. Additional Amounts of SB-2 Backfill to fulfill this CONTRACT shall be considered OVER -RUNS AND Subsidiary to other BID ITEMS of the Contract. 1 5 I I CITY OF FAYETTEVILLE. PROJECT NO, A 89-2 SUMMARY OF BID ITEMS WATER DISTRIBUTION SYSTEM . . . . . . . . . . . . S 9 9>S ao na TOTAL PROJECT CONSTRUCTION COST 8 a TOTAL OF BID: t (Amounts are to be shown in both words and figures. In case of discrepancy, the amount in words will govern;-) The above unit prices shall include all labor, materials, ' bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. ' Bidder understands that the Owner reserves the right to reject any or all bids and to waive any Informalities in the bidding. I. the bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days after the scheduled closing time for receiving bids. I I F I C I I I I Ii Upon receipt of written notice of the acceptance of this bid, Bidder will execute the formal contract attached within ten (10) days and deliver a Surety Bond or Bonds.. The security attached in the sum of (B Fis 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. (SEAL - if bid is by Corporation) Respectfully Submitted: By: Business Address and Zip Code I 1' ' B 1 PROJECT Bentonville, AR I. Rainbow Curve Bentonville, AR Blackwell MSE Conway County,AR I. Pottsville, AR ' Ola, AR ' Hanover Sub. Div. Bentonville,1AR City of Paris, AR 1 Majestic Lodge ' Hot Springs, AR CONSTRUCTION COMPANY, INC. (501) 767-9304 • 127 FRONA DRIVE • HOT SPRINGS, ARKANSAS 71913 PROJECT RESUME' CONTRACT TYPE OF AMOUNT WORK $204,975 Sewer relocation 95,135 Water main ENGINEER CEI Engineers 110 West Central Suite 300 Bentonville, AR 72712 501-273-9472 CEI Engineers 70,239 Water system Mayes,Suddorth & improvement Ethridge, Inc. P.O. Box 5471 N. Little Rock, AR 72119 501-372-0501 62,991 Water line extension Perkins & Associates 1021 West Main St. Russellville, AR 72801 501-968-1885 75,492 Water system improvement Perkins & Associates 188,700 Water & sewer CEI Engineers 209,683 Water system improvement Uerling & Associates P.O. Box 3290 Ft Smith, AR 72913 116,428 Sewer improvements Alford Engineering Co. 600 -M -Main Hot Springs, AR 72913 501-624-1195 I I F 1 ' PROJECT Izard County Melbourne, AR ' Mena, AR CONSTRUCTION COMPANY, INC. (501) 767-9304 • 127 FRONA DRIVE • HOT SPRINGS, ARKANSAS 71913 RESUME' CONTINUED CONTRACT AMOUNT $ 266,410 108,773 Tri-County 393,355 Gum Log Russellville, AR Highway 70W & 88 46,364 Hot. Springs, AR Tontitown, AR 60,188 Champion Golf & 1,.500.000 Rogers, AR Mount Ida, AR 327,560 TYPE OF WORK ENGINEER Water line Miller -Newell Engs.LTD Installation 308 Walnut St. Newport, AR 72112 501-523-6531 Water & sewer Engineering Services, Inc. relocation 1207 So. Old Missouri Rd P.O. Box 282 Springdale, AR 72765 501-751-8753 Water line Perkins & Associates,Inc. extension I -40 -Hwy 331 North P.O. Box 219 Russellville, AR 72801 501-968-1885 Water line Affiliated Engineers, Inc. reloaction 1600 Ridgeway Blvd P.O. Box 1299 Hot Springs, AR 71902 501-624-4691 Water line McGoodwin, Williams & Yate extension 909 Rollings Hills Drive Fayetteville, AR 72703 501-44.3-3404 Water line CEI Engineering, Inc. & sewer 110 W. Central Suite 300 Bentonville, AR 72712 501-273-9472 Raw water Transmission Engineering Services, Inc 1207 S. Old Missouri Rd. P.O. Box 282 Springdale, AR 72764 501-751-8733 ' B CONSTRUCTION' COMPANY, INC. (501) 767-9304 • 127 FRONA DRIVE • HOT SPRINGS, ARKANSAS 71913 I. RESUME' CONTINUED CONTRACT TYPE OF PROJECT AMOUNT WORK ENGINEER ' Fish Hatchery $133,980 Hatchery Matthews Engineers, Inc. Hot Springs, AR renovation 1134 Malvern Ave ' Hot Springs, AR 71901 501-623-5080 Sulphur Hill 312,726 Water system Malone & Associattes Garland & Hot improvements 130 Hobson Springs County,AR Hot Springs, AR 71913 501-624-2892 Ouachita Treatment Plant 66,367 Water treatment Affiliated Engineers I. plant 1600 Ridgeway Hot Springs, AR 71901 501-624-4691 Missouri Pacfic 205,222 Waste water Matson, Inc. Little Rock, AR line P.O. BOx 2557 East & McLean Sts. I. Little Rock, AR 72203 501-376-2465 Bull Shoals, AR 174,275 Sanitary Engineering Services, Inc. ' sewer 1207 So. Old Missouri Rd P.O. Box 2.82 Springdale, AR 72765-0282 501-751-8733 Nashville, AR 286,745 Utility RAS Consulting Engineers ' installation 4415 Jefferson Ave Texarkana,. AR 75502 501-773-9967 'Bentonville "J" St. 294,889 Relocation CET Engineering Bentonville, AR 1 PROJECT Horsehead Water ' Clarksville, AR Hot Springs, AR I. 1 CONSTRUCTION COMPANY, INC. (501) 767-9304 • 127 FRONA DRIVE • • HOT SPRINGS, ARKANSAS 71913 RESUME' CONTINUED CONTRACT TYPE OF AMOUNT WORK $ 87,780 Relocate Water nines 490,423 Water Dist System k P' ENGINEER W. William Graham, Jr., I; Consulting Engineers 100 N. Rodney Parham Rd Suite 2B Little Rock, AR 72205 501-227-0078 Alliliated Engineers, Inc. Consulting Engineers 1600 Ridgeway Blvd. Hot Springs, AR 501-624-4691 , . 4. A.I.A. Document No. A-310 (February 1970 Ed.) r,. caFIREMAN S FUND INSURANCE COMPANY THE AMERICAN INSURANCE COMPANY NATIONAL SURETY CORPORATION FM ASSOCIATED INDEMNITY CORPORATION DcVRAJ4pflu AMERICAN AUTOMOBILE INSURANCE COMPANY BID BOND I '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 as Surely, hereinafter called the Surety, are held and firmly bound unto- :- City of -Fayetteville 1 as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%)- of amount bid----------- --------------------------------------------------------------- Dollars ($5% of amt bid) ' for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. ' WHEREAS, the Principal has submitted a bid for [dater Main Replacement City of Fayetteville Fayetteville, Arkansas NOW, THEREFORE, if the Obligee shall accept the hid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the laithful performance of such contract and for the prompt payment of labor and- material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the ' Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. I C Ii L I .1 Signed and sealed this 18th day of April BB&B Construction Company, Inc. Fireman's Fund Insurance A. 360541-4-75 Barbara t4orehart Attorney in ';`` GPOWEROF ATTORNEY FIREMAN'S FUND INSURANCE COMPANY 'KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY, a Corporation duly organized and existing under the laws of the State of California, and having its principal office in the County of Mann, State of California, has made, constituted andappointed, and does by these presents make, constitute and appoint _ RAYMOND HAYNIE, BARBARA MOREHART, DALENA MOURTON and HELEN RUTH BALL I. jointly or severally HOT SPRINGS, AR its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertaking, recognizances or other written obligations in the nature thereof -------------------------------------- 1 and to bind the Corporation thereby as fully and to the same extent as if such bonds were signedby the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now in full force and effect. I C "Article VD. Appofatmest gad Authodl ofReddent Secretarfes, AStone ede-iactand Agents to accept legal Protrcaad MaieAppearances. Section 45. Appofetmcat. The Chairman of the Board of Directors, the President, any Vice -President or may other person authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice -President may, from time to time, appoint Resident Assistant Secretaries and Attorneys-In•Faat'to reprexmaad act for and on' behalf of the Corporadon and-Agenii to accept legsi proem Sd IiakCappanaees (Dried OS( I1 of - '- Corporation. Section 46. Aothodty. The authority of such Resident Assistant Secretaries, Attoneys4ii-Fact and Agents shag ben prescribed In the lustrament evidencing their appointment. Any suck appointment and all authority granted thereby maybe revoked at any time by the Board of Directors or by any person empowered to make such appoiutmeatr ' This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND • INSURANCE COMPANY at a meeting duly called and held on the 7th day of August, 1984, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice -President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation:' ,IN WITNESS WHEREOF, FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Vice -President, and its corporate • seal Lobe hereunto afPoiedthis 2nd day of June 19 89 .,.o ¢ �,,, FIREh 1'S FUND INSURANCE COMPANY dm STATE OF CALIFORNIA ' COUNTYOFMARIN Onthis 2nd dayof June 19 89 , beforemapersonally came R. D. Farnsworth to me known, who, being by me duly sworn, did depose and my: that he is Vice -President of FIREMAN'S FUND INSURANCE COMPANY, the Corporation ' described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was anaffixed by order of the Board of Directors.of said Corporation and that he signd his.name thereto by tike order. _. IN WITNESS WHEREOF. I have hereunto set my head and affixed my official seal, the day and year herein first above written. !tsitststrssttstummIInsannanaanrnnntttaw 'OFFICIAL SEAL L AA VANDEV0RTy�2 �Qti` _ �' NOTARY PUBLIC. in M cinCounty CALIFORNIA Notny P"Nic ' - Principal Office in Mann County My Canmirrisrt Ixpins Aug. 28, 1992 CERTIFICATE Itsnraanntrnrm/alatr)IlaarnUf gaBaatgnanpaaqJJ STATE OF CALIFORNIA �• •.RI COUNTY OF MAN I, the undersigned, Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY, a CALIFORNIA Corporation, DO HEREBY CERTIFY that the foregoing iind attached'POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VII, Sections 45 and 46 of '• the By-laws of the,Corptirauon`and the Resolution of the Board of Directors; set forth in the Power of Attorney, are now in force. Signedand scald at the County of•Marrin: Datd the 18th dayof April .1990 Y ,`'4YA '' + z 4 �'ce N+N;, ReaemrAWaam aranarr r V � 26Cff2—Ft—fl-fl +l - Ar5t I C I I I I I H I NOTICE OF AWARD Dated June 25, 1990 TO: B. B. & B. Construction Company,'Inc. ADDRESS: 127 Frona Drive Hot Springs, Arkansas 71913 OWNER'S PROJECT NO. A 89-A PROJECT: Water Line Replacement OWNER'S CONTRACT NO. BID No. 90-17 CONTRACT FOR:Water Line Replacement _ Group A 89-2 You are notified that your Biddated April 18, 1990 for the above Contract has been considered. You are the apparent successful bidder and have been awarded a contract for Water mains, gate valves, fire hydrants, street crossings and other appurtenances. The Contract ,975.00). Price of your contract is ollars Three copies of each of the ':proposed Contract Documents (except Drawings) accompany this Notice of Award. Three sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the ' within fifteen days of the date by July 10, 1990. C r I C following conditions precedent of this Notice of Award, that is 1. You must deliver to the OWNER three fully executed un coterparts of the Agreement including all the Contract Documents. This includes the triplicate sets of Drawings. Each of the Contract Documents must bear'' your signature on the cover page 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Information For Bidders. I I I 3. (List other conditions precedent). "AWARD OF CONTRACT" is subject to the following items to which THE CONTRACTOR AGREES when and by signing the "CONTRACT"; A. SEGMENT No. 6: Construct Water Main along the South side of Prairie Street instead of North side for approx. 140 L.F. B. Install additional new Fire Hydrant Assembly adjacent to new main constructed at locations designated by the City Representative at Pre -Construction Conference C. Construction of Segments, or !Parts of Segments, shall be performed in a Prioritized order set forth by the City at ' the Pre -Construction Conference_._ D. DELETIONS: City shall have the right to delete any portion ' of project for Budget Purposes_ E. SEGMENT No. 15: Construct water main within Street Right - of -Way on'North side Stone between Cross and Lewis Avenue. F. City shall reserve the right to relocate main during the Construction Phase without change to Bid Prices. ' G. Insurance And Bonding Certificates as required in "INFORMATION FOR BIDDERS". Failure to comply with these conditions within the time specified will entitle OWNER to consider your: bid abandoned, to annul this ' Notice of Award and to declare your Bid Security forfeited. Within ten days after you comply with :those conditions, ' OWNER will return to you one fully signed counterpart of the Agreement with the Contract Documents attached. 1 CITY OF FAYETTEVILLE, ARKANSAS (Owner) BY• S+4�.� Engineer For City of Fayetteville (Title) Copy to ENGINEER (Use. Certified Mail, Return Receipt Requested) 1 I! I __ El C0NSTRUCT;L0N•C0MPANY,_ INC. (501).767-9304 • 127!FRONA DRIVE • HOT SPRINGS, ARKANSAS 71913 1 July 6, 199O MeaMilholland Company 205 West Center Fayetteville, AR 727O1 Re: Water Main Replacement Project No. A-89-2, City of Fayetteville Bid No. 9O-17 1 Dear Mr. Milholland: I am in receipt of your notice of award dated June 25, 1990 and addressed to my company. I note that page 2 contains 7 1 additional conditions which were not included in the original contract between the parties. I have discussed. this matter, with your office and to reiterate our agreement, it is my understanding that the changes contained in these 7 conditions precedent, are changes made necessary by the availability of easements to the City. Addi-tionally, I understand that it is your representation that they will cause us no extra work and that we should be able to com- plete the project within the award amount without any extra cost to us. On that condition, I certainly have no problem with working with you on these changes or accepting the project with these changes as is. The only other problem I have is with subparagraph ND" styled "Deletions." This paragraph, states the City shall have the right to delete any portion of the project for budget pur- '.1 . poses. It is my understanding from our conversation that this section is included only so that the City may delete small por- tions- of the project if they are unable to obtain easements. Obviously, we do not want to sign away our right to the total. contract without a justifiable reason by the City. Again, obviously we intend to work with the city of Fayetteville and with you and are delighted to have this project. I do not anticipate these will cause any problems but I felt it was to necessary put my concerns into writing so that there would be no problems between us later on. I I I look forward to seeing you at our pre -work conference on Tuesday, and beginning this project within the next week or so. I am hopeful that you will see the top quality work which we do and will feel comfortable with continuing our relationship in the future. If you have any questions or if any of this is unclear, feel free to contact me at your convenience. Sincerely, Larry Brown BB&B Construction, Inc. •wrrv* /y,;,� © FIREMAN'S FUND INSURANCE COMPANY R- / //_/_ _�_ gj�►�'y[y.�7p'�(� ❑ THE AMERICAN INSURANCE COMPANY _ a ❑ NATIONAL SURETY CORPORATION ARKANSAS STATUTORY PERFORMANCE 'FJRII4ANS ❑- ASSOCIATED INDEMNITY CORPORATION - AND PAYMENT BOND INSURATICEC0MPAxIES ❑ AMERICAN AUTOMOBILE INSURANCE COMPANY We, BB&B Construction Company, Inc. as Principal, hereinafter called Principal, and _ Fireman' s Fund Insurance Company as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas _i aZs as Obligee, hereinafter celled Owner, in the amount of Two Hundred Ninety Seven Thousand Nine Hdundred Seventy Five ,i. and N0/100---------------------------------------------------------- Dollars($ 297,975.00 ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. I I I I I Principal has by written agreement dated entered into a contract with Owner for Water Line Replacement - GrouD A 89 -2 which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. This condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after twelve months from the date final payment is made on the Contract, not shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, -or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the i. y. - - Surety or Sureties of any such alteration, extension or forbearance being hereby waived. -'t, ' In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this 360308-10-87 day of By 19 . s pany - n�fact . s�.�•.i f .�� jam. POWER OF ATTORNEY FIREMAN'S FUND INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY, a Corporation duly organized and existing under the laws of the State of California, and having its principal office in the County of Maria, State of California, has made, constituted and appointed, and does by these presents make, constitute and appoint RAYMOND HAYNIE, BARBARA MOREHART, DALENA MOURTON and HELEN RUTH BALL jointly or severally HOT SPRINGS, AR its true and lawful Attorney(s)-in-Fact, with full power and authority herebyconferred in its name, place and stead, to execute, seat, acknowledge and deliver any and all bonds, undertaking, recognizances or other written obligations in the nature thereof and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Thispowerofattorney is granted pursuant to Article VII, Sections 45 and 46 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now in full form and effect. "Article vu. Appsngmentaid Amko,Hy ofResldent Srcmasrb, Attomey4sr-Fact andAlln& Si, ni accept Legal and MakeAppeaneo,, Section 45. Appointment. The Chairman of the Board of Directors, the-Prddeat, any Via -President or say other person anthorfud by the Board of Directors, the Chairman of the Board of Directors, the Predldem or any Vice -Pre dat may, from data to time;. appoint Resident Assistant Secretaries sod Attorneysdn-Fact to represent and act for and on behalf of the Corporation and Ages" to accept legal pro oear and make appearances for and on behai of the Corporation. _ . Section 46. Author/fy The authority of such Redden Assistant Secretaries, Attorneyaae-Faet and Agents shall bear prescribed In the Instrument evidendng their appointment. Any such appointment and o0 authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment." This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY at a meeting duly called and held on the 7th day of August, 1984, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice -President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation:' ,IN WITNESS -WHEREOF, FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Vice -President, and its corporate arilto'tiehereuntoaffixedthis 2nd day of June 19 89 --- STATE OFi Si. Onthis 2nd day of June , 19 89 ,beforemepersonalycame R. D. Farnswo2 'tome known, who, being by me duly sworn, did depose and say: that he is Via -President of FIREMAN'S FUND INSURANCE COMPANY described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written. p OFFICIAL SEAL • i. AL VANDEVORT ' . NOTARY PUBLIC•CALIFORNIA ' Principal Office in Mona County Mr Commission Expbu Aug. 28. 1992 'STATE OF CALIFORNIA COUNTY OF MARIN I, the undersigned, Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY, a CALIFORNIA Corporation, DO HEREBY CERTIFY that the foregoing and ettiiched POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VII, Sections 45 and 46 of ' the By-laws ofthe Corporation,'and the Resolution of the Board of Directors; set forth in the Power of Attorney, are now in force. vr-'sa ,a Signed and-ueledatihe County oltMarin. Dated the day of , 19 _, •:e tiST ,�„ amdm Am5ootSmeur 360712-FF-ua7 � 1_ CERTIFICATE m, Nas,r Poste A/:/11:1, CERTIFICATE OF INS 3 - .,.__._ T.._._._ _____ _.._.�.. PRODUCER First Arkansas Insurance P. 0. Box 6049 Hot Springs, AR 71902 F CODE SUB -CODE INSURED BB&B Construction Company, Inc. 127 Frona Drive Hot Springs, AR 71913 ISSUE DATE (MM/DD1YY) URANCEv _ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE COMPANY LETTER T............4«.....f ..T r,._. n_.______ COMPANY Transportation Insurance LETTER B COMPANY LETTER C Valley Forge Insurance Company COMPANY D - - LETTER Hartford Accident & Indemnity Company COMPANY E LETTER ✓ERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE `POLICY EXPIRATION _ TYPE OF INSURANCE - POLICY NUMBER DATE (MM/DO/YY) I DATE (MM/DD/YY) ALL LIMITS IN THOUSANDS GENERAL LIABILITY A X COMj I - j } GENERAL AGGREGATE E 1,000, MERCIAL GENERAL LIABILITY I 1 I PROD$; COMP/OPS AGGREGATE $ 500, l CLAIEI MS MADOCCUR p _ I PERSONAL A ADVERTISING INJURY E 500,_! IOWNER'S & CONTRACTOR'S PROT, 0060899980 8-2-89 8-2-90 EACH OCCURRENCE $ 500 � ( FIRE DAMAGE (Any one fire) I $ 50, _ ; MEDICAL EXPENSE (Any one person) $ T� 5, �Ij �AUUTT�OMOBILE LIABILITY I COMBINED i B I X I ANY AUTO 106089985 I} 8-Z-89 { 8-2-90 LIMIT S 1,000, }'--{ ALL OWNED AUTOS { BODILY I i. I (PeUR�^� SCHEDULED AUTOS I I i Iy I (Per person) I HIRED AUTOS i I I BODILY ��'"''''' NON -OWNED AUTOS INJURY $ I (Per accident)' GARAGE LIABILITY { PROPERTY _� $ i� DAMAGE i- I _ J- ? EXCESS LIABILITY M EACH AGGREGATE OCCURRENCE .^ 706089982 - 8-2-89 8-2-90 1 $ 1,000,.}$ f000f}$ 1,000, OTHER THAN UMBRELLA FORM y WORKER'S COMPENSATION STATUTORY DI AND 38WEN7270 9-1-89 9-1-90 fj E .500_ (EACH ACCIDENT) j EMPLOYERS' LIABILITY SOD, (DISEASE POLICY LIMIT) _____j__, - I I $ 500, (DISEASE -EACH EMPLOYEE) OTHER ' .__-_-_ _ ... A]Installation Floater 906089981 - 8-2-89' ' 8-2-90 $297,975.00 $250.00 Ded. I 3 I 1 DESCRIPTION OF OPERATIONS/LOCATIONSlVENICLES/RESTRICTIONSISPECIAL ITEMS Water Line Replacement Group A 89-2-, Fayetteville, AR CERTIFICATE HOLDER CANCELLATION - - —.._.�_, ,-_ _ .. _ _ I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Fayetteville EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO c/o Milholland Company It MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 1Engineering & Surveying ` LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR 205 W. Center LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES, Fayetteville, AR 72701 AUTHO ��p0 REPRESENTATIVE CORD 25-S 3/88 - () _____ ©ACORD CORPORATION 1988 S M,//'\"® INSURANCE BINDER ( ISSUE DATE (MM/DD/YY) _ 6-29-90_ _ THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM PRODUCER I COMPANY BINDER NO. Valley Forge Ins. Co. 1 Z_�___ First Arkanss Insurance EFFECTIVE EXPIRATION P.O. Box 6049 DATE _IT DATE TIME. 6-29-90 112:01 Hot Springs, AR 71902 x AM 7-29-90 X 1201 AM PM I NOON THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY PER EXPIRING POLICY NO: SUB -CODE DESCRIPTION OF OPERATIONS/VEHICLES/PROPERTY (Including Location) JODE SURED City of Fayetteville c/o Milholland Company, Engineering & Surveying 205 W. Center { AR 72701 Fayetteville, VERAGES s:� ALL LIABILITY. LIMITS IN THOUSANDS TYPE OF INSURANCE COVERAGE/FORMS AMOUNT DEDUCTIBLE I COINSUR. ROPERTY CAUSES OF LOSS BASIC rJ BROAD1_1SPEC.j ENERAL LIABILITY i GENERAL AGGREGATE I $__5007000 PROD. - COMP/OPS AGGREGATE II $ COMMERCIAL GENERAL LIABILITY ' I CLAIMS X MADE OCCUR{ I PERSONAL & ADVTSNG. INJURY $ 'X OWNER'S 8 CONTRACTOR'S PROT. fj EACH OCCURRENCE s500,000 $ 711 FIRE DAMAGE (Any one lire) I RETRO DATE FOR CLAIMS MADE: MED. EXPENSE (Any one person) $ AUTOMOBILE I ALL VEHICLES SCHEDULED VEHICLES LIABILITY 111--' CSL I $ _ BI PERS/ACCID $ NON/OWNED I jPD $ HIRED ' MED. PAY I' GARAGE PIP I$ ] AUTO PHYSICAL DAMAGE UM $ r ' ! ALL VEHICLES _ SCHEDULED VEHICLES ' _____jACV COLLISION DED.^ _ .__. I _ -{ STATED AMOUNT I $ OTCOED: r �OTHER i CESS LIABILITY EACH AGGREGATE ( SELF -INSURED y UMBRELLA FORM OCCURRENCE t RETENTION i OTHER THAN UMBRELLA FORM f RETRO DATE FOR CLAIMS MADE: 4 WORKERS COMPENSATION : STATUTORY �'"-----�___-------�-_V AND i $ ACCIDENT) EMPLOYER'S LIABILITY _(EACH $ (DISEASE -POLICY LIMIT) r ,$ (DISEASE -EACH EMPLOYEE) PECIAL CONDITIONS/RESTRICTIONS/OTHER COVERAGES Water Line Replacement Group A 89-2 Fayetteville, AR iAdd'l Insured - Milholland Company -Engineers ADDRESS „. _ ..a._ -,- -, .. . MORTGAGEE ( ,ry ₹^ i j ADDITIONAL INSURED �1 LOSS PAYEE City of Fayetteville 1 1 'c/o Milholland Company LOAN# Engineering & Surveying 205 W. Center AU 0 IZED REPRESENTATIVE Fayetteville, AR 72701 - _.-._- - -----____ - - r ...j ____ -�„ CORD 75-S (2/ © ACORD CORPORATION 1988 CONDITIONS This rump: na• i nCs &.he kinc;:a of •I:,.tr.. i -lipr'atE'd Cl" th^ levcrac sic,: 11":•lsurnnt .o i> ; ..]H1C. li' voric II:R,- av r: TI IIat ❑rlj I]` i'ta hl.11l iii, v, 'I•. ;.J r'1. I'1 I.• •, l . ti' f:!111 - Ili It( i, I• t ]i1S. I "<'I ••.• ;, t' 1„ r ! . •' I 1 r.11 i' ;1 •: 2 l� I ti .. ,.. i ••.r t' . . I ,i r I. •. i I •: I •I .i I•, .. •I. •• �•�;•. i . i u I mot I I' ,.11lll - I;I tI.• I, •lrl.•I ��I : I) I'] 7`. II LA •II1' 11:+i' I:I i', V �.^Iu In APPLICABLE IN NEVADA Any person who refuses to accept a binder which provides coverage of less than 51.0;10.000.00 when proot is required: (A) Shall be fined not more than $500.00. and (B) is liable to the party presenting the binder as proc' of insurarce 'or actual damages sus- tained therefrom. AW:J 7}S 2 3E •1 •CONTRACT ' THIS AGREEMENT, made this k. day of 19 , by and between the CITY OF FAYETTEVILLE, (Corporate Name of ' Owner) herein called "OWNER", acting herein through its (Title of authorized Official) and ' B. B. & B. CONSTRUCTION CO., INC.' (a corporation)•$axpt&tx8rt�txitKip#XLxhxYhflBW�tABagxdl3glixlxffi�11IxAaaNxaffi 1 I H) (STRIKE OUT INAPPLICABLE TERMS) ' of Hot Springs , County of and State of Arkansas , hereinafter called "Contractor". WITNESSED: that for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by ' the Owner, the Contractor hereby agrees with the Owner to com- mence and complete the construction described as follows: WATER MAIN REPLACEMENT PROJECT No. A 89-2 (A Unit Price Contract) ' hereinafter called the "Project", for the sum of Two.-Huhdred-Ninetv-Seven Thousand..Nirie-Huhdred Seventy Five=and 00/100+.:`dollars ($297,975..00 and all extra work in connection therewith, under the terms as ' stated in the General and Special Conditions of the Contract; and at his (its or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superinten- dence, labor, insurance, and other, accessories and services necessary to complete the said Project in accordance with the conditions and prices stated in the Proposal, and Information to Bidders; the plans, which include all maps, plats, blueprints, ' and other drawings and printed or written explanatory matter thereof; the specifications and Contract Documents therefore as prepared by Milholland Company, Engineering & Surveying, herein ' entitled the "Engineer", all of which are made a part hereof and collectively evidence and constitute the contract. H!. It • ICONTRACT is (, The Contractor hereby agrees to commence work under this Contract on or before a date to be;.specifted in a written "NOTICE-TO-PROCEBD" of the Owner and to fully complete the Project within consecutive calendar days thereafter. The Contractor further agrees to pay, as liquidated damages, the sum of 8250.00 for each CONSECUTIVE CALENDAR DAY thereafter as hereinafter provided In DIVISION I. Section 01:04 of the General Provisions and as stated in Bid Documents. The Owner agrees to pay the Contractor in current funds for the performance of the Contract, subject to additions and deduc- tions, as provided in the General Provisions of the Contract, and to make payment on account thereof as provided in DIVISION I, • Section 01:23; "MEASUREMENT AND PAYMENT". The Contractor further agrees:to allow the Owner to deduct from the FINAL Payment all chargessinvoiced the Owner by the Engineer for "RESTAKING OF CONTROL', as provided by DIVISION I, Section 01:21 of the General Provisions. 1N WITNESS WHEREOF, the parties to'{these presents have executed this contract in three (3) counterparts, each of which shall be deemed an original, on the day and',year first above mentioned. tl (SEAL) ITY F FA ETTEV LE Attu : Owner By: ('�William V. Mart' sheaay L.Th.Mar "'Zf � Mayor , Witness Title 115.W. Mountain St.- Fayetteville, AR 72701 . Business Business Address and ZIP.'Code (SEAL) B.B'. &B.. CONSTRUCTION CO INC' At at: Contractor I� By: ecre rown F� Vice President`k^3- Witnes 3« + Title (Print or type names under- 127Frona Dr., Hot Springs,'AR IN neath all signatures) Business Address and ZIP Code NOTE: Secretary of the owner should attest. If Contractor is a corporation, Secretary should attest. 2' CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned; , the duly authorized and acting legal representative of do hereby certify as follows: I have examined the attached contract(s) and surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective.parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and provisions thereof. Date: Signature I SPECIFICATION INDEX I .1 I C I L I I DIVISION 1 - GO SECTION - 01 -02 03 -04 -05 -06 -07 -Os -09 10 11 12 13 14 15 16 -17 -1! IERAL PROVISIONS General Description Legal Address of Owner Verification Liquidated Damages Safety Office and Sanitary Facilities Construction on Private' Property Notification of Utility Companies Co -Contractor Bids Bid Procedures Schedule of Operations Rights -of -Way on Private Property Protection and Maintenance of Public Maintenance of Traffic Pavement Removal and Replacement Barricades and Lights Fences Progress Photographs and Private Property - 19 Responsibility of Contractor for Backfill - 20 Testing - 21 Baselines and Benchmarks - 22 Classification of Excavated Material - 23 Measurement and Payment, DIVISION 2 - GENERAL PIPE INSTALLATION SECTION - 01 Cleaning - 02 Inspection - 03 Laying Pipe DIVISION 3 - EARTHWORK SECTION - 01 Scope - 02 General Requirements - 03 Trench Excavation 04 Tunnelling and Boring - 05 Rock Excavation - 06 Backfilling - 07 Stream Crossings 08 Protection of Trench Backfill in Drainage Courses - 09 Disposal of Excess Excavated Material - 10 Paved Surfaces - 11 Grading and Seeding 12 Resodding - 13 Preservation of Trees and Shrubs - 14 Removal of Water 15 Measurement and Payment 16 Water Line and Sewer Line Separation 17 Pipe Embedment 18 Trench Backfill 19 Grubbing and Cleaning - 20 Road, Railroad, Pipeline, and Utility Service Crossings I DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS SECTION - 01 Pipe Laying - 02 General - 03 Tie Ins • - 04 Jointing - 05 Pipe Insulation - 06 Reaction Anchorage and Blocking - 07 P.V.C. Pipe Installation DIVISION 4A - P.V.C. PIPE CONSTRUCTION & MISCELLANEOUS SPECIFICATIONS SECTION - 01 Ties - 02 Tracer Wire 03 Trenching - 04 Curve Pipe Installation - 05 Fence Maintenance 06 Final Tests - 07 Special Bedding - 08 Clean -Up - 09 Additional Materials' E L C I I J DIVISION 5 - PRESSURE AND LEAKAGE TESTING SECTION - 01 Scope - 02 Disinfection - 03 Bacteriological Samples DIVISION 8 - IRON PIPE AND FITTINGS SECTION BA- DUCTILE IRON PIPE AND FITTINGS SECTION - 01 Scope - 02 Ductile Iron Pipe SECTION 8B - CAST IRON PIPE AND FITTINGS SECTION - 01 Scope - 02 Cast Iron Pipe SECTION 8C - HANDLING SECTION 80 - CUTTING PIPE SECTION BE - ALIGNMENT OF BELL AND SPIGOT PIPE SECTION BF - REACTION ANCHORAGE AND BLOCKING DIVISION 9 - VA SECTION - 01 -02 -03 04 -05 -06 _VES Scope Material Installation Valve Keys Valve Operating Wrench Check Valves I Ii I I I I ri '' I 1 DIVISION 10 - PLASTIC PIPE AND FITTINGS SECTION - 01 Scope . - 02 Installation of Pipe 03 Jointing - 04 P.V.C. Pipe and Fittings - 05 Standards - 06 Warranties - 07 Handling - 08 Cutting Pipe - 09 Cleaning - 10 Inspection DIVISION 12 - STANDARD MANHOLES SECTION - 01 Standard Manholes DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE SECTION - 01 Right -of -Way Requirements - 02 Street Width - 03 Sub -Base Preparation` - 04 Base Material - 05 Base Material Preparation - 06 Surface Course - 07 Compaction - 08 Curbs and Gutters - 09 Sidewalks - 10 Dedicated Streets - 11 Concrete Structures - 12 General Comments 13 Street Extensions 14 Sub -Base Preparation DIVISION 21 - GENERAL COMMENTS REGARDING CONSTRUCTION SECTION - 01 Warped or Sloping Sections - 02 Banks 03 Natural Drainage 04 Street Inspections - 05 Engineering Certification - 06 Utilities' Coverage DIVISION 22- CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFI' CITY OF FAYETTEVILLE SECTION - 01 Scope - 02 Concrete Street Structures - 03 Subgrades - 04 Minimum Thickness of Sidewalks and Drives - 05 Minimum Width of Sidewalks - 06 Placement of Concrete Pavement - 07 Expansion Joints - 08 Turn Radii - 09 Pozzilith 10 Temperature During Concrete Pouring 11 Vibrator 12 Bidder Responsibility '� DIVISION 23 - TESTING SECTION - 01 Scope - 02 Material Types, Testing Procedures and Standards DIVISION 24 I - STORM DRAINAGE OR STORM SEWERS SECTION - 01 Storm Drains - 02 Natural Drainage - 03 Storm Drainage Design - 04 Concrete Pipe Requirements - 05 Corrugated Metal Pipe - 06 Surface Drainage - 07 Special Gasketing and Sealing Materials DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE SECTION - 01 Description 02 Materials - 03 Laboratory Tests and`Cement Content - 04 Construction Methods` - 05 Maintenance - 06 Method of Measurement - 07 Basis of Payment H DIVISION 1 - GENERAL PROVISIONS I SECTION 01-01: GENERAL DESCRIPTION..: The work to be performed under these contract documents consists of the furnishing of all labor, materials, equipment, .tools, ,superintendence, and all other services necessary for the construction of the project as shown on plans. SECTION 01-02: LEGAL ADDRESS. OF OWNER, The legal address of the U Owner shall be as shown on the cover sheet of the specifications. SECTION 01-03: VERIFICATION. Data concerning surface features, present obstructions on or near site, locations of pipes, roads, ' etc., have been obtained from sources the Engineer believes reli- able, but accuracy of such data is not guaranteed and is fur- nished solely for the accommodation of the Contractor. Use of such data is made at the Contractor's risk and no additional allowance will be granted because of the Contractor's lack of knowledge of existing conditions. The Contractor shall be responsible for the verification of all measurements shown on the drawings and/or other new construction on the premises. Each bidder is required to form his own opinion of the character of the materials and of other conditions to be encountered from an ' inspection of the area, from his own interpretation of test -hole information and from such investigation as he may care to make. SECTION 01-04: LIQUIDATED DAMAGES. Liquidated damages will be assessed in the event of an overrun of time required to complete the work described by these specifications in the amount set ' forth in the "ADVERTISEMENT -FOR -BIDS". The Engineer shall main- tain a record of "Consecutive Calendar Days" and "Non -workable Days" from date of "NOTICE TO PROCEED". If construction progress is delayed by acts of God and beyond the control of the Contrac- t tor, an extension of Construction Time may be requested by Con- tractor. Contractor shall pay such damages to owner prior to acceptance of the construction by the Engineer. ' SECTION 01-05: SAFETY. contractor shall comply with the Occupa- tional Safety Health Standards Act of 1964, and the latest nevi- ' sion thereof. SECTION 01-06: OFFICE AND SANITARY FACILITIES. A construction office will be needed as required by, the Contractor when required ' by law. Sanitary facilities will be required as needed to con- form with city or county ordinances or rules. I 7 I H 1 DIVISION 1 - GENERAL PROVISIONS 1 SECTION 01-07: CONSTRUCTION ON PRIVATE PROPERTY. A permanent construction easement shall be provided by the owner for con- struction improvements across, private property, as shown on the easement plans, to be provided by the Engineer to the successful ' bidder. The Contractor shall not damage or destroy obstructions within area. Satisfactory settlemenf for such damage shall be made by the Contractor directly to the property owner. Pave- 1 ments, drains, fences, driveways, wells, septic tanks, lines, and etc. shall be restored, immediately following construction of the project, to the original condition thereof as determined and approved by the Engineer. The Contractor shall conduct his work ISO as to interfere as little as possible with traffic. The Con- tractor shall consider Section 01-14: "MAINTENANCE OF TRAFFIC", of these specifications as pertaining to this area also. 1 1 L L L I L L L I 1 IA Existing underground and/or overhead utilities are not always shown on the project plans. The Contractor shall coordinate with all utility companies at a preconstruction conference prior to starting construction. The Contractor shall cooperate with all utility companies in an effort to protect existing utilities. Any variation or elimination of construction and temporary construction easements shall be reflected on the construction plans. SECTION 01-08: NOTIFICATION OF UTILITY COMPANIES. The Contractor is responsible for informing utility companies 48 hours prior to start of construction for the purpose of locating existing utilities. The Contractor is responsible for any and all damage to utility lines he might damage in the course of construction; furthermore, the Engineer shall not be held liable for said damages. SECTION 01-09: CO -CONTRACTOR BIDS. In the case of two contractors working on the same job, each contractor shall be responsible for coordinating his work schedule with the other contractor. Each Contractor shall be. responsible for any damage done to his respective work by the other contractor. The Engineer shall not be held responsible for any damages of any kind. ' SECTION 01-10: BID PROCEDURES. The Contractor shall bid said project in accordance with construction documents and proposal included. Extra compensation for any unit of construction must be itemized in the proposal and included with the bid. I. SECTION 01-11: SCHEDULE OF OPERATIONS. Before work is started, the Contractor shall prepare a detailed schedule of all construction operations that shall not only indicate the sequence of work, but also the expected time of starting and completion of each part. The schedule shall be submitted to I. the Engineer for approval. If conditions beyond the control of the Contractor justify, and the Owner approves a deviation from the above expected time, the Contractor shall service the construction schedule in accordance with the approved change. The Owner may require the Contractor to add to his construction forces as well as increase his working hours if operations fall behind the approved schedule to an extent that the completion of work within the specified time appears to be doubtful. Connections into the existing facilities shall be so done as to make the least possible interruption to the normal functioning of existing facilities. The timing of this work shall be planned by the Contractor and authorized by the Owner or his agent before proceeding. Residents and users of existing utilities shall be notified by the Contractor 24 hours in advance of service interruptions. ' -2- I I SECTION 01-12: RIGHTS -OF -WAY ON PRIVATE PROPERTY. The necessary permanent or temporary rights -of -way for the construction will be provided by the Owner. The centerline of pipe line rights -of -way across private property will be marked by the Engineer with stakes set at intervals of sight distance. s The Contractor shall be responsible for all damage to crops and other property outside of the boundaries of the rights -of -way, and shall make satisfactory settlement for the damage directly with the property owner and tenant involved, as their interests may require. SECTION 01-13: PROTECTION AND MAINTENANCE OF PUBLIC AND PRIVATE PROPERTY. The Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits; drains, and other underground construction uncovered or otherwise affected by the construction work performed by him. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, and other surface structures affected by construction operations in connection with, the performance of the contract, together with all sod and shrubs in yards and parks removed or otherwise damaged, shall be restored to the original conditions thereof as determined and approved by the Engineer. All replacements of such underground construction and surface structures or parts thereof shall be made with new materials, confirming to the requirements of these specifications or, if not specified, as approved by the Engineer. ' The Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments,. culverts, bridges, or other public or private property or facility, regardless of location or character, which may be caused by moving, hauling, or otherwise transporting equipment, materials, or men to or from the work or any part of the site thereof. The Contractor shall make satisfactory and acceptable arrangements with the Owner of, or the agency or authority having jursdiction over the damaged property or facility, concerning its repair or replacement or payment of costs incurred in the connection with said damage. The Contractor is responsible for notifying the affected governing bodies 48 hours prior to start of construction and is responsible for any and all fees. SECTION 01-14: MAINTENTANCE OF TRAFFIC. The Contractor shall conduct his work so as to interfere as little as possible with public travel, whether vehicular or pedestrial, and shall provide and maintain suitable and safe bridges, detours, or other temporary expedients for accommodation of public and private travel. Owners of private drives shall be given reasonable notice by the Contractor, before initiation of construction which would interfere with the normal passage of public or private travel, of the date and extent of construction time involved. In making open cut street crossings the Contractor shall not block more than 1/2 of the street at a time. Whenever possible, the Contractor shall widen the shoulder on the opposite side to facilitate traffic flow. Temporary surfacing.shall be provided as necessary on shoulders. -3-. I SECTION 01-15. PAVEMENT REMOVAL AND REPLACEMENT. Where surfaced streets, walks, drives or parking areas are cut, removed or damaged in the execution of the work, the Contractor shall replace all pavements or other surfacings so removed or damaged to their original, or better, state and condition, to the satisfaction and approval of the Engineer. See Details of various Road Crossings in the Appendix of these specifications. After trench backfill, the Contractor shall provide a gravel surface at least 6 inches in depth which he shall maintain until the permanent pavement is replaced or the expiration of the contract and performance bond period. The gravel shall be of the quality normally used by the Owner and shall have a size gradation that will allow dense compaction, and shall be free from lumps or balls of clay or other objectional materials. Approval of both the material and the source of supply must be obtained from the Engineer prior to delivery of any material on the site of the work. 1 Pavements constr manner and shall Crossing Details specifications. shown on project lcted of asphalt and concrete shall be removed in a careful be replaced in accordance with Type I or Type III Road as specified on Sheets 2 and 4 in the Appendix of these Concrete and asphalt shall comply with minimum requirements plans. Gravel surfaced streets shall require no paving but shall comply with Type II Road Crossings, Detail Sheet No. 3 in the Appendix to these specifications. The gravel surface as specified for Type II Road Crossings shall be replaced immediately after the trench is backfilled. A trench in a graveled street will be considered as having been repaired when the graveled surface has become stable and is at proper grade. All gravel surfacings, walks, drives or parking areas, removed or damaged, shall be replaced with new material as specified. All costs in connection with the removal and replacement of such surfacing, including the temporary gravel surface on asphalt paved streets, shall be included in the unit prices bid for the pay item affected thereby. SECTION 01-16: BARRICADES AND LIGHTS. All streets, roads, highways or other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning signs. Barricades shall also be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barracades and obstructions shall be illuminatd by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be so placed, and the work at all times shall be so conducted, as to cause the minimum obstruction and inconvenience to the traveling public. All barricades and light expenses will be paid by the Contractor. -4 -; 1. SECTION 01-17: FENCES. All existing fences which interfere with the construction operations shall be maintained by the Contractor until the completion of the work affected thereby, unless written permission is obtained from the owner thereof to leave an interferring fence dismantled for an agreed period of timei Where fences must be maintained across the right-of-way, adequate gates shall be installed therein. Gates shall be kept closed and locked at all times when not in use. On completion of the work across any tract of land, the Contractor shall restore all fences to their original or to a better condition and quality, purchasing new material to replace all materials lost, damaged, or destroyed. Temporary gates installed by the Contractor in any fence line may be left in place with the permission of the owner and tenant of the property. All materials used in fence repairs or replacements shall be approved by the Engineer. SECTION 01-18: PROGRESS PHOTOGRAPHS. Photographs of the construction work will be taken before, during and upon completion of construction. Such photographs shall be taken at the direction of the Engineer. Contractor shall provide a Polaroid camera and all required film for this purpose when requested by the Engineer. ' SECTION 01-19: RESPONSIBILITY OF CONTRACTOR FOR BACKFILL. The Contractor shall be responsible, financially and otherwise, for Ca) all I. settlement of trench and other backfill which may occur from the time of original backfilling until the expiration of one year after the date of final payment for the entire contract under which the backfilling work was performed, Cb) the refilling and repair of all backfill settlement and the repair or replacement to the original or a better condition of all pavement, top surfacings, driveways, areaways, curbs, gutters, walks, surface structures, utilities, drainage facilities, sod, and shrubbery, which have ' been damaged as a result of backfill settlement operations, and Cc) all damage claims or court actions against the Owner for any damage directly or indirectly caused by backfill settlement.. The Contractor shall make, or cause to be made, all necessary backfill replacements, or repairs or replacement appurtenant thereto, within thirty days after due notification by the Engineer or Owner. SECTION O1 -2C): TESTING. Contractor shall provide all personnel and facilities for testing systems. Owner will provide WATER for testing on the following basis: A. Pipeline and Pump Station Testing and Cleaning - A maximum of twice the capacity of all mains. B. Storage Tanks Testing and Cleaning - A maximum of twice the capacity of .all tanks. ■ Cost of additional water used shall be deducted from Contractor's Final Payment. I -5- I LJ I DIVISION 1 - GENERAL PROVISIONS • SECTION 0-21: BASELINES AND BENCHMARKS. The Contractor shall furnish competent personnel with work tools and material and shall assist the Engineer in the establishment of baselines, benchmarks, and other basic reference media needed to control the ' location and elevation of work under tF)is contract. Thereafter, the Contractor shall carefully preserve such vertical and hori- zontal control and shall make and be responsible for all measure- ments from it to the work to be done. The Contractor shall compensate the Engineer for replacing dam- aged ' controls (such as hubs and stakes for horizontal and ver- tical control) at the rate of $55.00 per hour with a minimum of $200.00 per appearance. SECTION 01-22: CLASSIFICATION OF EXCAVATED MATERIAL. Excavated material shall be classified as earth excavation and blast rock excavation. Blast rock excavation shall be composed of rock not removable by a backhoe chopping and prying action, but requiring drilling and blasting or air tools for its removal. Chert, slate, sandstone boulders less than six (61 feet in diame- ' ter, or any non -homogenous material shall not be considered blast rock, and shall not be paid as such. ' SECTION 01-23: MEASUREMENT AND PAYMENT. It is the intent of the proposal and special conditions that the total bid, as submitted, shall cover all work shown on the contract drawings and required by the specifications and other contract documents. All costs in connection with the work, including furnishing of all construc- tion plant equipment and tools and performing all necessary labor to fully complete the work shall be included in the unit and lump U. sum prices named in the proposal. No item nor work that is required by the contract documents for the proper and successful completion of the contract will be paid outside or in addition to ' the prices submitted in the proposal. All work not specifically set forth in the proposal as a new item shall be considered a subsidiary obligation of the Contractor and all costs in connec- tion therewith shall be Included in the prices named in the tproposal. The method of measurement and basis for payment for each item as ' listed in the bid forms shall be as stipulated in the following subparagraphs: 11 C H I I H F C L C c I U I I I I I C DIVISION 1 - GENERAL PROVISIONS i A. Measurement and Payment. These items shall be paid for on a unit price per place, furnished and installed in' accordance with plans and specifications. All payments shall be made on the Engineer's estimated percent of completion, less 10% retainment and designated as "PARTIAL PAYMENT" to the Contractor by the Owner. The retainment shall be released after all acceptance tests and cleanup operations have been completed with successful results and acceptance by the city Sr governing authority. All pipe and encasement pipe shall be measured for payment in a horizontal plane along the centerline of pipe. B. Blast Rock. This item shall be paid for on a unit price per cubic yard as measured in the trench' after excavation and before bedding and installation of pipe and shall include all excava- tion, dewatering, sheeting, or shoring as required, embedment, backfill, subsequent handling, and disposal of all rock and waste material and all other items not paid for separately. Measurement for payment shall be computed from the actual depth and length of blast rock excavated except that the maximum trench width shall be considered to be the nominal pipe diameter plus eighteen (18) inches and the maximum excavation below the installed pipe considered to be six [61 inches. See Detail Sheet No. 16, "Trench Detail", in the Appendix. Rock measurement shall be made by the Engineer's representative. C. Material Payment. The Contractor shall be paid. for material stored on site within thirty (30) days of delivery to the site or within fifteen [151 days after the Engineer has submitted the invoices to the Owner for payment, whichever is the later date. 7 I DIVISION 2 - GENERAL PIPE INSTALLATION SECTION 2-01: CLEANING. The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter before being installed and shall be kept clean until the pipe has been jointed. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being installed. No debris, tools, clothing, or other materials shall be placed on the pipe. No hooks of any kind will be allowed to come in contact with the premolded joint or interior of the pipe. SECTION 2-02: INSPECTION. Each piece of pipe shall be tested for defects after its delivery alongside the trench near the point of installation. Cast iron, ductile iron, or vitrified clay pipe and fittings, while suspended and hanging free, shall be rung with a light hammer to detect ' cracks. All defective, damaged, or unsound pipe and fittings shall be rejected and removed from the site of the work. SECTION 2-03: LAYING PIPE. Pipe shall be protected from lateral displacement by means of pipe embedment material installed as provided in the trench backfill specifications and Sheet No. 16 of the Appendix to the Specifications. Under no circumstances shall pipe be laid in water and no pipe shall be laid under unsuitable weather or trench conditions. When jointed in the trench, the pipe shall form a true and smooth line. Pipe shall not be trimmed except for closures. Pipe not making a good fit shall be removed. The laying of pipe shall begin at the lowest point, and the pipe shall be installed so that the spigot ends point in the direction of the flow. f' 1 1 1 DIVISION 3 - EARTHWORK SECTION 3-01: SCOPE. This section covers excavation, trenching, rock removal, embedment and backfilling, surfacinggrading and other appurtenant work. The Contractor shall furnish all labor, equipment and hand tools for earthwork. SECTION 3-02: GENERAL REQUIREMENTS. Excavation work shall be performed in a safe and proper manner with, suitable precautions being taken against hazards of every kind. Excavations shall provide adequate working space and clearances for the work to be performed therein. Subgrade surfaces for concrete and pipe plcement shall be clean and free of loose material of any kind. Excavations shall provide adequate clearance for installation and removal of concrete forms. In no case shall excavation faces be undercut for extended footings. Backfilling and construction of fills and: embankments during freezing weather ,.. shall not be done except by permission of 'the Engineer. No backfill, fill, or embankment materials shall be installed on frozen surfaces, nor shall frozen materials, snow, or ice be placed in any backfill, fill, or embankments. SECTION 3-03: TRENCH EXCAVATION. All excavation shall be considered unclassified material, and will be included in the line bid item in the proposal. A. Line and Grade. The lines shall be excavated at approximately the locations shown on the plans, or along the lines as designated by the Engineer. Unless a specific profile and grade is shown on the plans, or designated in the Detail Specifications, the grade of the trench shall follow the topography of the ground.. B. Extra Depth Excavation. In general,the mains shall be laid at a depth that provides a minimum of three feet of cover below normal existing grade. However, there will.be certain areas where it will be necessary to lay at a greater depth to meet future road grades, to clear storm sewers, sanitary sewers, and other utility lines. Where these conditions are encountered, lines shall be laid to depths designated by the Engineer. No extra payments will be made for such extra depth; all costs thereof are to be absorbed in the line bid item in the proposal. ', 1 I C. Foundation. The bottom of the trench shall be graded so that the pipe will have an even bearing on good firm soil for its full length. If the trench is excavated too deeply, it shall be backfilled to the proper grade and well tamped. If the natural material in the bottom of the trench is unsuitable to support the pipe, it shall be removed to the depth directed by the Engineer and replaced with suitable material, if available, or crushed rock (1/2" graded). ii D. Bell Holes. Bell holes shall be dug and shall be large enough to permit ready access to all parts of the joint for assembling and for inspection and to permit bearing as specified above. E. Bracing and Shoring. Except where banks are cut on a stable slope, excavation for structures and trenches shall be properly and substantially sheeted, braced and shored, as necessary, to prevent caving or sliding, to provide protection for existing structures and facilities. Sheeting, bracing, and shoring shall be designed and built to withstand all loads that might be caused by earth movement or pressure, and shall be rigid, maintaining its shape and position under all circumstances. Trench sheeting shall not be pulled unless the pipe strength is sufficient to carry trench loads based on the trench width to the back of the sheeting. Also, it shall not be pulled after backfilling. When ordered by the Engineer, wood sheeting shall be left permanently in the trench. Where trench sheeting is left in place, such sheeting shall not be braced against the pipe, but shall be, supported in a manner which will preclude the aplication of concentrated loads of horizontal thrusts on the pipe. Cross braces installed above the pipe for the purpose of supporting sheeting in the bottom of the trench may be removed after the pipe embedment has been completed. F. Protection of Structures. All existing structures, conduits, pipe lines, etc., along the line of the trench shall be protected from damage or injury due to the trenching operation. G. Wet Trench. At all times during pipe laying operations, the trench shall be kept free of water either by pumping, bailing or drainage. I. I $ H. Open Ditch. The Contractor shall not open more trench in advance of pipe laying than is necessary to expedite the work. One block or 400 feet (whichever is the shorter) shall be the maximum length of open trench permitted on any line under construction. In no case shall more than one (1) joint of pipe be left in an open trench overnight. Except where tunnelling is shown on the plans and is specified or is permitted by the Engineer, all trench excavation shall be open cut from the surface. SECTION 3-04: CONSTRUCTION WITHIN PUBLIC ROADS AND .RAILROAD RIGHTS OF WAY: TUNNELLING AND BORING. All railroad and highway crossings shall be encased with casing of the lengths and depth shown on the drawings. All casing materials and procedures shall meet the approval of the appropriate agency. In no case shall any boring be performed without prior written approval of the appropriate Right:of Way agency and written proof of proper bonding. i4 -2- I A. Method of Construction. Casing pipe shall be installed using equipment that encases the hole as the earth is removed. Boring without the concurrent installation of a casing pipe will not be permitted. All joints in casing pipe shall be smooth. Casing pipe shall extend through the entire fill and be installed in a manner that will not disrupt traffic, damage roadway grade and surface, or leave a void space between the bore and casing. When directed by the Engineer and as approved by the State Highway Commission or appropriate authority of other road systems, the Contractor shall install the casement pipe in an open trench. The Contractor shall provide traffic control, barricading, compacted backfill, pavement removal and replacement. B. Material - Casing Pipe. i. Welded steel pipe, new material, with a minimum yield of 35,000 psi. The following minimum wall thicknesses shall be used: Wall Thickness (Inches) Pipe Outside Diameter Under Highway Under Railroad 6" 16" 0.250 0.250 8" 18" 0.250 0.312 10" 24" 0.250 0.375 12" 24" 0.250 0.375 14" 24" 0.250 0.275 2. In lieu of welded steel, as specified above, asbestos bonded bituminous coated corrugated metal pipe may be used. Pipe shall be 14 gauge. Connections shall be match punched. Pipe shall be as manufactured by Armco Steel Company or an approved equal. Casing diameters shall be as specified in (1) above. In all cases, the casing used must meet Arkansas State Highway Commission Spec_ific_ations. C. Work Within Highway and Railroad Rights -of -Way. All work performed and all operations of the Contractor, his employees, or his subcontractors, within the limit of railroad and highway rights -of -way shall be in conformity with the requirements, and be under the control (through the Owner), of the railroad or highway authority owning or having jurisdiction over and control of the right-of-way in each case. D. Public Travel. Public travel shall not be needlessly inconvenienced. Streets, sidewalks, and private driveway crossings, where not bored, shall be promptly backfilled after the pipe is laid. The order of trenching operations shall be such as to interfere as little as possible with the use of streets and alleys. At no time will the Contractor be allowed to leave an open cut street, sidewalk, driveway or alley overnight. -3- I SECTION 3-05: ROCK EXCAVATION. A. Undercut and Embedment. When the excavation is made through rock or other material too hard to be readily removed for admitting the bell of the pipe, the trench shall be excavated at least six (6) inches deeper than the grade of the outside bottom of the barrel of the pipe, and refilled and tamped with suitable'excavated materials, SB-2 Base, or fill sand as directed by the Engineer. B. Blasting. For rock excavation the Contractor may choose the II option of. drilling and blasting rock for easy removal. The Contractor's methods of blasting shall conform with the Associated General Contractor's Manual of Accident Prevention in Construction, and the I. National Fire Protection Association, NFPA No. 495 - Code for the Manufacture, Transportation, Storage and Use of Explosives and Blasting Agents. Such blasting shall be performed as approved by the Engineer. The Contractor shall employ someone experienced and bonded in explosives and blasting to perform al.l explosive and blasting work. The Contractor shall be held responsible, for non-compliance. Prior to blasting, the Contractor shall notify all adjacent utilities. Care shall be exercised by the Contractor to prevent shattering rocks beyond required limits of excavation.` This shall be accomplished with the charge holes properly located and drilled to correct depth for charges used. The charges used shall be limited in size to minimum required to permit reasonable removal of material by excavating •equipment with "overbreak" effects corrected by°the removal of broken rock and replacement with approved suitable material. Generally it is suggested that slow blow charges be used and blasting be conducted under cover of mats so constructed to prevent scattering of fragments. I. SECTION 3-06: BACKFILLING. After the pipes and joints have been inspected and approved, the trench shall be filled to a depth of one (1) foot over the top of the pipe with selected material free of clods and stones. Such select material shall be deposited and compacted in a manner to firmly hold and maintain the pipe in proper position and alignment during subsequent pipe jointing, embedment and backfilling ;operations. All trench backfill above pipe embedment shall conform to the following requirements when so directed by the Engineer: • A. Tamped Backfill. Tamped backfill will be required for the full depth of the trench under roads, driveways, highway shoulders, curbs, sidewalks, gutters and other surfaces construction or structures. 1 Tamped backfill materials shall be finely divided job excavated material free from debris, organic material and stones larger than 3/4". The backfill material may be placed in one operation for tamping with hydrahammer to finish grade but shall have a moisture content sufficient to obtain 90 percent (90'%) of maximum density with the method of compaction used. Such density will be tested in accordance with AASHO Designation T147-54. B. Uncompacted Backfill. Mechanical compaction of trench backfill above pipe embedments in locations other than those hereinbefore specified will not be required,. however complete water inundation of backfill will be required. Uncompacted earth backfill material which is to be placed above embedments shall be free of brush, roots more than two (2) inches in diameter, debris, and boulders, in certain portions of the trench depth. T sI C. Inundated Sand Backfill. At the option of the Contractor, inundated sand may be installed in lieu of tamped backfill in any of the above locations where, in the opinion.of.the Enginer, the use of water for this purpose would cause no damage to adjacent property or buried utilities. Sand for inundated sand backfill shall be free from lumps, rubbish, roots, cinders, and other objectionable material; not more than 25 percent (25%) shall be retained on a No. 4 sieve, and not more than 10 percent (10'7..) shall pass a No. 200 sieve. The general procedure to be employed in the inundation of sand backfill with water shall be submitted by the 'Contractor and approved by the Engineer prior to starting operations thereunder. Operational details in connection therewith shll be acceptable to the Enginer at all times. D. Crushed Rock Backfill. In lieu of the tamped backfill, the Contractor may fill the full depth of the trench with a crushed rock, as approved by the Engineer. After placement, the crushed rock shall be tamped to insure a mechanical interlock of particles. SECTION 3-07: STREAM CROSSINGS. A concrete encasement of six (6) inches minimum thickness shall be installed around the pipe at such places as are indicated on the plans or as directed by the Engineer to provide extra protection to the pipe where it crosses creek or stream water courses. SECTION 3-08: PROTECTION OF TRENCH BACKFILL IN DRAINAGE COURSES. Where trenches are constructed in or across roi.dway ditches or other water courses, suitable ditch checks as approved by the Engineer shall be installed as directed. Ditch checks.may be of creosote treated lumber, stone, or concrete as authorized. In any case, the:ditch check shall extend not less than two (2) feet below the original ditch or water course bottom for the full bottom the side slopes thereof. SECTION 3-09: DISPOSAL OF EXCESS EXCAVATED MATERIAL. On both public and private property, excess excavated materials not required for backfill or grading shall be removed from the site of excavation by the Contractor. The Contractor shall be responsible for the proper disposal of such material to the satisfaction of the Engineer or the owner of the disposal site. r.. Excess excavated materials from trenches located in open fields shall be • distributed directly back over the pipe line and within the pipe line right-of-way to a maximum depth of six (6) inches above the original ground surface, at and across the trench and with uniform side slopes. Grubbed and excavated material not suitable for backfill, such as rock, trees, roots, etc., shall be PROPERLY DISPOSED of by the Contractor. Such items SHALL NOT be left on the construction site. SECTION.3-10: PAVED SURFACES. Paved surfaces shall be removed and replaced in kind to the satisfaction of the Engineer. - 5 I I SECTION 3-11: GRADING AND SEEDING. After backfilling has been completed and settled, all areas on the site of the work which are to be graded shall be brought to grade at the specified elevations, slopes and contours. Slopes shall be trimmed and dressed by hand and other surfaces so graded that effective drainage is secured. Grading and surfacing shall be completed to the satisfaction of the Engineer. Before sowing any seed, all shaping and dressing of such areas shall have been completed to the satisfaction of the Engineer and the areas prepared to receive the seed by using a disc spiker or other implement as approved by the Engineer. Seed used shall be first quality and shall be a mixture approved by the Owner and the Engineer. No seeding shall be done during windy weather or when the ground is frozen, wet, or otherwise in a .nontillable condition. Full advantage shall be taken of time and weather conditions best suited for seeding, and such time of seeding shall be: the subject to the approval of the Engineer. The Contractor shall maintain all new seeded areas at his own expense, until final acceptance of the project. Maintenance shall consist of watering, mulching, protecting, replacing and such other work as may be necessary to keep the work in satisfacory condition. All water required in connection with the seeding work and maintenance shall be furnished by and at the expense of the Contractor. SECTION 3-12: RESODDING. All established lawn areas cut by the line of trench or damaged during the course of the work shall be resodded, after completion of construction, to the complete satisfaction of the property owner. All sod used shall be of the same type as removed or damaged, shall I, be of the best quality and, when placed, shall be live, fresh, growing grass. All sod shall be procured from areas where the soil is fertile and contains a high percentage of loamy topsoil, and from areas that have been grazed or mowed sufficiently to form a dense turf. The sod shall be transplanted within 24 hours from the time it is harvested unless it is stacked at its destination in a manner satisfactory to the Engineer. All sod in stacks shall be kept moist and protected from exposure to the sun and from freezing. In no event shall more than one week elapse between the time of cutting and planting of the sod. Before placing or depositing sod on areas to be sodded, all shaping and dressing of the area shall have been completed to the satisfaction of the Engineer. After the shaping and dressing have been completed, commercial fertilizer, of a type as approved by the Engineer, shall be applied uniformly over the areas so prepared in a manner and in amounts as recommended by the manufacturer and harrowed lightly. Sodding shall follow immediately. All sodding shall be done during the period from March 15 to October 1, unless written permission is given by the Owner to extend the planting *,- season. -6-' 1 SECTION 3-13: PRESERVATION OF TREES AND SHRUBS. No trees shall be removed outside of excavation limits, except where their removal is authorized by the Engineer. Main tree roots shall not be cut except where they are within the area to be occupied by a pipe or structure. Excavation shall be done by hand where necessary to prevent injury to roots or trees. I I Where trees are on the line of trench or adjacent thereto and conditions are such that tunneling beneath the tree can: be accomplished without damage thereto, tunneling will be required. Where it is impossible to tunnel under trees on the line of trench, such trees shall be removed and disposed of by and at the expense of the Contractor and to the satisfaction of the property owner. Trees which are left standing shall be adequately protected from permanent damage by construction operations. Trimming of standing trees where reqired shall be as directed, by the Engineer. All shrubbery damaged or removed by the Contractor shall be replaced to the satisfaction of the Owner thereof, by and at the expense of the Contractor. SECTION 3-14: REMOVAL OF WATER. The Contractor shall provide and maintain adequate dewatering equipment to remove and dispose of all surface and ground water entering excavations, trenches, or other parts of the work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the structure to be built, or the pipe line to be installed therein is completed to the extent that no,damage from hydrostatic pressure, floatation, or other causes will result. All excavations for concrete structures which extend down to or below the static ground water elevations shall be dewatered by lowering and maintaining the ground water surface beneath such excavations a distance of not less than 12 inches below the bottom of the excavation. Surface water shall be diverted or otherwise prevented from entering excavated areas or trenches, to the greatest extent practicable without causing damage to adjacent property. The Contractor will be held responsible for the condition of any pipe line, or conduit which he (the Contractor) may use for drainage purposes, and all pipes or conduits shall be left clean and free from sediment. SECTION 3-15: MEASUREMENT AND PAYMENT. These items shall be paid for as the labor and materials are provided for complete in place Bid Items, as furnished and installed in accordance with plans and specifications. All payments shall be made on Engineer's estimated percent of completion, less 10%. The 10y. holdback shall be released after all acceptance tests have been completed with successful results, and acceptance by the City or Governing authority, SECTION 3-16: WATER LINE AND SEWER LINE SEPARATION. The crossing and paralelling of water lines and sewer lines shall be in accordance with the latest revision of the "Rules and Regulations Pertaining to PUBLIC WATER SUPPLIES" of the Arkansas State Board of Health. Uncased water lines shall be separated by 10 feet or more from any sewer line. - 7 I II. II Ii ,I SECTION 3-17: PIPE EMBEDMENT. Trench bottoms shall be accurately graded to provide uniform bearing and support for the pipe barrel between bell holes. When the trench bottom is of proper character, such as uncemented granular material or other natural bedding material, and uni form shaping can be executed, foreign bedding material will not be required except as directed by the Engineer for particular exceptions in construction. When trench bottom materials will not allow uniform bearing for the entire pipe length the excavations shall be carried to. a depth sufficent to allow a minimum depth of bedding material, as specified herein and detailed on the plan, to be placed under the pipe. The details of trenching, clearances, and pipe embedment are shown on the drawings and the character of such materials are as follows: A. Granular Bedding shall be crushed stone or gravel with not less that 957. passing 3/4 inch and not less that 95'/. retained on a No. 4 sieve; to be placed in not morethan a 12 inch layer in the trench bottom and graded, shaped and compacted by slicing with a shovel or other approved means to provide uniform continuous support for the installed pipe between bell holes. B. Compacted Bedding shall be finely divided, job -excavated material free from debris, organic material, and stones, compacted to a uniform density which will prevent displacement of the pipe during subsequent operations as approved by the Engineer; granular bedding material may be substituted for all or part of compacted bedding, but at no additional cost to the Owner. After each joint of pipe has been graded, aligned, and placed in final position on the bedding material, and shoved home, sufficient pipe bedding material shall be deposited and compacted under and around each side of the pipe and back of the bell, or end thereof, to firmly hold and maintain the pipe in proper position and alignment during subsequent pipe jointing, embedment, and backfilling operations. SECTION 3-18: TRENCH BACKFILL. Trench backfill above pipe embedment shall conform to one of the following requirements: iiA. Compacted Backfill shall be finely divided material free from debris and organic material, but may contain rubble and detritus from rock excavation at certain levels of the trench depth. This material, with a sufficient moisture content, may be placed in lifts and mechanically tamped to 907. maximum density as determined by AASHO Standard Method A -T-147-54 (using AASHO T-99-57 as a compaction control test), or the entire trench depth may be backfilled and the required compaction obtained by tamping with a hydrohammer or by inundation with water.! The method used in obtaining compaction shall be approved by the Engineer. Granular bedding material may be used as compacted backfill at the option of the Contractor, but at no additional cost to the Owner. B. Uncompacted Backfill shall be free of brush, roots more than 2 inches in diameter, debris, and junk but may contain rubble and detritus from rock excavation, stones, and boulders at certain levels of the trench depth. Placement of the material shall be by methods approved by the Engineer. - 8 - 1.. C. Inundated Sand may, at the Contractor's option, be installed in lieu of tamped backfill where, in the opinion of the Engineer, the use of water for this purpose would cause no damage to adjacent property or buried utilities. Sand for inundated sand backfill shall be free of lumps, rubbish, roots, cinders, and other objectionable material; not more than 257.. shall be retained on a No. 4 sieve, and not more than 107.. shall pass a No 200 sieve. I �a I The inundation of earth (water settled) or sand backfill shall be done in such a manner as to not disturb the installed pipe or its imbedment material, and to use the least amount of water possible in obtaining the most desirable amount of settlement. Trenches shall not be brought to ground level; the water shall be introduced to the trench, from the top of the pipe embedment upward, through a pipe probe attached to a hose, being careful not to disturb bedding material in any consequential nature. Backfill material shall be added during the inundation process so that at completion of the operation a desired surface elevation will be obtained. If for reasons of porous soil, or other circumstances, the backfilling and inundations may proceed by stages if so authorized by the Engineer. This general procedure to be employed in the inundation of sand backfill with water shall be submitted by the Contractor to, and approved by, the Engineer prior to starting operations thereunder. Operational details in connection therewith shall be acceptable. to the Engineer at all times. Compacted backfill shall be required where beneath pavements, surfacing, driveways, curbs, gutters, walks, or other: surface construction or structures or where in road or highway shoulders or beneath areas where sod is to be replaced. Placement of trench backfill material will proceed in such a manner, as approved by the Engineer, that no excessive loads, shocks, or impacts will be imposed on the installed pipe which would result in pipe injury or displacement. Compact masses of stiff, mucky clay or gumbo, or other consolidated material, or stone more than one cubic foot in volume shall not be permitted to fall more than 5 feet into the trench unless cushioned by at least 2 feet of loose backfill above the pipe embedment. No trench backfill material containing rock, or rock •excavation detritus, shall be placed in the upper 18 inches of the trench except with the specific permission of the Enginer in each case, nor shall any hard rock, stone or boulder larger than 8 inches in its greatest dimension be placed within ^o feet of the top of the pipe. Large stones may be placed in the remainder of the trench backfill only in well separated and so arranged so that no interference with backfill compaction or settlement will result. Additional backfilling may be necessary at a later date before paving or other surfacing is installed or completed. Trenches to receive sod or seeding shall be topped with 12 inches of+topsoil or material equal to that adjacent to the trench at the ground surface. 1 I I, I Ii I' I I SECTION 3-19: GRUBBING AND CLEARING. The Contractor is responsible for grubbing and clearing all those areas within the construction limits in which he performs work. The Contractor shall properly dispose of all rubble, debris, rocks, etc. He shall also clean and dress up the construction site. SECTION 3-20: ROADI RAILROAD PIPELINE. AND UTILITY SERVICE CROSSINGS. All construction intersecting or paralelling an existing road, highway, railroad, pipeline, or utility shall conform to the requirements established within the jurisdiction of the, interested governing authorities. A. State Highway and County Road Permits. Verbal permission for the construction across and under state and county highways has been obtained by the Engineer. However, the Contractor shall be required to post deposits which shall be returnable upon approval and acceptance by the State Highway Department, the Highway Department of the county or counties in which the project is located, or any other proper governing authority. No work order shall be issued until such deposits have been made. B. Local Natural Gas Company. The local gas company sets forth the following requirements for crossing their pipe lines: 1. The proposed water line should be constructed so that it will cross under or over the gas line with a minimum clearance of 12". 2. It is desirable that the waterline cross the gas pipeline as near as possible at right angles. 3. No structure, appurtenance or related fitting will be placed over or under said pipeline which will hinder or interfere with the normal operation and maintenance of the pipelines. 4. Written notice shall be provided the area representative, as shown on Plan's cover sheet, in sufficient time prior to construction activities, so that the local gas company representative may be present during the construction of the line at the crossings. 9 6. 7 The approaches to the gas pipeline shall be made so that the gas pipeline will be exposed only the minimum length of time. If it is •evident that the ditch will cave in at the point of crossing the gas line, cribbing will be requested at this location. Sufficient precaution should be taken in the use of heavy construction equipment so that no damage will be done to the gas pipeline. The use of such heavy equipment over the gas lines will be reduced to an absolute minimum. Furthermore, if conditions so require, the gas pipelines will be bridged or matting will be used in connection with the operation of such equipment to prevent possible damage to the gas lines. The location of the point of crossing should be identified by the best practical method. The water main shall parallel gas mains at a perpendicular distance of 20 feet or more. -10- / C. Local Power and Light Companies. The local power and light companies set forth the following requirements for construction of water mains within their easements: 1. Construct water main parallel to power lines at a perpendicular distance of five (5) feet or more. 2. Advance notice shall be given if their facilities interfere with construction. A WATER SYSTEM SPECIFICATIONS DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS SECTION 4-01: PIPE.LAYING.;_ The laying of pipe shall be done in ]` accordance with the pipe manufacturer's recommendations, the plans, AWWA C-600-77 for C.I. and D.I. pipe and AWWA C-603 for Asbestos -cement pipe and ,�. these specifications for P.V.C. Pipe. See,Sheet No. 15, Appendix to these Specifications. ` SECTION 4-02: GENERAL. Equipment used td place pipe shallbe rubber mounted to avoid severe scoring of paved; surfaces. The pipe is to be installed with the bell ends facing the 'direction of laying except when otherwise approved by the Engineer. A night plug shall be installed whenever the Contractor shuts down the job each .iday. Where fittings and other appurtenances are sometimes called for on the drawings, such locations can be shifted to fit between pipe joints. Such relocations from the plans is limited to ten (10) feet maximum. The laying of pipe will not be permitted in water or on blocks. When ground water is encountered in the trench, the Contractor shall furnish such dewatering equipment as is necessary to keep ground water from entering the pipe. F The jointing .of the pipe shall be done in strict accordance with the pipe manufacturer's recommendations. The bell and spigot of the joint to be made shall be clean of all foreign matter prior' to jointing. The spigot end of the pipe is to be thoroughly cleaned and then coated with the recommended lubricant to facilitate jointing. The gaskets are to be inspected prior to .jointing. The pipe jointing shall be accomplished with equipment approved by the Engineer, which is capable of shoving the pipe home without damage to joints. ' SECTION 4-03: TIE INS. This item shall consist of connection the new pipe line to the existing mains by means of tapping under pressure, cutting in a tee and valve, or any connection to existing mains when customers must be notified of an interruption of their water service. The Contractor shall furnish all labor, material, equipment, and hand tools necessary to complete the tie-in. All customers shall be notified by the Contractor 24 hours in advance of any shutdown as to the time service will be interrupted and the estimated time service will be restored. All valves within an active system and in operation shall be operated by city employees • only and never by the Contractor. SECTION 4-04: JOINTING. Jointing shall be done in accordance with the manufacturer's recommendations. If effective sealing is not obtained, the jointing shall be disassembled, thoroughly cleaned, inspected, and reassembled. SECTION 4-05: PIPE INSULATION. The Contractor shall furnish and install insulation on all exposed piping, flanges, and fittings as shown on the plans. Insulation shall extend to a ;depth of 18 inches beneath the existing ground surface. All insulation shall be protected with aluminum jacketing not less than 0.019 inch thickness with a proper vapor barrier. All surface of pipe shall be prepared and the insulation and jacketing installed according to the manufacturer's recommendations. I - 1 -� SECTION 4-06: REACTION ANCHORAGE AND BLOCKING. All unplugged tees, Y -branches, and bends deflecting 22 1/2 degrees or more installed in trench shall be provided with concrete thrust backing between the fitting and solid, undisturbed ground in earh case. At the tops of slopes, vertical angle bends shall be anchored by means of a steel strap or rod anchors securely embedded in or attached to a mass of concrete of sufficient weight to resist the hydraulic thrust at the maximum pressures to which the pipe will be subjected. All concrete blocking and anchors shall be installed in such a manner that all joints between pipe and fittings are accessible for repair. Pipe and fittings shall be provided with •thrust blocks and anchorage as detailed on the accompanying plans and as may be determined in the field by a competent, licensed Engineer. The bearing area of concrete reaction blocking against the ground or trench bank shall be shown by the plans or shall be computed by a competent, licensed Engineer: in each case. In the event that adequate support against undisturbed earth cannot be obtained, metal harness anchorages consisting of steel rods or bolts across the joint and securely anchored to pipe and fitting shall be installed to provide necessary support. Should the lack of a solid vertical excavation face be due to careless or otherwise improper trench excavation, the entire cost of furnishing and installing metal harness anchorages in excess of the contract value of the concrete blocking replaced by such anchorages shall be borne by the Contractor. All steel equipment used for reaction anchorage shall be painted with two coats of Kopper's "Bitumastir_ No. 50." A. Concrete for Encasement and Thrust Blocks. Class B concrete for encasement and thrust blocks shall. be proportioned and mixed to have a minimum allowable compressive strength of 3,000 pounds per square inch at 28 days. Class B concrete is described below as to water -cement ratio, cement per cubic yard, and compressive strength, as follows: Water -Cement Cement -Sack Compressive Ratio* Per C.Y. Strength** Class "B" 8.0 4.8 3,000 *Gallons (U.S.) per sack of cement (95 pounds net). **Pounds per square inch at 28 days. SECTION.4-07: P.V.C. PIPE INSTALLATION. All P.V.C. pipe shall be laid in accordance with the manufacturer's recommendations, the plans and specifications herein. See Division 4-A and Division 10 of these specifications. Pipe shall be field checked by the Contractor for damage prior to installation. Care shall be exercised to embed pipe without damage and in accordance with the bedding material specifications herein. Each joint shall carefully be checked, cleaned, prepared and then shoved home without stress or strain on the joint after placed in the trench. All pipe shall be laid straight with side walls of pipe braced with compacted selected backfill material from the bottom of trench to the top of. pipe, and from sidewall of pipe to sidewall of trench. - 2 t: I Curves: All P.V.C. pipe shall be placed in the trench so as to minimize movement of the pipe after start=up operations. The following placement methods shall be used with approaching, following through, and leaving curves in the pipe trenches: A. When trench sidwalls are good, undisturbed soil materials, Contractor shall approach the Point of Curvature to the curve with pipe laid straight and touching the long radius side of trench wall; thence continue around the curve with a smooth symmetrical trench with pipe being laid against the long radius trench wall to the Point of Tangency to the curve. B. When trench sidewalls are NOT desirable for pipe bedding and bracing, compacted bedding, as specified herein for straight line trenches, shall be used. - 3 - DIVISION 4A - P.V.C. PIPE CONSTRUCTION AND MISCELLANEOUS SUPPLEMENTAL SPECIFICATIONS SECTION 4A -01: TIES. Contractor shall make tie into existing 4" main and the existing water storage tank in accordance with the Construction Plans and Sheets No..21 & 22, Appendix to the Specifications. SECTION 4A-02:TRACER WIRE. Contractor shall successfully place and tie No. 14 solid THHN nylon coated copper wire around and beside each joint of P.V.C. water pipe. SECTION 4A-03: TRENCHING. The Contractor. shall install all pipe in a straight line trench as staked by the Engineer. Curves are allowed as needed but shall not exceed pipe manufacturer's recommendations. All P.V.C. pipe shall have a minimum of 36" cover. SECTION 4A-04: CURVE PIPE INSTALLATION. The entire curved length, from P.C. to P.T. of curve, of long -sweeping F.V.C. pipe shall rest against compacted backfill or acceptable undisturbed trench walls on the long -radius side of trench. SECTION 4A-05: FENCE MAINTENANCE. The Cohtractor shall be responsible for damages incurred due to lack of proper maintenance of fences damaged within the course of construction. Fences are to be repaired according to Division No. 1 of specifications herein. SECTION 4A-06: FINAL TESTS. The Contractor shall schedule seen (7) days in advance with the Engineer's representative a final acceptance test for each valved expense, perform section the of the pipe necessary tests system. The Contractor and repair prior to scheduling shall, at the his final acceptance tests to assure himself of the pipe's pressure stability and acceptance. SECTION 4A-07: SPECIAL BEDDING. Special bedding required for pipe in wet areas, rock excavated trenches, and gravel road crossings, creek crossings, and other specified areas, unless a. Bid Item for Special Bedding is provided and specified for said areas, such Special Bedding shall be subsidiary to other items of the contract. See Appendix of the Specifications. SECTION 4A-08: CLEAN UP. The Contractor shall properly clean and grade the path of construction immediately after construction. Trench settlement shall be repaired, and damaged yards and paature shall be fertilized, seeded and a successful growth'of vegetation is obtained. I SECTION 4A-09: ADDITIONAL MATERIALS. 'All materials necessary to successfully complete the project and'' not called for on plans and specifications, shall be subject to the approval of the Engineer. All such small items shall be subsidiary to other items of the contract. I II I1 d DIVISION 5 - PRESSURE AND LEAKAGE TESTING SECTION 5-01: SCOPE. It is the intent of these specifications that all joints be watertight and free from visible leaks, and each leak which may be discovered, at any time prior to the expiration of one year after the date of final acceptance by the Owner, shall be repaired by and at the expense. of the Contractor. The following tests shall be in accordance with AWWA C-600-77 or the latest revision thereof. The Contractor may, at his convenience, with the approval of the Engineer, make tests upon the system in addition to those listed below. With the installation of temporary blockade to protect the green concrete or allowing a lapse of at least 8 days after the placing of thrust or backing blocks, all newly laid pipe and its appurtenances or any valves sections thereof shall be subjected to pressure and leakage tests. •The Contractor shall provide all testing equipment and material including water of a quality approved by the Engineer, if not provided by the Owner, and shall conduct the following tests in the presence of the Engineer. Tests in the presence of the Engineer are intended to be demonstrations of satisfactory performance. The Contractor shall satisfy himself that the section to be demonstrated will pass a test before requesting one. If subsequent tests are required because of failure of the demonstration from lack of preparations, the Contractor shall. compensate the Engineer for time spent on such subsequent tests. A. Hydrostatic Pressure. The hydrostatic test pressure to be applied shall be accomplished at one and one half (1 1/2) times working pressure or 200 psi, whichever is greater. This test pressure shall be applied relative to the lowest point in the main being tested. Be Pressure Test. Each valved section of pipe shall be subjected to a pressure test prior to connection with the rest of the system. The pipe shall be completely filled with water with all entrapped air expelled through hydrants or blowoffs at the high places, or if such are not available, through taps made at the high points. Such taps shall be plugged subsequent to the pressure and leakage tests. The pressure in the line section being tested shall be increased by pumping to the calculated test pressure and shall be maintained at that level for at least two hours and for whatever longer period as may be necessary for the Engineer to complete the inspection of the line under test and the Contractor to locate any and all defective joints and pipe line materials. If repairs are needed, such repairs shall be made, the line refilled, and the test pressure applied as before; this operation shall be repeated until the line and all parts thereof withstand the test pressure. C.. Leakage Test. Each valved section of pipe shall be subjected to a leakage test prior to backfill, immediately after a successful pressure test. Leakage test is to be in accordance with AWWA D-600-77. The pressure shall be maintained at the test pressure of the line section being tested for four hours and the water leakage shall be measured by refilling the container used for pump suction. Line leakage is defined as the total amount of water introduced into the line as measured during the leakage test. I In no event shall the line be accepted if the leakage for any pipe exceeds 10 gallons per 24 hours per mile of pipe per inch of nominal diameter for PVC pipe, or 12 gallons per 24 hours per mile of pipe per inch of nominal diameter for cast iron, ductile iron, or asbestos -cement pipe. All visible leaks shall be repaired regardless of whether the section in question meets leakage limitations or not. repaired and the tests repeated until the line is Leaks shall approved by be the Engineer. SECTION 5-02: DISINFECTION. All lines of the water system shall be disinfected, after they have been thoroughly flushed, according to the AWWA C-601-68 or latest revision except as herein stated. After satisfactory pressure and leakage tests have been completed, a solution of water containing at least 100 parts per million of free available chlorine shall be introduced into the pipe line at the distributions system intake. Various outlet points and valves shall be opened to allow the flow to proceed through the largest pipe successively to the smallest, including service outlets, throughout the system. Discharge from the system shall be accurately measured and tested to ascertain when various sections of the pipe have been filled with the chlorine solution. After the system has been filled, it shall be allowed to stand for 24 hours after which there should be at least 25 parts per million residual chlorine remaining in the water. After disinfection has been completed and approved by the Engineer, the Contractor shall thoroughly flush the main until residual chlorine is less than 2 parts per million. All materials and equipment necessary to properly disin°ect the pipe system shall be provided by the Contractor. If a. section of line fails to yield a safe sample after taking samples three consecutive weeks, the Contractor will be required to re -chlorinate the line. Some data pertinent to pipe line disinfection are contained in the following Table A: TABLE A Nominal Capacity *Chloride of Lime Calcium Hypochloride Pipe Size Gals./100 Ft. I Lb./100 Ft. 1 Lb./100 Ft. 3/4 23 . . 0092 .00345 1 4.0 .016 .00600 2 16.3 .065 .0244 3 36.7 .147 .0550 4 65.2 .260 .0978 6 147.0 588 .2205 B 261.0 1.044 .3915 10 406.0 1.624 .6060 12 585.0 2.340 .87x70 * Quality of chlorine compound noted based on 4 Lbs./100 Gal. Chloride of Lime (25Y. avail. C12) and 1.5 Lbs./100 Gal. Calcium Hypochloride (70% avail. Cla). The Contractor shall furnish all material,, labor and equipment to flush out and disinfect all existing water systems integrated with the water system. SECTION 5-03: BACTERIOLOGICAL SAMPLES. After disinfection, bacteriological samples should be taken by a City representative on two (2) consecutive days and submitted to the Arkansas Department of Health for analysis with safe results before placing new lines into service. - 2 - ■ DIVISION .8 - IRON PIPE & FITTINGS SECTION 8-A - DUCTILE IRON PIPE & FITTINGS SECTION BA -01: SCOPE. This section covers ductile iron pipe, joints and ductile iron fittings which shall be furnished and installed complete with all jointing materials and accessories, anchors and blackings, and other appurtenances. SECTION 8A-02: DUCTILE IRON PIPE. All ductile iron pipe, fittings, and jointing materials shall be as shown on the plans and as specified herein, A. Pipe. (1) Designed in accordance k (2) Manufacture and testing: (3) Grade: Tensile Strength: Yield Strength: Elongation in 2": (4) Dimensions: (Min.) ith AHSI/AWWAC-150 ANSI A21.51 and AWWA C -15C 60,000 psi 42,000 psi ..10v. • Size Thickness Wall Thickness Outside Diameter Inches Class Inches Inches 4 51 1 0.29 4.80 6 51 0.31 6,90 8 51 0, 33 .905 , 10 51 0.35 11,10 i A.'. 51 0.37 13.2 0 14 51 0.36 15.30 16 51 0.37 17.40 Pipe must be rated at 350 psi minimum working pressure, plus 100 psi surge pressure, unless otherwise stated in the construction Bid Items. B. Fittings. All fittings shall be restrained mechnical or boltless, gasketed jointed and cement lined, such as American "Mechanical Joint with Retainer Gland" or "Flex -Ring Joint," or equal. (1) Manufacture and Testing: AWWA C-110, ANSI A21.4, A21.10, A21.11 (2) Thickness and Iron: Size of Pipe AWWA C-150 ASTM A-48 (Diameter) Thickness Class Iron Class 4" through 6" D 25 (3) All fittings up to 12 inch size shall be class 250 and all fittings larger than 12 inches are to be class 150 unless specified differently on Plans and in Bid Items. (4) The Contractor shall install all fittings as designated on the plans. Generally, only fittings -required for horizontal alignment have been indicated. All other fittings required shall be furnished by the Contractor, who will be compensated in accordance with the adjustment unit price stated in the proposal. C. Pipe Joints. Mechanical or boltless, gasketed type (ANSI A21.11 and AWWA C-111) such as "Fastite,""'Bell-Tite," "Tyton," and "Altite." Joints shall be rated equal to pipe rating specified in Bid Items D. Restrained Joints. All restrained pipe joints and restrained fittings shall be rated at 350 psi,working pressure, plus 100 psi surge pressure, unless otherwise specified in the Bid Items. E. Pipe Coating and Lining. (1) Cement Lining: (2) Bituminous Coating: AWWA C-104 and ANSI A21.4 AWWA C-104 and ANSI A21.4 - 2 - SECTION B -B - CAST IRON PIPE AND FITTINGS SECTION BB -01: SCOPE. This section covers cast iron pipe and fittings which shall be furnished and installed complete with all .jl'inting materials and accessories, anchors and blackings, and other appurtenances. SECTION 88-02: CAST IRON PIPE. All iron pipe, fittings, and jointing materials shall as be shown on the plans and as specified herein, and shall be rated at a minimum of 200 psi working pressure, plus 100 psi surge pressure. A. Pipe. (1) Design: ANSI/AWWA C-101 (2) Manufacture and testing: ASA.,A21.1, A21.6, A21.8, cr A21.9 (3) Iron: 21/45 (4) Dimensions: (Min.) Size Thickness Wall Thickness Outside Diameter Inches Class Inches Inches 4 22 0.35 4.80 6 22 H 0.38 6.90 8 22 0.41 9.05 10 22 0.44 11.10 12 ' - 22 0.48 13.20 14 22 0.51 15.30 16 22 0.54 17.40 Pipe must have a minimum working pressure of 200 psi or as otherwise specified on plans and/or Bid Items. 8. Fittings. All fittings shall be mechanical jointed and cement lined. (1) Manufacture and Testing: AWWA C-110, ANSI A21.4, A21.10, A21.11 (2) Thickness and Iron: Size of Pipe (Diameter) 4" through 6" AWWA C-150 Thickness Class D ASTM A-48 Iron Class 4:- (3) All fittings up to 12 inch size shall be class 250 and fittings larger than 12 inches are to be class 150, unless specified differently on Plans and Bid Items. (4) The Contractor shall install all fittings as designated on the Clans. However, only fittings required for horizontal alignment have been indicated. All fittings required shall be furnished by the Contractor, who will be compensated in accordance with the unit price stated in the proposal. C. Pipe Joints. Mechanical or boltless, gasketed type (ANSI A21.11 and AWWA C-111) such as American "Fastite," Clow "Bell-Tite," U.S. "Tyton," Griffin "Bell-Tite," McWayne "Tyton." D. Restrained Joints. All restrained pipe joints and restrained • fittings shall be rated at 350 psi working pressure, plus 100 psi surge pressure, such as U.S. Pipe's "Lok-Tyton" joint, or an approved equal. E. Pipe Coating and Lining. (1) Cement Lining: ASA A21.4, except lining thickness may be reduced • to 1/2 specified thickness. (2) Bituminous Coating: Manufacturer's Standards. F I I I'. I SECTION 8-C: HANDLING. Pipe, fittings, and accessories shall be handled in a manner that will insure their installation in the work in sound, undamaged condition. Equipment, tools and methods used in unloading, reloading, hauling, and laying pipe and"fittings shall be such that they are not damaged. Hooks inserted in ends of pipe shall have broad, well padded contact surfaces. Pipe in which the cement lining has been broken or loosened shall be replaced by and at the expense of the Contractor. Where the damaged areas are small and readily accessible, the Contractor may be permitted to repair the lining, subject to the approval of the Engineer: All pipe coating which has been damaged shall be repaired by the Contractor before installing the pipe. SECTION 8-D: CUTTING PIPE. Cutting of pipe shall be done in a neat manner without damage to the pipe or to the cement lining therein. Pipe cuts shall be smooth, straight, and at right angles to the pipe axis. All cutting of pipe shall be done with mechanical pipe cutters of an approved type except that, in locations where the use of mechanical cutters would be difficult or impractical, existing pipe may be cut with diamond point chisels, saws, or other tools which will ut the pipe without damaging impact or shocks. SECTION B -E: ALIGNMENT OF BELL AND SPIGOT PIPE. Pipe lines or runs intended to be straight shall be straight. Deflections from a straight line or grade measured between the centerlines extended of any two connecting piping units and expressed in inches per linear foot, shall not exceed that shown in the following table: Pipe Size (=D) 8" to 12" 14" to 16" Type of Joint 6 inch : inclusive : inclusive Mechanical or Boltless Gasketed : 6/D : B/D : 9/D Either shorter pipe sections or special bends shall be installed where the alignment or grade requires them. SECTION 8-F: REACTION ANCHORAGE AND BLOCKING. All unplugged bell and spigots, or all bell tees, Y -branches, and bends deflecting 22 1/2 degrees or more installed in trench shall be provided with concrete thrust blocking between the fitting and solid, undisturbed ground in each case, except where solid ground blocking is not available.: ■ Ii I 1 I At the tops of slopes, vertical angle bends shall be anchored by means of a steel strap or rod anchors securely embedded in or attached to a mass of concrete of sufficient weight to resist .the hydraulic thrust at the maximum pressures to which the pipe will be subjected. All concrete blocking and anchors shall be installed in such a manner that all joints between pipe and fittings are accessible for repair. The bearing area of concrete reaction blocking against the ground or trench bank shall be as shown by the plans or as directed by the Engineer in each case. In the event that adequate support against undisturbed earth cannot be obtained, metal harness anchorages consisting of steel rods or bolts across the joint and securely anchored to pipe`'and fittings or ductile iron retainer glands as approved by the Engineer shall be installed to provide necessary support. All steel equipment used for reaction anchorage shall be painted with two coats of Kopper's "Bitumastic No. 50" or an approved equal. The first coat shall be dry and hard before the second coat is applied. ;i Trenches over, through, and/or down rock bluffs shall be protected from erosion. Mains shall be anchored into rock bluffs with use of steel rods and straps. A minimum of four (4) anchors per joint of pipe (max. length of 20 feet) shall be used. Steel rods, straps, and anchoring materials shall be protected from corrosion. The anchors shall individually be adequate to withstand 2.5 times the maximum thrust force at any point on the pipe system. I IJ DIVISION 9 - VALVES SECTION 9-01: SCOPE. This section covers valves and appurtenances as shown on the drawings and as specified herein. All valves are to be opened left, unless otherwise shown on the Construction Plans. SECTION 9-02: MATERIAL. A. Gate Valves See Sheet No. 7, Appendix to the Specifications. (1) General: All gate valves shall conform to the latest edition of AWWA C-500 Standard for gate valves for ordinary water works service. I I II (2) 3 inch and Smaller Valves: All line gate valves used with P.V.C. pipe shall be parallel double -disc gate valves with non -rising stems and 4 -point wedging action, open counterclockwise with "0" ring seals. Valves shall be Mueller No. A -238x)-27 slip joint type, or equal. (3) 4 inch and Larger Valves: All line gate valves for buried service shall be Mueller NO. A-2370-20 with mechanical joint ends; each gate valve used with P.V.C, pipe shall be provided and installed with a transitional gasket for P.V.C. service. All other services shall have flanged ends ASA Class 125. (4) Buried Service Valves: All buried service valves shall be furnished with Standard AWWA 2" square operating nut. Valve operating wrench sh;..11 be Mueller No A-246-10 by 36" in length, or equal. P. Butterfly Valves. (1) All type butterfly valves shall be of the tight closing, rubber seat type with rubber seats which are recess mounted and securely fastened to the valve body. All valves shall conform to the latest revision of AWWA Standard C-504, Class 125-16. Valve bodies may be "monoflange" with a mechanical joint to flange adapter or may have integrally cast mechanical joint ends: Valve discs shall rotate 90 degrees from the full open position to the tight shut position. (2) Valve Discs: All valve discs shall be constructed of Ni-Resist, Type 1. All disc seating edges shall be smooth and polished. (3) Valve Shafts: Valve shafts shall be constructed of 18-8 Type 304 stainless steel and shall be a one piece unit extending full size through the valve disc and valve bearings. (4) Valve Seats: Valve seats shall be of a natural rubber or a _synthetic compound. Bonded -in seats must be simultaneously molded in, vulcanized, and bonded to the body, and the seat bond must withstand 75 pounds pull under test procedure ASTM D-429-58. Method. B, or latest revision thereof. -1- I (5) Valve Bearings: Valves shall be fitted with sleeve type bearings. Bearings shall be corrosion resistant and self-lubricating. Bearing load shall not exceed 2,500 psi. (6) Valve Operators: Valve operators shall be of the traveling nut type designed to withstand 300 ft. lb. of input torque at full open or closed positions without damage to the valve or operator. All operators shall be fully gasketed and grease packed and designed to withstand submersion in water to 10 psi. Valves shall open with a counterclockwise rotation of the AWWA nut and shall require a minimum of 32 turnsto move from fully open to fully closed. (7) Painting and Testing: All surfaces of the valveshall be clean, dry, and free from grease before painting. The valve interior surfaces, except seating surfaces, shall be evenly coated with black asphalt varnish in: accordance with Federal Specification TT -V -51a and AWWA C-504-74. C. Air Release Valves. All Air Release Valves shall be located at the high points in the line, as shown on the plans, and as directed by the Engineer. The valves shall be a regular combination air release and vacuum breaker valve. See Sheet No. 6, Appendix to the Specifications. D. Valve Boxes. Valve boxes shall be Buffalo style adjustable 24 by 36 inch for.5 1/4 shafts, Mueller No. 562-S, or equal. SECTION 9-03: INSTALLATION. The Contractor shall furnish all labor, material, equipment and hand tools to install the valves as per the detailed plans and manufacturer's recommendations. All valves shall be installed with operating nut up in a truly vertical position. Valves shall, in general, be placed where indicated on the detailed plans. All valves settings shall include all compaction necessary to provide a stable base for the valve box. SECTION 9-04: VALVE KEYS. The Contractor shall provide two (2) valve keys per each size valve, suitable for use with the valve installed, as manufactured by the valve manufacturer.. SECTION 9-05: VALVE OPERATING WRENCH. The Contractor shall provide • the Owner with three (3) valve wrenches, Mueller No. A-246-10 X 36" in length, as a Subsidiary Item to other Bid Items of the project. SECTION 9-04: CHECK VALVES. The Contractor shall furnish and install check valves with reinforced concrete vault with metal lid and appurtenances as shown on the plans and as specified herein. Concrete vault with lid shall be constructed as per Details shown on Construction Plan Sheet No. 20 of 23. A. MATERIALS. All check valves shall conform to the standards herein and as shown on plans, unless otherwise approved by Engineer. All materials of contruction shall conform to ASTM standards for cast iron, ductile iron, bronze and stainless steel. (1) Valve Body shall be cast iron. for working pressures of 175 psi and less, and shall be ductile iron for working pressures greater than 175 psi and less than 350 psi. - - 6�r (2) Bronze trim shall be standard, for all check valves, unless otherwise specified. (3) Resilient Seating (Buna-N) compression molded onto the seat allowing metal to metal contact with drip tight . resilient shutoff and shall be easy to replace. B. STYLE. Air cushion swing check valves shall be used for all static main pressures of 60 psi and less. For all static pressures over 60 psi, oil cushion swing check valves shall be used. -3- DIVISION 10 - PLASTIC PIPE AND FITTINGS SECTION 10-01: SCOPE. Covers all PVC pipe and fittings to be furnished and installed as required in these specifications and as shown on the plans. The specifications shall apply to all plastic pipe sizes 2" 12" in diameter. SDR rated pipe shall comply with Commercial Standards CS256, and DR rated pipe shall comply with AWWA C-900. ' SECTION 10-02: INSTALLATION OF PIPE. No deflection shall be allowed at the joints of any size plastic pipe. As determined by the Engineer, deflection shall be provided by the uselof vertical curves or proper angle fittings to accomplish grade or alignment changes. Snaking or humping the pipe shall be required in accordance with the manufacturer's recommendations and to the satisfaction of the Engineer. • The Contractor shall make arrangements with the PIPE MANUFACTURER to have a FACTORY REPRESENTATIVE skilled in the installation of plastic pipe of the above type present for a minimum of one day at the start of the laying of the pipe. A pipe supply house representative shall not be considered as being a representative of the factory. SECTION 10-03: JOINTING. A. Boltless Gasketed Joints. Assembly and installation shall be with clean and uninjured joints in accordance with manufacturer's recommendations. All joints shall be lubricated per manufacturer's recommendations before assembly. A i B. Plastic -Metal Connections. All threaded joints where plastic and metal fittings are connected, shall be so fitted that the plastic fitting will have the male thread on it, unless otherwise shown. Other types of plastic -metal connections shall be as recommended by the plastic pipe manufacturer or Contractor and approved by the Engineer. '� C. Flanged Joints. All flanged joints shall be so made that after uniform compression of the sealing'gasket by proper bolt tightening, the flange faces shall be parallel, the joined fittings or pipe centerlines r�shall be coincident, and no abnormal stress shall be transferred to • adjacent piping or fittings. Flanges on plastic pipe shall be tightened sufficiently to slightly compress the gasket to make a good seal, but ' not so tight as to distort the flanges. SECTION 10-04: PVC PIPE AND FITTINGS. i A. Manufacture and Testing. All SDP rated pipe, sizes 2" - 12", shall be manufactured in accordance. with the Commercial Standard CS256-63 or latest revision for Polyvinyl Chloride (PVC) as conducted in accordance with the applicable ASTM procedure. All DR rated pipe, sizes 3" - 12", shall be manufactured in accordance with AWWA C-900. The extrusion quality test shall be conducted within 2 hours of extrusion of the specimen. . Before shipment, a certified report on the production tests of each lot of pipe and fittings shall be furnished to the Engineer and shall include: 1 1 it I I 1 [ +'c .1 1 1. Date of tests. 2. Contractor's purchase order number. 3. Lot number. 4. Measurements of dimensions and tolerances. 5. Burst pressure values. 6. Sustained pressure test results. 7. Extrusion quality results. All pipe shall be marked at intervals, as set forth in CS256 and AWWA C-900, to declare compliance with standards of the National Sanitation Foundation (NSF). A sample of each type fitting to be used in this system shall be submitted for the Engineer's approval, and his approval obtained before purchases of fittings. B. Material. All pipe and fittings shall be manufactured from NSF approved material that conforms to ASTM D-1784 Type 1, Grade 1 (P,%C 1120) resins, and the pipe shall ibe stamped with the NSF seal of approval and permanently marked: All materials shall conform to Commercial Standard CS256 and AWWA„C-900, respectively. C. D. Pressure Class and Dimensions. The pipe shall be fabricated in conformance with a working pressure class for Dimension ration of Class 200 with SDR 21 and Class 250 with'SDR 17, as defined in 03256; Class 200 with DR 14, and Class 150 with,DR 18. All pipe shall pass rigid quality control tests from a dimensional standpoint in accordance with the dimensions and tolerances as set forth in ASTM D-2241. Joints. Joints shall be boitless gasketed unless otherwise shown. The male end of each section of externally coupled plastic pipe shall be marked with a line around the circumference, which can be used to check the depth of socketing after the pipe is coupled. I I I. 1. Boltless Gask:eted Joints. All boltless gasketed joints 8" and under shall be Certainteed's Twin Gasketed "Fluid-Tite," or Robintech's Single .Gasketed "King's Joint," or equal. (a) All boltless gasketed joints over B" shall be of the "Single Gasket Coupling" as manufactured by Certainteed, or equal. (b) Rubber rings shall be as provided by manufacturer. (c) Pipe with extruded bells shall be furnished in not more than '• 20 foot lengths. Pipe with double gasket type of coupling may be furnished in 40 foot joints. Only molded and machined double gasket coupling shall be allowed with pipe in 20 foot or longer joints. (d) Provision shall be made for expansion and contraction at each gasketed ty pe joint. (e) The pipe manufacturer shall be a member of the Plastic Pipe Institute or American Water Works Association and shall have manufactured the pipe and joint proposed for use for not less than five (5) years. (f) All fittings and specials 4" and larger in size shall conform to AWWA short or long bodied cast iron fittings using a mechanical joint system with hardened or duck tipped type rubber gaskets in accordance with AWWA specifications C-110 and C -ill. The fittings 1 shall be cement lined in accordance with AWWA specificat ons C-104. The pipe and fittings shall be installed in accordance with the recommendations of the pipe manufacturer. ' 2. Flange Joints. Flange joints shall be 150 pound class unless otherwise shown. ' (a) Flanges: ASA Class 150 (b) Flange Bolts and Nuts: ASTM A307, Grade B, galvanized and of • such length that after installation bolts will project 1/B to 3/8 inch beyond outer face of nut. ' (c) Flange Gaskets: Full •:face 1/8 inch thick neoprene of plasticized PVC. I. 3. Threaded Joints. All threaded joints shall be standard iron pipe threads unless otherwise shown. Only Schedule 80 pipe shall • be threaded. 1 1 -3- I SECTION 10-05: STANDARDS. All pipe furnished under these specifications must be manufactured to conform to the latest revision of the following standards: ' AWWA C-900 - Standard for Polyvinyl Chloride (P.V.C.)pressure pipe, 4" through 12", for Water. ASTM D1598 - Test for Time -to -Failure of plastic pipe under long-term hydrostatic pressure. ASTM D159'9 - Test for Short -Time rupture strength of plastic pipe, tubing, and fittings. '• ASTM D17B4 - Specification for Poly (Vinyl Chloride) (PVC) compounds and Chlorinated Poly (Vinyl Chloride) (PVC) compounds, rigid. ' ASTM D2122 - Determining dimensions of thermoplastic pipe and fittings. ASTM 02241 - Specification for Poly (Vinyl Chloride) (PVC) plastic pipe (SDR-PR). I. ASTM D2672 - Specification for Bell -End Poly (Vinyl Chloride) (PVC) pipe. ' ASTM 03036 - Specification for Poly (Vinyl Chloride) (PVC) plastic line couplings, socket type. + ' ASTM D31139 - Specification for joints for plastic pressure pipes using flexible elastc_'meric seams. CS256 - Polyvinyl Chloride (PVC) plastic pipe (SDR-PR). ' NSF -14 - Thermoplastic materials, pipe, fittings, and jointing materials. I. PS 22-70 - Product Standard. SECTION 10-06: WARRANTIES. The materials manufacturer shall provide the Contractor and the system's Owner a written guarantee of quality and standards of ' material provided. All materials shall be warrantied for a period of not less than one (1) year against defective materials. The Contractor shall be responsible for one (1) year from date of acceptance for any imperfections in the materials, construction and operation of the water system. SECTION 10-07: HANDLING. All pipe, fittings, and accessories shall be ' handled and stored in a manner that will insure their installation in a sound, undamaged condition. All coatings and linings which have been damaged shall be repaired at the expense of the Contractor before installation in the system. SECTION 10-08: CUTTING PIPE. Cutting of all pipes shall be accomplished by approved methods that will provide a neat, smooth, straight cut at right angles to the axis of the pipe, without damage to the pipe or any coating or lining materials thereon. • SECTION 10-09: CLEANING. The interior of all pipe and fittings shall be • thoroughly cleaned of all foreign matter before installation and kept clean until the work has been accepted. All joint contact surfaces shall be kept clean until jointing is completed. ' SECTION 10-10: INSPECTION. Each pipe and fitting shall be inspected for defects, just prior to connection. All defective, damaged, or unsound pipe or fitting shall be rejected and removed from the site of the work. ' SANITARY SEWER SPECIFICATIONS I L I I I DIVISION 11 - VITRIFIED CLAY PIPE (SEWERS) SECTION 11-01: SCOPE. This section covers vitrified clay pipe and fittings, which shall be furnished and installed complete with all jointing materials, man holes, and other appurtenances. SECTION 11-02: MATERIALS. Vitrified clay pipe and fittings, jointing materials, and appurtenant materials shall be as shown on the plans specified herein. A. Pipe and Fittings. Standard Strength: ASTM C13, or ASTM C261 Extra Strength: ASTM C200, or ASTM C278 B. Jointing Materials: Factory -molded plastic joints, ASTM C425, Dickey Clay's "PEP", or equal SECTION 11-03: HANDLING, pipe, fittings, and accessories shall be handled in a manner that will insure their installationin the work in sound, undamaged condition. Hooks inserted in ends of pipe shall bave broad, well padded contact sufaces. Pipe and fittings shall not be bumped or dropped. Pipe having premolded joint rings shall be handled in such a manner that no weight, inculding the weight of the pipe itself, will bear on or be supported r by the spigot rings at any time. Care shall be taken to avoid dragging the spigot ring on the ground or allowing it to come in contact with gravel, ' crushed stone, rocks, or other hard objects. Joint rings which have been damaged in any way will not be accepted and shall not be incorporated in the work. I SECTION 11-04: ALIGNMENT AND GRADE. Unless otherwise shown on the plans, all vitrified clay pipe shall be laid straight between changes in alignment and at a uniform grade between changes in grade. All lines shall r be laid so that each section between man holes will lamp with a smooth curved invert. Sections of sewer pipe between man holes that do not meet alignment specification herein and approved by the Project Engineer shall be removed ' and reconstructed to proper grade. Only the City Engineer has authority to accept improperly aligned pipe. City Engineer shall provide the Project Engineer with written conformation of improperly aligned pipe. I When "batter board" alignment is used to determine and check pipe grades, the Contractor shall erect substantial batter boards at intervals of not more than 25 feet and not less than three batter boards shall be maintained in rproper position at all times when trench grading is in progress. The Engineer shall set off -set hubs only at each manhole for horizontal and vertical control. The alignment, both horizontal and vertical, shall be the Contractor's responsibility and expense, when "laser beam" and/or batter boards are used. The Contractor's Unit Bid Price shall include all laying costs. The Contractor is encouraged to use "laser beam" alignment equipment. SECTION 11-05: FACTORY -MOLDED PLASTIC JOINTS. All instructions and recommendations of the pipe manufacturer shall be observed and followed. All r joint surfaces shall be lubricated with the lubricant furnishsed by the pipe manufacturer immediately before the joint is completed. r DIVISION 11-A - POLYVINYLCHLORIDE (PVC) PLASTIC SEWER PIPE SECTION 11 -OM: PVC PIPE AND FITTINGS. All PVC sewer pipe and fittings shall conform to the requirements of the latest revision of ASTM specification D3034 (PSM) and shall be ma tle of plastic having a cell classification of 12454-B r as defined in ASTM D1784. SECTION 11-02A: JOINTS AND LENGTHS. All pipe shall be beltless gasketed at each joint by use of a gasket type joint and intergal bell. All pipe and fittings shall be tested in accordance with ASTM Designations 02152 and D2444. The Contractor shall, prior to delivery of pipe, provide the Owner's Engineer a copy of the manufacturer's test report or statement by the seller, accompanied by a copy of the test results, that the material has been sampled, tested and inspected. Each certification shall be signed by an authorized agent of the seller or manufacturer. SECTION 11-03A: INSTALLATION. All plastic sewer pipe shall be installed in accordance with ASTM D2321-72 or the latest revision. Bedding and haunching materials used shall be Class II as described in the "TRENCH DETAIL" of these APPENDIX Specifications. For installation near or below the ground water table, Class I materials shall be used for the bedding, haunching, and initial backfill. This embedment shall extend from six (6) inches below the pipe to six (6) inches above the pipe. SECTION 11-04A: TESTING. ' a. INFILTRATION AND EXFILTRATION TESTS.. After the pipe has been laid and backfilled, all pipe sections shall be tested for tightness by air testing, infiltration, or exfiltration tests. The maximum allowable amount of leakage shall be 100 gallons per day per inch -mile. The minimum time requirements for • air testing for a 0.5 psig pressure drop from 3.5 psig to 3.0 psiq shall not be less than that shown in the following table, between manholes: 'Pipe Size Time 4 2.5 minutes 6 4.0 minutes 8 5.0 minutes 10 6.5 minutes 12 7.5 minutes 15 9.5 minutes b. DEFLECTION TESTS. The Contractor shall schedule and perform a successful deflection test in the presence of the Engineer after the pipe has been laid and • backfilled. A mandrell shall be pulled through each entire pipe section with a maximum deflection not to exceed 5% of the pipe's internal diameter. • SECTION 11-05A: WARRANTY. For a period of•!not less than one year from the date of acceptance by the Owner, the Contractor shall be responsible for all repairs, replacements and other costs, including replacement of material, all labor and equipment, for successful operation of PVC Sewer System. SECTION 11-05: FACTORY -MOLDED PLASTIC JOINTS: All instructions and recommendations of the pipe manufacturer shall be observed and followed. All joint surfaces shall be lubricated with the lubricant furnished by the pipe manufacturer immediately before the joint is completed. DIVISION 12 - STANDARD MANHOLES SECTION 12-01: STANDARD MANHOLES. All manholes shall be constructed complete with manhole frames and covers. Manholes shall be constructed of precast concrete sections and/or cast -in -place concrete manholes. A. Materials. 1• Concrete minimum compressive strength: 3,000 psi. 2. Minimum precast section wall thickness: 4 1/2 inches. 3• Reinforcement: As required to withstand handling, erection and temperature stresses. 4• Steps: Neenah R-1980-1'' or approval equal. S. Joints of precast sections: Sealed with mastic gasket. ' 6. Manholes lid and ring: `:Pass and Hayes 250 pound in unpaved ..r areas and 300 pounds inpaved areas. Be Construction. All manholes are to be cast -in -place except in areas where access by concrete trucks is impossible. In that case, other types of manhole construction is permissible upon written consent of the Owner's Engineer. Manhole inverts shall be carefully constructed to. maintain the proper velocities through the manhole, and in no case shall the invert sections through the manhole be greater than that of the outgoing pipe. The shape of the invert shall conform exactly to the lower half of the pipe it connects. Side brances shall be plastered, troweled, and brushed to a smooth clean surface. The main sewer shall be carried through manholes by split pipe wherever practicable. Concrete filling between the sewer invert and wall of manholes shall be flush with the tip edges of the invert and shall slope up from the invert at a rate of three inches per foot• Where it is not practicable to use split pipe through manholes, due to breaks in grade or elevations of incoming sewers, the sewer invert shall ' be made of concrete deposited between forms, or of brick on edge laid up in cement mortar. Drop manholes and other special structures shall be built in accordance with the drawings. All fittings, connections, drops, concrete drop • encasernents and. all other sewer pipe appurtenances built in to walls shall be provided. Utilization of the existing man holes shall conform to the above requirements for shaping the invert. DIVISION 13 - ACCEPTANCE TESTS ' SECTION 13-01: INFILTRATION-EXFILTRATION TESTS. After the lines have been installed, manholes constructed, and some time allowed for ditch settlement, but before final repair of paved streets or final cleanup has been made, the Contractor shall conduct infiltration-exfiltration tests by use of one of the following procedures: A. Water Tests. Under this method, the Contractor shall test the lines by blocking off the various sections of pipe, filling the lines .with water and measuring the leakage. The tests shall be conducted and the allowable leakage shall conform to the rates as set out in ASTM C-425 with the following changes: The exfiltration shall not exceed 100 gallons per day, per inch of pipe diameter, per mile of pipe. All pipe joints shall be subject to a minimum of 10 feet head during the test procedure. B. Air Tests. Under this method, the Contractor shall conduct low pressure air tests of the various sections of pipe by use of equipment manufactured for this purpose. The equipment shall include a regulator to avoid "overpressurization" and damaging an otherwise acceptable line. The equipment used shall be identical or equal to the "Air-Loc" system as manufactured by Cherne Industrial, Inc., Hopkins, Minnesota. The low pressure air test shall be conducted by plugging each opening in the reach of the pipe to be tested. All plugs shall be braced against slippage due to internal pressure. One of the plugs provided must have an inlet tap or other provision for connecting an air hose. After the air control equipment is connected to the air hose, the air pressure shall be monitored so that the internal pressure does not exceed 5.0 psig. After reaching 4.0 psig the air supply shall be throttled to maintain .between 4.0 and 3.5 psig for at least two minutes in order to allow equilibrium between air temperature and the pipe walls. During this tirne, all plugs shall be checked to detect any leakage. If plugs are found to leak, the air shallbe bled off, the plugs tightened, and ' air supplied again. After the temperature has stabilized the pressure should be allowed to decrease to 3.5 psig. At 3.5 psig, timing shall begin to determine the time required for the pressure drop to 2.5 psis. If the time, in minutes, for the air pressure to decrease from 3.5 psig to 2.5 psig is greater than that.. shown in the table below, the pipe shall be determined free of defects. I. PIPE SIZE MINIMUM TIME (minutes) 6 Inch 3.0 8 Inch 4.0 1 10 Inch 5.0 12 Inch 5.5 15 Inch 7.5 IS Inch 8.5 21 Inch 10.0 24 Inch 11.5 30 Inch 14.5 - 1 - If by use of the above procedure faulty section of line is found, that section of line shall be tested at 20 foot intervals to determine the exact location of the leakage. If a section of piping is found to be leaking, the exact source of the leak shall be determined, a repair made, and the entire section re -tested. ' SECTION 13-02: LAMPING. Each section of the sewer line between manholes is required to be straight and uniformly graded. Each section will be lamped by the Engineer. Any segment of line not to true grade will be removed and replaced by the Contractor at the Contractor's expense. All defects in the sewers shall be repaired to the. satisfaction of the Engineer and the City of location of the project. SECTION 13-03: SMOKING. The Engineer has the option to smoke -test any sewer line (new or existing) within the project. The Contractor shall furnish all .labor and material for the purpose of this test. The Contractor • shall repair all leaks revealed by the test at his own expense (new line=_). SECTION 13-10: PROOF OF ACCEPTANCE. .The Contractor shall furnish the Engineer with proof of acceptance by all Governing bodies. '. 1 LJ DIVISION 14 - ARMCO TRUSS PIPE SECTION 14-01: SCOPE. This specification covers the recommended practice for laying, backfilling, patching, and testing Armco truss pipe and fittings. SECTION 14-02: MATERIAL SPECIFICATIONS. All material shall conform to ASTM standard specifications for truss pipe. SECTION 14-03: RECOMMENDED PRACTICE FOR BEDDING AND BACKFILLING. p I U 1 A. Trench Construction. Trench width control is not critical for pipe performance as long as sidefills are properly built and trench walls are of suitable soil. Sidefill construction should be extended 2 1/2 pipe diameters each side of the center line, or to the trench wall, whichever is less. B. Bedding. A minimum 3 inch cushion helps grade the sewer and provides an improved bed support •under the pipe. Be sure this bed uniformly supports the pipe along the line. C. Bar_kfillina. Cover the pipe 12 inches above its top with specified material and soil construction. SECTION 14-04: JOINTING. All joints shall be solvent weld type. Allow primer sufficient time to soften the interference fit in the bell and spigot. S=rib the primer in on the bell. Apply cement normally and join the sections. Avoid disturbing the joint afterward. SECTION 14=05: LASER. BEAM ALIGNMENT.It is mandatory that adequate blower capacity be provided. Fumes from curing joints tend to deflect the beam thereby causing variance to the intended line and grade. SECTION 14-06: MANHOLE CONNECTION. A. Manhole Water Stop. Manhole water stops shall be obtained from Armco Steel Corporation or be an: approved equal. B. Placing. Place stop near center of manhole wall. C. Tighten steel band to assume positive seal against pipe outside. SECTION 14-07: PATCHING. All patching shall be made in accordance with manufacturer's recommendation. Under no circumstance is a patch to be placed on pipe in which both the inner and outer walls have been punctured. SECTION 14-08: CONCRETE ENCASEMENT., Under no circumstances should truss pipe be encased in concrete. 1 I: DI'VISION 15 - LOW PRESSURE AIR TEST OF SANITARY SEWER PIPE LINES t SECTION 15-01: SCOPE. This specification covers the recommended t practice fox testing gravity flow sanitary sewer lines, when using the low-pressure air test method to demonstrate the inte- grity of the installed material and construction procedures. This specification is for use in testing.4 through 24 inch sani- tary sewer lines. SECTION 15-02: SUMMARY OF METHOD. The section of sewer line to be tested is plugged. Low-pressure air is introduced into the plugged line. The amount and rate of air loss Is used as an acceptance test for the section being tested. ' SECTION 15-03: SAFETY. A. The air test may be dangerous if., because of ignorance or carelessness, a line Is improperly prepared. - B. All pneumatic plugs should be seal -tested before being used in the actual test installation. One length of the pipe shall be laid on the ground and sealed at both ends with test plugs to be checked. The sealed. pipe shall be pressurized to 5 psig (34 kPa). The plugs shall hold against this pressure without bracing and without movement of the plugs out of the pipe. C. As a safety precaution, pressurizing equipment shall have a regulator or relief valve set at a maximum of 10 psi (69 kPa). ' SECTION 15-04: PREPARATION OF THE SEWER LINE. A. Flush and clean the sewer line prior to testing. B. Plug all pipe outlets, to resist •the test pressure. Give spe- cial ' attention to stoppers and laterals. SECTION 15-05: PROCEDURES. IA. Determine the test duration for the section under test in accordance with Table No. 1. Is. Add air until the internal air pressure of the sewer line is raised to approximately 4.0 psi (28 kPa) gauge. After an internal pressure of approximately 4.0 psi is obtained, allow at least two minutes for the air pressure to stabilize. (The ' pressure will normally show some drop until the temperature of the air in the test section stabilizes.) 1 } 1 I L DIVISION 15 - LOW PRESSURE AIR TEST OF SANITARY SEWER PIPE LINES • C. When the pressure has stabilized and is at or about the starting test pressure of 3.5 psi (24 kPa) gauge, commence the test. Before the starting of the test, the pressure may be allowed to drop to 3.5 psi. Record the drop in pressure ' for the test period. If the pressure has dropped more than 1.0 psi (7 kPa) gauge during the, test period, the line is presumed to have failed. The test may be discontinued when ' the prescribed test time has been completed even though the 1.0 psi drop has not occurred. D. If the pipe to be tested is submerged in ground water, deter- ' mine the back pressure due to ground water submergence and increase all gauge pressures in the test by this amount. ' This test procedure may be used as presumptive test which enables the installer to determine the acceptability of the line prior to backfill and subsequent construction activities. TABLE No. 1 ' MINIMUM TIME PIPE SIZE :(minutes) ' 4 INCH 2.0 6 INCH 3.0 8 INCH 4.0 10 INCH 5.0 12 INCH 5.5 15 INCH 7.5 18 INCH 8.5 t• 21 INCH 10.0 24 INCH 11.5 SECTION 15-06: ACCEPTANCE. F' A.If the test section fails to meet:: the requirements in Section 15-05.C, the Contractor shall, at his expense, determine the source of leakage. He shall then repair or replace all defective materials and/or workmanship. ' B. It is suggested that the first section between manholes be tested. This will permit the Engineer to observe the tight- ' ness of joints and quality of workmanship. The Engineer will determine the frequency of additional testing required. Ii S'. STREET AND STORM SEWER SPECIFICATIONS CITY OF FAYETTEVILLE Ii I 1 I I I I 1 I I. I DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE SECTION 20-01: RIGHT-OF-WAY REQUIREMENTS. A. Residential Street: Fifty (50) feet. B. Collector Street: Sixty (60) feet. C. Minor Arterial: Eighty (80) feet. D. Principal Arterial: Eighty (80) feet. SECTION 20-02: STREET WIDTH. A. Residential Street: Thirty-one (31) feet back to back of curb. B. Collector Street: Forty-five (45) feet back to back of curb. C. Minor Arterial: Forty-five (45) feet back to back of curb unless Federal and/or State Highway Department funds are used. Then the requirement becomes forty-nine (49) feet back to back of curb (four twelve -foot lanes). D. Principal Arterial: Same as Minor Arterial. SECTION 20-03: SUB -BASE PREPARATION. The new street shall be cut to and/or filled to the subgrade contained in the engineering plans and profiles. The s.rb-base must be rolled and compacted to 95 percent standard proctor density and 10 plasicity index. The moisture content shall be the optimum based on soil type and laboratory test results. SECTION 20-04: BASE MATERIAL. The base material shall be a minimum of six (6) inches of SB-2, unless otherwise stated in Bid Items. SECTION 20-05: BASE MATERIAL PREPARATION. A. The SB-2 shall be moistened to optimum water content (verified by laboratory test results) and rolled and compacted to ninety-five percent (95%) modified proctor density and 10 plasticity index. B. After the SB-2 has cured to optimum strength (minimum of seventy-two (72) hours), apply a coat of prime oil (MC30 or equivalent) at the rate of .25 gallons per square yard. Allow prime oil to thoroughly penetrate (minimum penetration time of twenty-four (24) hours) before paving. -1- I0. I I I I II SECTION 20-06: SURFACE COURSE. A. For grades of ten percent (10%) or less, the street surface shall be two inches (2") of asphalt cement concrete hot mix after compaction. B. For grades in excess of ten percent (10%), the surface course shall be six inches (6") of Portland cement concrete (five and one-half (5 1/2) bag mix) with a twenty-eight (2B) day cured strength of 4200 psi. See Divi5icn 22 for concrete street specifications. C. Grades in excess of fifteen percent (15%) shall not be permitted exceeding three hundred (300) liriear feet.' SECTION 20-07: COMPACTION. All sub -base, base, and asphalt surface shall be rolled and compacted with a roller weighing at least eight (8) tons. SECTION 20-OB: CURBS AND GUTTERS. Required on both sides of all new streets. See standard detail sheet for shapes, etc. SECTION 20-09: SIDEWALKS. A. Residential Streets: Four (4) feet wide sidewalks required on one side of street. is ft B. Collector Streets and Commercial Zones: Five (5) feet wide sidewalks required on both sides of the street unless otherwise shown on Engineering plans and profiles. C. Arterial Streets: Same as Collector. SECTION 20-10: DEDICATED STREETS. All dedicated streets will be constructed according to the Engineering plans and profiles approved by the • Street Superintendent. The construction process shall be supervised by a registered professional engineer commissioned by the developer. SECTION 20-11: CONCRETE STRUCTURES. See Division 21 of these specifications. SECTION 20-12: GENERAL COMMENTS. Regarding construction; see Division 21 of these specifications. SECTION 20-13: STREET EXTENSION. The extension of any existing street • regardless of condition or construction methods and techniques previously employed, shall be constructed in full compliance with these new • specifications. SECTION 20-14: SUB -BASE PREPARATION. The following test procedures shall apply to both Section 20-03, "Sub -Base" and Section 20-05, "Base" of these specifications: Density tests. on the sub -base shall be performed by the following methods: A. A minimum of three (3) standard densities shall be performed on any continuous prepared stretch of sub -base equaling less than 900 linear feet. B. A minimum of one (1) standard density shall be performed every 300 linear feet on any prepared stretch of continuous sub -base greater than 900 linear feet. C. A minimum of three (3) standard densities shall be performed by personnel of a soils testing laboratory. D. All base and sub -base (hillside or other) shall be compacted in layers not exceeding 6" in the compacted state and shall be tested as stated in Section 20-14.A, B, and C above. E. All proctors and testing shall be performed in the presence of the Fayetteville City Street Department representative. The cost of said testing and proctors shall NOT be an expense to the Contractor. I DIVISION 21 - GENERAL COMMENTS REGARDING CONSTRUCTION SECTION 21-01: WARPED OR SLOPING SECTIONS. Warped or sloping sections will not be permitted. SECTION 21-02: BANKS. All banks behind curbs will be backsioped at a ratio of three to one (3 to 1) to the Right -of -Way line. SECTION 21-03: NATURAL DRAINAGE. Natural drainage will be adhered to by incorporating street underdrains or by rer_hanneling natural ditches into improved drainage easements. SECTION 21-04: STREET INSPECTIONS. The supervising Engineer will accompany the Street Superintendent on inspections, and the proctor densities and plastic index tests will be conducted in the presence of the Street Superintendent. The testing lab performing the field tests shall provide the Project Engineer with certified test' results immediately following field tests. These three inspections are to be performed by the Street Superintendent or his designated representative during the construction process, as follows: A. After all streets have been cut to subgrade and the sub -base has been • prepared. B. After curbs. and gutters and base,material is installed. C. Upon completion of paving, all construction, backfill, and clean-up. SECTION 21-05: ENGINEERING CERTIFICATION. Certification will be required from the Supervising Engineer before lots will be released. SECTION 21-06: UTILITIES' COVERAGE. All utilities, including service connections, will have a minimum of four feet (4') of cover, or two feet (2') below the floor of all drainage ditches and all improved drainage easements, or two feet (2') below the floor of all street drainage structures and street = paving. Utility lines with less than'two feet (2') cover under street paving shall be encased in concrete from one foot (1') outside each back of curb. yd I. I I U I I I I w DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR CITY OF FAYETTEVILLE SECTION 22-01: SCOPE. The specifications are intended to express minimum design and construction requirements of Fayetteville City Ordinance No. 1790 for concrete street. improvements. SECTION 22-02: CONCRETE STREET STRUCTURES. All concrete street structures described on the attached diagrams and included in these specifications shall be constructed of 4200 psi portland cement concrete at 5 1/2 bag mix in 28 days. Concrete shall be trowelled and shall have a light broom finish with application of white pigment curing compound to serve as a method of curing. SECTION 22-03: SUBGRADES. All subgrades shall be prepared by the Contractor to a grade plus or minus one inch (1") within the finished grade. SECTION 22-04: MINIMUM THICKNESS OF SIDEWALKS AND DRIVES. Minimum thickness of sidewalks shall be four" inches (4"). Residential driveways shall be a minimum of four inches (4") with either four inches (4") of compacted base or 6" X 6" 10 gauge reinforcing web. Commercial driveways shall be a minimum of six inches (6")' -with six inches (6") of compacted base or 6" X 6" 10 gauge reinforcing web. ., SECTION 22-05: MINIMUM WIDTH OF SIDEWALKS. Residential sidewalks shall be four feet (4') wide. All others shall be a minimum of five feet (5') unless otherwise shown on plans and profiles. SECTION 22-06: PLACEMENT OF CONCRETE'PAVEMENT. All concrete street pavement shall be placed mechanically with equipment approved by the Consulting Engineer for the Street Department. All concrete street construction procedures and details -shall be in strict accordance with Portland Cement Association (PCA) Publication IS119.02P, "Suggested Specifications for Construction of Concrete Streets", unless otherwise approved by the Consulting Engineer for the City Street Department. Concrete for the pavement shall be non -reinforced and shall have a 28 day compressive strength of 4,200 PSI when cured and tested in accordance with AASHTO T22, or ASTM C39; and AASHTO T23 or ASTM C31. The concrete shall be placed six inches (6") in thickness. plus or minus 1/4 inch plus any additional depth required as a result of surface deficiencies in the subbase. The average thickness of the concrete shall not be less than six .(6) inches, and any thickness in excess of six and one-fourth (6 1/4) inches shall be rounded to six and one-fourth (6 1/4) inches for computing the average thickness. All concrete with a thickness less than five and three-quarters (5 3/4) inches shall be removed and replaced at the discretion of the Consulting. Engineer for the City Street Department. All streets shall have a concrete curb and gutter on each side unless otherwise shown. - 1 - I II SECTION 22-07: EXPANSION JOINTS. A. JOINTS. Expansion and construction joints shall be placed as indicated on the plans. In addition, traverse construction joints shall be placed wherever the placement of concrete is suspended for 30 minutes or longer. Transverse contraction .joints shall be placed normal to the centerline of the pavement at intervals not to exceed 15 feet. A longitude contraction joint shall be placed along the centerline of pavement whenever the concrete is poured continously across the full width of the street. B. TRANSVERSE CONSTRUCTION JOINTS. Transverse construction joints shall consist of a butt joint formed the full depth of the slab with either keyways or dowels one inch in diameter placed in a manner shown on the plans or in accordance with joint type "B" or "E" as shown in Portland Cement Association Publication IS211.01, "Concrete Streets: Typical Pavement Sections and Jointing Details". C. TRANSVERSE CONTRACTION JOINTS. Transverse contraction joints shall be formed in accordance with Section 902 of the previously referenced PCA Publication IS119.02. When curbs and gutters are used adjacent to the pavement edges, all transverse joints 'shall continue through the curbs and gutters. D. LONGITUDINAL JOINTS. Longitudinal joints shall be either a f construction joint formed by casting the concrete in segments, or formed by creating a plane of weakness in accordance with Section 905 of the PCA Publication IS119.02. Longitudinal '`.joints, whether if is formed as a construction joint or formed as a weakened plane, shall be tied together with #4 deformed bars 30 inched long places at 36 inch intervals. I. SECTION 22-09:. TURN RADII. Two No. 4 (#4) reinforcing bars shall be placed horizontally in all turn radii': Turn radii will be bid at the same price as curb and gutter when the curb and gutter is 100 linear feet or longer. SECTION 22-09: POZZILITH. Pozzilith shall be added when directed by the Street Superintendent for better workability. SECTION 22-10: TEMPERATURE DURING CONCRETE POURING. Temperature shall be 35 degrees and rising before any type of concrete pouring will take place. Methods of heating or covering the surface of the concrete must also be provided by the Contractor when adverse weather conditions prevail. SECTION 22-11: VIBRATOR. A vibrator shall be used at the direction of the Street Superintendent when pouring concrete of any type. SECTION 22-12: BIDDER RESPONSIBILITY: The successful bidder will be responsible for supervision of his crews. The Street Superintendent or his designated representative will only perform an inspection after the grade is established on all jobs. I I II DIVISION 23 - TESTTh,IG SECTION 23-01: SCOPE. The Contractor shall be responsible for all correspondence and testing of all materials involved in the construction. All expenses incurred and required for testing shall be the Contractor's as subsidiary to the itemized Bid Items.of the project. All materials testing shall be properly performed by a local licensed, certified testing laboratory approved by the Engineer and the proper official representing the governing body accepting the finished project. Proper testing shall be performed on all designated sections of construction until results meet or exceed those required and called for in the project Bid Documents. Any misunderstanding shall be explained by the Engineer. SECTION 23-02: MATERIAL TYPES. TESTING PROCEDURES AND STANDARDS. A. Sub -Base, Existing hardpan, and/or "hillside" fill shall meet the following test standards for each type of material separately, in accordance with Division 20 of these specifications: 1. Standard Proctor with curves. 2, Attisburg Limit determined prior to beginning construction. 3. Density - Compaction test to 95% Standard Proctor after compaction by the Contractor. B. SB-2 Base. The following tests shall be performed in accordance with Division 20 of these specifications: 1. Modified Proctor with curves. �, 2. Density - Compaction to '35% Modified Proctor after compaction by the Contractor. C. Portland Cement Stabilized SB-2 Base. All testing shall be in accordance with the Arkansas State Highway Department Guidelines AND as stated herein. Material sections shall be in accordance with the following standard procedures, and shall be tested in accordance with • the following: 1. Section shall be stabilized with a minimum of 5.5% portland cement and shall yield a minimum 7 -day compressive strength of 650 psi. 2. Contractor shall place sections in 100's of feet, giving Engineer 24 -hour notice. Each section's lay shall prove to be a minimum of 5.5'/. portland cement by weight prior to watering process. Weight tickets shall be required by the Engineer. I I -I- I fl 3. Compressive Strength: Each day's lay shall be sampled at a distance not to exceed 100 L.F. after materials are mixed to optimum moisture and beforetcompaction. Each test sample shall be placed in 6" diameter moles, filled 7" deep, left on construction site, then moisture cured in the lab for 72 hours. The testing I. procedure for sample compaction shall be in accordance with ASTM D-1557 for Modified Proctor. The samples shall be slumps, curing, and cylinder compressive tested in accordance with ASTM C-143, ASTM C s1, and ASTM C-39. Each 100 foot section shall have one (1) sample yielding a compressive 7 -day strength of 650 psi or greater prior to proceeding with construction. All sections not meeting this criteria shall be immediately removed and replaced by the Contractor at his expense within the time -frame of his contract. The same procedure shall apply to replacement sections as to the original sections laid. 4. Density Tests: Density test procedures shall be in accordance with Division 20, "SB-2 Base" and shall be taken after the street section has been compacted by the Contractor. All tests shall equal or exceed 957. Modified Proctor. U: D. Concrete Streets and Structures. Testing shall be in accordance with the following, and shall be performed in accordance with standard ASTM testing procedure, such as ASTM C-39, ASTM C-31, and ASTM C-143: 1. A minimum of 3 cylinders per day's pour of less than 150 C.Y. 2. A minimum of 1 cylinder per 50 C.Y. per day of more than 150 C.Y. 3. All test cylinders shall yield a minimum of 4200 psi compressive strength in 28 days. E. Asphaltic Cement. All asphalticsections shall be tested for flow and stability, in accordance with Arkansas State Highway Department standard procedures. I I I DIVISION 24 - STORM DRAINAGE OR STORM SEWERS SECTION 24-0l: STORM DRAINS. Storm drains shall not collect or transport any sanitary sewage. SECTION 24-02: NATURAL DRAINAGE. All natural drainage shall be adhered to. SECTION 24-03: STORM DRAINAGE DESIGN. All storm drainage shall be designed for the twenty-five (25) year, flood plane, unless otherwise noted on the plans and profiles. - SECTION 24-04: CONCRETE PIPE REQUIREMENTS. Class II reinforced concrete pipe conforming to ASTM C-76 shall be used. The minimum size permitted shall be fifteen (15) inches inside diameter. SECTION 24-05: CORRUGATED METAL PIPE. 16 gauge under street paving and 18 gauge other places. SECTION 24-06: SURFACE DRAINAGE. Seven hundred (700) linear feet shall be the maximum distance to carry surface drainage on the street surface. Then the drainage must be collected in curb drop inlets, catch basins, etc. and storm drained to a natural drainage channel. SECTION 24-07: SPECIAL GASKETING AND SEALING MATERIALS. Special gasketing and sealing materials shall be used at all pipe joints and plugs to prevent infiltration into storm sewer. Procedure and materials shall be proven and acceptable in quality. DIVISION 36 - CEMENT TREATED CRUSHED STONE BASE SECTION 30-01: DESCRIPTION: This item shall consist of a base course constructed on the completed and accepted subgrade in accordance with these specifications and in conformity with the lines, grades, compacted thickness and typical section shown on the plans or as directed by the Engineer. SECTION 30-02: MATERIALS: Materialsusedin the mixture shall conform to the following requirements: A. Aggregate. Crushed stone shall conform to the requirements specified in subsection 306.02 of Section 306: Crushed Stone Base Course, of the Standard Specifications, edition of 1978, for Class SB-2, provided therein. B. Cement. Cement shall conform to, the requirements for portIand cement, Type I, AASHTO M85. C. Water. The water for the base course shall be clear, clean and free from injurious amounts of oil, salts, or other deleterious substances and shall not contain more than 1000 parts per mi11ion of chlorides. If the water is of questionable quality, it shall be tested in accordance with the requirements of AASHTO T26. D. Asphalt. 1. Emulsified asphalt shall conform to the requirements of Subsection 403.03 (c) for grade SS -1. , 2. Medium curing cutback Subsection 403.03 (b) 3. Rapid curing cutback Subsection 403.03 (a) asphalt shall conform for the grade selected asphalt shall conform t for the grade selected to the requirements of by the Engineer. the requirements of by the Engineer. The type of asphalt used for the protection and cover for the cement treated base course will be at the option of the Contractor, subject to the Engineer's approval. SECTION 30-03: LABORATORY TESTS AND CEMENT CONTENT. A. Cement Content. The quantity of cement, approximately 5% tL 87: by weight to be used with the aggregate and water, shall be determined by the Engineer. The moisture in the mix shall be maintained within a range of (+/-) 1"/. of optimum. ; B. Laboratory Tests. Specimens of aggregate, cement and water must develop a compressive strength of at least 650 psi in 7 days. - 1 - I r I Jr iI I' SECTION 30-04: CONSTRUCTION METHODS. A. Weather Limitations. The cement -treated base shall not be mixed or placed while the atmospheric temperature is below 35 degrees F. within 24 hours, or when the weather is foggy or rainy. The temperature requirements may be waived but only when so directed by the Engineer. H. Equipment. All methods employed in performing the work and all equipment, tools, other plants and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer before the work is started. If unsatisfactory equipment is found, it shall be changed and improved. All equipment, tools, and plants must be maintained in a satisfactory working condition. C. Forms. When forms are required, they may be of wood or metal and shall be placed to line and grade as staked by the Engineer. Wood forms shall not be less than 12 feet inlength and shall have a width equal to the compacted depth of the base.The thickness shall be sufficient to maintain good alignment. All form lumber shall be of good quality, straight, well seasoned, clean, and free from defects which would impair its usefulness. Warped, split, worn or otherwise defective forms shall be discarded.' Steel forms shall be of a section commonly required for portland cement concrete pavement. They shall be of depth at least equal to the edge thickness of the work prescribed. They shall be straight and shall have a minimum section length of lO feet. When directed by the Engineer, solid forms will not be required. In such cases, the spreading equipment and supply of base mixture shall be such as will permit the continuous and satisfactory spreading of material for one- or two-lane construction and compaction to the proper thickness and contour. D. Preparing the Subgrade. The subgrade shall be prepared in accordance with the typical sections on the plans before the base course is placed thereon. Grade control between the edges of the pavement shall be accomplished by grade stakes, steel pins, or forms placed in lanes parallel to the centerline of the roadway and at intervals sufficiently close that string lines or check boards may be placed between the stakes, pins, or forms. i To protect the subgrade and to insure proper drainage, the spreading of the base shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. 2 - I E. Applications and Mixing cf Cement. The application and mixing of cement with the aggregate materials shall be performed in accordance with one of the following methods: 1. Travel Plant Method. shall be applied uniformly on shall not exceed that which ca TRAVEL PLANT METHOD NOT When bulk cement is used, the ACCEPTABLE. AS OF. AUGUST, 1985: dling, and spreading the cement .1 -re content of the material to b w to perrit a uniform and intim terial and cement. Mixing shall be a gelled or self powered machine or other approved type of mix. aggregate with the cement. Mi:, t?d as to assure positive dept) to prevent cement from being i Machines designed to process `base at a single pass shall be base can be compacted and finishi p uni fornrl} added and incorporate supply and distribution equipmer: the total required amount of wi sed within three I3? hours. If required, at least one pass she d, Mixing shall continue after a uniform ' mixture of aggregate,d for the full depth of the cot: I. Mixture of aggregate bacted and remains undisturbed nixed. In the event of rain adr' incc'mpacted material, the entir Should the Contractor be unable .. ne day, the section shall be rec+ percent of the original amount additional compensation to the i. 2. Central Plant Method. When a central plant is used, the soil aggregate, cement and water shall be mixed in a pugmill either of `r. the batch or continuous flow type. The plant shall be equipped with feeding and metering devices which will add the soil aggregate, cement and water into the mixer in accurately porportioned amounts as determined by the laboratory design. Aggregate and cement shall be .dry -mixed sufficiently to prevent l cement balls from forming when water is added. Mixing shall continue until a uniform mixture of aggregate, cement and water has been obtained. i. I II I! I I The mixture shall be hauled to the roadway in trucks equipped with protective covers. Immediately prior to spreading the mixture, the subgrade or foundation course shall be moistened and kept moist, but not exceedingly wet, until overed by the mixture. The mixture shall be placed on the roadbed in a uniform layer by an approved spreader or spreaders. No .,more than 60 minutes shall elapse between adjacent spreader runs and not more than 60 minutes shall elapse between the time of mixing and the beginning of compaction. The layer shall be uniform in depth and in such quantity that the completed base will conform to the required grade and cross section. Dumping of the mixture in piles or windrows will not be permitted. F. Compaction and Surface Finish. The mixture shall be compacted to a density, as determined by AASHTO T191, of not less than 95 percent of the maximum density obtained by AASHTO T134. The moisture content of the mixture during compaction shall not vary more than 5 percent from the optimum moisture as determined by AASHTO T134. The surface of the treated roadway shall be reshaped to the required lines, grades and cross sections after the mixture has been compacted. It shall then be scarified lightly to loosen any imprints left by the compacting or shaping equipment and rolled thoroughly. The operation of final rolling shall include the use of rollers of the pneumatic tire type. The rolling shall be done in such a manner as to produce a smooth, closely knit surface, free of cracks, ridges or loose material conforming to the crown, grade and line shown on the plans. The density, surface compaction, and finishing operation shall not require more than two (2) hours. Water shall be added if necessary, during the finishing operation in order to maintain the mixture at the proper moisture content for securing the desired surface. Areas inaccessible to rollers or finishing and shaping equipment shall be thoroughly compacted to the required density by other approved compacting methods and shaped and finished as specified. . G. Joints. As soon as final compaction and finishing of a section has been completed, the base shall be cut back perpendicular to the centerline to a point where uniform cement content with proper density has. been attained and where the vertical face conforms to the typical section shown on the plans. - 4 - i I Fl I I I u i1 H. Surface Test. The finished surface of the stabilized base course shall conform to the general surface provided for by the plans. It shall not vary more than one-fourth inch (1/4") from a ten foot straight edge applied to the surface parallel to the centerline of the roadway, nor more than one-half inch (1/2") from a template conforming to the cross section shown on the plans. I. Protection and Curing. After the base course has been finished as specified herein, it shall be protected against drying for 7 days by the application of bituminous material. The curing methods shall begin as soon as possible, but no later than 24 hours after the completion of finishing operations. The finished base course shall be kept continuously moist until the curing material is placed. The bituminous material specified shall be uniformly applied to the surface of the completed base course at the rate of approximately 0.2 gallons per square yard using. approved heating and distributing equipment. The exact rate and : temperature of application to give complete coverage without excessive runoff shall be as specified by the Engineer. At the time the bituminous material is applied, the surface shall be dense, free of all loose and extraneous material, and shall contain sufficient moisture to prevent penetration of the bituminous material. Water shall be applied in sufficient quantity to fill the surface voids ' immediately before the bituminous curing material is applied. Should it be necessary for construction equipment or other traffic to use the bituminous -covered surface before the bituminous material has dried sufficiently to prevent pickup, sufficient granular cover shall be applied before such use. it 1 The curing material shall be maintained and applied as needed by the Contractor during the 7 -day protection period so that all of the base course shall be covered effectively during this period. Finished portions of base course that are used by equipment in construction of an adjoining section shall be protected in such a manner to prevent equipment from marring or damaging the completed work.. When the air temperature may be expected to reach the freezing point, sufficient protection from freezing shall be given the base course for 7 days after its construction and until it has hardened. -5- I 11 J. Cold Weather Protection. During cold weather, when air temperature may be expected to drop below 35 degrees F., a sufficient supply of hay, straw, or other material suitable for cover and protecting previously placed material shall be provided at the site. Any base which has been damaged by freezing, or otherwise, shall be removed and replaced by the Contractor at his own expense. K. Tolerance in Base Thickness. The base course shall be constructed • in accordance with the typical sections on the plans (+/-) 1/2 inch in • thickness. Sections over 1/2 inch deficient in thickness shall be removed and replaced at the Contractor's expense, No payment will be made for materials placed in excess of planned thickness. I I SECTION 30-05: MAINTENANCE: The Contractor shall, within the limits of the contract, maintain the stabilized base material in coed condition until all work has been completed and:accepted by the Owner. Maintenance shall include immediate repairs of any defects that may occur. This work shall be done by the Contractor at his own expense and repeated as often as may be necessary to keep the area continuously intact. Faulty work shall be replaced for the full depth of treatment. The Contractor shall construct the plan depth of cement treated base in one homogenous mass. The addition of thin stabilized layers will not be permitted in order to provide the minimum specified depth. . SECTION 30-06: METHOD OF MEASUREMENT. Work completed under this item shall e measured by the square yard, as shown on the plans. Quantities shown on the plans and in the proposal shall be considered as final quantities and no further measurement will be required unless the alignment is revised during construction. Final quantities will be revised if, in the opinion of the Engineer or upon evidence furnished by the Contractor, substantial variations exist between quantities shown on the plans and actual quantities due to changes in alignment or apparent errors. SECTION 30-07: BASIS OF PAYMENT. Work completed and accepted under this item and measured as provided above shall be paid for at the contract unit price bid per square yard for cement treated crushed stone base course, which price shall be full compensation for furnishing all materials, for mixing, hauling, placing, rolling, ,firiishing, and curing; and for all labor, tools, equipment and incidentals necessary to complete the work. II APPENDIX TO SPECIFICATIONS WATER SYSTEM DETAILS DETAIL SHEET NO. - 01 Typical Service Setting - 02 Typical Service Connection & Meter Setting (Type I) - 03 County Highway and Driveway Replacement (Type II) 04 Gravel Road and Driveway Replacement (Type III) - 05 Railroad Bore and Casing - 06 Air Release Valve 07 Gate Valve - 08 Fire Hydrant - 09 Flushing Hydrant 10 Blow -Off 11 Thrust Blocking for Pipe Fittings 11A Concrete Thrust Block 11B Thrust at Pipe Bends 11C Table of Thrust at Pipe Bends - 12 Concrete Thrust Anchor 13 Buried Canal Crossing - 14 Steep Draw Crossing - 15 Concrete Encasement - 16 Trench Detail - Water Mains 17 Highway Bore & Casing SANITARY SEWER DETAILS DETAIL SHEET NO. - 01 Typical Trench - 02 Concrete Manhole - 03 Encasement Pipe 04 Creek Crossing 05 Typical Cleanout I WATER SYSTEM DETAILS 6'MAX. WIDTH MILHOLLAND COMPANY FOR PAVEMENT Engineering & Surveying . 205 West Center Shed SAW CUT Fayetteville, Arkansas 72701 FOR_ Office Phone (501) 443.4724 REPAIRS EXISTING CONCRETE OR BITUMINOUS CONCRETE DRIVEWAY AND CHIP AND SEAL COUNTY HIGHWAYS. FOR' TRENCHES I L T• 1MRIABLE THICKNESS 12" MIN. UNDISTURBED TNCXNESS • 11121 FOR BITUMINOUS BANK CONCRETE DRIVEWAYS. (MIN. 2" THICKNESS) • 4 DRIVESfl. E * (MIN. 9' • 3" MIN. HOT OR COLD BITUMINOUS MIX FOR COUNTY HIGHMMYSAFTER COMPACTION OF BASE. COMPACTED SB-2 WATER OR _ SEWER MAINS ACTS' L BITUMINOUS CONCRETE REPLACEMENT MATERIAL SHALL MEET THE REQUIREMENTS OF SECTION 408 OF THE STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION, ARKANSAS STATE HIGHWAY COMMISSION. EDITION OF 1978. 2. CONCRETE SHALL NAVE A MINIMUM 28 DAY COMPRESSIVE STRENGTH Or 4200 PS.I. TYPE I ROAD CROSSING COUNTY N IQ' Y AND DRIVEWAY REPLACEMENT DETAIL Sheet 2 MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 C COMPACTED S8-2 —i•— EXISTING GRAVEL SURFACE S REMOVED FROM TRENCH MIN• 12" SELECTED BACK-. FILL MATERIAL MINTER OR .SEWER MAINS PER SPECS MIN: C / t--wIRIEs-fi COMPACTED FOR LATERAL AND VERTICAL STABILITY OF MAIN. NOTE: SETTLEMENT TAKES PLACE IT IS TO BE REFILLED WITH S8 -Z. • TYPE It ROAD CROSSING GRIiAIEL ROAD AND DRIVEWAY REPLACEMENT DETAIL sheet 3 6x6/6-6 W.W.M.(MIN.) SAW CUT PRIME COAT ► •. , ---- 4'MAX. MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 2"-3" HOT MIX BITUMINOUS CONCRETE LAYER TO MATCH EXISTING SURFACE. SAW CUT WATER ANO'SEW ER MAINS 6 " MIN. V " •• NOTES: L BITUMINOUS CONCRETE REPLACEMENT MATERIAL SHALL MEET THE REQUIREMENTS OF SECTION 408 OF THE STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION, ARKANSAS STATE HIGHWAY COMMISSION, EDITION OF 1878. 2. CONCRETE SHALL HAVE A MINIMUM 28 DAY COMPRESSIVE STRENGTH OF 4200 P•S.I. TYPE fl ROAD CROSSING BITUMINOUS CONCRETE ROAD REPLACEMENT DETAIL Sheet 4 I1 Iti I I I I Il I Ii I I I 1 I I MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 DRILL (5) I/Y AIR HOLES IN LID FINISHED GRADE mN N C.I. COVER (CLAYS BAILEY P. 23�1) IY • 1' GALV. RETURN W / I$ MESH I FORD COPPER SCREEN SOLDERED TO BII-444 uL OPEN END Ball Curb Stop or o"636" METER. BOX Equal TRACER WIRE DRILL VON HOLE I't 24" GALV. = IN DALV = SEE NOTE 5 I FE. PIPE ( MIN.) PIPE ifift APCO I AIR RELEASE VALVE OR EOUAL,'/3/32" Orifice. jji1Securely attach Tracer Wire to Pipe IN P.E. COMPRESSION BRICKS CONC TO IRON PIPE . UNDISTURBED SOIL ADAPTOR MAIN CONNECTION TO BE TYPICAL I' CORPORATION NOTE: 1, AIR RELEASE TO BE INSTALLED ADJACENT TO WATER MAIN OUT OF TRAFFIC, 2. BID UNIT PRICE SHALL INCLUDE ALL LABOR AND MATERIALS FOR SUCCESSFUL INSTALLATION OF AIR RELEASE, INCLUDING BRASS SERVICE SADDLE, COR- PORATION STOP, 1" PIPES, VALVES, BOX WITH LID, OTHER ESSENTIAL ITEMS SHOWN AND NOT SHOWN, 3. METER BOX AND AIR RELEASE VALVE SHALL BE SET PLUMB. 4. METER BOX - BASS AND HAYES 34E. _ 5. AIR RELEASE VALVE'S NUMBERS 1,3, & 4 USE APCO #75, VALVE NO. 2 USE APCO #200A AIR_ RELEASE VALVE DETAIL Sheet 6 MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 WORD "WATER" ON COVER 26 a 26 a 6" CONC. COLLAR r ADJUST COVER TO GRADE TAMP BACKFILL s Secure yr ottoch Tracer. Wire EXTENSION and Valve Box to be set plumb to Bolts and Nuts.. BOX AS SPECIFIED VALVE BOX TO BE SUPPORTED BY COMPACTED FILL VVALVE GATE VALVE AS SPECIFIED TRACER WIRE WATER MAIN — UNDISTURBED SOIL ---Compacted Backfill NOTE RADIAL COMPRESSION JOINT ENDS USED FOR PVC PIPE ARE NOT SHOWN. GATE VALVE DETAIL HOSE /2" NOZZLES i'1 t 1 n n 1 1 lu 1 DRAIN - KEEP CLEAR OF CONC. 2" MIN. _A 1 I Ire I 3 CUBIC -� FEET OF II GRAVEL PLACE CONCRETE KICK BLOCK AGAINST Undisturbed Soil I - 4 1/2" PUMPER NOZZLE MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayeneville, Arkansas 72701 Office Phone (501) 443-4724 MUELLER "CENTURION" FIRE HYDRANT A-423 OR EQUAL W/ 3'-6" buried HYDRANT TO HAVE COMBINATION FLANGE AND BREAK SECTION AND REMOVABLE BARREL WORD "WATER" ON COVER III�� p(la\......... I K 2' K 6" CONCRETE COLLAR SLOPING 2" FROM THE CENTER TO THE EDGES ADJUSTABLE 2 PIECE C.1. VALVE BOX O I•`- E Ih 6" GATE VALVE - OPEN LEFT 14" MIN. OF ; C.I, OR D.1. I-6" HYDRANT BRANCH-C.I. or D,Z,,, to Boftond NuO I £ L' U ' I d' °• .. \/ NO BENDS IN THIS AREA -J11i - ALL FITTINGS SHALL BE VARIABLE DISTANCE ASSEMBLED WITH DUCTILE PLACE CONCRETE IRON RETAINER GLANDS WITH KICK BLOCK AGAINST SET SCREW TORQUED AS PER SOLID UNDISTURBED MANUFACTURERS' RECOMMENDATION, SOIL. 1 NOTES I. ALL HYDRANTS TO BE SET PLUMB WITH NOZZLES FACING HIGHWAY OR COUNTY ROAD. 2. HYDRANT AND VALVE WILL BE SET AND BURIED AT THE DEPTH SPECIFIED BY ENGINEER, 3. HYDRANT BRANCH TO BE CONSIDERED SUBSIDIARY TO FIRE HYDRANT AND AUXILIARY VALVE. 4, ALI, FIRE HYDRANTS WILL CONFORM TO AWWA C502-73 STANDARD. 5, CONCRETE SHOULD NOT BE POURED ON BOLTS. ALLOW 2" MIN. CLEARANCE FOR WORKING ROOM, FIRE HYDRANT DETAIL Sheet e J ii Z rim od F V t j W A Z 141 I` J e 0 Z Or • r Y N N i u o t O W W MI i m O • on t 1 =0 ru, 0 z 0 N 0 L V <0 N N :_'. W / J p �• J A W t J U < J a i O Z F 0 • O O N N I- N u ._ t < J J 0 >- 90 Z [ << 0 0p4. O m N U Oj m N A e'. • 0 Ucn mom— ; C Y C ■ Q m u N Z O0 <5 m= V o y = [ a >. L Z z O W O• ; W r ; no Q.4 i t U a W W m W mu U V a I- 3 Z U Y r f Q OQ WJ p Z V Z 0 of YCY a O J a Urn - r� 10<Jp U < W a W 3L 0 Nm : W r o r O MZ O .. • OJoxOWJ < N a N V 0 U • r. =u200 0 ■ 0 < < r z W ■ SUN N N N N dot t u t >0 • • a. W DI s J Q J W o o N o LL. W 0 t 7 r YI 0 0 J m t R 00 N u ■ ; Z w N OJ t? ■ W Z W ■ 0 W 0 J pF 0 J0 ow W Z 2 W N Na WW r2 ram QN WIL; } LL Q V O W WQ zCfl Oa WZp JW>W 0~ MO>F • m D N W ► 0. t i ZW 0 < W r a nQ do ow r Ii Sheet /O • a UNDISTURBED EARTH BLOCKING FOR BENDS PLUG GROSS'. GROUNDLEVEL MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street FayetteviPe, Arkansas 72701 Office Phone (501) 443-4724 /ORIGINAL GROUND LEKL BELTED o .a, THRUST CONCRETE BLACKING .a CONCRETE UNDISTURBED EARTH BLOCKING BLOCKING FOR BENDS SEE NOTE %C" r EDGE OF TRENCH CONCRETE BLOCKING I OF TRENCH BLOCKING FOR CROSSES NOTE: ALL PIPE FITTINGS 4" AND LARGER SHALL BE; A. D.I. Mechanical Joint rated 350 p.s.i. working pressure for Main: pressures greater than 200,p.s.i. B. D.I. or C.I. Mechanical Joint Class 250 for Main Pressures less than 200 p.s.i. C. THRUST BLOCKING shall be adequate to withstand the sum of the Static Main Pressure with Storage Tanks full plus 200 p.s.i. Water Hammer multiplied by 2.5. Undisturbed Soil Backing shall be assumed adequate to 200 p.s.f. pressure. o: .. o ., CONCRETE BLOCKING flirLe e. :. s O o BLOCKING FOR BENDS BEND SEE NOTE "C' CONCRETE BLOCKING TEE EDGE OF TRENCH BLOCKING FOR TEES THRUST BLOCKING • FOR PIPE FITTINGS Sheet t/ THRUST BLOCK SCHEDULE PIPE SIZE FITTING A B CU. FL 4" TEE .2'-0 ' It -6" 2.5 OR 90° 2,-9" I - 6" 4.7 SMALLER 45° 20" I'0" I.? TEE 3'- 0"'y 2'O" 7.5 6" 90° 3'' 6": 2'' 6" 13.3 45° 21-0" 20" 3.4 TEE 3-6", 2'-6" 12.7 8" 90° 4'-0°'• 3'-O" 20.0 45° 3"-0"• 2'-0" 7.5 TEE 31-6", 31-611 26.7 10" 90° 4'-6"' 4'-0" 50.4 450 3'-0" 3'-0" . 20.0. NOTES: I. CLASS B CONCRETE - 2,000 PSI, 28: DAYS. 2. SCHEDULE BASED ON THRUST RESISTANCE OF SOIL OF 1000 LBS. PER SQ. FT. AND $00 PSI LINE PRESSURE. 'a FOR LINE PRESSURES GREATER THAN 100 PSI AND/OR SOIL RESISTANCE LESS THAN 1000 LBS. PER 50. FT. , THE SCHEDULE SHALL BE ADJUSTED IN THE FIELD. 4. DEAD END BLOCKING IS THE SAME As FOR TEE. FINISHED GRADE PIPE DO NOT ENCASE JOINT FITTING PLAN SECTION CONCRETE THRUST BLOCK DETAIL MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Office Phone (501) 443-4724 Fayetteville, Arkansas 72701 Sheet 11-A THRUST AT PIPE BENDS P■2x62.5HASinp� USE TEST PRESSURE. USE INSIDE BELL DIAMETER WHEN APPROPRIATE. USE BOTH "A' SCALES TO SET POINT ON SUPPORT LINE. READ "B" SCALES WITH STRAIGHT LINE THROUGH SET POINT. 4 3 W 4 500 S 6 7 72 400 ^ 66 9 d 40 "� 54o P - .o • 48 W • 15z 42 us300 yl •36 20m W30 25$. _ .z 304 = 24 4 W —20 0 0 J la =200 60. 16 W 60Z 14 m 704 ,so W o 90 I- Io 0. W d c e Q W N = O 6 • W W two o. 4 - 90 a 67 5 W so t70 2 60 3�] 500,000 10 100,000 170 160 150 y 140 0 50,000 30 = 4 20 C 110 O. 3 too �2 00 eo— W tff 700. 10,000 I 60 f W 5,000 •501 I- 4 3 •4Co J 2 35 d -B: 1,000 900 Soo -25 700 600 1500 Sheet //-S WRNS R MCDONNELL ENGINEERING COY►RMY 584 I I 'F 1 F- 3�z W6 H H H O I 2 oc 0.14 o1 c W Q W m O N Q e 0 o 0 S 0 8 0 .0a* 4 e . . - . . 0 .D - - - n - Om - - .. C v r m r r 00i w a tO ♦ 10 M 10 .0 w o 0 0 O i C 'y O .4 ♦ 0 O Cl 041 . . . . . . . Y1 O to n O C O w 10 ` O �.« p W 10 O 0 N l00 tO Clj 002 C 0 0 0- C• 0 0 0 0 0 0 0 0 • — • • • C. 0 0 .. •� O .1 n c} i a e 0 0 e . e o w t$ l$ m o m 0 .— a 0 w w W 8 0' ■ - 0_ L O C 0 O s u «'� 0 0 O 0 0 0 0 . 0 0 .. Cl O ♦ O O .t U '� C S. 0 w o to a 0 0 n .4 0 O N O .. .4 w .4 .1 .4 H vl 0 0 8 0 8 8 8 5 fC O • C O tO n .+t 0 O l0 to . . . a . . 01 . - S 01 P o Y r w w w w w w .1 .1 0 0 0 0 8 8 8 0 • ♦ v o 0 t0 ♦ tO o m m m N m 00i N o O a 0 0 0 0 8 8 up p 4 S O 0 t00 0 t4 N Oa. a Io O ♦ m to 8 a 0 O N O O O ♦ o o 40 0 8 01 N Co Cl. . Cl . . . . : 0 . 0 ID 10 : w 10 r O m t00 ID •• t0 ♦ O ♦ 0 0 ♦ w 0 10 ♦ ♦ LO 10 tO : t0 w 0 CD N a. • 0 0 0 0 0 x O n w 0 0 — a o Io - o ow t0 to 100 a • 8 m S S r Cl. w w w w � O O 0 0 8 ri 0i O tD n o g 8 g 01 m •1 i+ - O - .Oi w . N N p 00 O 8 a • S 8 . . . . . N 4 C 0 0 vm p � 0 ♦ - w E - w w - - _ 0 I-. tztF b p= pp 0 0 0 O • Z.C <tt O 0 0 n O O_ 015 0 O N O i O +1 0 8 0103 O O g p. N w w 8 8 o O . . . ti N w 8 8 100 O n . . . .1 O 0 .1 ' M o• '40 0 n n e 0 a to O O w .;0 0 1D O -O O O O O O ` 1D to i DUDM1 D MCDOMMELL EMGIMEED INS COMPANY 0 0 0 O 0 0 0 $ 0 8 0 0 0 0 0 010 0• m to- o e 8 m• w 0 n u ID 40 01 ID 40 01 w .1 w .1 w o pOp 0 0 0 0 0 0 0 m O 01 .0i O 001 ..00 0 o o m i o o m w N 4 tool gggC O 0 100 1D 001 _ L'. �. 00 ..4 0 0 0 o 10CD pb — S 0 0 0 0 0 0 0 0 w O n n O .1 O w oN O 84 <S w CI �8 8 0i S too O 0 10 O C O w .+ O 1 .. n N O O O O ♦ 10 tO ••• •1 $ 0 Cl t't O 8O♦ n•'w e1tilT!: ♦e IDO n 8 a o i .1 .1 to 0 p N •. 0 8 8 8 8 v o ! op 41; +I . ' N N '01 •1 0000 00 8 p -100 O O r O. to N O b r ♦ 40 N w n r 0 N 0 1D 'O 4 O pp L- 0 .t 04 O p 0 • O 110 -t0 t0 l0 w .1 0 o O O O O 0 a O O O 10 .y N 0 0 0 o O 0 O C O r 0 q 0 W N w .1 O flee/ I/ -C fOmM D.1.2 Undisturbed Undisturbed Soil H Soil 18P Min• 18" Min. x a - - - -___ j: .', 1,:; I__ T/anrh / Class "B" Concrete PLAN VIEW 9 Base 4 O ., ...� , •.4 :` . I ••a: ...: is :: �, ♦. ��� '/..:. Class "B" Concrete _w ELEVATION VIEW CONCRETE THRUST ANCHOR 205 w.0ENTEN MILHOLLAND COMPANY Fayetteville Engineers Surveyors t/2 (501) 4434724 Arkansas a I Sheet /3 ii 205 w. CENTER MILHOLLAND COMPANY (301) 443'4724 Fayetteville Engineers Surveyors Arkansas ° v o"� 3.c aQo� y 0 a V O Mm0 7 C L 3 Lu Z O •� • ri W K Sheet /4 205 W. CENTER MILHOLLAND COMPANY (501) ••3-4724 Fayetteville Engineers Surveyors Arkansas V 24!142 to min. D.I.pipe P.V.C. pipe 7 MA/N _ 6" ( OUTSIDE; 6' MIN DIAMETER M I N CONCRETE ENCASEMENT Sheet /5 205 W. CENTER MILHOLLAND COMPANY (501) 443-4724 Fayetteville Engineers Surveyors Arkansas I 1 I Ii i 1 I i G I Top 4" of surface shot/ be cleared of Rock, Debris, Roots, etc. and repaired to o condition equal to or better than prior to construction., ----I---7'.— MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 Smooth after one (/) year's settlement 4. GENERAL BACKF/LL V 4 O � � � Q Z ti �c Q TAMPED N io 2 ELECT F/LL 2 W Wire on P.V.C. Pipe //A4t'2/____Trocer MAIN 7 to be looped around each W V \ Joint of Pipe. W I tiF % / 6" Comp^cted Selected Fill under Typel,aandZ7 Rood Crossings and "Rocktoremoval areas. MIN. WIDTH= "D"/S" NOTES: 1. Payment for "ROCK EXCAVATION" shall be computed on amaximum Trench Width of ("D") nominal diameter of pipe (+) plus 18", and a maximum Trench Depth of ("D") nominal diameter of pipe (+) plus 42"• 2. Trench Bottoms shall be free of rocks and stones, larger than 3/4". 3. Surface of Construction area shall be replaced, seeded, fertilized and maintained one (1) year after final acceptance of the Water System by the Owner (City). 4. All trees, brush, boulders, rocks, and debris affected by Construc- tion shall be properly disposed of., 5. Fayetteville Public Works Pine Bedding Specifications: (Same as Sanitary Sewer) TRENCH Off TA IL "Water Mains" 1 Sheet /6 I 1 : 1 ` I � a,M _ 1°0 ad0rSloaoi C Q S.,- 1 •Z) 0% � I' L2 t m t O Wy 8 00 V) rov c,-' '-'C O Cc) O U 0 E N N C C L a) Oct N U Q C •�.C lV (n CL) a -1 U 0 0 i Q U L v N ; �y a) LO ° a, a O ---•---- • 1) I1 V N c. o a)>. c C7 Co.o G. ,- L O • d` CL V S: N a 4 K a N • O N N V) m E E v 3 cxl V \ L 1 o o tCD > f/1 \ m I%a1 I. C [r. •7 N 3 Dd L VC •- t (b 1 Q) a) :t '-I a t OIC -O L ) C D b L 1 -+ Lc. L fn N O i N U C a) 4°. \ V O O C W o G N V U O N CJ N •� a .-' 0 O y O o +-' U4-) K o o� o°- H i 'C c a °" L v C m in m N b r - 0Q C) O'- O c b O a m •` v a , \. U) V) L CU U • .-� cC L O N .ti L L Z C O 0.-i C0�C C ro L O V C .y V .+ I> N i.- E I) (7) � O a (^ LC- LDL a C . CC s, ro O. .ti Q�C t) C:.- v: .. F a. XOA1-JO-rvbtd Sheet /T loM -1 o -146(4 m� do j: E a �� ¢`) y) w Oo'v C ° N � O � vOgj Iu Ln 3 ° h N ° O y � ` V ° O . a y�Q � / b H U • 94) _� N N W•c — ---' O b O C I. b b. O c � � 4 4. 02 C b QQ a? C 4)L O _ m ,4 f: E a) 0)) v J N La) U co k 0)4-) XL QI VS OO Lt Ca JOW cc a �x 1) U 1 O OW C a t E to Lo C1 U z O C. a) QQ ti O Ti O Y1 1) -) c 3 � % W a) v7 `VtriO v O LW ", ) 10 O O0. L• C • m I O O Ca f -c OIa R. O L O I ,i L Q L O •r1OIC 0) t4 F O +4-) LZ.C ate) O a y Y 1) 7 C N,Oi O ¢ O pw O J)).-1 CO .C �J a L'O C V] N N O• .-f O O 0i O w a) •L •o U a O 4 ~ V d U N O CO O ° N L Ca Ca• r-i Ca L a) a 4) •� c. C O O -I rn O C co L 'C a) a.) O .-1 'O O a) 7 4 y n E C7 b 0 N L .� (o J) Q L O .-I L •O L 'O Cycz °,)'ca a .�> •. O 7 L Ca 1) a) O a m E v) o E•+ o . ° F �, -O a C O��\ O Z V O Z r N r'7 foM-lo-146iy l7 P {. H N QN�A m3� �p8 pQ �8 m� N a,)I _ 4 22 �� G 1• rr�� V o ~ S QQIP <10 a F. L 1jr• L--1 cVi °y PO�OPP�NC1PPrU� 1.1 �% <i • tl 1zQ�1 yy yy yyy Z o yy Fig v . . U 1.PPNJUOV�4Nrr 4 r m • Z o SNO..NPJV�4Nrrr n p5 u VI i ]•'[i r N C) Zr Os y OA O Q a I^ w 2 .0000 .so . 000 } 0 . tfl, S y Y II kill!! a NJ 9 0 }fix x t- eat I • L Pd U, Z 2 rn hi I 9 D b D 2 1/4 t %7 - ...: • .:.. �.. .a. ny. R -c... n . 1 CITY OF FAYETTEVILLE MATERIAL SPECIFICATIONS FOR POTABLE WATER SERVICE MAIN LINE SERVICE TAPS I. SERVICE SADDLES: MAINS: Class 200 PVC, SDR 21 (2", 3", and 4") SIZE MANUFACTURER. ORDER NUMBER 2" x 3/4" Mueller H-13420 2" x 1" Mueller H-13420 3" x 3/4" Mueller H-13425 3" x 1" Mueller H-13425 4" x 3/4" Mueller H-13428 4" x 1" Mueller H-13428 MAINS:, C-900 PVC, Cast -Iron, Ductile Iron, Cl 200 A/C (2-1/4" UP) 2-1/4" x 3/4" Romac 101N- 2.75 x 3/4"CC 2-1/4" x l Romac 1O1N- 2.75 x 1" CC 4" x 3/4" Romac 101N- 5.40 x 3/4"CC 4" x 1" Romac I01N-- 5.40 x I" cc 6" x 3/4" Romac 101N- 7.50 x 3/4"CC 6" x 1" Romac 101N- 7.50 x I" CC x 3/4" Romac 101N- 9.62 x 3/4"CC 8" x 1" Romac 1O1N- 9.62 x 1" CC 10" x 3/4" Romac 1O1N-12.12 x 3/4"CC 10" x 1" Romac 1OiN-12.12 x 1" CC 12" x 3/4" Romac 1O1N-14.38 x 3/4"CC 12" x 1" )Romac 1OIN-14.38 x 1 "CC II. SERVICE CONNECTIONS: DOUBLE TAPS 3/4" Type K Soft Copper 60' Coils 1 3/4" Corp. Stop. 110 Comp. Mueller H-15008 1 3/4" U Branch 110 CTS x MIP x MIP 7-1/2" width H-15363 2 5/8" x 3/4" x 12" Riser Meter Yoke Mueller H-1402 w/H-14222 Tail Pieces I IS" x 24" -PVC Meter Dar: y5OIS24-.30T,;.-27ff'Wa11 - Thickness Shell Only, notched as manufactured by Mueller/McCullough 1 18" C.I. Flat Meter Lid C-109 manufactured by Crouch Foundry SINGLE TAPS - 3/4" Type K Soft Copper Tubing 60' coils 1 3/4" Corp. Stop. 110 Comp. Mueller H-15008' 1 5/8" x 3/4" x 12" Rise Meter Yoke Mueller H-1402 w/H-14222 Tail Pieces 1 18" x 24" PVC Meter Box #501824 .30T, .275 Wall Thickness Shell Only, notched as manufactured by Mueller/McCullough 1 18" C.I. Flat Meter Lid C-109 manufactured by Crouch Foundry III. SERVICE LINE EXTENSION: To connect extra copper to Service Line Use 3/4" 110 Compression Union H-15403 IV. "OR EQUALS"s "OR EQUALS" ARE NOT ACCEPTABLE V: LAST REVISION: July, 1987 SANITARY SEWER DETA eS MG Note: Reinforcing Shall Be Continuous Thru . Manhole. COMPLY W/CLASS 'B' BEDDING NOTES. 33'-60' Dia. Pipe c 3d'-54" Trench N 27'_ 48" DIA, PIPE Bose 24" 42" No.6 Bars N 211. 36" 6054;48' 6"Centers 18'1 30" F No.5 Bars 14'. 24" 12" 18" 42'36'I' 6" Center D Ii- 8,10,12, I5, No.6 Bars 30" i' d'Center 8, 12;15; No.5 Bars ��'• pr z ,P" `, I8, 24;' I 0"Centers � 1° - " "' �A NOTES: NO1&30F 6 3 OF SHEET NO. 16 ALSO APPLIES TO SEWER CONSTRUCTION 4 No. 5 Bars Longitudina Class "B" Concrete CLASS 'A BEDDING Inside Pipe B Diameter (Max.) B' 2L4" 10' 2'-4' 2' u 15" 3-6' 18' 41Q11 24" 4-6 3d' 5' 0" 36' 42 6-0 48" 54" 60" 77" 15'7 54'60' 12f_ 366 8jr42,48" 0 5-810'12"1824 PIPES N BEDDING FOR CLAY PIPE AT A ACCEPF ERIAL IO.0� OR LESS IFICA- DEPTH AS REQUIRED BEDDING FOR CLAY PIPE FOLLOWS: AT DEPTHS OF 10'= 0" OR MORE, ANPLASTIC 7FA PIPE AT ALL LENGTHS OKFILL HAND PLACED AS FOLLOWS: LL PAVED EXCAVATED MAT. AREAS. FREE FROM TRASH,DEBRIS MAX. TRENCH WIDTH TO HERE _ _ AND ROCKS GREATER THAN ®HAND PLACED SELECT I I/2" IN ANY FILL MATERIAL.. \ a� . . /e DIMENSION.) C aSe - PLACED ®TAMPED SELECT N AND TAMPED FILL MATERIAL MATERIAL S< AS IN®ABI Oe TAMPED SPECIAL 0G BC/2 BEDDING MATERIAL 4 Note: ASTM CLASSII.-T-` The [Minimum Trench Width For All Sizes 4„ Of Pipes Shall Be That Which Allows A 6'I Working Distance On Each Side FAYETTEVILLLE PUBLIC WORKS SPECS. Of the Bell. "ALL MAINS SHALL BE BEDDED FROM 4" BELOW TO 12" ABOVE PIPE WITH GRIT OR EQUAL OUTSIDE STREET RIGHT-OF-WAY, AND WITH SB-2 WITHIN STREET RIGHT-OF-WAY; TRENCH WIDTH SCHEDULE CLASS IIB" BEDDING ALSO: I TRENCHES UNDER STREET SECTION SHALL BE COMPLETELY FILLED WITH COMPACTED SB-2 TO SUBGRADE AND HORIZONTALLY TO ONE (1) FOOT (BACK -OF -CURB". SHEET NO. 1 205 W. CENTER MIL HOLLAND COMPANY (501) 443-4724 Fayetteville Engineers Surveyors Arkansas 24" � Z /.v./c. I. Manhole Steps IA 6" :'. 4B" Min See Note 0 -GROUT BASE OF Machined Surface, Non -Rocking Manhole Frame And Cover Bass 4 Hayes or Equal. Note: For Manholes In Public Right -of -Way, Cast �x In Place Concrete Shall Stop At Point � Indicated.. C N ;• t0 a oO 'a. 6' Min • 4.. Mm _n _' I2'1 :.9: ... ...a .: A:..:.:: •' a: ' 3000 Psi Concrete For Manholes 4'-O" or Less In Depth, Use 24,Mm —3611Max. High Cone With S Max. High 2-00 Throat. Note For Pipes Entering Base, Opening Is Mode, Pipe Is Inserted And Sealed With Non - Shrink Grout. 61 Min. ECTION - TYPICAL POURED IN PLACE MANHOLE SHEET NO. 2 205 W. CENTER C MILHOLLAND COMPANY (301)4434724 Fayetteville Engineers Surveyors Arkansas I U) w J cc w w O I- C) o 4- m O C m d N E C o.9 N + o N a u C O N C IL O • _ N C C - y > > 4) O d p Em O IL F - z w z w U Z w w 0. II p SHEET NO. 3 205 W. CENTER MILHOLLAND --COMPANY (501) 443-4724 Fayetteville F Engineers Surveyors Arkansas W W ? W = J 3 3 0 0 W u � 2 0 Lu I W Z W a 4 W a o I F y 4 W cn Z v1 z C4 (Y m j_O O Z U 4 C)) O Er 0 In W Er 0 Er 0 SHEET NO. 4 205 W. CENTER MIL HOLLAND COMPANY5O(901)443.4724 Fayetteville Engineers Surveyors Arkansas 205 W. CENTER Fayetteville _6.0_LB CI COVER CLEANOUT Si MILHOLLAND COMPANY Engineers Surveyors NO. 5 (501) 443.4724 Arkansas