Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
152-91 RESOLUTION
4\•. • • • • RESOLUTION NO. 152-91 A RESOLUTION AUTHORIZING A CONSTRUCTION CONTRACT WITH TANDA, INC. FOR WATER LINE REPLACEMENTS RELATED TO THE STREET OVERLAY PROJECT OF THE 1991 CIP PROJECTS, TO ALLOW FOR A 10% CONTINGENCY AND APPROVAL OF A BUDGET ADJUSTMENT. f 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 construction contract with Tanda, Inc. in the amount of $86,360.75 plus a 10% contingency in the amount of $8,636.00 for water line replacements related to the street overlay project. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. Section 2. That the Board of Directors hereby authorizes a budget adjustment in the amount of $95,000.00. A copy of the budget adjustment is attached hereto and made a part hereof. PASSED AND APPROVED this 20th day of August , 1991. APPROVED:_�� By: tti'��Z�r[/ ' Mayor ATTEST: By • • BAD COPIES cin OP-PAYETTUVIL . ARRA ;;V -`_r IN -YEAR. BUDGET" ADJvsvaNr w _....- . BUDGE? YEAR 193I". IMUISteED • ' 88-9- .. INCREASE ACCOUNT TITLE :Capital•. Water Mains • LCCOUN NUMBER -560i;6;;11315.00 t r . Haines - 5.00 anti REQUESTED BY: BUD/ET COORD DEPARTMENT DIRECTOR: ET/OFFICE USE. ONLY DATE OP_APPROVAL. ADMlN.pSERVICES DIR: �TYMANAGER: g9-9 Entered Posted Type: A B C D E Total program adjustments to date: BAD COPIES 1B.09 - .,ocriers rto P oi lot P•• • r. r , • 1B.07 • CONTRACT THIS AGREEMENT, made this ?nth day of 2,w3„.64 - 1991, u7„ 1991, by and between the CITY OF ZYEtTEVILLE, (Corporate Name of Owner) herein called "OWNER", acting herein through its • (Title of authorized O fficial) and `PANDA INC. (a corporation) (axNalnknnatkka) (en individual doing business as ) (STRIKE OUT INAPPLICABLE TERMS) o f FORT SMITH and State of ARKANSAS "Contractor". WITNESSED: that for and in consideration of the payments, and agreements hereinafter mentioned, to be made and performed by the Owner, the Contractor hereby agrees with the owner to commence and complete the construction described as follows: , County of SEBASTIAN hereinafter called • WATER M LN REPJ,,A,CEMEN,T PROJECT No. 91-5316 hereinafter called the "Project", for the cum of .F.j,ghty_Si$ Thousand Three Hundred. §ixtv DoL ars a 75/100 dollars ($jQ4$0.75 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 plana, 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 ccntract, 1 • • • 1B. 08 CONTRACT ..The Contractor hereby agrees to commence work under this Contract on or before a date to be specified in a written "NOTICE -TO -PROCEED" of the Owner and to fully complete the P roject within 30 consecutive calendar days thereafter. The Contractor further agrees to pay, as liquidated damages, the sum of 115DiDO, for each CONSECUTIVE CALENDAR DAY thereafter as hereinafter provided in 2IVISION 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- tlone, as provided in the General Provisions of the Contract, and to make payment on account thereofas 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 charges invoiced the Owner by the Engineer for "RESTAKING OF CONTROL", as provided by DIVISION I, Section 01:21 of the General Provisions. IN 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. (SEAL) Attest' Secretary .LAi l -)44 4Y t W itness ,. (SEAL) Attest: r+ r S retary Witness (Print or type names under- neath all signatures) [/Yl (ebb By: CITY OF FAYETTEVILLE Ow MAYOR Title 113 W. Mountain, Fayetteville, Ar 72701 Business Address and ZIP Code TANDA_ TNC. Contrac}�o • • PRESIDENT ='�` • - .----.„ • me Title P.O. BOX SOI,,_ FORT SMITH _ 4.R72913 .r>'• Business Address and ZIP Code lionSecretary of the Owner should attest. If Contractor is a corporation, Secretary should attest. 2 ofv6/AJA1- eitikS MICROFILMED Milholland Company ENGINEERING AND SURVEYING 205 W. CENTER FAYETTEVILLE, ARKANSAS 72701 (501) 443-4724 SCANNED SET KO. 5 WATERLINE REPLACEMENT BID No. 91-36 CITY OF FAYETTEVILLE PROJECT NO. 91-5916 E-309 OWNERS: CITY OF FAYETTEVILLE 113 WEST MOUNTAIN STREET FAYETTEVILLE, ARKANSAS MR. DON BUNN, ENGINEER MR. SID NORBASH, ASSISTANT ENGINEER. PHONE: 575-8206 July, 1991 MILHOLLAND COMPANY ENGINEERING & SURVEYING 205 West Center Fayetteville, Arkansas 72701 Telephone: (501) 443-4724 Fax: (501) 443-4707 1 ' M:11itii. G'ERTIFICAT E OF 'PRODUCEi """" "" "` v' " " ""` " "" INSURANCE issuz DATE (M4/DD/W) Brown—Hiller—Clark & Assoc. 5500 Euper Lane — P 0 Box 3529 THIS CERRA TIFTE IS ISSUED AS A MATTER OF INF CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE POLICIES BELOW. MATION%N LVI AND THIS CERTIFICATE AFFORDED BY THE Fort Smith , AR 72913-3529 COMPANIES AFFORDING COVERAGE tTanda, ' 'INDICATED ' ' ' 'EXCESS tWORKER'S ' ' 501-452-4000 COMPANY LEITER A Aetna Casualty COLPANY EA INSURED LETTER Inc. P. 0. Box 5081 LETTER ' LEITER C Fort Smith COMPANY LETTED AR 72903 COMPANY LEITER E REVISED -- 'COVERAGES..; THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW NOTWITHST ANDING ANY REQUIREMENT, TERM OR CONDITION :. . A ,—REVISED- :... ..: ,..., HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 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 CLAMS. CO LTq TYPE OP INSURANCE POLIDY NUM001 POLICY QFECTM DATE (MM/OD/YY) POLICY EXPIRATION DATE (14M/CO/TY) LIMITS eermLuunannr GENERAL AGGREGATE f 2000000 A X CDMMERCIAL GENERAL LIABILITY 040ACM5611253 9/11/90 9/11/91 PRODUCTS-COMP/OP AGO. $ 2000000 CLAIMS MADE X OCCUR. PERSONAL b ADV. INJURY $ 100000 ONNER'S A CONTRACTOR'S PROT. EACH OCCURRENCE $ 1000000 FIRE DAMAGE (Any one lire) $ 100000 MED. EXPENSE (Any one person $ 5000 AUTOMOBILE LIABILITY COMBINED SINGLE t A X ANY AUTO FJ0020485188CCA 9/11/90 9/11/91 LIMIT 500000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) )( HIRED AUTOS BODILY INJURY t X NON -OWNED AUTOS (Per Accident) GARAGE LIABR11Y PROPERTY DAMAGE $ LIABILITY EACH OCCURRENCE $ 2000000 A X LMBRELLA FORM XS659073WCA 9/11/90 9/11/91 AGGREGATE t 2000000 OTHER THAN LMBRELLA FORM COMPENSATION I STATUTORY LIMITS A AND 40C606874CCA 9/11/90 9/11/91 EACH ACCIDENT E 100000 DISEASE POLICY LIMIT $ 500000 EAPLOY[RL'LIABILRY DISEASE -EACH EMPLOYEE $ 100000 OTHER DESORPTION OF OPEAATIONSROCATKI3IVENMLESISPECIAL ITEMS Job: 1991 Water Line Replacement Project, No. E-309, Bid No. 91-36 Additional Insured in favor of Certificate Holder and Milholland Company, 205 W. Center. fayejteville AR 72701 t tE1171ROATEHOLDER ; CANCELLATION 8::: SHOULD SHOULD ..iii EXPIRATION iiii-(( MAIL ANY 10 DAYSWRITTENNOTICE OF DATE w THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO TO THECERTIFICATE HOLDERNAMEDTO THE City of Fayet tevi l to C0LEFT, BUT FAILURE 113 West Mountain E:? LIABILITY OF ANY EIK❑❑IND Fayettevi I le, AR 72701 TO MAIL SUCH NOTICE SHALL MPOSE NO OBLIGATION OR UPON THE COMPANY, ITS AGENTS OR REPRESENT AT IVES. CI ADTHoh1YBIT,AflAE4ENi 7IATErt VI± 085950000 <ACORD2SS,I71f0I,< ...:.::: . .........,_> ' .; 8 :..:..... �.(�'0 "'©ACORDCC Ot001 $$ 'i I-Continental Insurance® That PERFORMANCE BOND Approved by The American Institute of Architects A.I.A. Document No. A-311 (Feb. 1970 Edition) KNOW ALL MEN BY THESE PRESENTS: Tanda, Inc., P. 0. Box 5081, Fort Smith, Arkansas 72913 Bond No. BNS 134 66 67 (Here insert full name and address or legal title of the Contractor) Firemen's Insurance Company of Newark, New Jersey as Principal, hereinafter called Contractor, and P. 0. Box 7430, Metairie, TA 70010 as Surety, (Here insert full name and address or legal title of Surety) City of Fayetteville (Here insert full name and address or legal title of Owner) hereinafter called Surety, are held and firmly bound unto City Hall, Fayetteville, AR 72701 as Obligee, hereinafter called Owner, in the amount of Eighty -Six Thousand Three Sollars for the payment whereof Contractor and Surety bind themselves, their heirs, executors, assigns, Jointly and severally, firmly by these presents. Hundred Sixty & 75/100- ($ 86,360.75 administrators, successors and WHEREAS, Contractor has by written agreement dated entered into a contract with Owner for 1991 Water Line Replacement, Project No. F-309, Rid No. 91-36. in accordance with drawings and specifications prepared by Mi ]holland Company Fayetteville, Arkansas 72701 (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly 1) Complete the Contract in accordance with its terms and conditions, or 2)Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, i( the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the contract falls due. No right of action shall accrue on this bond to o for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Signed and sealed this day of Tanda, Inc. AD19 #tWA(t C \kkaA,a) (Witness) BOND 4393C Firemen's Insurance Company of Newark, NJ (Seal) urety) By: Vicci L. Hiller (Title) Attorney -In -Fact Meanie/1'g Infer rante Company of Now4irk, New Jersey 1 GENERAL POWER OF ATTORNEY 1 Know all men by these Presents, That the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has made, constituted and appointed, and by these presents does make, constitute and appoint 1 Vicci L. Miller of Fort Smith, Arkansas its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings 'and contracts of suretyship to be given to All Obligees 'provided that no bond or undertaking or contract of suretyship executed under this aulhority.shall exceed in amount the sum of Ten Million (10,000,000) Dollars This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY at a meeting duly called and held on the 13th day of January, 1989: I"RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President an Executive Vice Presidenl a a Senior Vice President or a Vke President of the Company, be, and that each or any of them hereby is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Anomey to execute in behalf of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, bonds, undertakings and aB contracts of suretyship; and dal an Assistant Vice President a Secretary or an Assistant Secretary be, and That each or any of them hereby is, authorized to attest the exertion of any such Power of Attorney, and to attach thereto the seal of the Company. IFURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney orcenificate bearing such facsimile signaturescc facsimileseal shall be valid and binding upon the Company when so affixed and in the future with respect 10 any bond, undertaking or contract d suretyship to which it b attached." 'In Witness Whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused its official seal to be hereunto affixed, and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 13 day of Apr t l • 19 90 FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY 'Attest: 1 D.L Banta, Assistant We President 'STATE OF CONNECTICUT j 'COUNTY OF HARTFORD By Emil B. Askew, We President On this 13 day ofr i , 19 before me personally came Emil B. Askew, to me known, who being by me duly sworn, did depose and say that he is a Vice le of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, the corporation described 'In and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. 1 1 chtifEclitt CERTIFICATE GLORIA D. SEEKINS NOTARY PUBLIC My Commission Expires March 31, 1993 I1, the undersigned, an Assistant Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a New Jersey corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the town of Farmington, the State of Connecticut. Dated the 121 BOND 43151 day of _ ,19 1. Dennis lane, Assistant Vice Presdent Printed in U.S.A. Bond No. BNS 134 66 67 LABOR AND MATERIAL PAYMENT BOND Approved by The American Institute of Architects A.I.A. Document No. A-311 (Feb. 1970 Edition) Note: This bond is issued simultaneously with another bond in favor of the owner conditioned for the full and faithful performance of the contract KNOW ALL MEN BY THESE PRESENTS: That Tanda, Inc., P. 0. Box 5081, Fort Smith, Arkansas 72913 (Here insert full name and address or legal title of the Contractor) as Principal, hereinafter called Principal, and Firemen's Insurance Company of Newark, New Jersey P. 0. Box 7430, Metairie, LA 70010 (Here insert full name and address or legal title of Surety) City of Fayetteville hereinafter called Surety, are held and firmly bound unto City Hall, Fayetteville, AR 72701 as Surety, (Here insert full name and address or legal title of Owner) as Obligee hereinafter called Owner, for the use and benefit of claimants as hereinbelow defi d, h mount of Eighty -Six Thousand Three Hundred Sixty & 75/100 LTollars($ 86, 60.15 (Here insert a sum equal to at least one-half of the contract price) for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, Jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated entered into a contract with Owner for 1991 Water Line Replacement, Project No. E-309, Bid No. 91-36, in accordance with drawings and specifications prepared by Fayetteville, Arkansas 72701 Milholland Company (Here insert hill name, title and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if the Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following cond'tions: 1. A claimant is defined as one having a direct contract with the Principal or with a subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the dale on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: The Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed, the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which the legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. b) After the expiration of one (1) year following the date on which Principal ceased work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. Signed and sealed this C9l44 s 40 s) 1 Q e1L4ce .. e . n.tp (Witness) BOND 4393C day of AD 19 Firemen's Insurance Company of Newark, NJ By• Vicci L. Hiller Surety) (Seal) (Title) ey-In-Fact 1 1 1 1 1 1 1 1 1 A .., .r, aeen epOa puo8;o algia panuoj 3o aied )IJoM Jo aimeN in inN 171.9 CI r 7. W T z Z Y Y —I psi O3vn m Oz mO vxi Z C NI • 1 1 1 1 1 1 1 1 1 1 1 -. GENERAL POWER OF ATTORNEY 1 Know all men by these Presents, That the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has made, constituted and appointed, and by these presents does make, constitute and appoint ' Viccl L. Killer of Fort Smith, Arkansas its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings and contracts of suretyship to be given to , Firemen's Insurance Company of Newark, New Jersey All Obligees 'provided that no bond or undertaking or contract of suretyship executed under this authority.shall exceed in amount the sum of Ten Killian (10,000,000) Dollars IThis Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY at a meeting duly called and held on the 13th day of January, 1989: II"RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President, an Executive Vice President or a senior Vice President of a We President of the Company, be, and that each or any of them hereby is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute Intelsat( of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President, a Seaetary or an Assistant Seaelary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. IFURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power d Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and In the future with respect to any bond, undertaking oc contract of suretyship to which it is attached." 'In Witness Whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused its official seal to be hereunto affixed, and these presents to be signed.by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 11 day of Aprt E 19 90 'Attest: 1 D.L Banta, Assistant Vice President TATE OF CONNECTICUT } 'COUNTY OF HARTFORD On thisday of , 19 before me personally came Emil B. Askew, to me known, who being by me duly sworn, did depose and say that he is aelPresident of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, the corporation described 'In and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY By 6 Emil B. Askew, Vke President 1 1 y*Ol An maC CERTIFICATE GLORIA D. SEEKINS NOTARY PUBLIC My Commission Expires March 31, 1993 I, the undersigned, an Assistant Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a New Jersey 'corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. 1 Signed and sealed at the town of Farmington, the State of Connecticut. Dated the 121 BOND 4315L Printed In U.S.A. 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 Office, City Hall, 113 West Mountain Street, Fayetteville, Arkansas, until 2:00 p.m. Local Time, August 2, 1991, 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. 91-36 WATERLINE REPLACEMENT PROJECT No. 91-5916 All necessary work, materials, and every item of construction shall be in accordance with the plans, profiles, and speci- f ications as approved by Public Works Department, City of Fayetteville, and Health Department. Said plans and specifi- cations are on file in the office of the Engineer, MILHOLLAND COMPANY, Engineering and Surveying, 205 West Center, Fayette- ✓ ille, AR 72701. Copies may be obtained from the office of said e ngineer upon the payment of $100.00 dollars. Unsuccessful bidders or non -bidders will be refunded $40.00 upon the return of u ndamaged 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 project 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 bidmust be accompanied by a cashier's check or surety bond in an amount equal to five percent (5%) of the whole bid. Said bond shall be issued 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 said check 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: P roject 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 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. 2 INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids: .CITY OF FAYETTEVILLE, herein called the "Owner", invites bids on the form attached here- o n, 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, August 2, 1991, and then be publicly o pened 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 91-36 WATERLINE REPLACEMENT PROJECT No. 91-5916. The Owner may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive an informalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid ✓ eceived after the time and date specified shall not be con- sidered. No bidder may withdraw a bid within 90 days after the actual date of the 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 t he 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 which contain 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 o f work to be done. Unit prices shall include amounts suf- ficient for the furnishing of all labor, materials, tools, e quipment, and apparatus of every description, to construct, e rect, 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 o f 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. 2 • 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 o f subcontractors and the amounts of their subcontracts as ✓ equired 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- ding 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 o f 1965, the "Arkansas State Licensing Law for Contractors". Bidders 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 time, and provided further, the Owner is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition or subtraction or o ther 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 INFORMATION FOR BIDDERS 6. Method of Bidding: The Owner invites the following bid(s): WATERLINE REPLACEMENT PROJECT No. 91-5916 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 ✓ eject 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 ✓ eserves 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- e r 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 ✓ equired. The approval of each subcontract by the Owner will in no manner release the contractor from any of his o bligations as set out in the plans, specifications, con- tract, and bonds. Before any contract is awarded, the bidder may be required to furnish a complete statement of the origin, composition, o r 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. 4 INFORMATION FOR BIDDERS 8 Bid Security: Each bid must be accompanied by cash, certi- fied check of the bidder, or a bid bond prepared on the form o f 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 o f bids, and the remaining cash, checks, or bid bonds will be returned promptly after the Owner and the accepted bidder have executed the contract, or if no award has been made within 30 days after the date of the opening of bids, upon demand of the bidder at any time thereafter so long as he has not been notified of the acceptance of his bid. 9 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: Bidder must agree to commence work on or before a date to be specified in a written "NOTICE TO PROCEED" of the Owner and to fully complete the project within 45 consecutive calendar days thereafter. Bidder must agree also to pay as liquidated damages, the sum of $250.00 for each consecutive calendar day thereafter as hereinafter provided in the General Condi- tions. 11. Conditions of Work: Each bidder must inform himself fully o f the conditions relating to the construction of the pro- iect and the employment of labor thereon. Failure to do so w ill 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 o r means as will not cause any interruption of or interfer- e nce with the work of any other contractor. 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. REV. 8/1/91 5 INFORMATION FOR BIDDERS 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 ✓ equested to all prospective bidders (at the respective add- ✓ esses furnished for such purposes), not later than three (3) days prior to the dated fixed 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 project under this contract and fur- n ishing materials in connections with this contract, as spe- cified herein. The surety on such bond or bonds shall 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 J I I I I I I I I I I I I I I I INFORMATION FOR BIDDERS 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 the 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, C. Act 74 - Amend Act 275 of 1969 (Arkansas Statute 14-630), d. Withholding State and Federal Taxes, e. Anti -kickback Act of June 13, 1934, 40 U.S.C. 276 (c), f. Equal opportunity provisions, g. Act 125 - Arkansas Acts 1965. The contractor shall comply with all such laws and regula- tions 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 project. Whenever available, local common labor shall be used, and whenever practical, skilled and semi -skilled labor, if available, shall be used. The contractor and each subcontractor, where the contract amount exceeds $75,000.00, shall comply with the provisions of Act 74, as amended by Act 275 of 1969 (Arkansas Statute 14-630). The provisions are summarized below. 7 I I I I I I I I I The Owner shall have the right to withhold from amounts due ' the contractor so much of accrued payments as may he 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. INFORMATION FOR BIDDERS 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- ment of 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. If it is found that any workman employed by the contractor or a subcontractor has been or is being paid a rate of wages less than the rate of wages required by this contract, the Owner may, 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 thereto and shall see that such provisions are included in all subcontracts. A copy of such provisions is included hereinafter in these specifications. I INFORMATION FOR BIDDERS 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 put- ' 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. I I I I I [1 [1 I I 17. Insurance: During the life of this contract, the successful bidder shall carry insurance as hereinafter set out. Also, lie 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: PJ I 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. C. Motor Vehicle Pnhiir T.1AhiIil-v AnA Drnnur4-v Ilnn.o...s 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. ' d. 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. e. Builder's Risk Insurance: [ I Optional [ I 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 11 I INFORMATION FOR BIDDERS f. All -Risk Floater Insurance: Until the project is corn- ' 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. y. 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 1 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 INFORMATION 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 are listed 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 Standards and 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. IC. 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 • Continental Insurance, BID BOND KNOW ALL MEN BY THESE PRESENTS: ' That.............Tanda,...Inc............................................................................................................................................. ...................................................................................................................................................................I................... of .................Fort Smith state of .......Arkansas.......................... ......................................... i. ' hereinafter called the Principal, and .Fireman.s..Insur..ance..,Company...o..f..Newark,..New.Jersey.................. hereinafter called the Surety, are held and firmly bound unto.city.. o£_.Fay.etteville,..Arkansas_........._........... ............................................................................................................ '.............-............................................................ ' of ....................................................................................................................................................................................... ................Fayettevill e......................................................../......... ....... , State of ........Arkansas.------ ---- hereinafter called the Obligee, in the sum of--Five„Percent...(5%).,Total. .............................. ..........................................................................................................................................................................i)bllars; ' for the payment whereof to the Obligee.......... the Principal bind ............. their......,.. ................. heirs, executors, administrators, successors, and assigns, and the Surety binds itself, its successors and assigns,. firmly by these presents. Signed, sealed and dated this ........ ZLKl.................. day of .................August............. , 1991...... ' Whereas the Principal is herewith submitting the accompanying bid dated......_Augus.t..2,..1.9.9.1............ for.....Water...Line...Replacement, Bid #9136, in accordance.wfth plans. and.specificatiions .. ..........prepared.. by Nilholland..Company.............................................................................................................. ' Now, Therefore, the condition of this obligation is such that if the bid be accepted as to any or all of the items of material and workmanship proposed to be furnished thereby, or as to any portion of the same, and if the Principal will, within the period specified therefore, or, if no period be specified, within ten (10) days after notice of the award of the contract, enter into contract with the Obligee, to furnish all work and material at the prices offered by said bid, and will furnish bond with good and sufficient surety or sureties, as may be required, for the faithful and proper fulfillment of such contract, then this obligation shall be void. And the Surety hereby ' binds itself and its successors to pay to the Obligee, in case the Principal fails to enter into such contract, and give such bond within the period specified therefore, or, if no period be specified, within ten (10) days after such notice of award of contract the difference in money between the amount of the bid of the Principal on the work and material so accepted, and the amount for which the Obligee may contract with others for such work and t material, if the latter amount he in excess of the former, but in no event shall the Surety's liability exceed the penal sum hereof. In Witness Whereof, this instrument has been executed by the duly authorized representatives of the Prin- cipal and the Surety. L L L Tanda, Inc. (Seal) ............................................ `�/ Principal. By: ...... .................... . ...Firemen's,Insurance. Company.of.Newark,..New.Jersey / rely T2..C? . . ........ Attorney Vicci L. Hiller Bond 1264D f I int.d In U.S.A Firemen's Insurance Company of Newark, New Jersey I' GENERAL POWER OF ATTORNEY ' Know all men by these Presents, That the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has made, constituted and appointed, and by these presents does make, constitute and appoint I its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings 'and contracts of suretyship to be given to All Obligees Vicci L. Hitler of Fort Smith, Arkansas 'provided that no bond or undertaking or contract of suretyship executed under this authorityshall exceed in amount the sum of Ten Million (10,000,000) Dollars This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY at a meeting duly called and held on the 13th day of January, 1989: "RESOLVED, that the Chairman of the Board, the Vice Chairman at the Board, the President, an Executive Vice President or a Senior Vice President or a Vice President of the Company, be, and that each or anyof them hereby is, authorized to execute Powers of Attonsey qualifyinglhe anomey named in the given Power of Attorney to execute in behalf of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, bonds, urdenakings and all contracts of suretyship; and that an Assistant Vice President, a Secretary or an Assistant Secretary be, and that each a any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seat of the Company. FURTHER RESOLVED, that the signatures of such officers and the scald the Company may be affixed to any such Power of Attoney or to any certificate relating thereto by facsimile, and any such Power of Anoney acertificate bearing such facsimile signatures a facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertaking or context of suretyship to which H Is attached." 'In Witness Whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused its official seal to be hereunto affixed, and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 13 day of A r IL 1990 p FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY 'Attest: 1e 1 BY D.L Banta, Assistant Vice PresidentEmil B. Askew, Vice President 'STATE OF CONNECTICUT ,COUNTY OF HARTFORD I On this 13 day of 1 ,19 before me personally came Emil B. Askew, to me known, who being by me duly sworn, did depose and saythat ifrthatheisa eesidentoftFeFIREMEN'SINSURANCECOMPANYOFNEWARK,NEWJERSEY,thecorporationdescribed in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. C n o?s s b.' NOl AR Y` u1 `�AftTts'r GLORIA D. SEEKINS NOTARY PUBLIC CERTIFICATE My Commission Expires March 31, 1993 'I, the undersigned, an Assistant Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a New Jersey corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. 'Signed and sealed at the town of Farmington, the State of Connecticut. Dated the 2nd da of Augus •19 91 1'jb e, AssisttVic21 BOND 4315L Printed in U.S.A. Tanda, Inc. P.O. Box 5081 Fort Smith, Arkansas 72913 Phone (501) 452-2950 Following is a list of similar projects that Tanda, Inc. has completeds MOUNT OLIVE WATER SYSTEM EXTENSION Elkins, Arkansas Completion Dates July 1991 Contract Amounts $60,317 Engineers McClelland Consulting Engineers Fayetteville, Arkansas Owners Mount Olive Water Association I I I I I I I I I I C C Li HARMON AREA WATER IMPROVEMENTS Tontitown, Arkansas Completion Dates June 1991 Contract Amounts $150,135 Engineers McGoodwin, Williams & Yates Fayetteville, Arkansas Owners Washington Water Authority ADAIR COUNTY WATER SYSTEM IMPROVEMENTS Stilwell, Oklahoma Completion Dates December 1990 Contract Amounts $895,000 Engineers Holloway, Updike & Bellen Muskogee, Oklahoma Owners Adair County RWD #4 ARKANSAS HIGHWAY 352 WATERLINE RELOCATION Coal Hill, Arkansas Completion Dates February 1990 Contract Amounts $85,461 Engineers W. William Graham, Jr., Inc. Little Rock, Arkansas Owners Horsehead Water Users Association WATER SYSTEM IMPROVEMENTS Siloam Springs, Arkansas Completion Dates March 1990 Contract Amounts $243,602 Engineers McClelland Consulting Engineers Fayetteville, Arkansas Owners City of Siloam Springs ADAIR COUNTY WATER SYSTEM IMPROVEMENTS Stilwell, Oklahoma Completion Dates March 1990 Contract Amounts $1,291,000 Engineers Holloway, Updike & Bellen I I 1 1 1 1 1 1 1 1 1 1 1 1 Tanda, Inc. P.O. Box 5081 Fort Smith, Arkansas 72913 Phone (501) 452-2950 Following is a list of equipment owned by Tanda, Inc. and available for construction site works 1 1 1 1 1 1 1 2 1 2 1 3 1 1 Mitsubishi 240 -SL Excavator Yutani Excavator MD -240 Case 850C Dozer Case 450B Dozer Case 850D Dozer International 510B, il C.Y. Wheel Loader Kawasaki Rubber -tired Front-end Loader Case 580E Backhoes Ditch Witch R100 Trencher Ford F600 Flatbed Dump Trucks 1972 Mack Dump Truck AGL Pipe -Laying Lasers Head 200# Boring Unit Joy 185 Air Compressor I I I I I LI BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto the CITY OF FAYETTEVILLE, as OWNER, in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. ISigned this I I I LI I I I day of 199 . 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: WATERLINE REPLACEMENT PROJECT No. 91-5916 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- to (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. 1 I BID BOND I)' I I I I I I I C I I 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. (Principal) Surety) SEAL BY: 2 L.S.) I I BID FOR UNIT PRICE CONTRACT I I I C Place: Purchasing Office, City Hall 113 W. Mountain, Fayetteville Date: August 2, 1991 Project No.: 91-5916 Proposal of TANDA. INC. (hereinafter called Bidder)* a corporation, organized and existing under the laws of the State of ARKANSAS , 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 WATERLINE REPLACEMENT, PROJECT No. 91-5916, having examined the plans and specifications with related ' documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and ' supplies, and to construct the project in accordance with the contract documents, within the time set forth therein, and at the prices stated herein. These prices are to cover all expenses ' incurred in performing the work required under the contract documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before a date to be specified in a. written "NOTICE TO PROCEED" of the Owner and to fully complete the project within 45 consecutive calendar days thereafter as stipulated in the ' specifications. Bidder further agrees to pay as liquidated damages, the sum of $250.00 for each consecutive calendar day thereafter. Bidder acknowledges receipt of the following addendum: Addendum #1, dated 8-1-91 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. IREV. 8/1/91 1 C AUG- 1-91 THU 10:36 ra.ea.v.s� rr^v -— MILHOLLAND COMPANY FAX NO. 15014434731 P, C1 I ' .,flelviit 4? &ad I II Ii ii I I 11 I ,- 4&2eeriny. am! Janie .n� y 205 WEST CENTER FAYETTEVILLE, ARKANSAS 72701 15011 443.4724 CONTRACT BID DOCUMENT: ADDENDUM No.. I WATERLINE REPLACEMENT FAYETTEVILLE, ARKANSAS August 1, 1991 AR. R.L.S. NO. 648 AR.PE NO 3825 OKLA. P.E. NO. 10740 OKLA, R L.S NO. 1038 Please insert in its entirety as a part of said CONTRACT DOCUMENTS, the following; A. REPLACE "BID FOR UNIT _PRICE CONTRACT" Sheet 1 with the attached "BID FOR UNIT PRICE CONTRACT" as a part of said contract documents. B. REPLACE "INFORMATION FOR IDDERS" Sheet No. 5 with the attached "INFORMATION FOR BIDDERS" as a part of said contract documents. B. ACKNOWLEDGE, by signature of Bidder on this sheet and insert with the attached SHEETS as a part of the project plane and specifications. TO OWNER AND ENGINEER: I, the Bidder, do hereby acknowledge the receipt of and the understanding of Addendum No. I to the Contract of this Bid Document. ignature of ,idder Date Signature of Engineer bate F 0 I HENDRIX STREET ' CONTRACT - WATER DISTRIBUTION SYSTEM 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 ALL 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, clearup, testing, specified tracer wire, and etc., as ' follows: A. 6" DR -14 pipe (C-900) with tracer wire, 1515 L.F. @ �`' • (S � C3 '—' ) Per L.F. $ i 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. 6" Gate Valve with Box, 2 each @ cc ($ �/oa = ) per ea. $ ?Op B. 2" Gate Valve with Box, 0 each @ (S ) per ea. $ N/A 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 Standard Fire Hydrant Assembly, 0 ' each @________________________ ($ ) per. ea. $ N/A •B. Relocate existing Fire Hydrant Assembly @ncl ding new 6" gatwalve �7n� b� l�,each ___ ) per ea. $ ' 1 U HENDRIX STREET ' CONTRACT - WATER DISTRIBUTION SYSTEM 4. METER SERVICE CONNECTIONS: (PLEASE NOTE SB-2 Backfill and Street Surface Replacements Within Street Sections I of this Bid Item shall be paid by other Bid Items of this contract; Bid Items shall Include all materials and labor necessary for connecting new 1" Copper U Service from existing meter setters to new mains, as follows; (All Single and Double meter services shall be connected with 1" copper): A. Service Connection including saddle, tapping, corpstop, and fittings, too new 6" main, :1 20 each @ /> . __t __/ %,.j ___ ($ /__ ) Pet Ea. $ 25OO B. Construct 1" Copper Service Line from 6" ' Service Tap /p Meter Box, 220 L.F. @ •� NPlIS ($ ) Per L.F. $ /64O 5. *BACKFILL BASE: Within Type II (non -paved) Street ' Sections for All BID ITEMS - 30 toy @_ F .r (S per ton $ U5cg ' 6. TYPE I ROAD CROSSINGS -- All replacement materials 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: H H I1 I I1 I A. 4" thick concrete driveway surface, 14 L.F. I @. .'I Y/ +r.` - G /em .c. //t.cs Per L.F B. Asphaltic cement (2" minimum) street an dri aY $ 7,face, 200s.Y. @ E , o// () Per S.?. $ I,V4DC7. C. Type III Arkansas Highway Crossing @ Weding- ton Road, 0 S.Y. @ ($ ) Per S.Y. $ N/A 7. SIDEWALK CONSTRUCTION: 4" thick concrete sidewalk surface replacement L.F. @ 5' Yea- C ✓> / 7 Per L.F. $ t/V $ .at(. 2 I HENDRIX STREET ' CONTRACT - WATER DISTRIBUTION SYSTEM 8. MAIN CONNECTIONS: Subsidiary to Bid No. 8 is the abandonment of existing mains by removing old gate ' valves, cutting old mains, and plugging both ends of old main. ' Tapping Sleeve with Gate Valve and Box with concrete collar, complete in place as follows: A. 6" x 6"; 1 each @ tea._• % Jo 00 ) Per Ea. $ ____ a i o B. 2". x f" ; 1 each @ S „ „l .J c at? co -��`/-� ($ 70[] = ) Per Ea. $ 700 9. BLOW -OFF: Furnish and install Blow -Off Assembly 1 per plans and specification, complete in place, Blow -Off Assembly -0- each @ ($ ) per ea. $ N/A 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", com- plete in place; -0- each @ ($ ) per L.S. $ N/A B. U.S. HIGHWAY 71: Furnish and install 16" welded steel casing for 6" water main per plans and specifications and in accordance with "AHTD REGULATIONS", complete, in -place; -0- L.F. (S ) per L.S. $ N/A 11. CREEK CROSSING: Creek crossing encased in concrete per plans and specifications; 4 each shall be subsidiary to ' other items of the contract @ Subsidiary to other items of this Contract ($ N/A ) per ea. $ N/A I I 3 I I I I I I I I I 12 HENDRIX STREET CONTRACT - WATER DISTRIBUTION SYSTEM 4" SANITARY SEWER SERVICE REPAIRS: The Contractor shall make every attempt not to damage existing house services. An effort to reflect the approxi- mate locations of said services and the sewer main collectors has been made but such locations are not guaranteed. Out of a total of 22 services to be crossed, it is estimated that approximately 90% of these will be damaged; the Contractor shall provide all materials and labor to properly repair all damaged services; 4" sewer service repairs, 20 each @ / ($ yo"- ) Per Ea. $ x/OO 13. 1" Tap to new 6" main including saddle, co pstops/J and fitting @ Addington, 1 each @ cOn. , ��� pV 1., c (S /L6.- ) Per Ea. $ 14. Standard Meter Box W/1" Brass ?all Valve @- Addin9ton, 1 each @ ($ /SO ) P r Ea. $ AO. i * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * TOTAL WATER SYSTEM CONSTRUCTION $ _2O,J. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *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, Top 6" of Trench. NOTE TO CONTRACTOR: A reasonable estimate of SB-2 ' Trench Backfill under Type II Crossings have been estimated by the Engineer to be 15 TON. This Contract will pay a unit price per Delivery ticket UP TO 30 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. E1 I4 I [I I I [1 I I I I I I I I CENTER STREET CONTRACT - WATER DISTRIBUTION SYSTEM 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 ALL 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, clearup, testing, specified tracer wire, and etc., as follows: A. 6" DR -14 PVC pipe (C-900) with tracer wire, 0 L.F. @ ($ ) Per L.F. $ N/A 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. 6" Gate Valve with Box, 0 each ($ ) Per Ea. $ N/A B. 2" Gate Valve with Box, 0 each ($ ) Per Ea. $ N/A 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 Standard Fire Hydrant Assembly, 0 each @ ' ($ ) Per Ea. $ N/A B. Relocate existing Fire Hydrant Assembly including new 6" gate valve and box, 0 each 1 ($ ) Per Ea. $ N/A 1 CENTER STREET ' CONTRACT - WATER DISTRIBUTION SYSTEM 4. METER SERVICE CONNECTIONS: (PLEASE NOTE SB-2 Backfill and Street Surface Replacements Within Street Sections of this Bid Item shall be paid by other Bid Items of this contract; Bid Items shall include all materials and labor necessary for connecting new 1" Copper Service from existing meter setters to new mains, as follows; (All Single and Double meter services shall be connected with 1" copper): A. Service Connection including saddle, ' tapping, corpstop, and fittings, to existing 16" main, 4 each @ S /fw ./..oZ _i �J ? O//S 77-6. ) Per E4 $ S/OO. ' B. Construct 1" Copper Service Line from Service lap to Meter Box, 60 L.F. @ e -f o ,c ($ ) fer L.F. $_________ I 5. *BACKFILL BASE: Within Type II (non -paved) Street Sections for All BID ITEMS - 0 ton ' (S ) Per Ton $ N/A ' 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: I 1 7 I I L I A. Asphaltic cement (2" minimum) street a d driveway surface, 70 S.Y. @ T ) Per S.Y SIDEWALK CONSTRUCTION: 4" thick concrete sidewalk surface replacement, 0 L.F. 2 $ /6/O. Per L.F. $ N/A I CENTER STREET ' CONTRACT - WATER DISTRIBUTION SYSTEM 8. MAIN CONNECTIONS: Subsidiary to Bid No. 8 is the abandonment of existing mains by removing ' old gate valves, cutting old mains, and plugging both ends of old main. ' Tapping Sleeve with Gate Valve and Box with concrete collar, complete in place as follows; A. 6'! x 6"; 0 each @ ($ ) Per Ea. $ N/A B. 12" x 6"; 0 each @ ($ ) Per Ea. $ N/A 9. BLOW -OFF: Furnish and install Blow -Off Assembly ' per plans and specification, complete in place, Blow -Off Assembly -- 0 each @ ($ ) Per Ea. $ N/A 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 place; 0 each @ ($ ) Per L.S. $ N/A ' 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 REGULATIONS", complete, in - place 0 each - 0 L.F. @ ($ ) Per L.S. $ N/A ' 11. CREEK CROSSING: Creek crossing encased in concrete per plans and ' specifications; 4 each shall be subsidiary to other items of the contract @ Subsidiary to other items of this Contract ($ N/A ) Per Ea. $ N/A I 3 I I Li I I I I I [1 I I I I I [1 CENTER STREET CONTRACT - WATER DISTRIBUTION SYSTEM 12. 4" SANITARY SEWER SERVICE REPAIRS: The Con- tractor shall make every attempt not to damage 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 0 services to be crossed, it is estimated that approximately 90% of these will be damaged; the Contractor shall provide all materials and labor to properly repair all damaged services; 4" sewer service repairs, 0 each @ ($ ) Per Ea. $ N/A w TOTAL WATER SYSTEM CONSTRUCTION $ _\5266. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * F1 C I Li I I I I I I I I I I I I I I VIRGINIA STREET CONTRACT - WATER DISTRIBUTION SYSTEM 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 ALL 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, clearup, testing, specified tracer wire, and etc., as follows: A. 6" DR -14 PVC pipe (C-900) with tr 855 L.F. @ 01 r wire, -S Per L.F. $/Z . 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. 6" Gate Valve with Box, 0 each B. 2" Gate Valve with Box, 0 each Per Ea. $ N/A Per Ea. $ N/A 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 Standard Fire Hydrant Assembly, 0 each @ ($ ) Per Ea. $ N/A B. Relocate existing Fire Hydrant Assembly including new 6" gate valve and box, 0 each 1 Per Ea. $ N/A I I I I I I I I I I I I VIRGINIA STREET CONTRACT - WATER DISTRIBUTION SYSTEM 4. METER SERVICE CONNECTIONS: (PLEASE NOTE SB-2 Backfill and Street Surface Replacements Within Street Sections of this Bid Item shall be paid by other Bid Items of this contract; Bid Items shall include all materials and labor necessary for connecting new 1" Copper Service from existing meter setters to new mains, as follows; (All Single and Double meter services shall be connected with 1" copper): A. 1" copper Line Connected to Existing "Meter Setter," ncluding all f t ings, 15 each each � CO ) Per Ea. $ B. Construct 1" Copper Service Line from Service Tap to Meter Box, 320 L.F. @ 3e.. t Per L.F. $ C. Service Connection to New 6" main Including service clamp, coxp top and fittings, 15 each @ �� /� 7FJ R.c co — ) Per Ea. $ l8?y` D. Street Bores for " each, @ 9erp 1' B/B curbs, 7 Per L.S. $ .3/SZ)4. 5. *BACKFILL BASE: Within Type II (non -paved) Street Sections for All BID ITEMS - 30 ton Per Ton $ N/A 6. TYPE I ROAD CROSSINGS -- All replacement materials for all Mains and Service Lines Crossings including concrete curb and gutter and SD -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. 4" thick// ` concrete .driveway s rface, 118 L.F. @ S; r 4.e. 6 � i1o�_s Per L.F. $ /w.f%P. B. Asphaltic cement (2" minimum) street and driveway surface, -0- L.F. @ 2 Per L.F. $ N/A I I I 11 I I I I I I I I I I I I I I I VIRGINIA STREET CONTRACT - WATER DISTRIBUTION SYSTEM C. $ N/A 7. SIDEWALK CONSTRUCTION: 4" thick concrete sidewalk sur/ace replacement, ,6 J.F. c ($ //� ) 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. 6" x 6"; 2 @ Dw P B. 12" x 6" ; 0 each @ ($ ) Per Ea. 9. BLOW -OFF: Furnish and Install Blow -Off Assembly per plans and specification, complete In place, Blow -Off Assembly - 0 - each @ ($ ) per ea 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 place; 0 each @ ($ ) Per L.S $ N/A $ N/A $ N/A B. U.S. HIGHWAY 71: Furnish and install 16" O.D. welded steel casing for 6" water main per plans and specifications and in accordance with "AHTD REGULATIONS", complete, in place 0 each, - 0 - L.F. @ ($ ) Per L.S. $ N/A 3 I I I I I I I I I I I I I I CI I El L VIRGINIA STREET CONTRACT - WATER DISTRIBUTION SYSTEM 11. CREEK CROSSING: Creek crossing encased in concrete per plans and specifications; 4 each shall be subsidiary to other items of the contract @ Subsidiary to other items of this Contract ($ N/C ) per ea. $ N/C 12. 4" SANITARY SEWER SERVICE REPAIRS: The Contractor shall make every attempt not to damage existing house services. An effort to reflect the approxi- mate locations of said services and the sewer main collectors has been made but such locations are riot guaranteed. Out of a total of 15 services to be crossed, it is estimated that approximately 90% of these will be damaged; the Contractor shall provide all materials and labor to properly repair all damaged services, 4" sewer service repairs, 14 each ($ ,20, ) Per Ea. $ 7S TOTAL WATER SYSTEM CONSTRUCTION . . . . . . . . . . $ =� * * * * * * * * * * * * * * * * * * * * * * * * *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, Top 6" Trench. NOTE TO CONTRACTOR: A reasonable estimate of SB-2 Trench Backfill under Type II Crossing have been estimated by the Engineer to be 10 Ton. This Contract will pay a unit price per Delivery ticket UP TO 30 TON Additional Amounts for SB-2 Backfill to fulfill this Contract shall be considered OVER -RUNS AND Subsidiary to other BID ITEMS of the Contract. n I I HALL STREET ' CONTRACT - WATER DISTRIBUTION SYSTEM 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 ALL damaged yard areas. Ii. 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: A. 6" DR -14 PVC pipe (C -90Q) with tracer wire, 820 L.F. @_______________________________ is 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. 6" Gate Valve with Box, 0 each @ ($ ) Per Ea. $ N/A B. 2" Gate Valve with Box, 0 each @ ' ($ ) Per Ea. $ N/A 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., IA. Furnish Standard Fire Hydrant Assembly, 0 each @_________________________ ($ ) Per Ea. $ N/A I I 1 I I ' HALL STREET ' CONTRACT - WATER DISTRIBUTION SYSTEM B. Relocate existing Fire Hydrant Assembly including new 6" gates valve and/ bqx, /1 each -( �( //��t ($ //pp- ) Per Ea. $ 4. METER SERVICE CONNECTIONS: (PLEASE NOTE SB-2 Backfill and Street Surface Replacements Within Street Sections of this Bid Item shall be paid other Bid Items of this contract; Bid Items shall include all materials and labor necessary for connecting new 1" Copper Service from existing meter setters to new mains, as follows; (All Single and Double meter services shall be ' connected with 1" copper): A. Service Connection including saddle, tapping, corpstop, and f iitti gs, to new 6" main, 6 ach Per Ea. $ 7Sd, B. Construct 1" Copper Service Line from 6" Service Tapo Meter Box, -30 L.F. @ �w _Stc— e � ,.//oi= ($ ) Per L.F. $ ,.Z/0, ' 5. *BACKFILL BASE: Within Type II (non -paved) Street Sections for All BID ITEMS - 30 ton /A ' @ Z. s r n— ($ /,y — ) Per Ton $ 4'SO . 6. TYPE I ROAD CROSSINGS -- All replacement materials ' 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: '/ 1 40 /11 A. 4" thick ` concrete driveway surface, 98 L.F. ($ /6 - ) Per L.F I I I L7 B. Asphaltic cement (2" minimum) street and driveway surface, -0- L.F. @ ($ ) Per L. C. Type III Arkansas Highw y Crossing @ ton Road, 40 S.Y. @ E 2 ding - Per S.Y cO $ /SdC $ N/A Do rI II HALL STREET ' CONTRACT - WATER DISTRIBUTION SYSTEM 7. SIDEWALK CONSTRUCTION: 4" thick concrete sidewalk surface replacement, 8 L.F. (S ) Per L.F. I I I I I I 11 I I [1 I I J 8. MAIN CONNECTIONS: Subsidiary to Bid No. 8 is the abandonment of existing mains by removing old gate valves, cutting old mains, and plugging both ends of old main. „ Tapping Sleeve with Gate Valve and Box with concrete collar, complete 7in place as follows;// n ". @ L/ /h /i....�-<J LO A. 6 x 6 , 1 etch ..<o c � .J ./,C (S /.zOO. ) Per Ea. $ /.,ZUD� B. 12"/ x(" ; 1 e c¢ @�/ „` 7Z4F <„_.L o]� w /�, 1.. C ( S / COQ = ) Per Ea. $ /td O T 9. BLOW -OFF: Furnish and install Blow -Off Assembly per plans and specification, complete in place, Blow -Off Assembly -- 0 each @ Per Ea. $ N/A 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 place; 0 each @ Per L.S. $ N/A B. AR. HWY. NO. 16 (WEDINGTON): Furnish and install 16" welded steel casing for 6" water main per plans and specifications and in accordance with "AHTD REGULATIONS", complete, in -place; (Note: Streetn� Repa is p id under item 6.c , EA. @ P o,en< / c a_ �.�� // e R ✓/7 (S 4iOO—) Per L.S. $ x-c2O. 3 I HALL STREET CONTRACT - WATER DISTRIBUTION SYSTEM 11. CREEK CROSSING: Creek crossing encased in concrete per plans and ' specifications; 4 each shall be subsidiary to other items of the contract @ Subsidiary to other items of this Contract ($ N/A ) Per Ea. $ N/A 12. 4" SANITARY SEWER SERVICE REPAIRS: The Contractor shall make every attempt not to damage 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 8 services to be ' crossed, it is estimated that approximately 90% of these will be damaged; the Contractor shall provide all materials and labor to properly repair all,,ar99999}aaaaaaged ' services; 4" sewer service repairs, Leach @ "moo (S 7O. ) per ea. $ 00 TOTAL WATER SYSTEM CONSTRUCTION . . . . . . . . . . . $ *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, Top 6" of Trench. ' NOTE TO CONTRACTOR: A reasonable estimate of SB-2 Trench Backfill under Type II Crossings have been estimated by the Engineer to be 10 TON. This Contract ' will pay a unit price per Delivery ticket UP TO 30 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. I I I 1 4 CITY OF FAYETTEVILLE, PROJECT NO. 91-5916 SUMMARY OF BID ITEMS HENDRIX STREET WATER CONSTRUCTION . . . . . . . . .$ _ o0 CENTER STREET WATER CONSTRUCTION . . . . . . . . .$ IL - VIRGINIA AVENUE WATER CONSTRUCTION $�S 022. HALL AVENUE WATER CONSTRUCTION . . . . . . . . . .$ _0Z( F.31. TOTAL PROJECT CONSTRUCTION COST . . . . . . . . . $ 0,F;, I TOTAL OF BID: S (Amounts are to be shown in both words and figures. In case of discrepancy, the amount in words will govern.) I I I I I I C I I C I I I The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, Insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of 30 calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, Bidder will execute the formal contract attached within ten (10) days and deliver a Surety Bond or Bonds. security attached in the is to become the property and bond are not executed liquidated damages for the Owner caused thereby. or the within delay sum of _ o_ /m7e,' ,4C/ (S ) Owner in the event the contract the time above set forth, as and additional expense to the Respectfully Submitted: a Bidder (SEAL - if bid By: is by Corporation) AD. Business Address and tip Code 1 I L 1 I CONTRACT THIS AGREEMENT, made this day of 1991, by and between the CITY OF FAYETTEVILLE, (Corporate Name of Owner) herein called "OWNER", acting herein through its 1 Official) and I I I I I I [l I C I 1] [1 (Title of authorized TANDA INC. (a corporation) (xXNgg{;ggtx�)A) (an individual doing business as (STRIKE OUT INAPPLICABLE TERMS) of FORT SMITH County of SEBASTIAN , 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 commence and complete the construction described as follows: WATER MAIN REPLACEMENT PROJECT No. 91-5916 hereinafter called the "Project", for the sum of Eighty -Six Thousand Three Hundred, Sixty Dollars & 75/100 dollars ($86,360.75 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. 1 [1 I I I L I C C I I 11 I I CONTRACT The Contractor hereby agrees to commence work under this Contract on or before a date to be specified in a written "NOTICE -TO -PROCEED" of the Owner and to fully complete the Project within 30 consecutive calendar days thereafter. The Contractor further agrees to pay, as liquidated damages, the sum of $250.00 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 charges invoiced the owner by the Engineer for "RESTAKING OF CONTROL", as provided by DIVISION I, Section 01:21 of the General Provisions. IN WITNESS WHEREOF, the parties to these presents have executed this contract in three (31 counterparts, each of which shall be deemed an original, on the day and year first above mentioned. (SEAL) CITY OF FAYETTE LLE Attest, 07� �/CI�IAehh4o fL/J� By: Secretary rT4- " MAYOR Witness Title (SEAL) Attest: Sec ry _ Wi ness (Print or type names under- neath all signatures) 113 W. MOUNTAIN ST. FAYETTEVILLE. AR 72701 Business Address and ZIP Code TANDA. INC. Contr c or By: en Kifer President Title P.O. Box 5081, Ft. Smith. AR 72913 Business Address and ZIP Code NOTE: Secretary of the Owner should attest. corporation, Secretary should attest. If Contractor is a I I CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned; ' the duly authorized and acting legal representative of the Owner and Developer, 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. Signature I Li 1 I I 1, 11 Date 11 H I C I I I I J I I H H I I I I I SPECIFICATION INDEX DIVISION 1 - GENERAL PROVISIONS SECTION - 01 General Description - 02 Legal Address of Owner - 03 Verification - 04 Liquidated Damages - 05 Safety - 06 Office and Sanitary Facilities - 07 Construction on Private Property - 08 Notification of Utility Companies - 09 Co -Contractor Bids - 10 Bid Procedure 11 Schedule of Operations 12 Rights -of -Way on Private Property 13 Protection and Maintenance of Public and Private Property 14 Maintenance of Traffic 15 Pavement Removal and Replacement 16 Barricades and Lights 17 Fences 18 Progress Photographs 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 C SPECIFICATION INDEX H C DIVISION 3 - EARTHWORK SECTION - 01 Scope 02 General Requirements 03 Trench Excavation 04 Tunneling and Boring 05 Rock Excavation 06 Backfilling 07 Stream Crossing 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 DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS I SECTION - 01 - 02 - 03 - 04 - 05 - 06 07 Pipe Laying General Tie Ins Jointing Pipe Insulation Reaction Anchorage and Blocking P.V.C. Pipe Installation DIVISION 4A PVC PIPE CONSTRUCTION/MISCELLANEOUS SPECIFICATIONS SECTION - 01 - 02 - 03 - 04 - 05 - 06 - 07 - 08 - 09 Ties Tracer Wire Trenching Curve Pipe Installation Fence Maintenance Final Tests Special Bedding Clean -Up Additional Materials ii I I I I I H SPECIFICATION INDEX 1 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 1 SECTION - 01 Scope - 02 Cast Iron Pipe SECTION 8C - HANDLING SECTION 8D - CUTTING PIPE SECTION 8E - ALIGNMENT OF BELL AND SPIGOT PIPE SECTION 8F - REACTION ANCHORAGE AND BLOCKING DIVISION 9 - VALVES SECTION - 01 Scope - 02 Material - 03 Installation - 04 Valve Keys - 05 Valve Operating Wrench 06 Check Valves iii [l SPECIFICATION INDEX i DIVISION 10 - PLASTIC PIPE AND FITTINGS SECTION - 01 Scope - 02 Installation of Pipe - 03 Jointing - 04 PVC Pipe and Fittings - 05 Standards - 06 Warranties - 07 Handling 08 Cutting Pipe - 09 Cleaning - 10 Inspection 1 DIVISION 12 - STANDARD MANHOLES SECTION - 01 Standard Manholes , DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE SECTION - 01 Right -of -Way - 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 1 iv 1 ISPECIFICATION INDEX I DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR CITY OF FAYETTEVILLE ' SECTION - 01 02 03 1 -04 - 05 06 07 08 09 10 11 12 ' DIVISION 23 - SECTION - 01 02 I I I I I I I I I Scope Concrete Street Structures Subgrades Minimum Thickness of Sidewalks and Drives Minimum Width of Sidewalks Placement of Concrete Pavement Expansion Joints Turn Radii Pozzilith Temperature During Concrete Pouring Vibrator Bidder Responsibility TESTING Scope Material Types, Testing Procedures and Standards DIVISION 24 - STORM DRAINAGE OF STORM SEWERS SECTION - 01 - 02 - 03 - 04 - 05 06 07 Storm Drains Natural Drainage Storm Drainage Design Concrete Pipe Requirements Corrugated Metal Pipe Surface Drainage Special Gasketing and Sealing Materials DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE SECTION - 01 02 03 04 05 06 07 Description Materials Laboratory Tests and Cement Content Construction Methods Maintenance Method of Measurement Basis of Payment u I I. i 1 1 I 1 1 1 GENERAL SPECIFICATIONS 1 1 1 1 1 i 1 1 1 I I IDIVISION 1 - GENERAL PROVISIONS ' SECTION 01-01: GENERAL DESCRIPTION. The work to be performed under these contract documents consists of providing all labor, materials, equipment, tools, superintendence, and all other ' services necessary for construction of the project as shown on plans. SECTION 01-02: LEGAL ADDRESS OF OWNER. The legal address of the 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- 1 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- 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 revi- sion thereof. vrrsL,r. Aw 5An1TAKX 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 1 I I I 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 settlement for such damage shall be made by the Contractor directly to the property owner. Pave- 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 so 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. 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 con- struction easements shall be reflected on the construction plans. SECTION 01-08: NOTIFICATION OF UTILITY COMPANIES: The Contrac- tor is responsible for informing utility companies forty-eight (481 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 contrac- tors working on the same job, each Contractor shall be responsi- ble 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. 2 I [] I Li 1 I I I I I I 1 I I u DIVISION 1 SECTION 01-11: SCHEDULE OF the contractor shall prepare tion operations that shall work, but also the expected each part. The schedule sh approval. GENERAL PROVISIONS OPERATIONS. Before a detailed schedule not only indicate time of starting a all be submitted to work is started, of all construe - the sequence of rid completion of the Engineer for If conditions beyond the control of the contractor justify and the Owner approves a deviation from the expected time, the Con- tractor 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 twenty-four [241 hours in advance of service Interruptions. 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 1 stakes set at intervals of sight distance. The Contractor shall be responsible for all damage to crops and ' other property outside the boundaries of the Rights -of -Way and shall make satisfactory settlement for the damages directly with the property owner and tenant involved, as their interests may require. C I L 3 I I DIVISION 1 - GENERAL PROVISIONS 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 constructions and surface structures or parts thereof shall be made with new materials, conforming to the requirements of these specification 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, regard- less 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 Con- tractor shall make satisfactory and acceptable arrangements with the Owner of, or the agency or authority having jurisdiction over the damaged property or facility, concerning its repair or replacement or payment of costs incurred In connection with said damages. The Contractor is responsible for notifying the affected govern- ing bodies forty-eight (48) hours prior to start of construction and is responsible for any al all fees. SECTION 01-14: MAINTENANCE 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 tempo- rary 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 inter- fere with the normal passage of public or private travel, of the date and extent of construction involved. In making open -cut street crossings, the Contractor shall not block more than half (1/21 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. 4 I 1 I I I I I I I I I I I I I I I I C I I I I I 11 I I I I I I DIVISION 1 - GENERAL PROVISIONS 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 satis- faction 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 sur- face 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 objectionable materials. Approval of both the material and the source of supply must be obtained from the Engi- neer prior to delivery of any material on the site of the work. Pavements constructed of asphalt and concrete shall be removed in a careful manner and shall be replaced in accordance with Type I or Type III Road Crossing Details as specified on sheets 2 and 4 in the Appendix of these specifications. Concrete and asphalt shall comply with minimum requirements shown on project 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 back -filled. 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, walk, 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 sur- facing, 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, high- ways, 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. 5 I 1 DIVISION 1 - GENERAL PROVISIONS 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 barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sun- rise. 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. 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 inter- fering fence dismantled for an agreed period of time. 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 Contrac- tor 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 con- struction work will be taken before, during, and upon completion of the 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. 1 Li I 6 1 1 I 1 DIVISION 1 - GENERAL PROVISIONS I SECTION 01-19: RESPONSIBILITY OF CONTRACTOR FOR BACKFILL. The Contractor shall be responsible, financially and otherwise, for (a) all settlement of trench and other backfill which may occur ' from 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, (b) the refilling and repair of all backfill settlement and the repair or replace- ment to the original or a better condition of all pavement, top surfacings, driveways, area ways, curbs, gutters, walks, surface structures, utilities, drainage facilities, sod, and shrubbery which have been damaged as a result of backfill settlement opera- tions, and (c) 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 [30) days after due notification by the Engineer or Owner. SECTION 01-20: 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 maxi- mum of twice the capacity of all mains. 1 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 I I I 7 I I DIVISION 1 - GENERAL PROVISIONS SECTION 01-21: 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 this 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 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 proposal. 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: I I I I I I I I I I I I L I Li Li I1 DIVISION 1 - GENERAL PROVISIONS II I I I I I I I I I I I I L] I 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 or 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 (181 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 [301 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. I I I DIVISION 2 - GENERAL PIPE INSTALLATION SECTION 2-01: CLEANING. The interior of all pipe and fitting 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 pre -molded 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 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 un- suitable 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. I I I I I 1 I I I I I I I I I I I I I I I I DIVISION 3 - EARTHWORK SECTION 03-01: SCOPE. This section covers excavation, trench- ing, rock removal, embedment and backfilling, surfacing, grading, and other appurtenant work. The Contractor shall furnish all labor, equipment, and hand tools for earthwork. SECTION 03-02: 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 placement 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. Back -Filling 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 03-03: TRENCH EXCAVATION. All excavation shall be con- sidered unclassified material, and will be included in the line bid item in the proposal. A. Line and Grade. The lines shall be excavated at approximate- ly 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 sew- ers, 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 U Ii DIVISION 3 - EARTHWORK 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 back -filled to the proper grade and well tamped. If the natural material in the bottom of the trench is un- suitable 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). 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 speci- fied above. E. Bracing and Shoring. Except where banks are cut on a stable slope, excavation for structures and trenches shall be pro- perly and substantially sheeted, braced and shored, as neces- sary, 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 cir- cumstances. 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 sheet- ing 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 application of concentrated loads of horizontal thrusts on the pipe. Cross braces In- stalled 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 pro- tected 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. 2 I I I I I I L H I I I Li I I CJ I LI DIVISION 3 - EARTHWORK 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 tunneling is shown on the plans and is specified or is permitted by the Engineer, all trench excavation shall be open cut from the surface. I I I I I I I I I I I I SECTION 3-04: CONSTRUCTION WITHIN PUBLIC ROADS AND RAILROAD RIGHTS OF WAY: TUNNELING 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. 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, dam- age 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. 3 I I LI DIVISION 3 - EARTHWORK B. Material - Casing Pipe. , 1. Welded steel pipe, new material, with a minimum yield of 35,000 psi. The following minimum wall thicknesses shall be used: Outside Wall Thickness(Inches) Pipe Diameter Under Highway Under Railroad 6" 16" 0.250 0.250 8" 18" 0.250 0.312 10" 24„ 12" 24„ 0.250 0.375 12" 24" 0.250 0.375 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. Connection shall he 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 Specifications. C. WorkWithinHighway and Railroad Rights -of -Way. All work per- formed and all operations of the Contractor, his employees, or his subcontractors, within the limit of railroad and high- way Right -of -Way shall be in conformity with the require- ments, 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 incon- venienced. Streets, sidewalks, and private driveway cross- ings, where not bored, shall be promptly back -filled 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. I 4 I DIVISION 3 - EARTHWORK The Contractor shall schedule his work so as to leave over- night no more than 15 feet of open trench or only the last joint of pipe installed. Such open trench shall be barn- ' called completely with sawhorses or rope as approved by the Engineer, and warning lights or battery operated electric flashers properly arranged to warn all traffic of the open trench and lighted as dusk. Such open trench may be covered with steel plates of such strength as to carry pedestrial traffic, subject to approval of the Engineer. 1 SECTION 03-05: 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 option of drilling and blasting rock for easy removal. The Contractor's methods of blasting shall conform with the Asso- ' ciated General Contractor's Manual of Accident Prevention in Construction, and the National Fire Protection Association NFPA No. 495 - Code for the Manufacture, Transportation, Storage and Use of Explosives and Blasting Agents. Such I. blasting shall be performed as approved by the Engineer. The Contractor shall employ someone experienced and bonded in ex- plosives and blasting to perform all explosive and blasting work. The Contractor shall be held responsible for noncom- pliance. 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 excava- tion. This shall be accomplished with the charge holes pro- perly located and drilled to correct depth for charges used. The charges shall all be limited in size to minimum required to permit reasonable removal of material by excavating equip - merit with "over -break" 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 5 [1 I I DIVISION 3 - EARTHWORK SECTION 03-06: 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. 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 the hydrohammer to finish grade, but shall have a moisture con- tent sufficient to obtain ninety 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 back - fill above pipe embedments in locations other than those hereinbefore specified will not be required, however, com- plete water inundation of backfill will be required. Uncompacted earth backfill material which is above embedments shall be free of brush, roots (2) inches in diameter, debris, and boulders, in tions of the trench depth. I I I I I [1 I I L to be placed more than two certain por- 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 Engi- neer, the use of water for this purpose would cause no damage to adjacent property or buried utilities. I I Sand for inundated sand backfill shall be free from lumps, ' rubbish, roots, cinders, and other objectionable material; not more than twenty-five percent (25%) shall be retained on a No. 4 sieve, and not more than ten percent (10%) shall pass a No. 200 sieve. I 6 i II I I DIVISION 3 - EARTHWORK 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 shall be acceptable to the Engineer 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 ensure a mechanical interlock of particles. L 11 L I I I I I I I I SECTION 03-07: 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. hIL1t1VG COURSES. Where trenches are constructed in or across roadway ditches or other water courses, suitable ditch checks as approved by the Engineer shall be installed as directed. Ditch checks may he 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 and side slopes thereof. SECTION 03-09: 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 respon- sible for the proper disposal of such material to the satisfac- tion of the Engineer or the Owner of the disposal site. 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 slupes. 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. 7 I I DIVISION 3 - EARTHWORK SECTION 03-10: PAVED SURFACES. Paved surfaces shall be removed and replaced in kind to the satisfaction of the Engineer. I I SECTION 03-11: 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 ele- vations, 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 non -tillable condition. Full advantage shall be taken of time and weather conditions best suited for seeding, and such time of seeding shall be subject to the approval of the Engineer. I I I I 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 other work as may be necessary to keep the work in satisfactory condition. All water required in connection with the seeding work and maintenance shall be furnished by and at the expense of the Contractor. SECTION 03-12_ 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 removed or damaged, shall 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 moved 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. C1 I I I I I I ' DIVISION 3 - EARTHWORK ' Before placing or depositing sod on areas to be sodded, all shap- ing 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 manu- facturer 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. SECTION 03-13: PRESERVATION OF TREES AND SHRUBS. No trees shall ' be removed outside the excavation limits, except where their removal Is authorized by the Engineer. ' Main tree toots 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. ' Where trees are on the line of trench or adjacent thereto and conditions are such that tunneling beneath the tree can be accom- plished 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 adequate- ly protected from permanent damage by construction operation. Trimming of standing trees where required 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 __03-14: REMOVAL OF WATER The Contractor shall provide and maintain adequate de -watering equipment to remove anti 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 pres- sure, floatation, or other causes will result. All excavations for concrete structures which extend down to or below the static ground water elevations shall be de -watered by lowering and maintaining the ground water surface beneath such excavations a distance of not less than 12 Inches below the bot- ' tom of the excavation. 9 I [] DIVISION 3 - EARTHWORK 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 03-15: 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 specification. All payments shall be made on the Engineer's estimated percent of completion, less 1.0%. The 10% holdback shall be released after all acceptance tests have been completed with successful results, and acceptance by the City or Governing authority. SECTION 03-16: WATER LINE AND SEWER LINE SEPARATION_ The cross- ing and paralleling 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. SECTION 03-17: PIPE EMBEDMENT. Trench bottoms shall be accu- rately 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 uniform 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 suffi- cient 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: 10 I I I I F I I I L [1 I I I I I I I I DIVISION 3 - EARTHWORK I I I I I I I I I I C. Inundated Sand may, at the Contractor's option, be installed in lieu of tamped backfill where, in the opinion of the Engi- neer., 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, rub- bish, roots, cinders, and other objectionable material; not more than 25% shall be retained on a No. 4 sieve, and not more than 10% shall pass a No. 200 sieve. 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 embedment material, and to use the least amount of water possible in obtaining the most desir- able 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 bed- ding material in any consequential nature. Backfill material shall be added during the inundation process so that at com- pletion of the operation a desired surface elevation will be obtained. If for reasons of porous soil, or other circum- stances, 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 opera- tions thereunder. Operational details in connection there- with 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 shoul- ders 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 still, mucky clay or gumbo, or other con- solidated 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. I 12 DIVISION 3 - EARTHWORK , A. Granular Bedding shall be crushed stone or gravel with not less than 95% passing 3/4 inch and not less than 95% retained on a No. 4 sieve; to be placed in not more than 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, and compacted to a uniform density which will prevent displace- ment 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 com- pacted 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 joint- embedment, and backfilling operations. SECTION 03-18: TRENCH BACKFILL. Trench backfill above pipe ' embedment shall conform to one of the following requirements: A. Compacted Backfill shall be firmly 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 90% maximum density as determined by AAS}IO Standard Method A -T-147-54 (using AASHO T-99-57 as a compacted control test), or the entire trench depth may be back -filled and the required com- paction obtained by tamping with a hydrohammer or by inunda- Lion with water. The method used In obtaining compaction shall be approved by the Engineer. Granular bedding material may be used as com- pacted 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 rub- ble 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. 11 1 I I I [1 [H I I I I I I [Hi I I U LJ DIVISION 3 - EARTHWORK 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 pipeline. 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. 5. The approaches to the gas pipeline shall he 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. 6. 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. 7. The location of the point of crossing should be identi- fied by the best practical method. 8. The water main shall parallel gas mains at: a perpendi- cular distance of 20 feet or more. C. Local Power and Liqht Companies. The local power and light companies set forth the following requirements for construc- tion of water mains within their easements: 1. construct water main parallel to power lines at a perpen- dicular distance of five (5) feet or more. 2. Advance notice shall be given If their facilities inter- fere with construction. 14 Li I DIVISION 3 - EARTHWORK I No trench backfill material containing rock, or rock exca- vation detritus, shall be placed in the upper 18 inches of the trench except with the specific permission of the Engi- neer in each case, nor shall any hard rock, stone or boulder larger than 8 inches in its greatest dimension be placed within 3 feet of the top of the pipe. Large stones may be placed in the remainder of the trench backfill only if well separated and so arranged such 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. SECTION 03-19: GRUBBING AND CLEARING. The Contractor Is respon- sible for grubbing and clearing all those areas within the con- struction limits in which he performs work. The Contractor shall properly dispose of all rubble, debris, rocks, etc. lie shall also clean and dress up the construction site. SECTION 03-20: ROAD, RAILROAD, PIPELINE, AND UTILITY SERVICE CROSSINGS. All construction intersection or paralleling 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 I 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 pipe- line, as near as possible, at right angles. 13 1 I 1 ' WATER SYSTEM SPECIFICATIONS CITY OF FAYETTEVILLE 1 1 I r i I I I I I ] E] I I I CJ LI C, I DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS SECTION 04-01: 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 PVC Pipe. See Sheet No. 15, Appendix to these Specifications. SECTION 04-02: GENERAL. Equipment used to place pipe shall be 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 day. 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. 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 facili- tate jointing. The gaskets are to be inspected prior to joint- ing. 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 04-03: TIE INS. This item shall consist of connection of 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 he 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 by the Contractor. 1 I I I DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS SECTION 04-04: JOINTING. Jointing shall be done in accordance with the manufacturer's recommendations. If effective sealing is no obtained, the jointing shall be disassembled, thoroughly cleaned, inspected, and reassembled. SECTION 04-05: PIPE INSULATION_ The Contractor shall furnish and install insulation on all exposed piping, flanges, and Fit- tings, 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 recommenda- tions. SECTION 04-06: 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 back- ing between the fitting and solid, undisturbed ground in each case. At the tops of slopes, vertical angle bends shall be anchored by means of a steel strap or rod anchors securely embed-- ded 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 batik 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 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 "Bitumastic No. 50." C. 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. 2 1] I I I I I I I I I I I L L La I I DIVISION 4A - PVC PIPE CONSTRUCTION AND MISCELLANEOUS SUPPLEMENTAL SPECIFICATIONS 1 ' 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 PVC 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 PVC 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 PVC pipe shall rest against compacted backfill or acceptable undisturbed trench walls on the long -radius side of trench. ' SECTION 4A-05: FENCE MAINTENANCE. The Contractor 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 seven ' (7) days in advance with the Engineer's representative a final acceptance test for each valved section of the pipe system. The Contractor shall, at his expense, perform the necessary tests and ' repair prior to scheduling the 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 pasture shall be fertilized and seeded until a successful growth of vegetation is obtained. 1 L. I DIVISION 4A - PVC PIPE CONSTRUCTION AND MISCELLANEOUS SUPPLEMENTAL SPECIFICATIONS SECTION 4A-09: ADDITIONAL MATERIALS All materials necessary to successfully complete the' project and not called for on the 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. [_1 I I I LJ I I I 2 I H I H I I I I I I I El I I C DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS 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. Stren9th**__ 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 04-07: PVC PIPE INSTALLATION, All PVC 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 specifica- tions 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. Curves: All PVC pipe shall he 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, fol- lowing through, and leaving curves in the pipe trenches: A. When trench side walls 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 side walls are NOT bracing, compacted bedding, as line trenches, shall be used. 3 desirable for pipe bedding and specified herein for straight [1 I I [] I I I I I J I ri I DIVISION 5 PRESSURE AND LEAKAGE TESTING The pressure in the line section being tested shall be increased by pumping to the calculated test pressure and shall be main- tained 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 re- filled, 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 suc- cessful 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 con- tainer used for pump section. Line leakage is defined as the total amount of water introduced into the line as measured during the leakage test. 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 P.V.C, 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 re- paired regardless of whether the section in question meets leak- age limitations or not. Leaks shall be repaired and the tests repeated until the line is approved by the Engineer. SECTION 05-02• DISINFECTION. All lines of the water system shall be disinfected after they have been flushed, according to the AWWA C-601-68 or the latest revision except as herein stated. ' After satisfactory pressure and leakage tests have been comple- ted, a solution of water containing at least 100 parts per mil- ' lion 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 sec- tions of the pipe have been filled with the chlorine solution. I 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. 2 I I DIVISION 5 - PRESSURE AND LEAKAGE TESTING SECTION 05-01: 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 expi- ration of one year after the date of final acceptance by the own- er, 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 conven- ience, with the approval of the Engineer, make tests upon the system in addition to those listed below. With the installation of temporary blockage 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 appurte- nances or any valve sections thereof shall be subjected to pres- sure 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 demon- strations 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 prepara- tions, 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. B. Pressure Test. Each valved section of pipe shall be subjec- ted 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 high places, or if such are not available, through taps made at the high points. Such taps shall be plugged subse- quent to the pressure and leakage tests. 1 L. I C I I I I 1l [1 Li I [] I] I I DIVISION 5 - PRESSURE AND LEAKAGE TESTING After disinfection has been completed and approved by the Engi- ' neer, the Contractor shall thoroughly flush the main until resi- dual chlorine is less than 2 parts per million. I All materials and equipment necessary to properly disinfect the pipe system shall be provided by the Contractor. If a section of line falls to yield a safe sample after taking samples three t con- secutive weeks, the Contractor will be required to rechlorinate the line. Some data pertinent to pipeline disinfection are con- tained in the following Table A: P TABLE A Calcium Nominal Capacity *Chloride of Lime Hypochloride Pipe Size Gals./100 Ft. 1 Lb /100 Ft 1 Lb /100 Ft 3/4 2.3 .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 ' 8 261.0 1.044 .3915 10 406.0 1.624 .6080 12 585.0 2.340 .8770 * Quality of chlorine compound noted based on 4 lbs./100 gal. Chloride of Lime (25% avail. C12) and 1.5 lbs./gal. Calcium Hypochloride (70% avail C12). ' The Contractor shall furnish all material, labor, and equipment to flush out and disinfect all existing water systems integrated with the water system. SECTION 05-03; BACTERIOLOGICAL SAMPLES. After disinfection, bacteriological samples should be taken by a City representative Ion two (2) consecutive days and submitted to the Arkansas Depart- ment of Health for analysis with safe results before placing new lines into service. 1 I 3 I C I SECTION 8-A - DUCTILE IRON PIPE 6 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 blockings, 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. P e. 1. Designed in accordance with ANSI/AWWAC-150 2. Manufacture and testing: ANSI A21.51 and AWWA C-150 3. Grade: Tensile Strength: 60,000 psi Yield Strength: 42,000 psi ' Elongation in 2": 10 % 4. Dimensions: (Min.) ' Wall Outside Size Thickness Thickness Diameter Inches Class Inches Inches 4 51 0.29 4.80 ' 6 51 0.31 6.90 8 51 0.33 9.05 10 51 0..35 11.10 12 51 0.37 13.20 14 51 0.36 15.30 16 51 0.37 17.40 H I I C I C 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 mechanical or boltless, gasketed jointed and cement lined, such as American "Mechanical Joint with Retainer Gland" or "Flex -Ring Joint," or equal. Manufacture and Testing: AWWA C-110, ANSI A21.4, A21.10, A21.11 Thickness and Iron: Size of Pipe AWWA C-150 ASTH A-48 (Diameter) Thickness Class Iron Class 4" through 6" D 25 1 I I I DIVISION 8 - IRON PIPE & FITTINGS 3. All fittings up to 12 inch size shall be all fittings larger than 12 inches are to unless specified differently on Plans and in class 250 and be class 150 Bid Items. 4. Contractor shall install all fittings as designated on the plans. Generally, only fittings required for hori- zontal 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. I H I I I I 1. Cement Lining: AWWA C-104 and ANSI A21.4 2. Bituminous Coating: AWWA c-104 and ANSI A21.4 I I I C I I 2 I DIVISION 8 - IRON PIPE & FITTINGS SECTION 8-B - CAST IRON PIPE AND FITTING SECTION 8B-01: SCOPE. This section covers cast iron pipe and ' fittings which shall be furnished and installed complete with all jointing materials and accessories, anchors and blockings, and other appurtenances. SECTION 8B-02: CAST IRON PIPE. All iron pipe, fittings, and jointing materials shall be as 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: ABA A21.1, A21.6, A21.8, or A21.9 ' 3. Iron: 21/45 4. Dimensions: (Minimum) Wall Outside ' Size Thickness Thickness Diameter Inches Class Inches Inches 4 22 0.35 4.80 6 22 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. B. 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 AWWA C-150 ASTM A-48 (Diameter) Thickness Class Iron Class ' 4" through 6" D 25 Li 3 [1 I DIVISION 8 - IRON PIPE & FITTINGS 3. All fittings up to 12 inch size shall" be class 250 and fittings larger than 12 inches are to be class 150, un- less specified differently on plans and Bid Items. 4. The Contractor shall install all fittings as designated on the plans. However, only fittings required for hori- zontal alignment have been indicated. All fittings re- quired 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," or 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. SECTION 8-C: HANDLING. Pipe, fittings, and accessories shall be handled in a manner that will ensure 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 approval of the Engineer. All pipe coating which has been damaged shall be repaired by the ' Contractor before installing the pipe. 1 I 4 I I DIVISION 8 - IRON PIPE & FITTINGS I I I I I I I 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 loca- tions 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 cut the pipe without damaging impact or shocks. oa�.SSULI 0-a: A41liNMP:N'r Ub' HELL 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 exten- ded 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 8/D 9D 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 deflec- ting 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. I I I I I At the tops of slopes, vertical angle bends shall means of a steel strap or rod anchors securely attached to a mass of concrete of sufficient weight hydraulic thrust at the maximum pressures to which be subjected. All concrete blocking and anchors stalled in such a manner that all joints between tangs are accessible for repair. 5 be anchored by embedded in or to resist the the pipe will shall be in - pipe and fit - L1 L I I I I I I DIVISION 9 - VALVES SECTION 09-01: SCOPE. This section covers valves and appurte- nances 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 ordi- nary water works service. ' 2. Three-inch (3) and Smaller Valves: All line gate valves used with PVC pipe shall be parallel double -disc gate valves with non -rising stems and 4 -point wedging action, ' open counterclockwise with "O" ring seals. Valves shall be Mueller No. A-2380-37 slip joint type, or equal. 3. Four -inch (4) 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 PVC pipe shall be provided and installed with a transitional ' gasket for PVC 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 shall be Mueller No. A-246-10 by 36" in length, or equal. B. 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. I 1 I I DIVISION 9 - VALVES 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 synthetic compound. Bonded -in seats must be simul- taneously 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 revi- sion thereof. 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 tra- ' veling 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 re- quire a minimum of 32 turns to move from fully open to fully closed. 7. Painting and Testing: All surfaces of the valve shall 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 1 at the high points in the line as shown on the plans and as directed by the Engineer. The valves shall be a regular com- bination air release and vacuum breaker valve. See Sheet No. 6, Appendix to the Specification. 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. I 2 I fl J DIVISION 9 - VALVES ' SECTION 09-03: INSTALLATION. The contractor shall furnish all labor, material, equipment, and hand tools to install the valves as per the detailed plans and manufacturer's recommendation. All valves shall be installed with operating nut up in a truly verti- cal position. Valves shall, in general, be placed where indicat- ' ed on the detailed plans. All valve settings shall include all compaction necessary to provide a stable base for the valve box. ' SECTION 09-04: 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 09-05: 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 09-06: 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 construction shall conform to ASTH 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. ' 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. I I 3 I DIVISION 10 - PLASTIC PIPE AND FITTINGS I 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" to 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 defection shall be I allowed at the joints of any size plastic pipe. As determined by the Engineer, deflection shall be provided by the use of 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 Ito 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 manufac- tuner's recommendations. All joints shall be lubricated per manufacturer's recommendations before assembly. ' 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 jointed fittings or pipe centerlines shall be coincident, and no abnormal stress shall be transferred to adjacent piping or fittings. Flanges on plastic pipe shall be tightened suffi- ciently to slightly compress the gasket to make'a good seal, but not so tight as to distort the flanges. I I I I DIVISION 10 - PLASTIC PIPE AND FITTINGS I SECTION _1.0-04: PVC PIPE AND FITTINGS. A. Manufacture and Testing. All SDR rated pipe, sizes 2" - 12", shall be manufactured in accordance with the Commercial Stan- dard CS256-63 or latest revision for Polyvinyl Chloride (PVC) as conducted in accordance with the applicable ASTM proce- dure. All DR rated pipe, sizes 4" - 12", shall be manufac- tured 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 produc- tion tests of each lot of pipe and fittings shall be fur- nished to the Engineer and shall include: 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 (PVC 1120) resins, and the pipe shall be stamped with the NSF seal of approval and permanently marked. All mate- rials shall conform to Commercial Standard CS256 and AWWA C- 900, respectively. C. Pressure Class and Dimension. 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 CS256; 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. I I I L I I I I I I I I 2 1 I I I 11 I Li I I I I I Li I I I I [_1 DIVISION 10 - PLASTIC PIPE AND FITTINGS D. Joints. Joints shall be boltless gasketed unless otherwise shown. The male end of each section of externally coupled plastic pipe shall be marked with a line around the circum- ference, which can be used to check the depth of socketing after the pipe is coupled. 1. Boltless Gasketed 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 8" 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 type joint. e. The pipe manufacturer shall be a member of the Plas- tic Pipe Institute or American Water Works Associa- tion 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 fit- tings using a mechanical joint system with hardened or duck tipped type rubber gaskets in accordance with AWWA specifications C-110 and C-111. The fittings shall be cement lined in accordance with AWWA speci- fications 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 I 3 DIVISION 10 - PLASTIC PIPE AND FITTINGS b. Flange Bolts and Nuts: ASTM A307, Grade B, galva- nized and of such length that, after installation, bolts will project 1/.8 to 3/8 inch beyond outer face of nut. c. Flange Gaskets: Full face 1/8 Inch thick neoprene of plasticized PVC. 4 1 1 1 1 i 1 1 1 1 1 1 1 1 1 I i 1 1 1 I I I I I I I I L I I I I I I I 1 I DIVISION 10 - PLASTIC PIPE AND FITTINGS 3. Threaded Joints. All threaded joints shall be standard iron pipe threads unless otherwise shown. Only Schedule 80 pipe shall be threaded. SECTION 10-05: STANDARDS. All pipe furnished under these speci- fications must be manufactured to conform to the latest revision of the following standards: AWWA C-900 - Standard for Polyvinyl Chloride (PVC) pressure pipe, 4" through 12", for water. ASTM D1598 - Test for Time -to -Failure of plastic pipe under long-term hydrostatic pressure. ASTM D1599 - Test for Short -Time rupture strength of plastic pipe, tubing, and fittings. ASTM 61784 - 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 D2241 - Specification for Poly (Vinyl Chloride) (PVC) plastic pipe (SDR- PR). ASTM 02672 - Specification for Bell -End Poly (Vinyl Chloride) (PVC) pipe. ASTH D3036 - Specification for Poly (Vinyl Chloride) (PVC) plastic line couplings, socket type. ASTH 031139 - Specification for joints for plastic pressure pipes using flexible elastomeric seams. CS256 - Polyvinyl Chloride (PVC) plastic pipe (SDR-PR). NSF -14 - Thermoplastic materials, pipe, fittings, and jointing materials. PS 22-70 - Product Standard. I 5 J I DIVISION 10 - PLASTIC PIPE AND FITTINGS. 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 warranted 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 ensure 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 -Oft: 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 install- ation 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. 6 I I I I I I I I I LI I I I I SANITARY SEWER SYSTEM SPECIFICATIONS CITY OF FAYETTEVILLE I u I I [1 I I I I I I DIVISION 12 - STANDARD MANHOLES SECTION 12-01: STANDARD MANHOLES. All manholes shall be con- structed 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 approved equal. 5. Joints of precast sections: sealed with mastic gasket. 6. Manhole's lid and ring: Bass and Hayes 250 pounds in unpaved areas and 300 pounds in paved areas. B. 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 slopes 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 sew- er invert and wall of manholes shall be flush with the top , 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 man- holes, due to breaks in grade or elevations of incoming sew- ers, the sewer invert shall. be made of concrete deposited between forms, or of brick on edge laid up in cement mortar. I 1 I DIVISION 12 - STANDARD MANHOLES Drop manholes and other special structures shall be built in accordance with the drawings. All fittings, connections, drops, concrete drop encasements and all other sewer pipe appurtenances built into walls shall be provided. utilization of the existing manholes shall conform to the above requirements for shaping the invert. I 1 1 I 1 2 [1 I 1 I I I 1 I I I I I I I I I L. I STREET & STORM SEWER CITY OF FAYETTEVILLE 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 sub -base must be rolled and compacted to 95 percent standard proctor density and 10 plasticity 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 (241 hours) before paving. FA 1 Li DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE 1 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 (28) day cured strength of 4200 psi. See Division 22 for concrete Street specifications. C. Grades in excess of fifteen percent (15%) shall not be , permitted exceeding three hundred (300) linear 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. SECTIO_N 20-08: CURBS AND GUTTERS. Required on both sides of all new streets. See standard detail sheet for shapes, etc. SECTION 20-09: SIDEWALKS. , A. Residenti.u1 Streets: Four (4) feet wide sidewalks required on one side of street. 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 - I specifications. SECTION 20-12: GENERAL COMMENTS. Regarding construction see I Division 21 of these specifications. 1 1 I DIVISION 20__STREET,_SPEY_IF_LCATIONS_FOR CITY__OP P'AYE'PTEVILL,E 1 SEC_TU?N_ 20-13: STREET_EXTENSI_ON_ 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 be the expense of ' the Contractor. I I 1 I 1 1 3. I uivISION 21 - GENERAL COMMENTS REGARDING CONSTRUCTION SECTION 21-01: WARPED OR SLOPING SECTIONS. sections will not be permitted. SECTION 21-02: BANKS. All sloped at a ratio of three to line. curbs will be back - to the Right -of. -Way SECTION 21-03: NATURAL DRAINAGE. Natural drainage will be adhered to by incorporating street underdrains or by rechanneling 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 per- forming the field tests shall provide the Project Enyineer with certified test results immediately following field tests. These three inspections are to be performed by the Street Superinten- dent or his designated representative during the construction process, as follows: Uponcompletion cleanup. installed. construction, SECTION 21-05: ENGINEERING CERTIFICATION. Certification will required from the Supervising Engineer before lots will 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. Util- ity 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. I ' 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 troweled 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. Mini- mum thickness of sidewalks shall be four inches (4"). Residen- t tial driveways shall be a minimum of four inches (4") with either four inches (4") of compacted base or 6" X 6" 10 gauge reinforc- ing 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 side- ' walks shall be four feet (4") wide. All others shall be a mini- mum of five feet (5") unless otherwise shown on plans and pro- files. C1 I I I I 1 I I I DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR CITY OF FAYETTEVILLE I 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) Pub- lication IS119.02P, "Suggested Specifications for construction of Concrete Streets", unless otherwise approved by the Consulting Engineer for the City Street Department. Concrete for the pave- ment shall be non -reinforced and shall have a 28 day compressive strength of 4,200 psi when cured and tested in accordance with AASHO 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 con- crete 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. 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 pave- ment at intervals not to exceed 15 feet. A longitude con- traction joint shall be placed along the centerline of pave- ment whenever the concrete is poured continuously 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:. I 2 I I I DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM ' SPECIFICATIONS FOR CITY OF FAYETTEVILLE C. TRANSVERSE CONTRACTION JOINTS. Transverse contraction joints shall be formed in accordance with Section 902 of the pre- ' viously referenced PCA Publication IS119.02. When curbs and gutters are used adjacent to the pavement edges, all tran- sverse joints shall continue through the curbs and gutters. ID. LONGITUDINAL JOINTS. Longitudinal joints shall be either a construction joint formed by casting the concrete in seg- ments, or formed by creating a plane of weakness in accor- '• dance with Section 905 of the PCA Publication I5119.02. Longitudinal joints, whether it is formed as a construction joint or formed as a weakened plane, shall be tied together with #4 deformed bars 30 inches long, placed at 36 -inch Intervals. SECTION 22-08: TURN RADII. Two No. 4 (04) 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: POZZILITR. Pozzilith shall be added when direc- ted by the Street Superintendent for better workability. ' SECTION 22-10: TEMPERATURE DURING CONCRETE POURING. Temperature shall be 35 degrees Fahrenheit and rising before any type of con- crete pouring will take place. Methods of heating or covering the surface of the concrete must also be provided by the Contrac- tor when adverse weather conditions prevail. ' SECTION 22-11: VIBRATOR. A vibrator shall be used at the direc- tion 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. L I 1 3 E I I I I I I. DIVISION 23 - TESTING 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 per- formed by a local licensed, certified testing laboratory approved by the Engineer and the proper official representing the govern- ing 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 pro- ject 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: I B I 1. Standard Proctor with curves. 2. Attisburg Limit determined prior to beginning construc- tion. 3. Density - Compaction test to 95% Standard Proctor after compaction by the Contractor. SB-2 Base. The following tests shall be performed in accor- dance with Division 20 of these specifications: 1. Modified Proctor with curves. 2. Density - Compaction to 95% Modified Proctor after com- paction 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: I C I 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. 1 El I DIVISION 23 - TESTING I 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. 3. Compressive Strength: Each day's lay shall be sampled at a distance not to exceed 100 L.E. after materials are mixed to optimum moisture and before compaction. 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 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-31, 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 95% Modified Proctor. I I I I Li I 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 compressive strength in 28 days. F a minimum of 4200 psi I I I I L 1 DIVISION 23 - TESTING E. Asphaltic Cement. All asphaltic sections shall be tested for ' flow and stability, in accordance with Arkansas State Highway Department standard procedures. I I I I 1 I 1I I I I I I I I I DIVISION 24 - STORM DRAINAGE OR STORM SEWERS I I SECTION 24-01: 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. I I I I Li I I I C r 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. 1 J I H DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE H I I I C C 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. Materials used in 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 portland cement, Type I, AASHTO 1185. C. Water. The water for the base course shall be clear, clean, and free from injurious amounts of oil, salts, or other dele- terious substances, and shall not contain more than 1000 parts per million of chlorides. If the water is of question- ' able quality, it shall be tested in accordance with the requirements AASHTO T26. ID. Asphalt. 1. Emulsified asphalt shall conform to the requirements of ' subsection 403.03 (3) for grade SS -l. 2. Medium curing cutback asphalt shall conform to the requirements of Subsection 403.03 (b) for the grade selected by the Engineer. 3. Rapid curing cutback asphalt shall conform to the re- ' quirements of Subsection 403.03 (a) for the grade selected 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 Contrac- tor, subject to the Engineer's approval. ' SECTION 30-03: LABORATORY TESTS AND. CEMENT CONTENT. A. Cement Content. The quantity of cement, approximately 5% to ' 8% 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. 1 1 I I DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE B. Laboratory Tests, Specimens of aggregate, cement and water must develop a compressive strength of at least 650 psi. in 7 days. 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 Fahrenheit 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. B. 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 Engi- neer. Wood forms shall not be less than 12 feet in length 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 port - land 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 10 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 accordance with the typical sections base course is placed thereon. 2 I I I I C I I I I I I shall be prepared in on the plans before the [1 I DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE [I I I 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 inter- vals sufficiently close that string lines or check boards may be placed between the stakes, pins, or forms. To protect the subgrade and to ensure 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. ' E. Applications and Mixing of Cement, The application and mixing of cement with the aggregate materials shall be performed in accordance with one of the following methods: I u I u Li I 1 1 I I 1. Travel Plant Method. The specified quantity of cement shall be applied uniformly on the material to be pro- cessed, and shall not exceed that which can be processed the same working day. When bulk cement is used, the equipment shall be capable of handling and spreading the cement in the required amount. The moisture content of the material to be processed shall be sufficiently low to permit a uniform and intimate mixture of the aggregate material and cement. Mixing shall be accomplished by means of self-propelled or self -powered machinery equipped with a mechanical rotor or other approved type of mixer that will thorough- ly blend the aggregate with the cement. Mixing equipment shall be so constructed as to assure positive depth con- trol. Care shall be exercised to prevent cement from being mixed below the depth specified. Machines designed to process less than the full width of the base at a sin- gle pass shall be operated so that the full width of base can be compacted and finished in one operation. Water shall be uniformly added and incorporated in the mixture. The water supply and distribution equipment shall be cap- able of supplying the total required amount of water to the section being processed within three (3) hours. If more than one pass of the mixer is required, at least one pass shall be made before water is added. Mixing shall continue after all water has been applied until a uniform mixture of aggregate, cement, and water has been obtained for the full depth of the course. 3 .141 DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE Mixture of aggregate and cement that has not been compac- ted and remains undisturbed for more than 30 minutes shall be remixed.. In the event of rain adding excessive moisture to the uncompacted material, the entire section shall be reworked. Should the Contractor be unable to finish the section within the same day, the section shall be reconstructed and an amount equal to 50 percent of the original amount of cement added to the mixture at no additional compensation to the Contractor. 2. central Plant Method, When a central plant is used, the soil aggregate, cement and water shall be mixed in a pug - mill either of 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 proportioned amounts as deter- mined by the laboratory design. Aggregate and cement shall be dry -mixed sufficiently to prevent cement balls from forming when water is added. Mixing shall continue until a uniform mixture of aggregate, cement, and water has been obtained. 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 covered 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 wind rows will not be permitted. F. Compaction and Surface Finish. The mixture shall be compac- ted to a density, as determined by AASHTO T191, or 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 five (5%) percent from the optimum moisture as determined by AASHTO T134. I 4 I DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE ' The surface of the treated roadway shall be reshaped to the requited 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 equip- ' ment 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 per- pendicular 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. I I C I I H. Surface Test. The finished course shall conform to the the plans. It shall not (1/4") from a ten -foot stra parallel to the centerline one-half Inch (1/2") from a section shown on the plans. surface of the stabilized base general surface provided for by vary more than one-fourth inch ight edge applied to the surface of the roadway, nor more than template conforming to the cross Protection and Curing. After the base course has been fin- ished as specified herein, it shall be protected against drying for seven (7) days by the application of bituminous material. The curing methods shall begin as soon as possi- ble, but no later than twenty-four (24) hours after the com- pletion of finishing operations. The finished base course shall be kept continuously moist until the curing material is placed. 5 U I DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE 1 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 tem- perature of application to give complete coverage without excessive run-off 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 suffi- cient 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. 1 The curing material shall be maintained and applied as needed by the Contractor during the seven-day protection period so that all of the base course shall be covered effectively dur- ing 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 freez- ing point, sufficient protection from freezing shall be given ' the base course for seven days after its construction and until it has hardened. 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 con- structed 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 at his own expense. No payment will be made for materials place in excess of planned thickness. 6 1 I [l DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE I Hi I I TI I I I I I I I I I I SECTION 30-05: MAINTENANCE: The Contractor shall, within the limits of the contract, maintain the stabilized base material in good 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 Contrac- tor 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 permit- ted in order to provide the minimum specified depth. SECTION 30-06: METHOD OF MEASUREMENT. Work completed under this item shall be measured by the square yard, as shown on the plans. Quantities shown on the plans and in the proposal shall be consi- dered as final quantities and no further measurement will be re- quired unless the alignment is revised during construction. Fin- al quantities will be revised if, in the opinion of the Engineer or upon evidence furnished by the Contractor, substantial varia- tions 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, rol- ling, finishing, and curing; and for all labor, tools, equipment, and incidentals necessary to complete the work. 7 [] I I P1 I I I I L I I I I I I I I I I APPENDIX TO SPECIFICATIONS WATER SYSTEM DETAIL INDEX SHEET NO. SHEET NAME 1 Typical Service Setting 2 Typical Service Connection & Water Setting (Type I) 3 County Road and Driveway Replacement (Type II) 4 Bituminous Concrete Road Replacement Detail 6 Air Release Valve Detail 7 Gate Valve Detail 8 Fire Hydrant Detail 10 Blow -Off Detail 11 Thrust Blocking For Pipe Fittings 11-A Concrete Thrust Block Detail 11-B Thrust At Pipe Bends 11-C Resultant Thrust Of Water Under 100 psi Pressure At Bends And Fittings 12 .Concrete Thrust Anchor 13 Buried Creek Crossing 14 Steep Draw Crossing 15 Concrete Encasement 16 Trench Detail 17 Highway Bore and Casing Detail SANITARY SEWER DETAIL INDEX SHEET NO. SHEET NAME 1 Typical Trench 2 Concrete Manhole 3 Encasement Pipe 4 Buried Creek Crossing 5 Cleanout I 1 1 1 1 1 1 1 1 WATER DETAILS I. 1 1 1 1 I 1 r Ch• cl ♦. __ j 11yf_ 11)•11�1 _• __ 11 i_____ �It___ .uiK _ — V — II,u :A7I'l, •u1 i. jlli�� '. ( -1 i 1 /om PWI t:vgm A$F A; R≥ 1 8 � (I) 1 F4rae m�� SStt Lt 40 4� 7 1 q .. '•A r1yN I`Sjj, Fhb I l ll V= 1 c f•1 f{ 4 .IR n p' + a \11 t-si�j I fl m� 1 S �) e rC� AI'1 x O A Z + r1 • SOI3� n S(1 S 9 M l A 11 �° �14Y`a'NOg fU7� Yby` y p2 r A<qv�l _ • t i c Zc Y7 •'1 11 N p. +_Jr „ 1'� 1 � � 1 iC SiCini•i'.tn°e.l. (� J Y e it _ iV �1fTIVI 15� + {1Oi ON,VyOv•UN rr q FIB 1� •LZ M 1 Q a s d rl f+ • r' �e f. 1 i .. + 1 'IVU.Y�JV•VNrrr . n 4 V 1 N u LT � y 0 0 V. V. V N N r r r r r • 1 g I 1 1. T K1 a♦i.,l 1d Ii•4`J o Q -< r � F, Nei -o � a � `-i n 17. .; j • fi I • �� 7t ,- i» .o- �;. qq y II I�,..I. 3 :•: �/ a \\ \ I�a 11t1 ^t r z • y I!' YIN -4_i-f ap ii Ii) U �O t' RP)rA( �FIv,I yNy '• _' Y •'1 • N EI • c� 2 In C, 1 B�' _ 'I - 1r l I•. r I.1M-.' __________ __—_____ _ I�$ b$ o. nu 0-. fI M ' 1 �•1 ' _________- on j ,,, Z kl 21/4' • 5- 0' m N N , ---- . ()l 1 I I O y1 U =� T1 11 1'1 ry 2•_p• 6'MAX. WIDTH MILHOLLAND COMPANY 'OR PAVEMENT Engineering A Surveying SAW CUT 205 West Center Sired iayetteville. Arkansas 72701 Cifice Phone (501) 443-4724 FOR - REPAIRS EXISTING CONCRETE OR BITUMINOUS CONCRETE FOR DRIVEWAYS,STREETS, COUNTY UFTY HIGHWA S,d PARKING TRENCHES SI T. 1MRIABL.E THICKNESS 12"MIN. UNDISTURBEDJI KN THKESS • 1 1/2 T FOR BITUMINOUS BANK CONCRETE DRIVEWAYS a STREETS ` (MIN. 2° THICKNESS) VI W r. T + 2" FOR CONCRETE STREETS 4 ` a HIGHWAYS (MIN.5') CONCRETE DRIVEWAYS (MIN. 4") r0 3i' MIN. HOT OR COLD BITUMINOUS MIX FOR COUNTY HIGHWAYS AFTER COMPACTION OF BASE. WATER OR SEWER MAINS NQiES•' L BITUMINOUS CONCRETE REPEACEI ENT MATERIAL SHALL MEET THE REQUIREMENTS OF SECTION 4O6 or THE STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION, ARKANSAS STATE HIGHWAY COSMISSIQNo EDITION OF 1970. L CONCRETE SHALE HAVE A MINIMUM 28 DAY CCMP/tSSSIVE STRENGTH OF 42OO PSI. TYPE I ROAD CROSSING REPLACEMENT DETAIL FOR COUNTY HIGHWAYS, DRIVEWAYS, STREETS a PARKING LOTS Sheet 2 MILHOLLANU COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 6o COMPACTED SB-2 SELECTED BACK - FILL MATERIAL PER SPECS Nom£• • • f�• EXISTING GRAVEL SURFACE COMPACTED MATERIAL REMOVED FROM TRENCH MIN. 12•• • W&TER OR SEWER MAINS MIN•: 6° / f•-YARES_t COMPACTED FOR LATERAL AND VERTICAL STABILITY OF MAIN. SETTLEMENT TAKES PLACE IT IS TO BE REFILLED WITH S8-2. TYPE Jr ROAD CROSSING GRIVEL ROAD AND DRIVEWAY REPLACEMENT DETAIL T 6x6/6-6 W.W.M. (MIN.) SAW CUT MILHOLL.AND 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. PRIME COAT ►'• s • ---==--=---- CONCRETE ► ►• . , SAW CUT 4' MAX. COMPACTED SB-2 Lr rn w WATER AND SEWER MAINS 6 I ' MIN. VARIES " MINI L I It NOTES: I. BITUMINOUS CONCRETE REPLACEMENT MATERIAL SHALL MEET THE REQUIREMENTS OF SECTION 408 OF THE STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION, ARKANSAS STATE HIG;IWAf CIXAMISSION, EDITION OF 1978. 2 CONCRETE SHALL HAVE A MINIMUM 28 DAY COMPRESSIVE STRENGTH OF 42OO P.S.I. TYPE III ROAD CROSSING BITUMINOUS CONCRETE ROAD REPLACEMENT DETAIL Sheet 4 MILHOLLANI7 COMPANY , Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 1 Office Phone (501) 443-4724 1 DRILL (SI V2" AIR HOLIES IN LID FINISHED GRADE C.I. COVER (CLAY S BAILEY P. 2341 ) , �1'n(I1II J 1'� Y4 1K T , hil li . C OALV. RETURN W/16 MESH I FORD � COPPER SCREEN SOLDERED TO 811-444 ULI OPEN two Ball Curb Stop I. 11 or METER BOX n. Equal Tl1AflR WIRE _ L/ t r-- DRILL 1/S" HOLE , 24"1OALV. -' " SEE NOTE 5 l� ►.f. F►L ( MIN.) I OALV. A/CO 10 AIR RELEASE VALVE PIPE r ' _ OR EQUAL,"/3/32' Orifice. Securely attach Tracer Wire to Pipe !.t;r-.. SS _2 ' I" P.E. COMPRESSION TO IRON PIPE CONC. BRICKS YNDISTUR{[D SOIL ADAPTOR MAIN CONNECTION TO at , 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, CORPORATION STOP, 111 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 .. pncNse.xa u.., yl. ._. .M�.ir.wj,.�� 1 1Y L 11., 1\ GJ.. , tLW k YI. , IIJitY4 W 1 MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 WORD "WATER" ON COVER 2 i 28 a s CONC. COLLAR ADJUST COVER TO GRADE JiIfflli____• . t ' ( I TAMP BACKFILL Securets attach Tracer Wire—� //1T —/ tS Bolts and Nuts. ���f 7^—ExTENSION and Valve Box to be set plumb VALVE BOX AS SPECIFIED VALVE BOX TO BE SUPPORTED BY COMPACTED FILL V/z—GATE VALVE AS SPECIFIED TRACER WIRE —, WATER MAIN UNDISTURBED SOIL Compacted Backtill NOTE' RADIAL COMPRESSION JOINT ENDS USED FOR PVC PIPE ARE NOT SHOWN. GATE VALVE DETAIL CAnaI I MILHOLLAND COMPANY Engineering & Surveying 2 - 2 1/2" HOSE NOZZLE$ - DRAIN - KEEP CLEAR OF CONC. 2" MIN. I 3 CUBIC FEET OF II :..:,t• GRAVEL PLACE CONCRETE KICK BLOCK AGAINST Undisturbed Soil I - 4 1/2" PUMPER NOZZLE 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 III MUELLER "CENTURION" FIRE HYDRANT A-423 OR EQUAL w/ 3'-6" bLViud HYDRANT TO HAVE COMBINATION FLANGE AND BREAK SECTION AND REMOVABLE CARREL 1/" -WORD "WATER" ON COVER 2's 2'■ 6" CONCRETE COLLAR SLOPING 2" FROM THE CENTER TO THE EDGES ADJUSTABLE 2 PIECE C.I. VALVE BOX 6" GATE VALVE — OPEN LEFT 14 MIN. OF C.I. OR 0.1. 6" HYDRANT BRANCH-C.I. or D.�AIN rtalBoltandNut racer Wire attachj-\/ - i .{Nb- 41Sb. iw �� NO BENDS IN THIS AREA ALL FITTINGS SHALL BE I VARIABLE DISTANCE ASSEMBLED WITH DUCTILE IRON RETAINER GLANDS WITH SET SCREW TORQUED AS PER MANUFACTURERS' RECOMMENDATION. IN NOTES' I. ALL HYDRANTS TO BE SET PLUMB WITH NOZZLES FACING HIGHWAY OR COUNTY ROAD. PLACE CONCRETE KiCK BLOCK AGAINST SOLID UNOISTURBCD SOIL. . 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. ALL, 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 S - ._ .__. _ _.... ...._._ ._..FII. ..n. a. Ylu.._..I{I'♦. f. .. ..11v .. .YUWY♦li�-..�ypl,{•yV�♦YV a = ynj a w0 A. 4 W t� _ i O tic W - _ tl e u J W m W S M J • a • 0 r p 4 a 4 • OJ Own V LL W U V p P `. Z 7 z tr.' Z J N- •- r rPl • V •j W. W a i L• Z O V t j W 04 4 = �... I• ma4 JO O 1 J urn • 7 J i • I O i V 4 W W< Z ezOnZP1 a Z W W • O�r Q IIIII tUJ W4wWJ ,N j oil Wa N r w. OlUa4 4 4 N 1) y .._ZVzoo V - O 41 •�Z W • • , • • ^ 1 J W (j OO IT ■cVN N N N N �AI�IIIN (It Y,V ' JO N = M' r2 _ =QQ a`q _II'a� �d=1 IIIIII z •' o U a 7 7 �Illl _ n 1) VIII_ 'iu s < o M N Iil .-� III : �IIIu ': .I: a a ° = gflll I �VIIT; V = J < • •O a • •=111II) °�IIII gllt allil� " i�ll� •: eN -11 I I Qdi I. •O H' it • • Z� �W WZ J M = Ott N W W rl j, V I I1i:s I- V 4 .J C'nl N Z t) �•I V3 II i, o 0 J D✓ 3 i > m ' U IIIII „ w�wa - N e S. N �rc it :J J o - f :t C) N f. y '- — idi K l �� a, N m W C m a O ��II I 2 W 4 L 3 m d 1 u .J 4 rLL O V / r n u ' > s N • N _J Q H J o N o IL W U. 0 a I U o I I. m Si o i- N J o V W Z V O W J O O , J r N W � u � � m 4 o w „ = a W Q S I MILHOLLAND COMPAN' Engineering & Surveying 205 West Center Street Fayenevize. Arkansas 72701 Office Phone (501) 443-4724 ORIGINAL GROUNDLIVEL one I \'\ n � � -ICI! TUR BED BLOCKING FOR BENDS �rld• • PLUG r _ THRUST I. ,p Vie... CROSS BLOCKING FOR CROSSES ,I B C I NOTE: BELTED liii THRUST o , .. CONCRETE \^ BLOCKING V CONCRETE UNDISTURBED EARTH BLOCKING / BLOCKING FOR BENDS -`— SEE NOTE "C" CONCRETE BLOCKING EDGE OF TRENCH OF TRENCH ALL PIPE FITTINGS 4" AND LARGER SHALL BE; D.I. Mechanical Joint rated 15n p.s.i, workin" pressure for Main pressures greater than 200 p.s.i. D.I. or C.I. Mechanical Joint Class 250 for Main Pressures less than 200 p.s.i. THRUST'BLOCKING shall he adequate to withstand the sum or 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. v n � '•ti THRUST _.__ UJ BLOCKING FOR BENDS TEE BLOCKING FOR TEES ORIGINAL GROUND LE BEND t N —CONCRETE BLOCKING BEND SEE NOTE "C" CONCRETE BLOCKING L.. EDGE OF TRENCH THRUST BLOCKING FOR PIPE FITTINGS Sheet // I i t l I THRUST BLOCK SCHEDULE PIPE SIZE FITTING A B Cu. FT. 4" TEE 2'-0" I'-6" 2.5 OR 90° 2'-9" I'- 6" 4.7 SMALLER 45° 2'O' 1' - 0" I.? TEE 3'-O" 2'O" 7.5 6" 90° 3'-6" . 2'-6" 13.3 4502'- 0" 2'- 0" 3.4 3'6 1-6" 12.7 B" 4'-O" 3'-O" 20.0 3'-O" 2* -0 7.5 31-6" 31-6" 26.7 10" 4r-6" 4r -O" 50.4 45° 3I -O" 3r_O" . 20.0 NOTES: 1. CLASS B CONCRETE - 2,000 PSI, 28 DAYS. 2. SCHEDULE BASED ON THRUST RESISTANCE OF SOIL OF 1000 LOS. PER SO. FT. AND 100 PSI LINE PRESSURE . 3. FOR LINE PRESSURES GREATER THAN 100 PSI AND/OR SOIL RESISTANCE LESS THAN 1000 LBS. PER SQ. FT. , THE SCHEDULE SHALL DE ADJUSTED IN THE FIELD. 4. DEAD END BLOCKING IS THE SAME AS FOR TEE. FINISHED GRADE PIPE DO NOT ENCASE JOINT TING FITTING CONCRETE BED SOIL PLAN SECTION CONCRETE THRUST BLOCK DETAIL MII .HOLLAND COMPANY Engineering & surveying 205 Wesl Cenlnr $creel OYice Phone (501) 443-4724 Fayetteville, Arkt 3s 72701 Sheet 11-4 3 w 4 C, 5 Go 7 9 Q 10 - O I5z W 20 25f- 304 40W J 50 co 60 z 704 .-eo 8 0 THRUST AT PIPE BENDS P■ 2z 62.5HASink 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. 72- 66 - 60- 54- 4e- 42- p36- hi =30- 024- z —20- 18- 16- '4- W 12 I- 10hi - 2 0- 4 p 6- o. 4 - 3- 2 - 2- I I I I I I I I I I 50O - ®I x.100,000 500,000 4 3 2 I 100,0cc I,000 800 Soo -25 E700 600 s00 Sheet //-B 1 1 1 1 1 1 1 1 1 I 1 i 1 1 1 1 1 1 1 WRNS I MCDONNELL LNGINLLRING COMPANY 7N D. .4 I I y. I I I I I C 1 m IL O o 05* O O J Q — m a m m m co C— 05 _(-3 u S J O •d — M — m • O C C Obi i — C O c I- —c O m u 0 v uc C— i i m a a e m 0 «Sent C— a— . —t can O ml 0—e wMl ttJ . C 0 O 0 0 0 0 0 0 0 0 0 0 O O O O O O •. O C O N ♦ N O ♦ O N .. m M M U O N O N O O O t` o N o o a M tO r + tO 9 02 N 1wO � m w tO h w N .4 •pS-i .psi O po $ S pM w O 0 0 N 0 m o 8 8 8 v m m r to a o to O m m O m w o b w .. 0 •• m o a m t` 1p 0 O a • w N to to to to n w w a a N w w ., 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 e 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C 0 0 l0 0 o o .. .. o -4 m m a •+ w .. o a m o O w l� 19 W O m O m . o . m . ♦ . o . o . to • m -. N n a N w m �. ♦ n a a w 03 .mt •o., .Oi .... pOp o 0 0 0 0 0 0 0 0 $ 00 O O O p o • w N o v to m O- 0 o 0 O O Cl ♦ N N V O • . _ w O O a 0 0 ♦ 0 o 0 w 0 0 tO a O N V -• 0 m N IS ♦ O .4 o m O O O w -• •+ w co .+ w w .t .. ww .. 0 0 8 e 8 m o o 0S 0 O p N p 0 N _ a tO 0 .i a E. S _ O to 0 0 ♦ ♦ 0 a N (. 0 ♦ ♦ Cl .. O O N o ♦ C Cl a .+ .. .. M .1 •1 *4 .. M OOOoo40 0 0• 8 8 8 0008 8 8 CO O 0 O ♦ a0 8 8 8 S 10 lq . o • o • ♦ . w • 0 a 0 a ♦ • O • m • • w _ o 0 C 03 ~ 0 0 w m N O .. O O ♦ ♦ O .. N ti so w d tO w • O 0 O a O O 0 0 8 0 0 0 0 8 O 0 O 0 0 O 0 0 O 0 0 0 O 0 0 0 O O ter tO ♦ 0 0 m 17 0 to o a m a N Cl ♦ a N p •. • • • a . _ • • a • • m N O O ♦ m tO a ♦ a M 0 Cl 0 .+ 0 O O O r O O O 10 ♦ ♦ to 10 n w a .. .. 8 8 8 a 8 g 0 8 N 0 0 0 0 Cl g " a 0 a a w: a 0 w m: .: o: 0 F- •P3 w a a a .. .. 0 0 0 0 0 0 0 0 0 0 • 0 0 0 0 0 0 0 C M to -+ M1 -. M ♦ 0 w t0 0 m ♦ a t` 0 ♦ m ♦ a m ♦ w o o N m .4 U o q to ♦ ♦ t0 P3 tO FJ w N Clo w .. .. .. .. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 • IS N N o 0 m 0 m 0 N 0 ••, 0 ♦ a 0 0 0 w to 0 -. to m o w m C 0 0 m ♦ a a a n to 0u a w .. .♦. 8 0 8 8 0 0 00 0 0 00 8 0 T W O • * -. m -. a 0 o ♦ -. m .. ♦ O a w n .• O -. a N ♦ 10 .. a 1. o ♦ Cl o m N v Mi a a a Cl a 01 w .+ .. .+ .. .. .. m oO000000 8 0 8 0 C4 0 m m N 01 Cl MD N 8 t 0 a oa m m n to 0 b 01 0 m o m n 0i .. a .N. '4 10 0 o n n 0 a C N C X N $ o 0 0 -t 0 ♦ 10 w .. o o w N o o ♦ 10 at w — .. .. .I .. .i .. .. 0 8 8 8 N: 0 8$ g 8 0• o to t0. .. w N10 N 4 o o m 1. N o ♦ ♦ . o to O a .t .t n 0 v $ Cl om. 0 n 0 0 0 g 0 to 0 tm. N o v 1J .. 0 N 0 b ♦ w .♦.t .~, 10 1010 .+ .t 0 LL .. H N .1 N N O O O O O O O O O O O W aW1 L1 O. . . S 1- I-. O O O 0 10 ll W w 10 ♦ 1 0 • o o O O o O O e a a e a O a e a 0 0 S C <6 0 0 0 N 0 o 0 O 0 17 O w O .. O O O NS a m r m O m b ♦ ♦ n to a a .. .. Mc o at. i Sheet //-C BURNS & MCDORMECL EMCIREEPIMC CDMFAWY FORM 0.1 Und/sturbed Soil Undisturbed soil Ii : j : ,. _ " Trnnrh A Class 6 Concrete PLAN VIEW Base ... may- •r' Class "B" Concrete ELEVATION VIEW CONCRETE THRUST ANCHOR Sheet /2 gas M'. CENTER MILHOLLAND O L L A N D COMPANY (501) 443-4724 • Fayetteville Engineers Surveyors Arkansas c o c L \ O � Q 30� v N N o m � 1 � Q V Q Sheet /3 205 » CENTER MILHOLLAND COMPANY (501) l�3-�i21 Fayetteville Engineers Surveyors Arkansas ■ "? +q CENTER -c erteville O MILHOLLAND COMPANY Engineers Surveyors cb v w CK !) S.l ct t l4! (301) 4434724 Arkansas 0 It 24 42 m n. D.I.pipe IPV.C. pipe .. ..i U f,. MAIN . _- :.., •• . - t OUTSIDE 6' R MIN DIAMETEMIN I CONCRETE ENCASEMENT Sheer /5 205 W. CENTER MILHOLLAND COMPANY (Sol) 443-4724 Fayetteville Engineers Surveyors Arkansas Top 4 4r of surface shall be cleared of Rock Debris, Roots, etc. and repaired to a condition equal to or better than prior to construction., ----I---7`- F/L = "D"+/e" NOTES: MII_HOLL-ANL) COMPANY Engineering & Surveying 205 west Center Street Fayetteville. Arkansas 72701 Office Phone (501) 443-4724 Smooth after one (/1 year's settlement 1t¼1 4 V O v Q : N O M Tracer Wire on P.V.C. Pipe to be looped around each Joint of Pipe. 6 Compacted Selected -Fill under Type r, a ands- Rood Crossings and 'Rock' removal areas. 1. Payment for "ROCK EXCAVATION" shall he computed on amaximum Trench Width of ("D") nominal diameter of pipe (+) plus 18", and a maximum Trench Depth of ("D") nominal diameter or pipe (+) plus 42". 2. Trench Bottoms shall be free of rocks and stories larger than 3/4". 3. Surface of' Construction area shall be replaced, seeded, fertilized and maintained one (1) year after final acceptance or the Water System by the Owner (City). 4. All trees, brush, boulders, rocks, and debris affected by Construc- tion shall be properly disposed or. TRENCH DE TA IL "Water Mains" I I I I I [1 [1 I I Short /A I I 1 1 70M-!0-! Vim — — — r-: ' ti m ti �orS io aol F a S, m, h C N . O -C +i >1 J -o ro m +) .sjro 4J c K.v N. to (7 EEO 0.01 Q 4,h3 g3 @0 rom C o (7 > +J a) $4 ro o- 0 0 0 E lb O ro a) axi o m • mVt +Jw ro a V ro s4 .A 0>, 0 �F m uo ro "-4Q tjm h.c by �. R( u 3 C 1 Q O4 0 N b+ q° £ n. 0 E .d 1~i a) 41 rlJ4J 'Ti 1 . U)4-( to to •!" O rou 0)U) m Co. :5w V �1 �F V w0a N v m III) 04 I L.i� OHolr1 I4 'Ti r C a C Ulw C .C 0 O c OHO r1 C m 0 2:I 4 WOO N N q. 0+)a) +J.i Z N Ciii C o 00 Gov oar (no c , �.r,ro 004 a fy �"� Cw; rou rqa) O cc 0 p ry' V ° m Wk ro ro • .-1 (d a z N vrO 3 d') otj k o a 4 t '------ - '-- -- -- o C O4 WWC ro N Lv J rororoa) 1-::s � ro4J Ow O kor-1 kro% ro h� 0aim a4Jra0 ro> o a.4 ro+! a) x ro NI U� N Z W Q EP. 4i a.E a w 1 E p o . o •Z+ ti N f+) ruOld Sneer 17 I I I I I I I I I I I I I I I I IJ SANITARY SEWER DETAILS I M Note: Reinforcing Shall Be Continuous Thru Manhole. CIA. PIPE No.6 Bars 60'54,4d' 6"Centers No.5 Bars 42,36' 6" Center No.6 Bars 30" IO"Center 8,12,15, No.5 Bars I8, 24; I 0"C Infers NOTES: NO1&30F & 3 OF SHEET NO. 16 ALSO APPLIES TO SEWER CONSTRUCTION COMPLY W/CLASS 'B' BEDDING NOTES. Trench 4 No. 5 Bars Longitudina Class "8" Concrete CLASS IIA11 BEDDING Inside Pipe B Diameter (Max.) 8' 2-4" t0" 2-4" 2n 1, „ 3-ci 15' 3 6' 18' 4-0' 24" 4-61 3d' 36' 42 6-0 48" 6-6' 54" 7'- 6' 60" 7t7" 33'-G0" Dia. Pipe 30'- 54" 27'- 48" 24'- 42" 21'! 36" I8'-' 30' 14- 24' 12'! IS' If'- 810'12'15" 15"- „54,60 12".- 36', 42, 48 •8"- 30 5 8'10'12'18'24' REQUIRED PIPE FOR ALL PIPES BEDDING FOR a FILL WITH ACCEPF CLAY PIPE AT ABLE MATERIAL 10 0" OR LESS REQUIRED BEDDING FOR CLAY PIPE PER SPECIFICA- DEPTH AS FOLLOWS: AT DEPTHS OF 10'-0" OR MORE, AND TIONS. PLASTIC PIPE AT ALL LENGTHS O SB-2 BACKFILL AS FOLLOWS: UNDER ALL PAVED HAND PLACED BURFALE AREAS. EXCAVATED MAT. FREE FROM TRASH, DEBRIS MAX. TRENCH WIDTH TO HERE AND ROCKS GREATER THAN NAND PLACED SELECT - 11/21' IN ANY FILL MATERIAL._ i DIMENSION., I PLACED ®TAMPED SELECT — AND TAMPED FILL MATERIAL MATERIAL SE AS IN® ASI 0 TAMPED SPECIAL BEDDING MATERIAL BC/E Note: ASTM CLASS. -L_ The Minimum Trench Width For All Sizes 4„ Of Pipes Shall Be That Which Allows A 6" Working Distance On Each Side FAYETTEVILLLE PUBLIC WORKS SPECS. Of The Bell. "ALL MAINS SHALL BE BEDDED FROM 411 BELOW TO 121' ABOVE PIPE WITH GRIT OR EQUAL OUTSIDE STREET RIGHT-OF-WAY, AND WITH SB-2 WITHIN STREET RIGHT-OF-WAY; TRENCH WIDTH SCHEDULE CLASS 11B'1 BEDDING ALSO: 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 MILHOLL AND COMPANY (501) 443-4724 Fayetteville Engineers Surveyors Arkansas Machined Surface, Non -Rocking Manhole Frame And Cover Bass 4 Hayes or Equal. 2411 f. G D d y y Q 2 i v• C.I. Manhole Steps Note: For Manholes In Public Right -of -Way, Cost in Place Concrete Shall Stop At Point q�� ° Indicated. ' O D � 61 48,1 1" 6" Mm '� _ Mm —See Note ;'.• 411 . GROUT BASE OF MH Mm 121:,':.... 3000 Psi Concrete Note For Manholes 4'-O" or Less In Depth, Use 24 Mm —36,,Max. High Cone With 8 Max. High 21-0011 Throat. Note For Pipes Entering Base, Opening Is Made, Pipe is Inserted And Sealed With Non - Shrink Grout. 611 Min. SECTION -TYPICAL POURED IN PLACE MANHOLE SHEET N y 203w.CE„TER MILHOLLAND COMPANY Fayetteville Engineers Surveyors (501) 443-4724 Arkansas I I I I p I I p. I m v i v / a N 13 O c I. m E C IC.C O U C C 2w ,, CLI- o c _ N C - > > m o o a a I I a` a C) a, U, 1.1 a d a a. SHEET NO. 3 U, z J W U) 0 U - Z Lu U W 205 W. CENTER M I L H O L L A N D COMPANY (501) 4434124 Fayetteville Engineers Surveyors Arkansas I w w cr W = J 3 3 0 of w w E 0 hi Q_ w w z a a w a ~ w (` 1.-u, a w 3 J y y z z O - -� Q hi • OZ o4 Z � Q z ? O J = U a o f- a U z a m 0 U! J O _ F U � zo a m m I -- SHEET NO. 4 205 W. CENTER MILHOLLAND COMPANY (501)443.4724 Fayetteville Engineers Surveyors Arkansas 6'-6OLB Cl COVER CLEANOUT SHEET NO. 5 205 W. CENTER MIL H 0 L L A N D C 0 M P A N Y (501) 443.4724 Fayetteville Engineers Surveyors Arkansas .CITY or FAYETTEVILLE MATERIAL SPECIFICATIONS FOR POTABLE WATER SERVICE MAIN LINE SERVICE TAPS I. SERVICE 9ADQ1 ES* MAINSt Close 200 PVC, SDR 21 (2", 3", and 4") SIZE tIANUUFAC UT RER 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 LOIN- 2.75 x 3/4"CC 2-1/4" x 1 Romac l0IN- 2.75 x I" CC 4" x 3/4" Romac LOIN- 5.40 x 3/4"CC 4" x I" Romac lO1N- 5.40 x 1" CC 6" x 3/4" Romac lOiN- 7.50 x 3/4"CC 6" x 1" Romac LOIN- 7.50 x 1" CC 8" x 3/4" Romac LOIN- 9.62 x 3/4"CC 8" x 1" Romac lOiN- 9.62 x 1" CC 10" x 3/4" Romac 101N-12.12 x 3/4"CC 10" x 1" Romac 10IN-12.1'2 x 1" CC 12" x 3/4" Romac 101N-14.38 x 3/4"CC 12" x 1" Romac•„ 101N-14.38 x 1 "CC II. SERVICE CONf1ECTIONS: DOUBLE TAPS 3/4" Type K Soft Copper 60' Coils 1 3/4" Corp. Stop. 110 Comp. Mueller 11-15008 1 3/4" U Branch 110 CTS x MIP x MIP 7-1/2" width Ik H-15363 0Q� rhT� 2 5/8" x 3/4" x 12" Riser Meter Yoke Mueller' HH2-�F - 49 w/H-14222 Tail Pieces 1 18" x 24" PVC Meter_Box ($501824 .307, .275 Wall A F Thickness Shell Only, notched as manufactured by Mueller/McCullough // Pc.%/e 1 18" C.I. Flat Meter Lid C-109 manufactured by Crouch / Z ZZ Foundry SINGLE TAPS 3/4" Type I< 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 Yoko Mueller 11-1402 w/H-14222 Tail Pieces 1 18" x 24" PVC Meter Box 11501824 .301,. .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 EXTENSIUNi /I /q/923#7/ N ///Z2-7 XZ To connect extra copper to Service Line Use 3/4" 110 Compression Union IV. "OR EQUALS"e "OR EQUALS" ARE NOT ACCEPTABLE V LAST REVISIONI July, 1987 C.� " 1 r' :V 1 . h.