Loading...
HomeMy WebLinkAbout170-91 RESOLUTION1 • RESOLUTION NO. 170-91 A RESOLUTION AWARDING A CONTRACT TO C.W. COMBS CONSTRUCTION COMPANY FOR THE 1991 WATER LINE REPLACEMENTS IN THE WATSON ADDITION AREA PLUS A 10% CONTINGENCY AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract in the amount of $93,212.00 plus a 10% contingency of $12,848.00 for the 1991 water line replacements "as needed" in the Watson Addition area. 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 approves a budget adjustment in the amount of $15,000.00 to the Water Line Replacements as needed, Acct. No. 452-952-5-315.00 by decreasing Pump Station Improvements, Acct. No. 452-952-5-315.00. A copy of the budget adjustment is attached hereto and made a part hereof. PASSED AND APPROVED this 17th day of September , 1991. ATTEST: By 0 - APPROVED: By Mayor CITY OF FAYETTEVILLE, ARKANSAS IN -YEAR BUDGET ADJUSTMENT ADJUSTMENT # • BUDGET YEAR 1991 DEPT•Public Works DIV :Engineering PROG:Water System Imp DATE REQUESTED vt. 8-28-91 PROJECT OR ITEM REQUESTED: 1991 "Water Line Replacements as Needed" INCREASE ACCOUNT TITLE Water Line Replacements as needed ACCOUNT NUMBER 452-952-5-315.00 JUSTIFICATION OF THIS INCREASE Additional funds required to provide 1) a nominalAMOUNT construction contingency and 2) fund the replace - $35,000.00 ment of the line on Joycelyn Lane (Adendum No.1) PROJECT OR ITEM DELETED: Pump Station Improvements - $25,000 in 1991 budget JUSTIFICATION OF THIS DECREASE The Pump Station Improvements were included with the Water System Improvement Contract (Contract $289, Goodwin & Goodwin) completed in August, 1991) DECREASE ACCOUNT -TITLE Pump Station Improvements ACCOUNT NUMBER 452-952-5-315.00 AMOUNT $15,000.00 • REQUESTED BY: tt: 4e)J&Ira BUDGET.CQORDINATOR: T DIRECTOR: AD N SERVICES DIR: C Y A. AGER: DATE 8-z9-9 gJ24 �91 BUDGET OFFICE USE ONLY DATE OF APPROVAL may_ Date Entered Posted (Mt Type: A BCDE Total program adjustments to date: PIES • Proposal bf • PROPOSAL (Bid Fora) Place Fn,4P$Q.JAP ft-. bate ci 91 A corporation organised and existing under the law of the State of or • • Proposal of • a partnership consisting of • y Or • Proposal of a LL), (1rurr, ', au individual doing btisiness as CAL). 0-v1Th-Y-1.kCA--t nrl !O: City of Fayetteville- ili W. Mountain • Fayetteville, Ark. 72703 • • thii bid results from your imitation for bids for Waterline • replacement for Watson Addition Area': - The undersigned Bidder, harm visited the site of the work, having e xamined the Plan, Specifications, and other Contract Documents including all Addenda, and being familiar with all of the conditions relating to the construe - tion of the proposed project, hereby proposes to furnish all material, supplies, equipment, and apfliances specified for incorporation into the project and to furnish all labor, toolsequipment and incidentals to complete the work in accordance with the Plans,, Specifications, and other Contract Documents at and for the lump sum and unit prices proposed in the attached Unit Price Schedule. • The undersigned Bidder agrees to begin work within ten (10) Calendar days after the issuance by the Owner of a "Work Order" or "Notice to Proceed" and to complete the work within 45 calendar days (except as modified in SPECIAL CONDITIONS of these Contract Documents). §hould the work fail to be completed within the time herein stated, the Con- tractot shall pay to the Ower, as fixed and agreed liquidated damages, and not as a penalty, the sum, for each day of delay until the work is completed and accepted, as stipulated in SPECIAL CONDITIONS, of these Contract Documents. It is understood that additional time for the completion of the project is to be allowed only for delays as stipulated in SPECIAL CONDITIONS of these contract Documents. P-1 • IMO can mit AIN • • • • CONTIAcT TEIS alma made this / 7,t day of 191_, by and betves 0 • W, etn1571aUerkezkiLAv k • a Corporation organised and existing under the laws of the State of • ) (a peep consisting of • (an iiadividuall trading as (Strike out the two terms not applicable) hereinafter called the "Contractor" and Ci^y of Fay_ettgville ": _ here#aaftar called that "Owner". WI'mESSETE: that the Contractor and the Owner for the coalideration stated herein mutually agree as follows: ARTICLE 1. Statement of Work. the Contractor shall furnish all supervision, technical personnel, labormaterials, machinery, tools, equipment, incidentals and services, including utility and transportation services and perform and !complete all work required for the construction of 'Waterline replacement- fur.Watson Add; Area. in strict accordance with the Contract Documents, including tic' Addenda thereto numbered �� and dated -- and dated , as prepared by the Engineer. ARTICLE 2. the Contract Price. the Owner will pay the Contractor, because of his performance of the Contract, for the total quantities of work performed at the lump sus prices and unit prices stipulated in the Proposal for the several respective items of work completed, subject to additions, and deductions as provided in Section GC.9 "Changes in the Work", of GENERAL CONDITIONS. • ARTICLE . Contract Time. The Contractor egress to begin work within ten 10) calendar ays a ter itsuanee by the Owner of a "Work Order" and to complete the work within 45 calendar days (except as modified in SPECIAL CONDITIONS of these Contract Documents). If the Contractor shall fail to complete the work within the time specified, he and his Surety shall be liable for payment to the Owner, as liquidated damages ascertained and agreed, and not in the nature of a penalty, the amount specified in SPECIAL CONDITIONS of these Contract Documents for each day of delay. To the extent sufficient in amount, liquidated damages shall be deducted from the payments to be made under this Contract. • • • • • • • Bidder aeknovledges'receipt of the following addeadue (addenda): L n. 1 Dated Dated Dated SetMA be �rswafes � Bidder agrees that this bid shall be good and shall thereof.c of t ccite e a period of sixty (t) calendar drys after the openingd telegraphed. If written retiof this Proposal is nailed, . er delivered to the undersigned within sixty (60) days after the theopening unehireof, or at say time thereafter before this Proposal is withdrawn, undegad agrees to execute and deliver an Agreement in the prescribed foal, and furnish the required Perfo:nenee and Parent Bond, within tan (10) days after the Agree: m b: is presented to him for signature. . It Li asairstoed by the undersigned Bidder that the Owner reserves the right to reject any and all bids. Accompanying this Proposal at bid security is certified check bid (Strike one) lead id the Mount et-0414=Ii tiradir Sty 6/413 (� o Dollar* fetal )• beim. at less thea five per cent (f%) of the i • undersisned Bidder is the successful Bidder, but fails or refuses to execute the Contract and furnish the required bond within the prescribed ten (10) days of the 'stifieatles of award, then this bid security is to became the property of the Owner as liquidated damages for the delay and additional expense to the Owner cawed by seek failure or refusal. • (Vieaass) C 4:7`�T Cc) Game of Bidder) . By C.W.ekry.\2-oweA<L� (Address (Print Name and Title) SEAL (If bidder is A Corporation) Rt '1 e 1 3710 SOTES: Sita is ask. bo not detach. Office Address o Bidder) Itaas must be bid upon as specified • is the Gait Price Schedule. 1 1 • • • • • • • , WATSON ADDITION AREA WATERLINE REPLACEMENT ADDENDUM NO. 1 JOCELYN LANE WATERLINE 4 Add the following Unit Price Schedule to the original U.P.S. in the contract documents. tttEk QUANTITY DESCRIPTION 2. 3. 100% Clear/Clean k/w 713Linear Feet, 6" PVC, C-900 S200,PSI waterline • 3U Linear Feet Bore and sch. 40 steel encasement 1 6" x 8" box 5. 100% Creek Crossing with concrete excasement 6. 100% Connect to existing fire- hydr. (will require dis- connect from existing 4") 100% Clean & test waterline 10U% Final clean-np and surface restoration tap,. 6" valve & valve • U Cubic yard, rock excavation TOTAL UNIT PRICE $ 100% AMOUNT $ 3oo.nn Is,00 $ 8,55Ls.co too •oo $ 1 BbQ, OO %SD,op�_ $ 100% 100% $ 500, GO . $i lobo .0c., $mop, Ott 100% $ ZOO. 00 CiO, Oo $ - C,frjal.Q04). DC) - Add Above Amount To Original Unit Price Schedule • • WATERLINE REPLACEMENT FOR WATSON ADDITION AREA UNIT PRICE SCHEDULE ITEM QUANTITY ITEM DESCRIPTION 1. 3415 Liner Feet, 6" C-900 PVC Waterline (200 PSI) �-- 2. 992 Linear Feet, 2" SDR -PVC Waterline 3. 3 6"x8" Tap & 6" valve & box 80. Linear Feet Bore & 12" sch.40 Steel Encasement Pipe. 5. 4 Bach, Firehydrant Assembly complete w/6" valve 6. 25U Linear Feet, 4' sidewalk removal & replace >. 38 Each, water service disconnect/ reconnect 3. 1 Each, connect to existing 6" water @ Helen Street 9. 4 Each, 2" tap & valve & box 1U. 3U Sq.yd., street crossing & repair (SB -2 Backfill Paid seperately) Each, concrete drive remove/ replace - 12. 2 Each, asphalt drive remove/ replace 13. 225 Tons, SB -2 14. 40 Linear Feet, 12" CMP (18ga) (For Driveway Repair) 15. 0 Each,2" Blow -Off 16. 100% Clean & test waterline 17. 100% Final cleanup & surface restoration • 11. 7 TOTAL To-1-xL Acdercau.nn k1 To 4-0.1 - skethS UNIT PRICE $ Iaoo $ g , 00 $ SO, An 50 Oo $ 1300, GO $ ato . o0 $ on $ c{So, 0 0 $ 100% $ 1007, AMOUNT $ Yo,ge)o,c $ i43fQ.o $ 3,65o . c $ V,000, c $ ;Deo, of $ 31000.0� $ Loiloso<< $ 9 cot oc $ 1,oy0,oa 900 .0 $ 300, oc7 $goy OG(p, of ✓13,4c(0.co q3, ata. oc • • • • Employers Mutual Casualty Company HOME OFFICE • DES MOINES BID BOND • Bond No 5121621 (NOT VALID IF BID AMOUNT EXCEEDS $ C W C US RUCTIC14 KNOW ALL MEN BY THESE PRESENTS: That We, as Principal, and the fsMPLOYERS MUTUAL CASUALTY COMPANY, a corporation organized and existing under the laws of the State of Iowa and authorized to do business in the State of ARKANSAS as Surety, ere held and fimJy bound unto the CITY OF FAYETTEVILLE in obligee, in the sum of FIVE PERCENT OF THE ANDUNTT BID (5% GAB) DOLLARS, lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for: (enter description of proposal hen) Water Line Replaoettent for Watson Addition Area according to the terms of the proposal or bid made by the Prineil therefor, and the Principal shall duly make and enter into Icon. tract with the Obligee in accordance with the terms of such proposal or bid and award and shall give bond for the faithful perform- ance thereof, with the EMPLOYERS MUTUAL CASUALTY COMPANY as Surety or with other Surety or Sureties approved by the Obligee, or if the Principal shall, in we of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. PROVIDED HOWEVER, neither the Principal nor the Surety shall be bound hereunder unless the Obligee shall upon request, provide evidence of adequate financing to both the Principal end Surety prior to execution of the final contract. Signed, Sealed and Dared this 15th z Alla • SmithImrem,er Inc. • 2 EAST sale STREET w P 0. sox oe NORTH LITTLE ROCK, ARKANSAS 72116 Telephone: 753.9082 1-500-182-5917 day of August 18 91 C W CCNSTRUCTIC T By: (14'insfrdt. Principal EMPLOYERS MUTUAL CASUATY COMPANY -. Suiaty asisa A. Penn, • Attornay-In•Fact • ass .c , ,�, ...,•,`.31'p`rie•.arrti . 712 Des h'Inrn�, k;.. '! e3 L1 . ''r !;ORITY' (N1it\IRUUAL ATT^, '�-,.••._ ..,;t fir -.ridity rhereot Please review rarer-if:: 'r_ •r_,n• — - L.'•1L Notice: T112 0/7211" 1::" r.lcea Ir..., in t'1:' r, ..:r KNOW ALL MEN E`''1;: 142 .67270 L Employer, Muhl::, C. ...:,,^ - .... o on ^;, :..' n•' a:Win 4. Illinois Emcasce Instirrd ff C 2 E71'22:71 1/1• !1. r °. Dakota Fire In 1 i. 3. Union Mutnal ! r •^r U c d.. r' o % C11171'.11, 6. American Liberty I .urx .,,... I.+1' ffl Crmp;ny ta'e 't s ra'. - r \ 11:_. .,J (,c'I•cl,ely a - rolroanles", each Joey ..r tr,._� .. CHARLES M. ALLEN, G‘ ROBERT SMITH, SHERRI L. MOSS, MALISA Aix PERIN, :INDIVIDUALLY, NORTH LITTLE ROCK; ' ARKANSAS ' IN AN and to hind I r AMOUNT NOT EXCEEDING The au thot'ty her"t:, r_Iy.00f'Ft yC la eat,699e er. aI.. :f r. / l �l // %! i FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) h, ,,; fully alw tattle :.-rme ext€nL:astt'suth.mstrumi'ms'Were signed tri the t I -'. (I'• otic, l:iy leen:) 11 ,G' S ^_ 'ice,•! v -b - - mil expire . .April_ 1, _1993:.unless same. AUTHORITY FOR POWER OF ATTORNEY - , `r -+h.. of rih or} d . It:er<i;i. .y .:1;41a tor! ane ::elver o l :._. . contracts of macr, :. :Ptcrnt' ilr attorney authorized hr t!r, , 1 con•pa ny. t''It lal;:n101' _r ...f. ten upon a ce'tifind Copy o1 any pc•• , : 'h ::: ;hCG.:ph manually affixed. LJmpanb hrr rir. 3r, d^:1 .ci -'A1. .I: '- . Nether !Int; t.,,•..t,.-.. Cter.imp. up.n the r.mu�,• IN WITNESS WurPrrF ' Seals . p' vver t` •''Mir^ha' ,v''hit '.11e -,r Cresents to he 6th r' Pebr r;:. - "CHI * = t I }" ' .rYLE:t • Form • August 91 CE for ea h by their r!l n 90 I: of Compante Bruen G. arR-'i.: of Comp; -r a '1 'nVte a.stro LA, On his 6th_.. day of February mea Notary -Public in and for Polk Ccunty, 'r . 1.c!fr!':. Ilh I \/+^ tL.pnr, ^.. 'r , wIio Geri;, by nie iuiy ser. 1.' - the Choir rr tri and Ass:stant Sec!, : ll a'• that the teak, affixed to til- . , [hal said i'tstrumenl was eigned +nr by authority of their respective Fingr Kelley. Phillip T. Van Ekeren, Bruce G. acknowledge the execution of sato mstr:,r• of each of The Companies. My ._;<rtission Expire Nor„Iy P. unll nC.rnh...✓ .( ..� tert,f. Ih.l, t rr 90 ,:,U:I purtua,t'heretoon Febraary. Robert Smith, Sherri L. Moss, Malisa Lb' 1990 A Perin 15th CITY OF FAYETTEVILLE, ARKANSAS IN -YEAR BUDGET ADJUSTMENT ADJUSTMENT # BUDGET YEAR 1991 DEPT•Public Works DIV :Engineering PROG:Water System Imp DATE REQUESTED vt. 8-28-91 PROJECT OR ITEM REQUESTED 1991 "Water Line Replacements as Needed" INCREASE ACCOUNT TITLE Water Line Replacements as needed ACCOUNT NUMBER 452-952-5-315.00 JUSTIFICATION OF THIS INCREASE Additional funds required to provide 1) a nominalAMOUNT construction contingency and 2) fund the replace - $25,000.00 ment of the line on Joycelyn Lane (Adendum No.1) PROJECT OR ITEM DELETED: Pump Station Improvements - $25,000 in 1991 budget JUSTIFICATION OF THIS DECREASE The Pump Station improvements were included with the Water System Improvement Contract (Contract #289, Goodwin & Goodwin) completed in August, 1991) DECREASE ACCOUNT -TITLE Pump Station Improvements ACCOUNT NUMBER 452-952-5-315.00 AMOUNT $;5,000.00 REQUESTED BY: 110,,1 BUDGET ••RDINATOR: • PAR ENT DIRECTOR: ADM N. SERVICES DIR: C YAGER: DATE BUDGET OFFICE USE ONLY DATE OF APPROVAL By Date Entered Posted qT A I Type: A B C D E Total program adjustments s to date: • CITY OF FAYETTEVILLE CHANGE ORDER - CONTRACT REVIEW FOR CITY MANAGER APPROVAL Project: Change order to our contract with C. W. Combs Construction to increase the scope of the "Waterline replacements - as needed, 1991" (contract no. 336). From: Jim Beavers - Engineering Date: 13 December 1991 Please review and return by 20 December 91 Budget Review: Budget 1141619 1 Coordinator Date Internal Review: Q 3� Putt:Manager 1 n rnal Auditor 12---(‘) -`l( Date Date Date is—u0 cu Date 1-11- tl Date Comments: Proposed change -order: Fire hydrant and connecting 6 inch (Cleveland Street) Current construction contract amount Proposed additional work Estimated contract amount line in front of Hotz Hall $99,327.00 4.340.00 $103,667.00 The Board approved contract amount, including contingency is $106,060.00 (Resolution 170-91, 17 Sept 91) Please do not hold or mail - call Jim Beavers @ 262 to hand carry 0 ✓ FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Scott Linebaugh, City Manager ����,��,// Thru: Kevin Crosson, Public Works Director Don Bunn, City Engineer— From: Jim Beavers, Project Manager Date: 13 December 1991 Re: Change order to the construction contract with C. W. Combs Construction for the 1991 Water line replacements, "as -needed" (contract 336) for a fire hydrant at Hotz Hall 1. Existing contract. The water line replacement project is a 1991 C.I.P. project funded by sales tax "pay-as-you-go", account 452-952-5-315. The existing lines have been documented as maintenance problems and have been scheduled for replacement. By Resolution no. 170-91, dated September 17, 1991, the Board approved a contract with C. W. Construction in the amount of $93,313.00 base contract plus $12,848.00 contingency, for a total approved project of $106,060.00. 2. Contract changes. a. previous changes During the course of construction, certain changes were incorporated which resulted in quantity variations and a net cost increase over the base estimated contract. The previous changes and quantity differences have increased the contract by $6,115.00. b. proposed change The Water and Fire Departments have identified the immediate need for a fire hydrant in front of Hotz Hall (Cleveland Street). Engineering recommends that the additional work, estimated to be $4,340.00, be added to the 1991 water line replacement "as needed" contract. The proposed additional work is summarized as follows: 110 • item 6 x 6 tap 6 inch line fire hydrant testing, clean-up and misc. open cut Cleveland Street and repair total • Quantity sum job 70 if sum job sum job sum job unit price $850 12 1300 • extended $850 840 1300 700 700 650 650 $4,340 The contractor's proposed unit prices have been reviewed and are considered fair and reasonable for the proposed fire hydrant and line work. Coordination with the University of Arkansas has been started and will be ongoing during the construction. 3. Construction costs/budget. Approved Funding, including contingency - $106,060.00 Original estimated unit price contract - $93,212.00 previous changes 6.115.00 Current estimated contract amount $99,327.00 Proposed fire hydrant 4,340.00 Estimated contract amount 103,667.00 4. Action required. City manager's review and approval of the proposed change -order. Encls: 1. Change order/Contract review form 2. Original change order with contractor's signature - For City Managers approval • JORGENSEN & ASSOCIATES CO\SCLTING E\GI\ITERS City of Fayetteville 113 W. Mountain Fayetteville, Ark. 72701 Att: Jim Beavers, P.E. Re : Waterline Replacements (Watson Addition Area) Fire Hydrant @ Hotz Hall Dear Jim; 12-11-91 I estimate construction cost for the above referenced project as follows: 1) Fire Hydr. @ Hotz Hall: 6 x 6 tap $ 850.00 70' 6" water @ $12.00 $ 840.00 F.H $ 1,300.00 Test, clean-up & misc. $ 700.00 Open cut Cleveland & repair $ 650.00 $ 4440.00 The quantities were taken off the plans and the unit prices were taken from the original contract. Actual total amount will be adjusted up or down depending on actual quantities installed. We estimate that it will take an extra 20 calender days to accomplish this work. This extra time should be added to the original contract time. 2863 OLD MISSOURI ROAD • FAYE TEVILLE, ARKANSAS 72703 • (501) 442-9127 • • • • This is a change order to the original contract and all conditions of the original contract remain in effect. Please proceed with obtaining approval of this change order. Thank you. Sincerely; tractor //h C9/ Date 10 pi ! pQG q t Pate 1 PREPO 'BY" JORGENSEN & A$SOCIATES cON$ULTING ' BNf INFUS FAYEtTEVILLE,, ABSANSAS WATERLINE REPLACEMENT FOR WATSON ADDITION AREA FAYETTEVILLE, ARKANSAS PREPARED BY JORGENSEN & ASSOCIATES CONSULTING ENGINEERS FAYETTEVILLE, ARKANSAS AUGUST, 1991 TABLE OF CONTENTS PROPOSAL UNIT PRICE SCHEDULE STATEMENT OF BIDDER'S QUALIFICATIONS CONTRACT PERFORMANCE -PAYMENT BOND GENERAL CONDITIONS SPECIAL CONDITIONS TECHNICAL SPECIFICATIONS SECTION 1 - CLEARING AND CLEANING RIGHT-OF-WAY 1.1 Description 1-1 1.2 Responsibility 1-1 1.3 Disposal 1-2 1.4 Measurement 1-2 1.5 Payment SECTION 2 - EXCAVATION AND BACXFILL 2.1 Description 2-1 2.2 Existing Utilities 2-1 2.3 Classifications of Excavation 2-2 2.4 Trench Excavation (Gravity Lines) 2-22-4 2.5 Trench Excavation (Water Lines) 2-6 2.6 Excavation for Manholes 2-6 2.7 Disposal of Excavated Materials 2.8 Use of Explosives 2-6 2.9 Backfilling 2-72-8 2.10 Heasuiement and Payment SECTION 3 - MANHOLES (OMITTED) 3-1 3.1 Description 3-1 3.2 Manholes on 36 -Inch and Smaller Sewers 3.3 Materials 3-1 3-21 3.4 Optional Construction 3-2 3.5 Alternative for Concrete Bases 3-2 3.6 Construction 3-2 3.7 Inverts 3-3 3.8 Measurement 3-5 3.9 Payment 1 1 1 1 1 1 1 1 1 1 1 1. 1 1 1 1 1 1 1 SECTION 4 - SANITARY SEWER PIPE (OMITTED) 4-1 4.1 Description 4-1 4.2 Materials 4-1 4.3 Handling and Laying Pipe 4.4 Cast Iron and Ductile Iron Pipe Slip -Type Joint 4-2 4.5 Cast Iron and Ductile Iron Pipe Mechanical Joint 4-2 4-2 4.6 Test of Sewer Lines 4-5 4.7 Measurement 4-5 4.8 Payment SECTION 5 - CONCRETE (AND REINFORCING STEEL OMITT 5.1 Description 5-1 5.2 Materials 5-15-1 5.3 Samples and Tests 5-2 5.4 Storage of Materials 5-2 5.5 Concrete Test Cylinders 5-3 5.6 Reinforcing Steel Bar Lists 5-3 5.7 Composition and Strength of Concrete 5-3 5.8 Use 5-4 5.9 Mixing 5-5 5.10 Preparation for Placing Concrete 5-5 5.11 Reinforcing Steel 5-5 5.12 Placing Concrete 5-6 5.13 Curing 5-6 5.14 Pipe Foundations 5-6 5.15 Measurement and Payment SECTION 6 - PIPE EMBEDMENT 6-1 6.1 Description 6-1 6.2 Materials 6-1 6.3 Excavation 6-1 6.4 Measurement 6-2 6.5 Payment SECTION 7 - WATER PIPE AND FITTINGS 7-1 7.1 Description •7-1 7.2 Materials 7-3 7.3 Trench Excavation and Backfill 7-3 7.4 Equipment 7-3 7.5 Laying Pipe a Joints 7-3 7.6 Installation of Slip-Typ 7-4 7.7 Installation of Mechanical Joints 7-4 7.8 Concrete Thrust Blocks and Collars 7-5 7.9 Connection to Existing Mains SECTION 8 - MAINTENANCE OF TRAFFIC 8.1 Description 8.2 City Ordinance and Notification 8.3 Off -Duty Police Protection 8.4 Driveways 8.5 Repetitions 8.6 Measurement and Payment SECTION 9 - RESTORATION OF SPECIAL SURFACES 9.1 Description 9.2 Temporary Repairs to Special Surfaces 9.3 Type Repair 9.4 Materials 9.5 Construction 9.6 Measurement 9.7 Payment • 3 8-1 8-1 8-1 8-1 2-1 8-2 9-1 9-1 9-1 9-1 9-2 9-2 9-2