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