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 NOT1( z: IC COSTHA( TORS N.ATEHLINF. REPLACEMENT 6-k1SuN AUU[TIOA .AREA FA]ETT.EAI[LE, ARKANSAS Sealed bids addressed to the City of Fayetteville, 113 H. Mountain Street, Fayetteville, Arkansas 72703 will be received by the City of Fayetteville purchasing department on Augus. 1991 at LL:UU_AM______• Said bids Mill be for t:Ie Installation of aproximately 3365 L.F. 6" waterline, 992 L.F. '?" waterline, SO L. 1. bore k 12" encasement, -I tlrehydrant, and miscelLuieous items as specified and detailed on the plans. Said bids will be open?d at the bi(l time stated and publicly read aloud. Bids shall be accompanied by a ca:-hi._r's or certified check in the amount of not less than A% of the total maximum bid price payable to the City of FayetteviL e, or a bid bond in the same amount '.c) guarantee that the bidder wi11 enter into a contract and execute performance .u,d payment bond within 10 days after notice of award. The successful hi cider must furnish a perrorman(:e and payment bond upon the form provided in the amount o:' 100% of the contract price. I'onstruct.lou plans spec it' icati(ins and bid document. may be purchased at tl:e office oflor�ensen & Associates (onsultin; Engiue. rs, 2863 Old Missouri Rd., Fayetttv1lie, Arkansas, phone 442-9127. Price for flans and specifications is S2u.00 per set and no refunds will be made. I IA? HELEN STR. 'JERRY AVE. I LEE STR. CHERRY LA. RY LA. WATSON ADDITION AREA WATERLINE REPLACEMENT SEQUENCE OF CONSTRUCTION SFPTFMBER f I I � I I' I it I I I.. II I 'I I, :' PROPOSAL (Bid Form) Place Date j\i uc-A-- r trdposal of a ea ration organiseda axis rpoting "'let the a+n of State of or Proposal of a partnership consisting of r , or Proposal at t C at individual doing business as i0: •City of Fayetteville ill W. Mountain Fayettevillt, Ark. 72703 S This bid results from your invitation for bids for Waterline replacement for Watson Addition Area. The undersigned Bidder, hnint visited the site of the work, having instead the Plan, Specification, and other Contract Documents including all Addenda, and being familiar with all of the conditions relating to the construc- tion of the proposed project, hereby proposes to furnish all material, supplies, equipment, and apjlianees specified for incorporation into the project and to furnish all labor, tools, equipment and incidentals to complete the work in accordance with the Plan, Specifications, and other Contract Documents at and for the loop sun and unit prices proposed in the attached Unit Price Schedule. • The undersigned Bidder agrees to begin work within tan (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). Should the work fail to be completed within the time herein stated, the ton - tractor shall pay to the Owner, 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. Pat I. bidder acknowledges receipt of the following addendum (addenda): betas I alg i bated. bated ' Theeddenigaed Bidder agrees that this bid shall be good and dint fb! be Withdrawn fora period of sixty (60) calendar daps after the opening thereof.. If written noticeof the acceptance of this Proposal is mailed, ' telegraphed, or delivered to the uedersigasd within sixty (60) days after the ptep thtereof, or at any time thereafter before this Proposal is withdrawn, Bned agrees to astute and deliver an Agreement in the prescribed ' fore, and furnish the required Perfoaasmee and Payment loud, within ten (10) days after the Agresmsdt is presented to him for signature. It is mdlerateod by the undersigned Bidder that the Owner reserves the right to reject any and all bids. Aeeolpaayin= this Proposal as bid security is certified check bid (Strike One) bold in the amount of 11 ), being St in. th.fl fin per cent %) of the 'fain i undersigned udder is the successful Bidder, but fails or refuses to execute the Contract and furnish the required bond within the prescribed ten (10) day@ of the notification of award, then this bid ''security is to become the property of the Owner as liquidated damages for the delay and additional expense to the Owlet cawed by such failure or refusal. r.l r1 1I rl rl rl (Witness) ttdrns tc ale o er ;Owtt� t ame an Title SEAL (It bidder it a corporation) i er an I *023: Sim is ink. be net detach. ei mess o Iteas mot be bid upon as specified is the Unit Price Schedule. s_i . •1 • 1 WATSON ADDITION AREA WATERLINE REPLACEMENT ADDENDUM NO. I \. 1 JOCELYN LANE WATERLINE Add the following Unit Price Schedule to the original • U.P.S. In the contract documents. itEM QUANTITY DESCRIPTION UNIT PRICE AMOUNT 1. IOU% Clear/Clean R/W $ 100% $ o , ,p_ 2, 713Linear Feet, 6" PVC, C-900 200„PSI waterline $ $ ' , 551 . O O 30 Linear Feet Bore and sch. 40 steel encasement $ tpo .Oo $ I_$CQ , OD ,_4. 1 6" x 8" tap, 6" valve & valve box $ %SD.Op__ ,.O__ ___ 5. l00% Creek Crossing kith concrete • excasement $ loot $ 5 oU , O0 • 6. 100% Connect to exiting Eire- , hydr. (will require dis- connect from existing 4") $ 100% $_lam . ____ 7� 100% Clean & test waterline $ 100%_____ $opyo2� . 9. • 100% Final clean-ip and surface restoration •$ 100% $wool op____ •' . 0 Cubic yard, bock excavation $ - $• — TOTAL Add Above Amount To Original Unit Price Schedule 1 1 ITEM QUANTITY 1. .3415 2. 992 3. 3 4. 80 5. 4 6. 25u ' 1. 38 18. .1 9. 4 lu. 30 •1' ll. 7 12. 2 13. 225 14. 40 U1 0 16. IOU% 17. lU0% 1 1. WATERLINE REPLACEMENT FOR WATSON ADDITION AREA UNIT PRICE SCHEDULE I'?EM DESCRIPTION Linear Feet, 6" C-900 PVC Waterline (200 PSI) Linear Feet, 2" SDR-PVC Waterline 6"x8" Tap & 6" valve & box Linear Feet Bore & 12" sch.40 Steel Encasement Pipe Each, Firehydrant Assembly complete w/6" valve Linear Feet, 4' sidewalk renfoval & replace Each, water service disconnect/ reconnect Each, connect to existing 6" water @ Helen Street Each, 2" tap & valve & box Sq.yd., street crossing & repair (SB-2 Backfill Paid seperately) Each, concrete drive remove/ replace Each, asphalt drive remove/ replace Tons, SB-2 Linear Feet, 12" CMP (18ga) (For Driveway Repair) Each,2" Blow -Off Clean & test waterline Final cleanup & surface restoration TOTAL tc 4a L Adcienci u,,.i k 1 - UNIT PRICE AMOUNT s la,ca $ yo,ge,o,001 $ c.00 $ �SO,nn $ 7I9.%.oa $ .x,550. OO $ $ iO0000I $ 1,3°O,OO $ 1z,0O $ h5ocp $ 900.00 $ 3100.00 $ 30,0c, $ $ $ { OO. ON $ 10, on $ S x Eso. O 0 $ LUO% $ IUO% $ Scoo, on $ )Fz5o,Oc7 $ q1 i,oa $ -0- $ 300.0.0 $ 3co, 0O I $W, OOIQ, 00 I ✓13,a0c,.r3o c3,a1a.o I I I I I I I I I I I Employers Mutual Casualty Company HOME OFFICE • 0ES MOINES BID BOND Bond (NOT VALID IF BID AMOUNT EXCEEDS $ CW KNOW ALL MEN BY THESE PRESENTS: That We, S121621 in Principal, and the tiMPLOYEAS MUTUAL CASUALTY COMPANY, a corporation organized and existing under the laws of the State of Iowa and authorized ado business in the State of ARKANSAS as Surety, are held and firmly bound unto the CITY OF FAYgrPEVILLS as obligee, in the sum of FIVE PE10ENP OF THE AMOUNT BID ------- (5% GAB) DOLLARS, lawful money of the United States of America, to the payment of which sum of money well end truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors end assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obiigee shall make any award to the Principal for: (enter description of proposal here) Water Line Replacement for Watson Addition Area according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a con- tract with the Obligee In accordance with the terms of such proposal or bid and award and shell 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 Obliges, or if the Principal shall, In case of failure so to do, pay to the Obliges 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 and Surety prior to execution of the final contract. Signed. Sealed and Dated this 15th `v day of August fg 91 Allow • Sebth hmsee, lea 2 EAST Nth STREET P. O. Sox 4009 Y_iar WORTH LITTLE ROCK, ARKANSAS 72119 C.v Tskp,onr. 753-9092 t-800.482-9917 C W CONSTRUCPION P,Intloal EMPLOYERS MUTUAL CASUALTY COMPANY i Surety e l Sa . If? Attorney-In•Fact I' t 'air ' " 142 _67270 ti. !if`C 712 Ur f cu i° cv. • CER i"!I; +CATE OF AUTHORITY 1ND'+V!L;L`AL A l TTO';.; t _ Notice: 'rho warnira rlscwhe-o in thlc Power of Attorney altltrts the validity ttlerent. Please review r KNOW ALL MEN P'( J: E5 I,.,, 1!: 1. EI11plover M rtiia: C^31I C r •Ind!ty in I;r 'J Cc-rp-' ahn❑ 4. Illinois Er Casco Iner,r P•., 2. Pnca:.,1..._I I ..,e i t .. f. i.1fl 11^ r.IC'I 5 D Aclfa n.e 1.1 r ).1 is 3. Unlnn ?rL l:Zi .;.,..,. l 1,' r!rr, s- 6. America,, 1-ih'r-y ' I �zorl t manv herel'Id 11.T (. d, 1-lrb nlr>d n vLll CHARLES M. ALLEN, . ROBERT SMITH, SHERRI L. MOSS, MALISA Ak PERIN, INDIVIDUALLY, NORTH"LITTLE, ROCK, ARKANSAS-------------------------------- i. J / Its trul. :grrl i;iAViii 'crii ..I rLwith fa ll, pr Nrr a'tt4 Ihorh rohrerldd to ClFf;L/Sol Pc)!i Pi it / IN AN AMOUNT NOT EXCEEDING FIVEHIINDRTHOUSAND D0L LARS-----($500,000.00) „;;-v s fI,IIII /r ld-to.. the f.2111e e%W'it a5 -4i sut.h-wlCti un1811tI, Wji( SIpnYA I: Cor•r' n; I, J .,I fl We 'r''' c:. -r' Ilrnn. y put I;." it to 111P llllhcrity hereby F!Ivr•n 11!c II^I<l"} 1-^IIL..II the autho 1 v rl c, .L P.n1:e April 1, 1993 Pr t1 L. .. �.I I AUTHORITY FOR POWER OF.ATTORNE:I ■ • `• II 71.T C)t 11 (I' . in r• i 'r 'Ifr�1•' ' J l0d rl C� II .11 l'• :.:f . Iri:I. I IITIII t41 1t r I _ L. -r r I r r.'Pfl'0 •IV l r.. r r 111f> contract-, r' r.. 'Irvin y H'11 v 1 rI(� a Iff.'! r t.'lilt 11 I i : ili V.. r r pale• hr !,It I I ' flit rr>1r a ...3 I:ur I'JCFrr Il"%tlr : j l,,l.ryl f ,III 11 ll,; n I IIt �rLr, Jl; , it XP(1 Ire i't'af..C -. -' -.'r,:., 1 tc''rfa 'h I ,1�r;,- 6th Febr ry 90 I. if. f Lon--p_anunnr ? SEAL 6th _ d.; of . _ _ February 90 s c •, , , �, .t nie a Notary Public in and for Polk Cc h:.. 1, ,r .I. :' .p': F.A?y1 PA '+ ln . ,inn rI rrnr n..r., n I' .,n atio heac by me duy cwon 1' the Chairman IruJ Ae;. ict rot °Pc -4 t above; Ihal the 5P. •,1 I,,:Ihtnrl ; I : r `.. .. ` . - - thM said lrstrumeld tva, ;. j!Ied :.A*' '. - by authonr qty of their rcypect ve Ito, I I -> Ke1h:/I r.'!!,(f 1 Vtlll i-'rI. is SEE'! I :: C.nl = • E acknnwledgo the ezoaiher, pt.a14i ❑r , r., . - II- 'r.L...•'. r of each of The Companies. ', 'tl\"lf< .• , ` '''r al � - My Ccnioiiss on EXpire.5q� • t i !' U. '"lurrrnr• r ^ '4hrru C11 I�h/t. „ - +c rat 7•E. L.Wrvl E. e: It IM. C!+n`ft" EXPIRES Notary Public•\.,___-;" ,, '+• _ .. CERTIFICATE �l I.,r; I ' d.111t Cnrupary. Lro I P'PtP rPrr llJ tI ,f LitC -i 'r^ I• r'. 'r hl each n1 Ile ( c I. n...., P; .1 ' '1'hlr rrr 1�-.u^d pursuant thereto cn __. _. _ FebriffaTt I , 1990 ca hr's"'rr Charles M. Allen, G. Robert Srhith, Sherri L. Moss, 'Malisa A. Perin aln puil' tot ret, 1 nl❑'.' ' u L:!e cC l Irl 1i s' ,.i ,r " .11'1^'I I iii l f 1 11:' ntlr:IP .I nil affixed thn lar_ lithe °e d of 14rrh ri-IrIn, .—. '111. 15th :II ' August 91 /iJ 1! ! 'v /1 p rr .' !1 1 1 I iiti`r 1,Ij nr .'•f A. r. l• 1 a 1 u 1 .. �_ < � 1 .r.. M1 I'�1�1r^.'4kai+T#rv�r, , s � �4 Q( Y CONTRACT THIS AGREEMENT made this LL day of /� I15,gj , by and between (Jut. C2[�1s9PJ1GY lr>N fin. t l Eeepe:Patfen- organised and existing under the Ian of the State of (a ptstnasahip consisting of (an adividual trading as terms not hereinafter called fbe "Contractor" and Cityof Fayett4ylle heia4naitar called the "Owner". WTTMESSETB: that the Contractor and the Owner for the consideration hated herein mutually agree as follow: • ARTICLE 1. Statement of Work. The Contractor shall furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, incidentals and services, including utility and transportation services and perform and complete all work required for the construction of 'Waterline . replacement fui-_Wateen Add; Area. in strict accordance with the Contract Documents, including all Addenda thereto numbered 1 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 am 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.I • ARTICLE 3. Contract Ties. The Contractor agrees to begin work vithia ten 10) calendar days after issuance by the Owner of a "Work Order" and to complete the wotk 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. A C -1 Ti • ARTICLE 4. Contract. The executed Contract Documents shall consist of the following: a. This Agreement d. General Conditions b. Addenda S. Special Conditions C. Proposal I. Technical Specifications g. Drawings This Agreement, together with other Documents enumerated in this Article 4, which said other Documents are as fully a part of the Contract as if hereto attached or herein repeated, fort the Contract between the parties hereto• In the event that any provisions in any component part of this Contract conflicts with, any provision of any other component part, the conflict shall be resolved by the Engineer whose decision shall be final. ARTICLE S. Surety. The Surety at the PerforsancePayment bond shall be a urety company of financial resources satisfactory to the Owner and authorized to do business in the State of Arkansas. IN WItnEss Vzot, the parties hereto have caused this AGREEMENT to be executed in six (6) counterparts, each of which shall be considered an original, on the day and year first above written. ATTEST: ntractor by G� Title tStrset) (Print the ants underneath all signatures.) C-2 II SPECIFICATION I DEFINITIONS GENERAL CONDITIONS IWherever used in any of the Contract Documents, the following eaninas shall be given to the terms herein defined: Iwne r part. I of h Contract executed by the 1) The testa "Contract means t e GENERAL CONDITIONS form a d the Contractor of which these an le 2) The whichtiss authorizeder" etosundertake of this Contract. 3) The term "Contractor" means the person, firm or corporation entering into the Contract with the Owner to construct and install the improvements embraced in this project. 4) The term "Engineer" means Jorgensen & Assocates, serving the Owner with engineering services, its successor, or ny other person or persons employed by said Owner to furnish engineering services in connection with the construction embraced in the Contract. (Arkansas, The term "Local Govertinent" means the town of Fayetteville within which the Project is situated. 6) following: Conditions, I The term "Contract Documents" means and shall include the Executed Agreement, Addenda (if any), Proposal, General Special Conditions, Technical Specifications, and Drawings. 7) The term "Drawings" or "Plans" means the construction drawings prepared for this project. 8) The term "Technical Specifications" means that part of the Contract documents which described, outlines and stipulated the quality of the materials to be furnished; the quality of workmanship ' tieconstuand rctionhworkntoobeiperformedng eunder thisments to met in Contract. carrying out Contract ' 1 9) The term "Addendum" means any if ication of the t ts owner to prospectivebiern dderspriorL ch theto II II II change, revision or c ar has been duly issued by the time of receiving bids. II GC -1 GC .2 SUPERINTENDENCE BY CONTRACTORS Except where the Contractor is an individual and gives his personal superintendence to the work, the Contractor shall provide a competent super- intendent, satisfactory to the Local Public Agency and the Engineer, on the work at all times during working hours with full authority.to act for him. The Contractor shall also provide an adequate staff for the proper coordination and expediting of his work. The Owner shall have the authority to require the Contractor to remove from the work any incompetent or insubordinate workman, foreman, or superintendent. During the entire period of construction, the Contractor shall have office space and telephone, on or adjacent to the site of the project as approved by the Engineer. GC.3 SUBCONTRACTS The Contractor shall not execute an agreement with any Subcontractor or permit any Subcontractor to perform any work included in this Contract until he has submitted a non -collusive affidavit from the Subcontractor in substantially the form shown below and has received written approval of such Subcontractor from the Local Public Agency. NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR STATE OF ) ss COUNTY OF ) and says that: (1) He is being first duly sworn, deposes of hereinafter referred to as the "Subcontractor"; (2) He is fully informed respecting the preparation and contents of the Subcontractor's Proposal submitted by the Subcontractor to in connection with the , the Contractor for certain work Contract pertaining to Waterline Replacement for Watsnnn Addition. (3) Such Subcontractor's Proposal is genuine and is not a collusive or sham Proposal: (4) Neither the Subcontractor nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Proposal in connection with such Contract, or to refrain from submitting GC -2 a proposal in connection with such Contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other Bidder, firm or person to fix the price or prices in said Subcaoropriesi nasaidr to fix any overhead, profit or cost element of the price Subcontractor's Proposal, or to secure through collusion, conspiracy, connivance p erson or unlawful agreement any andvantage against the Owner or any p interested in the proposed Contract; and (5) The price or prices quoted in the Subcontractor's Proposal are al are fair and proper and are not tainted by any collusion, conspiracy, or unlawful agreement on the part of the Bidder or any of its agents, represent- atives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of (Title) , 19_ My Commission expires ' The Contractor shall be as fully responsible to the na w ferersons for the acts and omissions of his Subcoasr he is sfor the acts and either directly or indirectly employed by them, omissions of persons directly employed by him. The Contractor shall cause appropriate provision to be inserted in all subcontracts relative to the work to require compliance by each Sub- contractor with the applicable provisions of the Contract for the work embraced in this project. contractual Nothing G°Sntained in ubcontractor and ntract he 0wnera11 create any relation between any GC.4 OTHER CONTRACTS The Local Public Agency may award, or may have awarded other Contracts for additional bschedulinghisownwork W°the Contractor shall with thatcooperate to befperformed ully with such other Contractors, by be directed by the Local Public Agency. The under other Contracts as may or Contractor shall not commlt act which will interfere with the other Contractor as scheduled. performance of work by any GC -3 GC -5 FITTING AND COORDINATION OF THE WORK The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all trades, Subcontractors, or materialmen engaged upon this Contract. He shall be prepared to guarantee to each of his Subcontractors the locations and measurements which they may require for the fitting of their work to all surrounding work. GC.6 MUTUAL RESPONSIBILITY OF CONTRACTORS If, through acts of neglect on the part of the Contractor, any other Contractor or any Subcontractor shall suffer loss or damage on the work, the Contractor shall settle with such other Contractor or Subcontractor by agreement or arbitration, if such other Contractor or Subcontractor will so settle. If such other Contractorshall l aim inst the account of any damage alleged to have been soasustained, Owner on will notify this Contractor, who shall defend at his the Ownery judgement or claims own expense thany suit based upon such claim, shall be allowed, the Contractor shall pay or against tthe Owner in connection satisfy such judgement or claim and pay all costs and expenses therewith. GC.7 PROGRESS SCHEDULE The Contractor shall submit a construction contract schedule of the bar graph (or other approved) type seven (7) calendar days prior to the pre - construction conferences showing the following information as a minimum: (1) Date of notice to proceed with contract work. (2) Actual date construction the date of notice to proceed. is schedule to start if different from (3) Contract completion date. (4) Beginning and completion dates for each phase of work. (5) The dates at which special detail drawings are required. (6) Respective dates for submission of shop drawings and the beginning of manufacture, the testing of, and the installation of materials, supplies, and equipment. (7) All constructural milestone dates. (8) A separate graph showing work placement in dollars versus contract time. The schedule shall incorporate contract changes as they occur. The schedule shall be maintained in an up-to-date condition and shall be available for inspection at the construction site at all times. The construction contract schedule shall be submitted in conjunction with and/or in addition to any other specification requirements concerning schedules. GC -4 C ' GC.8 PAYMENT TO CONTRACTOR GC.8.1 Specification Requiiements: All work to appear on a monthly estimate or final estimate, shall have conformed to and been in accordance with applicable tvrtiwTclL SPECIFICATIONS. GC.8.2 Partial Payments: The Engineer shall prepare (with thent. A cut off required assistance from the Contractor) the requisition for partial payment time shall be established gnear the last day f the monthappsuch the Contractor, s to allow sufficient time for the requisition to be prepared, e first day of the Contractor mod submitted by the Engineer tothe due toer they Contractor shall be determined by month. The amount of the payment to date, the value of submitted adding to the total value of work completed stored on the site and paid invoices covering construction materials, properly deducting (1) ten percent (10%) for retai ag d(50) tcomplete, onoall additional payments. After the project is fifty percent (50%) of the retainage beyond ten percent (10%) of the first fifty percent project cos will ande therehiswitheldnorovidedichat the cause for ontractor is making satis- factory withholdinguntil factory progress ll completion of project total value of workcompleted todate which etainage leshallbreleased based with the final payment. on the estimated quantities of work completed and on the unit and lump sum prices contained in the Agreement. The value of materials properly stored on and the site shall be based upon theestimated queo ering onstruc nntities of such erials materials the invoice prices. Copies of paidcesshall be furnished to the Engineer for which material payments are made, before such material payments are made. Monthly or partial payments made by the Owner to the Contractor are moneys advanced for the purpose of assisting the Contractor to expedite the work of construction. All material and rcomplete efwork rk cocovered red by such monthly or partial payments shall remain the property or r he shall be apayments havebe terials en een made. Such payments a nshallall notaconstituteand work a upon which to require the fulfillment of waiver of the right of the Owner of all improvements embraced in all terms of the Contract and the delivery the Owner in all this Contract complete and satisfactory details. GC.8.3 Final Payment: After final inspection andaccetance by uisition for finalepaymcal ent Public Agency of all work under the Contract, the requisition easured or computed shall be prepared which shall be based upo the fuly u�m lump sum prices quantity of each item of work at the applicable unit payment due the stipulated in the Agreement. The total number of the final ed as dcribed above Contractor under this Contract shall be the amount the Contractor shall be made less all previous payments. Final payment in satis- subject to his furnishing the Owner with a release c arising under and factory form of all claims against the Local Public Agency f any, as may be by virtue of his Contract, other than such claims, specifically excepted by the Contractor from the operation and the release as provided under the section entitled DISPUTES under GENERAL CONDITIONS. The owner before paying the final estimate, may materials, equipment require zf rrfurnish releases cs from all Subeontrae o rs having performed any work andall personshavingsupplied GC -5 I (installed on the Project) and services to the Contractor, if the Owner ' deems the same necessary in order to protect its interest. The Owner - however, may if it deems such action advisable, make payment in part or in full to the Contractor without requiring the furnishing of such releases or receipts and any payments so made shall in nowise impair the • obligations of any Surety or Sureties furnished under this Contract. Withholding of any amount due the Owner under the section entitled LIQUIDATED DAMAGES under SPECIAL CONDITIONS, shall be deducted from the payments due the Contractor. GC.8.4 Withholding Payments: The Owner may withhold from any payment otherwise due the Contractor so much as may be necessary to protect the Owner and if it so elects may also withhold any amounts due from the Contractor to any Subcontractors or material dealers, for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his Subcontractors or material dealers, or to withhold any moneys for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any moneys from the Contractor shall in nowise impair the obligations of any Surety or Sureties under any bond or bonds furnished under this Contract. GC.8.5 Payments Subject to Submission of Certificates: Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him. GC.9 CHANGES IN THE WORK The Owner may make changes in the scope of the work required to be performed by the Contractor under the Contract or make additions thereto, or omit work therefrom without invalidating the Contract, and without relieving or releasing the Contractor from any of his obligations under the Contract or any guarantee given by him pursuant to the Contract provisions, and without affecting the validity of the Guaranty Bonds, and without relieving or releasing the Surety or Sureties of said bonds. All such work shall be executed under the terms of the original Contract unless it is expressly provided otherwise. Except for the purpose of affording protection against any emergency endangering life or property, the Contractor shall make no change in the materials used or in the specified manner of constructing and/or installing the Improvements, or supply additional labor, services or materials beyond that actually required for the execution of the Contract, uthe Contracin tor ce of a written order from the Owner authorizing proceed with the change. No claim for an adjustment of the Contract price will be valid unless so ordered. After the work is complete, a final change order will be prepared to be accepted by the Owner and Contractor to adjust final payment as required to cover the actual units of work acceptably completed. GC -6 I ' If the applicable unit prices are _ contained in the Agreement '(established as a result of either a unit price bid or a Supplemental Schedule of Unit Prices) the Owner may order the Contractor to proceed with desired changes in the work, the value of suchlichanges es o be andlumermined psum by the measured quantities involved and the app prices specified in the Contract; provided that in case of a unit price Contract the net value of all changes does not , increase or decrease the twenty-five (25) th ' original total amount shown in the Agreement by mBID. VARIATION fiv5) percent in accordance withe section entitled BALANCED IN QUANTITIES, If applicable unit prices are not contained in the Agreement as described above or if the total net change increases the 1 r decreases the total Contract price more than twenty-five (25) percent, c r shall, before ordering the Contractor to proceed with a desired change, request 'an itemized Proposal from him covering the work involved in the change after which the procedure shall be as follows: ' (1) If the Proposal is acceptable the Owner will prepare the Change Order in accordance therewith for acceptance by the Contractor and ' (2) If the Proposal is not acceptable and prompt agreement between the two (2) parties cannot be reached, the Owner may order the Contractor to proceed with the work on a Force Account basis, under which the net cost shall be the sum of the actual costs that follow: ' (A) Labor, including foremen; (B) Materials entering permanently into the work; ' (C) The ownership or rental cost of construction plant and equipment during the time of use on the extra work; ' (D) Power and consumable supplies for the operation of power equipment; (E) Insurance; (F) Social Security and old age and unemployment contributions. To the net cost shall be added a fixed fee agreed upon, but not to exceed fifteen (15) percent of the net cost, to cover supervision, overhead, bond, and any other general expense, and profit. ' Each Change Order shall include in its final form: (1) A detailed description of the change in the work. (2) The Contractors's Proposal (if any) or a conformed copy thereof. ' (3) A definite statement as to the resulting change in the Contract price and/or time. I. GC-7 II I I (4) The statement that all work involved in the change shall be performed in accordance with Contract requirements except as modified by the Change Order. I GC.10 CLAIMS FOR EXTRA COST C t for claims that any instructions by :rawings or I I F I If the on rac otherwise involve extra cost or extension of time, he shall, within ten (10 days after the receipt of such instructions, and in any event before proceeding to execute the work, submit his protest thereto in writing to the Owner , stating clearly and in detail the basis of his objections. No such claim will be considered unless so made. Claims for additional compensation for extra work, due notto alleged rec og- nized wileerrors in ground elevations, contour lines, or bench marks, nized unless accompanied by certified survey data, made prior to the time the original ground was disturbed, clearly showing that errors exist which would resulted lted or would result, in handling material, or performing more work, reasonably estimated from the Drawings and maps issued. Any discrepancies which may be discovered between actual conditions 'and those represented by the Drawings and maps shall at once be reported to the owner and work shall not proceed except at the Contractor's risk, until written instructions have been received by him from the Owner. If, on the basis of the available evidence, the . Owner determines that an adjustment of the Contract Price and/or Time is justifiable, the procedure shall then be as provided in Section - CHANGES IN THE WORK under GENERAL CONDITIONS. GC.11 TERMINATION: DELAYS: AND LIQUIDATED DAMAGES GC.11.1 Termination of Contract: If the Contractor refuses or fails to prosecute the work with such diligence as will insure its completion within the time specified in these Contract Documents, or as modified tten Qotis rovided the in these Contract Documents, th Owner with Contractor, may terminate the Contractor's right to - maytake proceed ovthe work and e work. Upon such termination, the Owner prosecute the same to completion, by Contract or otherwise, and the Contractor for -any additional and his Sureties shall be liable to the in ° its completion for the work and cost hincurred lthe Owner lefor liquidated damages they shall also be liable to the Owner for any delay in the completion of the work as provided below. If they Contractor's right to proceed is so terminated, the Owner take possession of and utilize in completing the work such materials, tools, equipment, and plant as may be on the site of the work and necessary therefor. GC.11.2 Liquidated Damages for Delays: If the work is not completed within the time stipulated in Section - TIME FOR COMPLETION under SPECIAL CONDITIONS, including any extensions of time for excusable delays as herein agreed, prz ededandhe to the Owner as fixed, g Contractor damages aal pay impossible to determine the actual damages liquidated being occasioned by the delay) for each calendar day of delay, until the work is GC -8 completed, the amount as set forth in Section - LIQUIDATED DAMAGES under SPECIAL CONDITIONS and the Contractor and his Sureties shall be liable to the Owner , for the amount thereof. GC.11.3 Excusable Delays: The right of the Contractor to proceed shall not be terminated nor shall the Contractor be charged with liquidated damages for any delays in the completion of the work due: (1) To any acts of the Government, including controls or restric- tions upon or requisitioning of materials, equipment, tools, or labor by reason of war, National Defense, or any other national emergency; (2) To any acts of the Local Public Agency; (3) To causes not reasonably foreseeable by the parties of this Contract which are beyond the control and without the fault or negligence of the the acts oftanotherstricted Contractorto, acts of God or of the p in the performance of some other Contract ith t restrictions, fires, floods, epidemics, quarantine strikes, freight embargoes, and weather of unusual severity such as hurricanes, tornadoes, cyclones and other extreme weather conditions; and; (4) To any delay of any subcontractor occasioned by any of the causes specified in subparagraphs (1), (2), and (3) of this paragraph GC.11.3. Provided, however, that the Contractor promptly notifies the Ow. Upon ner t of shall ascertain in writing within ten (10) days of the cause ayePthe facts and the the notification the Owner cause and extent of delay. If, upon basis of the facts and terms of the Contract, the delay is properly excusable, the Owner shall extend the time for completing the work for a period of time commensurate with the period of excusable delay. GC.12 ASSIGNMENT OR NOVATION The Contractor shall not assign or transfer, whether by an assign- ment or novation, any of its rights, duties, benefits, obligations, liabilities, f the or responsibilities under this Contractwithout assignments en to eonsent banks, otrust Owner provided, however, companies, or other financial institor novationmade of thiswithout Contract shall be the owner No assignment rovides that the assignment valid unless the assignment or novation expressly p erformetsd services rendered, and materials, tools, and of any of the Contractor's rights or benefits under the Contract is subject to a prior lien for labor o P performance of the work under this Contract in equipment supplied for the mr corporations rendering such labor or services favor of all persons, firms, ment. or supplying such materials, tools or equip GC -9 GC.13 DISPUTES 'All disputes arising under this Contract or its interpretation, whether involving law or fact or both, or extra work, and all claims for alleged breach of Contract shall within ten (10) days of commencement tcifithe 'dispute be presented by the Contractor to the Ownerfor uplicate• Such notice All papers pertaining to claims ;hall be filbuted in shallgstate the facts surrounding ' need not detail the amount of the claim,char the claim in sufficient detail to identify Contractor e shaclaim, ewi thewith ses kaaser and scope. In the meantime, directed. Any claim not presented within the time limit specified within this ' paragraph shall be deemed to have been waived, except that if the claim is of the claim will be considered only for a period a continuing character and notice of the claim is not given within ten (10) days of its commencement. of commencing ten (10) days prior to the receipt by the Owner ' notice thereof. The Contractor shall submit in detail his claim and his proof will be thereof. Each decision by the governing body of the Owner writing and will be mailed to the Contractor by registered mail, return receipt requested. ' If the Contractor does not agree with any decision of the Owner , he shall in no case allow the dispute to delaying seedwith the the work, but shall notify the Local Public Agency promptly that he is proceed from the work under protest and he may then except the matter in question final release. GC.14 TECHNICAL SPECIFICATIONS AND DRAWINGS Anything mentioned in the Technical Specifications and not shown on the Drawings, or shown on the Drawings and not mentioned in the Technical SpcifiCtie effect as shown on or mentioned in Inc case aofo difference bbetween kDrawings and Technical both. Technical Specificatioas,the Technical Specifications shall govern. In case of any discrepancy in Drawings, or Technical Specifications, the matter shall be immediately submittedto be Owner without whose decision, said discrepancy adjusted by the Contractor, save only at his own risk an expen GC.15 SHOP DRAWINGS All required Shop Drawings, Machinery Details, Layout Drawings, etc., shall be submitted to the Engineer in three (3) copies for review (unless otherwise specified) sufficiently in advance of requireients gubinttingtoandafford rechecking mple time for checking, including time for correcting, if necessary. The Contractor may proceed, only at his own risk, with Drawingsl,f et ure or installation of any equipment or work the Contractor, for extension of the until they are reviewed and no claim, by Contract time will be granted by reason of his failure in this respect. Any Drawings submitted without the Contractor's stapof approval re admission. will not be considered and will be returned to him for proper If any Drawings show variations from the requirements of the Contract because GC -10 of standard shop practice or other reason, the Contractor shall make specific mention of such variation in his letter of transmittal iororder that, if Contract acceptable, suitable action may be taken for proper adjustment price and/or time, otherwise the Contractor will not be relieved of the responsibility for executing the work in accordance with the Contract even though the Drawings have been reviewed. The review of Shop Drawings by the Engineer shall be considered an accommodation to the Contractor to assist him in the execution of the Contract. The Engineer's to review cttherwoksinhstrictll not accord with Contractor the Plans and responsibility to p Specifications, and approved changes. If the Shop Drawing is in accord with the Contract or rnvoves only ving a - inothe a minor adjustment in the interestof the eowsernot so stamp the inlolvg and change in Contract price or time, Engineer shall contain in substance the following: "The modification shown on the attached Drawings isre iedfin the interest the owner to effect an improvement r he Project and is ordered with the understanding that it does not involve any change in Contract price or time; that it anistsubject is generally to all Contract stipulations and covenants; without prejudice to any and all rights of the Owner under the Contract and surety bond or bonds." The Contractor shall furnish to the Engineer three (3) copies of each Drawing as reviewed and marked. GC. 16 REQUESTS FOR SUPPLEMENTARY INFORMATION make imely It shall be the respoasifori any addf itional informate Contractor oion nottalready requests of the Owner under in his possession which should be furnished by the Owner planning and the terms of this Contract, and which he b lrequire in the submitted from time to time as execution of the work. Such requests may permit the need is approschedI but each shall be filed in ample time to p appropriate action to be taken by all parties involved so as to avoid delay. Each request shall be in writing, and list the various items and the latest date by which each will be required by the Contractor. The first list shall be submitted within two(2) (hateeks time. Trhethe ontractor shall, if requested as complete as possible require in furnish promptly any assistance and information the Engineer may q responding to these requests of the Contractor. The Contractor shall be fully responsible for any delay in of his work or Se ction. ers arising from his failure to thscomply fully with the provisions GC.17 MATERIALS AND WORKMANSHIP Unless otherwise specifically provided for in the Technical Spec- ifications, all workmanship, equipment, materials and articles incorporated in the work shall be new and the best grade of the respective kinds for the ee purpose. Where equipment, materials, articles or nic ear standard anship are referred to in the Technical Specifications as "equal any pa Engineer shall decide the question of equality. I GC -11 II IOwner for approval, The Contractor shall furnish to the tmechanical and he manufacturer's detailed specifications ry for all machiae,mech with full ther special equipment, which he contemplates installing together e erformance characteristics, and all other pertinent toand shall likewise submit for approval as required information as re tip P zo oats information as required, (See Section - SAMPLES, CERTIFICATES AND TESTS ' full information concerning all other materials or articles which he proposes to incorporate in the work. ' next below.) Machinery, mechanical and other equipment, materials or articles installed or used without such prior approval shall be at the risk of sub- , Sequent rejection. Materials specifed by reference to the number or symbol of a specific standard, such as an ASTM Standard, a Federal Specification, or some ' similar standard, shall comply with requirements in the latest reviof the sion or supplement thereto in effect on the date r modified thereof and any amendment ce t limited as to type, class, or grade, o Advertisement for Bids, P except as modified in the in such reference. The standards referred to, Technical Specifications shall have full force and effect as though printed herein. owner may require the Contractor to dismiss from The Owner or the Eng the work such employee or employees as the may deem incompetents or careless, or insubordinate. ' GC.18 SAMPLES, CERTIFICATES AND TESTS roduct, or equipment The Contractor shall submit all material, product. for in the samples, descriptions, certificates, affidavits, etc., as after award of the required by the Engineer, p omP Contract Documents no ' except at the Contractor's own No such material or equipment Contract and acceptance of the Contractor's bond.writing shall be anufacturedor red samplesed ortocertificates have been approvedin iriting risk, until the required delay in the work caused by late or improper st cause for ' by the Engineer. approval shall not be considered just lacer's of samples or certificates for time. Submit S copies of data for Eng' an extension of the Contract time. ' review. Each sample submitted by the Contractor shall carry a label giving and the name the name of the Contractor, the project for which it is intended, producer. The accompanying certificate or letter from the Contractor ' of the complies with Contract requirements, roduct, its place of origin, the name and address shall state that the sample the name and brand of the product. lability of the sample of the producer and all specifications or other detailed information which 'Engineer in passing upon the accep will assist the lea certified promptly. It shall also include the statement omplyit ° the samples trials oand/or equipment furnished for use in the project will comply ' statements. and shall not Approval of any materials shall be general only Owner's s right to demand full ' waiver of the the Engineer constitute a requirements. After actual deliveries, in each instance and may will compliance with Contract reqarY even though such reject jhave such check and tests ent and accessories efor scause, materials and equipment GC -12 GI ' materials and articles have been given general approval. If materials, equipment or accessories which fail to meet check tests have been incorporated in the work, the oval and ro ergineer will materials orave the right to cause eir a to demand and securesuchrepar preparation by the replacement by p p ' Contractor as is equitable. Except as otherwise specifically stated in the Contract, the costs of sampling and testing will be divided as follows: ' (1) The Contractor shall furnish without extra cost, including packing and delivery charges, all on the project by the samples required for testing ' purposes, except those samples Engineer; (2) The Contractor shall assume all costs of re -testing materials which fail to meet Contract requirements; of g (3) offered tractor sall assume all in substitution for those found sdef cient;nand�terials (4) The Owner will pay all other expenses. GC.19 PERMITS AND CODES The Contractor shall give all notices required by and comply with all applicable laws, ordinances, and codes of the Local Government.alt applicable All con- struction work and/or utility installations shall comply ordinances, and codes including all written waivers. 'Should the Contractor fail to observe the foregoing provisions and proceed with the construction and/or install any utility at variancethe eowith aor ny 'applicable ordinance or code, including any written waivers, shall remove such work without cost to the Owner. The Contractor shall at his own expense, secure and pay to the appropriate department of the Local Government the fees or charges for all permits for street pavements, sidewalks, sheds, removal of abandoned water taps, sealing of house connection drains, pavement cuts, localbuilding, reg latoryelectrical, ' plumbing, water, gas and sewer permits required by or any of its agencies. The Contractor shall comply with applicable local laws and ordinances governing the disposal of surplus excavation, materials, debris and rubbish on or off the site of the work, and commit no trespass on any public embraced property in any operation due to or connected with the Improvements in this Contract. GC.20 CARE OF WORK ' The Contractor alone shall be responsible for the safety, efficiency, f i ency, and adequacy of his plant, appliances, and methods, and for any injury, resit including g death, to any person, and for any damage to property which may their failure, or from their improper construction, maintenancee, d ore Engineer e He shall indemnify and save harmless the Owner GC -13 and their employees and agents, against any judgement with costs, which may be obtained as a result of such injury or property damage, because of the alleged liability of the Owner or of the Engineer. The Contractor shall be responsible for the proper care and protect- ion of all materials delivered and work performed until completion and final acceptance, whether or not the same has been covered in whble or in part by payments made by the owner. The Contractor shall provide sufficient competent watchmen, as g areqired to nduholidays,r from the time the work isdcommencednuntil nfinal urdays, Sundays, the work both day completion acceptance. In an emergency affecting the safety of life or property, including adjoining property, the Contractor, without special intructions or author- ization from the Owner , is authorized to act at his discretion to prevent such threatened loss or injury, and he shall so act. He Anyc- likewise act if instructed to do so by the Owner ensation claimed by the Contractor on account of such emergency work will be determined by the Owner as provided in the Section - CHANGES IN THE WORK under GENERAL CONDITIONS. The Contractor shall avoid damage as a result of his operatiOnS to tresults (except those which existing sidewalks, streets, curbs, pavements, are to be replaced or removed), adjoining property, etc., and he shall at his own expense completely repair any damage thereto caused by his operations. The Contractor shall shore up, brace, underpin, secure, and protect as may be necessary, all foundations and other parts of existing structures adjacent to, adjoining, and in the vicinity of the site, which may be in any way affected by the excavations or other operations connected with the construction of the Improvements embracedany this a 1 required noticesttocany adjoining or tor shall be responsible for the giving of and before the commencement of any work. k. adjacent property owner or other party The Contractor shall indemnify and save harmlessthe Owner the Engineer, from. any damages on account of settlements and all damages for or the loss of lateral support of adjoining property and from all loss or expense which it may be claimed that the Owner damage to adjoining and adjacent liable in consequence of such injury or structures and their premises. GC.21 ACCIDENT PREVENTION The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a li ble laws result of his prosecution of the work. The safety provisions of app and construction codes, including applicable parts of Safety Code No. 9, Arkansas Department of Labor, shall be observed. The Contractor shall take or cause to be taken such safety and health measures, additional to those herein required, as he may deem necessary or desirable. Machinery, equipment and all hazards shall be guarded in accordance with the safety provisions of the "Manual of Accident Prevention in Construction" published by the Associated GC -14 II General Contractors of America, Inc., to the extent of in conflict with applicable local laws. that such provisions are ' n Th Contractor shall maintain an accurate recirdttention ors causing I e re uurines of g medics a death, occupational disease, and injury 4 of employment on loss of time from work, arising out of and in thelcouurnidh the owner work under the Contract. The Contractor formatshall promptly with reports concerning The Contractor shall indemnify and save harmless the Owner and the Engineer, from any claims for damages resulting from personal injury and/or death suffered or alleged to have been suffered by any person as a result of any work conducted under this Contract. GC,22 SANITARY FACILITIES The Contractor shall furnish, install, and maintain ample sanitary facilities for the workmen. As the needs arise, a lacedfascient requiredber the of enclosed temporary toilets shall be conveniently placed water shall be sanitary codes of the State and Local d rnrm transported ) as to keep it safe provided from an approved source, so piped types of and freshdand served from rinkin stands orsingle fountaservice ins. Allosuchnfacilitiesrs or landcservices shall sanitary drinking health regulations. be furnished in strict accordance with existing and governing GC.23 USE OF PREMISES The Contractor shall confine his equipment, storage of materials, and construction operations to the Rights -of -Way to accommodate the permanent the Local Public Agency, or as may be directed construction furnished by and shall not unreasonably encumber the otherwise by the Local Public Agency, site of other public Rights -of -Way with his materials and construction equipment. In case such Rights -of -Way furnished by the Local Public Agency are not sufficient to accommodate =he with ° the owner orownersof private e he shall s os� arrange with the Local Government, the Local Public property for additional area or areas, and without involving Agency in any manner whatsoever. The Contractor shall comply with all reasonable instructions of the Local Public Agency and the ordinances and codes of the d Local Government, over nand regarding signs, advertising, traffic, fires, explosives, 8 barricades. GC.24 REHOVAL OF DEBRIS, CLEANING, ETC. The Contractor shall periodically or as directed during the progress of the work, remove and legally dispose of all surplus excavated material and debris, and keep the project site and public Rights -of -Way reasonably clear. Upon completion of the work, he shall remove all temporary construction facilities, debris and unused materials provided for the work, and put the whole site of the work and public Rights -of -Way in a neat aprd ior approval condition. the Local rh burning c on the site of the work will be subject to Agency and existing State and local regulations. GC -15 GC.25 INSPECTION All materials and workmanship shall be subject to inspection, examination, or test by the Owner and the Engineer at any and all times during manufacture or construction and at any and all places where such manufacture or construction is carried on. The Owner shall have the right to reject defective material and workmanship or require its correction. Unacceptable workmanship shall be satisfactorily corrected. Rejected material shall be promptly segregated and removed from the site, and replaced with material of specified quality without charge therefor. If the Contractor fails to proceed at once with the correction of rejected workmanship or defective material, the Owner may by Contract or otherwise have the defects remedied or rejected materials removed from the site and charge the cost of the same against any moneys which may be due the Contractor, without prejudice to any other rights or remedies of the Local Public Agency. The Contractor shall furnish promptly all materials reasonably necessary for any tests which may be required. (See Section - SAMPLES, CERTIFICATES AND TEST, under the GENERAL CONDITIONS.) All tests by the Local Public Agency will be performed in such manner as not to delay the work unnecessarily and shall be made as described in the Technical Specifications. The Contractor shall notify the Local Public Agency sufficiently in advance of backfilling or concealing any facilities to permit proper inspection. If any facilities are concealed without approval or consent of the Local Public Agency, the Contractor shall uncover for inspection and recover such facilities all at his own expense, when so requested by the Local Public Agency. Should it be considered necessary or advisable by the Local Public Agency at any time before final acceptance of the entire work to make an examination of work already completed, by uncovering the same, the Contractor shall on request promptly furnish all necessary facilities, labor, and material. If such work is found to be defective in any important or essential respect, due to fault of the Contractor or his Subcontractors, he shall defray all the expenses of such examination and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the Contract, the actual cost of labor and material necessarily involved in the examination and replacement, plus fifteen (15) percent of such costs to cover superintendence, general expenses and profit, shall be allowed the Contractor and he shall, in addition, if completion of the work of the entire Contract has been delayed thereby, be granted a suitable extension of time on account of the additional work involved. Inspection of materials and appurtenances to be incorporated in the Improvements embraced in this Contract may be made at the place of production, manufacture or shipment, whenever the quantity justifies it, and such inspection and acceptance, unless otherwise stated in the Technical Specifications, shall be final, except as regards (1) latent defects, (2) departures from specific requirements of the Contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as amount to fraud. Subject to the requirements contained in the preceding sentence, the inspection of materials as a whole or in part will be made at the project site. GC -16 I I I Neither inspection, testing, approval nor acceptance of the work in whole or in part, by the Local Public Agency or its agents shall relieve the Contractor or his Sureties of full ponsibility for work performed not in s strict accordance with the Contract.aterials furnished or ' GC -26 REVIEW BY LOCAL PUBLIC AGENCY OR OWNER The Local Public Agency, its authorized representatives to agents, shall at all times during work hours have accesspayrolls,odbe permitted personnel records observe rand review all work, materials, ehowever,, that all instructions and pprovinw to this the provided, to the Contractor only by the approval with respect to the work will be given Local Public Agency through its authorized representatives or agents. Representatives of the Arkansas State Board of Health also shall have the right of physical inspection of the work during work hours. I I I I I. I I I I I I [J I GC,27 FINAL INSPECTON When the Improvements embraced in this Contract are substantially the e Contractor shall notify the Local Public Agency that the work will be ready for final inspection on a definite date which shallb e stated in the notice. The notice will be given at least ten (10) days prior to the date stated for final inspection, and bear the signed concurrence of the representative of the Local Public Agency having charge of inspection. rovements is f as Local Public Agency determines that the status of toehavep final inspection represented, it will make the arrangements necessary commenced on the date stated in the notice, or as soon thereafter as practicable. The inspection party will also include the iepentativesof lofeeach ch Depa�hnt ent of the Local Government having in charge improvements mp res such improvements are later to be accepted by the Local Government. GC.28 INSURANCE The Contractor shall have insurance coverage of the natures and limits that follow: (1) Workmen's Compensation Statutory Limit (2) Employer's Liability for Hazardous Work - If Needed $300,000/occurrence (3) Public Liability (Bodily Injury) $100,000/3,000,000 (4) Property Damage Insurable Portion (5) Builder's Risk Subject to the modification sbe carried insurance linext below, sted Contractor shall carry or require that there in (1) through (4) above for the protection of all his employees and those of his Subcontractors engaged in work under this Contract, and for the protection of the public. Section GC.20, CARE OF THE WORK, requires the Contractor to and the Engineer, because ofy and save harmless the Owner or the Engineer. Section of alleged liability of the Owner GC -17 I GC.21, ACCIDENT PREVENTION, requires the Contractor to exercise the proper 'precaution for the protection of persons and property. The Contractor shall obtain insurance, running for the construction period of the project, naming as the insured therein, - - and Jorgensen& Associates, Eng. Fayetteviile, Arkansas. . Such 'insurance shall be in form and substance similar to Railroad Protective Liability Policy as approved by Federal, State, and Railroad agencies. Limits of liability shall be the following: Bodily Injury Liability (Including Death) $500,000 each occurrence Physical Damage Liability (Damage to or Destruction of Property) $250,000 each occurrence $500,000 each aggregate ' GC.29 PATENTS ' The Contractor shall hold and save harmless the Owner its officers, and employees, from liability of any nature or kind, including costs and expenses, for, or on account of, any patented or unpatented invention, process, article, or appliance manufactured or used in the performance of the Contract, including its use by the Owner , unless otherwise specifically stipulated in the Technical Specifications. GC.30 WARRANTY OF TITLE No material, supplies, or equipment for the work shall be purchased subject to any chattel mortgage or under a conditional sale or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. The Contractor shall warrant good title to all materials, supplies, ' and equipment installed or incorporated in the work and upon completion of all work, shall deliver the same together with all improvements and appurtenances free from an constructed or placed thereon by him to the Owner y claims, liens, or charges. Neither the Contractor nor any person, firm or ' corporation furnishing any material or labor for any work covered by this Contract shall have any right to a lien upon any improvement or appurtenance thereon. Nothing contained in this paragraph, however, shall defeat or impair ' the right of persons furnishing materials or labor to recover under any bond given by the Contractor for their protection or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Owner . The provisions of this paragraph shall be inserted ' in all subcontracts and material Contracts and notice of its provisions shall be given to all persons furnishing materials for the work when no formal Contract is entered into for such materials. GC.31 GENERAL GUARANTY Neither the final certificate of payment nor any provision in the ' Contract nor partial or entire use of the Improvements embraced in this Contract by the Owner or the public shall constitute an acceptance of work not done in accordance with the Contract or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in ' GC -18 the work and pay for any damage to other work resulting therefrom which shall appear within a period of twelve (12) monthsl frove motieee day ay of find acceptance als of the work. The and work with reasonable promptness. GC.32 MINIMUM WAGE BATES Act 74, of the Acts of the Arkansas General Assembly for the year 1969, at times referred to as "Arkansas State Davis -Bacon Law", is entitled "An Act to Provide for Paymentof Prevailing Wages on Certain etlt , County, cting Municipal o Other Agency oses". ItConstruction determinedWorks; that the provisions of Laws; and for Other Purposes". this act apply to construction under this Contract. It shall be the responsibility of each Bidder to determine the consequences of the applicable provisions of Act 74, and include in hihiss bid id, any costs made necessary because of them. No additional payment and no extension of Contract time will be allowed because of the provisions of Act 74. The Contractor shall comply with all applicable provisions of Act 74 incuding the following: (1)' pay wage rates not less than the prevailing hourly wage for each craft or type of workman needed to execute the Contract, as determined by the Arkansas Department of Labor, determination covering rates for regular hours, and rates for holidays and overtime work. (2) Post ,a the site tof he revahe iling wage rates sconspicuous determined accessible place, a copy P (3) Keep an accurate record of workmen employed by him, and by each subcontractor, if any, including the wage payments made. Such record, or records, shall be available for inspection by the Arkansas Department of Labor, and the Owner, during reasonable hours. (4) The Contractor's bond shall guarantee the payment of wages as herein specified. Wage rates as established by the United States Secretary of Labor, and prevailing rates as determined by the Arkansas Department of Labor are each minima for wage payments under this Contract. In case of variance c tween rates as herein bound,* the higher rate necessarily must be paid. Heavy onstruc- tion wage rates shall apply to all the construction involved in this project. There is no assurance on the part of the Owner that mechanics and laborers can be obtained for the rates herein bound.* Each hnBidddd erthaels hetmer determine for himself the aility Suchfrateslaborers payand may bemechanics, greater than, but cannot be pay to obtain employees. less than, the wage rates bound herein. GC -19 SPECIAL CONDITIONS SC.1 GENERAL The provisions of this section of the Specifications shall govern in the event of any conflict between them and the "General Conditions of Agreement." SC.2 ENGINEER The word "ENGINEER" in these Specifications shall be understood as referring to Jorgensen & Associates, Consulting Eng., Fay. Arkansas, ENGINEER of the OWNER, or such other representative as may be authorized by said OWNER to act in any particular position. SC.3 LOCATION OF PROJECT This project is located within the City of Fayetteville, Arkansas. A map showing the general location is included in the Plans. SC.4 SCOPE OF WORK The work to be performed under this Contract consists of furnishing all materials, labor, supervision, tools and equipment necessary to construct the waterline repiacernent for Watson Addition Area. SC.S TIME ALLOTTED FOR COMPLETION The time allotted for commencing work shall be within ten (10) days of the work order or notice to proceed, or upon the date the Contractor moves on the site to begin the work, whichever is the earliest date, and shall be completed within the number of calendar days stated in the Proposal and in the Contract. After award of the Contract is made and the Contract Documents are completed, the Engineer shall issue a Work Order, notifying the Contractor to proceed with the construction of the project, subject to the provisions of this paragraph. SC.6 FORMS, PLANS AND SPECIFICATIONS Forms of Proposal, Contract and Bonds, and Plans and Specifications may be examined and from onsulting Engineers, 2863 Old Missouri Rd. Fayetteville, Arkansas.C72703. SC .7 INTERPRETATION OF QUANTITIES IN UNIT PRICE SCHEDULE The quantities appearing in the Unit Price Schedule are approximate. They indicate the nature of the improvements to be undertaken. They specifically are prepared to implement the comparison of bids. The Contractor shall be compensated for actual quantities acceptably completed. SC -1 SC.8 AWARD OF CONTRACT The Owner will notify the successful Bidder(s), in writing within sixty (60) days after the date of receiving bids of its acceptance his The e Contractor shall complete the execution of the required ond and Contract within ten (10) days of such notice. SC.9 LIQUIDATED DAMAGES FOR DELAY ( Not Applicable) The Contractor agrees that time is the essence of this Contract, and that for each day of delay beyond the number of calendar days herein agreed upon for the completion of the work herein specifiedvand dcontracted n for (afterGeneral due allowance for such extension of time eidenefory, from the Con- tractor's of Agreement), the Owner may withhold, P tractor's total compensation, the sum of Two Hundred Fifty Dollars ( 250.00) as stipulated damages for each day of such delay. The Engineer will compile a daily diary showing weather and working conditions, number of men the Contractor has working on the job, etc., which may be used in determination of justifiable delyy. SC.10 EXAMINATION OF PROJECT SITE Prospective Bidders shall make a careful examination of the site of the project, soil and water conditions to be ecountered, improvements to be protected, disposal sites for surplus materials not designated to be salvaged materials, and as to method of providing ingress and egress to private proper- ties, and methods of handling traffic during construction of the entire project. SC.11 SEQUENCE OF CONSTRUCTION Scheduling of the work is discussed below. Material and equipment received on the project prior totime ofinstallation ns conflict latiwith the nshall be stored at woor damage to locations such as to avoid any possible the material and equipment. Stockpiling of excavated material shall be at locations that will not materially affect construction. Contractor(s) shall keep the area graded to the extent necessary to allow proper drainage at all times. After completion of the work, the Contractor(s) shall return the area of the site used in his construction operations to its original condition. All work shall be scheduled in such a manner that construction will proceed from beginning to completion in an orderly manner and within the time allowed. The Contractor(s) shall submit a complete plan indicating the method of work, procedures be proposes and a time schedule showing when each major item of work will begin and end. This schedule must be approved in writing prior to commencing work. SC.12 ADDENDA Bidders desiring further information, or interpretation of the Plans or Specifications must make request for such information to the Engineer, prior to 48 hours before the bid opening. Answers to all such requests will SC -2 be given in writing to all Bidders, in addendum form, and all addenda bound with, and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a Bidder find descrepancies in, or omissions from the Plans, Specifications, or other Contract Documents, or should he be in doubt as to their meaning, he should at once notify the Engineer in order that a written addendum may be sent to all Bidders. Any addenda issued prior to 24 hours of the opening of bids will be mailed or delivered to each Contractor contemplating the submission of a Proposal on this work. The Proposal as submitted by the Contractor will be construed as to include anyenda if such are issued by the Engineer prior to 24 hours of the openingof bids SC.13 PERMITS AND RIGHTS -OF -WAY The Owner will provide all land permanently required for the con- struction of the project. The Contractor shall lease, buy or make satis- factory provision, without obligating the Owner in any manner, for all temporary land, easements, permits, or rights -of -way outside the land provided by the Owner. SC.14 REFERENCE SPECIFICATIONS Where reference is made in these Specifications to Specifications compiled by other agencies, organization or departments, such reference is made for expediency and standardization, and such Specifications (latest edition thereof) referred to are hereby made a part of these Specifications. SC.15 PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED In case it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interferred with until ordered to do so by the Engineer. The right is reserved to the owner of of public utilities to enter upon the limits of the project for the purpose making such changes or repairs to their property that may be necessary by performance of this Contract. SC.16 USED MATERIALS No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent facilities without written consent of the Engineer. SC.17 PROJECT MAINTENANCE The Contractor shall maintain and keep in good repair the improve- ments covered by these Plans and Specifications during the life of his Contract. SCAB USE OF EXPLOSIVES Blasting shall be in accordance with Federal, State and local laws. Where blasting is done, charges shall be light and shall be detonated under mats of sufficient weight and strength to restrain the flight of particles. SC -3 II ' The method used shall have the approval of the Engineer. Such approval shall not relieve the Contractor of full responsibility for his blasting operation. Refer to Section 2.6. SC.19 BARRICADES, LIGHTS AND WATCHMEN Where the work is carried on in or adjacent to any' street,alley and public place, the Contractor shall, t hisdangerown cost sign d ex shallerase provide such erect such barricades, fences, lights measures for the protection ieh watchmen, and shall provide such other precautionary of persons or property and of the work, as are necessary. Barricades shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one light at each barricade and sufficient number ofbarriccadesshall be erected to keep vehicles from being driven on or into any work construc- tion. The Contractor shall furnish watchmen in sufficient numbers to protect the work. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, lights, and watchmen to protect it, and whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by the Contractor at his cost and expense. The Contractor's responsibility for the maintenance until barricades, signs and lights, and for providing watchmen, shall shall have been accepted by the Owner. SC.20 FENCES AND DRAINAGE CHANNELS Boundary fences or other improvements removed to permit the install- ation of the work shall be replaced in the same location and a found exceptft indicated in a condition n they as good or better than that in which the Drawings. Where surface drainage channels are disturbed or blocked due ag nd construction, they shall be restored to their original condition of grade cross section after- the work of construction is completed. SC.21 DISPOSAL OF WASTE MATERIALS All trees, stumps, slashings, brush or other dbeeis-reremomoved fromS from the sites as a preliminary to the construction wowork, shall ths Engineer. property and disposed of in a manner approved All excavated earth in excess of that required.for backfilling shall be removed from the job site and disposed of in a satisfactory manner, except in locations where, in the judgement of the Engineer, it can be neatly spread over the adjacent area. SC.22 WATER FOR CONSTRUCTION Water used for the mixing of concrete, testing or any other purpose incidental to this project, will be furnished by the ry Contractor. The such water Contractor shall make the necessaarrangements for securing Cod SC -4 and shall take such water in a manner and at such times tha Y will stemnNo separate produce a harmful drain or decrease of pressure in the City's the paymentiwillitems of the Pr teraused but l B d the cost thereof shall be included in oust be made for water SC.23 TEST BORINGS (No Borings Made) The Owner has caused borings to be made at various locations over the project. The location and logs of these borings are shown in the Plans, together with the watertable at the time of boring. Borings are shown in the Plans for information only. The Owner assumes no responsibility for any variation between materials encountered and that which boring logs may indicate. SC.24 GUARANTY AGAINST DEFECTIVE WORK Section GC.31, GENERAL CONDITIONS, requires of the Contractor a general guaranty for a period of twelve (12) months from the dte of ented b i the l acceptance of th work. The requirements of that section are augur by subparagraphs that follow. At the time of acceptance of the work by the Owner, the contractor shall furnish to the Owner a maintenance bond in the amount of fifty percent (50%) of the amount of the final estimate. The maintenance the work against be issued by a Surety acceptable to the Owner and shall guarantee period. faulty workmanship or materials for the one-year maintenance p At the end of the one-year maintenance period, the Engineer, with the shallo repair o andhallma correct nylandeallodefects which have resulted from y nspctin of the work. The Contractor faulty workmanship or materials, following which repair and correction the Local Government will accept full maintenance of the work. SC.25 COORDINATION WITH OTHERS The Bidder is forewarned that work adjacent to or within recedesite e th forces of utility owners or other simultaneously might n cessarily p work under this contract, or proceed In any such event, it shall be the responsibility of the Contractor to determine the extent of possible conflictand coond to coordinate erate to the full advantage work, subject to the appr oval of the Engineer, P of the Owner. The work involved or delay or cost incident to coordination but shallwork with other contractors or crews will not be paid for directly, be considered subsidiary work pertaining to the several items of the contract. SC.26 MATERIAL STORAGE Materials delivered to the site of the work in advance of their use shall be stored so as to cause the least inconvenience and in a manner satis- factory to the Engineer. SC -5 I ' SC.27 EXISTING UTILITIES AND SERVICE LINES ' The Contractor's operations shall nducted tein andsuch gas manner that there will be access to fire hydrants. ater main lves ' at all times. The Contractor shall not store any material within ten (10) feet of any such fire hydrant or valve. He shall not operate any existing fire hydrant or valve without prior approval of the utility bwaer, specific in ' each case. To the extent possible, the plans have been drawn in such manner as to avoid conflict with known existing utilities. Where any conflict does ' exist, adjustment will be made by the Owner of the utility. The Contractor shall coordinate his work with that of each involved utility owner to the end that customer service will not be interrupted longer than absolutely necessary. ' Repair of any utility, damaged by the Contractor's operations, shall be at the expense of the Contractor, when the location of such utility is shown on the plans or has been pointed out to the Contractor. Repair elect. shall be ' by the Contractor or by the owner of the utility as that owner may Where the new work passes beneath an existing utility, or in proximity ' thereto, the Contractor shall take such measures as are necessary to avoid displacement of the existing utility. ' If the unknown utility is discovered, the Contractor immediately onflict sts between shell ilitfy the Engineer whthell meansetolne be usedher forcdissolvinglthe conflict the utility and the new work, whom such adjust - if conflict exists, and, if the utility is to be adjusted, by ' ment is to be made. If the Contractor is directed to adjust the in utility,G will be recompensed as provided in paragraph, CHANGE IN tiaENERAL CONDITIONS. SC.28 TESTING, INSPECTION AND CONTROL ' Testing and control of all materis andpaidthe directly work shalllle Ownere , by an approved commercial laboratory employed P unless otherwise specified in the Technical Specifications. The Contractor shall furnish, at his own expense, all necessary specimens for testing of the materials, as required by the Engineer. SC.29 CLEANUP ' At the conclusion of the work, all tools, temporary structures and rubbishand materials e other foreign substances shall be disporemoved sed ofinl a manner satis- factory to the Engineer. SC.30 BOND Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient sof all covenanond in the full ts t tipulations and of the Contract sum, guaranteeing the faithful performance agreements of the Contract, the payment of all bids and ationsobligations ht orwillarising from the execution of the Contract, which bills or obligations blig 8 '• SC -6 I I in any manner become a claim against the Owner, and guaranteeing the for one k included in this Contract against faulty materials or poor workmanship (1) year after the date of completion of Contract. All provisions of the bond shall be complete and in full accordance uirements. The bond shall be executed with the proper with Statutory re q an licensed and qualified to operate in the state and sureties through a company of attorney shall be attached approved by the Owner. The issuing agents powern agent resident in the state and to the bond and the bond shall be signed by time adate of the eDd shaluaa a the of thedate C ntract execution the urety one Contract. Contractor' sany b nd duringright to require additional and becomes irresponsible the Owner shall have the of sufficient sureties which days eConractor all to do so. to the In default isfac ofn the the Owner within ten (10) after notice due the Contractor withheld. Contract may be suspended, all payments or money SC.31 COPIES OF PLANS AND SPECIFICATIONS FURNISHED Three (3) sets of Plans and Specifications $ shallIf be furnished ans have been e Contractor, at no charge, for construction p rp reduced to one-half size, three (3) sets of those together with two (2) sets original scale sll ts of furnishedd to thee Contractor. Additionalocopies tmay be obtained at Plans cost of reproduction upon request. SC.32 TRADE NAMES AND MATERIALS No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent structure without written consent of the Engineer. product Where materials or equipment are specified by a trade or brand name, uaprt or it is not the intention of the Owner to set a nate against an eqof q P of another manufacturer, but rather to a definite standard of q Y performance, and "equivalent" t to establish aroequal or a equal tofor" are used,he tthey shallof sbe Where the words equivalent , "proper" ro , the equivalent understood to mean' that the thing referred to shall be proper, Per of, or equal to some other thing, in the opinion or judgement the of Engineer. Unless otherwise specified, all materials shall be the roved samples, best of their respective kinds and shall be in all cases fully equal to app After award of the Contract, where equipment requirements alter the design or space requirements indicated on theContract ContracContractorrawiflgs detailed delineating any drawings shall be prepared and submitted by changes in or additions to the work shown oa the Contract Drawings and such drawings and changes or additions to the work shall be made by the Contractor at no additional expense. SC.33 LIGHT AND POWER The Contractor shall provide, at his own expense, temporary lighting and facilities required for the proper prosecution and inspection of the work. At the time the Owner obtains beneficial occupancy of any of the facilities placed in satisfactory service, charges for power and light for regular opera- tion of those involved facilities will become the responsibility of the Owner. SC -7 SC.34 QUALIFICATIONS OF LOW BIDDER Before being awarded a Contract, the low Bidder shall submit such evidence as the Engineer may require to establish his financial responsibility, experience and possession of such equipment as mmay a=be needed to prosecute the work in an expeditious, safe and satisfactoryann Should the low Bidder fail to produce be disqualified ithework satisfactory tothe Engineer on any of the foregoing points, he may q sa awarded to the next low Bidder so qualifying. SC.35 LINES AND GRADES The Engineer will set all points and stakes as necessary to control the work of the Contractor. Such control points and stakes will be sufficient for the setting by the Contractor of batter boards and top line, or other means of alignment and grade control (as required). The Contractor shall exercise diligence in the preservation of all control points and stakes. Should any such become displaced, or should there be reason to believe that any such may have been displaced, the Contractor shall notify the Engineer thereof immediately. Any control point or stake requiring resetting because of the Contractor's negligence, will be reset by the Engineer but at the expense of the Contractor. From time to time as the work progresses, and as the Engineer deems it necessary or desirable to make measurements and check observations, the Contractor shall provide competent personnel to assist the Inspector, or any other representative of the Engineer, therewith. In each work area, when the work has advanced sufficiently, the Contractor no longer will be obligated to preserve the control points and stakes. SC -36 LEGAL HOLIDAYS January .1, May 30, July 4, Labor Day, Thanksgiving and December 25 will be considered as being holidays; no other days will be so considered. No engineering supervision will be furnished on legal holidays or Sundays, except in an emergency. The Contractor shall observe the legal holidays and Sundays, and no work shall be performed on these days except in an emergency. However, these days shall not be excluded from Contract time. SC .37 RAILROAD PROTECTIVE INSURANCE The Contractor shall provide Railroad Protective Insurance in a form suitable to the Carrier (Railroad Company) for work on the Carrier's rights -of - way. Copies of the insurance certificates shall be approved by the Carrier before any work is begun on railroad property. The Contractor shall submit the insurance certificates to the Engineer. SC -8 I ' TECHNICAL SPECIFICATIONS SECTION 1 - CLEARING AND CLEANING RIGHT-OF-WAY ' 1.1 DESCRIPTION This section covers the cutting and removal of all trees, shrubs, and underbrush, and the removal of any debris existing above natural ground surface and within the limits of right-of-way necessary to permit the con- , struction of the improvements. It covers the removal, storage and reconstruction of fences where ' necessary to permit the construction of the impr ovements. As quickly as feasible s ll be tructed to ndafter the work good asentheoriginal. Thee Contractor shallsfurnish new conditions at least as restoration. Where the presence of materials as necessary to permit proper require continuous confinement, livestock, pets or other conditions exist that ante to contain such the Contractor shall construct temporary fencing adeq ' livestock, etc., prior to removing existing fence. It covers the replacement of yards and lawns that are disturbed by the Contractor while constructing the improvement. The lawns shall be replaced ' by solid sodding, using the same kind of grass as existing in the undisturbed portion of the lawn. It covers the reconstruction of dirt and gravel roads or drives. The alignment and grade shall be restored, as close as possible, to that existing prior to construction. Roads or drives that had a gravel surface shall be replaced using crushed aggregate base course (Class SB-2) to a mini- ' mum compacted thickness of 4 inches. It covers the removal and subsequent replacement of sidewalks, curbs, curb and gutter and other related items which are displaced necesSarY by the Contractor's operations. The Contractor shall furnish materialsnew wto that existing to permit replacement to a condition better than or equalll prior to construction. Replacement work within deagencyin dandgshsllfbeasubject ' meet the minimum requirements of the appropriate to inspection and approval of the agency. It covers the removal and reconstruction ofconcrete .retaiAs ning gkwalls s where necessary to permit the construction of the imprcont feasible after the work has been performed, walls shall be reconstructed to ' conditions at least as good as the original. The Contractor shall furnish new materials as necessary to permit proper restoration. C I 1.2 RESPONSIBILITY It shall be the responsibility carefully and make his own calculations of the requirements of this section. of each Bidder to examine the ete as to costs to be incurred by reas li 1-1 I 1.3 DISPOSAL ' Trees, shrubs, underbrush and debris removed from the improvement right-of-way shall be disposed of by the Contractor. ' 1.4 MEASUREMENT ' Clearing and cleaning right-of-way will be measured as a complete item. Periodic measurements will be made in proportion to the amount of work accomplished, as determined by the Engineer. The work as outlined will not be measured for separate payment but shall be considered subsidiary to the item of clearing and cleaning right-of-way. 1.5 PAYMENT ' Clearing and cleaning right-of-way acceptably completed, and measured as provided above, will be paid for at the contract lump sum price per complete ' item, which price shall be full compensation for all removal and disposal; and for all equipment, tools, labor, and incidentals necessary to complete the work. L I I I I I IT I I Ii 11 1-2 TECHNICAL SPECIFICATIONS SECTION 2 - EXCAVATION AND BACXFILL 2.1 DESCRIPTION This section covers excavation and backfill for construction instal- lations and operations described as follows: (1) The trench excavation for gravity sewer lines, (2) The trench excavation for water lines, (3) The excavation for manholes, and (4) Backfilling. All work shall be andain°rdance with acco dance with these spetails ec ificatio s. lans, or as directed by the Engineer, 2,2 EXISTING UTILITIES At many locations, the new lines are very close to existing utilities, and in many instances pass beneath the existing utility. In all such cases,uties the Contractor shall protect the existing utility from damage. Any found to be in direct conflict with new construction will be relocated at the Owner's expense. Utilities more than 2 feet outside the maximum trench width as defined in the plans will be considered as not in direct conflict and the Contractor shall make provisions for protection of such utilities. Crossing utilities direct the physical dimensions of the pipeline or its appurtenances. withinthey se Before doing any excavating the Contractor shall request the utility companies to locate their particular utility iline stakes. shall mark the locations by pp P rautilin I II No excavation will be permitted until all utilities have been located and plainly marked on the ground. When the location of an existing utility, or approximate location thereof, has been pointed out to the Contractor or shown on plans, and the utility is damaged by the Contractor's operations, the Contractor promptly shall report the damage to the utility owner. Repair ing ut lily on - tractor's expense and by the means and meth dordered by the own For additional existing utility information, see paragraph SC.27 of the SPECIAL CONDITIONS. 2-1 I I I 2,3 CLASSIFICATIONS OF EXCAVATION Rock excavation is defined as all solid rock formations that, is the opinion of the Engineer cannot be excavated by using power shovelsof adequate power excavators which are ofeerized�ithout ure and cont nuousland systematic gn, size and operated by qualified operators blasting, barring or wedging. It shall include boulders or pieces of detached rock exceeding ten (10) cubic feet in volume and solid rock offormations hicwhich are interspersed with strata of clay or other material; provided, percent of the that the solid rock constitutes at least seventy five (75) t total volume of the particular formation. The Contractor is thalify blasting before an attempt to excavate is made does not necessarily "rock the material to be excavated as "rock excavation" and no p ym excavation" will be made unless the material excavated can conform to the above definition. All other excavation shall be unclassified regardles of the nature of the materials encountered. to ne The Contractor shall h uamake ntitiesls of such classes investigations excavation lto be classes mvof n excavation nand quantities project and include the appropriate costs removed in the construction of the in the various bid items for work to be installed. 2.4 TRENCH EXCAVATION (GRAVITY LINES) The sides of the excavation shall be cut at such a sll ope Chat ation l prevent caving. The areas where soil conditions permit ossiexc from the f the trench, the sides shall be cut as nearly vertical as p when bottom of the trench to a point twelve (12) inches above the top of pipe it is laid to Underde. no circumstances shand allmthedth of trenchtwidth,sfrom thell be as shown bottom of the trench to an elevation twelve (12) inches above the top of pipe, exceed the maximum width as specified in the plans. In caving ground, or in wet, saturated or flowing materials, the sibe telY sheeted and ed so as to tames the excavation free from slides ea slidesorcave-ins and safe for cworkmen. Sheeting a and shoring shall not be removed until the excavation has been backfilled to a sufficient depth to prevent caving. The Contractor's attention is directed to the fact that the proposed sewers in many locations are in close proximity to existing utilities. The Contractor shall install sheeting and shoring as required to keep the width of the top of the trench to the minimum width necessary to protect these utilities. This requirement will make necessary the use of sheeting on each side of the trench after the excavation has reached a depth of approximately four (4) feet. Sheeting and shoring shall be installed subject to the requirements of the paragraphs above and at locations specifically noted on the plans. I 2-2 Sheeting and shoring will not be measured for separate payment but will be considered subsidiary work pertaining to the items involved with the excavation or backfill. 2.4.1 pewatering of Excavation and the Weble, shall tig where required to keep the excavation dry feet subgrade stable, shall be installed when thiovidedexcavation and shall bewithin intwo continuous of the water table, except as hereinafter p operation until backfill is completed to this level. When construction e4u1P- stable, the wellpoiatiag meat is to be operated in an area that has been excavated and wellpoiatiag is and the subgrade hweof the water required to keep the excavation excavation is within five(5))oodfeet working order, aer shall be installed when the equipment, table. There shall be sufficient pumping water that accumulates in excavations to t a stable subgrade is obtained. Where the excavation crosses available at all times to remove any the extent that a channels the work shall be conducted in such a manner that natural dra mage or delays in the prosecution of the work will be prevented. unnecessary the disposal of surface water pumped Provision shall be maetfopublic or private prof rty* so as to prevent damage a ent Dewatering of excavations woorklpertaining to the pertinentseparate items of but will be considered subsidiary sewer construction. I I I 2.4.2 Trench The entire length of the sewer line shall be founded on either Class „p or Class "B" bedding. The specificexcavation beddinshalshown ext non the plans • For pipe d to a depth that will permit construction of the see SECTION 6 - PIPE EMBEDMENT foundation using Class "A" and Class "B" bedding, material is additional bedding a Where trench conditions are such that plan depth needed in the opinion of. the Engineer to stabilize soft areas or to provide excavation shall be carried below p select additional cushion to rock the Engineer and shall be backfillediwe with The lower to the depth directed by lace, to the springline of the pip shaped to bedding material, tamped into p rests shall be to - portion of the special bedding upon which the pipe the bottom quadrant of the pipe. Bedding material used for fillbeddingior Class to the specifications for Class and as directed by the cut areas shall conform PIPE EMBEDMENT. "B" bedding as specified in SECTION 6 - Engineer. water until back" Bottom trench shall be kept free of surface inches above filling has progressed to an elevation not lower than twelve (12) the top of pipe. bedding Removing of soft subgrade for replacement with special will not be measured for separate payment, but will be considered material to the pertinent items of the contracts subsidiary work pertaining Teeth on excavating buckets shall be plated to preclude disbe turbance of trench bottom below grade or mechanical compaction equipment will er main- tained in the trench bottom at all times to reconsolidate disturbed material. 2-3 I 1 2.5 TRENCH EXCAVATION (WATER LINES) ' The trench shall be excavated to the alignment and grade specified and only so far in advance of the pipe laying as the Engineer shall permit. ' The trench width may vary and depend upon the depth and the nature of the excavated material encountered. The trench shall be of ample width to ' permit the pipe to be laid and jointed properly and the backfill to be placed and compacted properly. The minimum width of unsheeted trench shall be at least one (1) foot greater than the nominal diameter of the pipe and the maximum clear width of trench shall be not more than two (2) feet greater than ' the nominal diameter of the pipe. The bottom of the trench shall be prepared so as to provide a uniform ' and continuous bearing and support for the pipe on solid undisturbed or compacted ground at every point between bells. ' Any material placed in the bottom of the trench shall be thoroughly compacted by hand or mechanical tamping devices in lifts not to exceed four (4) inches. Select backfill material shall be used and shall not contain rock larger than 3/4 inch in longest dimension. The material shall be at or near ' optimum moisture content and shall not contain organic debris. When excavation is carried below or beyond the specified or required, ' the Contractor shall backfill the trench to the proper grade as specified in the preceding paragraph unless permitted by the Engineer to install the pipe- lines or appurtenances at the undercut grade. ' The use of trench -digging machinery will be permitted except in places where operations of same will cause damage to .trees, buildings, or other existing structures above or below the ground; in which case hand methods shall be employed. Ledge rock, boulders, large stones, and other rock formations shall ' be removed to provide a clearance of at least six (6) inches below and on each side of pipelines and appurtenances up to and including 24 inches in diameter. Suitable material shall be placed in the trench before laying pipe. ' Where the bottom of the trench at subgrade is found to be unsuitable, or to include ashes, cinders, refuse, vegetable or other organic material, or large pieces of inorganic materials, that, in the judgement of the Engineer, ' should be removed, the Contractor shall excavate and remove such unsuitable material and place suitable material into the trench in accordance with the procedures specified in Section 2.9. ' Blasting for excavation will be permitted only after the Contractor securesthe approval of the eer and and The hours ofen proper ecautions are blasting will takenfor the protection of persons be fixed by the Engineer. Any damage caused by blasting shall be handling ndl ng repaired eaady the Contractor at his expense. The method of transporting, regulations, locallblasting storage of and state laws pal ordinancesconform to Federal 2-4 L [J L I I Whenever necessary to prevent caving, excavation of sand, gravel, sandy soil or other unstable material shall be adequately sheeted and Where sheeting and bracing are used, the trench width may be increased accordingly. Trench sheeting shall remain in place until the pipe has been laid and jointed. Where slides or cave-ins occur, the Contractor shall at his expense provide proper bedding and support for the pipe. All excavated material shall be piled in a manner that will not clear or other satisfactory provisions shall be made for endanger the work and that will avoid obstructing sidewalks and drice y. Gutter shall be kept permit their re -use, materials tm the street drainage- Ifre-use local conditions suitable for in restoring the surface shall be kept separate general excavation material. The Contractor shall remove the minimum amount of street, driveway, sidewalk, parking lot, or other pavement required to permit installation of the pipelines or appurtenances. All pavement surfaces shall be stored in straight lines with suitable equipment before removal. Concrete surfaces shall be removed cwith a thracsuit joints concrete saw unless all material is removed between ejsting The contractor shall, during the excavation period and as long thereafter as the condition of the work may require, provide and maintain, in good operating condition, pumping equipment fully adequate in capacity to any excavation or other parts of the work. ro tl remove all water entering ed or drained from All excavations shall be kept dry and water pump a to adjacent disposed of in such a manner as to prevent damag and all damage, of whatever the work torshto be othertl repaired or remedied property or to work under construction. Any nature, caused by watering the work shall be promP Y by the Contractor at his own expense. This shall include the cleaning and flushing of existing drainage pipe lines where such are used. 2.5.1 Bedding Material Special bedding will be required where the bottom of trench is too soft to support the pipe, where free-zunasng water or rock is encountered in the trench. Where trench bottom is too soft, excavation shall be carried below plan depth to the depth directed by the Engineer. Where water or rock is encountered, free -coloring excavation shall be carried below plan grade to the depths indicated above. Ia aedcintop cases, undercut areas shall be backfilled lace, to the elevation 1/10 of the with select bedding material, taped inside diameter of the pipe above flow line grade. Preparation of the trench - bottom shall proceed as herein specified. Fater shall be controlled ree flowater shall be such as to The rate of pumping and positions of sumps , Water by p in water low enough to permit the forming of joints in the dry hold the has progressed to an elevationcnonot alower shall be controlled funtil filling or coarse aggregate for s than the top of pipe. Bedding material used for backfilling shall conform to the specifications for fine aggregate concrete mix, as directed by the Engineer. I 2-5 2.6 EXCAVATION FOR MANHOLES The word "structures" so used in this section is defined to include manholes. Excavation for structures shall include the removal of all material of whatever nature, necessary for the constructionthe ItstructureS in include accor- dance with the plans or as directed by the Engineer. lodectie furnishing and installing of sheeting or ro shoring necessarY for the and the subsequent tectil of laborers, the work, or adjoining property, Pere y, thereof when required. Area of excavation for the base shall be only that necessary to provide an adequate base with its sides poured against undisplaced earth. When excavation is carried below plan grade, at the direction of the s "B" dding Engineer, the space withmechanicaltampersto provide a soundde with for terial thoroughly tamp the structure. When excavation is carried below the grade or beyond the limits shown, or required, the space shall be filled to grade with h Casound Class "B" bedding material thoroughly tamped with mechanical tampers to provide ounda tion for the structure. No additional compensation will be allowed for such filling unless the Owner or its agent is responsible for the error causing the excessive excavation. All structure excavations shall be dewatered before any permanent construction is placed therein. Concrete shall be placed only upon moist, firm foundation. Dewatering will not be measured for separate payment. Excavation for structures, except as they occupy longitudinal spaces in trenches, will not be measured for separate payment but shall be considered subsidiary work pertaining to the construction of the structure. 2.7 DISPOSAL OF EXCAVATED MATERIALS Excavated materials shall be piled adjacent to the work to be used for baekfill and excess material,cavated material shall be disposed which cin a mannertable for appro approved by backfilling, _ the Engineer. 2.8 USE OF EXPLOSIVES Blasting shall be in accordance with Federal, State, and Blalocal l shalaws not be done within close proximity to any existing utility or structure. Damage to existing utilities or structures shall be repaired or replaced at Contractor's expense. Where blasting is done, charges shall be light and shall be detonated under mats of sufficient weight and strength to restrain the flight of approvalshall The method used shall have the approval of the Engineer. Such app not relieve the Contractor of full responsibility for his blasting operation. 2-6 2.9 BACKFILLING L I L I L1 I Backfilling of gravity sewer and water lines shall include the refilling and consolidating of the fill in the excavation up to the surrounding ground surface or road grade at crossings. It is essential that the complete backfill be done in such a manner to minimize voids in the backfill. Backfilling shall be done with good earth, sand or gravel and shall be free from large rocks or hard lumpy material. No material of a perishable, spongy or otherwise unsuitable nature shall be used in backfilling. After the pipe has been placed, the method of backfilling the pipe excavations from the springline of the pipe upwards shall be as follows: Selected materials shall first be taken from the spoil bank moistened to slightly above optimum moisture content as determined by AASHO T-99 and care- fully placed on both sides of the pipe simultaneously in layers of not more than six (6) inches in loose thickness, and these layers shall be firmly compacted by using vibratory compactors for sands and pneumatic tamps for clays. The required density shall be equal to or greater than 95% maximum density as obtained by AASHO T-99. If the previously compacted layer has been allowed to dry out it shall be rewetted and recompacted as specified above. This process shall be continued until the backfill is brought up to one foot above the top of the pipe. This method shall extend full width of trench or a minimum distance of six (6) feet on each side of the center line of the pipe. Hand tamping will not be allowed. Backfill for areas that are to receive riprap slope protection shall be accomplished to 95% maximum density to the top of the surface which is to receive the riprap. Consolidation of backfill from one (1) foot above the top of the pipe to the original ground surface may be accomplished by flooding or jetting, at the Contractor's option, in lieu of compacting as specified above, provided it is done in such a manner to secure uniform consolidation and meets the approval of the Engineer. If the Contractor elects to consolidate the backfill above the pipe by flooding or jetting, it shall be done in the following manner. After the trench has been refilled, the earth shall be consolidated by jetting and flooding until full settlement has been reached. The jetting shall be accomplished by pumping water through a pipe that is slowly inserted' vertically into the backfill. The end of the pipe shall be lowered to a point near the top of the previously compacted backfill. The excavation shall then be flooded in puddles until no more appreciable absorption of water into the backfill occurs. Backfill of manholes shall be in accordance with the following: (1) Backfill shall be done in the manner similar to that specified for backfill of pipe except that, in all cases, the use of mechanical tamper will be continued to the elevation of natural ground. (2) Backfill will be brought up with reasonable uniformity around the structure. Backfill shall not be begun until the ends of the periods specified in SECTION 3 - HANHOLES. Other methods of backfill may be used if approved by the Engineer and the Contractor is able to accomplish the specified results without damage to the pipe. 2-7 Backfill on State right-of-way shall be made of suitable material, free from large clumps and clods, in layers not to exceed eight (8) inches (loose measurement) compacted with mechanical tampers to 95% density to the top of the subgrade and roadway section. The moisture - density relations of soil shall be determined in the laboratory in accordance with AASHO Designation T180-61, Method "C" or Method "D". The field determinatioq of soil in -place shall be in accordance with AASHO Designation T147-54. Th.: aubgrade shall then be excavated three (3) feet outside the cut trench on each side, to a pdeth of nine (9) lans and discussed ihreplaced tion as shown on the n SECTION 9- RESTORATION OF SPECIAL SURFACES. Backfill on City right-of-way may be performed by jetting, provided it meets the following requirements: (1) Requirements of this paragraph. (2) Jetting of backfilled trench shall be maintained within a distance of 100 feet of the pipe laying operation provided that jetting water does not interfere with the pipe laying. (3) Application of temporary stone surfaces shall be made as specified in SECTION 9 - RESTORATION OF SPECIAL SURFACES. Backfill will not be measured for separate payment but shall be considered subsidiary work pertaining to the construction of the involved item. 2.10 MEASUREMENT AND PAYMENT Trench excavation for the sanitary sewer pipe, water lines, excava- tion for manholes, sheeting, bracing, dewatering operations or other type of excavation, except as provided below, including all backfill, except special bedding, will not be measured for separate payment but will be considered subsidiary to the items involved with the excavation or backfill. Special bedding materials shall be measured and paid for as described in SECTION 6 - PIPE -EMBEDMENT of these specifications. I E I I FM TECHNICAL SPECIFICATIONS SECTION 6 - PIPE EMBEDMENT 6.1 DESCRIPTION This section covers the furnishing of all labor, equipment, and materials necessary for placing pipe foundations. All work shall be in accordance with details shown on the plans, or as directed by the Engineer, and in accordance with these specifications. 6.2 MATERIALS 6.2.1 Class "A" Bedding Class "A" Bedding shall be constructed of concrete and reinforcing steel as specified in SECTION 5 - CONCRETE AND REINFORCING STEEL. Concrete shall be Class "B". Location of construction joints shall be a minimum of one (1) foot from the bell end of the pipe. 6.2.2 Class "B" Bedding Class "B" Bedding shall be Class "A" Gravel Cradle or Class "B" Gravel Cradle as shown on the plans and directed by the Engineer. Class "A" Gravel Cradle shall conform to the requirements for Coarse Aggregate specified in SECTION 5 - CONCRETE AND REINFORCING STEEL of these specifications. It shall be used in the presence of free running water in the ditch bottom and as directed by the Engineer. Class "B" Gravel Cradle shall conform to the requirements for fine aggregate as specified in SECTION 5 - CONCRETE AND REINFORCING STEEL of these specifications. Class "B" Gravel Cradle shall be used as cushion between the sewers and the trench bottoms where no free running water is encountered and as directed by the Engineer. Gravel Cradle shall be stockpiled and placed in such a manner that foreign material will not be included in the complete embedment section. 6.3 EXCAVATION Excavation for pipe embedment shall be carried to a specified depth below the pie adequate accordance wiflow lineallow thadetis shownonthe plans abedding placed and as specified in SECTION 2 of these Specifications. Additional excavation will be required in soft, mucky areas where this specified bedding will not adequately support the pipe. Where such areas, as determined by the Engineer, are excavated the additional depth of trench shall be backfilled with the material specified for Class "B" Bedding, using Class "A" Gravel Cradle. 'It shall be the responsibility of the Contractor to explore the project and subsurface materials to determine the extent of 6-1 this additional excavation. The additional excavation for bedding material will not be measured for separate payment, but shall be considered subsidiary to the items of bedding material. 6.4 MEASUREMENT Pipe embedment will be measured by the cubic yard to the nearest whole cubic yard. Separate measurement will be made according to the class shown on the plans and listed in the Unit Price Schedule, including separate measurement of Class "A" Gravel Cradle and Class "B" Gravel Cradle which made up Class "B" Bedding. The quantity on bedding material for payment shall not exceed the limits as shown on the plans. Additional bedding material outside the limits shown on the plans will not be paid for. Reinforcing steel used in Class "A" Bedding will not be measured for separate payment but shall be considered subsidiary to the item of Class "A" Bedding. Concrete for concrete encasement will be included in the measurement for payment as Class "A" Bedding. 6.5 PAYMENT Class "A" or provided above will be for the class as shown which price in each cas and for all equipment, work. Class "B" Bedding acceptably completed and measured as paid for at the contract unit prices per cubic yard bid on the plans and as listed in the Unit Price Schedule, e shall be full compensation for furnishing all materials; tools, labor, and incidentals necessary to complete the 6-2 II I I I SECTION 7 - WATER PIPE ARID FITTINGS 7.1 DESCRIPTION (a) This section covers the furnishing and laying, or installing, of all water pipe and fittings. '(b) All work shall conform to and shown on the plans and these specifications. 11 7.2 MATERIAL be in accordance with details All pipe furnished shall be designed for the distribution of potable ' water under pressure. Lubricant furnishedbacteria, lub and shallints snhall be non-toxic, shall not support the growth of bac er The lubricant have nts containers *o er- iorating effects on the gasket or pipe shall be labeled with the manufacturer's name. (a) DUCTILE IRON PIPE: Ductile iron pipe shall conform to ASA Specification A21.51. It shall be linen with a cement mortar conforming to and in accordance with ASA Specification A21.4.' Pipe shall be manufactured for use with the type joints specified below. Pipe shall be minimum thickness Class 50 except as other- wise shown on the Plans. • . ^x41 ,, _ , : ;; , ,..:w ... (b) POLYVINLY CHLORIDE (P.V.C.) PIPE 2" THEU 6": General• Polyvinyl Chloride Pipe shall be made from Type 1, Grade or rade 2, Polyvinyl Chloride plastic conforming to ASTM D1784 and CB -256. ; The pipe shall conform. to ASTM D2241.as it applies to Type 1, Grade 1 or Grade 2 Polyvinyl Cholride plastic, AZ.'HA C-,900 water pressure rating or 200 psi at 23°C. (73.4°F) for 2 thru 6 inch nominal pipe sizes. The pipe fitting Testing Laboratories, Ann Arbor, Michnigan. 7-1 I I I Size Gland Size Set Screw No. Set Screws 4" 1/2" 4 6 6" 5/8" 9 8" 5/8" 16 10" 5/8" 16 12" 5/8" 24 16" "1 28 2011 5/8" 32 24" 5/8" (d) Locked hydrant adapters and tees shall be designed for a working pressure of at least 250 psi and to fit standard mechanical joint fittings he branch of vA e1wi One end of the lomay ked be rotapter and ted 600ton the fitting. e tee shall Lengths of be provided with a gland that may locked adapter shall be as specified. (e) Tapping Sleeves: Sleeves shall be designed for a working pressure of at least 225 psi and furnished with a test plug through the body for hydrostatic pressure testing. Only mechanical type sleeves are acceptable. The outlets shall conform to ANSI B16.1, Class 125 flanges designed to accept tapping valves described in SECTION 5, herein. Sleeves shall be designed to properly fit the type and class of pipe specified. Sleeves may be cast iron, ductile iron or steel. Steel sleeves shall be coated with high build, high strength vinyl paint or epoxy coated. All bolts shall be corrosion resistant alloy. .Sleeves which are designed in such manner that the watertight seal around the outlet is achieved by a gasket placed between the sleeve body and the pipe barrell shall be provided with a recess in the sleeve body to accommodate the gasket. (f) Steel Couplings: Couplings shall be mechanical type with follower rings and gaskets designed for a working pressure of at least 225 psi and to properly fit the type and class pipe specified. The bolts and coating shall conform to paragraph 1.4.1.3 above. (g) Tapping saddles and outlets shall be made from ductile iron and designed for a working pressure of 250 psi with ANSI B16.1, Class e5flange outlets. A rubber 0 -ring seal shall be provided for contact between the outlet and pipe barrel. Saddle straps and bolts shall be high strength cor- rosive resistant alloy steel. The strap bolts shall be at least 3/4 -inch in diameter. The entire saddle shall be coated with bituminous material in accordance with ANSI A21.4 (AWWA C104). The minimum number of straps shall be as follows: Size Outlet 4" 6" 8" 10" 12" No. Straps 3 3 4 7 1 7-2 I 1 7.3 TRENCH EXCAVATION AND BACKFILL ' Trench excavation and backfill shall be in accordance with the requirements of SECTION 2 - EXCAVATION, BACKFILL, AND FILLS. 7.4 EQUIPMENT All equipment necessary and required for the proper construction of ' the main shall be on the project, in first-class working condition, before construction is commenced. Such equipment shall include hoisting equipment acing in f capable of handling pipe and fittings, in unloadding r Hand in nsa i. p Such equipment al ' positions, without damage to pipes, fittings, 8 shall include such jacks or other devices necessary for making the joints. ' 7,5 LAYING PIPE Before installation of pipe and appurtenances, the trench bottom shall be graded so uniform support of the pipe and appurtenances is provided. Shallow depressions shall be made in the trench bottom to accommodate bell ends. ' Proper implements, tools and facilities shall be provided and used by the Contractor for the safe and convenient prosecution of the work. Cher no circumstances shall pipe or accessories be dropped or dump trench. All foreign matter or dirt shall be removed from the inside of the pipe and appurtenances before lowering into the trench and the pipinithe pipe ' or shall be kept clean during and after laying. A swab shall be kep line as the pipe is being laid. Care shallbe laying is ptaken to revent dirt en progress, the om entering the joint space and at times when pipe y g o cap of sufficient the t open ends of the pipe shall be closed by installing a plug design to prevent trench water, foreign matter, and dirt from entering the pipe line. 1 Cutting of the pipe for inserting valves, fittings, or closure pieces shall be done in a neat and workmanlike manner without damage to the • pipe or pipe lining. Torch cutting is not permitted. All pipe shall be cut at an angle of 900 to the pipe centerline. Cutting at other angles to provide greater deflections at the joints shall not manufacturer shall not bepermitted. Field welding or welding except by pipe ' Unless otherwise approved or directed by the Engineer, pipe shall be laid with bell ends facing the direction of laying; and for lines on an ' appreciable slope, bells shall, at the direction of the Engineer, face upgrade. No pipe shall be laid in water, or w erisi when ssi nfhhcit trench condition ror the weather is unsuitable for such work, except by p During the pipe laying operation, deflections at joints shall not exceed the amounts indicated in the following tables for the various types of ' joints and pipe. 7-3 (a) MECHANICAL JOINT PIPE (Cast Iron or Ductile Iron) Size of Pipe Degrees 4-6-8-12 5° 2°30' ` 16-20-24-30 0 36-42-48 (b) PUSH -ON JOINT PIPE (Cast Iron or Ductile Iron) 5° 4-6-8-12 30 16-20-24-30-36 30 42-48 7,6 INSTALLATION OF SLIP -TYPE JOINTS Prior to jointing the pipe and/or fittings, the plain ends of the pipe and the bells of the pipe and fittings shall be thoroughly cleaned using a soapy water and cloth, removing all foreign materials from the bells, especially the gasket seats. Any burrs or imperfections in that part of the plain end or bell which will be in contact with the gasket shall be removed. The clean rubber gasket shall be inserted in the bell and a thin film of lubricant shall be applied to the inside surface of the gasket. The cleaned plain end shall initially be entered in the bell straight. I Li The plain end shall be forced inside the gasket and bell until it strikes the end of the interior of the bell, after which the end of the pipe shall be moved sideways or up eight (8) inches to move it slightly away from home to allow for expansion and to provide flexibilityto the eto the completed line. The pipe may then be deflected as prescribed in the preceding e. Lubricants are normally supplied by the pipe manufacturer in sufficient quantities. No substitutes shall be made. The Contractor shall furnish such jacks, or other devices as are necessary for forcing the pipe into the bell and gasket. Care shall be exercised to avoid damage to the pipe where the pushing device or machine part contacts the pipe. A wood block or suitable pad shall be placed between the pipe and that part of the pushing device which contacts the pipe. All plain ends that enter a push -on bell shall be beveled at 30° for at least one-eigth (1/8) inch. All cut pieces or ends of. pipe of other classi- fications shall be so beveled. 7.7 INSTALLATION OF MECHANICAL JOINTS Prior to jointing the pipe and/or fittings, the plain ends of the pipe and the bells of the pipe and fittings shall be thoroughly cleaned using a soapy water and cloth, removing all foreign materials from the bells, especially the gasket seats. CJ 7-4 I The cast or malleable iron follower rings shall be placed on the plain end of the pipe or fittings, followed by the rubber gasket which has been thoroughly cleansed and lubricated with the soapy water. The plain end of the pipe shall be placed in the bell, to which I connection is to be made, and shouldered in back of the bell. The rubber gasket shall be advanced into the bell and seated in the gasket seat; the follower ring shall next be brought into contact with the bbering,dandll I bolts entered and nuts started. The pipe may then be given maximum deflec- tion as prescribed in the preceding table. Joints shall be made tight by advancing the nuts with a wrench 180° Iapart until a tight joint is made. The Contractor shall provide a "torque wrench" suitable for measuring tension on bolts for at least such a time as the workmen making the joints have gotten the "feel" of the required tension. At no time should handles longer than those supplied by the wrench manufacturer be permitted. The torque range shall be as follows: 5/8" Bolts 45 - 60 Ft. Lbs. 3/4" Bolts 75 - 90 Ft. Lbs. • I 1" Bolts 85 - 100 Ft. Lbs. 1'" Bolts 105 - 120 Ft. Lbs. After the workmen have become accustomed to this torque, a socket wrench with a ten (10) inch handle may be used. The rubber gasket and joint bolts of mechanical joint retainer glands shall be installed in accordance with above. Set screws shall be tightened evenly to approximately sixty-five (65) foot pounds for larger diameter. Do not attempt to deflect joint after tightening set screws. 7.8 CONCRETE THRUST BLOCKS AND COLLARS I Concrete thrust blocks and anchors shall be provided along the pipe line in accordance with the construction details, plan sheets, or as directed by the Engineer. The concrete mix shall be Class "A" for thrust collars and ' Class "B" for thrust blocks. Concrete for thrust blocks shall be placed against undisturbed soil. The excavation shall be hand shaped and free of loose material. Forms shall ' be used to confine the concrete in areas other than that part that is in contact with undisturbed soil in the direction of the thrust. I No concrete shall be placed around any part of a joint or placed so that it interferes with the removal of any joint accessories such as bolts, followers, threads, collars, couplings, etc. Fire hydrant drains shall not be restricted. The top of the concrete thrust block or collar shall be struck off with a wood straight edge or float. I 7-5 Concrete shall not be placed when the temperature is below 40°F. or below 35°F. if the temperature is rising unless approved by the Engineer. Placement shall be as specified elsewhere herein. Admixtures are not to be used without the approval of the Engineer or his representative. The contractor is cautioned that he may be required to remove any concrete placed in the absence of the Engineer or 'his representative without compensation. Backfill over concrete thrust blocks or collars shall not be placed before the concrete has attained initial set. between No thrustall e less ithan six (6) inches the direction ofkthrust. the pipe line or appurtenances andundisturbed soil in The excavation shall be free of water before concrete is placed. Steel reinforcement, as specified on the Plans, shall be placed as specified elsewhere herein. The pipe or appurtenances shall be cleaned before placing concrete when the concrete is to be in direct contact with the pipe or appurtenances. The area of contact of the thrust blocks and collars shall be suffi- cient value of the soil. ill vary depending o n the Suggested safe soil bearing values are as follows: bearing TYPE OF SOIL Solid Rock Hard Slate Medium Shale Soft Shale Dry Clay Gravel Soft Clay Dry Sand or Loam Wet Clay SUGGESTED SAFE BEARING VALUES (tons/sq. ft.) 25 6 4 2 4 1.5 2.5 0.75 The above values are approximate and will vary considerably and are intended to be used only as a guide. The Contractor is responsible for determining the soil bearing value or taking other actsOn to assure that the bearing area is adequate to restrain the pipe or appurtenances. Where the soil is unstable or in the case of recent fill following procedures shall apply either singly or in a combination: shall be of adequate size to restrain pipe without depending on horizontal bearing of (a) Thrust blocks appurtenances by mass alone soil. (b) The excavation shall extend deep eand constructed contact firt soil so that and the block brought up to the pipe or the block acts as a beam and will provide restraint required. Such blocks shall be reinforced with steel reinforcing bars. areas, the or the 7-6 (c) Anchor blocks shall be constructed in a firm soil and tie rods extended to the pipe or appurtenances. Thrust blocks for vertical bends shall be adequate to resist the thrust by mass alone when the thrust is upward, ` Thrust blocks and collars shall be adequate to restrain the pipe line ad appurtenances at the specified test pressure. The following table lists the resultant thrust at certain fittings at a pressure of 100 psi. In order to determine the thrust at the test pressure these values are to be multiplied by a factor equal to the test pressure divided by 100 Thrust Per 100 psi Pressure Fitting 110 Bend 0.3 ISO 0.4 2210 0.6 300 0.7 450 1.1 900 2.0 Plug (Dead End) 1.4 0.5 0.7 1.0 1.3 1.9 3.6 2.5 1.1 1.5 2.2 2.9 4.3 8.0 5.7 2.0 3.1 2.6 4.1 3,9 6.1 5.2 8.1 7.7 12.0 14.2 22.2 10.1 15.7 4.4 5.9 8.8 11.7 17.3 32.0 22.6 6.9 9.2 13.8 18.3 27.1 50.0 35.3 10.0 13.3 19.9 26.3 39.0 72.0 50.3 13.6 18.1 27.0 35.9 53.0 98.0 69.3 17.7 23.6 35.3 46.8 69.2 128.0 90.: Concrete thrust blocks or collars that fail to restrain tr in the pipe or appurtenances shall be replaced by the Contractor at his expe 7.9 CONNECTIONS TO EXISTING MAINS All connections to the existing City water distribution system must be accomplished in the presence of the Engineer or his representative. In cases where completing the connection will disrupt service to customers, the Contractor shall notify the Engineer at least two (2) days in advance of the work so that the customers whose service will be disrupted can be notified. The Contractor shall plan the work sothat disruption of service to the is held to a minimum. The plan must be satisfactory Engineer. After connections have been completed the valves shall be tightly closed. 7.10 FILLING PIPE LINES After the pipe lines and appurtenances have been installed, all concrete thrust blocking has cured adequately and upon approval of the Engineer, the pipe lines shall be filled with water. 7-7 In order to prevent circulation of water through the new water main pipe lines back into the distribution system, only one valve shall be opened to allow water to flow into the new water lines. This valve will be tightly closed after the filling operation has been completed. The valve operated to fill the pipe lines shall bf operated slowly and shall not be fully opened. The operation of the valve shall be under the direction of the Engineer. All air shall be expelled from the pipe line by opening fire hydrants and/or other openings installed at the pipe line crests by the Contractor. The location and number of such openings shall be as shown on the plans or as directed by the Engineer. Water for filling the lines shall be obtained from and coordinated with the City. 7.11 LEAKAGE TESTS After the pipe lines or isolated section of the pipe lines have been filled with water, the pressure shall be increased to the test pressure by means of a pump. II The Contractor shall furnish a below. The owner will furnish the meter shall furnish all labor for conducting all The test pressure shall be 225 lines and appurtenances shall be tested. The duration of the leakage t specified by the Engineer. pump and appurtenances as described and pressure gauge. The Contractor tests. psi for the Water Main. All pipe ests shall be two (2) hours or as The source of water for the pump suction shall be a water pipe line in the Sprsugdale distribution system. The vessel used must be approved by the Engineer. All interior valves including valves on fire hydrants and other appurtenances shall be open during all tests. After the specified test pressure has been applied the entire pipe line shall be checked in the presence of the Engineer giving particular atten- tion to that part of the pipe line and those appurtenances that are exposed. Testing on the water main shall be witnessed in person by a representative of the Springdaie Water' Department. If leaks are apparent, the Contractor shall at his own expense perform whatever work and/or replace whatever material that is required in order to remedy the defect and stop the leaks. All corrective work shall be approved by the Engineer. After the Contractor has taken the necessary action to repair or replace any part of the pipe line or appurtenances where leaks were apparent 7-8 or if leaks were apparent, the pipe lines shall be subjected to a leakage st at the pressure specified with a meter inserted in the test pump discharge line. The maximum leakage per hour for cast iron pipe shall be as calculated from the following formula: L=ND� All rubbber gasket or 0 -Ring Joints 7400 L = Allowable Leakage (gallons per hour). N = Number of joints in pipe line tested. D = Nominal diameter (inches). p = Test pressure (psi). If any test of pipe laid disclosed leakage greater than the allowable leakage as calculated from above formula, the Contractor shall athis exns e locate the leak or leaks and perform whatever work o de andt and/or acre lachstop the leak. er material that is required in order to remedy t All corrective work must be approved by the Engineer. Cost of water for all testing shall be the responsibility of the Contractor. J II 7.11.1 Test Pump The Contractor shall provide a water pump for testing the mains hydrostatically. The pump shall have the following features: (a) Designed so that the required test pressure can be attained. (b) Equipped with a by-pass pipe between the pump suction and discharge. By-pass shall be equipped with an in -line valve and a valved exhaust outlet. (c) The pump discharge shall be equipped with the following, in the order listed from the pump outward. (1) Pump by-pass outlet. flow back toward (2) Check valve arranged so as to prevent pump. (3) Adjustable pressure regulating device capable of maintaining discharge pressure at a constant level. (4) Valve exhaust outlet. (5) Section of flexible hose - length sufficient that ends of hose rests on ground. (6) Straight meter coupling - 1/2 3/4" F.I.P. " H.I.P. x (7) 5/8" meter - furnished by Owner. (8) Outlet meter coupling Outlet shall ' be equipped with (9) Outlet for pressure gauge. 4" F.I.P. valve and surge dampening furnished by nection for gauge shall be 1/ The pressure gauge will I 7-9 (d) The pump suction shall be equipped with the following from the pump outward: (1) Pump by-pass outlet. (2) Suction Pipe. (3) End straight to prohibit suction is connected to a vessel instead of on The Contractor shall provide all connecting pump to suction source and the main 7.12 STERILIZATION Blowoff and sample points shall be constructed by the Contractor as shown on the Plans or as directed by the Engineer. Fire hydrants shall be utilized as blowoff points whenever possible. However, fire hydrants are not satisfactory for sample points. Openings for sample points shall be 3/4" copper riser pipe which extends well above the surface. There are three acceptable methods of disinfecting: continuous feed method using liquid chlorine or calcium hypochlorite, the slug method using liquid chlorine or calcium hypochlorite, and the tablet method using calcium hypochlorite. The slug method applied to large mains and shall be used only upon the aoproval of the Engineer. Liquid chlorine shall be used only when the Contractor has suitable equipment available and employees who are familiar with the physiological, chemical and physical properties and who are properly trained and equipped to handle any emergency that may arise. If, in the opinion of the Engineer, the equipment is inadequate or the personnel are not qualified, this method shall not be used. When the continuous feed or slug method is used and the source of chlorine is calcium hypochlorite, a solution of hypochlorite and water shall be prepared by mixing thoroughly in a suitable container. The mix shall contain one (1) pound of calcium hypochlorite per gallon of water. A suitable pump shall be provided for pumping this solution into the pipe lines to be disinfected. This pump shall be equipped with a flow measuring device. When liquid chlorine is used the equipment for injection shall consist of a solution feed chlorinator in combination with a booster pump for injecting the chlorine -gas water solution into the pipe line. Introduction of chlorine -gas directly from the supply cylinder shall not be permitted. The pump shall be equipped with a flow measuring device. During application of any chlorine solution, care shall be taken to assure that the solution does not flow back into the distribution system. entry of foreign matter if pump a water main. other necessary connections for to be tested. 7.12.1 Continuous Flow Method The procedures for disinfecting by the continuous flow method shall be as follows: (a) The flow through the pipe line and the solution flow shall be regulated so that the required concentration of chlorine is attained. The flow through the main shall be measured by using a pitot gauge or meter. 7-10 (b) The introduction of the solution shall be continuous until the desired concentration is attained throughout the pipe line system. The con- centration shall be checked by the Drop Dilution Method. (c) After the required concentration has been attained all internal valves shall be operated in order to assure that the solution comes in contact with all appurtenances. (d) The solution shall remain in the pipe line system for twenty-four (24) hours after which the pipe lines shall be thoroughly flushed. The chlorine concentration shall be checked before flushing. If the concentration is less than 25 parts per million the disinfecting procedure shall be repeated if directed by the Engineer. 7.12.2 Slug Method The procedure for disinfecting by the slug method shall be the same as the continuous flow method except that the flow rates shall be regulated so that the specified concentration of chlorine shall be in contact with all parts of pipe line for at least three (3) hours. 7.12.3 Tablet Method The procedure for disinfecting by the tablet method shall be as follows: (a) Five gram calcium hypochlorite tablets shall be placed in each section of pipe, in hydrants, hydrant branches, and in other appurtenances in sufficient quantities to produce the specified chlorine concentration after the introduction of water. The tablets shall be placed in the top of the pipe with Permatix No. I or other approved adhesive. If tablets are placed in the pipe before jointing, the location of the tablets shall be marked on the outside of the pipe to assure that the pipe is not rotated. The tablets shall be placed so that they are not damaged during the laying operation. (b) After the pipe lines and appurtenances have been installed, they shall be filled very slowly so that the tablets are not dislodged. (c) The procedures outlined in Paragraphs 3.12.1(c) and 3.12.1(d) shall apply. 7.12.4 Sa lin After final flushing, two consecutive samples of water taken at 24 hour intervals shall be collected from the sample points provided by the Contractor and tested. The Contractor shall provide any assistance required in collecting the samples. If any of the samples collected are positive, the disinfecting procedures shall be repeated as directed by the Engineer until negative samples are collected. Only the continuous flow or slug method may be used. The cost of water used for disinfection and flushing shall he the responsibility of the Contractor. The costs of testing of the samples will be the responsibility of the Contractor. 7-11 7.13 MEASUREMENT Water main will be measured by actual slope field measurements - the length of valves and fittings shall be included as a part of the total pipe length. Pipe required for making "tapping connections" to existing mains will be measured in the field measurement for pipe installed. Concrete thrust blocks and collars will be measured by volume in cubic yards in place to the dimension determined by the Engineer. Concrete required due to overexcavation of the pipe trench will not be included in the measurement of concrete for payment. Testing will be measured periodically in proportion to the amount of line acceptably tested. No differentiation will be made as to size of line tested. 7.14 PAYMENT Water mains acceptably completed, and measured as provided above, will be paid for at the contract unit prices per linear foot bid for the several sizes listed in the Unit Price Schedule, which price in each case shall be full compensation for furnishing all materials; and for all equipment, tools, labor, and incidentals necessary to complete the work. Concrete thrust blocks acceptably completed, and measured as above will be paid for at the contract unit prices per cubic yard listed in the Unit Price Schedule, which price in each case shall be full compensation for furnish- ing all materials, and for all equipment, tools, labor, and incidentals necessary to complete the work. Reinforcing steel in thrust blocks will not be measured for separate payment but will be considered subsidiary to the installation of the concrete. Payment for testing will be made periodically in proportion to the amount of line tested as measured above. 7-12 \: ?) d /§ t .\ I Z f{