Loading...
HomeMy WebLinkAbout173-91 RESOLUTIONRESOLUTION NO. 173-91 A RESOLUTION AUTHORIZING A CONTRACT WITH MCCLINTON ANCHOR COMPANY WITH CHANGE ORDERS AND CONTINGENCIES IN AN AMOUNT NOT TO EXCEED $295,000 FOR THE 1991 CHIP AND SEAL PROGRAM 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 with McClinton -Anchor Company, with change orders and contingencies, in an amount not to exceed $295,000 for the 1991 Chip and Seal Program. A copy of the base contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. Section 2. That the Board of Directors authorizes and directs a budget adjustment in the amount of $30,000 to be transferred from the Street Seal Coat, Acct. No. 452-952-5-315.00 to Chip and Seal, Acct. No. 447-947-5-809.00. PASSED AND APPROVED this 17th day of September , 1991. ATTEST: By yG City Crk APPROVED: B TOTAL OF BID: $ (hI 095 to (Amounts are to be shown in both words and figures. In case of discrepancy, the amount in words will govern.) The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of 30 calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, Bidder will execute the formal contract attached within ten (10) days and deliver a Surety Bond or Bonds. The security attached in the sum of t'1Ve.,� Vt,: -1%'): O j KVC t r&o 13T of (f -,(D is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. (SEAL - if bid is by Corporation) Respectfullyubmitted: f\ZNCsP MCAA NlorJ-/JCLo(Z r.,1 Bidder By: ,4.11/D 74. Z40 14 . Gwv4C t_b tAglJ1'lLivto.Ax,'1 J.*- Zi 0�i Business Address and Zip Code 1 RE) • APAC-Arkansas, Inc. • McClinton -Anchor Division • 240 North Block Street • P.O. Box 1367 Fayetteville, Arkansas 72701 • (501) 521-3550 APAC-ARKANSAS, INC. - MCCLINTON-ANCHOR DIVISION PERFORMANCE RECORD REGARDING CONSTRUCTION PROJECT OF SIMILAR NATURE 1 1990 Chip and Seal Program for City of Fayetteville, Project E-270 - Approximately 50,000 square yards of Double Chip and Seal. 2. 1991 Street Paving Program for- City of Bella Vista. Project 91018 - Approximately 8Q,000 square yards of Single and Double Chip and Seal. 3. 1990 Street Paving Program for City of Bella Vista. Approximately 90,000 square yards of single and double chip and seal. • CONTRACT THIS AGREEMENT, made this day of , 19 , by and between the CITY OF FAYETTEVILLE, (Corporate Name of Owner) herein called "OWNER", acting herein through its , (Title of authorized Official) and FAYETTEVILLE of ARKANSAS McCLINTON-ANCHOR, , County of INC. , a corporation of WASHINGTON , and State , hereinafter called "Contractor". WITNESSED: that for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Owner, the Contractor hereby agrees with the Owner to commence and complete the construction described as follows: CHIP AND SEAL STREET IMPROVEMENTS Fayetteville City Streets Fayetteville, Arkansas hereinafter called the "Project", for the sum of TWO HUNDRED SIXTY ONE THOUSAND NINETY FIVE AND 40/100 Dollars ($261,095.40) and all extra work in connection therewith, under the terms as stated in the General and Special Conditions of the Contract; and at his (its or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said Project in accordance with the conditions and prices stated in the Proposal, and Information to Bidders; the plans, which include all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof; the specifications and Contract Documents therefore as prepared by Milholland Company, Engineering S Surveying, herein entitled the "Engineer", all of which are made a part hereof and collectively evidence and constitute the contract. The Contractor hereby agrees to commence work under this Contract on or before a date to be specified in a written "NOTICE -TO -PROCEED" of the Owner and to fully complete the Project within 45 consecutive calendar days thereafter. The Contractor further agrees to pay, as liquidated damages, the sum of $250.00 for each CONSECUTIVE CALENDAR DAY thereafter as hereinafter provided in DIVISION I, Section 01:04 of the General Provisions and as stated in Bid Documents E-300 1 1 • CONTRACT • The Owner agrees to pay the Contractor in current funds for the performance of the Contract, subject to additions and deductions, as provided in the General Provisions of the Contract, and to make payment on account thereof as provided in DIVISION I, Section 01:23; "MEASUREMENT AND PAYMENT", The Contractor further agrees to allow the Owner to deduct from the FINAL Payment all charges invoiced the Owner by the Engineer for "RESTAKING OF CONTROL", as provided by DIVISION I, Section 01:21 of the General Provisions. IN WITNESS WHEREOF, the parties to these presents have executed this contract in three [31 counterparts, each of which shall be deemed an original, on the day and year first above mentioned. (SEAL) CITY OF FAYETTEVIL e t: i) Owner B � !::711^}, tt� eietAA4 Witness (SEAL) Attest: Title 113 WEST MOUNTAIN ST. FAYETTEVILLE, AR 72701 Business Address and ZIP Code Mcg 1 T01 `e. R. men Dl visioQ Contr ctor /� �• By: a/nu4_' 74 , e.962.,• Witness / Title 240 N. BLOCK, P.O. BOX 1367 (Print or type names under- FAYETTEVILLE, AR 72702 neath all signatures) Business Address and ZIP Code NOTE: Secretary of the Owner should attest. If Contractor is a corporation, Secretary should attest. E-300 2 • 1991 Chip and Seal Program - City of Fayetteville Addendum No. 1 The following changes are made a part of the 1991 Chip and Seal Program, City of Fayetteville Bid no. 91-41. General scope of the addendum: To include in the specifications - Division 1, General Provisions - standard clauses to protect the Owner's Right to terminate. Specific Changes: The following standard clause is added to the General Provisions as contract clause 24. THE OWNER'S RIGHT TO TERMINATE CONTRACT• If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should refuse or should fail, except in case for which extension of time is provided to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to Subcontractors or for materials or labor, or disregard laws, ordinances, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Contracting Authority, may, without prejudice to any other right or remedy and after giving the Contractor ten (10) day's written notice, terminate the employment of the Contractor. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expenses shall exceed such unpaid balance, the Contractor shall pay the difference to the Contracting Authority. Pending settlement of disputes on any point of controversy, the Contracting Authority may suspend action on all or any part of the work. The Contractor shall not be entitled to any claim for loss or damage by reason of such delay, nor shall he be entitled to extension of time, although such extension of time may be granted by the Contracting Authority if he deems it in the interest of the work. Acknowledgement by the bidder: APdc Ar rwc, X101 / , fC(/,q terh-,ekckige /i / ,n, 9.3 • gi Bidder 441.u42,41. dote_ Date • CITY OF FAYETTEVILLE, ARKANSAS IN -YEAR BUDGET ADJUSTMENT ADJUSTMENT/ BUDGET YEAR 1991 DEPT* Public Works DIV : Engineering PROG: Street Impvts. DATE REQUESTED 8-28-91 PROJECT OR ITEM REQUESTED: 1991 Chip & Seal Program JUSTIFICATION OF THIS INCREASE Additional funds required to 1) provide a nominal (5%) construc- tion contract contingency and 2) fund the solution to Coach Drive PROJECT OR ITEM DELETED: $30,000 of the budgeted $52,000 for 1991 Street Seal Coat JUSTIFICATION OF THIS DECREASE The Street Seal Coat is no longer scheduled for 1991. The funds should be combined into as needed street improvement/maintenance projects. INCREASE ACCOUNT TITLE Chip and Seal ACCOUNT NUMBER 447-947-5-809.00 AMOUNT $30,000.00 DECREASE ACCOUNT TITLE Street Seal Coat ACCOUNT NUMBER 452-952-5-315.00 AMOUNT $30,000.00 DATE REQUESTED BY: Wthn BUDGE^ COORDINATOR: / 7t 8/2 9191 DEPARTMENT DIRECTOR: _ AD IN SERVICES DIR: G CI Y Aint‘ GER BUDGET OFFICE USE ONLY DATE OF APPROVAL Bye Date Entered Posted Type: A B C D E Total program adjustments to date: • BID FOR UNIT PRICE CONTRACT Place: Room 111, City Administration Date: August 26, 1991 @ 2 00 p.m. Project No.• E-300, Bid No. 91-41 Proposal of AWAlkati+aul,Aev 1441/0//ups a.inu(hereinafter called Bidder)* a corporation, organized and existing under the laws of the State of vel!Ll(/C(.CC� ,* a partnership, *or an individual doing business as • To the CITY OF FAYETTEVILLE, ARKANSAS, hereinafter called OWNER. Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of 1991 CHIP AND SEAL STREET IMPROVEMENTS, PROJECT No. E-300, having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract documents, within the time set forth therein, and at the prices stated herein. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is a part. B idder hereby agrees to commence work under this contract on or before a date to be specified in a written "NOTICE -TO -PROCEED" of the Owner and to fully complete the project within 45 calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of $250.00 for each consecutive calendar day thereafter. B idder acknowledges receipt of the following addendum: MINS B idder agrees to perform all the work, described in the specifications and shown on the plans, for the following unit prices: *Insert corporation, partnership, or individual as applicable. E-300 1 CONTRACT - BID DOCUMENT: CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS SUPPLEMENTARY SPECIFICATIONS FOR CHIP & SEAL STREET CONSTRUCTION: In accordance with plans and specifi-cations for said project, Contractor shall reconstruct EXISTING City Streets within the following criteria: 1. 2% Crown (All widths) 2. MAX Thickness of New SB -2 = 4" 3. Minimum Edge Thickness with SB -2 = 4" 4. Maximum Thickness of Edge of Street Grade = 6". Contractor shall reconstruct EXISTING street DRIVING surfaces to a 2% crown using existing on-site SB -2 Base material as follows: A. Where Existing SB -2 DRIVING surfaces are greater than twenty-two feet [22'1 in width, Contractor shall use Existing SB -2 and construct a 2% Crown within the central twenty-two feet [22'1 of the street sections, EXCEPT at intersections and Cul -De -Sacs. B Where existing street base is less than twenty-two feet [22'1 in width, the EXISTING street SB -2 Base shall be Reshaped to provide for a street section the same width as the EXISTING SB -2 Base with a 2% crown. C. Subsidiary to other Items of the Contract, the Contractor shall under cut pot holes and rough areas in street sub -grade and reconstruct the top 12" of street sub -grade section with existing materials. D . "HILLSIDE" MATERIAL, as a separate Bid Item, may be used to reconstruct sub -grade, ONLY when approved by the Prosect Engineer. - E . All materials used for reconstruction of street sub - grade, without prior request and approval by the Project Engineer, shall be Subsidiary to other bid items of the contract. E-300 1 CONTRACT - BID DOCUMENT: CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS SUPPLEMENTARY SPECIFICATIONS, Cont. F. Engineer will not provide a "CUT SHEET". Contractor shall construct street centerline profile at a uniform slope using the existing street profile as a guide. G . The Contractor shall request the Engineer to inspect and approve all street sections prior to placing SB -2 Base, and prior to placement of double chip seal surface, respectively. H . Construction Bid Items shall include costs for all S tandard Laboratory and Field Material Testing. Densities shall be at intervals Not -To -Exceed 500 L .F. and not less than two (2) tests per Street Segment. I. The EXISTING SB -2 Base shall be reconstructed to form a 2% crown and compacted to 95% modified Proctor at Optimum moisture prior to being over-layed with new SB -2 Base. J . Construction shall in accordance with the latest edition of the "STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION" Published by the AHTD, with the "SEASONAL LIMITATIONS" WAIVED. Construction delays due to inclement weather conditions should be considered by Bidder. K . Construction 1s anticipated to begin after September 1, 1991; Therefore, Asphalt Materials shall be e ither of the following Rapid Curing Cut-back Asphalts; RC -250, or RC -800. L . All testing shall be performed by an Independent, L icensed Materials Testing Laboratory. M. Contractor shall notify all Residents adjacent to the Construction Site, a minimum of 48 hours prior to beginning construction. Said NOTIFICATION shall be typed to depict the Type of Construction, approximate duration of the contruction, Contractor's Name and telephone Number, Owner's Name and Engineer's Name. E-300 2 CONTRACT - BID DOCUMENT: C11IP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS BID ITEMS ITEMS: All Items Complete in place, including all labor, materials, bonds, insurance, equipment, fittings, and unforseen items, constructed in accordance with the City of Fayetteville Specifications and Requirements and as shown on plans, grading, reconstruction of street sections, utility adjustments, street surface construction, shaping, clean-up, repair of damaged yard surfaces, and testing. BID ITEM I: STREET SECTION: Crown Street Sections using existing Base materials, and Construct New Street Section with new Compacted SB -2 Base the same width as existing SB -2, PLUS a 12" wide TAPER each side. Cover entire width with the Bituminous Prime Coat; PLUS a Double Chip and Seal Surface the width shown on Plans or twenty feet [20'] in width, which ever is least, per STANDARD SPECIFICATIONS for HIGHWAY CONSTRUCTION ARKANSAS STATE HIGIIWAY COMMISSION. STREET SEGMENTS: SEGMENT No. 19. Anne Street: [345 L.F.] a: Double Chip and Seal Surface, 708.4 1 Lh.t'ti11D'eval HANDtri $2 .00) Per b. SB -2 Base, compacted in place 178 tons @ _ ELEVEN DoU.iIR$ nw - reax COOP $ I I.40 ) Per Ton SEGMENT No. 16. Box Avenue: [862 L.F.1 a: Double Chip and Seal Surface, 1356.0 SY 0t=rig- TNof .��1 nHvuo&EDT+4u`( ch ( $ 51Z:I .00 ) Per Lump Sum S 57 ) .0° vol -4,44.5 b. SB -2 Base, compacted in place, 350 tons @_ q O.UU rias(!) �' a�-- Fnt-TNC o, 5 ( $ 11.'-4'O ) Per Ton $ �i SEGMENT No. 17. Cherry Lane: [557 L.F.) a: Double Chip and Seal Surface, 1027.9 SY @T R.m; s n y no rseksp,o Np a fmnneb 5Wr`( Ra( $ 3, %5.00 ) Per Lump sum •S b. SB -2 Base, compacted In place, 261 tons @ suet N ao E, a, tmtF( c e,01- ($ I I I 'O ) Per Ton $7.--$15•40 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * SUB -TOTAL PAGE: BID ITEM NO. I $ * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * SY @Ivy° Lump Sum 87-'133.00 $ Zot`j. ao E-300 3 CONTRACT - BID DOCUMENT: CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS BID ITEMS SEGMENT No. 4. Coach Drive: (768 L.F.I a: Double Chip and Seal Su face 981.8 SY @ Tiu caC moi wn veo l;IwDerroas�i-t�'�('$ 3;88.ob ) Per Lump Suin 5 3;188.00 SB -2 Base, compacted in place, 260 b. 0 tons @ Per Ton $Z` 64,o0 SEGMENT No. 18, Cross Avenue (330 L.F.) a: Double Chip and Seal Surf ce, 690.0 SY @Iw0 -r1aj.,4N0.5nttth c,PCD S)w:N LWT (S' 6 00 ) Per Lump Sum $`�i66Z..00 Poi 1.lnf b. SB -2 Base, compacted in place, 173 tons @ 61.194-40 PetkAArj a'd.� �+Mc•-( coils ( S II, 4%O) Per Ton S I� ll-. ..e° SEGMENT No. 15. Dockery Avenue: [634 L.F I a: Double Chip and Seal Surf ce, 1054.7 SY 'r{k)JSA o 50t14NnJ Llxtsftt ( ai°611 0 ) Per Lump @ ore— Sum $ y)069.Oo b. SB -2 Base, compacted in place, 271 tons @ Ei.f;Vde.lVoLVARAo,,4L.Fac.“caC;(S (1,40 ) Per Ton SEGMENT No. 2 Fifty -First Street [711 L.F.I r/ a: Double Chip and Seal Surface, 1474.2 SY @VV1 lloisAuasix (Wrtr F]6dCSH SOu3>J ( $ 568 1.00 ) Per Lump Sum b. SB -2 Base, compacted in place, 370 tons @ tN ToLI-PrIL-i a rdV�vnAti Ce 41.; ( $ I I.61.0 L Pex Ton $2111:48.00 SEGMENT ) $ ,681.00 No. 21. Florene Street: (496 L.F.I a: Double Chip and Seal Surface, 970.2 SY tfla� no/3w° Sell a) tWullteD aa'(1W ($ -31145. 00 ) Per Lump Sum D a WAt../5 b. SB -2 Base compacted in place 245 tons @ O $31y'3,(10 ONDDl.t,M s TM..1'an% • CONTRACT - BID DOCUMENT: CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS BID ITEMS SEGMENT No. 9. Lawson Street: [426 L.F.) a : Double Chip and Seal __Fur face 829.6 SY @TN_ r,wa .,r, Two I tou-Afte ($'200.04 ) Per Lump Sum $ }•a fX SB-2 Base, compacted in place•, 209 tons @_ C5.0 LbUL4z•ILS ^cot— )1W-( ct [5( $ 11.40 ) Per Ton SEGMENT No. 8. Lester Street: [309 L.F.1 a: Double Chip and Seal *awl out-Aoun[.C,DReN Fou(L( $ t'ou; b. SB -2 Base, compacted EL I60 tbLtaJ(k CCar $ 7.387, 6o Surf ce u 555.7 SY 1° Z5114111.00 ) Per Lump Sum In place, 141 tons e 11.40 ) Per Ton SEGMENT No. 5. Llahton Trail: [1066 L.F.1 a: Doub j( ., ,Th Jo}�+nitcb5006,44 6./en$ tl5.06 ) Per Lump Sum $ b. SB -2 Base, c m acted in place 481 tons @ _ EI,Q,JI(,r}9NA0OR:Sa 1�( `S($ II•� ) Per Ton $ SEGMENT No. 14. Michael Cole Drive [1766 L.F.) a: Double Chip and Seal Surface, 3962.2 SY -ilp:X,it,�rrun{kSYiW EMT -I tharJ ( $ (517,43 00) Per Lump SB -2 Base, comeacted in place, 986 le Chip and Seal u face 1885.7 SY @SIJ b. • 1JZbw4411, arra I1. U tons Per 12-15.°0 5;18 310 @ tlrrr'J 5.00 S um $ I -SZ@ SEGMENT Nos. 6. & 7. Palmer Avenue & Palmer Place: a: Double Chip and Seal Surface 1373 0 SY ItbJ�'�1SDr Ut .NU$i:{`'OJ($ 67�.Uv ) Per Lump b. SB -2 Base, co.Facted in place , 341 tons gerJTOl,.kl%a,.i/uK%C`{CG"t5($ j1•"0 ) SEGMENT No 1 Persimmon Street: [2749 L.F.1 • a: Double Chip and Seal Su ta�Fe, 4897.5 SY TR044an0641- 4ntiuODNIP61 t io�R�($ 18p11-t•0o ) Per Lump b. SB -2 Base, compacted In place, 1247 tons EL0316t1 DoL 1. `' c+ 4 Retvi copis ( $ I/ •40 ) P e r * * * * * * * * * * * * * * * * * * * * * * * * * * SUB -TOTAL PAGE: BID ITEM N0. I Per r @Ton $ 111119.4° [595 L.F.) FitIC S um $5 loo Ton $,1�7fin° @irrat sum •$ tool$�4 00 Ton S I i_15.8U $ 903IZAU * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * E-300 5 • CONTRACT - BID _DOCUMENT: CHIP & SEAL STREET & STORM DRAINAGE. IMPROVEMENTS BID ITEMS SEGMENT No. 10. Rose Avenue: [302 L.F.I a: Double Chip and Seal Sur ce 393.9 SY @00.6'i�0454wp itezeilvrro¢�woaq ($ 137 -sod ) Per lvc vau.A(v.> Lump Sum $ 1;547_5100 b. SB -2 Base, compacted in place, 93 tons @ E{. t JVlLt.drt , (us -015($ Jf•40 ) Per SEGMENT No. 3. Sunrise Mountain Road: [9888 L.F.1 a: Double Chip and Seal Surface, 9298.9 SY @ µutl-( crtvicSiWJAgrorTCr_' Aiy ($35g14'.0O) Per Lump Sum $ 3518 ITho° FaJYI/ �W Af1._5 b. SB -2 Base, compacted in place,,L2352 tons UUF`llri I Do�taUS 0.r�4a(L q ccpf! ( $ I I ."[ o ) Per Ton $ /060.70 Ton $zt,8(z.80 SEGMENT No. 12. Vale Avenue: [1212 L.F.I a: Double Chip and Seal Surface 2325.2 SY @a -ICC Z{e t=nN� la}W►n([oD5003N ($ 81glO.0°O ) Per Lump Sum Pat.t.A(l.r b. SB -2 Base, compacted in place, 588 tons @_ BLE);31-)-Q31.4 0. raa- (rota`_a;($ II•ko ) Per Ton SEGMENT No. a: j(idv ftu- b. pl-t7�✓ai $ 8)1-10.00 $ (170"3.70 11. Wood Avenue: [770 L.F. Double Chip and Seal Surface 1526.8 SY @ Rri V('pp EiC,#r [Wo r-eD NO 51-4 ( $ 6,$go.ob) Per Lump Sum $ 58 +6• O U 'pa-tabAS SB -2 Base, compacted in place, 385 tons @ ,L T�ttz44b eaKLF+Jn%t`-( Gt.1%.S ( $ � I.4o ) Per Ton $ --f • 00 SEGMENT No. 13. Yvonne Drive: [356 L.F.I a: Double Chip and Seal Surface 714.0 SY @�a10 vav�n1 FiFM�( !)c$27. 0 556) Per Lump sum$ '155.00 b. SB -2 Base, compacted in place 180 tons @_ Bt-U�VfM Lo(t.£ ea•ol.. —C'-(. cc,r; ( $ II •to ) Per Ton $ ZO5t. 00 SEGMENT No. 22. Texas Run: [108 L.F.) a: Double Chip and Seal Surface, 29.3 SY @ ONL> wpip roa-texu PrA-4W 5 ($ 11.7' n0 ) Per Lump Sum $ i13.00 b. SB -2 Base, compacted in place, 12 tons @ CiJF3J9,1b0(-L{fl/6 E-dn=rcr C61415 ( $ 1•140 ) Per Ton $ I36.8 SUB -TOTAL PAGE: BID ITEM NO. I $ 9b 081 lop TOTAL: BID ITEM NO. I $2.41)-7Y-5,4() E-300 6 2 CONTRACT - BID DOCUMENT: CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS BID ITEMS B ID ITEM II: "HILLSIDE FILL MATERIAL": Compacted "Hillside" sub -base material from OFF- SITE (OFF-SITE identified as material purchased from others than the Owner); unit price per Truck Yard shall include the required "unclassified" Excavation and disposal of soil materials within street section; 1000 Truck Ya d @ 5( 5460 1?rL Aa..�.ppocg 0641;($ 1,10 5546) per T.Y. $ 1100.00 B ID ITEM III: SUBSIDIARY ITEMS: Subsidiary to Item I and II above are the following: a. Unclassified back -fill with excavated materials in Designated "FILL AREAS". b. Back -sloping and landscaping all areas damaged by Construction with 4" top soil; c. Seeding, fertilizing, mulching, and watering for successful growth on all surfaced damaged areas,, filled, back -sloped, and ditched areas ✓ elative to the project; d Use of all suitable "Classified" excavated material for site selected fill material with- in the project's street right-of-ways and designated "FILL AREAS" on project site; e Removal and disposal of shrubs, bushes, trees, ✓ ocks, and other items within the construction limits; f Dispose of excess excavated materials; E-300 7 CONTRACT - BID DOCUMENT: CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS BID ITEMS ***BID ITEM IV: STORM DRAINAGE IMPROVEMENTS: Installation of storm drainage pipe on an "AS NEEDED" basis, as follows: (CMP Pipe 30" and less shall he 16 ga.; over 30" shall be 14 ga.) 1. Construct 18" CMP Storm Sewer pipe, PER L.F. 5l546fI i vs7i)J F'ou(-A(1/1) RPT•-( $ ( 11.50 per L.F. $ 2. Construct 18" Class III -RCP Storm Sewer pipe, PER L.F.@ -716101-4, ti'clt-A-SUS' $( 7,O.(3') ) per L.F. $ 3. Construct 24" Class III -CMP Storm Sewer pipe, PER L F.@ 1-11J3N1'`•1 lino -xllhtCJ " - ( C60 1 --S $( 27-.50 ) per L.F. $ 4. Construct 24" Class III -RCP Storm Sewer pipe, PER L.F.@TvJOtPj Eoftc $( x .00 ) per L.F. $ Compacted SB -2 base back -fill under s reel- - PER TON (AS NEEDED ) @ jrf1J CC,IS`.> $( IO.SO ) Per ton $ BID ITEM V: MISCELLANEOUS ITEMS: 1. GATE VALVES: Adjust Water System Gate Valve to finished s dace grade, 10 each @ UIJn �- 0-1- OCO e reGo 'd,.v{{„.$ ( I I s, 0 O ) Per each $ I i ( .' O . U O 2. SANITARY SEWER MANHOLES: Adjust Sanitary Sewer Manhole Rings to finished surface grade - 20 each @ 17;j0 1A401-41W�c' k t,F C"5IJ T7,0LL$(ZIS.oO) Per each $�C�``Tv'CU * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * TOTAL BASE BID $7,-(j/0qc:7;' 1T7 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * E-300 8 CONTRACT - BID DOCUMENT: CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS BID ITEMS * *"OFF-SITE" HILLSIDE: Truck tickets must be signed by Engineer's ✓ epresentative with date, station location, and use. Contractor's UNIT PRICE shall include all the expense of e xcavating and disposing of "UNDERCUT" materials plus the TOTAL COST OF OFF-SITE BORROW after COMPACTED IN-PLACE. * **NOTE: Alternative Pipe materials may be offered with Bid if a written certified acceptance by the City Engineer is attached to Bid Submittal. ****SB -2 BASE BACK -FILL: Truck tickets must be signed on site by Contractor's representative with date, station location, and use. S B -2 to be used ONLY as Back -fill in Street Sections, Full depth o f Trench to Street Sub -grade and to one foot (1') From surface. NOTE TO CONTRACTOR: A reasonable estimate of SB -2 Trench Back- fill under street sections have been estimated by the Engineer to be -0- TONS. This Contract will pay a unit price per Delivery Ticket AS NEEDED AND APPROVED BY ENGINEER PER TON. Additional Amounts of SB -2 Back -fill to fulfill this Contract shall be considered OVER -RUNS and subsidiary to other BID ITEMS of the Contract. E-300 9 • • 1991 CHIP & SEAL STREET IMPROVEMENTS SUMMARY OF BID ITEMS TOTAL PROJECT CONSTRUCTION COST S-300 $ ziol)o+v4—° • • • a • • A I.A Document No. A-310 (February 1970 Ed.) Sedgwick James Sedgwlck James of Arkansas. Inc. 900 S Shacklelord Road. Suite 600, PO Box 511, Little Rock, Arkansas 72203-0511 Telephone (501) 223-3111. Telex 536249. Facsimile (501) 223-8461 BED BOND KNOW AL.L MEN BY THESE PRESENTS. that we, APAC-ARKANSAS , INC., McCLINTON-ANCHOR DIVISION as Principal, hereinafter called the Principal, and INSURANCE COMPANY OF NORTH AMERICA a corporation duly organized under the laws of the State of PENNSYLVANIA as Syrety. hereinafter called 1b Surety, are held and firmly bound unto City of Fayetteville 133 West Mountain Street Fayetteville, Arkansas 72703 as Obligee. hereinafter called the Obligee. in the sum of Five Percent of the Amount of Bid Dollars ($ 5% for the payment of which sum well and truly to be made. the said Principal and the said Surely, bind ourselves, our heirs. executors, administrators. successors and assigns, jointly and severally, firmly by these presents. WHEREAS. the Principal has submitted a bid for 1991 Chip & Seal Street Improvements, Bid No. 91-41, Project No. E-300 NOW. THEREFORE. if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid. and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and mateial furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid. then this obligation shall be null and void. otherwise to remain in lull force and effect. Signed and sealed this 26th day of August A.D. 19 91 SJ -1316-B (Wi ness) (Witness) APAC-ARKANSAS, INC., McCLINTON-ANCHOR DIVISION �/' (Principal) (Seal) BY :U�i. gjj) 4. 4,,-t Vice President INSURANCE (Title) COMPANY OF NORTH AMERICA (Surety) (Seal) Jud F anks Butler Attorney in fact POWER OF Th, ; \.. Insurante Company of North Amedcot•;- ATTORNEY 9 CIGNA Company KrtOW all men bli.these.prelentsl That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commoner/faith of Pennsylvania, haVing priritiOil office in the City ot Philadelphia, Penntylvania. pursuant to the following Resolution adopted by.. thb,Soe d of • • PISISOLVED. Thal pursuant in Artialeg S.IS sad. 6.1 of the Orlin. follookm Attlee shed googol the otteeigligi let the Caelpeity ol bawls. uedeMeldnes. recopeliancei. earmeate led mar . 11) Met Me President. iny Std., Wia Maids% aty vire Preeldent any Assistant thee President. or any Abetitinnle-0116t2 eit4 Ice en belted of IMP Cintleaat dint OS Se bond' • uodertatunge. recommence. toniteote am, ails trIting• le the nature thipetp the iime le It• guested when nogioaery by the Cooperete Stkvelety. Or any Amgelsal Cotporale Seerelery. and the Hal ef the CetalfellY Settee thereto: end Mil the Premdeat. Seamy /flee President irly Vice President dr tea Atilaistem Preildent May awoke fold aolherite Any other admit Mlecledy v appointed) of the COMPlItly, Mad muirneya.in4iat tO ito meadow toles! to the envoi/doe cot Mt each volliega en WWI *keno temperer and le OW the leaf Of Ole COmemlig therlde. . • 12/ e' • my eueh eneeteed aceareonCo *Rh thee; Renee 41411 Do II binding epee the deitseany Mani dab, Ifteee6 l'fiefettfi it; hie Pfeeldwif 8.4d. 11;491111;j1. le Wig C°491.16 lieftf"."' 13/ llut Ignoble Of the Predawn& of a Simar.YR4 Piesideni. air a Mee President. or an Assattsat vibe bats:NM ead die Seel tit net Compere/ may be ended by Iseeme• am ane vow M attomel, , granted punnet° lo 1Mo flieoldtion. bed the ions* PI cerIffyint1 Other Ina the veal at the Centalle1 May \betiffiled by lideiselle to say eertMesie any teat pont. and any eueh pewee oe - '; certificate hearing mem isttalmild grater* gall flat Mall be Mild end tandem on me Company, • • ":. • " ' " : • ' •..• • (II Seth other °theme of the CdMMIny:end shid/ hive aitherifY to earlitY of 'Mkt/ eankle littqlesoletles. Pei Olsen so ie. domain. ind stobse meini et tee Cauteatm • • ' The pa 00000 et thee Reeolobalt clone net flanebi any *eta* ilathaflfy {vented by desolatletns tee eoard eabbietem adopted el1ideite s. tfi51. may end Marsh 2i doe3 'hereby nominate, constitute RAO. ." ON D. R. • HENDERSON JUDY r.FRANItSi3UTLER, And MARY . GARDNER, all of the City of Little ROCk;„ State Of o ------------------- • N its true and lawful agent and attorney - n -fact, to make, execute, teal and deliver ter and on its behalf, and as Its aCt and deed any and all Bonds and Undertakings, LIMITED in amounts, TWENTY.FIVE MILLION ($25,000,000:) on behalf of.APAC-.Arkansas,%.Ihc. and APAC—Mississippi, Inc:, and APAC—Tennessee.; Said Bonds and Undartakings.to be.signed for the Company and the Seal of the Company attached thereto by anyoneof the said Donald R. Henderson, Judy Franks Butler, and Mary Gardner, individually.; . CIGNA 253920 And the execution of such writings in paisuance of these presents shall be as binding upon said Company, as fully and amply as if they had been duly executed andacknowledged by the regularly elected officers of the Company at Ns principal office. ' IN WITNESS WHEREOF; the said R. E. Giveans, Vice -President, bal.hereunto subscribed his name and affixed the Corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA thie : — 19th day of August ' 6is 90 • . INSURANCE COMPANY OF NORTH AMERICA C-0-k„.1-4.� 2i� COMMONWEALTH OF PENNSYLVANIA " i \ n. E. nNEAHS. vre Present COUNTY OF PHILADELPHIA as. " On 1M19th nay of ' August ., ;:AbllitIL•.,' before the subscriber, a Notary Public of the Commonwealth61Pennsylvae(a in and for the County of Philadelphia ,duly;eommidd oned and qualiflad;came R. E. Giveans, Vice - President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer described in, and vent executed the preceding instrument and he acknowledged the execution e1 this Mute, end, being by me: duly sworn, depobeth and 'smith, that he is the officer of the Cofnpany aforesaid, -end that the teal alined to the aiiEedinp tii•atiuraeni 11 the co:Poraie seal of said Company, and the esid corporate seal And his signature as officer were duly&Thad sed aabscdbed 16 the laid instrument by the authority and direr `r %gt HMW$pprPbretion, Ind that Resoletidn, adopted by the Board of D(rscto s of Did Company, referred to In the preceding (natru`nkit1 OAA `-. `y`yl�j�f�µ(;W F1 EOF I heed hereuntn sni my neon e u „a,, a east et the Cily of Philadelphia the day and year firsFabo ntten j.3 - L L ''/ - \ / > JULIA- ANNANOTARIAROHANA NoSEAtSry.Pubfic�/ Philadelphia, Philadelphia County (Sr L) My Commission Expires August 20 -�\\ y P e.. %: r our Pubes> 1, the 451ere(grj eery o(4NSURANCE COMPANY OF NORTH AMERICA, do hereby.%ertif that the original P6WER OF At ttigNEY, of which the foregoi/ia./ $$Atorrecl Copy, is in full force end effect _ . .�l ` �', � :,\ In *mien•�6 WST4t%tfl4 `v`e-.hereuntdsubscribed my. name as SeCralary, and alllked'Pui corppratA seal. of the Coiporatioii' fhis- .:26th ' day of > . \AlllyllSt .""'-2 \ \. . \ 19 _ ; jam. \ ' 7�"\ \ i• - ^ dai C\J \� N-. C�i \\`. \��aC5 ci THIS POWER OF ATTORNEY •MAY NORBE us@9 TO Ek,ECUTE ANY BOND WIT AIV �NCi:PJIOf� DAT�/iFTERAkiiTht"�Y" \ 1992 +B3.7a38ffl+Pld,-in-U-&A •:!" t' -` 1991 CHIP & SEAL PROGRAM FOR FAYETTEVILLE CITY STREETS PROJECT No. E-300 CITY OF FAYETTEVILLE, ARKANSAS BID No. 91-41 AUGUST, 1991 CITY OF FAYETTEVILLE: CITY ENGINEER: Don Bunn PROJECT ENGINEER: Jim Beavers ADDRESS: 113 W. MOUNTAIN STREET FAYETTEVILLE, ARKANSAS 72701 TELEPHONE: (501) 575-8206 MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Telephone: (501) 443-4724 Fax: (501) 443-4707 E-300 H NOTICE TO PROCEED Dated SEPTEMBER 26 , 1991 TO: APAC-ARKANSAS, INC., McCLINTON-ANCHOR DIVISION (CONTRACTOR) ' ADDRESS: P.O. BOX 1367 FAYETTEVILLE, AR 72702 ' OWNER'S PROJECT NO. E-300 PROJECT 1991 CHIP AND SEAL PROGRAM OWNER'S BID NO. 91-41 ' CONTRACT FOR CHIP AND SEAL OF CITY STREETS, FAYETTEVILLE. ARKANSAS (Insert name of on rac as it appears in the bidding Documents) ' You are notified that the Contract Time under the above contract will commence to run on OCTOBER 2 , 1991 . By that ' date, you are to start performing your obligations under the Contract Documents. In accordance with the Agreement, the date of Final Completion is NOVEMBER 15 , 1991 ' Before you may start and Work at the site, you and Owner must each deliver to the other (with copies to ENGINEER) certificates ' of insurance which each is required to purchase and maintain in accordance with the Contract Documents. Also before you may start any Work at the site, you must: (add other requirements) 1. PROVIDE "OWNER/ENGINEER" INSURANCE. SECTION 17.d OF BID I DOCUMENTS 2. NOTIFY FAYETTEVILLE WATER & SEWER DEPARTMENTS & UTILITIES 3. NOTIFY ENGINEER & RESIDENTS 24 HRS PRIOR TO STARTING WORK ION EACH SEGMENT 4. PROVIDE CITY & ENGINEER A CONSTRUCTION SCHEDULE I I L I I Copies to: file Owner Inspector Utilities oCCIITY OF FAYETTEVILLE BY(✓��Q/��. (A1TT RIZED SIGNATURE) %JilstitsJ/�isur� . (T LE EJCDC 1910-23 (REVISED 09-89) Prepared by the Engineers' Joint Contract Documents Committee and endorsed by the Associated General Contractors of America. I United Service Agency, Inc. P.O. Box 11765 —Lexington, Kentucky 40577—(606) 269-9606 September 26, 1991 FEDERAL EXPRESS MR GARY SCHUSTER APAC-ARKANSAS INC MCCLINTON-ANCHOR 240 N BLOCK STREET FAYETTEVIL.LE AR 72701 Re: Owners' Protective Policy GLPGO6117478 Dear Gary: Enclosed please find the original and one copy of subject policy and the original and one copy of Endorsement Nos. 1, 2 and 3. The Countersignature Endorsement will be forwarded as soon as possible. I trust you will find the enclosed in order; however, please call if you have any questions. Very truly yours, Julie E. Coleman Enclosures cc: Cindy Schlesinger I I I I I I I I I I [l I I I I I INK INSURANCE COMPANY OF NORTH AMERICA, PHILADELPHIA, PENNSYLVANIA GENERAL LIABILITY POLICY DECLARATIONS Named City of Fayetteville GLP GO 61 17 47 8 Insured 113 W. Mountain Street Fayetteville, AR 72701 And The Named Insured is: Address Milholland Company L 205 W. Center Street FAyetteville, AR 72701 ❑ Individual ❑ Partnership ❑ Corporation ❑ Joint Venture [;(Other) Policy Period: From to 12:01 A.M., standard time at the address September 26 , 1991 See Endorsement of the Named Insured as stated herein. Occupation: No. 2 Audit Period: Annual, unless otherwise stated The insurance afforded is only with respect to such of the such Coverage shall be as stated herein, subject to all of following Parts and Coverages therein as are indicated by ❑x . The limit of the Company's liability against each the terms of the policy having reference thereto. LIMITS OF LIABILITY COVERAGE PARTS Bodily Injury Liability Property Damage Liability each occurrence aggregate each occurrence aggregate ❑ Comprehensive General Liability Insurance ❑ Owners', Landlords' and Tenants' Liability Insurance ❑ Structural Alternations, New Construction, DemolitionI Each ❑ Manufacturers' and Contractors' Liability Insurance Annual ❑ Independent Contractors Period) ❑ Completed Operations and Products Liability Insurance ❑ Contractual Liability Insurance IX Owners' Protective ❑ Liability Insurance $1,000,000 $1,000,000 $1,000,000 Personal Liability Personal Medical Payments each occurrence each person each accident ❑ Comprehensive Personal Insurance ❑ Farmer's Comprehensive Personal Insurance $ $ $ Physical Damage to Property Animal Collision —Farmer's Part Only. $ each occurrence Market Value not exceeding $300 each animal each person each accident ❑ Premises Medical Payments Insurance $ $ each person aggregate general aggregate ❑ Personal Injury Liability Insurance $ $ Endorsements attached to policy at inception: GL -109 (OCP), Endorsements No. 1, 2 and 3 During the past three years no insurer has cancelled insurance, issued to the named insured, similar to that afforded hereunder, unless otherwise stated herein: TOTAL ADVANCE PREMIUM ► $ AS AGREED If the Policy Period is more than one year ani the premium is to be paid in installments, premium is payable on: Effective Date $ 1st Anniversary $ 2nd Anniversary $ Countersigned By Authorized t This Declarations and Coverage Part(s), with Policy Standard Provisions and Endorsements, if any, issued to form a part thereof, completes re above numbered policy. LO -2E02 Ptd. in U.S.A. I IN& OWNERS' AND CONTRACTORS' PROTECTIVE LIABILITY INSURANCE COVERAGE PART G' Go 61 17 47 8 ADDITIONAL DECLARATIONS Policy NoLP APAC-Arkansas, Inc., McClinton -Anchor Division ' Designation of Contractor P. 0. Box 1367 Fayetteville, AR 72702 Mailing Address ' Location of Covered Operations Project: 1991 Chip & Seal Program Fayetteville City Streets #E-300 O Cheek here if the following provision is applicable: The person or organization designated above as the Contractor has undertaken to pay the premium for this policy and shall be entitled to receive any return premiums, if any, which may become payable under the terms of this policy. SCHEDULE 'COVERAGE FOR OPERATIONS OF DESIGNATED CONTRACTOR Code Description of Operations No. Premium Bases Rates Advance Premiums B.I. P.D. Bodily Injury Property Damage Cost Per $100 of Cost 3 - 15292 - Construction Operations Owner (not Railroads) - Excluding Operations on Board Ships $261,095.4) 1 Minimum Premium($) TOTALS $ $ TOTAL ADVANCE PREMIUM $ AS AGREED When used as a premium basis, the word "cost" means the total cost to the Named Insured with respect to operations performed for the Named Insured during ' the policy period by independent contractors of all work let or sub -let in connection with each specific project, including the cost of all labor, materials and equipment furnished, used or delivered for use in the execution of such work, whether furnished by the owner, contractor or subcontractor, including all fees, allowances, bonuses or commissions made, paid or due. ' (Over) GL -109 (OCP) 25M Printed in U.S.A. H I. COVERAGE A —BODILY INJURY LIABILITY COVERAGE B —PROPERTY DAMAGE LIABILITv The Ccrpany * , pry• bel'a f 3: the n!L'ec a I LriS rah ci the n:u'tC `hall becone legs 1y etlig!!ed to pay as cameges I e:ajse c' A. hcd ly ii- I:' 9 p'l pe r'Y damage to wn;h Ih s pc'r.r ;p JPs c:Lred b/ :r C•rr: r tilt ar,slrg 3Li c• era :tars peiiu•.n• C the haired . r1.'ti 3, :^e ccnt aC❑ Ctslgn'lr• I r the decljrat ens it the Xa•Ier des giat?c thLre n I' l a:ls r far s':^s ct the Vaned rsLred n -i CC ,.)r N th its Frt•3: s. tery si:r c' s..Ch ?,t'Zt•cn5 3-d the Culinary sha I -'te the r gnl anc c.:y t3 ce'••rd :ny sJ! aqr n'' '!f rst ' P,1 seek rg da'rages C- a:L3L rt i! SLC1 I ali v 0..ry to DiWE,tr canagc, cte'r I any of :he a Ii gal i ,rs tie sit a-: glc.rcless -a sc rr -I3.Cu L-' ale I^aY -dk, such ryes: gal or a': sett emerl 3' a -y C'aiii 1 r S. I' as it dePns evpecient. bit the :.:npany Lhal r ' be r t'i dtcr to mar 3ry L le,n C• uig melt 3: Ic deferd any suit gllp' the apr ct e Ir t c1 the Carr p'"y'3 ab I Iv has Le••r r,naj!teC ly piv 'pert of ,Ldgnens :I set!Ietrents Exclusions Ti s pp Ily does - tarp Y 1a; !o I ahility a's..r -d ty the rased . nder an co,PacI Cr agrePryei• ceepl ar irc dertal tort',,: tut ti,!. CX(IL5.3n rtes hill a3r', in e wr.'ranly :ha: war pedxned 3y fit dr, grater n nt'eC. I A i be dcn' .n a No infant ks man -e;. to: to bcd ly n,Lry •i p'I petty danagE cctu-" ng site- :• all weak tr "e p•njPet I: t' , !3r sery c'. r3ti'e^anTe c• 'epa rS' t3 pt perfo'meC by o' on aehalf 3I the ?:nd l"' td 3' lie s-te cf the covered op•e'ahcns •.' pre". cnmpltteu 3r 12: that pc'! a1 ' the des gneIPd nnt-ac::t's w3'k :J: cf wi :h The iu'y a: dam ige ail Les us been J.: b ,:S rt•'rd:C sa Lv any 3Er•ri ci Cagan ea:,an ether :tai ano^hei ' i ,a;I' '.i s.bc rt•3Cu' eigaged n perform Ing cperat•c-- Ic' a prirc p as a na't o' tie sane prp,erl: It) is todily ir,jiy p•cper'y d•.^ age a' r rg coif 1' 3ry :c: it en is, '0 O' the ,ai"i d rs, '.1 ' his e'-cicvices : I ,i Far g -anal Si perv'. in Cl w3rk 3e,fcrned lc- lb - "311C r$. red ty 'r d•, pule: ci'i3c13-: (d) :c any It'ifrti:n 1,r wh[h Ih. Ii- it' L' 3ry :r e' as h a ii rcr nay be hed i-.bb .act aiv w-"sn P-'- :. ,rrr' of Lnerp ry-., rt Ia1-I•Pns314rr or disat I ty -. i- 's ran, cr , ndrr an. Sint .r !aw le: w nrdily ill 3ry amp cyer c 'e 1•:., •C •r, -ii g , ut 11 -nd In the course 01 his e'npl.;r•' by'he r-L'CC Y'r -, CD Igol,:n b'the Insure Tn reen- n1f; aichh' • t'',, cf drrral•P! 3's n.; roil cl !,.;'I nl., i, I ul !his esclJsicn dces net r y If Jab I ly assLr1 L•i b, fn, i' i re! hire' an nc centa :cnlra.l: (c! 13111upt rid car';f in 1.1 p•npc y cwrtd 3r 3ccipicd ty ail •er!er, 1, 'he Ines fd I?' prcperly Lse: ty the Ins. -rd 13 pruperly m 'he ca-:, :Ls'c J, c' :m'•, I •1t the rsued cr as 13 wh ci 'he Insured is I: aiy p.•pc•e e.er:i!ng rhy! cal c'i:i'-1.':' 14, wcrk perk' 1 c 'cr'he h'- Ed ty tie cet g•3•cd curt' ic!nr: (g) In h_ddy ii.u-, - p'oee':y dar ar doe It. ea- wnet^rr c• net d, c a•>c eiv I war. nsw•ert c- rebPll r'n or rerc .ti -n n' !n Pry a: I L' Loncilitr nu[ent to any a' the Ice;. mg. n :h. resp'ct -c al fl ay!.mtcd 3y :he rsurec 3ncei an me centa cc -'ra:t. c• ? i.ip-rses 1w ' -st ad Ender the SL;P ementaiy Pay'n cis pr.yi. i cf :he po coy ;l- to Lodi y iijJry " pr: pe•!y Carafe -' slrg a' e1 11: the Jill ma nle narce, operatic- J -e Inadig C' Jr:cad,-p of any moll a ecu Pontiff while te.ng used in or, o-ea'-anged cr a Flawed racirg sreed or demo at or :mfrs' Cr m ary stir) r; act v ty o- n 3ia1 cc u'-'Ep3,a: an far any s.., h conle!I 3r II Iiv,ly or : '1 r aptra'i:r rr Lee cf any !"anrrbi e c' t•ri e- des gied for use ti.fewrh to bodily n „ry - protierty d2 -ac a'isirg nut if tie discha'ge d spe-sal. re ease no escape cf srrace rapes, sx' fines. ac is. a ka1 s la, L ;henlcals Lquids no gaze". +ash natei1315 no 3lher r' lark, : ci'an rarts cr pot utants Irto r Jpii la--. the atm3s7f1e•e cr a -y wa1P- :calve of body a' water; bLl 1n s excl-si:r dies rot aaply I' s;ch cis:harFP d epe'!a , :cease o- escape s sudden and or,, drrtal I' b Icss ct .se c' larp'blfr :'costly wticn has not leer p!y- cf: y IrJ led ar dts:icye3 resulting form I a delay In or lace cf p'•}: i-lance by ur of tens I of :Fr Named .n.uee of aiy roil'a, t „r agreement, c' 2 !h, r: J••' :' tie ti3 ned 1"s.-ed s p'od.i, t• n1 wr,', pe''crmed ?y c' ci beh3 f of tie Nam'-. IrS-'rd to rte: he level c' re"'c'T3"el, goal ty, I Ines) c' local I i'y #r-artec lr rep csrntoC ', !ht herred Ins-ed. tI t•I': i•,:.-icn eves rct at:Ij t3 C'SS C' .. Sr C' C'yP, '2rg,tIe "rcpeerly its.. !irg Ire'. tie sudcer and aCcid, ntrl piytga i',u-) to :r deslru-ficn of the ha—ec I"sJ!Ld s rrad.c's Cr ocrK per'crnec :y -i . r nthil' ct :he N3red I isjiij a1'cr slci procu:ls :r wc's ^ayL Left 1. 1 I; u:e bj any 3erlci or o'aail2a: 3r o:fe- Thar a1 I 11. PERSONS INSURED E3ci of the 131 ca'ing is ai h.•.'ed under :his po icy 13 tir extent sf1 'crh :elcw a: If 'he Named Irci led is de!rgra:ed in the eeclara:iors as ai 1rd v dial, the Pt rscn so des grated and 'is cpDLsr b' I tit ha'nd Irsf'ed is dergra:rd 1 e cecler3:rcrs es a :attirrshp at ,Dint '^erlwe. Ic 3a rt it,fh: p' •zn! vx':.:e sc ieslgr a .lid any 3a,tner 3f ^en[r' Ih•'e :l 7..t cn y + ti •es:rC to h s IiatYdy as SJcn : if lie Naned I •sliPd is da. gnatec in the decd':1i' n- a: ct'Et than ar ndi Y icja1 n-'!nirifiP 3r I:if' von!LrP tie :igai 'a3litn s:• cesign3li d ahC any erecj't.e e't':e' di eclo' „i s'c:khc'der the a:f while a :l'rg Pain the setae of i , Ji Its as s:ch and J: ail, oars: if 1'hot tan an em3:yee ci :1 a Ken Pit IrSLied: cr crgarl?ztwn N n lie act ng as real e!la:e na-:g •I r, I !I e Ncmed InsL: ed. III, LIMITS OF LIABILITY Rego CI-slie iLnbe• n' I rsu'ecs elder :'is pc icy. C. lie'suis rr argarn fPLm ici: stair t:di y r; ry , r pr.re'ly damage. cr ,1 I lams dace of scds tr0Lg^: cn ac: earl a' •Jd: v nl.ry cr rcpelly damage, Ins C:nay s liar I ty is I n,tcd as 1p II wt. Coverage A Tk, ICIr Ict' Iv cl Ih' Ccn piny In' 31 car -ages. Inc ud ng dam ages fm calm rod less at e' Iy., prrruce 3' 3cd I; Hu' !i s aired 3y one cr fC'e Dersenr as it, I'.L I i' 3ry :re e: cjric,I r she I "cl e'cecd the lion I rf t3di y n,J y Jab !y stated ii t•c dre ra1 cis es appbcab etc each cccarrence" :average B TI P I:'a Jab I ly :' 're C:nta:ry iii all C3nagcs ill:aJ;P 3t all pppe•:y dam aj,e SLsta red ty are - C'e re'!7ns or Cryan tat ens as tie resu I cf any are c:cjrieice Sfa'I r':I exceed 1h' I mil n1 ere irony danage rbit ly stated in the de:laiat cis a; 3Cp ,Cable to r aLh CrcJ-'En:e' SLb eel Ic tie at-ve p'ov slim re;pert cg 'each ocaLrrerce.' the tola I abi i:y o' Ite Lc.:an; for e I eanaats teeaLsc 3' all p'upe'' earage to which :his ccver3ge amp -s •hall ant er,trd hP Inn I r.' 3rcrerly damage 'b I ly stated n tic dtc, Prat cis as 'aggregate ' ' 'name Ihar ore p'ig;•ct is desigre:ed in the scnldJle. SLct aggr ega'e Ii -n 1 sha 1 a2pli ! Etcira'e Ly w I reset c: to each ;rcltC:. Coverages A and 8 rr'he at 'pat cf dctei nil rag the linit nl the Cc•nany's I abi ily all bici y IrjLry anc erc a[r!y d:rrare a, s rag XI M , u it n_oi s e- ie3ea'cd exposile t1 SJbs:an:i31 y the same pPr e'?'.:cici: ai s sit be carsick red as at s- irg Oil cf one oC(uleice IV, ADDITIONAL DEFINITION When used it •flee-ce :o Ills-s.rarrf nc Li ng eicni seneits 'crmirg a Fr at tie pet cy: "work" inci..d..s rateas, part-. -d equtpmenl loin shed n cciec::an :here - w lh V. POLICY TERRITORY 'his p3licy aachrs n^ly to b i y in1.•y of p^pe-:) damage wh cl cxJrs will -in tie psi cy Ir'ribry I I I r I I I IT IJ I I C I (Attach Coverage Part Here) THE ONLY SIGNATURES APPLICABLE TO THIS POLICY ARE THOSE REPRESENTING THE COMPANY NAMED ON THE FIRST PAGE OF THE DECLARATIONS. By signing and delivering the policy to you, we state that it is a valid contract when countersigned by our authorized representative. CIGNA PROPERTY AND CASUALTY INSURANCE COMPANY • Bloomfield, Connecticut CIGNA FIRE UNDERWRITERS INSURANCE COMPANY Bloomfield, Connecticut BANKERS STANDARD INSURANCE COMPANY Tampa, Florida CENTURY INDEMNITY COMPANY Bloomfield, Connecticut CIGNA INSURANCE COMPANY Los Angeles, California INSURANCE COMPANY OF NORTH AMERICA Philadelphia, Pennsylvania Li PACIFIC EMPLOYERS INSURANCE COMPANY (� 1�/ � Los Angeles, California ,' �DZG�i HARR E. HOOYYT,• Secr ry � A. NORD BJORKE, Presi nt INDEMNITY INSURANCE COMPANY OF NORTH AMERICA New York, New York NwxrE�y0ytt�,saretrr�� OENNIS KANE, Presid" entnt / VV J i I I Flirt Wad fttrtty City of F 1 Polfry ENmbef GLP Insurance yetteville & Milholland Company 'Icy pmnlsr PS(Y ►vied GO 61 17 47 8 See Endorsement No. 2 Imurrta Comp ny) Company of North America is 1 mdse OM of Endmrrnsnt September 26, 1991 In ANIENDKENT Section IV - TO CANCELLATION CONDITION & (2) is ascended to read Conditions No. 2.b.(L) as follows: "This policy may be cancelled by the Company by mailing to the Named Insured and the Contractor at the respective addresses shown in this policy, written notice stating when not less than SIXTY days thereafter such cancellation shall be effective." jec 09/26/91 15 Rte. In USA. ' INK Endortrttrat Nums b Cit of Fayetteville & Milholland Company 2 er Policy Symbol Polity NumbPolicy Period EffietM Oats of End-....,.t GO 61 17 47 8 See Below September 26, 1991 (wadInBy (Nrne of Insurance Caanpsny) Insurance Company of North America In art WC,IV11V 111u jec 09/26/91 111W u1IMt4WI 4J1 Is \V MGNInJwwounPy Wnen mnl It is hereby understood and agreed that the Policy Period is extended to expire on the latest of the following dates: (1) at project completion (2) at date required on job contract (3) at date of acceptance of job contract by the Named Insured E15 Pto. in U.S.A. AutnorlaW Stnt I I 1I I Nnrd Itwdd Ender mr Number City of Fayetteville & Milholland Company 3 Policy Symbol Policy flumbu Policy Period Effort Din of a donumnt GLP GO 61 17 47 8 See Endorsement No. 2 September 26, 1991 luuad By (Nana of Insurance Company) Insurance Company of North America .... ....y.....�. v..........w.,,., n.. iv w cvn.plwo omy.man IS leruad lac—QYMt to the preparation of (A) Engineers, Architects or Surveyors Professional Liability Exclusion It is agreed that this Policy does not apply to bodily injury or property damage arising out of the rendering of or the failure to render any professional services by or for the Named Insured, including (1) the preparation or approval of maps, plans, opinions, reports, designs or specifications and (2) supervisory, inspection or engineering services (B) Absolute Asbestos Exclusion It is agreed that this Policy does not apply to bodily injury or property damage directly or. indirectly caused by asbestos. (C) Absolute Pollution Exclusion jec 09/26/91 Exclusion (i) in GL -109 is deleted and replaced with the following: "(i) to bodily injury or property damage arising out of the discharge, dispersal, release or escape of smoke, vapors, soot, fumes, acids, alkalis, toxic chemicals, liquids or gases, waste materials or other irritants, contaminants or pollutants into or upon land, the atmosphere or any water course or body of water." • COMMERCIAL GENERAL LIABILITY ' OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM - COVERAGE ' FOR OPERATIONS OF DESIGNATED CONTRACTOR ' Various provisions of this policy restrict coverage. (i) Operations performed for you by the Read the entire policy carefully to determine rights, "contractor" at the location specified in duties and what is and is not covered. the Declarations; or Throughout this policy the words "you" and 'your" (ii) Your acts or omissions in connection ' refer to the Named Insured shown in the Declara- with the general supervision of such tions. The words "we," "us" and "our" refer to the operations; and Company providing this insurance. The word "insured" means any (2) The c "bodily injury" policy "property damage" ' person AN organic- occurs during the period. tion qualifying as such under WHO IS INSURED Damages because of "bodily (Section II). c.injury" damages claimed by any person or organ za- Other words and phrases that appear in quotation tion for care, loss of services or death resulting ' marks have special meaning. Refer to DEFINITIONS at any time from the "bodily injury." (Section V). SECTION I - COVERAGES 2. Exclusion.. BODILY INJURY AND PROPERTY DAMAGE This insurance does not apply to: ' LIABILITY a. 'Bodily injury" or "property damage" expected 1. Insuring Agreement. or intended from the standpoint of the in - a. We will pay those sums that the insured be- sured. This exclusion does not apply to "bod- ' comes legally obligated to pay as damages ily injury" resulting from the use of reasonable because of 'bodily injury' or "property dam- force to protect persons or property. age" to which this insurance applies. We will b. 'Bodily injury' or "property damage" for have the right and duty to defend any "sun" which the insured is obligated to pay damages ' seeking those damages. We may at our dis- by reason of the assumption of liability in a cretion investigate any "occurrence" and settle contract or agreement. This exclusion does any claim or "suit" that may result. not apply to liability for damages: 1 But (1) Assumed in a contract or agreement that (1) The amount we will pay for damages is is an 'insured contract' provided the limited as described in LIMITS OF IN- "bodily injury or "property damage" oc- SURANCE (Section 111); and curs subsequent to the execution of the (2) Our right and duty to defend end when contract or agreement or we have used up the applicable limit of (2) That the insured would have in the ab- insurance in the payment of judgments or sence of the contract or agreement. ' settlements, c. "Bodily injury" or "property damage" which No other obligation or liability to pay sums or occurs after the earliest of the following times: perform acts or services is covered unless ex- (1) When all "work" on the project (other than ' plicitly provided for under SUPPLEMENTARY service. maintenance or repairs) to be per - PAYMENTS. formed for you by the "contractor' at the b. This insurance applies to "bodily injury" and site of. the covered operations has been "property damage" only it completed; or (1) The "bodily injury" or "property damage" is caused by an "occurrence" that takes place in the "coverage territory" and arises ' out of: I CG 0009 11 88 Copyright, Insurance Services Qffice, Inc., 1984, 1988 Page 1 of? O I I H H LI C L I I I I I I I I I I (2) When that portion of the "contractor's" "work," out of which the injury or damage arises, has been put to its intended use by any person or organization. This exclusion does not apply to any contractor or sub- contractor working directly or indirectly for the "contractor" or as part of the same project. d, "Bodily injury" or "property damage" arising out of your, or your employees', acts or omis- sions other than general supervision of "work" performed for you by the "contractor." e, Any obligation of the insured under a workers compensation, disability benefits or unem- ployment compensation law or any similar law. f, "Bodily injury" to: (1) An employee of the insured arising out of and in the course of his employment by the insured; (2) The spouse, child, parent, brother or sister of that employee ass consequence of (1) above.. This exclusion applies: (1) Whether the insured may be liable as an employer or in any other capacity; and (2) To any obligation to share damages with or repay someone else who must pay damages because of the injury. This exclusion does not apply to liability as- sumed by the insured under an 'insured con- tract.' g. "Property damage" to: (1) Property you own, rent, or occupy; (2) Property loaned to you; (3) Personal property in the care, custody or control of the insured; or. (4) "Work" performed for you by the "con- tractor." h, "Bodily injury" or "property damage" due to war, whether or not declared, or any act or condition incident to war. War includes civil war, Insurrection, rebellion or revolution. This exclusion applies only to liability assumed under. (1) An 'insured contractor (2) Expenses for first aid. COMMERCIAL GENERAL LIABILITY I. 'Bodily injury or property damage' arising out of the use of "mobile equipment" in, or while in practice or preparation for, a prear- ranged racing, speed or demolition contest or in any stunting activity. j.(1) "Bodily injury" or "property damage" aris- ing out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of pollutants: (a) At or from any premises, site or location which is or was at any time owned or occupied by, or rented or loaned to, any insured; (b) At or from any premises, site or location which is or was at any time used by or for any insured or others for the handl- ing, storage, disposal, processing or treatment of waste; (c) Which are or were at any time trans- ported, handled, stored, treated, dis- posed of, or processed as waste by or for any insured or any person or or- ganization for whom you may be legally responsible; or (d) At or from any premises, site or location on which any insured or any contrac- tors or subcontractors working directly or indirectly on any insured's behalf are performing operations: (1) If the pollutants are brought on or to the promisee, site or location in connection with such operations by such insured, contractor or subcon- tractor; or (ii) If the operations are to test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of pollutants - Subparagraphs (a) and (d)(i) do not apply to "bodily injury" or "property damage" arising out of heat, smoke or fumes from a hostile fire. As used In this exclusion, a hostile fire means one which becomes uncontrollable or breaks out from where it was intended to be. IPage 2 of 7 Copyright, Insurance Services Qffice. Inc., 1984, 1988 CG 00 00 11 go 21 I COMMERCIAL GENERAL LIABILITY II ' (2) Any loss, cost, or expense arising out of any: (a) Request, demand or order that any in- sured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of pollutants; or (b) Claim or suit by or on behalf of a gov- ernmental authority for damages be- cause of testing for, monitoring, ' cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to or assessing the effects of pollutants. I I I I I I I I H I I I 3. The cost of bonds to release attachments, but only for bond amounts within the applicable limit of insurance. We do not have to furnish these bonds. 4. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit," including actual loss of earnings up to $100 a day because of time off from work. 5. All costs taxed against the insured in the "suit." 6. Pollutants means any solid, liquid, gaseous or thermal irritant or contaminant, including T smoke, vapor, soot, fumes, acids, alkalis, chemicals and waste. Waste includes materi- als to be recycled, reconditioned or reclaimed. k. "Property damage" to 'impaired property' or property that has not been physically injured, arising out of: (1) A defect, deficiency, inadequacy or dan- gerous condition in 'work' performed for you by the "contractor;" or (2) A delay or failure by you or anyone acting on your behalf to perform a contract or agreement in accordance with its terms. This exclusion does not apply to the loss of use of other property arising out of sudden and accidental physical injury to "work" per- formed for you by the "contractor." SUPPLEMENTARY PAYMENTS We will pay, with respect to any claim or 'suit' we defend: 1. All expenses we incur. 2. Up to $250 for cost of bail bonds required be- cause of accidents or traffic law violations arising out of the use of any vehicle to which this insur- ance applies. We do not have to furnish these bonds. Prejudgment interest awarded against the insured on that part of the judgment we pay. If we make an offer to paythe applicable limit of insurance, we will not pay any prejudgment interest based on that period of time after the offer. All interest on the full amount of any judgment that accrues after entry of the judgment and be- fore we have paid, offered to pay, or deposited in court the part of the judgment that is within the applicable limit of insurance. 8. Expenses incurred by the insured for first aid to others at the time of an accident, for "bodily in- jury' to which this insurance applies. These payments will not reduce the limits of insur- ance. SECTION II - WHO IS AN INSURED 1, If you are designated in the Declarations as: a. An individual, you and your spouse are in- sureds. b. A partnership or joint venture, you are an in- sured. Your members, your partners, and their spouses are also insureds, but only with re- spect to their duties as partners or members of a joint venture. ' CG 00 09 11 88 Copyright. Insurance Services Office. Inc., 1984, 1988 Pace 3 of 7 O I I COMMERCIAL GENERAL LIABILITY c. An organization other than- a partnership or The limits of this Coverage Part apply separately to joint venture, you are an insured. Your execu- each consecutive annual period and to any remain- tive officers and directors are insureds, but ing period of less than 12 months, starting with the only with respect to their duties as your offi- beginning of the policy period shown in the Decla- cers or directors. Your stockholders are also rations, unless the policy period is extended after is - insureds, but only with respect to their liability suance for an additional period of less than 12 as stockholders. months. In that case, the additional period will be 2. Each of the following is also an insured: deemed part of the last preceding period for Pur- a. Any person (other than your employee) or any poses of determining the Limits of Insurance. organization while acting as your real estate SECTION IV - CONDITIONS manager. 1. Bankruptcy. b. Any person or organization having proper Bankru temporary custody of your property if you die, PtcY or r obligation, ncy of the insured Coverage not but only: relieve us of our obligators under this Part (1) With respect to liability arising out of the 2. Cancellation. maintenance or use of that property; and respect (2) Until your legal representative has been a. The first Named Insured shown in the Decla- ' appointed. rations may cancel this policy by mailing or c. Your legal representative if you die, but only delivering to us advance written notice of with cancellation. to duties as such. That represen- b, We may cancel this policy by mailing or de- livering to the first Named Insured and the this Coverage Part. acontractoe written notice of cancellation at No person or organization is an insured with respect least: to the conduct of any current or past partnership or joint venture that is not shown as a Named Insured (1) 10 days before the effective date of can - in the Declarations,cellation if we cancel for non-payment of SECTION III - LIMITS OF INSURANCE premium; or 1. The Limits of Insurance shown in the Declara- (2) 30 days before the effective date of can- tions and the rules below fix the most we will pay collation if we cancel for any other reason. regardless of the number of: c. We will mail or deliver our notices to the first a. Insureds; Named Insured's and the 'contractor's' last mailing address known to us. b. Claims made or 'suits' brought or d. c e of c. Persons or organizations making claims ordate of cancellation. nl Thestate lic the effective bringing "suits."policy period will end on that date. 2. The Aggregate Limit is the most we will pay for e. If this policy is cancelled, we will send the the sum of damages because of all "bodily injuy "contractor any premium refund due. If we and "property damage." cancel, the refund will be pro rata. If the first 3. Subject to 2. above, the Each Occurrence Limit Named Insured cancels, the refund may be is the most we will pay for the sum of damages leas than pro rate. The cancellation will be et - because of 'bodily injury' and "property damage" fective even if we have not made or offered a ' arising out of any one "occurrence." refund. If you designate more than one project in the Dec- f. If notice is mailed, proof of mailing will be larations, the Aggregate Limit shall apply separately sufficient proof of notice. to each project. I El I Page 4 of 7 Copyright; Insurance Services Office, Inc.; 1984, 1988 CC 00 09 11 0O O I COMMERCIAL GENERAL LIABILITY 'J I I I I I H I I I I 1] H I I 3. Changes. This policy contains all the agreements between you, the "contractor" and us concerning the in- surance afforded. The first Named Insured shown in the Declarations and the "contractor" are au- thorized to make changes in the terms of this policy with our consent. This policy's terms can be amended or waived only by endorsement is- sued by us and made a part of this policy. 4. Duties In The Event Of Occurrence, Claim Or Suit. a. You must see to it that we are notified as soon as practicable of an "occurrence" which may result in a claim. To the extent possible, notice should include: (1) How, when and where the "occurrence" took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence." b. If a claim is made or "suit" is brought against any insured, you must (1) Immediately record the specifics of the claim or "suit' and the date received; and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit' as soon as prac- ticable. c. You and any other involved insured must: (1) Immediately send us copies of any de- mands, notices, summonses or legal papers received in connection with the claim or "suit' (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation, settlement or defense of the claim or "suit" and (4) Assist us, upon our request, in the enforcement of any right against any per- son or organization which may be liable to the insured because of injury or damage to which this insurance may also apply. d. No insureds will, except at their own cost, voluntarily make a payment, assume any obli- gation, or incur any expense, without our consent. 5. Examination Of Your Books And Records. We may examine and audit your books and re- cords as well as the "contractor's" books and re- cords as they relate to this policy at any time during the policy period and up to three years afterward. 8. Inspections And Surveys. We have the right but are not obligated to: a. Make inspections and surveys at any time; b. Give you reports on the conditions we find; and c. Recommend changes. Any inspections, surveys, reports or recommen- dations relate only to insurability and the premi- ums to be charged. We do not make safety inspections. We do not undertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. And we do not warrant that conditions: a. Are safe or healthful; or b. Comply with laws, regulations, codes or standards: This condition applies not only to us, but also to any rating, advisory, rate service or similar organ- ization which makes insurance inspections, sur- veys, reports or recommendations. 7. Legal Action Against Us. No person or organization has a right under this Coverage Part: a. To join us as a party or otherwise bring us into a "suit" asking for damages from an insured; or b. To sue us on this Coverage Part unless all of its terms have been fully complied with. ' CG 00 09 11 88 Copyright, Insurance Services Qffice, Inc., 1984, 1988 Page 5 of 7 O I i L [1 I I I Li I I I I L L A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured obtained after an actual trial; but we will not be liable for damages that are not payable under the terms of this Coverage Part or that are in excess of the applicable limit of insur- ance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimant's legal repre- sentative. 8. Other Insurance. The insurance afforded by this Coverage Part is primary insurance and we will not seek contrib- ution from any other insurance available to you unless the other insurance is provided by a "contractor" other than the designated "contrac- tor" for the same operation and job location des- ignated in the Declarations. Then we will share with that other insurance by the method de- scribed below. If all of the other insurance permits contribution by equal shares, we wilt follow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, which- ever comes first If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of in- surance to the total applicable limits of insurance of all insurers. 9. Premiums. The "contractor:" a. Is responsible for the payment of all premiums; and b. Will be the payee for any return premiums we pay. 10.Premium Audit. a. We will compute all premiums for this Cover- age Part in accordance with our rules and rates. b. Premium shown in this Coverage Part as ad- vance premium is a deposit premium only. At the close of each audit period we will com- pute the earned premium for that period. Audit premiums are due and payable on notice to the "contractor." If the sum of the advance and audit premiums paid for the policy term is greater than the earned premium, we will return the excess to the "contractor." COMMERCIAL GENERAL LIABILITY c. The "contractor" must keep records of the in- formation we need for premium computation, and send us copies at such times as we may request. 11 Separation Of Insureds. Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suit" is brought. 12.Transfer Of Rights Of Recovery Against Others To Us. If the insured has rights to recover all or part of any payment we have made under this Coverage Part those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. 13.When We Do Not Renew. If we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 30 days before the ex- piration date. If notice is mailed, proof of mailing will be suffi- cient proof of notice. SECTION V - DEFINITIONS 1. "Auto" means a land motor vehicle, trailer or semitrailer designed for travel on public roads, including any attached machinery or equipment. But "auto" does not include 'mobile equipment.' 2. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time. 3. "Contractor" means the contractor designated in the Declarations. 4. "Impaired property" means tangible property, other than work performed for you, that cannot be used or is less useful because: a. It incorporates work performed for you that is known or thought to be defective, deficient, inadequate or dangerous; or b. You have failed to fulfill the terms of a con- tract or agreement; ' Page 6 of 7 Copyright, Insurance Services Qffice, Inc., 1984, 1988 CG 00 09 11 88 O I J I J C I I Li I I H C I I IJ I H if such property can be restored to use by: a. The repair, replacement, adjustment or re- moval of the work prepared for you; or b. Your fulfilling the terms of the contract or agreement. b. "Insured contract" means: a. A lease of premises; b. A sidetrack agreement c. Any easement or license agreement except in connection with construction or demolition operations on or within 50 feet of a railroad; d. An obligation, as required by ordinance, to indemnify a municipality, except in con- nection with work for a municipality; or e. An elevator maintenance agreement. Be "Mobile equipment" means any of the following types of land vehicles, including any attached machinery or equipment: a. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads; b. Vehicles maintained for use solely on or next to premises you own or rent; c. Vehicles that travel on crawler treads; d. Vehicles, whether self-propelled or not, main- tained primarily to provide mobility to perma- nently mounted: (1) Power cranes, shovels, loaders, diggers or drills; or (2) Road construction or resurfacing equip- ment such as graders, scrapers or rollers; e. Vehicles not described in a., b., c. or d. above that are not self-propelled and are maintained primarily to provide mobility to permanently attached equipment of the following types: (1) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment or (2) Cherry pickers and similar devices used to raise or lower workers; COMMERCIAL GENERAL LIABILITY f. Vehicles not described in a., b., c. or d. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the fol- lowing types of permanently attached equip- ment are not 'mobile equipment' but will be considered "autos:" (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not con- struction or resurfacing; (c) Street cleaning; (2) Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and (3) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment. 7. 'Occurrence' means an accident including con- tinuous or repeated exposure to substantially the some general harmful conditions. 8. "Property damage" means: a. Physical injury to tangible property, including all resulting Ion of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or b. Lou of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "oc- currence" that caused it. 9. 'Suit' means a civil proceeding, brought in the United States of America (including its territories and possessions), Puerto Rico and Canada, in which damages because of "bodily injury" or 'property damage' to which this insurance ap- plies are alleged. "Suit" includes: a. An arbitration in which such damages are claimed and to which you must submit or do submit with our consent or b. Any other alternative dispute resolution proc- ess in which such damages are claimed and to which you submit with our consent. 10."WorkIncludes materials, parts or equipment furnished in connection with the operations. ' CG 00 09 11 88 Copyright Insurance Services Qffice. Inc., 1984, 1988 Page 7 of 7 O AME AND ADDRESS OF AGENCY COMPANY COMPANIES AFFORDING COVERAGES United Service Agency, Inc. LETTER A Insurance Company of North America Post Office Box 11765 Lexington, Kentucky 40577 B Pacific Employers Insurance Company C Atlantic Employers Insurance Company NAME AND ADDRESS OF INSURED APAC—ARKANSAS, INC. D CCLINTKN-ANQiOR DIVISION 24O North Block E P. O. Box 1367 F Fayetteville, Arkansas 727O2 G This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. OMPANY POLICY Umiu of UsbiR in sands (�P)OLICY LETTEREACH LETTER TYPE OF INSURANCE POLICY NUMBER EXPIRATION DATE OCCURRENCE AGGREGATE GENERAL LIABILITY PERSONAL INJURY INCLUDING $ $ A ® COMPREHENSIVE FORM LAB 26606 12-1-92 ( BODILY INJURY1 PREMISES -OPERATIONS . PROPERTY DAMAGE $ $ EXPLOSION AND COLLAPSE ® HAZARD UNDERGROUND HAZARD ® PRODUCTS/COMPLETED OPERATIONS HAZARD PERSONAL INJURY, CONTRACTUAL INSURANCE BODILY INJURY AND $ 1,000 $ 1,000 Vj BROAD FORM PROPERTY PROPERTY DAMAGE DAMAGE COMBINED INDEPENDENT CONTRACTORS PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY $ (EACH PERSON) A COMPREHENSIVE FORM LAB 26606 12-1-92 BODILY INJURY (EACH OCCURRENCE) $ ® OWNED PROPERTY DAMAGE $ ® HIRED BODILY INJURY AND ® NON -OWNED PROPERTY DAMAGE $ 1,000 COMBINED EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM PROPERTY DAMAGE $ $ ❑ OTHER THAN UMBRELLA COMBINED " FORM A RSCC23575024 A WORKERS' COMPENSATION RSCC23575498 STATUTORY B and EMPLOYERS'UABILITY WLRC24243448 12-1-91 C RSCC36209318 $ 1,000 (EACH ACCIDENT) ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES 1991 Chip & Seal Program, Fayetteville City Streets, Project No. E-3OO Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail 30 days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Fayetteville DATE ISSUED: Sept.nther 2R 1991 113 W. vileA Street Fayetteville, Arkansas 727O1 AUTHORIZED REPRESENTATIVE - fl4 IfYI/911 I I L Sedgwick James Sedgwick James of Arkansas, Inc. 900 S. Shackleford Road, Suite 600, PO Box 511 Little Rock, Arkansas 72203-0511 Telephone (501) 223-3111, Telex 536249, Facsimile (501) 223-8461 ARKANSAS STATUTORY PERFORMANCE & PAYMENT BOND We APAC-ARKANSAS, INC., McCLINTON-ANCHOR DIVISION as Principal, hereinafter called Principal, and INSURANCE COMPANY OF NORTH AMERICA as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS as Obligee, hereinafter called Owner, in the amount of TWO HUNDRED SIXTY ONE THOUSAND NINETY FIVE AND 40/100 -----------------Dollars($ 261,095.40 ) for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated September 17, 1991 entered into a contract with Owner for CHIP AND SEAL STREET IMPROVEMENTS, FAYETTEVILLE CITY STREETS which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. The condition of this obligation is such that if the principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and futher, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the Owner's priori- ty, then this obligation shall be null and voil; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after twelve months from the date final payment is made on the contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors, or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. This bond is given in compliance with act 351 of 1953 as amended. Executed on this 25th day of September 19 91 APAC-ARKANSAS, INC., McCLINTON-ANCHOR DIVISION By cPrincipal �J //i rzy fd &U2 INSURANCE COMPANY OF NORTH AMERICA Suret By/?*Kc fl t rney-in-fact Judy nks Butler RE -ORDER - ARK. GRAPHICS. INC., P.O. BOX 34080. LITTLE ROCK. AR 92203-4080 ARN� co w Nam ca� 319222 Know aft nten by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Peanaylvaata, having its principal office in the City of Philadelphia. Pennsylvania. pursuant to the following Resolution adopted by the Board of DireWars of the said Company on December 5. 1983. to will: • -VMMVE0. t1W pwnal to Ankle t IS tad S I a tin ay4 wr. Me lollowwq Rules rWl 9ovwe be •x c.aiae far ate Compeer al Eatot aadwbaatga. wcognlarXee. aanb.cts aM otMc sselA9a a ew lewa aEf9ak (H. This 1M 14W9E- AM saaw Vice Pr99ww. aq Vke NAAfaK M Assistant Yu PrsAbsst. or A" Aaor hi4Ac. mq as"s for And an EeMl M the CaaalaY fly as aaearlaaMaAraaA9stssssM CwxrAab an a14w adlMpa y tlw "1w.Ia✓aM.IM nYM b b Sit_- wt' MeaMw) by IM r:wpMab baerawry. a all ArwbM CgpwEb Ma aW Maecssepa, $4 4d uwwa:W ft the PrastlMM.ayaastervw MMidnnl, -yVw r. en AM Vice Prastdaw way appall all .WXVM lay ales OWo ( m appawWl Cl 1M Oeiissy, W AXww►wfaot b w uaawa v aXast b Na a»eutb Gin win wXiipa an EaEY M ME Capany W N alt Me arl M Aw Wipny bvMEt. fit My ann `rXM assalW M AoaOyaraaa ewh 94M RWss aMa M M Endiap epees Xw ca n left say eaaa W 9tawh wawa by Me P.aaWa I tea wined tow I to Cop,,.* 9eepaM. M The sent a al1M p . w a anbr vka Prastdpw, w a Vw PN.ldnt w nn AaMMssI Vice P.@Wo_• and1eass9t M IM chapter Yy M Ataaaa Ey IWwNw ea all pww M atbreay st"o EasM l astw_a�aNi'lwa Nip N WX be E asu I. Out.,W wl Cwpry wM te alined b tafiistlM w all nMWCI 1%a aa,,. wq all wed 90.t, CI n kN- aedi anw Otaeaw M W0wapanr, sad AXwssyelndact SMKMv Anti to cwty w wary capba of tine haaoMI . the ey4awa of flit Compaq. lad anyafdva or rssard M tin company • Moay b tin eawwgo M Xwy 'awfal. TM paanpe M Mda VS Raaown ea all wane sty i.,1* .NaW XpXy 9rMea RaMloah at MBawd of e BaOWwRov WoetW on June 0. 1963. May 20. 1975 and Mach 23. '977.' does hereby nominate, constitute and appoint DONALD R. HENDERSON, JUDY FRANKS BUTLER, and MARY GARDNER, all of the City of Little Rock, State of Arkansas--------__���_�____�w___r_______ • I I I I I I I I I Z ei A nc tT O C,- .2- '53 O C � r E 92 wC -O T >w m 0 I - Z c=i Its true and lawful agent and attorney -in -fad, to make. execute, seal and deliver for and on its behalf, and as its act and deed any and all Bonds and Undertakings, LIMITED in amounts, TWENTY FIVE MILLION ($25,000,000.) on behalf of APAC-Arkansas, Inc. and APAC-Mississippi, Inc., and APAC-Tennessee. Said Bonds and Undertakings to be signed for the Company and the Seal of the Company attached thereto by any one of the said Donald R. Henderson, Judy Franks Butler, and Mary Gardner, individually. And, the execution of such writings in pursuance of these presents shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, the said R. E. Givesns, Vice -President, has hereunto subscribed his name end affixed the i corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this 19th day of I August 19 90 INSURANCE COMPANY OF NORTH AMERICA I. r- } bi Ltrti_t ✓- COMMONWEALTH OF PENNSYLVANIA ss R E. GIVEANS. Vice President r COUNTY OF PHILADELPHIA On this 19th day of August , A.D. 199 _ , before the subscriber, a Notary Public of 4 the Commonwealth of Pennsylvania in and for the County of Philadelphia duty commissioned and qualified, came R. E. Givesns, Vice - President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer described in, and who executed the preceding Instrument, and he acknowledged the execution of the same, and, being by me duly sworn, deposeth and a saith, that he is the officer of the Company aforesaid, and that the seal affixed to the. preceding Instrument Is the corporate seal of said Company, and the said corporate seal and his signature as officer were duty affixed and subscribed to the said instrument by the authority end dlrectiQpgatlipovporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding e^ ��`: ? NOTARIAL SEAL 9 = = JULIA ANNA ROHANA, Notary Puo5c Philadelphia, Phiiladeiphia County My Commission Expire August 20, i9S a seal at the City of Phlladelphia the day and year 1, the o&411SURANCE COMPANY OF NORTH AMERICA, do hereby certify that the original POWER OF ATTORNEY, of which the foregotnp,Jy'it',it� Correct copy, is in lull force and effect. In witness yv]fnIacnitn eve hereunto subscribed my name as Secretary, and affixed the corporate seal of the Corporation, this 25th day of Septetnber.991 • • ,camas a WYWp a THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION DATE AFTER June 4 Secretary 1993 r; a SS43$sa PtS is Y.iIA II, __--- -- �9 ,.•+--- S� --- --- t- -- I �QS G ,la F I Rot i ADVERTISEMENT FOR BIDS Notice is hereby given that pursuant to an order by the CITY OF FAYETTEVILLE, sealed bids will be received at the Purchasing ' Office, City Hall, 113 West Mountain Street, Fayetteville, Arkansas, until 2:00 p.m. Local Time, August 26, 1991, for the furnishing of all tools, materials, and labor and the performance ' of all necessary work in Fayetteville, Arkansas, consisting of: BID No. 91-41 ' 1991 CHIP AND SEAL STREET IMPROVEMENTS PROJECT No. E-300 All necessary work, materials, and every item of construction ' shall be in accordance with the plans, profiles, and specifica- tions as approved by Public Works Department, City of Fayette- ville, and Health Department. Said plans and specifications are Ion file in the office of the Engineer, MILHOLLAND COMPANY, Engineering and Surveying, 205 West Center, Fayetteville, AR 72701. Copies may be obtained from the office of said engineer upon the payment of $150.00 dollars. Unsuccessful bidders or ' non -bidders will be refunded $25.00 upon the return of undamaged plans and specifications within ten (10) days after the date of receiving bids. ' Each contractor shall be responsible for the investigation, inspection, and studies of the project site as deemed necessary Ito familiarize themselves with all conditions to be encountered. All bidders shall be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature. ' Each bid must be accompanied by a cashier's check or surety bond in an amount equal to five percent (5%) of the whole bid. Said ' bond shall be issued by a surety company licensed to do business in the State of Arkansas. In the event the successful bidder fails, neglects, or refuses to enter into the contract for the construction of said work and furnish the necessary bonds within ' ten (10) days from and after the date the award is made, the Owner shall retain said check or bond as liquidated damages. ' All bids shall be sealed and the envelope addressed to the Owner, CITY OF FAYETTEVILLE, PURCHASING OFFICE, CITY HALL, 113 WEST MOUNTAIN STREET, FAYETTEVILLE, ARKANSAS, and marked on the lower ' left side of the bid envelope shall be the following information: Project name, date of bid opening, time of bid opening, bidding contractor's name and licensed number, and subcontractor's name and license number, if any. ' E-300 1 II I H I I I I I Li I I I I ADVERTISEMENT FOR BIDS Bids will be opened and read aloud at the City Hall, Room No. 111, and shall be considered by the Owner, as may be necessary. The right to reject any and all bids, to waive any informalities, and to negotiate with any qualified bidder after bid opening, shall be reserved to the discretion of the Owner. No bidder may withdraw his bid within thirty (30) days after the actual date of the bid opening. I E-300 2 I I I I I I I I I I I H fl Li L I INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids: the City of Fayetteville. Arkansas, (herein called the "Owner"), invites bids on the form attached hereon, all blanks of which must be appro- priately filled in. Bids will be received by the Owner at the Purchasing Office of the City of Fayetteville, until 2:00 p.m. Aucust 26. 1991, and then be publicly opened and read aloud. The envelopes containing the bids must be sealed, addressed to the Owner, c/o Milholland Company, and designated as bid for: CITY STREETS - 1991 CHIP AND SEAL PROGRAM FAYETTEVILLE, ARKANSAS PROJECT NO. 91-41 The Owner may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive an informalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 30 days after the actual date of the opening thereof. The Owner reserves the right to decide which shall be deemed the lowest responsive and responsible bid. The bidder's reputa- tion, financial ability, experience, and equipment shall be given due consideration. E-300 1 Preparation of Bid: Each bid must be submitted on the pre- scribed form and accompanied by a performance record of the bidder regarding construction projects of similar nature (minimum 3) and also include the proposed subcontractor. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures, and the foregoing performance record must be fully completed and executed when submitted. Each bid must be submitted in a sealed envelope bearing on the outside the names and license numbers of the bidder and the proposed subcontractor, addresses, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form. I I INFORMATION FOR BIDDERS I I H I I I H I I I I I H I I The Engineer's estimate of quantities is approximate only, and shall be the basis for receiving unit price bids for each item but shall not be construed by the bidders as act- ual quantities required for the completion of the proposed work. Such quantities, however, at the unit and lump sum prices bid for each item, shall determine the amount of each bid for comparison of bids and the evaluation of the best bid for the purpose of awarding of the contract, and will be used as a basis for fixing the amount of the required bonds. A copy of the project's proposal forms may be obtained as provided in the Advertisement for Bids. All papers bound with or attached to the proposal forms are necessary parts thereof and must not be detached. Bids which are incomplete, unbalanced, conditional, or obscure, or which contain additions not called for, era- sures, alterations or irregularities of any kind, or which do not comply with the Information for Bidders may be rejec- ted as informal at the option of the Owner. However, the Owner reserves the right to waive technicalities as to changes, alterations, or revisions and to make the award in the best interest of the Owner. Unit Price Bids: Bidders shall insert a unit price for each item of work listed in the Engineer's estimate of quantities of work to be done. Unit prices shall include amounts suf- ficient for the furnishing of all labor, materials, tools, equipment, and apparatus of every description, to construct, erect, and completely finish all of the work as called for in the specifications and shown in the plans. Unit prices bid and totals shown in the Proposal shall include all costs of material testing, subgrade, base, paving materials, and all other construction materials. The price bid for each item must be stated in figures and in words on the bidding forms. In case of a difference in the written words and figures in a Proposal, the amount stated in the written words shall govern. All items in the Proposal shall bear a fair relationship to the cost of the work to be done. Bids which appear unbal- anced and deemed not to be in the best interest of the Owner may be rejected at the discretion of the Engineer and/or the Owner. I E-300 L H INFORMATION FOR BIDDERS 3. Subcontracts: The bidder is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this contract - a. Must be acceptable to the owner after verification by ' the Engineer of a good current performance record; b. Must be licensed in the State of Arkansas to do con- struction work; IC. Must have previously performed local projects of similar nature and type as the proposed project in a profes- sional and satisfactory manner. ' Approval of the proposed subcontract award cannot be given by the Owner unless and until the proposed subcontractor has submitted the evidence showing that it has fully complied ' with all reporting requirements to which it is or was subject. The general contractor will be required to furnish the names of subcontractors and the amounts of their subcontracts as required by Act 183, Arkansas Acts of 1957. The subcontrac- tor's name and license number shall appear on the outside of ' the sealed envelope. Subcontractors must be licensed accor- ding to the laws of the State of Arkansas. 4. state Licensing Laws: Contractors must be licensed in accordance with the requirements of Act 150, Arkansas Acts of 1965, the "Arkansas State Licensing Law for contractors". ' Bidders who submit proposals in excess of $10,000.00 must submit evidence of their having a contractor's license before their bids will be considered, and shall note their license number on the outside of the proposal. ' 5. Telegraphic Modification: Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled ' closing time for receipt of bids, provided such telegraphic communication is received by the Owner prior to the closing time, and provided further, the Owner is satisfied that a written confirmation of the telegraphic modification over ' the signature of the bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition or subtraction or t other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. If written confirmation is not received within two days from ' the closing time, no consideration will be given to the telegraphic modification. ' E-300 3 I I H INFORMATION FOR BIDDERS 6. Method of Bidding: The owner invites the following bid(s): ' 1991 CHIP AND SEAL STREET IMPROVEMENTS FAYETTEVILLE, ARKANSAS PROJECT NO. 91-41 7. Qualifications of Bidder: The Owner may make such investi- gations as he deems necessary to determine the ability of ' the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investiga- ' tion of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. ' Conditional bids will not be accepted. Each bidder, if requested to do so by either the Owner or ' the Engineer, shall furnish satisfactory evidence of his competency to perform the work contemplated. The Owner reserves the right to reject a bid if the bidder has not submitted, upon request, a statement of his qualifications ' prior to the date of the opening of bids. The Contractor shall not assign or sublet all or any part of t this contract without the prior written approval of the Owner nor shall the contractor allow such subcontractor to commence work until he has provided and obtained approval of such compensation and public liability insurance as may be ' required. The approval of each subcontract by the Owner will in no manner release the contractor from any of his obligations as set out in the plans, specifications, con- ' tract, and bonds. Before any contract is awarded, the bidder may be required Ito furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in the construction of the work, together with samples, which may be subjected to the tests provided for in these ' specifications to determine their quality and fitness for the work. L H ' E-300 I H. INFORMATION FOR BIDDERS I I C I I I I I I I 8. Bid Security: Each bid must be accompanied by cash, certi- fied check of the bidder, or a bid bond prepared on the form of bid bond attached hereto duly executed by the bidder as principal and having as surety thereon a surety company approved by the owner, in the amount of 5% of the bid. Such cash, checks, or bid bonds will be returned to all except the three lowest bidders within three days after the opening of bids, and the remaining cash, checks, or bid bonds will be returned promptly after the owner and the accepted bidder have executed the contract, or if no award has been made within 30 days after the date of the opening of bids, upon demand of the bidder at any time thereafter so long as he has not been notified of the acceptance of his bid. 9. Liquidated Damages for Failure to Enter into Contract: The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds required within 10 days after he has received notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. 10. Time of Completion and Liquidated Damages: Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project with 45 calendar days thereafter. Bidder must agree also to pay as liquidated damages, the sum of $250.00 for each consecutive calendar day thereafter as hereinafter provided in the General Conditions. When inclement weather prohibits proper Construction Procedures and/or quality, the project construction shall be shut down until proper weather conditions permit, at which time a "Notice -To -Proceed" will be issued by the Engineer. 11. Conditions of Work: Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all materials and labor necessary to carry out the provisions of his contract. Insofar as possible, the con tractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or inter- ference with the work of any other contractor. 12. Addenda and Interpretations: No interpretation of the mean- ing of the plans, specifications or other pre -bid documents will be made to any bidder orally. E-300 5 I INFORMATION FOR BIDDERS Every request for such interpretation should be in writing, addressed to MILHOLLAND COMPANY, Engineering & Surveying, ' 205 West Center, Fayetteville, AR 72701, and to be given consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be mailed by certified mail with return receipt requested to all prospective bidders (at the respective add- ' resses furnished for such purposes), not later than three (3) days prior to the dated fixed for the opening of bids. Failure of any bidder to receive any such addendum or inter- ' pretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents. I 13. Security fox Faithful Performance: Simultaneously with his delivery of the executed contract, the contractor shall furnish a surety bond or bonds as security for faithful ' performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connections with this contract, ' as specified herein. The surety on such bond or bonds shall be duly authorized by a surety company satisfactory to the Owner. ' 14. Power of Attorney: Attorneys -in -Fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their Power of Attorney. ' 15. Notice of Special Conditions: Attention is particularly called to those parts of the contract documents and ' specifications which deal with the following: a. Inspection and testing of materials. b. Insurance requirements. c. Wage rates. d. Stated allowances. I I [1 IE-300 6 I INFORMATION FOR BIDDERS 16. Laws and Regulations: The bidder's attention is directed to the fact that all applicable Federal and State laws, munici- ' pal ordinances, and the rules and regulations of all author- ities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be ' deemed to be included in the contract the same as though herein written out in full. Applicable laws and regulations the contractor and subcontractor shall comply with and be familiar with are as follows (but not limited to): a. Wage and Labor laws. b. State unemployment compensation. IC. Act 74 - Amend Act 275 of 1969 (Arkansas Statute 14-630). d. Withholding State and Federal Taxes. e. Anti -kickback Act of June 13, 1934, 40 U.S.C. 276 (c). If. Equal opportunity provisions. g. Act 125 - Arkansas Acts 1965. ' The contractor shall comply with all such laws and regula- tions and any amendments or modifications made thereto and shall include all such provisions with all subcontracts. ' The contractor shall abide by all Federal, State, and local laws governing labor. The contractor further agrees to save the Owner harmless from the payment of any contribution ' under the State Unemployment Compensations Act, and the con- tractor agrees that if he is subject to the Arkansas State Unemployment Act, he will make whatever contributions are ' required under and by virtue of the provisions of said Act. Minimum wage rates shall be equal to basic rates as estab- ' lished by common usage in the city and adjacent community for the various types of labor and skills performed. In case wage rates are specified in the contract documents, the rates as specified shall be the minimum rates which apply to ' the project. Whenever available, local common labor shall be used, and whenever practical, skilled and semi -skilled labor, if available, shall be used. ' The contractor and each subcontractor, where the contract amount exceeds $75,000.00, shall comply with the provisions of Act 74, as amended by Act 275 of 1969 (Arkansas Statute '14-630). The provisions are summarized below. I ' E-300 7 C PT INFORMATION FOR BIDDERS ' The contractor and subcontractor shall: a. Pay the minimum prevailing wage rates for each craft or type of workman and the prevailing wage rate for holiday and overtime work, as determined by the Arkansas Depart- ' ment of Labor. b. Post the scale of wages in a prominent and easily acces- ' sible place at the site of the work. c. Keep an accurate record showing the names and occupation and hours worked of all workmen employed by them, and ' the actual wages paid to each of the workmen, which record shall be open at all reasonable hours to the inspection of the Department of Labor or the Owner, its officers, and agents. The Owner shall have the right to withhold from amounts ' due the contractor so much of accrued payments as may be considered necessary to pay the workmen employed by the contractor or any subcontractor, the difference between the rates of wages required by this contract and the rates of wages received by such workmen. If it is found that any workman employed by the contractor or a subcontractor has been or is being paid a rate of wages less than the rate of wages required by this contract, the Owner may, by written notice to the contractor, terminate his right to proceed with the work or such part of the work ' as to which there has been a failure to pay the required wages and to prosecute the work to completion by contract or otherwise, and the contractor and his sureties shall be tliable for any excess costs occasioned thereby. The contractor shall deduct and withhold Arkansas income ' taxes, as required by Arkansas law, from wages paid to employees, whether such employees are residents or nonresi- dents of Arkansas. ' When provided for in the specifications, the contractor shall comply with the regulations of the Secretary of Labor made pursuant to the Anti -kickback Act of June 13, 1934, 40 ' U.S.C. 276(c), and any amendments or modifications made thereto and shall see that such provisions are included in all subcontracts. A copy of such provisions is included hereinafter in these specifications. ' E-300 8 I I INFORMATION FOR BIDDERS L I L Where Federal funds are used to pay a portion of the cost of a project, the prospective bidder will be required to comply with the provisions of Title VI of the Civil Rights Act of 1964 and Executive orders 11246 and 11375, and, where appli- cable, shall include such provisions in subcontracts or pur- chase orders. Further, certain construction contracts are subject to compliance with Minority Business Enterprise requirements. Where provided for in the specifications, the contractor, as a part of his bid, shall complete forms rela- tive to compliance, or participation with the above. The attention of all bidders is called to the provisions of ' Act 125, Arkansas Acts of 1965. This act provides for pay- ment for certain taxes on materials and equipment brought into the state. It further provides for methods of collect- ' ing said taxes. All provisions of the act will be complied with under this contract. I I L L L I I 17. Insurance: During the life of this contract, the successful bidder shall carry insurance as hereinafter set out. Also, he shall require all of his subcontractors to carry insur- ance as outlined below, in case they are not protected by the policies carried by the prime contractor. I E-300 Insurance companies underwriting the required insurance shall be licensed in the State of Arkansas. Insurance is to be approved by the Owner. If any insurance contracted for becomes unsatisfactory or unacceptable to the Owner after the acceptance and approval thereof, the con- tractor shall promptly, upon being notified to that effect, execute and furnish acceptable insurance in the amounts herein specified. Upon presentation of acceptable insur- ance, the unsatisfactory insurance may be canceled at the discretion of the contractor. The contractor shall have his resident insurance agent sub- mit to the owner, through the Engineer, a schedule of insur- ance policies proposed to be furnished, which shall be approved before certificates of insurance and/or policies are issued. Once the Owner has concurred in the proposal of insurance coverage, the contractor shall then furnish to the Engineer, in the name of the Owner, certificates of insur- ance for the following: L. _ H I INFORMATION FOR BIDDERS 1 I I I I 1 C I I J a. Workmen's Compensation: Workmen's Compensation, as required by the laws of the state in which the work is being done, shall be furnished. In case any hazardous occupations are required for the execution of the work which are not covered by the above insurance, special employer's liability policies shall be obtained to cover workmen engaged in such hazardous occupations. b. Contractor's Public Liability Insurance and Property Damage Insurance: This insurance shall provide bodily injury of $100,000.00 for each person and $500,000.00 for each accident, and property damage of $500,000.00 for each accident. This insurance shall be endorsed to cover explosion, collapse and underground hazards, and blasting. c. Motor Vehicle Public Liability and Property Damage Insurance: This policy shall provide bodily injury of $100,000.00 for each person and $500,000.00 for each accident; and property damage of $500,000.00 for each accident. d. Owner's and Engineer's Contingent Protective Liability Insurance: The contractor shall indemnify and save harmless the Owner and Engineer from and against all losses and claims, demands, payments, suits, actions, recoveries, and judgments of every nature and descrip- tion brought or recovered against them by reason of the work, in the guarding of it, and construction staking. The contractor shall obtain in the name of the Owner and Engineer (either as co-insured or by endorsement), and shall maintain and pay the premiums for such insurance in an amount not less than $500,000.00 property damage and $100,000.00 bodily injury limits, and with such pro- visions as will protect the Owner and Engineer from con- tingent liability under this contract. e. Builder's Risk Insurance: I I Optional ( I Required E-300 The contractor shall procure and maintain, during the life of the contract, builder's risk insurance (fire, lightning, extended coverage, vandalism, and malicious mischief) on the insurable portion of the project on a 100% completed value basis against damage to the equip- ment, structure, or material. The contractor, his sub- contractors, and the owner shall (as their interests may appear) be named as the insured. 10 Li H C I H I I L H I I INFORMATION FOR BIDDERS f. All -Risk Floater Insurance: Until the project is com- pleted and is accepted by the Owner, the contractor is required to maintain an all-risk installation floater policy. The contractor shall submit to the Owner written evi- dence of insurance upon the entire work at the site to the full insurable value thereof, including the inter- ests of the owner, the contractor, the subcontractors, and any others with an insurable interest. The policy shall insure against all risk of physical damage except as modified by the contract documents and subject to the normal all-risk exclusions. The policy, by its own terms or by endorsement, shall specifically permit par- tial or beneficial occupancy prior to the completion or acceptance of the entire work. g. Other Insurance: The contractor is to protect the Owner against all loss during the course of the contract. If, due to the nature of the project, insurance coverage other than that specified above is needed by the con- tractor to protect the Owner against all losses, the contractor is responsible for determining the type of Insurance needed and purchasing same. 18. Performance Bond and Payment Bond: The contractor shall furnish both a surety performance bond and a payment bond, each equal to one hundred percent (100%) of the contract price. The performance bond and payment bond shall be two totally separate bonds and shall bear two different bond numbers. The contractor is to pay all expenses in connection with the ' obtaining of said bonds. The bonds shall be conditioned that the contractor shall faithfully perform the contract, and shall pay all indebtedness for labor and materials fur- ' nished or performed in the construction and installation of such alterations and additions as prescribed in this con- tract. In Arkansas, prevailing law requires that performance and payment bonds on public works contracts shall be executed by ' a resident local agent who is licensed by the Insurance Com- missioner to represent the surety company executing said bonds, and filing with such bonds his power of attorney as his authority. The mere countersigning of the bonds will ' not be sufficient. E-300 11 I H C H HMI I I I I I I I [I I I H INFORMATION FOR BIDDERS The date of the bonds, and of the power of attorney, must not be prior to the date of the contract. At least six copies of the bonds shall be furnished, each with power of attorney attached. 19. Method of Award - Lowest Qualified Bidder: If at the time this contract is to be awarded, the lowest base bid submit- ted by a responsible bidder does not exceed the amount of funds then established by the Owner as available to finance the contract, the contract will be awarded on the base bid only. If such bid exceeds such amount, the Owner may reject all bids or may award the contract on the base bid combined with such deductible alternates applied in numerical order in which they are listed in the Form of Bid, as produces a net amount which is within the available funds. 20. Obligation of Bidder: At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and contract documents (including all addenda). The failure or omission of any bidder to examine any form, instrument or document, shall in no way relieve any bidder from any obli- gation in respect to his bid. 21. Safety Standards and Accident Prevention: With respect to all work performed under this contract, the contractor shall: a. Comply with the safety standards provisions of applica- ble laws, building and construction codes, and the "Man- ual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596). b. Exercise every precaution at all times for the preven- tion of accidents and the protection of persons (inclu- ding employees) and property. c. Maintain at his office or other well-known place at the job site, all articles necessary for giving first -aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctor's care of persons (including employees) who may be injured on the job site. In no case shall employees be permitted to work at a job site before the employer has made a standing arrangement for removal of injured persons to a hospital or a doctor's care. IE-300 12 ' A I.A Document No. A-310 (February 1970 Ed.) II1\ ' 11ll Sedgwick James Sedgwick Jamesot Arkansas, Inc. 900 S Shacklelord Road Suile 600 PO Box 511. Little Rock, Arkansas 72203-0511 Telephone (50') 223-3111 Telex 536249 Facs mile(501)223 8461 ' BID BOND ' KNOW ALL MEN BY THESE PRESENTS, that we. as Principal, hereinafter called the Principal and APAC-ARKANSAS, INC., McCLINTON-ANCHOR DIVISION INSURANCE COMPANY OF NORTH AMERICA 1 a corporation duly organized under the laws of the State of PENNSYLVANIA ' as Sprety, hereinafter called th Surety. are held and firmly bound unto City of Fayetteville 133 West Mountain Street Fayetteville, Arkansas 72703 ' as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Amount of Bid Dollars ($ 5% ' for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators successors and assigns, jointly and severally, firmly by these presents. ' WHEREAS. the Principal has submitted a bid for 1991 Chip & Seal Street Improvements, Bid No. 91-41, Project No. E-300 C H r, NOW. THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and mateial furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void otherwise to remain in full force and effect Signed and sealed this 26th day of August A.D. 19 91 APAC-ARKANSAS, INC., ' j (�(� McCLINTON-ANCHOR DIVISION f// �^�' /� (PArincipal) (Seal) (Witness) BY: 412 �� /, Q ' CJ ( IJY.G Vice President Title) �C/_ 1/. �INSURANCE COMPANY OF NORTH AMERICA -� lA (YSI iJ�1/.'f L 1� { (Th (Surety) (Seal) (Witnessl Jud F auks Butler Attorney in fact SI-1316-8 tPOWER OF RutroncI= • company of Norm An erica , 253920 ATTORNEY ° '"' C° 1 i Know 811 men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth Of PeaaayMnla, having Ite principal office in the City of Philadelphia. Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors of the said Company on December 5, 1983. to wit: •Msavao. met eo<aaM to Article. l is ant s. t N ice ay4•an. K.. IeeeMq Rte.. atop gown w• •coaxes ter I a Company &t -.. wsataMapa, neopnuaaeet oNwwt, is a. rffwya M tlia Mltys IWsat (t) That ma ►t- -. aq sal Vice Prcedeaa, any Vas Prnidaat. an Meet" Vlea PnNdaid. at any Mtomry-M-Fact. Mg •c•cefe W aW w baMff of va CaMoNe On aW b bowiaa, tar-_- Mneniaaon amMan aW Otter wee W in Resents t.,N. tar Nara to M Wweec Mtn n ce ccen by tar CNpeaat, srtf .y, N on A•viNSM COwyaran secretary. as Ile as MwaC ayaIWwarty€: and oat IM heNFM. fly Savior yke PMWCM.w Yke Pr.Wear or may AWNsM Vice hndSM May apnilit•W•etltOt Wrd Sat 0naN sr(aacndapsweQ M we Gown.,, ass Ataritay-Mdaaw to ea enci 4 at MMN b Ilia sncsldii al ad .a wrfln a t- et It.. Caiapasy ant le affix It MN M 1e. Cmw y I1ar,ta (2) Aey Mrri atiter ea efeei n ,ccMOYM. Nidt truss Auas Mae b as bmd q upon the CaMceny a On MN M wdayi adnd by we Pre cast and avi to by tit. Corral. Sweaty. (s) TM aimllln et Ili• PnaIMM. N • settler Viea PnadeM, w • Vin Pycsdeal. N N MaWM YIM PI•aiceM snd tar ant ar tar CNgany Mal be •IrnW by 4aal,I1V• ea m par et ananin pry W parassM w flits Rs.MNds. MM tar agMtw Of. cNNyinp Oa©., ant tar seal of Its CNgNty Sea be apes by M1caMNa to an carxnnw at ant MNi pasty. end say aunt par M o,MlioNs baNLG sent IMNMe aieiatun led aaM Map be ysid and barite - the Caiapcay. (4) awls ads Oman N1e. COaip"". fee NIOrnyaiMMt NMU Mn twhoity to Carey or very cgie of war RnOt-j1ea.ffa SYLwa Noe Cna.. as may amd.M or tacNd at ON CNganI amatory It W iallNes Of mar eepea. (Si fl... 1M1No R. accei aces act eaaaiN may career suwerily "IW M Aeaeiuxm of ant Dowd at Oinctan adopt on JNa e. tats. May Zs. IRis and Meth 23. 1ery " does hereby nominate, constitute and appoint DONALD R. HENDERSON, JUDY FRANKS BUTLER, and MARY GARDNER, all of the City of Little Rock, State of Arkansas ---------------- I [I I [.1 I I H [] I L_ I its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on Its and all Bonds and Undertakings, LIMITED in amounts, TWENTY .F] on behalf of APAC-Arkansas, Inc, and APAC-Mississippi, Inc., Said Bonds and Undertakings to be signed for the Company and attached thereto by any one of the said Donald R. Henderson, Mary Gardner, individually. behalf, and as its act and deed any VE MILLION ($25,000,000.) and APAC-Tennessee. the Seal of the Company Judy Franks Butler, and And the execution Of such writings in pursuance of these presents shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, the said R. E. Giveans. Vice -President, has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this 19th day of August 19 90 INSURANCE COMPANY OF NORTH AMERICA by COMMONWEALTH OF PENNSYLVANIA R. E GIVENS, vice President COUNTY OF PHILADELPHIA as. On this 19th day of August , A.D. 199_ , before the subscriber. a Notary Public of the Commonwealth of Pennsylvania in and for the County of Philadelphia duly commissioned and qualified, came R. E. Giveans, Vice - President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, end, being by me duly sworn, deposeth and saffh, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding Instrtanent is the corporate seal of said Company, and the said corporate seal and his Signature as officer were duly affixed and subscribed to the said instrument by the authority and tlireetigpgltHYNj0.Forporation, and that Resolution, adopted by the Board of Directors of said Company, referred to In the preceding F NOTARIAL SEAL - JULIA ANNA ROHANA, Notary Rubric OF`-*-_ Philadelphia, Philadelphia County • - MY Commission Expires August 20, 959 seal at the City of Philadelphia the day and year .-Nota,y Public I, the 6p9era(Oq�jr3ry t`y�INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that the original POWER OF ATTORNEY, of which the toregot(t�, tip.' orrect copy. is in full force and effect. In witness r I4Srnc*jIflve hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation. this 26th day of AU9,Ust 19 ._ ___ • . • • .tames s. wyuie 8ecratary THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION OATS APTERMIPttst 19. 1992 aaaanu s. is OXL& I L I I I I I I I I H C I I I I C KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, _ as Principal, and as Surety, are hereby held and firmly bound unto the CITY OF FAYETTEVILLE, as OWNER, in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. Signed this day of , 19_. The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF FAYETTEVILLE a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for CONSTRUCTION OF: 1991 CHIP AND SEAL STREET IMPROVEMENTS CITY OF FAYETTEVILLE, ARKANSAS PROJECT No. 91-41 NOW THEREFORE, A) If said Bid shall be rejected, or in the alternate, B) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached here- to (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. 1 I IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the date and year first set forth above. (L.S.) (Principal) SEAL (surety BY: I BID FOR UNIT PRICE CONTRACT '• Place: Room 111, City Administration Date: August 26. 1991 @ 2.00 p.m. Project No.: E-300 Bid No. 91-41 �i�'� Proposal of kQM .i J12G fi1gV,n/M4uhr ldteYU(hereinafter called Bidder)* a corporation, organized and existing under the laws of the State of De�____�� ,* a partnership, *or an individual doing business as To the CITY OF FAYETTEVILLE. ARKANSAS, hereinafter called OWNER. Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of 1991 CHIP AND SEAL STREET IMPROVEMENTS PROJECT No. E-300, having examined the plans and specifications with ' related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and ' supplies, and to construct the project in accordance with the contract documents, within the time set forth therein, and at the prices stated herein. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on ' or before a date to be specified in a written "NOTICE -TO -PROCEED" of the Owner and to fully complete the project within 45 calendar days thereafter as stipulated in the specifications. Bidder I further agrees to pay as liquidated damages, the sum of $250.00 for each consecutive calendar day thereafter. Bidder acknowledges receipt of the following addendum: Aha I I I Bidder agrees to perform all the work, described in the specifications and shown on the plans, for the following unit prices: *Insert corporation, partnership, or individual as applicable. ' E-300 1 Li CONTRACT - BID DOCUMENT: CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS 1 SUPPLEMENTARY SPECIFICATIONS FOR CHIP & SEAL STREET ' CONSTRUCTION: In accordance with plans and specifi-cations for said project, Contractor shall reconstruct EXISTING City Streets within the following criteria: Ii. 2% Crown (All widths) 2. MAX Thickness of New SB-2 = 4" 3. Minimum Edge Thickness with SB-2 = 4" ' 4. Maximum Thickness of Edge of Street Grade = 6". Contractor shall reconstruct EXISTING street DRIVING surfaces to a 2% crown using existing on -site SB-2 Base material as follows: A. Where Existing SB-2 DRIVING surfaces are greater than ' twenty-two feet [22'] in width, Contractor shall use Existing SB-2 and construct a 2% Crown within the central twenty-two feet (22'1 of the street sections, ' EXCEPT at intersections and Cul-De-Sacs. B. Where existing street base is less than twenty-two feet [22'1 in width, the EXISTING street SB-2 Base ' shall be Reshaped to provide for a street section the same width as the EXISTING SB-2 Base with a 2% crown. IC. Subsidiary to other Items of the Contract, the Contractor shall under cut pot holes and rough areas in street sub -grade and reconstruct the top 12" of ' street sub -grade section with existing materials. D. "HILLSIDE" MATERIAL, as a separate Bid Item, may be used to reconstruct sub -grade, ONLY when approved by the Project Engineer. E. All materials used for reconstruction of street sub- ' grade, without prior request and approval by the Project Engineer, shall be Subsidiary to other bid items of the contract. 1 C I IE-300 1 I I I L L I I I I I I J I CONTRACT - BID DOCUMENT: CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS SUPPLEMENTARY SPECIFICATIONS. Cont. F. Engineer will not provide a "CUT SHEET". Contractor shall construct street centerline profile at a uniform slope using the existing street profile as a guide. G. The Contractor shall request the Engineer to inspect and approve all street sections prior to placing SB-2 Base, and prior to placement of double chip seal surface, respectively. H. Construction Bid Items shall include costs for all Standard Laboratory and Field Material Testing. Densities shall be at intervals Not -To -Exceed 500 L.F. and not less than two (2) tests per Street Segment. I. The EXISTING SB-2 Base shall be reconstructed to form a 2% crown and compacted to 95% modified Proctor at Optimum moisture prior to being over-layed with new SB-2 Base. J. Construction shall in accordance with the latest edition of the "STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION" Published by the AHTD, with the "SEASONAL LIMITATIONS" WAIVED. Construction delays due to inclement weather conditions should be considered by Bidder. K. Construction is anticipated to begin after September Ii, 1991; Therefore, Asphalt Materials shall be either of the following Rapid Curing Cut -back Asphalts; RC -250, or RC -800. L. All testing shall be performed by an Independent, Licensed Materials Testing Laboratory. ' M. Contractor shall notify all Residents adjacent to the Construction Site, a minimum of 48 hours prior to beginning construction. Said NOTIFICATION shall ' be typed to depict the Type of Construction, approximate duration of the contruction, Contractor's Name and telephone Number, Owner's Name and ' Engineer's Name. E-300 2 I Hu I I C C I I I I n CONTRACT - BID DOCUMENT: ITEMS: All Items Complete in place, including all labor, materials, bonds, insurance, equipment, fittings, and unforseen items, constructed in accordance with the City of Fayetteville Specifications and Requirements and as shown on plans, grading, reconstruction of street sections, utility adjustments, street surface construction, shaping, clean-up, repair of damaged yard surfaces, and testing. BID ITEM I: STREET SECTION: Crown Street Sections using existing Base materials, and Construct New Street Section with new Compacted SB-2 Base the same width as existing SB-2, PLUS a 12" wide TAPER each side. Cover entire width with the Bituminous Prime Coat; PLUS a Double Chip and Seal Surface the width shown on Plans or twenty feet [20') in width, which ever is least, per STANDARD SPECIFICATIONS for HIGHWAY CONSTRUCTION ARKANSAS STATE HIGHWAY COMMISSION. STREET SEGMENTS_: SEGMENT No. 19. Anne Street: 1345 L.F.) 'o Double Chip and Seal Surface, 708.4 SY @ N a: Z 733.00 C TWtSi$2ii33.OO 1 Per Lump Sum $__ P eu.t.A-, b. SB-2 Base, compacted in place, 178 tons @___ ZoZq,ZO ELEViErl DoLLN4S ads fcRn'`1I:6nlf $ 11.4O ) Per Ton S___ SEGMENT No. 16. Box Avenue: (862 L.F•1 a: Double Chip and Seal surface, )erLump Sum 1356.0 POSI @ S TH�Tu�ol%unMGPT��' N� ( $S'Z31 b. SB-2 Base, compacted in place, 350 tons @_ 3 q " O jpnL M-5 w4-- fM'`( CC,S ($ ftt'O ) Per Ton $ SEGMENT No. 17. Cherry Lane: [557 L.F.] a: Double Chip and Seal Surface, 1027.9 BY @ 3 9(� oa TaSA� NINE Nuu_t¢p e__ Per Lump Sum $ fl b. SB-2 Base, compacted in place, 261 tons @___ ELsf.N T° Ls w cL Foltz ( C-OJ1 ( S f f •tO ) Per Ton $ SUB -TOTAL PAGE: BID ITEM NO. I - - - - - - - - - S ZJD)9ZT3'60 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * I E-300 3 H I CONTRACT - BID DOCUMENT: CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS BID ITEMS ' SEGMENT No. 4. Coach Drive: (768 L.F.1 a: Double Chip and seal Surface 981.8 SY @T_'_ ao�sPvt vtt*J tIvu [t'('$ 3 88.ob ) Per Lump Sum $ 3_88.00 pa !15 I b. SB-2 Base, compacted in place, 260 tons @_ 11b40 .40 ) Per Ton $ Z _• 0O SEGMENT No. 18. Cross Avenue: (330 L.F.] a: Double Chip and Seal surface, 690.0 SY @two Ifbuo 4=jrrJwD>Sitii�l'Lwu (SE'Z.Oo ) Per Lump Sum SZi66Z.00 ' POLka(s b. SB-2 Base, compacted in place, 173 tons @ �p r,(J you Atv� a d� FerLl ( COJSS ($ 11 • 0 ) Per Ton $ 1 L • Zi0 I SEGMENT No. 15. Dockery Avenue: [634 L.F.1 a: Double Chip and Seal Surface, 1054.7 SY @ �Q rliflS c7 SYiiN+u 0 t' ' ($4106C1 00 ) Per Lump Sum $ 069•Oo b. SB-2 Base, corn acted in place, 271 tons @___ O(.&WVa k,M-6 a�L �Pt( ACS($ I1.-0 ) Per Ton $?�O.Lf0 ' SEGMENT No. 2. Fifty -First Street: (711 L.F.] a: Double Chip and Seal Surface, 1474.2 SY @CFv1 1*ut s LQ PL &lt%(SO($ 5G8 I•OO ) Per Lump Sum $ 56 ' t oLt.Cr�S b. SB-2 Base, compacted in place, 370 tons @ g. N�6LI a��5�CTS($ 1I.4O ) Per Ton $ Ul_______ � 8.00 ' SEGMENT No. 21. Florene Street: (496 L.F.1 a: Double Chip and Seal Surface, 970.2 SY 01ttt>; (<ou__bkM____ (S 3 �J•°O ) Per Lump Sum S31 3.00 b. SB-2 Base, compacted in place, 245 tons @_ O.L�f6ND�lyl llb o rd. fa(i��C GENT � ( S 1(.L -!'O ) Per Ton S t7ltsO0 ' SEGMENT No. 20. Giles Road: [424 L.F.1 a: Double Chip and Seal Surface, 714.6 SY @___ ' - vv4fnA.______ ____ gS�_5�•0O ) Per Lump Sum $__57.00 b. SB-2 Base, compacted in place, 183 tons @ _ EL1rIr -DawJ'� aL F MHCoi 15 (S 11.40 ) Per Ton s7 &° SUB -TOTAL PAGE: BID ITEM NO. I - $ 39,SZS.So ' E-300 4 I ' CONTRACT - BID DOCUMENT: CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS BID ITEMS SEGMENT No. 9. Lawson Street: 1426 L.F.] a: Double Chip and Seal urface 829.6 SY @Two "rµodx D TWO il+� xA t�a_P__ Per Lump Sum $__.Z_.GO b. SB-2 Base, compacted in place 209 tons @___ b0 'lAI61JZOUvbAF7wo� Fo+r1� (S I •'k ) Per Ton $Z3 _ SEGMENT No. 8. Lester Street: [309 L.F.] a: Double Chi and Seal Surface 555.7 SY @u)0 -VµpJ D o�Je 0-i�`f fv*4 $ Z.I •0b Per Lump Sum S I 00 ' b. SB-2 Base, compacted in place, 141 tons @___ O EMfg %{!�c�.lcS($ )I,�t ) Per Ton SI ' SEGMENT No. 5. Lighton Trail: (1066 L.F.1 a: Double Chip and Seal Su3face 1885.7 SY @SFiAJ ��,�s�aar�o"-LA6b5gvG��( )iJ� (��IZIT •O� ) Per Lump Sum S11Z15•00 ' �nwA b. SB-2 Base, com acted in place/481 sjoJ6iri9� Sa rt:f( SS(S �(•�ri0 ) Per Ton $�J �'• SEGMENT No. 14. Michael Cole Drive: [1766 L.F.) a: Double Chip and Seal Surface, 3962.2 SY @CAI ,,�r�t x� �t Ffj ( $ J ZOz •.00 ) Per Lump Sum $ fit' �O ' po b. SB 2 Base, com acted in place, 986 tons @_ ,( � vs JThL4d6(tt? ' Ft tt4 'eiYi ( $ (Id%o ) Per Ton $ � _. �•`['O ' SEGMENT Nos. 6. & 7. Palmer Avenue & Palmer Place: [595 L.F.1 a: Double Chip and Seal Surface 1373.0 SY @ FJri ' 1 "o(Woplr N'Ni-(Se�Pi)"($ SZt,a� ) Per Lump Sum $5 �•� DO LC#4t6 b. SB-2 Base, compacted in place, 341 tons @_ gkW- P° ' a,d✓Fotc'CGrl5 j($ If •� ) Per Ton $} 'SEGMENT No. 1. Persimmon Street: (2749 L.F.1 a: Double Chip and Seal Su ace, 4897.5 SY @___ ' �a/5Aa� l 4WuP(:ZNtin 1 ��(LI S I Si OO ) Per Lump Sum $_______ � "Pn(,l�lJ1f_• b. SB-2 Base, compacted in place, 1247 tons @_ gLk3f,N I /.,0 ) Per Ton S KITO SUB -TOTAL PAGE: BID ITEM NO. I - - - - - - - $ 90)9IZ•0 O I E-300 3 I El CONTRACT - BID DOCUMENT: I [1 CI I I I C I I CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS BID ITEMS SEGMENT No. 10. Rose Avenue: (302 L.F.1 a: Double Chip and Seal Sur�ce, 343.4 SY @'_v_ ittw�au�lb�krr 4[�uoem w�NtH Cs 13Zo.oa ) Per Lump sum $ 13 O0 t', b. SB-2 Base, compacted in place, 93 tons @ ELZMw'POLLAftS a klc%f (, 9($ I/•i1W) ) Per Ton $ 1Ot 60.ZO SEGMENT No. 3. Sunrise Mountain Road: [4888 L.F.) a: Double Chip and Seal Surface, 9298.9 SY @ µ!RC{ t„nsSib�sw�q�EiT �x 1 y ( $351$'( .00 ) Per Lump Sum $ fowt'V0Lt5 b. SB-2 Base, com acted in place, 2352 tons @_ n (✓1X:Vlf VOL"O"GoL.dL��Rei«►�($ Ii,40 ) Per Ton $2e8IZ.y0 SEGMENT No. 12. Vale Avenue: [1212 L.F.1 a: Double Chip and Seal Surface, 2325.2 SY [{aJS(uDN�az }(��fL®L7 wN�i ($ 8Jq1O.Oa ) Per Lump b. SB-2 Base, compacted in place, 588 tons (1.40 ) Per SEGMENT No. 11. Wood Avenue: 1770 L.F.] a: Double Chip and Seal Surface 1526.8 SY j�laJsAN�f NJ��nesDNtreiJ ($ R90.Gt0 ) Per Lump b. SB-2 Base, compacted In place, 385 tons O'0✓0n) _ � Q. L�6NM%(C C5 ( $ I I.tt0 ) Per Sum $ 8 10.00 @Ton $ __ 03 •�._ @ lyw pp Sum s'890.00 Ton $T SEGMENT No. 13. Yvonne Drive: [356 L.F.] ' a: Double Chip and Seal Surface 714.0 SY @ ulo �,spaa5d1c�»413 4fq I✓ (AsZi55.ob ) Per Lump Sum $Z1155.Oo ' b. SB-2 Base, compacted in place 180 tons @_ EL Wi5O VaAoo.a:, �PdL � �r� i= ( S i 1.40 ) Per Ton $ ZoSZ. OO SEGMENT No. 22. Texas Run: (108 L.F.1 ' a: Double Chip and Seal Surface, 29.3 SY @ ONI }(JUDNGb TH gw;FO 1 rau, �6 ( S f 1 �✓. oo ) Per Lump Sum $ 3.OO b. SB-2 Base, compacted In place, 12 tons @ 1 (.40 ) Per Ton $ 13�• 8 O ------------------------------------------------------------------- ' SUB -TOTAL PAGE: BID ITEM NO. I - - - - - - - - - $ 961 O 8.00 ------------------------------------------------------------------- TOTAL: BID ITEM NO. I - - - - - - - - - - - - - - $Z-1 O E-300 6 I ' CONTRACT - BID DOCUMENT: CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS BID ITEMS ' BID ITEM II: "HILLSIDE FILL MATERIAL": Compacted "Hillside" sub -base material from OFF - SITE (OFF -SITE identified as material purchased from others than the Owner); unit price per Truck Yard shall include the required "unclassified" ' Excavation and disposal of soil materials within street section; 1000 Truck Ya ds @ 5eIe rJ Uruil 5ar.NOA6 4 Ct; is ($ 111O ) per T.Y. $________ O0.00 ' BID ITEM III: SUBSIDIARY ITEMS: Subsidiary to Item I and II above are the following: a. Unclassified back -fill with excavated materials in Designated "FILL AREAS". ' b. Back -sloping and landscaping all areas damaged by Construction with 4" top soil; IC. Seeding, fertilizing, mulching, and watering for successful growth on all surfaced damaged areas, filled, back -sloped, and ditched areas relative to the project; ' d. Use of all suitable "Classified" excavated material for site selected fill material with- ' in the project's street right-of-ways and designated "FILL AREAS" on project site; e. Removal and disposal of shrubs, bushes, trees, rocks, and other items within the construction limits; ' f. Dispose of excess excavated materials; I I I ' E-300 7 1 CONTRACT - BID DOCUMENT: CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS BID ITEMS ***BID ITEM IV: STORM DRAINAGE IMPROVEMENTS: Installation of storm drainage pipe on an "AS NEEDED" basis, as follows: (CMP Pipe 30" and less shall be 16 ga.; over 30" shall be 14 ga.) 1. Construct 18" CMP Storm Sewer pipe, PER L.F. @ Sl�Jyv�J'vs741 pot t A(LS orcUj FFt4 CC' S(tl.60 ) per L.F. S 2. Construct 18" Class III -RCP Storm Sewer pipe, I H I I P L I I PER L.F.@ W N0 t t7O - 4N> — $( Z0.130 ) per L.F. $ 3. Construct 24" Class III-CMP Storm Sewer pipe, PER L.F.@ 1WVTlYj uJo _ o U,KQJ' and — f CE�rJCS $(2-Z-. ) per L.F. $ 4. Construct 24" Class III -RCP Storm Sewer pipe, PER L.F.@ T Cy /PN: �- $( ZS.oO ) per L.F. $ Compacted SB-2 base back -fill under s reet - PER TON (AS NEEDED) @'7)i Da t'✓US a Ct?rL1 CC)J S S( 10. 0 ) Per ton $ BID ITEM V: MISCELLANEOUS ITEMS: 1. GATE VALVES: Adjust Water System Gate VOve to finished surface grade, dw 10 each @ o u ISO O O W Fic--i6 tJ S( 11S,00 ) Per each $ 2. SANITARY SEWER MANHOLES: Adjust Sanitary Sewer Manhole Rings to finis,ed surface grade - 20 each @ Tto (W� YD(- O F c3 IJ $( Z( 0O ) Per each $_-f;_(0O.Oo TOTAL BASE BID E-300 8 C H CONTRACT - BID DOCUMENT: CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS BID ITEMS ' **"OFF -SITE" HILLSIDE: Truck tickets must be signed by Engineer's representative with date, station location, and use. Contractor's UNIT PRICE shall include all the expense of t excavating and disposing of "UNDERCUT" materials plus the TOTAL COST OF OFF -SITE BORROW after COMPACTED IN -PLACE. ***NOTE: Alternative Pipe materials may be offered with Bid if a ' written certified acceptance by the City Engineer is attached to Bid Submittal. ' ****SB-2 BASE BACK -FILL: Truck tickets must be signed on site by Contractor's representative with date, station location, and use. ' SB-2 to be used ONLY as Back -fill in Street Sections, Full depth of Trench to Street Sub -grade and to one foot (1') from surface. NOTE TO CONTRACTOR: A reasonable estimate of SB-2 Trench Back - fill under street sections have been estimated by the Engineer to ' be -0- TONS. This Contract will pay a unit price per Delivery Ticket AS NEEDED AND APPROVED BY ENGINEER PER TON. Additional Amounts of SB-2 Back -fill to fulfill this Contract shall be considered OVER -RUNS and subsidiary to other BID ITEMS of the Contract. I I I I E-300 H P ' 1991 CHIP & SEAL STREET IMPROVEMENTS SUMMARY OF BID ITEMS I TOTAL PROJECT CONSTRUCTION COST . . . . . . . . $ tkI OR6.4O I I L I I I I I I I I I I TOTAL OF BID: 0 Zh1 O 95.40 ' (Amounts are to be shown in both words and figures. In case of discrepancy, the amount in words will govern.) The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any Informalities in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of 30 calendar days after the scheduled ' closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, Bidder will execute the formal contract attached within ten (10) days and deliver a Surety Bond or Bonds. The security attached in the sum of FFJ� oC' •' ^►��L AN&A r1T of is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the 'Owner caused thereby. H I (SEAL - if bid is by Corporation) I H I I Respectfully,Submitted: MG GL�1N l ON—PNC.�IdiL�L\il�i �� Bidder /� By: 4L,17 N . 7J¢U N. av1!_I C,o. 60x 1367 tt''kq 6 �T1 \t u t e j\{l zAa v Business Address and Zip Code ki I I P I I LA H I I H I I C I 1J I APAC-Arkansas, Inc. a McClinton -Anchor Division • 240 North Block Street • P.O. Box 1367 Fayetteville, Arkansas 72701 • (501) 521-3550 APAC-ARKANSAS, INC. - MCCLINTON-ANCHOR DIVISION PERFORMANCE RECORD REGARDING CONSTRUCTION PROJECT OF SIMILAR NATURE 1. 1990 Chip and Seal Program for City of Fayetteville, Project E-270 - Approximately 50,000 square yards of Double Chip and Seal. 2. 1991 Street Paving Program for City of Bella Vista. Project 91018 - Approximately 80,000 square yards of Single and Double Chip and Seal. 3. 1990 Street Paving Program for City of Bella Vista. Approximately 90,000 square yards of single and double chip and seal. I I CONTRACT ' THIS AGREEMENT, made this (1 day of 19 , by and between the CITY OF FAYETTEVILLE, (Corporate Name of Owner) herein called "OWNER", acting herein through its , (Title of authorized Official) and McCLINTON-ANCHOR. INC. , a corporation of FAYETTEVILLE , County of WASHINGTON , and State of ARKANSAS , hereinafter called "Contractor". WITNESSED: that for and in -consideration of the payments and agreements hereinafter mentioned, to be.made and performed by ' the Owner, the Contractor hereby agrees with the Owner to commence and complete the construction described as follows: ' CHIP AND SEAL STREET IMPROVEMENTS Fayetteville City Streets Fayetteville, Arkansas hereinafter called the "Project", for the sum of TWO HUNDRED SIXTY ONE THOUSAND NINETY FIVE AND 40/100 Dollars ($261,095.40) and all extra work in connection therewith, under the terms as ' stated in the General and Special Conditions of the Contract; and at his (its or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, ' superintendence, labor, insurance, and other accessories and services necessary to complete the said Project in accordance with the conditions and prices stated in the Proposal, and Information to Bidders; the plans, which include all maps, plats, ' blueprints, and other drawings and printed or written explanatory matter thereof; the specifications and Contract Documents therefore as prepared by Milholland Company, Engineering & ' Surveying, herein entitled the "Engineer", all of which are made a part hereof and collectively evidence and constitute the contract. ' The Contractor hereby agrees to commence work under this Contract on or before a date to be specified in a written "NOTICE -TO -PROCEED" of the Owner and to fully complete the ' Project within 45 consecutive calendar days thereafter. The Contractor further agrees to pay, as liquidated damages, the sum of $250.00 for each CONSECUTIVE CALENDAR DAY thereafter as ' hereinafter provided in DIVISION I, Section 01:04 of the General Provisions and aS stated in Bid Documents. I I E-300 I I C I I I I I Li I H I F I [ CONTRACT The Owner agrees to pay the Contractor in current funds for the performance of the Contract, subject to additions and deductions, as provided in the General Provisions of the Contract, and to make payment on account thereof as provided in DIVISION I, Section 01:23; "MEASUREMENT AND PAYMENT". The Contractor further agrees to allow the Owner to deduct from the FINAL Payment all charges invoiced the Owner by the Engineer for "RESTAKING OF CONTROL", as provided by DIVISION I, Section 01:21 of the General Provisions. IN WITNESS WHEREOF, the parties to these presents have executed this contract In three (31 counterparts, each of which shall be deemed an original, on the day and year first above mentioned. (SEAL) CITY OF FAYETTEVILLE Attest: .O OC O •)By. Witness tness Title 113 WEST MOUNTAIN ST. FAYETTEVILLE. AR 72701 Business Address and ZIP Code APAC-41.k44fsas e Inc. McCLI NTON-ANCHOR, I -NC•. IyisiaAI Contr ctor �/ /J By: �f . ( a Y!C¢, 2fiS 1 Title 240 N. BLOCK, P.O, BOX 1367 (Print or type names under- FAYETTEVILLE, AR 72702 neath all signatures) Business Address and ZIP Code NOTE: Secretary of the Owner should attest. If Contractor is a corporation, Secretary should attest. I 1 E-300 n 1991 Chip and Seal Program - City of Fayetteville ' Addendum No. 1 The following changes are made a part of the 1991 Chip and Seal Program, City of Fayetteville Bid no. 91-41. General scope of the addendum: To include in the specifications - Division 1, General Provisions - standard clauses to protect the Owner's Right to terminate. Specific Changes: ' The following standard clause is added to the General Provisions as contract clause 24. ' THE OWNER'S RIGHT TO T INATE CONTRACT: If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, ' or if a receiver should be appointed on account of his insolvency, or if he should refuse or should fail, except in case for which extension of time is provided to supply enough properly skilled ' workmen or proper materials, or if he should fail to make prompt payment to Subcontractors or for materials or labor, or disregard laws, ordinances, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Contracting Authority, ' may, without prejudice to any other right or remedy and after giving the Contractor ten (10) day's written notice, terminate the employment of the Contractor. ' In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and ' administrative services, such excess shall be paid to the Contractor. If such expenses shall exceed such unpaid balance, the Contractor shall pay the difference to the Contracting Authority. ' Pending settlement of disputes on any point of controversy, the Contracting Authority may suspend action on all or any part of the work. The Contractor shall not be entitled to any claim for loss or damage by reason of such delay, nor shall he be entitled to ' extension of time, although such extension of time may be granted by the Contracting Authority if he deems it in the interest of the work. Acknowledgement by the bidder: f 7M-A-rlcruau s, /iu., Nedillhg-jiwy 9t i t .t ' Bidder ct(liryuQ/ (.4C e._ Date I I ' CERTIFICATE OF OWNER'S ATTORNEY ' I. the undersigned; , the duly authorized and acting legal representative of the Owner and Developer, do hereby certify as follows: I have examined the attached contract(s) and surety bonds ' and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and ' authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements consti- tute valid and legally binding obligations upon the parties exe- ' cuting the same in accordance with terms, conditions, and pro- visions thereof. C ' Signature ' Date I I I I H H U 1 SPECIFICATION INDEX 1 DIVISION 1 - GENERAL PROVISIONS SECTION - 01 General Description 02 Legal Address of Owner 03 Verification 04 Liquidated Damages - 05 Safety 06 office and Sanitary Facilities - 07 Construction on Private Property 08 Notification of Utility Companies - 09 Co -Contractor Bids 10 Bid Procedure 11 Schedule of Operations 12 Rights -of -Way on Private Property 13 Protection and Maintenance of Public and Private Property 14 Maintenance of Traffic - 15 Pavement Removal and Replacement - 16 Barricades and Lights - 17 Fences - 18 Progress Photographs 19 Responsibility of Contractor for Backfill 20 Testing 21 Baselines and Benchmarks 22 Classification of Excavated Material 23 Measurement and Payment DIVISION 2 - GENERAL PIPE INSTALLATION SECTION - 01 Cleaning 02 Inspection - 03 Laying Pipe 1 C 1 I SPECIFICATION INDEX DIVISION 3 - EARTHWORK Scope General Requirements Trench Excavation Tunneling and Boring Rock Excavation Backfilling Stream Crossing Protection of Trench Backfill in Drainage Courses Disposal of Excess Excavated Material Paved Surfaces Grading and Seeding Resodding Preservation of Trees and Shrubs Removal of Water Measurement and Payment Water Line and Sewer Line Separation Pipe Embedment Trench Backfill Grubbing and Cleaning Road, Railroad, Pipeline, and Utility Service Crossings DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS Pipe Laying General Tie Ins Jointing Pipe Insulation Reaction Anchorage and Blocking PVC Pipe Installation DIVISION 4A - PVC PIPE CONSTRUCTION/MISCELLANEOUS SPECIFICATIONS Ties Tracer Wire Trenching Curve Pipe Installation Fence Maintenance Final Tests Special Bedding Cleanup Additional Materials L SPECIFICATION INDE% DIVISION 5 - PRESSURE AND LEAKAGE TESTING SECTION - 01 Scope 02 Disinfection 03 Bacteriological Samples ' DIVISION 6 - IRON PIPE AND FITTINGS SECTION 8A - DUCTILE IRON PIPE AND FITTINGS 01 Scope 02 Ductile Iron Pipe SECTION 8B - CAST IRON PIPE AND FITTINGS 01 Scope 02 Cast Iron Pipe SECTION 8C - HANDLING SECTION 8D - CUTTING PIPE SECTION 8E - ALIGNMENT OF BELL AND SPIGOT PIPE SECTION 8F - REACTION ANCHORAGE AND BLOCKING 1 DIVISION 9 - VALVES SECTION - 01 Scope 02 Material - 03 Installation 04 Valve Keys 05 Valve Operating Wrench - 06 Check Valves DIVISION 10 - PLASTIC PIPE AND FITTINGS ' SECTION - 01 Scope 02 Installation of Pipe 03 Jointing - 04 PVC Pipe and Fittings 05 Standards 06 Warranties 07 Handling 08 Cutting Pipe 09 Cleaning 10 Inspection iii , I I I I I I I I I I I n H I I Li SPECIFICATION INDEX SECTION - 01 Scope - 02 Materials - 03 Handling - 04 Alignment and Grade - 05 Factory -Molded Plastic Joints DIVISION 11A - POLYVINYLCHLORIDE (PVC) PLASTIC SEWER PIPE SECTION - 01 PVC Pipe and Fittings - 02 Joints and Lengths - 03 Installation - 04 Testing - 05 Warranty DIVISION 12 - STANDARD MANHOLES SECTION - 01 Standard Manholes DIVISION 13 - ACCEPTANCE TESTS SECTION - 01 Infiltration-Exfiltration Tests - 02 Lamping - 03 Smoking - 04 Proof of Acceptance DIVISION 14 - ARMCO TRUSS PIPE SECTION - 01 Scope 02 Material Specifications 03 Recommended Practice for Bedding and Backfilling 04 Jointing 05 Laser Beam Alignment - 06 Manhole Connection 07 Patching - 08 Concrete Encasement DIVISION 15 - LOW PRESSURE AIR TEST OF SANITARY SEWER PIPE LINES SECTION - 01 02 03 04 -05 06 Scope Summary of Method Safety Preparation of the Sewer Line Procedures Acceptance iv I 1 SPECIFICATION INDEX 1 DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE SECTION - 01 Right -of -Way Requirements 02 Street Width 03 Sub -Base Preparation 04 Base Material - 05 Base Material Preparation 06 Surface Course 07 Compaction - 08 Curbs and Gutters 09 Sidewalks - 10 Dedicated Streets 11 Concrete Structures - 12 General Comments - 13 Street Extensions 14 Sub -Base Preparation DIVISION 21 - GENERAL COMMENTS REGARDING CONSTRUCTION SECTION - 01 Warped or Sloping Sections - 02 Banks - 03 Natural Drainage 04 Street Inspections 05 Engineering Certification 06 Utilities' Coverage DIVISION 22 - CONCRETE STREET IHPRQVEMENJS MINIMUM SPECIFICATIONS FOR CITY OF FAYETTEVILLE SECTION - 01 Scope 02 Concrete Street Structures 03 Subgrades - 04 Minimum Thickness of Sidewalks and Drives - 05 Minimum Width of Sidewalks - 06 Placement of Concrete Pavement - 07 Expansion Joints 08 Turn Radii - 09 Pozzilith 10 Temperature During Concrete Pouring 11 Vibrator 12 Bidder Responsibility I v 1 1 I I I SPECIFICATION INDEX ' DIVISION 23 - TESTING SECTION - 01 Scope - 02 Material Types, Testing Procedures and Standards ' DIVISION 24 SECTION - 01 02 ' -03 04 -05 ' -06 -07 - STORM DRAINAGE OF STORM SEWERS Storm Drains Natural Drainage Storm Drainage Design Concrete Pipe Requirements Corrugated Metal Pipe Surface Drainage Special Gasketing and Sealing Materials DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE SECTION - 01 Description - 02 Materials 03 Laboratory Tests and Cement Content 04 Construction Methods I- 05 Maintenance 06 Method of Measurement 07 Basis of Payment 1 I I I [] I I vi I I I L I C I I I I C 11 SECTION 01-06: OFFICE AND SANITARY FACILITIES. A construction ' office will be needed as required by the Contractor when required by law. Sanitary facilities will be required as needed to con- form with city or county ordinances or rules. 1 DIVISION 1 - GENERAL PROVISIONS SECTION 01-01: GENERAL DESCRIPTION. The work to be performed under these contract documents consists of providing all labor, materials, equipment, tools, superintendence, and all other services necessary for construction of the project as shown on plans. SECTION 01-02: LEGAL ADDRESS OF OWNER. The legal address of the Owner shall be as shown on the cover sheet of the specifications. SECTION 01-03: VERIFICATION. Data concerning surface features, present obstructions on or near site, locations of pipes, roads, etc., have been obtained from sources the Engineer believes reli- able, but accuracy of such data is not guaranteed and is fur- nished solely for the accommodation of the Contractor. Use of such data is made at the Contractor's risk and no additional allowance will be granted because of the Contractor's lack of knowledge of existing conditions. The Contractor shall be responsible for the verification of all measurements shown on the drawings and/or other new construction on the premises. Each bidder is required to form his own opinion of the character of the materials and of other conditions to be encountered from an inspection of the area, from his own interpretation of test -hole information and from such investigation as he may care to make. SECTION 01-04: LIQUIDATED DAMAGES. Liquidated damages will be assessed in the event of an overrun of time required to complete the work described by these specifications in the amount set forth in the "ADVERTISEMENT -FOR -BIDS". The Engineer shall main- tain a record of "Consecutive Calendar Days" and "Non -workable Days" from date of "NOTICE TO PROCEED". If construction progress is delayed by acts of God and beyond the control of the Contrac- tor, an extension of Construction Time may be requested by Con- tractor. Contractor shall pay such damages to Owner prior to acceptance Sf the construction by the Engineer. SECTION 01-05: SAFETY. Contractor shall comply with the Occupa- tional Safety Health Standards Act of 1964, and the latest revi- sion thereof. I 1 I I DIVISION 1 - GEtIERAL PROVISIONS ' SECTJON •01-07 CONSTRUCTION ON PRIVATE PROPERTY. A permanent construction easement shall be provided by the Owner for con- struction improvements across private property, as shown on the easement plans, to be provided by the Engineer to the successful bidder. The Contractor shall not damage or destroy obstructions within area. Satisfactory settlement for such damage shall be made by the Contractor directly to the property owner. Pave- ments, drains, fences, driveways, wells, septic tanks, lines, and etc. shall be restored, immediately following construction of the project, to the original condition thereof as determined and approved by the Engineer. The Contractor shall conduct his work so as to interfere as little as possible with traffic. The Con- tractor shall consider Section 01-14: "MAINTENANCE OF TRAFFIC", of these specifications as pertaining to this area also. ' Existing underground and/or overhead utilities are not always shown on the project plans. The Contractor shall coordinate with all utility companies at a preconstruction conference prior to starting construction. The Contractor shall cooperate with all utility companies in an effort to protect existing utilities. Any variation or elimination of construction and temporary con- struction easements shall be reflected an the construction plans. SECTION 01 08• NOTIFICATION OF UTILITY COMPANIES: The contrac- tor is responsible for informing utility companies forty-eight (481 hours prior to start of construction for the purpose of locating existing utilities. The contractor is responsible for any and all damage to utility lines he might damage in the course of construction; furthermore, the engineer shall not be held liable for said damages. SECTION 01-09: CO -CONTRACTOR BIDS. In the case of two contrac- tors working on the same job, each contractor shall be responsi- ble for coordinating his work schedule with the other Contractor. Each Contractor shall be responsible for any damage done to his respective work by the other contractor. The Engineer shall not be held responsible for any damages of any kind. t SECTION 01-10, BID PROCEDURES. The Contractor shall bid said project in accordance with construction documents and proposal included. Extra compensation for any unit of construction must be itemized in the proposal and included with the bid. I I DIVISION 1 - GENERAL PROVISIONS SECTION 01-11: SCHEDULE OF OPERATIONS. Before work is started, the contractor shall prepare a detailed schedule of all construc- tion operations that shall not only indicate the sequence of t work, but also the expected time of starting and completion of each part. The schedule shall be submitted to the Engineer for approval. I C 1l I I I I I I I I I If conditions beyond the control of the contractor justify and the Owner approves a deviation from the expected time, the Con- tractor shall service the construction schedule in accordance with the approved change. The Owner may require the Contractor to add to his construction forces as well as increase his working hours if operations fall behind the approved schedule to an extent that the completion of work within the specified time appears to be doubtful. Connections into the existing facilities shall be so done as to make the least possible interruption to the normal functioning of existing facilities. The timing of this work shall be planned by the Contractor and authorized by the Owner or his agent before proceeding. Residents and users of existing the Contractor twenty-four [241 interruptions. utilities shall be notified by hours in advance of service SECTION 01-12: RIGHTS -OF -WAY ON PRIVATE PROPERTY. The necessary permanent or temporary Rights -of -Way for the construction will be provided by the Owner. The centerline of pipe line Rights -of -Way across private property will be marked by the Engineer with stakes set at intervals of sight distance. The Contractor shall be responsible for all damage to crops and other property outside the boundaries of the Rights -of -way and shall make satisfactory settlement for the damages directly with the property owner and tenant involved, as their interests may require. 3 I I DIVISION 1 - GENERAL PROVISIONS SECT JUN Vl-13i CRU"1'8\.asun euw Win, Li£+naw - •.•- •--- --•-----a PROPERTY. The Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by the construction work performed by him. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, and other surface structures affected by construction operations In connection with the performance of the contract, together with all sod and shrubs in yards and parks removed or otherwise damaged, shall be restored to the original conditions thereof as determined and approved by the Engineer. All replacements of such underground constructions and surface structures or parts thereof shall be made with new materials, conforming to the requirements of these specification or, if not specified, as approved by the Engineer. The Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property or facility, regard- less of location or character, which may be caused by moving, hauling, or otherwise transporting equipment, materials, or men to or from the work or any part of the site thereof. The Con- tractor shall make satisfactory and acceptable arrangements with the Owner of, or the agency or authority having jurisdiction over the damaged property or facility, concerning its repair or replacement or payment of costs incurred in connection with said damages. The Contractor is responsible for notifying the affected govern- ing bodies forty-eight 1481 hours prior to start of construction and is responsible for any al all fees. SECTION 01-14: MAINTENANCE OF TRAFFIC. The Contractor shall conduct his work so as to interfere as little as possible with public travel, whether vehicular or pedestrial, and shall provide and maintain suitable and safe bridges, detours, or other tempo- rary expedients for accommodation of public and private travel. Owners of private drives shall be given reasonable notice by the Contractor, before initiation of construction which would inter- fere with the normal passage of public or private travel, of the date and extent of construction involved. In making open -cut street crossings, the Contractor shall not block more than half [1/21 of the street at a time. Whenever possible, the Contractor shall widen the shoulder on the opposite side to facilitate traffic flow. Temporary surfacing shall be provided as necessary on shoulders. 4 I I F_ i I I C I I L I I I I I L ' DIVISION 1 - GENERAL PROVISIONS ' @ECTZON 01-152 PAVEMENT REMOVAL AND REPLACEMENT, Where surfaced streets, walks, drives, or parking areas are cut, removed, or damaged in the execution of the work, the Contractor shall t replace all pavements or other surfacings so removed or damaged to their original, or better, state and condition, to the satis- faction and approval of the Engineer. See Details of various L L L II I I I I I I F Road Crossings in the Appendix of these specifications. After trench backfill, the Contractor shall provide a gravel sur- face at least 6 Inches in depth which he shall maintain until the permanent pavement is replaced or the expiration of the contract and performance bond period. The gravel shall be of the quality normally used by the Owner and shall have a size gradation that will allow dense compaction and shall be free from lumps or balls of clay or other objectionable materials. Approval of both the material and the source of supply must be obtained from the Engi- neer prior to delivery of any material on the site of the work. Pavements constructed of asphalt and concrete shall be removed in a careful manner and shall be replaced in accordance with Type I or Type III Road Crossing Details as specified on sheets 2 and 4 in the Appendix of these specifications. Concrete and asphalt shall comply with minimum requirements shown on project plans. Gravel -surfaced streets shall require no paving, but shall comply with Type II Road Crossings, Detail Sheet No. 3 in the Appendix to these specifications. The gravel surface, as specified for Type II Road Crossings, shall be replaced immediately after the trench is back -filled. A trench in a graveled street will be considered as having been repaired when the graveled surface has become stable and is at proper grade. All gravel surfacings, walk, drives, or parking areas, removed or damaged, shall be replaced with new material as specified. All costs in connection with the removal and replacement of such sur- facing, including the temporary gravel surface on asphalt -paved streets, shall be included in the unit prices bid for the pay item affected thereby. SECTION 01-16: BARRICADES AND LIGHTS. All streets, roads, high- ways, or other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning signs. Barricades shall also be located at the nearest intersecting public highway or street on each side of the blocked section. 5 L I H DIVISION 1 - GENERAL PROVISIONS All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sun- rise. Materials stored upon or alongside public streets and highways shall be so placed and the work at all times shall be so conducted as to cause the minimum obstruction and inconvenience to the traveling public. All barricades and light expenses will be paid by the contractor. SECTION 01-17; FENCES. All existing fences which Interfere with the construction operations shall be maintained by the contractor until the completion of the work affected thereby, unless written permission is obtained from the owner thereof to leave an inter- fering fence dismantled for an agreed period of time. Where fences must be maintained across the Right -of -Way, adequate gates shall be installed therein. Gates shall be kept closed and locked at all times when not in use. On completion of the work across any tract of land, the Contrac- tor shall restore all fences to their original or to a better condition and quality, purchasing new material to replace all materials lost, damaged, or destroyed. Temporary gates installed by the contractor in any fence line may be left in place with the permission of the owner and tenant of the property. All materials used in fence repairs or replacements shall be approved by the Engineer. SECTION 01-18• PROGRESS PHOTOGRAPHS. Photographs of the con- struction work will be taken before, during, and upon completion of the construction. Such photographs shall be taken at the direction of the Engineer. Contractor shall provide a Polaroid camera and all required film for this purpose when requested by the Engineer. 6 I C C J I I I I I I H I I L C I L. C I Li I H I I I I DIVISION 1 - GENERAL PROVISIONS SECTION 01-19: RESPONSIBILITY OF CONTRACTOR FOR BACKFILL. The Contractor shall be responsible, financially and otherwise, for (a) all settlement of trench and other backfill which may occur from time of original backfilling until the expiration of one year after the date of final payment for the entire contract under which the backfilling work was performed, (b) the refilling and repair of all backfill settlement and the repair or replace- ment to the original or a better condition of all pavement, top surfacings, driveways, area ways, curbs, gutters, walks, surface structures, utilities, drainage facilities, sod, and shrubbery which have been damaged as a result of backfill settlement opera- tions, and (c) all damage claims or court actions against the Owner for any damage directly or indirectly caused by backfill settlement. The Contractor shall make, or cause to be made, all necessary backfill replacements, or repairs or replacement appurtenant thereto, within thirty (301 days after due notification by the Engineer or owner. SECTION 01-20: TESTING. Contractor shall provide all personnel and facilities for testing systems. Owner will provide WATER for testing on the following basis: A. Pipeline and Pump Station Testing and Cleaning - A maxi- mum of twice the capacity of all mains. B. Storage Tanks Testing and Cleaning - A maximum of twice the capacity of all tanks. Cost of additional water used shall be deducted from Contractor's Final Payment. 7 L DIVISION 1 - GENERAL PROVISIONS SECTION 01-21; BASELINES AND BENCHMARKS. The Contractor shall furnish competent personnel with work tools and material and shall assist the Engineer in the establishment of baselines, benchmarks, and other basic reference media needed to control the location and elevation of work under this contract. Thereafter, the Contractor shall carefully preserve such vertical and hori- zontal control and shall make and be responsible for all measure- ments from it to the work to be done. The Contractor shall compensate the Engineer for replacing dam- aged controls (such as hubs and stakes for horizontal and ver- tical control) at the rate of $55.00 per hour with a minimum of $200.00 per appearance. SECTION 01-22: CLASSIFICATION OF EXCAVATED MATERIAL. Excavated material shall be classified as earth excavation and blast rock excavation. Blast rock excavation shall be composed of rock not removable by a backhoe chopping and prying action, but requiring drilling and blasting or air tools for its removal. Chert, slate, sandstone boulders less than six (61 feet in diame- ter, or any non -homogenous material shall not be considered blast rock, and shall not be paid as such. SECTION 01-23: MEASUREMENT AND PAYMENT. It is the intent of the proposal and special conditions that the total bid, as submitted, shall cover all work shown on the contract drawings and required by the specifications and other contract documents. All costs in connection with the work, including furnishing of all construc- tion plant equipment and tools and performing all necessary labor to fully complete the work shall be included in the unit and lump sum prices named in the proposal. No item nor work that is required by the contract documents for the proper and successful completion of the contract will be paid outside or in addition to the prices submitted in the proposal. All work not specifically set forth in the proposal as a new item shall be considered a subsidiary obligation of the Contractor and all costs in connec- tion therewith shall be included in the prices named in the proposal. The method of measurement and basis for payment for each item as listed in the bid forms shall be as stipulated in the following subparagraphs: U I H I 1 L_ C I I [I H C r I I I I I I E C I I I I Li I I DIVISION 1 - GENERAL PROVISIONS A. Measurement and Payment. These items shall be paid for on a unit price per place, furnished and installed in accordance with plans and specifications. All payments shall be made on the Engineer's estimated percent of completion, less 10% retainment and designated as "PARTIAL PAYMENT" to the Contractor by the Owner. The retainment shall be released after all acceptance tests and cleanup operations have been completed with successful results and acceptance by the city or governing authority. All pipe and encasement pipe shall be measured for payment in a horizontal plane along the centerline of pipe. B. Blast Rock. This item shall be paid for on a unit price per cubic yard as measured in the trench after excavation and before bedding and installation of pipe and shall include all excava- tion, dewatering, sheeting, or shoring as required, embedment, backfill, subsequent handling, and disposal of all rock and waste material and all other items not paid for separately. Measurement for payment shall be computed from the actual depth and length of blast rock excavated except that the maximum trench width shall be considered to be the nominal pipe diameter plus eighteen [181 inches and the maximum excavation below the installed pipe considered to be six [61 inches. See Detail Sheet No. 16, "Trench Detail", In the Appendix. Rock measurement shall be made by the Engineer's representative. C. Material Payment. The Contractor shall be paid for material stored on site within thirty [301 days of delivery to the site or within fifteen [151 days after the Engineer has submitted the invoices to the Owner for payment, whichever is the later date. I DIVISION 2 - GENERAL PIPE INSTALLATION I SECTION 2-01: CLEANING. The interior of all pipe and fitting shall be thoroughly cleaned of all foreign matter before being installed and shall be kept clean until the pipe has been jointed. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being installed. No debris, tools, clothing, or other materials shall be placed on the pipe. No hooks of any kind will be allowed to come in contact with the pre -molded joint or interior of the pipe. SECTION 2-02: INSPECTION. Each piece of pipe shall be tested for defects after its delivery alongside the trench near the point of installation. Cast iron, ductile iron, or vitrified clay pipe and fittings, while suspended and hanging free, shall be rung with a light hammer to detect cracks. All defective, damaged, or unsound pipe and fittings shall be rejected and removed from the site of the work. SECTION 2-03: LAYING PIPE. Pipe shall be protected from lateral displacement by means of backfill specifications and Sheet No. 16 of the Appendix to the specifications. Under no circumstances shall pipe be laid in water, and no pipe shall be laid under un- suitable weather or trench conditions. When Jointed in the trench, the pipe shall form a true and smooth line. Pipe shall not be trimmed except for closures. Pipe not making a good fit shall be removed. The laying of pipe shall begin at the lowest point, and the pipe shall be installed so that the spigot ends point in the direction of the flow. 1 I I I I 1 I I I H H I I I I I I [I [] I I C I I I H DIVISION 3 - EARTHWORK SECTION 03-01; SCOPE. This section covers excavation, trench- ing, rock removal, embedment and backfilling, surfacing, grading, and other appurtenant work. The Contractor shall furnish all labor, equipment, and hand tools for earthwork. SECTION 03-02: GENERAL REQUIREMENTS. Excavation work shall be performed in a safe and proper manner with suitable precautions being taken against hazards of every kind. Excavations shall provide adequate working space and clearances for the work to be performed therein. Subgrade surfaces for concrete and pipe placement shall be clean and free of loose material of any kind. Excavations shall provide adequate clearance for installation and removal of concrete forms. In no case shall excavation faces be undercut for extended footings. Back -filling and construction of Ellis and embankments during freezing weather shall not be done except by permission of the Engineer. No backfill, fill, or embankment materials shall be installed on frozen surfaces, nor shall frozen materials, snow, or ice be placed in any backfill, fill, or embankments. SECTION 03-03: TRENCH EXCAVATION. All excavation shall be con- sidered unclassified material, and will be included in the line bid item in the proposal. A. Line and Grade. The lines shall be excavated at approximate- ly the locations shown on the plans, or along the lines as designated by the Engineer. Unless a specific profile and grade is shown on the plans, or designated in the Detail Specifications, the grade of the trench shall follow the topography of the ground. B. Extra Depth Excavation. In general, the mains shall be laid at a depth that provides a minimum of three feet of cover below normal existing grade. However, there will be certain areas where it will be necessary to lay at a greater depth to meet future road grades, to clear storm sewers, sanitary sew- ers, and other utility lines. Where these conditions are encountered, lines shall be laid Engineer. No extra payments depth; all costs thereof are to item in the proposal. 1 to depths designated by the will be made for such extra be absorbed in the line bid H I DIVISION 3 - EARTHWORK C. Foundation. The bottom of the trench shall be graded so that the pipe will have an even bearing an good firm soil for its full length. If the trench is excavated too deeply, it shall be back -filled to the proper grade and well tamped. If the natural material in the bottom of the trench is un- suitable to support the pipe, it shall be removed to the depth directed by the Engineer and replaced with suitable material, if available, or crushed rock (1/2" graded). D. Bell Holes. Bell holes shall be dug and shall be large enough to permit ready access to all parts of the joint for assembling and for inspection and to permit bearing as speci- fied above. E. Bracinng_ and Shoring. Except where banks are cut on a stable slope, excavation for structures and trenches shall be pro- perly and substantially sheeted, braced and shored, as neces- sary, to prevent caving or sliding, to provide protection for existing structures and facilities. Sheeting, bracing, and shoring shall be designed and built to withstand all loads that might be caused by earth movement or pressure, and shall be rigid, maintaining its shape and position under all cir- cumstances. Trench sheeting shall not be pulled unless the pipe strength is sufficient to carry trench loads based on the trench width to the back of the sheeting. Also, it shall not be pulled after backfilling. When ordered by the Engineer, wood sheet- ing shall be left permanently in the trench. Where trench sheeting is left in place, such sheeting shall not be braced against the pipe, but shall be supported in a manner which will preclude the application of concentrated loads of horizontal thrusts on the pipe. Cross braces in- stalled above the pipe for the purpose of supporting sheeting In the bottom of the trench may be removed after the pipe embedment has been completed. F. Protection of Structures. All existing structures, conduits, pipe lines, etc., along the line of the trench shall be pro- tected from damage or injury due to the trenching operation. G. Wet Trench. At all times during pipe laying operations, the trench shall be kept free of water either by pumping, bailing or drainage. 2 I I Li I I I I Li I I I I I I I LJ DIVISION 3 - EARTHWORK H. Open Ditch. The Contractor shall not open more trench in advance of pipe laying than is necessary to expedite the work. One block or 400 feet (whichever is the shorter) shall ' be the maximum length of open trench permitted on any line under construction. In no case shall more than one (1) joint of pipe be left in an open trench overnight. Except where tunneling is shown on the plans and is specified or is permitted by the Engineer, all trench excavation shall be open cut from the surface. SECTION 3-04: CONSTRUCTION WITHIN PUBLIC ROADS AND RAILROAD RIGHTS OF WAY: TUNNELING AND BORING. All railroad and highway ' crossings shall be encased with casing of the lengths and depth shown on the drawings. All casing materials and procedures shall meet the approval of the appropriate agency. In no case shall any boring be performed without prior written approval of the ' appropriate Right -of -Way agency and written proof of proper bonding. IA. Method of Construction. Casing pipe shall be installed using equipment that encases the hole as the earth is removed. Boring without the concurrent installation of a casing pipe ' will not be permitted. All joints in casing pipe shall be smooth. Casing pipe shall extend through the entire fill and be installed in a manner that will not disrupt traffic, dam- age roadway grade and surface, or leave a void space between the bore and casing. When directed by the Engineer and as approved by the State ' Highway Commission or appropriate authority of other road systems, the Contractor shall install the casement pipe in an open trench. The Contractor shall provide traffic control, ' barricading, compacted backfill, pavement removal and replacement. I I I 3 I L L" DIVISION 3 - EARTHWORK Material - Casing Pipe_ 1. Welded steel 35,000 psi. he used: L L pipe, new material, with a minimum yield of The following minimum wall thicknesses shall Outside Wall Thickness (Inchesj___^ Pipe Diameter Under Highway Under Railroad 6" 16" 0.250 0.250 8" 18" 0.250 0.312 10" 24" 0.250 0.375 12" 24" 0.250 0.375 14" 24" 0.250 0.275 2. In lieu of welded steel, as specified above, asbestos bonded bituminous coated corrugated metal pipe may be used. Pipe shall be 14 gauge. Connection shall be match punched. Pipe shall be as manufactured by Armco Steel Company or an approved equal. Casing diameters shall be as specified in (1) above. In all cases, the casing used must meet Arkansas State Highway Commission Specifications. C. Work Within Highway and Railroad Rights -of -Way. All work per- formed and all operations of the Contractor, his employees, or his subcontractors, within the limit of railroad and high- way Right -of -Way shall be in conformity with the require- ments, and be under the control (through the Owner), of the railroad or highway authority owning or having jurisdiction over and control of the Right -of -Way in each case. I I I I I I 1 I I D. Public Travel. Public travel shall not be needlessly incon- venienced. Streets, sidewalks, and private driveway cross- ings, where not bored, shall be promptly back -filled after the pipe is laid. The order of trenching operations shall be such as to interfere as little as possible with the use of streets and alleys. At no time will the Contractor be a]]owed to leave an open cut street, sidewalk, driveway, or alley overnight. 4 I I I 7 DIVISION 3 - EARTHWORK The Contractor shall schedule his work so as to leave over- night no more than 15 feet of open trench or only the last joint of pipe installed. Such open trench shall be barn- ' caded completely with sawhorses or rope as approved by the Engineer, and warning lights or battery operated electric flashers properly arranged to warn all traffic of the open trench and lighted as dusk. Such open trench may be covered with steel plates of such strength as to carry pedestrial traffic, subject to approval of the Engineer. SECTION 03-05: ROCK EXCAVATION A. Undercut and Embedment. When the excavation is made through rock or other material too hard to be readily removed for admitting the bell of the pipe, the trench shall be excavated at least six (6) inches deeper than the grade of the outside bottom of the barrel of the pipe, and refilled and tamped with suitable excavated materials, SB-2 Base, or fill sand as directed by the Engineer. ' B. Blasting. For rock excavation the Contractor may choose the option of drilling and blasting rock for easy removal. The Contractor's methods of blasting shall conform with the Asso- ' ciated General Contractor's Manual of Accident Prevention in Construction, and the National Fire Protection Association NFPA No. 495 - Code for the Manufacture, Transportation, Storage and Use of Explosives and Blasting Agents. Such ' blasting shall be performed as approved by the Engineer. The Contractor shall employ someone experienced and bonded in ex- plosives and blasting to perform all explosive and blasting work. The Contractor shall be held responsible for noncom- pliance. ' Prior to blasting, the Contractor shall notify all adjacent utilities. Care shall be exercised by the Contractor to prevent shattering rocks beyond required limits of excava- tion. This shall be accomplished with the charge holes pro- ' perly located and drilled to correct depth for charges used. The charges shall all be limited in size to minimum required to permit reasonable removal of material by excavating equip- ' ment with "over -break" effects corrected by the removal of broken rock and replacement with approved suitable material. Generally it is suggested that slow blow charges be used and blasting be conducted under cover of mats so constructed to prevent scattering of fragments. 5 U 1 ❑IVISION 3 - EARTHWORK 1 SECTION_03-06: BACKFILLING. After the pipes and joints have been inspected and approved, the trench shall be filled to a depth of one (1) foot over the top of the pipe with selected material free of clods and stones. Such select material shall be deposited and compacted in a manner to firmly hold and maintain the pipe in proper position and alignment during subsequent pipe jointing, embedment and backfilling operations. All trench backfill above pipe embedment shall conform to the following requirements when so directed by the Engineer: A. Tamped Backfill^ Tamped backfill will be required for the full depth of the trench under roads, driveways, highway shoulders, curbs, sidewalks, gutters, and other surfaces, construction, or structures. Tamped backfill materials shall he finely divided job excavated material free from debris, organic material and stones larger than 3/4". The backfill material may be placed in one operation for tamping with the hydrohammer to finish grade, but shall have a moisture con- tent sufficient to obtain ninety percent (90%) of maximum density with the method of compaction used. Such density will be tested in accordance with AASHO Designation T1I1-54. B. Uncom acted Backfill_ Mechanical compaction of trench back - fill above pipe embedments in locations other than those hereinbefore specified will not be required, however, com- plete water inundation of backfill will be required. Uncompacted earth backfill material which is above embedments shall be free of brush, roots (2) inches in diameter, debris, and boulders, in tions of the trench depth. to be placed more than two certain por- C. Inundated Sand Backfill. At the option of the Contractor, inundated sand may be installed in lieu of tamped backfill in any of the above locations where, in the opinion of the Engi- neer, the use of water for this purpose would cause no damage to adjacent property or buried utilities. Sand for inundated sand backfill shall be free from lumps, rubbish, roots, cinders, and other objectionable material; not more than twenty-five percent (25%) shall be retained on a No. 4 sieve, and not more than ten percent (10%) shall pass a No. 200 sieve. I I 1 I I 6 1 I I DIVISION 3 - EARTHWORK ' the general procedure to be employed in the inundation of sand backfill with water shall be submitted by the Contractor and approved by the Engineer prior to starting operations ' thereunder. Operational details in connection therewith shall be acceptable to the Engineer at all times. D. Crushed Rock Backfill. In lieu of the tamped backfill, the Contractor may fill the full depth of the trench with a crushed rock, as approved by the Engineer. ' After placement, the crushed rock shall be tamped to ensure a mechanical interlock of particles. ' SECTION 03-07: STREAM CROSSINGS L A concrete encasement of six (6) inches minimum thickness shall be installed around the pipe at such places as are indicated on the plans or as directed by the Engineer to provide extra protection to the pipe where it crosses creek or stream water courses. SECTION 03-08: PROTECTION OF TRENCH BACKFILL IN DRAINAGE COURSES. Where trenches are constructed in or across roadway ditches or other water courses, suitable ditch checks as approved by the Engineer shall be installed as directed. Ditch checks may ' be of creosote treated lumber, stone, or concrete as authorized. In any case, the ditch check shall extend not less than two (2) feet below the original ditch or water course bottom for the full bottom and side slopes thereof. ' SECTION 03-09: DISPOSAL OF EXCESS EXCAVATED MATERIAL On both public and private property, excess excavated materials not ' required for backfill or grading shall be removed from the site of excavation by the Contractor. The Contractor shall be respon- sible for the proper disposal of such material to the satisfac- tion of the Engineer or the Owner of the disposal site. tExcess excavated materials from trenches located in open fields shall be distributed directly back over the pipe line and within ' the pipe line Right -of -Way to a maximum depth of six (6) inches above the original ground surface, at and across the trench and with uniform side slopes. Grubbed and excavated material not suitable for backfill, such as rock, trees, roots, etc., shall be PROPERLY DISPOSED OF by the Contractor. Such items SHALL NOT be left on the construction site. I 7 H H DIVISION 3 - EARTHWORK SECTION03_I0: PAVED SURFACES. Paved surfaces shall be removed and replaced in kind to the satisfaction of the Engineer. SECTION 03-11: GRADING AND SEEDING. After backfilling has been completed and settled, all areas on the site of the work which are to he graded shall be brought to grade at the specified ele- vations, slopes, and contours. Slopes shall be trimmed and dressed by hand and other surfaces so graded that effective drainage is secured. Grading and surfacing shall be completed to the satisfaction of the Engineer. I J J J Before sowing any seed, all shaping and dressing of such areas shall have been completed to the satisfaction of the Engineer and the areas prepared to receive the seed by using a disc Spiker or other implement as approved by the Engineer. Seed used shall be first quality and shall be a mixture approved by the Owner and the Engineer. No seeding shall be done during windy weather or when the ground is frozen, wet, or otherwise in a non -tillable condition. Full advantage shall be taken of time and weather conditions best suited for seeding, and such time of seedinq shall be subject to the approval of the Engineer. The Contractor shall maintain all new seeded areas at his own expense, until final acceptance of the project. Maintenance shall consist of watering, mulching, protecting, replacing, and other work as may he necessary to keep the work in satisfactory :•ondition. All water required in connection with the seeding work anti maintenance shall be furnished by and at the expense of the Contractor. SECTlON._03-12_ RESODDING. All established lawn areas cut by the line of trench or damaged during the course of the work shall be resodded, after completion of construction, to the complete satisfaction of the property owner. All sod used shall be of the same type removed or damaged, shall be of the best quality, and when placed, shall be live, fresh, growing grass. All sod shall .end contains a that have been J J I I I I be procured from areas where the soil is fertile high percentage of loamy topsoil, and from areas grazed or moved sufficiently to form a dense turf. The sod shall be transplanted within 24 hours from the time it is harvested unless it is stacked at Its destination in a manner satisfactory to the Engineer. All sod in stacks shall be kept moist and protected from exposure to the sun and from freezing. In nu event shall more than one week elapse between the time of cutting and planting of the sod. 11 El I I I DIVISION 3 - EARTHWORK 1 Before placing or depositing sod on areas to be sodded, all shap- ing and dressing of the area shall have been completed to the satisfaction of the Engineer. After the shaping and dressing ' have been completed, commercial fertilizer, of a type as approved by the Engineer, shall be applied uniformly over the areas so prepared in a manner and in amounts as recommended by the manu- facturer and harrowed lightly. Sodding shall follow immediately. ' All sodding shall be done during the period from March 15 to October 1, unless written permission is given by the Owner to extend the planting season. SECTION 03-13: PRESERVATION OF TREES AND SHRUBS. No trees shall ' be removed outside the excavation limits, except where their removal is authorized by the Engineer. Main tree roots shall not be cut except where they are within the ' area to be occupied by a pipe or structure. Excavation shall be done by hand where necessary to prevent injury to roots or trees. ' Where trees are on the line of trench or adjacent thereto and conditions are such that tunneling beneath the tree can be accom- plished without damage thereto, tunneling will be required. ' Where it is impossible to tunnel under trees on the line of trench, such trees shall be removed and disposed of by, and at the expense of, the Contractor and to the satisfaction of the property owner. Trees which are left standing shall be adequate- ' ly protected from permanent damage by construction operation. Trimming of standing trees where required shall be as directed by the Engineer. All shrubbery damaged or removed by the Contractor I shall be replaced to the satisfaction of the Owner thereof, by and at the expense of the Contractor. SECTION 03-14: REMOVAL OF WATER. The Contractor shall provide ' and maintain adequate de -watering equipment to remove and dispose of all surface and ground water entering excavations, trenches, or other parts of the work. Each excavation shall be kept dry ' during subgrade preparation and continually thereafter until the structure to be built, or the pipe line to be installed therein is completed to the extent that no damage from hydrostatic pres- sure, floatation, or other causes will result. All excavations for concrete structures which extend down to or below the static ground water elevations shall be de -watered by ' lowering and maintaining the ground water surface beneath such excavations a distance of not less than 12 Inches below the bot- tom of the excavation. 1 C L DIVISION 3 - EARTHWORK Surface water shall be diverted or otherwise prevented from entering excavated areas or trenches, to the greatest extent practicable without causing damage to adjacent property. The Contractor will be held responsible for the condition of any pipe line, or conduit which he (the contractor) may use for drainage purposes, and all pipes or conduits shall be left clean and free from sediment. SECTION_03-15: MEASUREMENT AND PI\YMENT_ These items sha11 be paid for as the labor and materials are provided for complete in place Bid Items, as furnished and installed in accordance with plans and specification. All payments shall be made on the Engineer's estimated percent of completion, 1.es9 10%. The 10% holdback shall be released after all acceptance tests have been completed with successful results, and acceptance by the City or Governing authority. ' SECTION 03-16: WATER LINE AND SEWER LINE SEPARATION._ The cross- ing and paralleling of water lines and sewer lines stall be in accordance with the latest revision of the "Rules and Regulations Pertaining to PUBLIC WATER SUPPLIES" of the Arkansas State Board of Health. Uncased water lines shall be separated by 10 feet or more from any sewer line. SECTION 03-17: PIPE EMBEDMENT. Trench bottoms shall be accu- rately graded to provide uniform bearing and support for the pipe barrel between bell holes. When the trench bottom is of proper character, such as uncemented granular material or other natural bedding material, and uniform shaping can be executed, foreign bedding material will not be required except as directed by the Engineer for particular exceptions in construction. When trench bottom materials will not allow uniform bearing for the entire pipe length the excavations shall be carried to a depth suffi- cient to allow a minimum depth of bedding material, a, specified herein and detailed on the plan, to be placed under the pipe. The details of trenching, clearances, and pipe embedment are shown on the drawings and the character of such materials are as follows: 1 I 10 1 I H I DIVISION 3 - EARTHWORK A. Granular Bedding shall be crushed stone or gravel with not less than 95% passing 3/4 Inch and not less than 95% retained on a No. 4 sieve; to be placed in not more than a 12 inch ' layer in the trench bottom and graded, shaped and compacted by slicing with a shovel or other approved means to provide uniform continuous support for the installed pipe between ' bell holes. B. Compacted Bedding shall be finely divided, job -excavated material free from debris, organic material, and stones, and ' compacted to a uniform density which will prevent displace- ment of the pipe during subsequent operations as approved by the Engineer; granular bedding material may be substituted ' for all or part of compacted bedding, but at no additional cost to the owner. After each joint of pipe has been graded, aligned, and placed ' in final position on the bedding material, and shoved home, sufficient pipe bedding material shall be deposited and com- pacted under and around each side of the pipe and back of the ' bell, or end thereof, to firmly hold and maintain the pipe in proper position and alignment during subsequent pipe joint- ing, embedment, and backfilling operations. SECTION 03-18: TRENCH BACKFILL. Trench backfill above pipe embedment shall conform to one of the following requirements: IA. Compacted Backfill shall be firmly divided material free from debris and organic material, but may contain rubble and detritus from rock excavation at certain levels of the trench ' depth. This material, with a sufficient moisture content, may be placed in lifts and mechanically tamped to 90% maximum density as determined by AASHO Standard Method A -T-147-54 ' (using AASHO T-99-57 as a compacted control test), or the entire trench depth may be back -filled and the required com- paction obtained by tamping with a hydrohammer or by inunda- tion with water. ' The method used in obtaining compaction shall be approved by the Engineer. Granular bedding material may be used as corn- ' pacted backfill at the option of the Contractor, but at no additional cost to the Owner. B. Uncompacted Backfill shall be free of brush, roots more than 2 inches in diameter, debris, and junk, but may contain rub- ble and detritus from rock excavation, stones, and boulders at certain levels of the trench depth. Placement of the ' material shall be by methods approved by the Engineer. 11 L I DIVISION 3 -EARTHWORK C. Inundated Sand may, at the Contractor's option, be installed 1n lieu of tamped backfill where, in the opinion of the Engi- neer, the use of water for this purpose would cause no damage I to adjacent property or buried utilities. Sand for Inundated sand backfill shall be free of lumps, rub- bish, roots, cinders, and other objectionable material; not more than 25% shall be retained on a No. 4 sieve, and not more than 16% shall pass a No. 200 sieve. The inundation of earth (water settled) or sand backfill shall be done in such a manner as to not disturb the installed pipe or its embedment material, and to use the ]east amount of water possible in obtaining the most desir- able amount of settlement. Trenches shall not be brought to ground level; the water shall he introduced to the trench, from the top of the pipe embedment upward, through a pipe probe attached to a hose, being careful not to disturb bed- ding material in any consequential nature. Backfill material shall be added during the inundation process so that at com- pletion of the operation a desired surface elevation will be obtained. If for reasons of porous soil, or other circum- stances, the backfilling and inundations may proceed by stages if so authorized by the Engineer. This general procedure to be employed in the inundation of sand backfill with water shall be submitted by the Contractor to, and approved by, the Engineer prior to starting opera- tions thereunder. operational details In connection there- with shall be acceptable to the Engineer at all times. Compacted backfill shall be required where beneath pavements, surfacing, driveways, curbs, gutters, walks, or other surface construction or structures or where in road or highway shoul- ders or beneath areas where sod is to be replaced. placement of trench backfill material will proceed in such a manner, as approved by the Engineer, that no excessive loads, shocks, or impacts will be imposed on the installed pipe which would result in pipe injury or displacement. Compact masses of still, mucky clay or gumbo, or other con- solidated material, or stone more than one cubic toot in volume shall not be permitted to fall more than 5 feet. into the trench unless cushioned by at least 2 feet of loose backfill above the pipe embedment. I I I I U I I I I II I I 12 , I I I ' DIVISION 3 - EARTHWORK ' No trench backfill material containing rock, or rock exca- vation detritus, shall be placed in the upper 18 inches of the trench except with the specific permission of the Engi- neer in each case, nor shall any hard rock, stone or boulder larger than 8 Inches in its greatest dimension be placed within 3 feet of the top of the pipe. Large stones may be ' placed in the remainder of the trench backfill only if well separated and so arranged such that no interference with backfill compaction or settlement will result. ' Additional backfilling may be necessary at a later date before paving or other surfacing is installed or completed. Trenches to receive sod or seeding shall be topped with 12 ' inches of topsoil or material equal to that adjacent to the trench at the ground surface. SECTION 03-19: GRUBBING AND CLEARING. The Contractor is respon- ' sible for grubbing and clearing all those areas within the con- struction limits in which he performs work. The Contractor shall properly dispose of all rubble, debris, rocks, etc. fie shall ' also clean and dress up the construction site. SECTION 03-20: ROAD, RAILROAD PIPELINE, AND UTILITY SERVICE CROSSINGS. All construction intersection or paralleling an ' existing road, highway, railroad, pipeline, or utility shall conform to the requirements established within the jurisdiction of the interested governing authorities. A. State Highway and County Road Permits. Verbal permission for the construction across and under state and county highways ' has been obtained by the Engineer. However, the Contractor shall be required to post deposits which shall be returnable upon approval and acceptance by the State Highway Department, the highway department of the county or counties in which the ' project is located, or any other proper governing authority. No work order shall be issued until such deposits have been made. B. Local Natural Gas Company. The local gas company sets forth the following requirements for crossing their pipe lines: ' 1. The proposed water line should be constructed so that it will cross under or over the gas line with a minimum clearance of 12". ' 2. It is desirable that the waterline cross the gas pipe- line, as near as possible, at right angles. ' 13 C L DIVISION 3 - EARTHWORK 3. No structure, placed over or interfere with the pipeline. I appurtenance or related fitting will be under said pipeline which will hinder or the normal operation and maintenance of 4. Written notice shall be provided the area representative, as shown on Plan's cover sheet, in sufficient time prior to construction activities so that the local gas company representative may be present during the construction of the line at the crossings. 5. The approaches to the gas pipeline shall be made so that the gas pipeline will be exposed only the minimum length of time. If it is evident that the ditch will cave in at the point of crossing the gas line, cribbing will be requested at this location. 6. Sufficient precaution should be taken In the use of heavy construction equipment so that no damage will be done to the gas pipeline. The use of such heavy equipment over the gas lines will be reduced to an absolute minimum. Furthermore, if conditions so require, the gas pipelines will be bridged or matting will be used in connection with the operation of such equipment to prevent possible damage to the gas lines. 7. The location of the point of crossing should be Identi- fied by the best practical method. S. The water main shall parallel gas mains at a perpendi- cular distance of 20 feet or more. C. Local Power and Light Companies. The local power and light companies; set forth the following requirements for construc- tiuu of water mains within their easements: 1. Construct water main parallel to power lines at a perpen- dieulax distance of five (5) feet or more. 2. Advance notice shall be given If their facilities inter- fere with construction. 14 El 1 I I C I I H I I I [I I [j Li H DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS ' SECTION 04-01: PIPE LAYING. The laying of pipe shall be done in I. accordance with the pipe manufacturer's recommendations, the plans, AWWA C-600-77 for C.I. and D.I. pipe and AWWA C-603 for Asbestos -cement pipe and these specifications for PVC Pipe. See Sheet No. 15, Appendix to these specifications. ' SECTION 04-02: GENERAL. Equipment used to place pipe shall be rubber -mounted to avoid severe scoring of paved surfaces. The ' pipe is to be installed with the bell ends facing the direction of laying except when otherwise approved by the Engineer. A night plug shall be installed whenever the contractor shuts down the job each day. Where fittings and other appurtenances are sometimes called for on the drawings, such locations can be shifted to fit between pipe joints. Such relocations from the plans is limited to ten (10) feet maximum. The laying of pipe ' will not be permitted in water or on blocks. When ground water is encountered in the trench, the Contractor shall furnish such dewatering equipment as is necessary to keep ground water from entering the pipe. The jointing of the pipe shall be done in strict accordance with ' the pipe manufacturer's recommendations. The bell and spigot of the joint to be made shall be clean of all foreign matter prior to jointing. The spigot end of the pipe is to be thoroughly cleaned and then coated with the recommended lubricant to facili- ' tate jointing. The gaskets are to be inspected prior to joint- ing. The pipe jointing shall be accomplished with equipment approved by the Engineer, which is capable of shoving the pipe ' home without damage to joints. SECTION 04-03: TIE INS. This item shall consist of connection of the new pipe line to the existing mains by means of tapping ' under pressure, cutting in a tee and valve, or any connection to existing mains when customers must be notified of an interruption of their water service. ' The Contractor shall furnish all labor, material, equipment, and hand tools necessary to complete the tie-in. All customers shall ' be notified by the Contractor 24 hours in advance of any shutdown as to the time service will be interrupted and the estimated time service will be restored. All valves within an active system and in operation shall be operated by city employees only and by the I Contractor. 1 H I DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS ' SECTION 04-04: JOINTING. Jointing shall be done in accordance with the manufacturer's recommendations. If effective sealing is no obtained, the jointing shall be disassembled, thoroughly cleaned, inspected, and reassembled. SECTION 04-05: PIPE INSULATION. The Contractor shall furnish and Install insulation on all exposed piping, flanges, and fit- tings, as shown on the plans. Insulation shall extend to a depth of 18 inches beneath the existing ground surface. All insulation shall be protected with aluminum jacketing not less than 0.019 Inch thickness with a proper vapor barrier. ALl surface of pipe shall be prepared and the insulation and jacketing installed according to the manufacturer's recommenda- tions. SECTION 04-06: REACTION_ ANCHORAGE AND BLOCKING. All unplugged tees, Y -branches, and bends deflecting 22 1/2 degrees or more installed in trench shall be provided with concrete thrust back- ing between the fitting and solid, undisturbed ground in each case. At the tops of slopes, vertical angle bends shall be anchored by means of a steel strap or rod anchors securely embed- ded in or attached to a mass of concrete of sufficient. weight to resist the hydraulic thrust at the maximum pressures to which the pipe will be subjected. All concrete blocking and anchors shall he installed in such a manner that all joints between pipe and fittings are accessible for repair. Pipe and fittings shall be provided with thrust blocks and anchoraqe as detailed on the accompanying plans and as may be determined In the field by a competent, licensed Engineer. The bearing area of concrete reaction blocking against the ground or trench bank shall he shown by the plans or shall be computed by a competent, licensed Engineer in each case. In the event that adequate support against undisturbed earth cannot he obtained, metal harness anchorages consisting of steel rods or bolts across the joint and securely anchored to pipe and fitting shall be installed to provide necessary support. Should the lack of a solid vertical excavation face be due to careless or otherwise improper excavation, the entire cost of furnishing and installing metal harness anchorages in excess of the contract value of the concrete blocking replaced by such anchorages shrill he borne by the Contractor. All steel equipment used for reaction anchorage shall he painted with two coats of Kopper's "Bitumastic No. 50." A. Concrete for Encasement and Thrust Blocks. Class R concrete for encasement and thrust blocks shall be proportioned and mixed to have a minimum allowable compressive strength of 3,000 pounds per square inch at 28 days. 1 I I [1 I El C H Li C I I Li I I DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS Class B concrete is described below as to water -cement ratio, cement per cubic yard, and compressive strength, as follows: Water -Cement Cement -Sack Compressive Ratio* Per C.Y. Strength** Class "B" 8.0 4.8 3,000 *Gallons (U.S.) per sack of cement (95 pounds net) **Pounds per square Inch at 28 days. SECTION 04-07: PVC PIPE INSTALLATION. All PVC pipe shall he laid in accordance with the manufacturer's recommendations, the plans, and specifications herein. See Division 4-A and Division 10 of these specifications. Pipe shall be field checked by the contractor for damage prior to installation. Care shall be exercised to embed pipe without damage and in accordance with the bedding material specifica- tions herein. Each joint shall carefully be checked, cleaned, prepared and then shoved home without stress or strain on the joint after placed in the trench. All pipe shall be laid straight with side walls of pipe braced with compacted selected backfill material from the bottom of trench to the top of pipe, and from sidewall of pipe to sidewall of trench. Curves: All PVC pipe shall be placed in the trench so as to minimize movement of the pipe after start-up operations. The following placement methods shall be used with approaching, fol- lowing through, and leaving curves in the pipe trenches: A. When trench side walls are good, undisturbed soil materials, Contractor shall approach the Point of Curvature to the curve with pipe laid straight and touching the long radius side of trench wall; thence continue around the curve with a smooth symmetrical trench with pipe being laid against the long radius trench wall to the Point of Tangency to the curve. ' B. When trench side walls are NOT desirable for pipe bedding and bracing, compacted bedding, as specified herein for straight line trenches, shall be used. I I I 3 Li I I I H I n SECTION 4A-03: TRENCHING The Contractor shall install all pipe ' in a straight line trench as staked by the Engineer. Curves are allowed as needed but shall not exceed pipe manufacturer's recommendations. All PVC pipe shall have a minimum of 36 cover. SECTION 4A-04: CURVE PIPE INSTALLATION. The entire curved length, from P.C. to P.T. of curve, of long -sweeping PVC pipe shall rest against compacted backfill or acceptable undisturbed trench walls on the long -radius side of trench. SECTION 4A-05: FENCE MAINTENANCE. The Contractor shall be ' responsible for damages incurred due to lack of proper maintenance of fences damaged within the course of construction. Fences are to be repaired according to Division No. 1 of specifications herein. SECTION 4A-06: FINAL TESTS The Contractor shall schedule seven ' (7) days in advance with the Engineer's representative a final acceptance test for each valved section of the pipe system. The Contractor shall, at his expense, perform the necessary tests and repair prior to scheduling the final acceptance tests to assure ' himself of the pipe's pressure stability and acceptance. SECTION 4A-07: SPECIAL BEDDING. Special bedding required for ' pipe in wet areas, rock excavated trenches, and gravel road crossings, creek crossings, and other specified areas, unless a Bid Item for Special Bedding is provided and specified for said areas, such Special Bedding shall be subsidiary to other items of ' the contract. See Appendix of the Specifications. SECTION 4A-08: CLEAN UP. The ' and grade the path of construction. Trench settleme yards and pasture shall be successful growth of vegetation DIVISION 4A - PVC PIPE CONSTRUCTION AND MISCELLANEOUS SUPPLEMENTAL SPECIFICATIONS SECTION 4A -Olt 9';ItB. Contractor shall make tie into existing 4" mein and the existing water storage tank in accordance with the Construction Plans and Sheets No. 21 & 22, Appendix to the Specifications. SECTION 4A-02: TRACER WIRE. Contractor shall successfully place and tie No. 14 solid THHN nylon -coated copper wire around and beside each joint of PVC water pipe. Contractor shall properly clean construction immediately after nt shall be repaired, and damaged fertilized and seeded until a is obtained. 1 H I DIVISION 4A - PVC PIPE CONSTRUCTION AND MISCELLANEOUS SUPPLEMENTAL SPECIFICATIONS SECTION 4A-09: ADDITIONAL MATERIALS All materials necessary to successfully complete the project and not called for on the plans and specifications, shall be subject to the approval of the Engineer. All such small Items shall be subsidiary to other items of the contract. L I L L I I I I n I 2 u ET DIVISION 5 - PRESSURE AND LEAKAGE TESTING C I I I i Li I C r C' r U U SECTION 05-01: SCOPE. it is the intent of these specifications that all joints be watertight and free from visible leaks, and each leak which may be discovered, at any time prior to the expi- ration of one year after the date of final acceptance by the Own- er, shall be repaired by and at the expense of the Contractor. The following tests shall be in accordance with AWWA C-600-77 or the latest revision thereof. The Contractor may, at his conven- ience, with the approval of the Engineer, make tests upon the system in addition to those listed below. With the installation of temporary blockage to protect the green concrete or allowing a lapse of at least 8 days after the placing of thrust or backing blocks, all newly laid pipe and its appurte- nances or any valve sections thereof shall be subjected to pres- sure and leakage tests. The Contractor shall provide all testing equipment and material including water of a quality approved by the Engineer, if not provided by the Owner, andshallconduct the following tests in the presence of the Engineer. Tests in the presence of the Engineer are intended to be demon- strations of satisfactory performance. The Contractor shall satisfy himself that the section to be demonstrated will pass a test before requesting one. If subsequent tests are required because of failure of the demonstration from lack of prepara- tions, the Contractor shall compensate the Engineer for time spent on such subsequent tests. A. Hydrostatic Pressure. The hydrostatic test pressure to be applied shall be accomplished at one and one-half (1-1/2) times working pressure or 200 psi, whichever is greater. This test pressure shall be applied relative to the lowest point in the main being tested. B. Pressure Test. Each valved section of pipe shall be subjec- ted to a pressure test prior to connection with the rest of the system. The pipe shall be completely filled with water with all entrapped air expelled through hydrants or blowoffs at high places, or if such are not available, through taps made at the high points. Such taps shall be plugged subse- quent to the pressure and leakage testa. 1 U I DIVISION 5 - PRESSURE AND LEAKAGE TESTING ' The pressure in the line section being tested shall be increased by pumping to the calculated test pressure and shall be maintained at that level for at least two hours and for whatever longer period as may be necessary for the Engineer to complete the inspection of the line under test and the Contractor to locate any and all defective Joints and pipe line materials. If repairs are needed, such repairs shall be made, the line refilled, and the test pressure applied as before; this operation shall be repeated until the line and all parts thereof withstand the test pressure. C. Leakage Test. Each valved section of pipe shall be subjected to a leakage test prior to backfill, immediately after a suc- cessful pressure test. Leakage test is to be in accordance with AWWA D-600-77. The pressure shall be maintained at the test pressure of the line section being tested for four hours and the water leakage shall be measured by refilling the con- tainer used for pump section. Line leakage is defined as the total amount of water introduced into the line as measured ' during the leakage test. in no event shall the line be accepted if the leakage for any pipe exceeds 10 gallons per 24 hours pet mile of pipe per inch of nominal diameter for P.V.C. pipe, or 12 gallons per 24 hours per mile of pipe per inch of nominal diameter for cast iron, ductile iron, or asbestos -cement pipe. All visible leaks shall be re- paired regardless of whether the section in question meets leak- age limitations or not. Leaks shall he repaired and the tests repeated until the line is approved by the Engineer. SECTION 05-02: DISINFECTION. All lines of the water system ' shall be disinfected after they have been flushed, according to the AWWA C-601-68 or the latest revision except as herein stated. After satisfactory pressure and leakage tests have been comple- ted, a solution of water containing at least 100 parts per mil- lion of free available chlorine shall be introduced into the pipe line at the distributions system intake. Various outlet points and valves shall be opened to allow the flow to proceed through the largest pipe successively to the smallest, Including service outlets, throughout the system. Discharge from the system shall be accurately measured and tested to ascertain when various sec- tions of the pipe have been filled with the chlorine solution. After the system has been filled, it shall be allowed to stand for 24 hours after which there should be at least 25 parts per million residual chlorine remaining in the water. 2 1 I DIVISION 5 - PRESSURE AND LEAKAGE TESTING After disinfection has been completed and approved by the Engi- neer, the Contractor shall thoroughly flush the main until resi- dual chlorine is less than 2 parts per million. ' All materials and equipment necessary to properly disinfect the pipe system shall be provided by the Contractor. If a section of line falls to yield a safe sample after taking samples three con- ' secutive weeks, the Contractor will be required to rechlorinate the line. Some data pertinent to pipeline disinfection are con- tained in the following Table A: 1 TABLE 'Calcium Nominal Capacity *Chloride of Lime Hypochloride Pipe Size Gala /100 Ft. 1 Lb /100 Ft 1 Lb./100 Ft. ' 3/4 2.3 .0092 .00345 1 4.0 .016 .00600 2 16.3 .065 .0244 ' 3 36.7 .147 - .0550 4 65.2 .260 .0978 6 147.0 .588 .2205 ' 8 261.0 1.044 .3915 10 406.0 1.624 .6080 12 585.0 2.340 .8770 * Quality of chlorine compound noted based on 4 lbs./100 gal. Chloride of Lime (25% avail. C12) and 1.5 lbs./gal. Calcium Hypochloride (70% avail C12). ' The Contractor shall furnish all material, labor, and equipment to flush out and disinfect all existing water systems integrated with the water system. 1 SECTION 05-03; BACTERIOLOGICAL SAMPLES. After disinfection, bacteriological samples should be taken by a City representative Ion two (2) consecutive days and submitted to the Arkansas Depart- ment of Health for analysis with safe results before placing new lines into service. 3 I H I I C H I I I I U I H C DIVISION 8 - IRON PIPE & FITTINGS SECTION 8-A - DUCTILE IRON PIPE & FITTINGS SECTION BA -01: SCOPE. This section covers ductile iron pipe, joints and ductile iron fittings which shall be furnished and installed complete with all jointing materials and accessories, anchors and blockings, and other appurtenances. SECTION 8A-02: DUCTILE IRON PIPE. All ductile iron pipe, fittings, and jointing materials shall be as shown on the plans and as specified herein. A. Pipe. 1. Designed in accordance with ANSI/AWWAC-150 2. Manufacture and testing: ANSI A21.51 and AWWA C-150 3. Grade: Tensile Strength: 60,000 psi Yield Strength: 42,000 psi Elongation in 2": 10 % 4. Dimensions: (Min.) Wall Outside Size Thickness Thickness Diameter 4 51 0.29 4.80 6 51 0.31 6.90 8 51 0.33 9.05 10 51 0.35 11.10 12 51 0.37 13.20 14 51 0.36 15.30 16 51 0.37 17.40 Pipe must be rated at 350 psi minimum working pressure, plus 100 psi surge pressure, unless otherwise stated in the construction Bid Items. B. Fittings. All fittings shall be restrained mechanical or boltless, gasketed jointed and cement lined, such as American "Mechanical Joint with Retainer Gland" or "Flex-RingJoint," or equal. 1. Manufacture and Testing: AWWA C-110, ANSI A21.4, A21.10, A21.11 2. Thickness and Iron: Size of Pipe AWWA C-150 ASTM A-48 (Diameter) Thickness Class Iron Class 4" through 6" D 25 3 C I DIVISION 8 - IRON PIPE & FITTINGS ' 3. All fittings up to 12 inch size shall be class 250 and all fittings larger than 32 inches are to be class 150 unless specified differently on Plans and in Biel Items. 4. Contractor shall install all fittings as designated on ' the plans. Generally, only fittings required for hori- zontal alignment have been indicated. All other fittings required shall be furnished by the Contractor, who will be compensated in accordance with the adjustment unit price stated in the proposal. C, Pipe Joints. Mechanical or boltless, gasketed type (ANSI A21.11 and AWWA C-111) such as "Fastite," "Bell-Tite," "Tyton," and "Altite." Joints shall be rated equal to pipe rating specified in Bid Items. D. Restrained Joints. All restrained pipe joints and restrained fittings shall be rated at 350 psi working pressure, plus 100 psi surge pressure, unless otherwise specified In the Bid I teir.5 . E. Pipe Coating and Lining. I 1. Cement LIning: AWWA C-104 and ANSI A21.4 2. Bituminous Coating: AWWA C-104 and ANSI A21.4 I I I I I H Li 2 1 I I DIVISION 8 - IRON PIPE & FITTINGS SECTION 8-B - CAST IRON PIPS AND FITTING SECTION 8B-01: SCOPE. This section covers cast iron pipe and ' fittings which shall be furnished and installed complete with all jointing materials and accessories, anchors and blockings, and other appurtenances. SECTION SB-02: CAST IRON PIPE. All iron pipe, fittings, and jointing materials shall be as shown on the plans and as specified herein, and shall be rated at a minimum of 200 psi working pressure, plus 100 psi surge pressure. A. Pipe. ' 1. Design: ANSI/AWWA C-101 2. Manufacture and testing: ASA A21.1, A21.6, A21.8, or A21.9 ' 3. Iron: 21/45 4. Dimensions: (Minimum) Wall Outside ' Size Thickness Thickness Diameter Inches Class Inches Inches ' 4 22 0.35 4.80 6 22 0.38 6.90 8 22 0.41 9.05 ' 10 22 0.44 11.10 12 22 0.48 13.20 14 22 0.51 15.30 16 22 0.54 17.40 Pipe must have a minimum working pressure of 200 psi or as otherwise specified on plans and/or Bid Items. B. Fittings. All fittings shall be mechanical jointed and cement lined. 1. Manufacture and Testing: AWWA C-110, ANSI A21.4, A21.10, A21.11 2. Thickness and Iron: ' Size of Pipe AWWA C-150 ASTM A-48 (Diameter) Thickness Class Iron Class ' 4" through 6" D 25 I I 3 I DIVISION 8 - IRON PIPE & FITTINGS ' 3. All fittings up to 12 inch size shall he class 250 and fittings larger than 12 inches are to be class 150, un- less specified differently on plans and Bid Items. 4. The Contractor shall install all fittings as designated on the plans. However, only fittings required for hori- zontal alignment have been indicated. All fittings re- quired shall be furnished by the Contractor, who will be compensated in accordance with the unit price stated in the proposal. C. Pipe Joints. Mechanical or boltless, gasketed type (ANSI A21.11 and AWWA C-111) such as American "Fastite," Clow "Bell-Tite," U.S. "Tyton," Griffin "Bell-Tite," or McWayne "Tyton." D. Restrained Joints. All restrained pipe joints and restrained fittings shall be rated at 350 psi working pressure, plus 100 psi surge pressure, such as U.S. Pipe's "Lok-Tyton" joint, or an approved equal. E. Pipe Coating and Lining. 1. Cement Lining: ASA A21.4, except lining thickness may be reduced to 1/2 specified thickness. 2. Bituminous Coating: Manufacturer's Standards. SECTION 8-C: HANDLING: Pipe, fittings, and accessories shall be handled in a manner that will ensure their installation in the work in sound, undamaged condition. Equipment, tcols, and methods used In unloading, reloading, hauling, and laying pipe and fittings shall be such that they are not damaged. Hocks Inserted in ends of pipe shall have broad, well -padded contact surfaces. Pipe in which the cement lining has been broken or loosened shall , he replaced by and at the expense of the Contractor. Where the damaged areas are small and readily accessible, the Contractor may be permitted to repair the lining, subject to approval of the Engineer. All pipe coating which has been damaged shall be repaired by the Contractor before installing the pipe. 1 4 1 DIVISION 8 - IRON PIPE & FITTINGS SECTION 8-D: CUTTING PIPE. Cutting of pipe shall be done in a neat manner without damage to the pipe or to the cement lining ' therein. Pipe cuts shall be smooth, straight, and at right angles to the pipe axis. All cutting of pipe shall be done with mechanical pipe cutters of an approved type except that, in loca- tions where the use of mechanical cutters would be difficult or impractical, existing pipe may be cut with diamond point chisels, saws, or other tools which will cut the pipe without damaging impact or shocks. SECTION 8-E: ALIGNMENT OF BELL AND SPIGOT PIPE. Pipe lines or runs intended to be straight shall be straight. Deflections from a straight line or grade measured between the centerlines exten- ded of any two connecting piping units and expressed in inches per linear foot, shall not exceed that shown in the following table: ' Pipe Size (=D) 8" to 12" : 14" to 16" Type of Joint 6 inch : inclusive : inclusive Mechanical or Boltless Gasketed 6/D B/D 9D Either shorter pipe sections or special bends shall be installed where the alignment or grade requires them. SECTION 8-F: REACTION ANCHORAGE AND BLOCKING. All unplugged bell and spigots, or all bell tees, Y -branches, and bends deflec- ting 22-1/2 degrees or more installed in trench shall be provided with concrete thrust blocking between the fitting and solid, undisturbed ground in each case, except where solid ground blocking is not available. At the tops of slopes, vertical angle bends shall be anchored by means of a steel strap or rod anchors securely embedded in or attached to a mass of concrete of sufficient weight to resist the hydraulic thrust at the maximum pressures to which the pipe will be subjected. All concrete blocking and anchors shall be ' In- stalled in such a manner that all- joints between pipe and fit- tings are accessible for repair. H I 1 5 n I DIVISION 8 - IRON_PIPE a FITTINGS The bearing area of concrete reaction blocking against the around or trench bank shall be as shown by the plans or as directed by the Engineer in each case. In the event that adequate support against undisturbed earth cannot he obtained, metal harness anchorages consisting of steel rods or bolts across the joint and securely anchored to pipe and fittings or ductile iron retainer glands, as approved by the Engineer, shall be installed to pro- vide necessary support. All steel equipment used for reaction anchorage shall be painted with two coats of Kopper's "Bitumastic No. 50" or an approved equal. The first coat shall be dry and hard before the second coat is applied. Trenches aver, through, and/or down rock bluffs shall be protec- ted from erosion. Mains shall be anchored into rock bluffs with use of steel rods and straps. A minimum of four (4) anchors per joint of pipe (max. length of 20 feet) shall be used. Steel rods, straps, and anchoring materials shall be protected from corrosion. The anchors shall individually be adequate to with- stand 2.5 times the maximum thrust force at any point on the pipe system. I I I I I I I 6 1 I I IDIVISION 9 - VALVES SECTION 09-01: SCOPE. This section covers valves and appurte- nances as shown on the drawings and as specified herein. All valves are to be opened left unless otherwise shown on the ' Construction Plans. SECTION 9-02: MATERIAL. IA. Gate Valves -- See Sheet No. 7, Appendix to the Specifications. 1. General. All gate valves shall conform to the latest edition of AWWA C-500 Standard for gate valves for ordi- nary water works service. ' 2. Three-inch (3) and Smaller Valves: All line gate valves used with PVC pipe shall be parallel double -disc gate valves with non -rising stems and 4 -point wedging action, ' open counterclockwise with "0" ring seals. Valves shall be Mueller No. A-2380-37 slip joint type, or equal. 3. Four -inch (4) and Larger Valves: All line gate valves for buried service shall be Mueller No. A-2370-20 with mechanical joint ends; each gate valve used with PVC pipe shall be provided and installed with a transitional gasket for PVC service. All other services shall have flanged ends ASA Class 125. ' 4. Buried Service Valves: All buried service valves shall be furnished with Standard AWWA 2" square operating nut. Valve operating wrench shall be Mueller No. A-246-10 by 36" in length, or equal. ' B. Butterfly Valves. Ii. All type butterfly valves shall be of the tight closing, rubber seat type with rubber seats which are recess - mounted and securely fastened to the valve body. All valves shall conform to the latest revision of AWWA ' Standard C-504, class 125-16. Valve bodies may be "monoflange" with a mechanical joint -to -flange adapter or may have integrally cast mechanical joint ends. ' Valve discs shall rotate 90 degrees from the full -open position to the tight shut position. ' 2. Valve Discs: All valve discs shall be constructed of Ni-Resist, Type 1. All disc seating edges shall be smooth and polished. 1 yni+ I DIVISION 9 - VALVES 3. Valve shafts: VALVE Type 304 stainless extending full-size bearings. shafts shall be constructed of 18-8 steel and shall be a one-piece unit through the valve disc and valve ValveSeat: Valve seats shall be of a natural rubber or synthetic compound. Bonded -in seats must be simul- taneously molded in, vulcanized, and bonded to the body, and the seat bond must withstand 75 pounds pull under test procedure ASTH D-429-58, Method B, or latest revi- sion thereof. 5. Valve Bear n s: Valves shall be fitted with sleeve type bearings. Bearings shall be corrosion -resistant and self-lubricating. Bearing load shall not exceed 2,500 psi. 6. valve operators: Valve operators shall be of the tra- veling nut -type designed to withstand 300 ft/lb of input torque at full -open or closed positions without damage to the valve or operator. All operators shall be fully gasketed and grease -packed and designed to withstand submersion in water to 10 psi. Valves shall open with a counterclockwise rotation of the AWWA nut and shall re- quire a minimum of 32 turns to move from fully open to fully closed. 7. Painting and Testing: All surfaces of the valve shall be clean, dry, and free from grease before painting. The valve interior surfaces, except seating surfaces, shall be evenly coated with black asphalt varnish in accordance with Federal Specification TT -V -51a and AWWA C-504-74. C. Air Release Valves. All Air Release Valves shall be located at the high points in the line as shown on the plans and as directed by the Engineer. The valves shall be a regular com- bination air release and vacuum breaker valve. See Sheet No. 6, Appendix to the Specification. D. Valve Boxes. Valve boxes shall be Buffalo style adjustable 24 by 36 inch for 5-1/4 shafts, Mueller No. 562-S, or equal. 2 [I I 1 I I LI I I I I I I I [1 I I I [I ' DIVISION 9 - VALVES SECTION 09-03: INSTALLATION. The contractor shall furnish all labor, material, equipment, and hand tools to install the valves as per the detailed plans and manufacturer's recommendation. All valves shall be installed with operating nut up in a truly verti- cal position. Valves shall, in general, be placed where indicat- ed on the detailed plans. All valve settings shall include all compaction necessary to provide a stable base for the valve box. ' SECTION 09-04: VALVE KEYS. The Contractor shall provide two (2) valve keys per each size valve, suitable for use with the valve ' installed, as manufactured by the valve manufacturer. SECTION 09-05: VALVE OPERATING WRENCH. The Contractor shall provide the Owner with three (3) valve wrenches, Mueller No. A- ' 246-10 x 36" in length, as a Subsidiary Item to other Bid Items of the project. ' SECTION 09-06: CHECK VALVES. The Contractor shall furnish and install check valves with reinforced concrete vault with metal lid and appurtenances as shown on the plans and as specified herein. Concrete vault with lid shall be constructed as per Details shown on Construction Plan Sheet No. 20 of 23. A. MATERIALS. All check valves shall conform to the standards herein and as shown on plans unless otherwise approved by Engineer. All materials of construction shall conform to ASTM standards for cast iron, ductile iron, bronze, and stainless steel. 1. Valve Body shall be cast iron for working pressures of 175 psi and less and shall be ductile iron for working pressures greater than 175 psi and less than 350 psi. 2. Bronze trim shall be standard for all check valves ' unless otherwise specified. 3. Resilient Seating (Buna-N) compression molded onto the ' seat allowing metal -to -metal contact with drip -tight resilient shutoff and shall be easy to replace. B. STYLE. Air cushion swing check valves shall be used for all ' static main pressures of 60 psi and less. For all static pressures over 60 psi, oil cushion swing check valves shall be used. 1 LI 3 I I DIVISION 10 - PLASTIC PIPE AND FITTINGS SECTION 10-01: SCOPE. furnished and installed as shown on the plans. plastic pipe sizes 2" to comply with Commercial S comply with AWWA C-900. Covers all PVC pipe and fittings to be as required in these specifications and The specifications shall apply to all 12" in diameter. SDR rated pipe shall tandards C9256, and DR rated pipe shall SECTION 10-02: INSTALLATION OF PIPE. No defection shall be allowed at the joints of any size plastic pipe. As determined by the Engineer, deflection shall be provided by the use of vertical curves or proper angle fittings to accomplish grade or alignment changes. H I 1 I Snaking or humping the pipe shall be required in accordance with the manufacturer's recommendations and to the satisfaction of the Engineer. The Contractor shall to have a FACTORY RE plastic pipe of the at the start of the representative shall of the factory. make arrangements with the PIPE MANUFACTURER PRESENTATIVE skilled in the installation of above type present for a minimum of one day laying of the pipe. A pipe supply house not be considered as being a representative SECTION 10-03_ JOINTING. A. Boltless Gasketed Joints. Assembly and installation shall be with clean and uninjured joints in accordance with manufac- turer's recommendations. All joints shall be lubricated per manufacturer's recommendations before assembly. Be Plastic -Metal Connections. All threaded joints where plastic and metal fittings are connected, shall be so fitted that the plastic fitting will have the male thread on it, unless otherwise shown. Other types of plastic -metal connections shall be as recommended by the plastic pipe manufacturer or Contractor and approved by the Engineer. C. Flanged Joints. All flanged joints shall be so made that after uniform compression of the sealing gasket by proper bolt tightening, the flange faces shall be parallel, the jointed fittings or pipe centerlines shall be coincident, and no abnormal stress shall be transferred to adjacent piping or fittings. Flanges on plastic pipe shall be tightened suffi- ciently to slightly compress the gasket to make a good seal, but not so tight as to distort the flanges. 1 I I I I H I I H I I L I I IDIVISION 10 - PLASTIC PIPE AND FITTINGS SECTION 10-04: PVC PIPE AND FITTINGS. IA. Manufacture and Testing. All SDR rated pipe, sizes 2" - 12", shall be manufactured In accordance with the Commercial Stan- dard CS256-63 or latest revision for Polyvinyl Chloride (PVC) ' as conducted in accordance with the applicable ASTM proce- dure. All DR rated pipe, sizes 4" - 12", shall be manufac- tured in accordance with AWWA C-900. The extrusion quality test shall be conducted within 2 hours of extrusion of the specimen. Before shipment, a certified report on the produc- tion tests of each lot of pipe and fittings shall be fur- nished to the Engineer and shall include: ' 1. Date of tests. 2. Contractor's purchase order number. ' 3. Lot number. 4. Measurements of dimensions and tolerances. 5. Burst pressure values. 6. Sustained pressure test results. 7. Extrusion quality results. All pipe shall be marked at intervals, as set forth in CS256 and AWWA C-900, to declare compliance with standards of the National Sanitation Foundation (NSF). IA sample of each type fitting to be used in this system shall be submitted for the Engineer's approval, and his approval obtained before purchases of fittings. ' B. Material. All pipe and fittings shall be manufactured from NSF approved material that conforms to ASTM D-1784 Type 1, Grade 1 (PVC 1120) resins, and the pipe shall be stamped with ' the NSF seal of approval and permanently marked. All mate- rials shall conform to Commercial Standard CS256 and AWWA C- 900, respectively. IC. Pressure Class and Dimension. The pipe shall be fabricated in conformance with a working pressure class for Dimension ration of Class 200 with SDR 21 and Class 250 with SDR 17, as ' defined in CS256; Class 200 with DR 14, and Class 150 with DR 18. All pipe shall pass rigid quality control tests from a dimensional standpoint In accordance with the dimensions and tolerances as set forth in ASTM D-2241. [l 2 I I DIVISION 10 - PLASTIC PIPE AND FITTINGS D. Joints. Joints shall be boltless gasketed unless otherwise shown. The male end of each section of externally coupled plastic pipe shall be marked with a line around the circum- ference, which can be used to check the depth of socketing after the pipe is coupled. 1. Boltless Gasketed Joints. All boltless gasketed Joints 8" and under shall be Certainteed's Twin Gasketed "Fluid- Tite," or Robintech's Single Gasketed "King's Joint," or equal. a. All boltless gasketed joints over 8" shall be of the "Single Gasket Coupling" as manufactured by Certainteed, or equal. b. Rubber rings shall be as provided by manufacturer. c. Pipe with extruded bells shall be furnished in not more than 20 foot lengths. Pipe with double gasket type of coupling may be furnished in 40 foot joints. Only molded and machined double gasket coupling shall be allowed with pipe in 20 foot or longer joints. d. Provision shall be made for expansion and contraction ' at each gasketed type joint. e. The pipe manufacturer shall be a member of the Plas- tic Pipe Institute or American Water Works Associa- tion and shall have manufactured the pipe and joint proposed for use for not less than five 15) years. f. All fittings and specials 4" and larger in size shall 1 conform to AWWA short or long bodied cast iron fit- tings using a mechanical joint system with hardened or duck tipped type rubber gaskets in accordance with AWWA specifications C-110 and C-111. The fittings shall be cement lined in accordance with AWWA speci- fications C-104. The pipe and fittings shall be installed in accordance with the recommendations of the pipe manufacturer. 2. Flange Joints. Flange joints shall be 150 pound class unless otherwise shown. a. Flanges: ASA Class 150 I 3 I DIVISION 10 - PLASTIC PIPE AND FITTINGS 101 C. I I Li [1 I J Flange Bolts and Nuts: ASTM A307, Grade B, galva- nized and of such length that, after installation, bolts will project 1/8 to 3/8 Inch beyond outer face of nut. Flange Gaskets: Full face 1/8 inch thick neoprene of plasticized PVC. 4 I I DIVISI0N_10= PLASTIC PIPE AND FITTINGS 3. Threaded Joints. All threaded joints shall be standard iron pipe threads unless otherwise shown, Only Schedule 80 pipe shall be threaded. SECTION 10-05: STANDARDS. All pipe furnished under these spedi- ' fications must be manufactured to conform to the latest revision of the following standards: AWWA C-900 - Standard for Polyvinyl Chloride (PVC) pressure pipe, 4" through 12", for water. ASTM D1598 - Test for Time -to -Failure of plastic pipe under long-term hydrostatic pressure, ASTH D1599 - Test for Short -Time rupture strength of plastic , pipe, tubing, and fittings. ASTM D1784 - Specification for Poly (Vinyl Chloride) (PVC) compounds and Chlorinated Poly (Vinyl Chloride) (PVC) compounds, rigid, ASTH 02122 - Determining dimensions of thermoplastic pipe and fittings. ASTH D2241 - Specification for Poly (Vinyl Chloride) (PVC) ' plastic pipe (SDR- PR), ASTM D2672 - Specification for Bell -End Poly (Vinyl Chloride) , (PVC) pipe. ASTH D3036 - Specification for Poly (Vinyl Chloride) (PVC) plastic line couplings, socket type, ASTH D31139 - Specification for joints for plastic pressure pipes using flexible elastomeric seams. CS256 - Polyvinyl Chloride (PVC) plastic pipe (SDR-PR). NSF -14 - Thermoplastic materials, pipe, fittings, and jointing materials. PS 22-70 - Product Standard. ' I I 5 I I IDIVISION 10 - PLASTIC PIPE AND FITTINGS SECTION 10-06: WARRANTIES. The materials' manufacturer shall provide the Contractor and the System's Owner a written guarantee ' of quality and standards of material provided. All materials shall be warranted for a period of not less than one (1) year against defective materials. The Contractor shall be responsible for one (1) year from date of acceptance for any imperfections in 'the materials, construction, and operation of the water system. SECTION 10-07: HANDLING. All pipe, fittings, and accessories ' shall be handled and stored in a manner that will ensure their installation in a sound, undamaged condition. All coatings and linings which have been damaged shall be repaired at the expense ' of the Contractor before installation in the system. SECTION 10-08: CUTTING PIPE. Cutting of all pipes shall be accomplished by approved methods that will provide a neat, ' smooth, straight cut at right angles to the axis of the pipe, without damage to the pipe or any coating or lining materials thereon. SECTION 10-09: CLEANING. The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter before install- ation and kept clean until the work has been accepted. All joint contact surfaces shall be kept clean until jointing is completed. SECTION 10-10: INSPECTION. Each pipe and fitting shall be ' inspected for defects, just prior to connection. All defective, damaged, or unsound pipe or fitting shall be rejected and removed from the site of the work. 1 n C I I 6 1 I L I C I I I DIVISION 11 - VITRIFIED CLAY PIPE (SEWERS) SECTION 11-01: SCOPE. This section covers vitrified clay pipe and fittings, which shall be furnished and installed complete with all jointing materials, man holes, and other appurtenances. SECTION 11-02: MATERIALS. Vitrified clay pipe and fittings, jointing materials, and appurtenant materials shall be as shown on the plans specified herein. A. Pipe and Fittings. Standard Strength: Extra Strength: ASTM C13, or ASTM C261 ASTM C200, or ASTM C278 I B. Jointing Materials: Factory -molded plastic joints, ASTM C425, Dickey Clay's "PEP," or equal. ' SECTION 11-03: HANDLING. Pipe, fittings, and accessories shall be handled in a manner that will ensure their installation in the work in sound, undamaged condition. Hooks inserted in ends of pipe shall have broad, well padded contact surfaces. Pipe and fittings shall not be bumped or dropped. Pipe having premolded joint rings shall be handled in such a t manner that no weight, including the weight of the pipe itself, will bear on or be supported by the spigot rings at any time. Care shall be taken to avoid dragging the spigot ring on the ground or allowing it to come in contact with gravel, crushed ' stone, rocks, or other hard objects. Joint rings which have been damaged in any way will not be accepted and shall not be incorporated in the work. I I I I I H SECTION 11-04; ALIGNMENT AND GRADE. Unless otherwise shown on the plans, all vitrified clay pipe shall be laid straight between changes in alignment and at a uniform grade between changes in grade. All lines shall be laid so that each section between man holes will lamp with a smooth curved invert. Sections of sewer pipe between man holes that do not meet alignment specification herein and approval by the Project Engineer shall be removed and reconstructed to proper grade. Only the City Engineer has authority to accept improperly aligned pipe. City Engineer shall provide the Project Engineer with written conformation of impro- perly aligned pipe. when "batter board" alignment grades, the Contractor shall intervals of not more than 25 boards shall be maintained in trench grading is in progress. is used to determine and check pipe erect substantial feet and not less proper position 1 batter boards at than three batter at all times when H I H DIVISION 11 - VITRIFIEi1 CLAY PIPE_1SEWERS) 1 The Engineer shall set off -set hubs only at each manhole for horizontal and vertical control. The alignment, both horizontal and vertical, shall be the Contractor's responsibility and ex- pense, when "laser beam" and/or batter boards are used. The Contractor's Unit Bid Price shall include all laying costs. The Contractor is encouraged to use "laser beam" alignment equipment. SECTION fl -OS: FACTORY -MOLDED PLASTIC JOINTS. All instructions and recommendations of the pipe manufacturer shall be observed and followed. All Joint surfaces shall be lubricated with the lubricant furnished by the pipe manufacturer immediately before the joint is completed. I LI I I I I I L C I 2 1 I IT DIVISION 11-A - POLYVINYLCHLORIDE (PVC) PLASTIC SEWER PIPE SECTION 11-01A: PVC PIPE AND FITTINGS. All PVC sewer pipe and fittings shall conform to the requirements of the latest revision of ASTM specification D3034 (PSM) and shall be made of plastic having a cell classification of 12454-B as defined in ASTM D1784. C I I I C I C C I I I I SECTION 11-02A: JOINTS AND LENGTHS. All pipe shall be boltless gasketed at each joint by use of a gasket type joint and integral bell. All pipe and fittings shall be tested in accordance with ASTM Designations 02152 and D2444. The Contractor shall, prior to delivery of pipe, provide the Own- er's Engineer a copy of the manufacturer's test report or state- ment by the seller, accompanied by a copy of the test results, that the material has been sampled, tested, and inspected. Each certification shall be signed by an authorized agent of the sel- ler or manufacturer. SECTION 11-03A: INSTALLATION. All plastic sewer pipe shall be installed in accordance with ASTM D2321-72 or the latest revi- sion. Bedding and haunching materials used shall be Class II as described in the "TRENCH DETAIL" of these APPENDIX Specifica- tions. For installation near or below the ground water table, Class I materials shall be used for the bedding, haunching, and initial backfill. This embedment shall extend from six (6) inches below the pipe to six (6) inches above the pipe. SECTION 11-04A: TESTING. A. INFILTRATION AND EXFILTRATION TESTS. After the pipe has been laid and back -filled, all pipe sections shall be tested for tightness by air testing, infiltration, or exfiltration tests. The maximum allowable amount of leakage shall be 100 gallons per day per inch -mile. The minimum time requirements for air testing for a 0.5 psig pressure drop from 3.5 psig to 3.0 psig shall not be less than that shown in the following tables, between manholes: Pipe Size Time 4 2.5 minutes 6 4.0 minutes 8 5.0 minutes 10 6.5 minutes 12 7.5 minutes 15 9.5 minutes IT 1 I DIVISION 11--A - Por.YVINYLCHLORIDE_LPG PLASTIC SEWER PIPE ' B. DEFLECTION TESTS. The Contractor shall schedule and perform a successful deflection test in the presence of the Engineer after the pipe has been laid and back -filled. A mandrel shall be pulled through each entire pipe section with a maximum deflection not to exceed 5% of the pipe's internal diameter. SECTION 11-05A: WARRANTY. For a period of not less than one year from the date of acceptance by the owner, the Contractor shall be responsible for all repairs, replacements and other costs, including replacement of all material, and all labor and equipment, for successful operation of PVC Sewer System. I I I H I 1 I I 2 I I 7 I F C L I Li I I I DIVISION 12 - STANDARD MANHOLES SECTION 12-01: STANDARD MANHOLES. All manholes shall be con- structed complete with manhole frames and covers. Manholes shall be constructed of precast concrete sections and/or cast -in -place concrete manholes. A. Materials. 1. Concrete minimum compressive strength: 3,000 psi. 2. Minimum precast section wall thickness: 4-1/2 Inches. 3. Reinforcement: As required to withstand handling, erection, and temperature stresses. 4. Steps: Neenah R-1980-1 or approved equal. 5. Joints of precast sections: sealed with mastic gasket. 6. Manhole's lid and ring: Bass and Hayes 250 pounds in unpaved areas and 300 pounds in paved areas. B. Construction. All manholes are to be cast -in -place except in areas where access by concrete trucks is impossible. In that case, other types of manhole construction is permissible upon written consent of the Owner's Engineer. Manhole inverts shall be carefully constructed to maintain the proper velocities through the manhole, and in no case shall the invert sections through the manhole be greater than that of the outgoing pipe. The shape of the invert shall conform exactly to the lower half of the pipe it connects. Side slopes shall be plastered, troweled, and brushed to a smooth, clean surface. The main sewer shall be carried through manholes by split pipe wherever practicable. Concrete filling between the sew- ' er invert and wall of manholes shall be flush with the top edges of the invert and shall slope up from the invert at a rate of three inches per foot. Where it is not practicable to use split pipe through man- holes, due to breaks in grade or elevations of incoming sew- ers, the sewer invert shall, be made of concrete deposited between forms, or of brick on edge laid up in cement mortar. I U DTVTSION12 -STANDARD MANHOLES_ Drop manholes and other special structures shall be built in accordance with the drawings. All fittings, connections, drops, concrete drop encasements and all other sewer pipe appurtenances built into walls shall be provided. Utilization of the existing manholes shall conform to the above requirements for shaping the invert. C I I J 11 I H I I H u 2 1 I H IDIVISION 13 - ACCEPTANCE TESTS ' SECTION 13-01: INFILTRATION-EXFILTRATION TESTS. After the lines have been installed, manholes constructed, and some time allowed for ditch settlement, but before final repair of paved ' streets or final cleanup has been made, the Contractor shall conduct infiltration-exfiltration tests by use of one of the following procedures: IA. Water Tests. Under this method, the Contractor shall test the lines by blocking off the various sections of pipe, fil- ling the lines with water and measuring the leakage. The ' tests shall be conducted and the allowable leakage shall con- form to the rates as set out in ASTM C-425 with the following changes. The exfiltration shall not exceed 100 gallons per ' day, per inch of pipe diameter, per mile of pipe. All pipe joints shall be subject to a minimum of ten feet head during the test procedure. Is. Air Tests. Under this method, the Contractor shall conduct low pressure air tests of the various sections of pipe by use of equipment manufactured for this purpose. The equipment ' shall include a regulator to avoid "over -pressurization" and damaging an otherwise acceptable line. The equipment used shall be identical or equal to the "Air-Loc" system as manu- factured by Cherne Industrial, Inc., Hopkins, Minnesota. ' The low pressure air test shall be conducted by plugging each opening in the reach of the pipe to be tested. All plugs shall be braced against slippage due to internal pressure. One of the plugs provided must have an inlet tap or other provision for connecting an air hose. After the air control ' equipment is connected to the air hose, the air pressure shall be monitored so that the internal pressure does not exceed 5.0 psig. After reaching 4.0 psig the air supply shall be throttled to maintain between 4.0 and 3.5 psig for ' at least two minutes in order to allow equilibrium between air temperature and the pipe walls. During this time, all plugs shall be checked to detect any leakage. If plugs are ' found to leak, the air shall be bled off, the plugs tigh- tened, and air supplied again. After the temperature has stabilized, the pressure should be allowed to decrease to 3.5 psig. At 3.5 psig, timing shall begin to determine the time ' required for the pressure drop to 2.5 psig. If the time, in minutes, for the air pressure to decrease from 3.5 psig to 2.5 psig is greater than that shown in the table below, the pipe shall be determined free of defects. 1 ' DIVISION 13 - ACCEPTANCE TESTS - 1 PIPE SIZE MINIMUM TIME (inch) (minutes) 6 3.0 8 4.0 10 5. 12 5.55 15 7.5 18 8.5 21 10.0 24 11.5 30 14.5 If by use of the procedure a faulty section of 1 that section of line shall be tested at 20 foot determine the exact location of the leakage. If piping is found to be leaking, the exact source shall be determined, a repair made, and the e retested. me is found, ' intervals to a section of of the leak ntire section SECTION 13-02: LAMPING. Each section of the sewer line between manholes is required to be straight and uniformly graded. Each section will be lamped by the Engineer. Any segment of the line not to true grade will be removed and replaced by the Contractor at the Contractor's expense. All defects in the sewers shall be repaired to the satisfaction of the Engineer and the City of location of the project. SECTION 13-03: SMOKING. The Engineer has the option to smoke - test any sewer line (new or existing) within the project. The Contractor shall furnish all labor and material for the purpose of this test. The Contractor shall repair all leaks revealed by the test at his own expense (new lines). SECTION 13-10; PROOF OF ACCEPTANCE The Contractor shall fur- nish the Engineer with proof of acceptance by all Governing bodies. I C 2 1 i I H DIVISION 14 - ARMCO TRUSS PIPE SECTION 14-01: SCOPE. This specification covers the recommended practice for laying, backfilling, patching, and testing Armco truss pipe and fittings. ' SECTION 14-02: MATERIAL SPECIFICATIONS. All material shall conform to ASTM standard specifications for truss pipe. SECTION 14-03: RECOMMENDED PRACTICE FOR BEDDING AND BACKFILLING. A. Trench Construction. Trench width control is not critical ' for pipe performance as long as sidewalls are properly built and trench walls are of suitable soil. Side -fill construc- tion should be extended 2-1/2 pipe diameters each side of the center line, or to the trench wall, whichever is less. B. Bedding. A minimum 3 inch cushion helps grade the sewer and provides an improved bed support under the pipe. Be sure ' this bed uniformly supports the pipe along the line. C. Backfilling. Cover the pipe 12 inches above its top with ' specified material and soil construction. SECTION 14-04: JOINTING. All joints shall be solvent weld type. Allow primer sufficient time to soften the interference fit in ' the bell and spigot. Scrub the primer in on the bell. Apply cement normally and join the sections. Avoid disturbing the joint afterward. I SECTION 14-05: LASER BEAM ALIGNMENT. It is mandatory that adequate blower capacity be provided. Fumes from curing joints tend to deflect the beam, thereby causing variance to the ' intended line and grade. SECTION 14-06: MANHOLE CONNECTION. ' A. Manhole Water Stop. Manhole water stops shall be obtained from Armco Steel Corporation or be an approved equal. ' B. Placing. Place stop near center of manhole wall. C. Tighten steel band to assume positive seal against pipe outside. ' SECTION 14-07: PATCHING. All patching shall be made in accordance with manufacturer's recommendation. Under no circumstance Is a patch to be placed on pipe in which both the ' inner and outer walls have been punctured. SECTION 14-08: CONCRETE ENCASEMENT. Under no circumstances should truss pipe be encased In concrete. 1 DIVISION 15 =_I.OW PRESSURE AIR TEST OF SANITARY SEWER_PIPE_T.INES SE TION 15-01; SCOPE. practice for testing g using the low-pressure qrity of the installed This specification is tary sewer lines. This specification covers the recommended ravity flow sanitary sewer lines, when air test method to demonstrate the inte- material and construction procedures. for use in testing 4 through 24 inch sani- SECTION.15-02: SUMMARY OF METHOD_ The section of sewer line to be tested is plugged. Low-pressure air is introduced into the plugged line. The amount and rate of air loss is used as an acceptance test for the section being tested. SEC'T1ON_15_03__ SAFETY._ The air test may be dangerous if, because of carelessness, a line is improperly prepared. All pneumatic plugs should be seal -tested before being used in the actual test installation. One length of the pipe shall he laid on the ground and sealed at both ends with the test plugs to be checked. The sealed pipe shall be pressur- ized to 5 psig (34 )cPa). The plugs shall hold against this pressure without bracing and without movement of the plugs out of the pipe. As a safety precaution, pressurizing equipment shall requlator or relief valve set at a maximum of 10 psi kPa). SECTION 15-04: PREPARATION_OF THE SEWER LINE. outlets to resist the test to stoppers and laterals. SECTION 15-05: PROCEDURES. Determine the test duration accordance with Table No. 1. Add air until the internal air pressure of the sewer line is raised to approximately 4.0 psi (28 kPa) gauge. After an internal pressure of approximately 4.0 psi is obtained, allow at least two minutes for the air pressure to stabilize. (The pressure will normally show some drop until the temperature of the air in the test section stabilizes.) H LI I H II I I H I H H DIVISION 15 - LOW PRESSURE AIR TEST OF SANITARY SEWER PIPE LINES C. When the pressure has stabilized and is at or about the starting test pressure of 3.5 psi (24 kPa) gauge, commence the test. Before the starting of the test, the pressure may be allowed to drop to 3.5 psi. Record the drop in pressure for the test period. If the pressure has dropped more than 1.0 psi (7 kPa) gauge during the test period, the line is presumed to have failed. The test may be discontinued when the prescribed test time has been completed even though the 1.0 psi drop has not occurred. D. If the pipe to be tested is submerged in ground water, deter- mine the back pressure due to ground water submergence and increase all gauge pressures in the test by this amount. This test procedure may be used as presumptive test which enables the installer to determine the acceptability of the line prior to backfill and subsequent construction activities. I. PIP 4 8 10 12 15 ' 18 21 24 I H I I H TABLE No. 1 MINIMUM TIME E SIZE (minutes) INCH 2,0 INCH 3.0 INCH 4.0 INCH 5.0 INCH 5.5 INCH 7,5 INCH 8.5 INCH 10.0 INCH 11.5 SECTION 15-06: ACCEPTANCE A. If the test section fails to meet the requirements in Section 15-05.C, the Contractor shall, at his expense, determine the source of leakage. He shall then repair or replace all defective materials and/or workmanship. B. It is suggested that the first section between manholes be tested. This will permit the Engineer to observe the tight- ness of joints and quality of workmanship. The Engineer will determine the frequency of additional testing required. 2 H I I I [] I DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE SECTION 20-01: RIGHT-OF-WAY REQUIREMENTS. A. Residential Street: Fifty (50) feet. B. Collector Street: Sixty (60) feet. ' C. Minor Arterial: Eighty (80) feet. D. Principal Arterial: Eighty (80) feet. SECTION 20-02: STREET WIDTH. A. Residential Street: Thirty-one (31) feet back to back of 'curb. I IT C I I I I I I I B. Collector Street: Forty-five (45) feet back to back of curb. C. Minor Arterial: Forty-five (45 feet back to back of curb unless Federal and/or State Highway Department funds are used; then the requirement becomes forty-nine (49) feet back to back of curb (four twelve -foot lanes). D. Principal Arterial: Same as Minor Arterial. SECTION 20-03: SUB -BASE PREPARATION. The new street shall be cut to and/or filled to the subgrade contained in the engineering plans and profiles. The sub -base must be rolled and compacted to 95 percent standard proctor density and 10 plasticity index. The moisture content shall be the optimum based on soil type and laboratory test results. SECTION 20-04: BASE MATERIAL. The base material shall be a minimum of six (6) inches of SB-2, unless otherwise stated in Bid Items. SECTION 20-05: BASE MATERIAL PREPARATION. A. The SB-2 shall be moistened to optimum water content (verified by laboratory test results) and rolled and compacted to ninety-five percent (95%) modified proctor density and 10 plasticity index. B. After the SB-2 has cured to optimum strength (minimum of seventy-two (72) hours), apply a coat of prime oil (MC30 or equivalent) at the rate of .25 gallons per square yard. Allow prime oil to thoroughly penetrate (minimum penetration time of twenty-four (241 hours) before paving. C 1 I I DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE ' SECTIQN_20-06.: SURFACE COURSE. A. For grades of ten percent (10% or less, the street surface shall be two inches (2") of asphalt cement concrete hot mix , after compaction. B. For grades in excess of ten percent (10%), the surface course shall be six inches (6") of Portland cement concrete (five and one-half 15-1/2) bag mix) with a twenty-eight 128) day cured strength of 4200 psi. See Division 22 for Concrete Street Specifications. C. Grades in excess of fifteen percent 115%) shall not be permitted exceeding three hundred (300) linear feet. SECTION_ 20-07: COMPACTION. All sub -base, base, and asphalt surface shall be rolled and compacted with a roller weighing at least eight (8) tons. , SECTION 20-08: CURBS AND GUTTERS. Required on both sides of all new streets. See standard detail sheet for shapes, etc. SECTION 20-09: SIDEWALKS. A. Residentigl Streets: Four (4) feet wide sidewalks required on one side of street. B. Collector Streets and Commercial Zones: Five (5) feet wide sidewalks required on both sides of the street unless otherwise shown on Engineering plans and profiles. C. Arterial Streets: Same as Collector. , SECTION 20-10: DEDICATED STREETS. All dedicated streets will be constructed according to the Engineering plans and profiles approved by the Street Superintendent. The construction process shall be supervised by a registered Professional Engineer commissioned by the developer. SE_C_TION 20-11: CONCRETE STRUCTURES. See Division 21 of these specifications. ' SECTION 20-121 GENERAL COMMENTS. Regarding construction - see Division 21 of these specifications. I 2 1 I ' DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE 1 ' SECTION 20-13: STREET EXTENSION_ The extension of any existing street regardless of condition or construction methods and techniques previously employed, shall be constructed in full ' compliance with these new specifications. SECTION 20-14: SUB -BASE PREPARATION. The following test procedures shall apply to both Section 20-03, "Sub -Base" and ' Section 20-05, "Base" of these specifications. Density tests on the sub -base shall be performed by the following methods: IA. A minimum of three (3) standard densities shall be performed on any continuous prepared stretch of sub -base equaling less than 900 linear feet. ' B. A minimum of one (1) standard density shall be performed every 300 linear feet on any prepared stretch of continuous sub -base greater than 900 linear feet. C. A minimum of three (3) standard densities shall be performed by personnel of a soils testing laboratory. D. All base and sub -base (hillside or other) shall be compacted in layers not exceeding 6" in the compacted state and shall be tested as stated in Section 20-14.A, B, and C above. ' F. All proctors and testing shall be performed in the presence of the Fayetteville City Street Department representative. The cost of said testing and proctors shall be the expense of the Contractor. I [I I 1 3 I I I DIVISION'21_=GGENERAL COMMENTSREGARDING CONSTRIIr""TON SECTION 21 01: WARPED OR SLOPING SECTIONS. Warped of slopinq sections will not be permitted. SECTION 21-02: BANKS. All banks behind curbs will ❑e back - sloped at a ratio of three to one (3 to 1) to the Right-uf-Way line. SBCT1UN21-03: NATURAL DRAINAGE. Natural drainage will be adhered to by incorporating street underdrains or by rechanneling natural ditches into improved drainage easements. SECTION 21-04: STREET INSPECTIONS. The Supervisil:l F,nginr.er will ccompany the Street Superintendent on loupe t;nrer, and the proctor densities and plastic Index tests will be condurLed in the presence forming certified three inspections the test of the Street Superintendent. The field tests shall provide the Project results immediately foilowinq field are to be performed by the Street tPsti•i4l EuyinEPr t'r::l,;. 1aih r]nerinten per- with These dent or his designated representative durir.e the r-:nnsi.ructio❑ process, as follows: I I I I A. Alter all streets have been cat to subgrade and the sub -Lase has been prepared. B. Alter curbs and gutters and base material is installed. C. Upon completion of paving, all construction, aacktiii, and cleanup. SECTION 21-05: ENGINEERING CERTIFICATION_ Certific•itiari will be required from the Supervising Engineer before loll wi.l be released. SECTION 21-06: UTI service connections, cover, or two feet and all improved dr flour of all street ity lines with less shall he encased in of curb. LITIES' COVERAGE_ All utilities, Including will have a minimum of four ie't (4') of 2') below the floor of all draiti,ayre ditches ainaqe easements, or two feel. (21) aelow th? drainage structures and street paving. Util- than two feet (2') cover under street pavinq concrete from, one lout I]'; out_.iil •Aach hack I I 'J I I Li I I j I DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR CITY OF FAYETTEVILLE 1 SECTION 22-01: SCOPE. The specifications are intended to ' express minimum design and construction requirements of Fayetteville City Ordinance No. 1790 for concrete street improvements. ' SECTION 22-02; CONCRETE STREET STRUCTURES. All concrete street structures described on the attached diagrams and included In ' these specifications shall be constructed of 4200 psi portland cement concrete at 5 1/2 bag mix in 28 days. Concrete shall be troweled and shall have a light broom finish with application of white pigment curing compound to serve as a method of curing. ' SECTION 22-03: SUBGRADES. All subgrades shall be prepared by the Contractor to a grade plus or minus one inch (1") within the ' finished grade. SECTION 22-04: MINIMUM THICKNESS OF SIDEWALKS AND DRIVES. Mini- mum ' thickness of sidewalks shall be four inches (4"). Residen- tial driveways shall be a minimum of four inches (4") with either four inches (4") of compacted base or 6" X 6" 10 gauge reinforc- ing web. Commercial driveways shall be a minimum of six inches '• (6") with six inches (6") of compacted base or 6" X 6" 10 -gauge reinforcing web. ' SECTION 22-05: MINIMUM WIDTH OF SIDEWALKS. Residential side -- walks shall be four feet (4") wide. All others shall be a mini- mum of five feet (5") unless otherwise shown on plans and pro- files. 1 I I I I 1 I DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMilM SPECIFICATIONS FOR CITY OF FAYETTEVILLE SECTION 22-06: PLACEMENT OF CONCRETE PAVEMENT_ All concrete street: pavement shall be placed mechanically with equipment approved by the Consulting Engineer for the Street Department. All concrete street construction procedures and details shall be in strict accordance with Portland Cement Association (PCA) Pub- lication IS119.02P, "Suggested Specifications for Construction of Concrete Streets", unless otherwise approved by the Consulting Engineer for the City Street Department. Concrete for the pave- ment shall be non -reinforced and shall have a 28 day compressive strength of 4,200 psi when cured and tested In accordance with AASHO T22, or ASTM C39; and AASHTO T23 or ASTM C31. The concrete shall he placed six inches (6") in thickness, plus or minus 1/4 inch, plus any additional depth required as a result of surface deficiencies in the subbase. The average thickness of the con- crete shall not be less than six (6) inches, and any thickness in excess of six and one-fourth (6-1/4) Inches shall be rounded to six and one-fourth (6-1/4) inches for computing the average thickness. All concrete with a thickness less than five and three-quarters (5-3/4) inches shall be removed and replaced at the discretion of the Consulting Engineer for the City Street Department, All streets shall have a concrete curb and gutter on each side unless otherwise shown. SECTION -22-07: EXPANSION JOINTS. A. JOINTS_ Expansion and construction joints shall be placed as indicated on the plans. In addition, traverse construction joints shall be placed wherever the placement of concrete is suspended for 30 minutes or longer. Transverse contraction joints shall be placed normal to the centerline of the pave- ment at intervals not to exceed 15 feet. A longitude con- traction joint shall be placed along the centerline of pave- ment whenever the concrete is poured continuously across the full width of the street. L 1 I I I I I I I C I Li B. TRANSVERSE CONSTRUCTION JOINTS. Transverse construction joints shall consist of a butt joint formed the full depth of the slab with either keyways or dowels one inch in diameter placed in a manner shown on the plans or in accordance with joint type "Be' cr "E" as shown In Portland Cement Association Publication IS211.01, "Concrete Streets: Typical Pavement Sections and Jointing Details:. 2 I I I I I I I I I C [l I I I H I I DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR CITY OF FAYETTEVILLE C. TRANSVERSE CONTRACTION JOINTS. Transverse contraction joints shall be formed in accordance with Section 902 of the pre- viously referenced PCA Publication IS119.02. When curbs and gutters are used adjacent to the pavement edges, all tran- sverse joints shall continue through the curbs and gutters. D. LONGITUDINAL JOINTS. Longitudinal joints shall be either a construction joint formed by casting the concrete in seg- ments, or formed by creating a plane of weakness in accor- dance with Section 905 of the PCA Publication IS119.02. Longitudinal joints, whether It is formed as a construction joint or formed as a weakened plane, shall be tied together with #4 deformed bars 30 inches long, placed at 36 -inch intervals. SECTION 22-08: TURN RADII. Two No. 4 (14) reinforcing bars shall be placed horizontally in all turn radii. Turn radii will be bid at the same price as curb and gutter when the curb and gutter is 100 linear feet or longer. SECTION 22-09: POZZILITH. Pozzilith shall be added when direc- ted by the Street Superintendent for better workability. SECTION 22-10: TEMPERATURE DURING CONCRETE POURING. Temperature shall be 35 degrees Fahrenheit and rising before any type of con- crete pouring will take place. Methods of heating or covering the surface of the concrete must also be provided by the Contrac- tor when adverse weather conditions prevail. SECTION 22-11: VIBRATOR. A vibrator shall be used at the direc- tion of the Street Superintendent when pouring concrete of any type. SECTION 22-12: BIDDER RESPONSIBILITY. The successful bidder will be responsible for supervision of his crews. The Street superintendent or his designated representative will only perform an inspection after the grade is established on all jobs. 3 I DIVISION 23 -_TESTING I SECTION 23_01: SCOPE_ The Contractor shall be responsible for all correspondence and testing of all materials involved in the construction. All expenses incurred and required for testing shall be the Contractor's as subsidiary to the Itemized Bid Items of the project. All materials testing shall be properly per- formed by a local licensed, certified testing laboratory approved by the Engineer and the proper official representing the govern- ing body accepting the finished project. Proper testing shall be performed on all designated sections of construction until results meet or exceed those required and called for in the pro- ject Bid Documents. Any misunderstanding shall be explained by the Engineer. SECTION 23 02: MATERIAL TYPES, TESTING PROCEDURES AND STANDARDS. A. Sub -Base. Existing hardpan, and/or "hillside" fill shall meet the following test standards for each type of material separately, in accordance with Division 20 of these specifications: 1, Standard Proctor with curves. 2. Attisburg Limit determined prior to beginning construc- tion. ' 3. Density - Compaction test to 95% Standard Proctor after compaction by the Contractor. B. SR=2 Base_ The following tests shall be performed in accor- dance with Division 20 of these specifications: 1. Modified Proctor with curves. 2. Density - Compaction to 95% Modified Proctor after com- paction by the Contractor. C. Portland Cement Stabilized SB-2 Base. All testing shall be in accordance with the Arkansas State Highway Department Guidelines AND as stated herein. Material sections shall he In accordance with the following standard procedures, and shall be tested in accordance with the following: ' 1, Section shall be stabilized with a minimum of 5.5% Portland cement and shall yield a minimum 7 -day compressive strength of 650 psi. 1 1 1 I El I I H I I I I I D. Concrete Streets and Structures. Testing shall be in ' accordance with the following, and shall be performed in accordance with standard ASTM testing procedure, such as ASTM C-39, ASTM C-31, and ASTM C-143: 1. A minimum of 3 cylinders per day's pour of less than 150 C.Y. ' 2. A minimum of 1 cylinder per 50 C.Y. per day of more than 150 C.Y. ' 3. All test cylinders shall yield a minimum of 4200 psi compressive strength in 28 days. DIVISION 23 - TESTING 2. Contractor shall place sections In 100's of feet, giving Engineer 24 -hour notice. Each section's lay shall prove to be a minimum of 5.5% portland cement by weight prior to watering process. Weight tickets shall be required by the Engineer. 3. Compressive Strength: Each day's lay shall be sampled at a distance not to exceed 100 L.F. after materials are mixed to optimum moisture and before compaction. Each test sample shall be placed in 6" diameter moles, filled 7" deep, left on construction site, then moisture cured in the lab for 72 hours. The testing procedure for sample compaction shall be in accordance with ASTM D-1557 for Modified Proctor. The samples shall be slumps, curing, and cylinder compressive tested in accordance with ASTM C-143, ASTM C-31, and ASTM C-39. Each 100 foot section shall have one (1) sample yielding a compressive 7 -day strength of 650 psi or greater prior to proceeding with construction. All sections not meeting this criteria shall be Immediately removed and replaced by the contractor at his expense within the time -frame of his contract. The same procedure shall apply to replacement sections as to the original sections laid. 4. Density Tests: Density test procedures shall be in accordance with Division 20, "SB-2 Base" and shall be taken after the street section has been compacted by the Contractor. All tests shall equal or exceed 95% Modified Proctor. I 2 LJ I ❑IVISION 23 - TESTING 1 F. Asphaltic Cement. All asphaltic sections shall he tested for flow and stability, in accordance with Arkansas State Highway Department standard procedures. I I I C I I I I C I L 1 3 [1 I I DIVISION 24 - STORM DRAINAGE OR STORM SEWERS SECTION 24-01: STORM DRAINS. Storm drains shall not collect or transport any sanitary sewage. ' SECTION 24-02: NATURAL DRAINAGE. All natural drainage shall be adhered to. SECTION 24-03: STORM DRAINAGE DESIGN. All storm drainage shall be designed for the twenty-five (25) year flood plane, unless ' otherwise noted on the plans and profiles. SECTION 24-04: CONCRETE PIPE REQUIREMENTS. Class II reinforced concrete pipe conforming to ASTM C-76 shall be used. The minimum size permitted shall be fifteen (15) inches inside diameter. SECTION 24-05: CORRUGATED METAL PIPE. 16 gauge under street ' paving and 18 gauge other places. SECTION 24-06: SURFACE DRAINAGE. Seven hundred (700) linear feet shall be the maximum distance to carry surface drainage on ' the street surface. Then the drainage must be collected in curb drop inlets, catch basins, etc. and storm drained to a natural drainage channel. ' SECTION 24-07: SPECIAL GASKETING AND SEALING MATERIALS. Special gasketing and sealing materials shall be used at all pipe joints and plugs to prevent infiltration into storm sewer. Procedure 'and materials shall be proven and acceptable in quality. L LJ rT I II I o III 60< W II 3ieviarA dew≤ V w 30 NOUdY 40 sini ' aa owg XIII 3 BV181A wo¢�wo u3a <a :6433-vwia u ZIII o O ' o CC o o• 0 --tr---- • Z 3dld 331 •• ^ - — > • c_) 6 c d �.. W z W w p > g W W C 1. i- r I.tft Q1 [ r >4 Z m 1 o ' H F ��.•.'::' o, FW— ail pr • N N °5 I I ~ N • II I 3 U ID,o• a�G Ft., I w # i, Li YZc 1 W 36-• a d •> c Q Q S • 0 z u w Ob4t I a $ M u a §9 I 1 0 04 I 1 1 •zo oo� I •I• H N ' I I W_ u• u 0 • (fl4J �, W Cr 1 U o .q ' •N '1w b b 1 0 • i ' Z N • I W to ' HO I 8 I MLHf� I O FC ' I u I ' 1 I -4.1-4-- 43* • M w Lu (A a a a to O +J w 4) p u w C cr O w z ea ro S a• Y ♦ I -.WY a : . 3 ' 0 x U w x o0 0 (L w a •� U) o . w QW z�o3 o: 0 a a o rI(n O L L4 Q Z o 14 Y o ¢ .1 p 0 5Zm>d - zW aQ° C) H V e i, c OW OF m i I a I U .,a O v w z Nr-I w u o a, HO) In I F Hx I I I I I I I H [1 I U I I DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE SECTION 30-01: DESCRIPTION. This item shall consist of a base course constructed on the completed and accepted subgrade in accordance with these specifications and in conformity with the lines, grades, compacted thickness and typical section shown on the plans or as directed by the Engineer. SECTION 30-02: MATERIALS. Materials conform to the following requirements: used in the mixture shall A. Aggregate. Crushed stone shall conform to the requirements specified in Subsection 306.02 of Section 306: Crushed Stone Base Course, of the Standard Specifications, edition of 1978, for Class SB-2, provided therein. B. Cement. Cement shall conform to the requirements for portland cement, Type I, AASHTO M85. C. Water. The water for the base course shall be clear, clean, and free from injurious amounts of oil, salts, or other dele- terious substances, and shall not contain more than 1000 parts per million of chlorides. If the water is of question- able quality, it shall be tested in accordance with the requirements AASHTO T26. D. Asphalt. 1. Emulsified asphalt shall conform to the requirements of Subsection 403.03 (3) for grade SS -1. 2. Medium curing cutback asphalt shall conform to the requirements of Subsection 403.03 (b) for the grade selected by the Engineer. 3. Rapid curing cutback asphalt shall conform to the re- quirements of Subsection 403.03 (a) for the grade selected by the Engineer. The type of asphalt used for the protection and cover for the cement treated base course will be at the option of the Contrac- tor, subject to the Engineer's approval. SECTION 30-03: LABORATORY TESTS AND CEMENT CONTENT. A. Cement Content. The quantity of cement, approximately 5% to 8% by weight to be used with the aggregate and water, shall be determined by the Engineer. The moisture in the mix shall be maintained within a range of (+/-) 1% of optimum. 1 C I DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE B. Laboratory Tests. Specimens of aggregate, cement and water must develop a compressive strength of at least 650 psi in 7 days. SECTION 30-04: CONSTRUCTION METHODS. A. Weather Limitations. The cement -treated base shall not be ' mixed or placed while the atmospheric temperature is below 35 Fahrenheit within 24 hours, or when the weather is foggy or rainy. The temperature requirements may be waived, but only when so directed by the Engineer. B. Equipment. All methods employed in performing the work and all equipment, tools, other plants, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer before the work is started. If unsatisfactory equipment is found, it shall be changed and improved. All equipment, tools, and plants must be maintained in a satisfactory working condition. C. Forms. When forms are required, they may be of wcod or metal and shall be placed to line and grade as staked by the Engi- neer. Wood forms shall not be less than 12 feet in length and shall have a width equal to the compacted depth of the base. The thickness shall be sufficient to maintain good alignment. All form lumber shall be of good quality, straight, well seasoned, clean, and free from defects which would impair its usefulness. Warped, split, worn or otherwise defective forms shall be discarded. ' Steel forms shall be of a section commonly required for Port- land cement concrete pavement. They shall be of depth at least equal to the edge thickness of the work prescribed. They shall be straight and shall have a minimum section length of 10 feet. When directed by the Engineer, solid forms will not be required. In such cases, the spreading equipment and supply of base mixture shall be such as will permit the continuous and satisfactory spreading of material for one or two-lane construction and compaction to the proper thickness and contour. D. preparing the Subgrade. The subgrade shall be prepared In accordance with the typical sections on the plans before the base course is placed thereon. ' 2 1 I I DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE ' Grade control between the edges of the pavement shall be ' accomplished by grade stakes, steel pins, or forms placed in lanes parallel to the centerline of the roadway and at Inter- vals sufficiently close that string lines or check boards may be placed between the stakes, pins, or forms. ' To protect the subgrade and to ensure proper drainage, the spreading of the base shall begin along the centerline of the ' pavement on a crowned section or on the high side of the pavement with a one-way slope. E. Compaction and Surface Finish. The mixture shall be compac- t ted to a density, as determined by AASHTO T191, or not less than 95 percent of the maximum density obtained by AASHTO T134. The moisture content of the mixture during compaction ' shall not vary more than five (5%) percent from the optimum moisture as determined by AASHTO T134. ' The surface of the treated roadway shall be reshaped to the required lines, grades and cross sections after the mixture has been compacted. It shall then be scarified lightly to loosen any imprints left by the compacting or shaping equip-. I ment and rolled thoroughly. The operation of final rolling shall include the use of rollers of the pneumatic tire type. The rolling shall be done in such a manner as to produce a ' smooth, closely knit surface, free of cracks, ridges or loose material conforming to the crown, grade, and line shown on the plans. ' The density, surface compaction, and finishing operation shall not require more than two (2) hours. ' Water shall be added if necessary, during the finishing operation in order to maintain the mixture at the proper moisture content for securing the desired surface. Areas inaccessible to rollers or finishing and shaping equipment shall be thoroughly compacted to the required density by other approved compacting methods and shaped and ' finished as specified. F. Joints. As soon as final compaction and finishing of a ' section has been completed, the base shall be cut back per- pendicular to the centerline to a point where uniform cement content with proper density has been attained and where the vertical face conforms to the typical section shown on the 'plans. I3 L�J DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE G. Surface Test. The finished surface of the stabilized base course shall conform to the general surface provided for by the plans. It shall not vary more than one-fourth inch (1/4") from a ten -foot straight edge applied to the surface parallel to the centerline of the roadway, nor more than one-half inch (1/2") from a template conforming to the cross section shown on the plans. H. Protection and Curing. After the base course has been fin- ished as specified herein, it shall be protected against drying for seven (7) days by the application of bituminous material. The curing methods shall begin as soon as possi- ble, but no later than twenty-four (24) hours after the com- pletion of finishing operations. The finished base course shall be kept continuously moist until the curing material is placed. The bituminous material specified shall be uniformly applied ' to the surface of the completed base course at the rate of approximately 0.2 gallons per square yard using approved heating and distributing equipment. The exact rate and tem- perature of application to give complete coverage without excessive run-off shall be as specified by the Engineer. At the time the bituminous material is applied, the surface shall be dense, free of all loose and extraneous material, and shall contain sufficient moisture to prevent penetration of the bituminous material. Water shall be applied in suffi- cient quantity to fill the surface voids immediately before the bituminous curing material is applied. Should it be necessary for construction equipment or other traffic to use the bituminous -covered surface before the bituminous material has dried sufficiently to prevent pickup, sufficient granular cover shall be applied before such use. The curing material shall be maintained and applied as needed by the Contractor during the seven-day protection period so that all of the base course shall be covered effectively dur- ing this period. Finished portions of base course that are used by equipment in construction of an adjoining section shall be protected in such a manner to prevent equipment from marring or damaging the completed work. 4 1 I I DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE when the air temperature may be expected to reach the freez- ing point, sufficient protection from freezing shall be given the base course for seven days after its construction and until it has hardened. II. Cold Weather Protection. During cold weather, when air temperature may be expected to drop below 35 degrees F, a sufficient supply of hay, straw, or other material suitable for cover and protecting previously placed material shall be provided at the site. Any base which has been damaged by freezing, or otherwise, shall be removed and replaced by the Contractor at his own expense. J. Tolerance in Base Thickness. The base course shall be con- structed in accordance with the typical sections on the plans ' (+/-) 1/2 inch in thickness. Sections over 1/2 inch deficient in thickness shall be removed and replaced at the Contractor at his own expense. No payment will be made for materials ' place in excess of planned thickness. SECTION 30-05: MAINTENANCE: The Contractor shall, within the limits of the contract, maintain the stabilized base material in ' good condition until all work has been completed and accepted by the owner. Maintenance shall include immediate repairs of any defects that may occur. This work shall be done by the Contrac- t for at his own expense and repeated as often as may be necessary to keep the area continuously intact. Faulty work shall be replaced for the full depth of treatment. The contractor shall construct the plan depth of cement treated base in one homogenous t mass. The addition of thin stabilized layers will not be permit- ted in order to provide the minimum specified depth. SECTION 30-06: METHOD OF MEASUREMENT. Work completed under this item shall be measured by the square yard, as shown on the plans. Quantities shown on the plans and in the proposal shall be ' considered as final quantities and no further measurement will be required unless the alignment is revised during construction. Final quantities will be revised if, in the opinion of the Engineer or upon evidence furnished by the Contractor, substantial variations exist between quantities shown on the plans and actual quantities due to changes in alignment or apparent errors. P. 5 LJ DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE SECTION 30:07_ BASIS OF PAYMENT. Work completed and accepted under this item and measured as provided above shall he paid for at the contract unit price bid per square yard for cement treated crushed stone base course, which price shall be full compensation for furnishing all materials, for mixing, hauling, placing, rolling, finishing, and curing; and for all labor, tools, equipment, and incidentals necessary to complete the work. n I Li I I I I El 1 rT I U 6 1 I I I I ET CI C I I I I I I I I I APPENDIX TO SPECIFICATIONS WATER SYSTEM DETAIL INDEX SHEET 4 Detail 6 10 0 11 11-A 11-B 11-C 12 13 14 15 16 17 SHEET N E Typical Service Setting Typical Service Connection & Water Setting (Type I) lacement County Road and Driveway Rep (Type I1) Bituminous Concrete Road Replacement Air Release Valve Detail Gate Valve Detail Fire Hydrant Detail Blow -Off Detail Thrust Blocking For Pipe Fittings Concrete Thrust Block Detail Thrust At Pipe Bends Resultant Thrust Of Water Under 100 psi Pressure At Bends And Fittings Concrete Thrust Anchor Buried Creek Crossing Steep Draw Crossing Concrete Encasement Trench Detail Highway Bore and Casing Detail SANITARY SEWER DETAIL INDEX SHEET NO. SHEENA E I Typical Trench 2 Concrete Manhole 3 Encasement Pipe 4 Buried Creek Crossing 5 Cleanout A f Eel W o _ It DC a. Lit. Inc . . ,-oL S.' ) r � � Qtin"L II 1 1. 1. - • • ^^^ M n 1 n n• h h C$ b N . oil ip�.�JR -nom - nryh CITY OF FAYETTEVILLE MATERIAL SPECIFICATIONS FOR POTABLE WATER SERVICE MAIN LINE SERVICE TAPS MAINS: Class 200 PVC, SDR 21 (2", 3", and 4") SIZE MANUFACTURER _ ORDER NUMBER 2" x 3/4" Mueller H-13420 2" x 1" Mueller H-13420 3" x 3/4" Mueller H-13425 3" x i" Mueller H-13425 4" x 3/4" Mueller I H-13428 4" x 1" Mueller H-13428 MAINS: C-900 PVC, Cast Iron, Ductile Iron, CI 200 A/C (2-1/4" UP) 2-1/4" x 3/4" (;Romac LOIN- 2.75 x 3/4"CC 2-1/4" x I Romac 101N- 2.75 x 1" CC • 4" x 3/4" Romac lOiN- 5.40 x 3/4"CC 416.x I" Romac LOIN- 5.40 x 1" CC 6" 'x 3/4" Romac 101N- 7.50 x 3/4"CC 6" x I" Romac 1OIN- 7.50 x 1" CC 8"j,x 3/4" Romac 101N- 9.62 x 3/4"CC 8";: x'1" Romac 101N- 9.62 x 1" CC 10",,x 3/4" Romac LOIN -12.12 x 3/4"CC 10",' x 1" 'j' Romac 101N-12.12 x I" CC .12" ,x 3/4" .,!1 Romac 101#-14.38 x 3/4"CC .12" x 1" i4 Romac •, 101#-14.38 x I "CC II. SERVICE CONNECTIONS: DOUBLE TAPS 3/4" Type K Soft Copper 609 Coils d . 1 '''3/4" Corp. Stop. 110 Comp. Mueller H-15008 1 3/4" U Branch 110 CTS x MIP x MIP 7-1/2" width H-15363 2 5/8" x 3/4" x 12" Riser Meter Yoke Mueller H-1402 w/H-14222 Tail Pieces 1 18" x 24" PVC Meter Box #501824 .307, .275 Wall Thickness Shell Only, notched as manufactured by Mueller/McCullough 1 18" C.I. Flat Meter Lid C-109 manufactured by Crouch Foundry SINGLE TAPS 3/4" Type K Soft Copper Tubing 60' coils 1 3/4" Corp. Stop. 110 Comp. Mueller H-15008 1 5/8" x 3/4" x 12" Rise Meter Yoke Mueller 11-1402 w/H-14222 Tail Pieces 1 18" x 24" PVC Meter Box #501824 .301,. .275 Wall Thickness Shell Only, notched as manufactured by Mueller/McCullough 1 18" C.I. Flat Meter Lid C-109 manufactured by Crouch Foundry III SERVICE LINE EXTENSION: To connect extra copper to Service Line Use 3/4" 110 Compression Union H-15403 IV. "OR EQUALS": "OR EQUALS" ARE NOT ACCEPTABLE Vi LAST REVISION: '( July, 1987 3. I j A (MAX. WIDTH MILHOLLAND COMPANY 'OR PAVEMENT Engineering A Surveying SAW CUT 205 West Center SIres1 Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 REPAIRS �I EXISTING CONCRETE OR BITUMINOUS `FORS I I CONCRETE DRIVEWAYS,STREETS, COUNTY HIGHWAYS ,& PARKING SURFACES. T' WRIABLE THICKNESS 12" MIN. UNDISTURBED BANK THICKNESS • 1 1/2 T FOR BITUMINOUS CONCRETE DRIVEWAYS 9 STREET (MIN. 2" THICKNESS) .. T + 2" FOR CONCRETE STREETS a HIGHWAYS (MIN.58') CONCRETE DRIVEWAYS(MIN.4") 3" MIN. HOT OR COLD BITUMINOUS MIX FOR COUNTY HIGHWAYS AFTER COMPACTION OF BASE. COMPACTED 58-2 WATER OR SEWER MAINS AOT£5,00 L BITUMINOUS CONCRETE REPLACEMENT MATERIAL SHALL MEET THE AEQUTS OF tCTiON 408 or THE CONSTRUCTION, AARKANSA3 STATE�N$MWAY CCOSMISSJO FORHIGNWAYN• EDITION OF Ills. 2, CONCRETE SHALL N*E A MINIAMM 28 DAY COASK33 VL STRENGTH OF 4200 P.3.1. TYPE I ROAD CROSSING REPLACEMENT DETAIL FOR COUNTY HIGHWAYS, DRIVEWAYS STREETS & PARKING LOTS Sheet 2 Milt_HOLLAND CONwANY Engineering & Surveying 205 West Center Street Fayetteville. Arkansas 72701 OMice Phone 15011 4434724 G' COMPACTED SB-2 SELECTED BACK - FILL MATERIAL PER SPECS III I.II EXISTING GRAVEL SURFACE COMPACTED MATERIAL REMOVED FROM TRENCH MIN. 12" -- MMTER OR SEWER MAINS MIN. 6" / t -VARIES -f COMPACTED FOR LATERAL AND VERTICAL STABILITY OF MAIN. NOTE: SETTLEMENT TAKES PLACE IT IS TO SE REFILLED WITH S8-2. TYPE II ROAD CROSSING GRAVEL ROAD AND DRIVEWAY REPLACEMENT DETAIL I G 1 31 II I I I I 6x6/6-6 W.W.M• (MIN.) SAW CUT MILHOLL.AND COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443.4724 2"-3" HOT MIX BITUMINOUS CONCRETE LAYER TO MATCH EXISTING SURFACE. SAW CUT �. ' ' PRIME COAT ►'• : ' • ► •► ►•. CONCRETE .. . , ►'• . 4' MAX. SB-2 WATER ANO SEWER MAINS NOTES: I. BITUMINOUS CONCRETE REPLACEMENT MATERIAL SHALL MEET THE REQUIREMENTS OF SECTION 408 OF THE STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION, ARKANSAS STATE If GIIWAY COMMISSIQN, EDITION OF 1978. 2. CONCRETE SHALL HALE A MINIMUM 28 DAY COMPRESSIVE STRENGTH Of 4200 P.S.I. TYPE III ROAD CROSSING IfITIIMIM()IIS f'f1N('RFTF R(TAil RFPI WFHFHT PFT'II MILHOLI.AN[) COh1rANl' Engineering & Surveying 205 West Center Street Fayetteville Arkansas 72701 Office Phone (501) 4434724 DRILL 131 fl" AIR HOLES IN LID ►IWINE0 GRADE F_' TRACER WNE I• ■ 24• DALV, 1• P.E. -� MIt ( MIN ) I• P.E. COMPRESSION 70 IRON PIPE AM/TOR MAIN CONNECTION TO BE TYPICAL I• COSPORATION C.I. COVER (CLAY S RAINY ► E)411 `a 1.II 4• 1111 LLll l� i• OALV. RETURN W/N SUN i FORD I 11PIER ''� COSCREEN SOLDERED TO Bi.-444 uLV OPEN ENO f�I Boll Curb Slop L''1 or IS•■ 34• METER R01 Equal it11 DRILL I/4• HOLE I• ov. `SEE NOTE S I PIPE tr A►CO I AIR RELEASE VALVE OR EOUAL,`Y3/32Orifice. Securely attach Tracer Wire to Pipe ►. SR -2 CONC. •RICKS UNDISTURBED SOIL NOTE: 1. AIR RELEASE TO BE INSTALLED ADJACENT TO WATER MAIN OUT OF TRAFFIC. RID UNIT PRICE SHALL INCLUDE ALL LABOR AND MATERIALS FOR SUCCESSFUL INSTALLATION OF AIR RELEASE, LNCLUUINC 11RASS SERVICE SADDLE, COR- PUKAI'ION S'IOP, 1" P1PLS, VALVES, BOX WITH LLD, OTiiER ESSEN'TLAL ITEMS SHOWN AND NOV SHOWN. 3. METER ROX AND AIR RELEASE VALVE SHALL BE SET PLUMB. 4. METER BOX - BASS AND HAYES 34E. ..i.'rA^ IS I;UIIBFRS 1 r I!'I' 1' " .. " AIR RELEASE VALVE DETAIL Sheet 6 MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443.4724 WORD "WATER" ON COVER 2 ■ 2.S CONC. COLLAR ADJUST COVER TO GRADE .t•.. .O'•• • _�. TAMP BACKFILL to Bolts attach Tracer to Belts and Nuts. ��\l/n ExTENSION and Valve Box to be set plumb VALVE BOX TO BE VALVE BOX AS SPECIFIED SUPPORTED BY COMPACTED FILL GATE VALVE AS SPECIFIED TRACER WIRE -- / •• a iiir I t ynr )—WATER MAIN UNDISTURBED SOIL \—,Compacted Backfill NOTE' RADIAL COMPRESSION JOINT ENDS USED FOR PVC PIPE ARE NOT SHOWN. GATE VALVE ,'`t1$' I it ri DETAIL 1'e 1 It i 2 - 2 1/2 HOSE NOZZLEI — n!f DRAIN - KEEP CLEAR or CONC 2 MIN p rn .C e f51 S. 3 CUBIC I, FEET OF .. _e• GRAVEL .I PLACE CONCRETE KICK BLOC% AGAINST Undlslurbed Scll I - 4 1/2" PUMPER NOZZLE MILHOLLANI] COMPANY Engineering & Surveying' 205 West Center Streel FByetlevllle. A!KAnsas 72701 ONtce Phone (501) 443-4724 MUELLER "CENTURION" FIRE HYDRANT A-423 OR EQUAL 4 3'-b" HYDRANT TO HAVE COMBINATION FLANGE AND BREAK SECTION AND REMOVABLE CARREL ' WORD "WATER" ON COVER O' • In 14" MIN, OF C.I. OR D I. 2'12'x!" CONCRETE COLLAR SLOPING 2" FROM THE CENTER TO THE EDCE3 ADJUSTABLE 2 PIECE C.I. VALVE BOX 1 B" GATE VALVE - CPZN LEFT -E" HYDRANT BRANCII-C.I. or D.�AIN Tracer Wire uttached"r_ : _ I to Boil and Nut `Ln NO BENDS IN THIS AREA ALL FITTINGS SHALL BE VARIABLE DISTANCE ASSEMBLED WITH DUCTILE IRON RETAINER GLANDS WITH SET SCREW TORQUED AS PER MANUFACTURERS RECOMMENDATION. ' 7 I 1J ` .r z PLACE CONCRETE MOCK 01.0GM AL SOUt,NCO t,nCai u1, soli. I UNIT BID ITEM COMPLETE IN PLACE NOTES' I. ALL HYDRANTS TO BE SET PLUMB WITH NOZZLES FACING HIGHWAY OR COUNTY ROAD. 2. HYDRANT AND VALVE WILL BE SET AND BURIED AT THE DEPTH SPECIFIED BY ENGINEER. 3, HYDRANT BRANCH TO BE CONSIDERED SUBSIDIARY TO FIRE HYDRANT AND AUXILIARY VALVE. 4. ALL. FIRE HYDRANTS WILL CONFORM TO AWWA C502-73 STANDARD.' 5. CONCRETE SHOULD NOT BE POURED ON BOLTS. ALLOW 2" MIN. CLEARANCE FOR WORKING ROOM. I Sheet FIRE HYDRANT DETAIL > r = U• N 4 Z • O 4L Cu • N ► N .- 40 J £ V u 7 N 4 = O a 0 Z o N r iO ; u wo 0.vI i R " 7• Ii a J . UO V JV U G Q 4 1, 0 4fl G in j = Vq I- , •1 1 W p it �•; W Y 4 Z -• mR4 Jd O .1 K - .^ .O.�- u 4 UO h •l t V J•lI jI a a O n t l 0 ' III`II _ VaWW> 4 IN Y - VVzut04 V V V Y 4 IIII •LUN •N •N • N ' 7 ylll --_ 11, III_ :Ii111 l�l�i). ^• iflU u x ih I I� ILIIaIIj IUII �► u _ .�IIII01111I'yhJpl �,' � V = O o • O` N °._ 'M ¢ 1 • �• ••• I, rh hl11 i11' lllll� _ ali'a ?'_ • . ' I.111.flIgi (I..: . .4 • ° J - J O V I. - V ` It >r w ! J N O ry ,1111 It It J .f •1 U- II}1,1 C N . , E s r r s ll - f �.C o r 4 -_ N C Y1 m N1 a i U Oh j A = y N isO L —c W W t W hi n u (3& a: i 11 t Y l Z Z J j J 4 c3 •WI W r N ) U V N 4 '1 4 Y l • J W •1 U 1 111 N U I I rLQ J i,•e' W O o. N o U. W - 1 ' o W S." pro O /- J U wit Ow J O • J O _ .1 U � m ¢ U O W Wan I MILHOLL.ANI) COMPANY Engineering & Surveytni ?05 wesl Center Street Feyetlevrae Arkansas 72701 Ofaca Phone (501) 443.4724 -- ___ -ONIG fN iL \�\ GROJNOL(1'[L UPC , -WC17'u4BLO EARTH -. cap• �.•. pt -u' - `-'�---- �ORIGINIL \� 6ROu NO LE B(LTLD SHIM'S. II THRUST CONOR(T[ s UNDISTURBED EARTH Nom\ A OCKING BLOCKING FOR BE NOS -CONCR(TL MOCKING .. • , � I'„III I CROSS' — -(CO[ Of TRENCH BLOCKING roe CROSSII ro • n Pl FE FI : ''J;,S ,H ARrj I Ari R SHALL 3'r:{ J.I. Mec nanlca1 Joint r•a[ec U)fl "S"• horni!l; pressure Cor Main preSSL!'e'S '''-ter I;irl 2C,! p,s,:, t. or r.r, Idech-ani,al Joint ass .',C t'or Main Pressures less than 2(Q p. .i. ii IIHLnr:Il,] sl:a:l I'.e adequate to wit -stand le sum of .hu static lair, f'1'CSSUI'I• ',4: th SCo!'age '1'3.'1{CS J11 -uS .'•).1 p.s. Water Hammer' fl u_t{I'l:,d by ?.5. Undisturbed ".)i I Sack ilk' !113 11 're 3S3urcC adequate to ' ;.- .. p.s.{'. pressure. [Oct CE TRENCH 11_ l , �' r--CCNCNCTE BLDCK ���`lllll n 1 1NRt6 r� BEND 1 LSEE ACT( `C' BLOCKING FOR BENDS CONCRET[ BLOCKING — _ rE[ I I I —EDGE OF rRENCN SLodfN B�s THRUST BLOCKING FOR PIPE FITTINGS 1 I 1 THRUST BLOCK SCHEDULE PIPE SIZE FITTING A B CU. FT. 4" TEE 2-0" 1 - 6" 2.5 OR 90° 2'-9" 1' 6" 4.7 SMALLER 45° 2 0" I�-0' 1.7 TEE 3'-0" 2-0w 7.5 6" 900 36" 2 - 6" 13.3 45° 2'O" 2'O" 3.4 TEE 3'-6" 2''6" 12.7 6" 90° 40-0" 3,-0" 20.0 45° 3'-0" 2.0" 7.5 TEE 3'-6" 3'_6" 26.7 10" 90° 4'-6" 4'-0" 50.4 45° 3'-0" 3'-0" 20.0 NOTES: I. CLASS 8 CONCRETE - 2,000 PSI, 26 DAYS. 2. SCHEDULE BASED ON THRUST RESISTANCE OF SOIL OF 1000 LOS. PER SO. FT. AND 100 PSI LINE PRESSURE. 3. FOR LINE PRESSURES GREATER THAN 100 PSI AND/OR SOIL RESISTANCE LESS THAN 1000 LBS. PER SQ. FT. , THE SCHEDULE SHALL BE ADJUSTED IN THE FIELD. 4. DEAD END BLOCKING IS THE SAME AS FOR TEE. FINISHED GRADE PIPE DO NOT ENCASE JOINT FITTING PLAN UNDISTURBED FITTING SECTION CONCRETE THRUST BLOCK DETAIL MILHOLL.AND COMPANY Engineering & Surveying 205 WeSt Cent^r Street flP'cpPndnl1IMill in F��InnpflI I`1 .. r■ THRUST AT PIPE BENDS P■2z 62.5 H A Sin a USE TEST PRESSURE, USE INSIDE BELL DIAMETER WHEN APPROPRIATE. USE BOTH " A" SCALES TO SET POINT ON SUPPORT LINE. READ "8" SCALES WITH STRAIGHT LINE THROUGH SET POINT. 1P 3w w 4 a 7 0 9 4 10N'' a 152 W 20o 25,.. 304 40W .4 SO w ear 704 ec 90 72 - so $4 4s 42 In 36 W m30 °24 z -20 Is 16 14- Iii 12 - 1-10- ae 4 W 4- - d 3- w 500 I- - w W 300 - I O Z200 - m 4 4 W x (Si 100 U 90 cm W eo IL To 50 500,000 4 3 210 1 00,000 170 160 150 p1 140 0 50,000 130 = 4 120 •110 a 3 100 2 90 .. •e0 G/J .700_ to,000 x - _60 I F, Iw 5,000 -50= I• 4 Z " 4 S -401x1 al w � 2 M35� w -30 1,000 900 goo 25 700 600 500 Sheer %r -B WINS I YCOOMMILL CMG INIIIIMG C0Y'IMY Ill I I I m 1 e ° 0 a ' 0 4 C o 0 08 g N 4 + g o Hg to- o 0i n -taut N i "+ 10q q 10 Cl a N w w « o b A v Q8 Ot' ° C • O S S Q a O O 0 O O 0 0 8 S H H y S N O C N 4 n n C C N L° ° n a 10 w n o w N e� a.4.4.4 .e0. S a S� a u e 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 s• e o e .+ .. 0 .+ n o g .. N .• o Cl e o r e A Ma N N M .pi .ei - - .�i e P r q N -a sea -- 80 0 pp p e - e • O .O• N w � tl O O 8 O S S O S H S rti ♦ C . n e O q C ClN • N . . . i ••- - O w a 0 0 0 v O O O C e O q o C � 8Ni .e.1 np• ~i 8Q8O q O N 8n 8q + • ClN a s •• O C !O7 n .• O O Hq N X p 0 Se .+ 6 8 10. o r.4& w. S S o 10 C o r r a Cl .1 .. „ .• 54 .4 .4 ' e e o Cv 1 Cl N . • C v r e o 8 i 10o 4 0 b q o O b o 0 N C N .• O O C e t. C p e ♦ q q . ID e p w N .4 g p 00000 r 0q + o 0 C n 8 oq He e o SN N a v w N o • M O . • . 11pp. - 8tl e N pO O 100 n r � q pq pq a 0 o- O pD O O 8 w n 8 o b r + p o el p o N a + C C N O IDN O ♦ .. 0 r C N V p C IO f r • q q q Cl N N •• w o 4 °n 0 .0. n $ 50 + a too 0 0C $ a eo. 0 pp. A C N q q N q w N OI o w - .'•.1 p O o 0 8 0 0 0 0 0 0 0 0 0 0 0 K 4 0 0 4 Cl q •• N g n 0 C • '0 N ti • q. q q N q a N N - .ei w w o n r a U S. - C 8 8 0 8 0 o g a N - C • - N w a �1 a e N . O + �i ..- .• Ni o o q o1 e . X 0 $ a 0 g w g Cl o N S 03 ao C .N. N C N' p. y A — • • . . • • • . • . • • • tl - N O q n e q N O O o p tl q } . a ..• `I w N N .. .. .. .. .. .. .. 0 $ • '0 0 n 0 a 0 n C 0 e X 0 00 C °o ai • _ • e .• • . • " q N O O O •. C o q Cl w .+ O M .1 .d ti .• N .-1 •C a 0 4 0 H g 0 P. C + O 0 p 10 O 0 1. O q t• C N .i O e e N N e e n ♦ q Cl w •4 — .. .t S O p p V tp2 .• O ♦ .t0 .. • M !• t O .4 N .• ..1C a N O O O O O /. C n C ION w - O W .1 .i .a .'i .i .a • . • a O 0 O O O O O O O O M 1y y1 S `F LN o :9 tl o tl n YY/t r 0) .• q S. CD • e • e e t e • • e o e i • 0 • p =< ad s— sa x o o t. S o C n q q N N .. .. Sheet ii -C •0.11 0.I.! Undisturbed Soil II__ Undisturbed Soil iT1' .. N - - - __________ a .Ta....�, doss 8 Concrete PLAN VIEW Base Crass 'B Concrete ELEVATION VIEW CONCRETE THRUST ANCHOR ,07 w CEkTLR MILHOLLAND COMPANY Fayetteville Engineers Surveyors 1 1. 1 1 1 1 1 1 1 1 1 1 ,;Heel 12 ■ ;001) 4.7•.12 Arkansas 9 v Sheet /3 205 W CENTER MILHOLLAND COMPANY (SUS)..] -.T2. Fayetteville Engineers Surveyors Arkansas / : C /' C Q C O Y 0. O - � Q o a h q \ ; 4) C 0 a I I / c �'OJ 4y i E 1 'nJ Th Off+ h h ,h ° l � N C l � O a C E p C Q C ti S MILHOLLAND COMPANY Engineers -- Surveyors I v J ' 44 Q I ' v Z v � O �I Q ' 1 I I i '.01; 44J 4724 .err: (ills a ' 24- 4211mn. D.I.pipe IPVC. pipe MAIN ., 6'• OUTSIDE 6 MIN DIAMETER MIN CONCRETE ENCASEMENT Sheet /5 205 W. CENTER MILHOLLAND COMPANY Fayetteville Engineers Surveyors Arkansas MILHO _LANI i Cn 1 ',NY Engineering & S,in'eying Top 4" of surface shall be cleared at Rock Debris, Roots, etc. and repaired to a condition equal to or better than prior to construction./ GENE AL BA\\Lr\ TAMPED ELECT FILL I /ti MAIN r F 205 w'esl Censer Steel Fayelieville Arkansas 72701 Office Phone (5C1 ) 443.4724 Smooth otter one (I)year's settlement Q' �•a V "-'I • ";a MIN WIDTH: "D"� /B"� Tracer Wire on P.Y.C. Pipe to be looped around each Joint Of Pipe. 6" Compacted Se/acted Fill under Type I,IT ondZT Rood Crossings and 'Rock "removal areas. F:Ipmer,118%`; i F:4;:AVATI0N' sl.a:1 I I' nplited o -I 'french .ma.xiTl.n dt.h .�!'"I'"1 rorninal dianel.er of I i'r,! ;+} p11: 1R", and a '.a:,iTUm :'evich ;,x'1111 .r' L" '' •Icilriral di,mle:I-r ;,iln, t-1 1'•; is 4,". 1;r;il !I 17m9 :'Mal : LI e ;`r@ :`r r,li k:' arid .:II1'.-, 1:1'. •r: l' .1 t_In fig ". .^,I f Url 3: •r .'C Cozi:'I rat::: of area shall I e I',I la: ,.d. st.'r..'. 1, I e: l•'..1 .. .:r..i rr.: Ii Ii•ied one ( I year ;i:1 ,'r' 11,31 'I .,'i i' of I. A:1 trees ;v`us:l, I:olllders, rocks, .:11 d� :,ri: 11".c Led L; Ir'''r•IJ - , i n .:Mal l :n' I+r',lp', •`:v disftlned af. TRENCH DETAIL "Water Mains" Sheet /6 • — — 7o1-lo-1v4J N-,. S` o h y r° c moors /o aol v v E a .¼ ' o c ¼ c m 3 L W N __. 1 c p N 0 p .O -IC ' °p�' L2 C C 4 C Q mom `, I tens C gy° a s v O C WE' o� O taw xro ' J vm a v V ro o, a r(,,�, u b \ O H w o1 a • ¢ a 0 w ro ' C c' h Nh °a vU) x I O O vo aO QI 4) ro, ro 3 Ca O tiC H ro u1 ' C O • 7 m 4 �i FE V roww vro ] 'Li rook ' o �i, Q m (n N EI b) 1.4< < ro •7UW C.C 0 ' O , N O' H O a� O .C a� C] O Ca O WHO ri I C W 0 4) 4 1 woo kW Ct ' O u = _G O p, N a� w.Q FC ro y Q s4 rO C ro F ro °: u c o 00 �°v U04 CL too u F cw> toCl)w C C ( in O N N 0 Co t, o v m s 4 ro ro • ro ° N vii o 3 �� v N v a ,, w O u O kN rts+ •.4ro4) o 2hC 0 ti o uo o-4wrw Na; a of C)ro ' - -- h O ^ a •• O roN ro v) V RC m Z w q E CL F 01 - - �oAl-Ic-lub�y —_-- -- Sneer /7 I I COMPLY W/CLASS 'Bo BEDDING NOTES. 33'-6O" Dia. Pipe a Trench 27-48 014. PIPE _ Base 24"-42" No.6 Bars w j /4 21'1 3fi 1 6O54'48'8'Centers 18 30" No.5 Bars 14'- 24" 4236 6 Center 12-18 D It -8,l0,12,15, No.6 Bars 30" I'-0'Center 81215.': No.5 Bars !�" • •1,� _£ „y:•w, , 18' 24 I d"Centers <4y°t• ' Note, Reinforcing Shall Be Continuous Thru Manhole. OTES: NO1&30F S 3 OF HEFT NO. 16 SO APPLIES 0 SEWER CONSTRUCTION II 4 No. 5 Bars Longitudina Class "B" Concrete CLASS 1AI1 BEDDING Inside Pipe B Diameter (Max.) n r n Id 2-4r n 15' 3-6' 18' 4-0" 24" 41 6'.' 3d" 510'f 36' 5'-6" 42 6'-O" 48 6-6 54' 71- 6' 60" 7t7" REQUIRED BEDDING FOR CLAY PIPE AT DEPTHS OF 10'-0' OR MORE, AN PLASTIC PIPE AT ALL LENGTHS AS FOLLOWS: @ HAND PLACED SELECT FILL MATERIAL. • c ®TAMPED SELECT FILL MATERIAL O TAMPED SPECIAL BEDDING MATERIAL 151 54,60" 12"-36,4248' 8"-30' 5 810"12'118"24 I I , FOR PES EQUIRED PIPE BEDDING FOR CLAY PIPE AT FILLCCEPF ABLRIAL 10=0 OR LESS PERICA- DEPTH AS TION FOLLOWS: SB-FILL O HAND PLACED UNDPAVED EXCAVATED MAT. SURREAS. FREE FROM TRASH,DEBRISAND jl� ROCKSGREATER THAN 11/2" IN ANYDIMENSION.T 'B' O HANDPLACEDAND TAMPEDMATERIAL SAMI AS IN® ABOVI Note: ASTM CLASS L.-i� The Minimum Trench Width ForAll Sizes 4', Of Pipes Shall Be That Which Allows A 8' Working Distance On Each Side FAYETTEVILLLE PUBLIC WORKS SPECS. Of The Bell. "ALL MAINS SHALL BE BEDDED FROM 411 BELOW TO 12" ABOVE PIPE WITH GRIT OR EQUAL OUTSIDE STREET RIGHT-OF-WAY, AND WITH SB-2 WITHIN STREET RIGHT-OF-WAY; TRENCH WIDTH SCHEDULE CLASS IIBII BEDDING ALSO: TRENCHES UNDER STREET SECTION SHALL BE COMPLETELY FILLED WITH COMPACTED SB-2 TO SUBGRADE AND HORIZONTALLY TO ONE (1) FOOT BACK -OF -CURB". II SHEET NO. 1 205 W. CENTER MILHOLLAND COMPANY (501) 443-4724 Fayetteville Engineers Surveyors Arkansas I11►N11"r111w Mcchined Surface, Non -Racking Manhole Frame And Cover jl Bass 4 Hayes or Equa! Note: ■ For Manholes In Pubfic Right-of-W'cy, Cast 24 i In Place Concrete Shah Stop A! Point .. fnC caled. ' I a D - v v Note ZE For Monhofes 4 - 0 or u ess fr Oepin, Use II . C f Manhole 24Mm - 36 Max High Cone With 8 "Max. Steps a High 2-00 Throat. • • A. N ' p • L I 4 'Vote For Pipes Entering Bose, Opening Is Mcde, ' Pipe is fnserled And Seated With Non - •w Shrink Grout. • 6' 48'I <. 6" 1 Min a• Mn _ See Note �4 ' GRIXI7 BASE OF MH � Min I 1 TL_ •I__ 3000 Psi Mi'•, Concrete SECTION -TYPICAL POURED IN PLACE MANHOLE I SHEET NO. 2 705 M. CFMTER MILHOLLAND COMPANY (5011 443.4724 Fayelleville Engineers Surveyors Arkansas I II II i U) W QZ I' iLu a m m a U ..MC p Ct Lq V C I a. LL C I - a c m I— ' c U w m a ai Z a m �,n w o ' a U) II o U 3 W I I o tmn 1 m O c W m E IL o o m W t n C E (no V — - - - — o c Nmw o w Cu.-a, W O _ C I O ' "C a. If) U > > U O U O a a a I' II SHEET NO. 3 205 W. CENTER M IL 1-10 L LA ND COMPANY (501) 443-4124 IiFayetteville Engineers Surveyors Arkansas Id'MYM_IkhY �il11`.Y ♦V'!!I M 1t�+i4'k!-�lN?�li!ILYiL_,L_Ji LJfjAPJ 205 W CENTER Fayetteville w w I J 0 O w � z 0 LU c Y w Z w a C w a 2 U rr ~ w I-- o C 4J 3 J Y z cn z 0-c > oz 0< MILHOLLAND COMPANY Engineers Surveyors U.{ Ui i1 NO. Q (301) 443"4T24 I I Arkansas I 6"-6OLB Cl COVER CLEANOUT SHEET NO. 5 205 W. CENTER MILHOLLAND O L L A N D COMPANY (301) 443"4721 Fayetteville Engineers Surveyors Arkansas