HomeMy WebLinkAbout210-91 RESOLUTION1
•
1
i
•
RESOLUTION NO, 210-91
A RESOLUTION AUTHORIZING A CONTRACT WITH
MCCLINTON-ANCHOR IN THE AMOUNT OF $230,263.95
PLUS A 5% CONTINGENCY AMOUNT OF $11,513.00 FOR
THE 1991 OVERLAY PROGRAM AND AN APPROVAL OF A
BUDGET ADJUSTMENT.
BE IT RESOLVED BY THE HOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract in a total amount of
$241,776.95 which includes a 5% contingency of $11,513.00 for the
1991 overlay program for Hyland Park Road, West End Avenue, Valley
Drive, Lisa Lane, and Lakeridge Drive. A copy of the contract
authorized for execution hereby is attached hereto marked Exhibit
"A" and made a part hereof.
Section 2. The Board of Directors hereby approves a budget
adjustment in the amount of $53,843.00 decreasing Street
Construction Account No. 447-947-5-809.00. A copy of the approved
budget adjustment is attached hereto and made a part hereof.
PASSED AND APPROVED this 19th day of November , 1991.
ATTEST:
By : �/�t.(°Liv �/fil d rk 114.-"
City Clekok
APPROVED:
By:(
sd
Mayor
•
1
E-312
1991 OVERLAY PROGRAM
FOR
FAYETTEVILLE CITY STREETS
PROJECT No. E-312
CITY OF FAYETTEVILLE, ARKANSAS
BID No. 91-57
OCTOBER, 1991
CITY OF FAYETTEVILLE:
ENGINEER: DON BUNN
PROJECT ENGINEER: SID NORBASH
ADDRESS: 113 W. MOUNTAIN STREET
FAYETTEVILLE, ARKANSAS 72701
TELEPHONE: (501) 575-8206
MILHOLLAND COMPANY
Engineering & Surveying
205 West Center Street
Fayetteville, Arkansas 72701
Telephone: (501) 443-4724
Fax: (501) 443-4724
Certificate of Insurance
THIS CERTIFICATE IS ISSUED AS A MAI 1 E Of INE ORMATION ONE Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDLR
THIS CERTIFICATE DOES NOT AMEND LXI LND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.
AME AND ADDRESS OF AGENCY
COMPANY COMPANIES AFFORDING COVERAGES
LETTER
United Service Agency, Inc.
Post Office Box 11765
Lexington, Kentucky 40577
A Insurance Company of North America
B Pacific Employers Insurance Company
C Atlantic Employers Insurance Company
- - - -
AME AND ADDRESS OF INSURED
APAC-Arkansas, Inc.
McClinton -Anchor Division
P. 0. Box 1367
Fayetteville, AR 72702
O
E
F
G
This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time.
POLICY
Limits of Lisb
Iky In Thousands MOMOMTERY
LETTER
TYPE OF INSURANCE
POLICY NUMBER
EXPIRATION DATE
OCCURRENCE
EACH
POLICY
AGGREGATE
A
I.�
GENERAL LIABILITY
COMPREHENSIVE FORM
LAB 26606
12-1-92
PERSONAL INJURY
INCLUDING$
% BODILY INJURY)
$
$
$
,a
PREMISES -OPERATIONS
EXPLOSION AND COLLAPSE
PROPERTY DAMAGE
I -f
HAZARD
®
UNDERGROUND HAZARD
$ 500
$ 500
Imo,
PRODUCTS/COMPLETED
OPERATIONS HAZARD
-�
CONTRACTUAL INSURANCE
PERSONAL
BODILY IINJURYUAND
BROAD FORM PROPERTY
PROPERTY DAMAGE
COMBINED
®
DAMAGE
INDEPENDENT CONTRACTORS
C4
PERSONAL INJURY
AUTOMOBILE
LIABILITY
BODILY INJURY
(EACH PERSON)
$
$
A
)•,
COMPREHENSIVE FORM
LAB 26606
12-1-92
BODILY INJURY
(EACH OCCURRENCE)
I.1
OWNED
$
$ 500
PROPERTY DAMAGE
I.�
HIRED
BODILY INJURY AND
I.�
NON -OWNED
PROPERTY DAMAGE
COMBINED
EXCESS LIABILITY
BODILY INJURY AND
$
$
I•
UMBRELLA FORM
PROPERTY DAMAGE
NI
OTHER THAN UMBRELLA
COMBINED
FORM
AWORKERS'COMPENSATION
A
B
C
and
S'
EMPLOYERUABILITY
RSCC23575024
RSCC23575498
WLRC24243448
RSCC36209318
12-1-91
STATUTORY
= 1,000
(EACH ACCIDENT)
ESCRIPTION
1991
OF OPERATIONS/ LOCATIONS/VEHICLES
Overlay Program
for City of Fayetteville City
Streets
Project NO. E-312
Cancellation: Should any of the abt�e described policies be cancelled before the expiration date thereof, the issuing company will
endeavor to mail 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 Fayetteville
October 31, 1991
DATE ISSUED
of and
Milholland Company
® // A„ I_
t--
AUTHORIZED REPRESENTATIVE
343-2 102/91)
•
1
' 1 4
assiss i
LOSS PAYABLE ENDORSEMENT
' AND CERTIFICATE OF INSURANCE
INSURED. APAC-Arkansas, Inc. McClinton -Anchor Division
LOCATION: P.O. Box 1367, 240 N. Block, Fayetteville, AR 72702
Theinterestot APAC-Arkansas, Inc. & City of Fayetteville, AR & Milholland CompanypayeerMA)
' in same address as above/113 W. Mountain Street & 205 West Center Street, Fayetteville
AR
is covered for an amount not exceeding S *SEE BELOW
and loss is payable to APAC-AR,Inc. & City of Fayetteville, AR & Milholland Company (Payee{ATMA)
whose address is same address as above/same address as above I
' Loss, if any, under this policy for the interest as stipulated under this endorsement shall not exceed its pro
rata proportion of all concurrent insurance in force for the above captioned Insured.
This coverage is not transferable and may be cancelled by the Industrial Risk Insurers by giving notice of
cancellation to said Payee u prescnbed in this policy.
CERTIFICATION
This certifies that insurance against all risks of direct physical loss or damage to the insured property, ail in
accordance with forms attached to policy listed below and subject to the limitations thereof, is in force under
said policy issued through the Industrial Risk Insurers. Of the total amount of insurance in force. an amount
' as stipulated above shall apply to the interest of the Payee. Any excess of insurance over and above the
value of the property at risk consigned or belonging to said Payee shall be for the benefit of the captioned
Insured, to cover property not consigned or belonging to said Payee..
This policy contains the following deductible amounts:
1. All Risk except Earthquake and Flood S 0
2. Earthquake S 0
3. Flood 0
*Full insurable value but not exceeding limits of $230,263.95
or rental value of same.
**RE: "All -Risk" Installation Floater for 1991 Overlay Program for Fayetteville City
' Streets, Project No. E-312, Bid No. 91-57, City of Fayetteville, AR.
' Attaches to and forms part of Capital Stock Companies Syndicate PoNcy No 31-3-50744
Applicable only to Location No. See Above
Effective Oats this Endorsement October 31, 1991
' Term of Policy 10-1-89 To 10-1-92
Key No. 858176
' Endorsement No. 659 G. W. CQAWFORD, .AGE`ii
�
-,,
>s ttornev
We,
Sedgwick James
Sedgwick Jamas of Arkansas, Inc.
900 S. Shackletord Road, Suite 600, PO Box 511
Little Rock. Arkansas 72203-0511
Telephone (501) 223-3111, Telex 536249, Facsimile (501) 223-8461
ARKANSAS STATUTORY PERFORMANCE & PAYMENT BOND
APAC-ARKANSAS, INC., McCLINTON-ANCHOR DIVISION
as Principal, hereinafter called Principal, and INSURANCE COMPANY OF NORTH AMERICA
, as Surety, hereinafter
called Surety, are held and firmly bound unto
CITY OF FAYETTEVILLE, ARKANSAS
as Obligee, hereinafter called Owner, in the amount of
HUNDRED SIXTY THREE AND 95/100 Dollars ($ 230,763.95
for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors
and assigns, jointly and severally, firmly by these presents.
TWO HUNDRED THIRTY THOUSAND SEVEN
Principal has by written agreement dated
entered into a contract with Owner for
1991 OVERLAY PROGRAM, FAYETTEVILLE, ARKANSAS
BID NO. 91-57
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 thls 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
day of 19 91
RE -ORDER - ARI(. GRAPHICS INC P O. BOX 34 BD. UTILE ROCK. AR 72203-4080
APAC-ARKANSAS. INC., MrCL INTON-ANCHORDIV.
By
INSURANCE COMPANY
Sur
OF NORTH AMERICA
Judy Fr
orneyin-fact
ks Butler
n.
EY ,... UoaerancCIONA,c ,y as rtcanY eA Math "erica .,
' orto(n319227
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Know ail men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of he Commonwealth
of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pureueM to the following Resolution adopted by the Board of
Directors of the said Company on December 6, 1983. to wit:
"MS0LVeo, nim greeds 10 Midas 3,1e ae 0.1 Y We arta . ee Ioaommg Rd.e YMd posse IM lacrloa W Me Company Y bonds. edMYegs. McfY mess, contracts tad other
lynNem Into nae there*
(1) That MM 1-..eds 1. ads Set Mee PweMs t. as We aeeldeer, any Maas( Viae Pnedent. at ear Ante er'M'Pect. my .mods. Iv sad a bee al the Comm" airy ea ail bonds.
serfettaldse/ eecss *v PM Muse lad ter teempatves. mate Ind w mwsMerelme r yety MOW Vice Ppteww. If* Were await the my Vice Pr—'-- rbe attested tet.Ay r lemessary a' vwe Say Certemde Secretory.
mead MMr zed NW eat my Ansielast lls (S.CI.andd or
age11100 Y the Caper, eel Mawr. M r.a tee .utas O sew to the a.barlan Y e .en anaetee on WW1 ef eta (fernery ad to erns ewe sal el we Comport Menlo.
f71 Ary a.Yt swag swots iaswerewae rah inns mew rise o. ea Mem ted w. Coapalp M bby Cane a Up.90.itned W die Preeklest led Mute to br IM caporal a.eraaft
Pi) The SWIM el e■ abetter, et s senor VMS PteareL err e We IfteeMest a ea AseleteMvie Preanal and the ew el ale Cotner naw bs.In.ad a leansa a any pew Y .Heron
ereMeeaN.ew le aids nesebdlen. sed ads aiMefer• e1 a MASON after end Hee my a the cela9e.r Ma be veered a Maebaee eo M collea w r as gash power. bili w mesh neer of
anfeW bees era Meeleee sl vee, W ..al Mee b veld and Sao an ter Camps
(4) Sds eery COMM cia. Calep.my..5At.nsys*P.cl MON Mn eMp9y ta moldy at rely dote Y Mala M.eMW60s Sy-Lewe Y NM Company, and any Wham or record of the Company
.e rmem te 11* ebMYq al their depute
(3) TM pewee al dw Mew19an dee net revel. as eerier arMby granted by R.eaMMw et ire ewrd al aa.etets adapted es Jap 9. 190.3. May 9e, 1975 and Nave 23.1977 "
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,
U
O >
a
20
O m
m �
m• 4
1co1
C
Em
8
✓
> ▪ m
Z 0
its true and lawful agent and attomeyin•fact, 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 shell be as binding upon said Company, as fully and amply as If they had
beret duly executed end acknowledged by the regularly elected officers of the Company at its principal office.
IN WITNESS WHEREOF, the said R. E. Giveana, Vice -President, has hereunto subscribed his name and affixed the
corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this 19th day o1
August 19 90
COMMONWEALTH OF PENNSYLVANIA
se
COUNTY OF PHILADELPHIA
INSURANCE COMPANY OF NORTH AMERICA
by
R E. GIVEANS. vice President
On this 19th day of August A D ig90 before ter subscriber. a Notary Public of
the Commonwealth of Pennsylvania in and for the County of Philadelphia duly commissioned and qualified, came R. E. Giveana, Vice -
President of Me INSURANCE COMPANY Of NORTH AMERICA to me personally known to be the individual and officer described in, and
who executed the preceding lnalrument, and he acknowledged the execution of ter same. and, being by me duly sworn, deposeth and
salth, that he Is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is for 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 directiimp fltSf»porporation, and that Resolution, adopted by the Board of Directors of said Company, referred to In the preceding
inseru a
hntab DIo
EOE, I haus h lel e s e r A 41 r 1" ., (. , _I ieitr ant at the City of Philadelphia Me day end year
_ NOTARIAL SEAL
y - --
JULIA ANNA ROHANA, Notary Public
=k Philadelphia, Philadelphia County
(S&L) ` ....
My Commission Expires August 20,
\C •F
1, the Gpflereiga Mary akiNSURANCE COMPANY OF NORTH AMERICA, d0 hereby certify that the Original POWER OF ATTORNEY. of
which the foregolrij,y correct copy, is in Mi force and effect.
In witness yeeffafppRllAt) ve hereunto subscribed my name as Secretary, and affixed the corporate seal of the Corporation. this
day of
Notary Public
Jarred S wyni9 Secretary
THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION DATE AFTER June 4, 1993
fl-333S4a PUL io1L"
COMMERCIAL GENERAL LIABILITY
OWNERS AND CONTRACTORS PROTECTIVE
LIABILITY COVERAGE FORM - COVERAGE
FOR OPERATIONS OF DESIGNATED CONTRACTOR
Various provisions of this policy restrict coverage.
Read the entire policy carefully to determine rights,
duties and what is and is not covered.
Throughout this policy the words 'you" and 'your'
refer to the Named Insured shown in the Declara-
tions. The words "we," "us" and our refer to the
Company providing this insurance.
The word "insured' means any person or organiza-
tion qualifying as such under WHO IS AN INSURED
(Section 1I).
Other words and phrases that appear in quotation
marks have special meaning. Refer to DEFINITIONS
(Section V).
SECTION 1 - COVERAGES
BODILY INJURY AND PROPERTY DAMAGE
LIABILITY
1. Insuring Agreement.
s. We will pay those sums that the insured be-
comes legally obligated to pay u damages
because of 'bodily injury' or 'property dam-
age' to which this insurance applies. We will
have the right and duty to defend any "suit'
seeking those damages. We may at our dis-
cretion investigate any 'occurrence' and settle
any claim or "suit' that may result.
But
(1) The amount we will pay for damages is
limited as described in LIMITS OF IN-
SURANCE (Section I11); and
(2) Our right and duty to defend end when
ws have used up the applicable limit of
insurance in the payment of judgments or
settlements.
No other obligation or liability to pay sums or
perform acts or services is covered unless ex-
plicitly provided for under SUPPLEMENTARY
PAYMENTS.
b. This insurance applies to 'bodily injury' and
'property damage' only it
(1) The 'bodily injury' or "property damage"
is caused by an 'occurrence' that takes
place in the "coverage territory' and arises
out of:
(i) Operations performed for you by the
'contractor' at the location specified in
the Declarations; or
(11) Your acts or omissions in connection
with the general supervision of such
• operations; and
(2) The 'bodily injury' or 'property damage"
occurs during the policy period.
c. Damages because of 'bodily injury' include
damages claimed by any person or organiza-
tion for cars, loss of services or death resulting
at any time from the 'bodily injury."
2. Exclusions.
This insurance does not apply to:
a. 'Bodily injury' or 'property damage" expected
or intended from the standpoint of the in-
sured. This exclusion does not apply to 'bod-
ily injury" resulting from the use of reasonable
force to protect persons or property.
b. 'Bodily injury' or "property damage" for
which the insured is obligated to pay damages
by reason of the assumption of liability in a
contract or agreement. This exclusion does
not apply to liability for damages:
(1) Assumed in a contract or agreement that
is an 'insured contract" provided the
'bodily injury' or "property damage" oc-
curs subsequent to the execution of the
contract or agreement; or
(2) That the insured would have in the ab-
sence of the contract or agreement.
c. 'Bodily injury' or "property damage" which
occurs after the earliest of the following times:
(1). When all. 'work' on the project (other than
service, maintenance or repairs) to be per-
formed for you by the 'convector" at the
site of the covered operations has been
completed; or
CG 00 09 11 88 Copyright, Insurance Services Qffice, Inc., 1984, 1988
Pagel of G
(2) When that portion of the 'contractor's"
'work," out of which the injury or damage
arises, hes 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 n a 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 elle who must pay
damages because of the injury.
This exclusion don 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 contract;' or
(2) Expenses for first aid.
COMMERCIAL GENERAL LIABILITY
1. "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 ars or were at any time trans-
ported, handled, stored, treated, dis-
posed of, or processed as waste by or
for any insured_orany 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 promises, site or location in
connection with such operations by
such insured, contractor or subcon-
tractor, or
(0) 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)(1) do not apply to
"bodily injury" or 'property damage" arising out
of hest smoke or fumes from a hostile fire.
As used in this exclusion, a hostile fire means one
which becomes uncontrollable or breaks out from
when it was intended to bs.
Page 2 of 7 Copyright, Insurance Services Office. Inc., 1984, 1988
CG 00 09 11 28
(2) When that portion of the 'contractor's'
'work,' out of which the injury or damage
arise, 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.
t. "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 n a consequence of (1)
above
Thie 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 danmape• due to
war, whether or not declared, or any act or
condition incident to war. War Includes civil
war, insurreetlon, rebellion or revolution. This
exclusion applies only to liability assumed
under.
(1) An "insured contract' or
(2) Expenses for first aid.
COMMERCIAL GENERAL LIABILITY
1. '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 0 waste;
(c) Which are or were at any time trans-
ported, handled, stored, treated, dis-
posed of, a 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 operation
(1) If the pollutants are brought on or
to the premises, site or location in
connection with such operations by
such insured, contractor or subcon-
tactor;or
(11) 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 haat, smoks 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.
Page 2 of 7 Copyright Insurance Services Office, Inc., 1984, 1988
CG 00 09 11 00
(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.
Pollutants moans any solid, liquid, gaseous or
thermal irritant or contaminant, including
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.
COMMERCIAL GENERAL LIABILITY
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 aur request to assist us in the investigation or
defense of the claim or 'suit,' including actual
lou of earnings up to $100 a day because of time
off from work.
6. All costs taxed against the insured in the 'suit
6. Prejudgment interest awarded against the insured
on that part of the judgment we pay. If we make
an offer to pay the applicable limit of insurance,
we will not pay any prejudgment interest based
on that period of time after the offer.
7. 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
othen 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 I1 - 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 0911 88 Copyright, Insurance Services Qffice, Inc., 1984, 1988
Pan, of 7
c. An organization other than- a partnership or
joint venture, you are an insured. Your execu-
tive officers and directors are insureds, but
only with respect to their duties as your offi-
cers or directors. Your stockholders are also
insureds, but only with respect to their liability
as stockholders.
2. Each of the following is also an insured:
a. Any person (other than your employee) or any
organization while acting u your realestate
manager.
b. Any person or organization having proper
temporary custody of your property if you die,
but only:
(1) With respect to liability arising out of the
maintenance or use of that properly; and
(2) Until your legal representative has been
appointed.
c. Your legal representative if you die, but only
with respect to duties as such. That represen-
tative will have all your rights and duties under
this Coverage Part.
No person or organization is an insured with respect
to the conduct of any current or past partnership or
joint venture that is not shown n a Nerved Insured
in the Declarations.
SECTION III - UMITS OF INSURANCE
1. The Limits of Insurance shown in the Declara-
tions and the rules below fix the most we will pay
regardless of the number of:
a. Insureds;
b. Claims made or "suits" brought or
c. Persons or organizations making claims or
bringing 'suits."
2. The Aggregate Limit is the most we will pay for
the sum of damages because of all 'bodily injury'
and 'property damage.'
3. Subject to 2. above, the Each Occurrence Limit
is the most we will pay for the sum of damages
because of 'bodily injury' and 'property damage"
arising out of any one 'occurrence.'
If you designate more than one project in the Dec-
larations, the Aggregate Umit shall apply separately
to each project.
COMMERCIAL GENERAL LIABILITY
The limits of this Coverage Part apply separately to
each consecutive annual period and to any remain-
ing period of less than 12 months, starting with the
beginning of the policy period shown in the Decla-
rations, unless the policy period is extended after is-
suance for an additional period of less than 12
months. In that can, the additional period will be
deemed part of the last preceding period for pur-
poses of determining the Limits of Insurance.
SECTION IV - CONDITIONS
1. Bankruptcy.
Bankruptcy or insolvency of the insured will not
relieve us of ow obligation under this Coverage
Part.
2. Cancellation.
a. The first Named Insured shown in the Decla-
rations may cancel this policy by mailing or
delivering to us advance written notice of
cancellation.
b. We may cancel this policy by mailing or de-
livering to the first Named Insured and the
'contractors written notice of cancellation at
least
(1) 10 days before the effective date of can-
cellation It we cancel for non-payment of
premium; or
(2) 30 days before the effective date of can-
cellation if we cancel for any other reason.
c. We will mail or deliver our notices to the first
Named Insured's and the "contractor's' last
mailing address known to us.
d. Notice of cancellation will state the effective
date of cancellation. The policy period will
end on that date.
s. If this policy is cancelled, we will send the
"contractor any premium refund due. If we
cancel, the refund will be pro rata. If the first
Named Insured cancels, the refund may be
less than pro rata. The cancellation will be ef-
fective even if we have not made or offered a
refund.
f. If notice is mailed, proof of mailing will be
sufficient proof of notice.
Page 4 of 7 Copyright; Insurance Services Qffice, Inc., 1984, 1988
C0000911
1
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 aro 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.
COMMERCIAL GENERAL LIABILITY
d. No insureds will, except at their own cost
voluntarily make a payment auume 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.
6. 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;
Of
b. To sus 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 C
•
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 will -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.
0 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 retum 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."
Page6of7
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.Trsnsfer 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
Copyright, Insurance Services Qffice, Inc., 1984, 1988 CG 00 09 11 88 ❑
•
t
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.
5. "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
a. An elevator maintenance agreement.
6. '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
same general harmful conditions.
8. 'Property damage' means:
a. Physical injury to tangible property, including
all resulting lose of use of that property. All
such lose of use shall be deemed to occur at
the time of the physical injury that caused it;
Of
b. Lose 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.'Work" Includes materials, parts or equipment
furnished in connection with the operations.
CG 00 09 11 88 Copyright, Insurance Services Offics, Inc., 1984, 1988
Page 7 of 7 ❑
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
INI1/4
INSURANCE COMPANY OF NORTH AMERICA, PHILADELPHIA, PENNSYLVANIA
GENERAL LIABILITY POLICY
DECLARATIONS
r City of Fayetteville GLP GO 61 17 51 A
Named 113 W. Mountain Street
Insured
Fayetteville, Arkansas 72701 and The Named Insured is:
Address Milholland Company 0 Individual 0 Partnership ❑ Corporation
205 West Center Street ❑ Joint Venture ® (Other)
L Fayetteville, Arkansas 72701
12:01 A.M., standard time at the address
Policy Period: From October 31, 1991 to See Endorsement of the Named Insured as stated herein.
Occupation: No. 2
Audit Period: Annual, unless otherwise
stated
The insurance afforded is only witn respect to such of the following Parts and Coverages therein as are indicated by 0. The limit of the Company's liability against each
such Coverage shall be as stated herein, subject to all of 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
0 Owners', Landlords' and Tenants' Liability Insurance
(Each
❑ Structural Alternations, New Construction, Demolition
Annual
❑ Manufacturers' and Contractors' liability Insurance
Period)
0 Independent Contractors
o Completed Operations and Products Liability Insurance
❑ Contractual Liabilityinsurance
kJ Owners' Protective
❑ Liability Insurance
$500,000.00
$500,000.00
$500,000.00
0
Personal liability
Personal Medical Payments
❑ Comprehensive Personal Insurance
each occurrence
each p rson
each accident
❑ Farmer's Comprehensive Personal Insurance
$
$
S
Physical Damage to P operty
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 (0CP), 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 B.
$ AS AGREED
If the Policy
Period is more than one year and the premium is to be paid in installments, premium is payable on:
Effective Date
;
1st Anniversary
$
2nd Anniversary
$
Countersigned
By .(1 . 41
z zed
i
Age
Autnorind sae(
This Declarations and Coverage Putts), with Policy Standard Provisions and Endorsements, if any, issued to form a part thereof, completes the above numbered policy.
1
LD -2E02 Ptd. in U.S.A.
1
1
INA OWNERS' AND CONTRACTORS' PROTECTIVE LIABILITY INSURANCE
COVERAGE PART
ADDITIONAL DECLARATIONS
Policy No
GLP GO 61 17 51 A
1
1
'Location
Ii]
'
1
IIOperations
II
II
'
I
APAC—Arkansas, Inc. McClinton—Anchor Division
Designation of Contractor
Mailing Address P. 0. Box 1367 Fayetteville, AR 72702
of Covered Operations 1991 Overlay Program for City of Fayetteville City Streets
Project No. E-312
Check here i1 the following provision is applicable:
The person or organization designated above as the Contractor has undertaken to pay the premium for this policy and shag 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
No Description of Operations
Premium Baso
Rates
Advance Premiums
B.I. P.D.
Bodily Injury
Property Damage
3 15292 Construction Operations
Owner (not Railroads) Excluding
on Board Ships
Cost
$230,263.95
Per $100
of Cost
Minimum Premium(s)
TOTALS
$
$
TOTAL ADVANCE PREMIUM
Ito $ 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 sublet 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.
•
I. COVERAGE A—EODILY INJURY LABILITY
COVERAGE B--PRCPERTY DAMAGE LIABILITY
The L3npanv Ai. pay ch behalf el rr hs, -re all s.ns Mh n1 the Inured ;hal
tecome legri y u:• sited to pay as damages because 01
A toddy Ir,Jry c
B prcpe•ly damage
to whch til; ;: icy ep; les. ca„ se] ty an •c-Lrrce anc arising al o• : ace -a.
liens perform] to. the Nemec rc„red :if 'he c: nthzidu desrpnIrd le :ye
Ceclrra''3ns e1 tie .heathen desigratcc Isere n r 2' ails c• DTI:slurs cf the
harred Insured 11 ct re. -lien w h his genual Leary can cr s.i h apr•dun, End
the Corral)/ sha I lave the right aic c,.'v t: ceterd <ry sJit against the hsJ: ed
seek ng aanages pi a:cant al such todi.y n1-ry c• orco'lly carag • i vi n 1 ary
cf the il'e3cl ons ' :he slit a'c g'c.ircless •arse J• -ra.dLlcn1 rd T•:y 'nate
such irvcs.lgaLcn and s ctt creel c' a"y chin cr u^ cs f deems eipedier1, tut
the Cpm pry the n ' te i t'igatec to ray ary Cain :r Ldgnen: c• c telex ary
sJ t atter the 341 cab a ',r t cf the Ccrrp3ry's rati ry has beer eri2usled by pay.
rent et ,u]gne-. s .1 settlement.,
Exclusions
This c] icy aces tot apply
la) :c 1 ability assured by :he Irsurel u-d•r aiy :ct'ac' or agri em -rt except an
ire dertal ciirtri: t but tp s exclds cn duet rpt apo y:c a wa rant) hal wcrk
berlo-ned 3y thr des gnaled ccrtracti rill bi dory n a wcrknan hire m:nr r;
Ib: to xd'i nr-ry 3 p'ope's) cartage :ca rrirg af:i r
,,11 a wcrk cr : '•e pra,ect :other than -e••na na rtdrr,ce ill 11 pets :r to
per'ci mec tr c• err teha 1 of the hared rSure] at :he site r 1h2 covered
cpera:i rs hA teen complete] c•
2' that xrtcn ;f the cesigre:ed c:chac!x'<. .c, xLl if *hi h the 11IIJfy
r damage arses has Neer pL' ti: Is n'e' le -se a; ary re's'ur c• c'gan
gat an p:he- then arother cont acro' cr sub:• rra:lc• ergaged in buf3rn-
rg cpe•a Lore tor a principa as a p11 al the sa-e p-Lgect
la: to hcd 'y ii J -'s r property rarnvge 31r, 1g cd: .11 ail ail cr am ss Cn al 'te
Name( Ihs}td any ;f its emir:: rets other !h:n gem ra ;upi ry si:r c' we rk
pellc• met 'c: 1 • Nm e] Ins.;:i d I y hi iit.igralel cdrtrdor.
Id: to ary 3Ii1;a'i:I ':r whall the r-Lrd: 11 any crier n hs'rarer may te
Held I able .ndi• ary norkmer's C;`•r•e3•13r. Lhrrrp'c)r1L" cJrlpPlrirlicn
o" disatllry t. ii is an, J .,'IL'P• alv n 1 11 las,
:el 13 todi y n -I, ' ,.raj 1 ",lillyrl .l the Ins sed are, rg cd1 cf and in the curse
of il- em; : 1 by the Iis.'Ed of In an, obi gal.pr o' Ih• Ind 1 d'c Irdern
ndy arp:he• pLL use canagEs al sea i•,' cf -Loh ir.lily t.1'his exclLsan
dots rot Apply I i ability assumes rev :'e rruret -nee- an irc derla ccn:ract
'11 :c rice's., barrage t:
(1) property :Mme OF ono e] by Or -c-tee :c le 1154 d
(2) prnperty ate: by the Insjred
f3) property n '-E care. custody o- :c -.Cl n1 the rscred cr as la which tI e
Insured 0; any pJrcohe e.e:cl-ing r ha :al r-,ticl, c -
(G1 Mars DUI.) :ft i d Ic'the Insred b, the re_ gr3:ed cort•acto•:
13 rid ly n;. s • p•npr'y den ane d.1e lc Aa- wnelher c• incl dec:a•ee, civil
war, nsu -ecl on rebe I civ or lyre stitn n• 1:1 ivy a;l u' cncd on incident to
any of Ihh Is gu ng. n1'1 re,peel '.c abi d; asmmec by le rsLred under
an irc della contract. o- experscs for fi :: SIC Lndi r 'he Sip emerlary
Payments pry s n cf :he r•u I:y
13 tour y njLn '• property carnage arising cr r' .: 1he 3wne1Shlp, nairte.
narce. operatic^ use !nadng a Jnl ras ng rf any nopde egLI neat whi e
being and n .n, p. ea'•irgec cr a•gah red •a: hg. speec 3r cerci tics carlest
a• ,r al y stnlire act v ly c' •r p'acti:e :1 papa ahc-i la• an, such antes: n•
activ.ly r 2: hht Cd('at on or use of ary sr C& iLo Ie Cr Ira ler designed lo'
use therewith;
Ii; to bed Iv rjtry cr orcperly ezi-age a sing ell hl the d scharge. clspersal.
re ease c• cscaDe u1 snake vapirs <n..l. lures 3CICS. alkalis to c chemicals.
I q.ilds a. gase., waste male- a s cr ache' rrisa-:s carte -malts pl p Malts
intro a• Jaen Ian]. the atmosphere or ary rem course a- bi,dy el wale- but
th s ext -ser does rat apply ' s.¢r cis:Fa-se d spe'°a release e' escape s
sudden and ace dertal.
th Icss cf .se cl :a'g.ble p-cperly wh ch ras n_- teen physical v njared o'
destroyed resulting from
I: a d• Ey nal lack el performance by or cr behalf cf the hared .rscred cf
an, sutra:1 or agreenen:• cr
2: the fat ure 0' the ha -nee 1ncu•ec's p rcruals r wrrk ac rtorred ty or on
tr.' a 1 3' the hared Insured 'c ms et 'he level c1 Deland -ice, quality,
-:rets cr duran Ity warrarled c• •er.eserled h, 'he Vaned rxred:
LI t+ s exc. usror Ices Hct app y lu los- c` use cf ;tier tangible crape•')
le:Lorng ',c- the sudden and as derla chis:cal ,-jury tc c• destruct 31 n1
:he Nine; rsu• ec's orcds cls :r waf k pe•fmn el ty n' cm tens 1 :t the Na-nec
In -u' -c after -ush produrs c• caulk have bee'• pal tc use. by aiv pence cr
organ :a1.c", ether Than an !nix' e.
II. PERSONS INSURED
Fa)- .d the `c tuw,rg is 3r rscred ,rder 115 pal c, to the extent set 13-11
bel:M:
ai r' the Vaned Insu•ec s des grater n the dee a-alicns 25 ar ndividua, tie
ce sons cecipnafedand his sbcuse
b: if 'he Named In-wd s Ce•¢nate] in the dec a-alicns :s a pa•trie+hip or jcirl
venture the ea lre-sr p or ;nil vca:L re co retlgna'ed and any pah:re• or
norm r heed Lit only nr'h :espe:l :c his in I ty as such:
C, 1' 1h.e ha:reo -s..red s drsigratrd it the ncc vat cu as other than err indi.
v dial, lam ash p pr 1; at •enure. :he crgarirclicl sib de; gnalec and any
realise cheer. d rector a slay kinder. :he tri' wh le actrrg wr.hin the slope
el his d-t;e; as sirs and
d4 an'r perC^ aper t tan all tri nyte rf "e Narec rsLredi c crpan rat cn while
acing as real estate manages 4er :he Named :eared
III. LIMITS OF LIABILITY
Reg3'c IESS •f :he number p' Iii u•ecs vire- :his pi my. Q; pe•so,is cr nrgar1
ratic's who sura a bs y n;..ry Cr p-3ce-:b damage cr 31 claims made 01 spits
blip' civ rccnJrl a' todi y n,ury c1 or cprrly Lampe. the C:nrany s Iiab I ty rs
I n i:ed as Loiters:
Comm A- -hc total it 1 ly i 1 the Orden,. 1o• al. canagrs, inc:Ld ng dams
ages IN can and Irss nl se•, ces. becauce xd ly spy sL slaired by cm or
n are rsrn• 3s the "CSL t :' ary pf r CC rfe'ce sha I nal cuei d the Wad of
bur v mtry, ,lap ty sta:td in the dec a-alrcns es appl cab e tc 'each cccrren:e."
Coverage 6 The to•a1 .at I ly :• :he Company for all canagrs bcc use 34 al
proper:) din age sl s:aired by are c; ice pe -ins ;r Crgcnifhcns as til reu•l
cf any ;re C:c-urrerce shalt Hct rrrrcd INE 1 T1: 3-apel:y carnage hitrlily s:atee
i' the dee:ai atres as sop rcatle to "each ecru -ince.'
Sutler •c the ab: ve pray s reseecfirg i a. h aLr.Lrreice. • the t:•al liability
of 'he Ccrrpeny for a I eanages beta Pie n' a: crope•t) damage In %Lech this
coverage applies sha I mel e•ceed the TI: cf p•nper^v Irrrage Ilat li:v slated in
Ih• leu a-cbcns 2s "agg-ega•e " If n arc than one rr3,ecl s dos gnatee in the
schecu a such aggregate I rt 1 sha I epb y separat:ly wih respect to each pr31ec1
Coveraies A and B Fcr the prose el dele•m n:rg the :Irn 1 o' :he Compar-vis
hab.lity. a I todi v rnlaq and per peley eanage a•rsrrg c.: o' cunt nicns or -epeated
eip3surc la aubstwit a Iv the same genera end tic's shag be :onside -Ed as err1s-
iig
Ps. a1 c'e ecus -cn:e.
IV ADOrT10NAL DEFINITION
Penn used n'efe'ence lu Ibis ns3rarce n:Iucng rndi,rserrerls 1Drr1I1g a part
ct the co Icy::
"wortn:luces naterial-, ;arts aid equ.pment f.rnshec n cnreclion there
with.
V. POLICY TERR110RY
This pcli:y app ies c' y 10 :cd I, irtory cr p:cperty damage whl:h occurs withir
the pa icy territcry.
1
1
1
1
1
1
1
1
Mmms i msey
City of Fayetteville & Milholland Company
Parr eJnibW ►airy Neeefbw
GLP GO 61 17 51 A
Parr Ptefed
See Endorsement No. 2
limed ay INeme of Insurance Compu yj
Insurance Company of North America
insert the policy number. The nnneinds, of the information is to be completed only when this endoreementis issued subsequent to the frepention of the policy.
(Maim mmn Numbm
1
EMeethe Oem of ESonsmsnt
October 31. 1991
ANENQU(lT TO CANCELLATION CONDITION
In Section IV - Conditions No. 2.b.(1) & (2) is amended to read
as follows:
"This policy may bs cancelled by the Company by mailing to
the Named Insure and the Contractor at the respective
• addresses shown in this policy, written notice stating
when not less than MIXIX days thereafter such cancellation
shall be effective."
Jen
10/31/91
AuthNlaN
CC•1E1$ std. in USA.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
INA
odic n Deer
Named Indeed
City of
Fayetteville and Milholland
Company
Endorsement Ni...*...l
2
Police Weibel
GLP
Polley fddnlbm
GO 61 17 51 A
Polley Period
See Below
Effect's*
Doe of Endotwtrnt
October 31, 1991
Issued By (Naar of Insurance Company)
Insurance Company of North
America
Me Th
Inert y um••ramalnier iN Me mformnion is to heeemnl.M only venin Misandorwlrnti1 noel subsequent to thtprapration of the policy.
jec
pOLICY PERIOD
It is hereby understood and agreed that the Policy Period
is extended to expire on the latest of the following
dates:
10/31/91
(1) at project completion
(2) at date required on job contract
(3) at date of acceptance of job contract by the
Named Insured
Auij
thorised A
CC -1115 Ptd. in U.S.A.
1
1
1
1
1
1
1
INA
ete"tea Hatred
City of Fayetteville and Milholland Company
►alley Swolsol
GLP
Policy Nlrttee
G0 61 17 51 A
wmesrset Nunes
3
AMMONOW
See Endorsement No. 2
Iwea Sy Mame a Insureme Campstyl
Insurance Company of North America
lehpdee tic" of Lraserewet
October 31, 1991
Insert die policy numbs. The reminds 0 the int omission is to be Completed only when Mit endorsement it issued subsequent to the pntpsetlon 0 the oolicy.
ADDITIONAL EXCLUSIONS
(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
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."
jec
10/31/91
I
ADVERTISEMENT FOR BIDS
I
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, October 14, 1991, for the
' furnishing of all tools, materials, and labor and the performance
of all necessary work in Fayetteville, Arkansas, consisting of:
BID No. 91-57
1991 STREET OVERLAY PROGRAM
PROJECT No. E-312
I
I
I
H
H
I
I
I
[1
I
I
All necessary work, materials, and every item of construction
shall be in accordance with the plans, profiles, and
specifications as approved by Public Works Department, City of
Fayetteville, and Health Department. Said plans and
specifications are on 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 $125.00 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
to familiarize themselves with all conditions to be encountered.
All bidders shall be licensed under the terms of Act 150 of the
1965 Acts of the Arkansas Legislature.
Each 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 -312I 1
ADVERTISEMENT FOR BIDS
Bids will be opened and read aloud at the City Hall, Room No.
111, and shall be considered by the Owner, as may be necessary.
The right to reject any and all bids, to waive any informalities,
and to negotiate with any qualified bidder after bid opening,
shall be reserved to the discretion of the Owner.
No bidder may withdraw his bid within thirty (30) days after the
actual date of the bid opening.
I
H
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
appropriately filled in. Bids will be received by the Owner
at the Purchasing Office of the City of Fayetteville, until
2:00 p.m. October 14, 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 OVERLAY
FAYETTEVILLE, ARKANSAS
PROJECT NO. 91-57
' 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
I
I
I
I
I
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.
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.
IE-312
1
I
INFORMATION FOR BIDDERS
The Engineer's estimate of quantities is approximate only,
and shall be the basis for receiving unit price bids for
each item but shall not be construed by the bidders as
actual 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.
I
I
I
I
I
I
I
I
I
I
I
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,
erasures, alterations or irregularities of any kind, or
which do not comply with the Information for Bidders may be
rejected 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
sufficient 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
the cost of the work to be
unbalanced and deemed not
Owner may be rejected at t
and/or the Owner.
E-312
shall bear a fair relationship to
done. Bids which appear
to be in the best interest of the
he discretion of the Engineer
2
I
H
INFORMATION FOR BIDDERS
1
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
' construction work;
c. Must have previously performed local projects of similar
nature and type as the proposed project in a
professional 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-
t tor's name and license number shall appear on the outside of
the sealed envelope. Subcontractors must be licensed
according 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
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.
tE 312 3
I
I
7
INFORMATION FOR BIDDERS
' 6. Method of Bidding: The Owner invites the following bid(s):
1991 OVERLAY PROGRAM
FAYETTEVILLE, ARKANSAS
PROJECT NO. 91-57
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
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,
contract, and bonds.
' Before any contract is awarded, the bidder may be required
to 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.
1
' E-312 4
I
INFORMATION FOR BIDDERS
I
I
I
I
I
I
I
I
I
I]
H
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 60 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
contractor, in carrying out his work, must employ such
methods or means as will not cause any interruption of or
Interference with the work of any other contractor.
12. Addenda and Interpretations: No interpretation of the
meaning of the plans, specifications or other pre -bid
documents will be made to any bidder orally.
I E-312
5
I
L
INFORMATION FOR BIDDERS
I
I
I
I
I
I
I
I
I
I
I
I
Every request for such interpretation should be in writing,
addressed to MILHOLLAND COMPANY, Engineering 6 Surveying,
205 Hest 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
addresses 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
interpretation shall not relieve such bidder from any
obligation under his bid as submitted. All addenda so
Issued shall become part of the contract documents.
13. security for Faithful Performance: Simultaneously with his
delivery of the executed contract, the contractor shall
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.
IE-312 6
I
16.
1
1
1
INFORMATION FOR BIDDERS
Laws and Regulations: The bidder's attention is directed to
the fact that all applicable Federal and State laws,
municipal ordinances, and the rules and regulations of all
authorities having jurisdiction over construction of the
project shall apply to the contract throughout, and they
will be deemed to be included in the contract the same as
though herein written out in full. Applicable laws and
regulations the contractor and subcontractor shall comply
with and be familiar with are as follows (but not limited
to):
a.
Wage and Labor laws.
b.
State unemployment
compensation.
c.
Act 74 - Amend Act
275 of 1969 (Arkansas Statute
14-630).
d.
Withholding State
and Federal Taxes.
e.
Anti -kickback Act
of June 13, 1934, 40 U.S.C.
276 (c).
f.
Equal opportunity
provisions.
g.
Act 125 - Arkansas
Acts 1965.
The
contractor shall comply
with all such laws
and
regulations 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
established 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.
E-312
The'contractoi 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.
HHI
I
�II
I
I
I
L
11
I
I
P1
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
nonresidents 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-312 • 8
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
Department of Labor.
b. Post the scale of wages in a prominent and easily
accessible 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
liable for any excess costs occasioned thereby.
H
' INFORMATION FOR BIDDERS
1
Where Federal funds are used to pay a portion of the cost of
' a project, the prospective bidder will be requited to comply
with the provisions of Title VI of the Civil Rights Act of
1964 and Executive Orders 11246 and 11375, and, where
applicable, shall include such provisions in subcontracts or
purchase 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
relative 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
payment for certain taxes on materials and equipment brought
into the state. It further provides for methods of
collecting said taxes. All provisions of the act will be
complied with under this contract.
Ill. Insurance: During the life of this contract, the successful
bidder shall carry insurance as hereinafter set out. Also,
he shall requite all of his subcontractors to carry
' insurance as outlined below, in case they are not protected
by the policies carried by the prime contractor.
Insurance companies underwriting the required insurance
shall be licensed in the State of Arkansas.
Insurance is to be approved by the Owner. If any insurance
contracted for becomes unsatisfactory or unacceptable to the
Owner after the acceptance and approval thereof, the
contractor shall promptly, upon being notified to that
effect, execute and furnish acceptable insurance in the
amounts herein specified. Upon presentation of acceptable
insurance, the unsatisfactory insurance may be canceled at
the discretion of the contractor.
The contractor shall have his resident insurance agent
submit to the Owner, through the Engineer, a schedule of
insurance 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
insurance for the following:
C
' E-312 9
I
INFORMATION FOR BIDDERS
a. Workmen's Compensation: Workmen's Compensation, as
required by the laws of the state in which the work is
being done, shall be furnished. In case any hazardous
occupations are required for the execution of the work
which are not covered by the above insurance, special
employer's liability policies shall be obtained to cover
workmen engaged in such hazardous occupations.
' b. Contractor's Public Liability Insurance and Property
Damage Insurance: This insurance shall provide bodily
injury of $100,000.00 for each person and $500,000.00
for each accident, and property damage of $500,000.00
for each accident. This insurance shall be endorsed to
cover explosion, collapse and underground hazards, and
' blasting.
c. Motor Vehicle 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.
Id. 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
description brought or recovered against them by reason
' of the work, in the guarding of it, and pgtnactiaa.
staking. The contractor shall obtain in the name of the
Why€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 provisions as will protect
the Owner and Engineer from contingent liability under
this contract.
e. Builder's Risk Insurance: ( I Optional ( I Required
The contractor shall procure and maintain, during the
' life of the contract, builder's risk insurance (fire,
lightning, extended coverage, vandalism, and malicious
mischief) on the insurable portion of the project on a
I. 100% completed value basis against damage to the
equipment, structure, or material. The contractor, his
subcontractors, and the Owner shall (as their Interests
may appear) be named as the insured.
' E-312 10
J
INFORMATION FOR BIDDERS
1
If. All -Risk Floater Insurance: Until the project is
completed 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
interests 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
t specifically permit partial 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
contractor 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
t 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
furnished or performed in the construction and installation
' of such alterations and additions as prescribed in this
contract.
' In Arkansas, prevailing law requires that performance and
payment bonds on public works contracts shall be executed by
a resident local agent who is licensdd by the Insurance
' Commissioner 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-312 11
I
I
I
L
I
L
I
L
L
L
H
I
I
LI
I
I
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
submitted 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
obligation 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
applicable laws, building and construction codes, and
the "Manual 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).
E-312
b. Exercise every precaution at all times for the
prevention of accidents and the protection of persons
(including 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.
12
' - Al A. Document No./A-3`10 (February 1970 Ed)
Sedgwick James
' ` Sedgwick James of Arkansas, Inc.
900 S Shaodeford Road Suite 600. PO Box 511. L the Rock, Arkansas 722030511
Telephone (501) 223-31'1 Telex 536249. Facsimile (501) 223-8461
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, APAC—ARKANSAS, INC., McCLINTON-ANCHOR DIVISION
as Principal, hereinafter called the Principal. and INSURANCE COMPANY OF NORTH AMERICA
1
a corporation duly organized under the laws of the State of PENNSYLVANIA
' as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Fayetteville
113 West Mountain Street
' Fayetteville, Arkansas 72703
as Obligee, hereinafter called the Obligee, in the sum of
FIVE PERcENT OF THE AMOUNF OF BID Dollars (S 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
BID No. 91-57
1991 Street Overlay Program
'Project No. E-312
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
I
[1
I
Signed and sealed this
14th day of
(Witness)
(Witness) (j
APAC-ARKANSAS, INC.,
McCLINTON-ANCHOR DIVISION
A.D. 1991
(Principal) (Seal)
By �dJ,d, &?E Vice President
(Title)
INSURANCE COMPANY OF NORTH AMERICA
(Surety) (Seal)
Judy F anks Butler Attorney in fact
SJ-1316-e
oweA V.. I- ••-'-
- i(>11Cof
lf.ern•,- Z e o . '.
MtEl0 Company NOAh AfMfk
ATTORNEY a aGNA corrcty 319204
Know all men by thesepresents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth
of Pennsylvania, having its 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:
" n■a&VW, Thad aaa.M t. ArMMe 3. is W ■.1 a S. awn Vi. Waoewy PS. .Ml 9ay.rm the en.ratios her thee eaa9Y, a bonds. umdecMwyw r.copn¢ancn. coMracIe W orhw
wYwee N as nWr. ease:
tJ) 5th. Cads, lAy and aM toad..
. ,.aaee.M wed ahw wfta M S. n.ew aw.al. Si a .w. to be uuw.a. Si nwm all by w Caaxu. Sea, wn a ary�YS.t..t detainees Ssa. n. W he
aW aIse Comesp aisle wailsWUM III. IraW.I11. M'$ Sor VW Pr.YMa,Mw0.h.YWn1 w say McWnI Vke ahMd.s alt EKolnt W .e 1z. SAY ad- OMYt Wol.dw
.ppa..14 .1 al. Opneary. W Asoa.y-Japad *010 .Walei a.aat loll.. encase a1 SR sell .Mw9. Y blt.■ a the Cneiy W to to S. ..4 of Ni. Cowpay Nina.
' OD Any elta.tlalea Wamw al a«ae■e. v.a u... R.I.. SS M Y awdMa iipam di. Col .oy o any COS Y weayi Wpad by tM prip.a W att..la to by di. CaaN S.aw.ry.
(a T1111 ,e*eP1 0101- ssala Via P. . otawa rr.waM,aYA..MWx VW PraaiMlWeM naaMCoaeay w.ybsM6edWMcC Se Y.ny Pa'aaa■aaaM
n W n.w9 M fW aa.eluaae and alt .Inner a . MView Olba W sue he c a th. CewpYy.ry aloes b l...yal. ro.ay ew mc.,. aYr .am pow, W an each sa.ma a
e.ttaeala s.ade wee IY.Iw . flMes W Mel Wilt S W.90 W aadb,s a the Company.
• W 1Wio*It0l■tw.athe C.wpYy. and ANa.Y). Srea S.aCL..MMrity to crfy ay.rlly copl.. a' this a.aWlal. Nl.syd..*. at the Company. W asy .ttiasvit a macerd a the CaipsM
eaaarS. to . dlecreaa the
ir e.a..
tai The pane. a IM. AgMaxee dose as rWab Yy .era.. awhafry te"ad by AYaaiw a the Bead a Ow.otas adopts Y Jun. 9. lass. May M. 1075 Wed March 23. 1977...
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
Y
I
I
I
I
I
its true and lawful agent and attorney -in -tact, 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 ($25,000,000.)
on behalf of APAC-Arkansas, Inc. and APAC-Mississippi, Inc., and APAC-Tennessee.
Said Bonds and Undertakings to be signed for the Company and the Seal of the Company
attached thereto by any one of the said Donald R. Henderson, Judy Franks Butler, and
Mary Gardner, individually.
And the execution of such writings in pursuance of these presents shelf be as binding upon said Company, as fully and amply as it they had
been duly executed end acknowledged by the regularly elected officers of the Company at Its principal office.
IN WITNESS WHEREOF, the said R. E. Giveens, Vice -President, has hereunto subscribed his name and affixed the
corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this 19th day of
August tg 90
INSURANCE COMPANY OF NORTH AMERICA
r t
i LVk-r�.�.-.ri
COMMONWEALTH OF PENNSYLVANIA by
COUNTY OF PHILADELPHIA ss' R. E. GNEANS. Vice President
On this 19th day of August , A.D. tg90 , before the subscriber, a Notary Public of
the Commonwealth of Pennsylvania in and for the County of Philadelphia duly commissioned and qualified, came R. E. Giveana. Vice -
President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer described in. and
who executed the preceding fnfMimem, and he acknowledged the execution of the same, and, being by me duly sworn, deposeth and
smith, that he is the officer of the Company aforesaid, and that the teal affixed to the preceding instrument is the corporate seal of said
Company, and the said corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority
and dlrectiq%g sW W corporation. and that Resolution, adopted by the Board of Directors of said Company, referred to In the preceding
on. �? NOTARIAL SEAL
JUL{A ANNA ROHANA. Notar! Puo;ic
Philadelphia, Philadelphia County
M.9y Commission Expires Augurs 20
seal at the City of Philadelphia the day and year '
.Mnlary Poblir -
I, the lipfersigd¢1C Sdt'pafiiry q$NSURANCE COMPANY OF NORTH AMERICA, do hereby oertty that the original POWER OF ATTORNEY, of
S1
which the foreforeQoO4,I4fp5eSflorrect copy, is in full force and effect.
In witness hereunto subscribed my name as Secretary, and affixed the corps ate seal of the Corporation, this
14th day of OCtc 3er 1991
• Janes S. WyiRe 1'993 e Sadretsry
Tun,-
T1i13 POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITHWITHAN WC&PTION DAtF AFTER __. .4 111_1,,
ad
I
1
I
I
I
I
I
I
C
I
I
I
I
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 , 199 __
The condition of the above obligation is such that whereas
the Principal has submitted to the CITY OF FAYETTEVILLE a certain
Bid, attached hereto and hereby made a part hereof to enter into
a contract in writing, for CONSTRUCTION OF:
1991 OVERLAY PROGRAM
CITY OF FAYETTEVILLE. ARKANSAS
PROJECT No. 91-57
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
hereto (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. ,
E-312 1
L. J
I
IBID BOND
' IN WITNESS WHEREOF, the Principal and the Surety have hereunto
set their hands and seals, and such of them as axe 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.
1
' (L.S.)
(Principal)
(Surety)
SEAL BY:
•
1
1
' E-312 I. 2
1
E
' BID FOR UNIT PRICE CONTRACTS
Place: Room 111. City Administration
Date: October 14. 1991 @ 2:00 p.m.
• APAC-Arkansas,ln8foject No.: E-312, Bid No. 91-57
Proposal of McClinton -Anchor Div. (hereinafter
called Bidder)* a corporation, organized and existing under the
laws of the State of 1DELA(.WAIZE ,* a partnership, *or an
individual doing business as .
Ito the CITY OF FAYETTEVILLE. ARKANSAS, hereinafter called OWNER.
Gentlemen:
The Bidder, in compliance with your invitation for bids for the
' construction of 19.91 OVERLAY PROGRAM. PROJECT No. E-312, 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 60 calendar
days thereafter as stipulated in the specifications. Bidder
further agrees to pay as liquidated damages, the sum of 8250.00
' for each consecutive calendar day thereafter.
Bidder acknowledges receipt of the following addendum:
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.
1
1
E-312 1
C1
1991 OVERLAY PROGRAM
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, consisting of grading,
reconstruction of street sections, utility adjustments,
drainage, street surface construction, shaping, clean-
up, repair of damaged yard surfaces, and testing of all
subgrades, SB-2 Base and surfaces.
SUPPLEMENTAL SPECIFICATIONS: STREET RE -CONSTRUCTION:
In accordance with plans and specifications for said
project: Contractor's Reconstruction of EXISTING Street
Sections shall include the following:
Laboratory Analysis and Testing - Construction Bid
Items shall include all standard Laboratory Analysis,
and material testing. All cylinders, samples, and
testing shall be performed on site, by an independent
material testing laboratory, at intervals NOT -TO -EXCEED
500 L.F. of street centerline and a minimum of two (2)
test per street segment.
Inspection - The Contractor shall request the Engineer
to inspect and approve all street sections prior to
placing SB-2 Base, and prior to placement of street
surface, respectively.
Cut Sheet - Engineer will not provide a "Cut Sheet".
Contractor shall construct street crown grades at a
uniform slope using the existing street profile as a
guide.
Pot Holes - when requested by Engineer, contractor
shall under cut pot holes and rough areas in street
sub -grade and Reconstruct the top 12" of street
subgrade section.
"Hillside Material" - "Hillside Material", as a
separate Bid Item, may be used to reconstruct sub -grade
ONLY when approved by the Project Engineer. 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.
H
L.
I
I
I
I
I
I
I
I
I
I
H
I
I
1991 OVERLAY PROGRAM
STREET IMPROVEMENT BID ITEMS
supplemental specifications, cont.
6. SB-2 Base - When possible, the EXISTING SB-2 Base may
be reconstructed and Compacted, then overlaid with new
SB-2 Base to form a Base Course. All Street Sections
shall have a minimum of six inch (6") Compacted SB-2
Base.
7. Milling - All Milling shall be performed in accordance
with Standard Construction Practices.
8. Petromat - The Petromat Fabric and Tack Coat shall be
constructed in accordance with Phillips 66 Standard
Procedure (.25 gallons per S.Y. Tack Coat with Petro -
mat Fabric).
9.Asphalt Materials - Asphalt Street Materials shall be
in accordance with the STANDARD SPECIFICATIONS for
HIGHWAY CONSTRUCTION as set forth by the ARKANSAS STATE
HIGHWAY COMMISSION.
10. Concrete Surface & structures - concrete Street Surface
and Structures shall have a minimum 28 day Compression
Strength of 4,200 psi. Pours with cylinder test less
than 4,200 psi at 28 days shall be cored and tested.
Should core fail to exceed 4,200 psi, Concrete Section
shall be removed and reconstructed.
11. Construction Priority - Street Segments shall be
constructed in accordance with a prioritized list
submitted to the Contractor at the "PRECONSTRUCTION
CONFERENCE". The intent of the City of Fayetteville
(Owner] is to Award a contract in the amount of funds
available, which may be less than the "TOTAL BID
FIGURE". The Successful Contractor shall perform
Improvements to said Street Segments as prioritized
until said Contract Funds are Expended.
12. Construction Conditions and Delays - Construction
during inclement weather conditions shall not be
permitted. Construction delays due to weather
conditions should be considered by Bidder.
1
' E-312
L
I
I
I
I
E
H
I
Lei
I
H
H
I
I
13. Bid Item Adjustments - The Owner, City of Fayetteville,
reserves the right to increase or decrease the Units of
Bid Items on each Street Segment, independently of
other Segments, by adjustment of Segment Length,
adjustment of Proposed Street Section or deleting an
item.
14. Notification of Residents - 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.
15. Traffic Control - Traffic Control for Safety and Access
to affected residents.
' E-312 3
1991 OVERLAY PROGRAM
STREET IMPROVEMENT BID ITEMS
• SEGMENT NO. 1
HYLAND PARK ROAD
1. SAW CUT, Remove and dispose of �approxi!��aately
96 SAY of asphalt surface @ f -(V -G CIoC(Cu,S
Fl Wt1 ($ 6.16 ) per S.Y. $ 7
2. SAW CUT. Remove and dispose of app oximpgly
22 .Y. of c ncrete surface @ �h B [L[�
r10 �-� ($ 13.0-i) ) per 9.1. $ 286.06
zz3. Remove and Replace with Hillside Top 12" Street
Subgrade compappted @ 95$ to rd Proct r, 900
T.Y. @ FLCk�tC�d/lut4 TlGli17
($ 6./S ) per S.Y. $ 7,335.'
4.
$ / .o
5. Reconstruct Street Section with:
A. 2" Thick Type II or Type III AHTD Asphalt
Surface Course with 6" of new com actc,SB-2
Base, 880 S.Y. @ ,/ttCGvl itO/faa t { G
P vt�a ( $ //.50 ) pew. $ /D,/ZD.00
B. 6" Thick -4000 psi Concrete Drive Surface with
2" SB-2 Drainage Blanket, 22 S.Y.
AWP Sw6,1y -/ 4,, C F.✓ ' ( $ 40.75 ) per s . Y . $
6. Mill Existing Asphalt Surface 1.5" thick x 4.5'
Wide, 85 S.Y. @ .Six Dn1Cmtr .onoIV.ArV-iiueCtvvfl
($ S ) per S.Y. $ 5'1O,7�
7. Construct 4" Crown with T pe III AHTD Asphalt
Level Course, 110 Tons @ as q.,O
�ait.r'1- fi:.t_C€.vr7 ($ ) per ton $ 9i
zzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzz*zzzz�zzzzzzzzzzzzzzzzzzzzzzxzy,,
SUB -TOTAL SEGMENT NO. 1 - - - - - - - -'- - - - $ 3O,7 G,7$ ✓}
zzzzzzzzzzzzzzzz:zzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzz
E-312 1
f I
I
I
F
I
I
I
I
L
I
I
I
1991 OVERLAY PROGRAM
STREET IMPROVEMENT BID ITEMS
SEGMENT NO. 1
HYLAND PARK ROAD
8. Petromat: 0.25 gallons per
Petromat Fabric, 720 S.Y. @
9. Overlay with 1.5" Thick
Surface Course, 80 Tons
10. French Drain
500 L.F. @
11. Adjust Sanitary Sewer
surface grade, 1 ea. @
._y. ¶ck Coat with
W .UtaJ fr,vo
2.00 ) per S.Y. $ 4s¢o�b
II AHTD Asphalt
Z.ab ) per ton $ 33(o�'QD
per L.E. $ 7.56D•tJb
12. WATER SERVICE LINE REPLACEMENT: Bid Items shall
include all materials and labor necessary for all
Repairs of Copper Service lin and connections, 3
each @ _Two tttswoan E Vr3T C 't'� ! EncTt
13. 4" SANITARY SEWER SERVICE REPAIRS: The Contractor
shall make every attempt not to damage existing
house services. No effort has been made to locate
shallow 4" House Services under street sections.
The Contractor shall make every effort to look for
broken service lines, and provide all materials
and labor to properly repair all dam ged services;
4" sewer
�.Lt0lZf
service
repairs, 3
each @ o 0
s
_NTf
VC CENT! ($
ZSDOt L per ea. $ •OD
1 T
14. Re -Construct all damaged yard areas; Graded with
4" topsoil, seeded, fertilized, and straw for
I successful growth, Lump Sum @ _7//Al ffug zz/J
. /ersf H. Cmii (S 30n. Oo _ ) per L.S. $__________
TOTAL SEGMENT NO. 1 - - $ 45i 33G.7S �d
' xt"et*��*x*fe"tt*�txxttx+:t**��*"**txt*�x�*�tt**�t�t",e t+:*txtcxxxtett ft ftfcte
' E-312 2
II
1991 OVERLAY PROGRAM
STREET IMPROVEMENT BID ITEMS
SEGMENT NO. 2
WEST END AVENUE
1.
SAW CUT,
Remove and dispose of
approximately
1 S.Y. of concrete surface @
�c 44 CFncf1 (S
$I. 734 • �o
3. )
s.y. Y
uD per .
2.
Construct 4" Crown with T III
AHTD Asphalt
Le��++el Course, 250 Tons @ i��J
f��tiv� �eLLu,1( ova
Lra?ir
$ /h 3(iZSO
3.
Petromat: 0.25 gallons per s.
. T5 k Coat with
Petromat Fabric, 1750 S.Y. @
/Lds Lr/ 4,ts A&
3.1
�___ovni
($
70 "C ) per S.Y.
$
4.
Overlay with 1.5" Thick Type
I AHTD As halt
Surface Course, 200 Tons @
Ga,cJ (S
/t,T -
$ 8 A�
) ton'
0
.d'D per
i
5.
Pull and Re -shape Drainage Ditch to mat
EXA$TIN Culvert Inverts, 960
lYc f (S
L.E. @ rr,
2
4.03 ) L.F.
$ 3,B4D•Ga
per
*6.
Compacted SB-2 Base Back -fill
un�er streets, 20
Tons @ % /27 .Err 7dZ*tc Aivi)
)zojrAl-y-live
erfAi7i
( S
/3.ZS
) per ton
S 265. 4D
7. Adjust Sanitary Sewer Manhole Rings to finished
surface grade - 3 ea. @ %�i fr uN0lLE�
�/�GL:YLS grade
!'Awo ( S 3"a D•D ) per each $ QOD.
*****************************************************************
SUB -TOTAL SEGMENT NO. 2 - - - - - - - - - - - - - - $ ZB.5O/.50
*****************************************************************
E-312 1
L
H
I
I
I 8.
I
I
H
C
C
I
I
I
I
I
1991 OVERLAY PROGRAM
STREET IMPROVEMENT BID ITEMS
SEGMENT NO. 2
WEST END AVENUE
WATER•SERVICE LINE REPLACEMENT: Bid Items shall
include all materials and labor necessary for all
Repairs of Copper Service line and connections, 3
each a7'k2E ffrwsw'9 �AsAACicz!
$ 9_•aO
per
9. 4" SANITARY SEWER SERVICE REPAIRS: The Contractor
shall make every attempt not to damage existing
house services. No effort has been made to locate
shallow 4" House Services under street sections.
The Contractor shall make every effort to look for
broken service lines, and provide all materials
and labor to properly repair all damaged services;
4". sewer s �vice repairs, 3 each @
Ujjd6Qer'0 �kL(.a 4 /yi CZvTJ ( S 3oo.OD ) per ea. $ '7tw. dD
10. Unplug and straighten crimped ends f all c lverts
(approximately 7 culverts) @ c;� (4Ahoz_'CO ci�1i4�
4 (S 40o.O•D ) per L.S. ( (0000 UD
11. Re -Construct all damaged yard areas; Grade with
4" topsoil, seeded, fertilized nd.strawed for
$ lzaa,aa
xx+r*******,e�*•.��.��t�xte*�e*xx�xtx*****,�.��***x:*�*+�x:*:�*x�x.*�xx� y
TOTAL SEGMENT NO. 2 — — — — — — — — — — — — — — — — $ 3z. Ion• ✓rO ✓f
tttttit+txxit*t*ttrfsftt�tttrt*txxtextefettxfrftttttittt�rt**ttttttt�i�*�rt�**�xrettttttx*�*ft
E-312
2
II
1991 OVERLAY PROGRAM
STREET IMPROVEMENT BID ITEMS
SEGMENT NO. 3
VALLEY DRIVE
1. SAW CUT, Remove and dispose of ppro imately
2,IS S.Y. of asphalt surface @
_____ u ( .:,.i_ ( S •__ 1 per L.S. $
2. SAW CUT, Remove and dispose of a proximat 1
22 $)/.Y'. of concrete surface @ � z8lo
/�0 C-�ti71 ($ -1 QD ) per S.Y. $
3. Reconstruct existing base to 4" Crown at 22 feet
in width compacted @ 95% standard Proctor, 1050
s.. Y . @� • GINa / ew 9,6,6671'
(S 3•V ) per S.Y. S 3!
4. Construct Street and Drive Section with:
A. 2" Thick Type II AHTD Asphalt Surface Course
with " of new �compacted SB-2 Base 1050 S.Y.
($ //. ) per S.Y. $ /Z.O?J•lTD
B.•.6" Thick - 4200 psi Concrete Drive S face with
SB-2 Drainage Blanket, 22 S.Y. @9a
�3./Goat Aun { wiSoE C $ ¢0.7c ) per S.Y* $
5. Pull and Re-�.I�ape rainagDitch to match Culverts,
251 L.F. @
(S I ) per L.F. $ /.���•�
6. Construct Storm Sewer Pipe:
A. 18" CMP, 14 gauge, at lAtersectioon West
ERr�d Street, 20 L.F. @ u'$�
No C 71Z. per L.F. $ 44o,oa
B. 8" RCP at Driveways, 54 L.F. @JJEAFI7/l//Y��
(s z3.1/a ) per L.F. $ /iZk2.db
SUB -TOTAL SEGMENT NO. 3 - - - - - - - - -- - - - $
rerrtteettrrreerrterrttrrerrreerrttrterreertertrrrttrrtrrrtrttert
E-312 1
I
I
I
I
I
I
H
H
HI
I
I
I
I
C
I
I
H
STREET IMPROVEMENT BID ITEMS
SEGMENT NO. 3
VALLEY DRIVE
*7. Compacted SB-2
drives, 60 Ton
**8. 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 sot) materiaAs within street section;
50 Truck Yards @ i• z:a"'E l wZbCS . /Vt, c7s1[7
(8 //•GD' ) per T.Y. S •_S5t, f
9. WATER SERVICE LINE REPLACEMENT: Bid Items shall
include all materials and labor necessary for all
Repairs for Copper Service 41ne and connections,
3 each @ 7 ,Whe2.cy c l,%Qc, Nc C%.✓JT
(8 300. OD ) per ea. $
10. 4" SANITARY SEWER SERVICE REPAIRS: The Contractor
shall make every attempt not to damage existing
house services. No effort has been made to locate
shallow 4" House Services under street sections.
The Contractor shall make every effort to look for
broken service lines, and provide all materials
and labor to properly repair all damaged services;
4" sewer 5r/v,ice' re�ppairs 3 each @ f2FF
/�ctyvl1�76,1) l /Yt CfiYl ( S GYl. d0 ) per ea. $ (%v•
11. Reconstruct all damaged yard areas; Grade with
4" topsoil, seeded, ferilized apd stra,rs for
A IS=
*xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx
TOTAL SEGMENT NO. 3 - - - - - - - - - - - - - - - S Z 3, 7ZO• 0-6
xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx
I
E-312
9
1991 OVERLAY PROGRAM
STREET IMPROVEMENT BID ITEMS
SEGMENT NO. 4
LISA LANE
1. SAW CUT. Remove and dispose of appr
140 S,Y. of_asphalt furface @___&
2. SAW CUT. Remove and dispose of
75 S.Y. of concrete surface @_
oxima�tely
✓.r UDZLr9.�.S
__ per S.Y. $ %Z/. UO
oximately
3. Reconstruct Existing Street Subgrade
at ,95% Standard Proptor, 40 S.Y. @_
4. Remove & Replace existing Concrete Curb
Gutter, 70_L.F. @ Fif/ g#., 1 44jgtr
5. Mill Existing Asphalt Surface 1.5" ttb
Wide, 1509,8.1. @_______________
6. Crown 4" with
500 Tons @_
7. Petromat: 0.25 gallons per s.y. Tack
Petromat Fabric, 4300 S.Y. @ _ IWo
8. overlay
with 1.5"
Thick
Type II AHTD
Surface
Co)lrse,
400 Tons
@ "a- rX
9. French Drain
C mplete
Fil
er Rock
�B/�/
775 L.F. @
S
per S.Y. $ rr�•_v
patted
f 1,
p / .5TQ
per t L.F. $ 4
x 4.5'
per'S.Y. $
1 Course,
$ zz,7Z$iO
at with
peem Y.Y. $
halt
per ton $ _
pric,
perL.F. $ //,GZ$.Gy
•���*��+��tet�etttert*+e�fex�e�r:�re�t***+���*x**x�,et+�r�+t +r**+�*��**�*+��*�**e*
SUB —TOTAL SEGMENT NO. 4 — — — — — — — — —.— — — —
E-312 1
STREET IMPROVEMENT BID ITEMS
SEGMENT NO. 4
LISA LANE
*10. Compacted SB-2 base backfill under streets and
drives at French Draigs, ,400 Tons @___________
11. Adjust Sanitary Sewer Manho a Rip to finished
surface grade,, 1, each @la.2,�d
WATER SERVICE LINE REPLACEMENT: Bid Items shall
include all materials and labor necessary for all
Repairs of Co er S���,trvice li�}e and con c ons, 7
each @ T EF AYu ice t and ��
$ A3Z5.ab
$ 3DV• 6D
$
4" SANITARY SEWER SERVICE REPAIRS: The Contractor
shall make every attempt not to damage existing
house services. No effort has been made to locate
shallow 4" House Services under street sections.
The Contractor shall make every effort to look for
broken service lines, and provide all materials
and labor to properly repair all damaged se ices;
4" �gewer servJyezepairs, 7 each @74ZN/%Wkar�
4* /S47 - (S S0b.Ob ) per ea. $
14. Remove and dispose of debris and undergrowth to
5' Back -of -Curb at Cul-De-Sac, and reconstruct
swale from Back -of -Curb Westerly for proper
d;ainage at Sta. 5+60k ump($ug,,,,, ) per L.S. $ QOo.c
15. Reconstruct all damaged yard areas with 4" thick
topsoil and seed, fertilize and straw fops
successful growth„ Lump Sum @ S/-+lC.rr fluvaR D
*****************************************************************
✓y
TOTAL SEGMENT NO. 4 - - - - - - - - - - - - - - - $ goo BGS. 5-6 Y
*****************************************************************
1991 OVERLAY PROGRAM
STREET IMPROVEMENT BID ITEMS
SEGMENT NO. 5
LAKERIDGE DRIVE
1. SAW CUT, Remove and dispose of appro:
24 S.Y. of asphalt surface @________
per S Y. s /23.6O
2.
Reconstruct Top 12" Street Subgrade ?(n
cted
`
at 95,t Standard Proctor, 24 S.Y. @______________
I qS.
t l-Foa4
40 (
S 861 )
per S.Y.
$
c,
3.
Reconstruct Street Section with a 2" Thick Type
II or Type III AHTD Asphalt Surface Course with
6" of new compacted SB-2 Base (patch at Sta.
11+49 to.Sta. 11+70),
24 S.Y. @ L5(e a £tt1UtL4R
If fl*&' ($
//.So )
per S.Y.
$
Z74 as
4.
Construct 4" crown with AHTDAspl
Level Co see, 500 Tons @ ta4ti.�TW..G daIILLrR t5
_Z.Z5._
•f� tjteo C�,uIr (S 45.45 ) per
$
5.
Petromat: 0.25 gallons per s.,�yy,,. Tack Coat 4ith
Petromat Fabric, 3500 S.Y. @ lu7c L61j4jAj
CLv c24 t�
(S
Z•aa )
per 3 Y.
$__________
6.
Overlay with 1.5" Thick Type II AHTD Asphalt
Surface Course, 300 Tons @ refit. Iwo c ot/a 4
/Z,4mn•va
4 nb ('a441<
(S Z•yn )
per ton
$
7.
French Drain o plete Filter Rock and Fabric,
100 L.F. @ +4u,3, della_c �no
($ /5. cm ) per L.F.
$
/,✓r≥•OV
itttftx*tt►efettttttxtt+ctxftxtttettitttx*txttttt�xfettrt*tttttttxttxftxxt+e+tiexrestitttitxrettftt
SUB —TOTAL SEGMENT NO. 5 — — — — — — — — — — — $ 44,4zo.Z0
t�t�ttfe*tt*txtttxteerttftttefetef�+e+t*�ftteftttx*trrtferrtettrt*t*tt:xftrsetfe:,erx�tttfett�efe�*ftt
E-312 1
' 1991 OVERLAY PROGRAM
STREET IMPROVEMENT BID ITEMS
SEGMENT NO. 5
LAKERIDGE DRIVE
8. Pull and Re-sh pe Drainage Ditch, 300 L.F. @_
'
Fot-r 4610.4 j ??&cZa.* (s 4•ot' ) per L.F. $ /IZOo.pa
9. Adjust Sanitary Sewer Manhole Rings to ,)
to finished
surface grade, 4 ea. @ 7� hUMttAG[ do((Cu
' ,no czatT I ($ 300.4'0 ) per each $ 1.ZOa. dt
•' **10. 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
st eet sec on; 20 Truck Yards @ E(t.ICer1 Qcl/Cud
vw (8 1/0ab ) per T.Y. $ 220. 03
El
I
I
I
I
H
11. Clean out a existing d air
@ Fw-c}1 � ( db l'a-'6
tiles, Lump Sum
per L.S. $ 50D.CD
12. Reconstruct all damaged yard areas; Grade with
4" topsoil and seeded, fertilized a d str w
'for succes f g�roL h, Lump Su'n@ per L $ 70D.CD
Q wi1/�s
TOTAL SEGMENT NO. 5 - - - - - - - - - - - - - - - $ QB. Z¢O. ZoQ�
I E-312
2
I
I
I
Li
I
C
I
I
I
I
I
I
I
I
1991 OVERLAY PROGRAM
STREET IMPROVEMENT BID ITEMS
CONSTRUCTION NOTES RELATIVE TO BID ITEMS
* SB-2 BASE BACKFILL: Truck tickets must be signed on site by
Contractor's representative with date, station location, and
use.
** "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 excavating and disposing of "UNDERCUT" materials plus the
TOTAL COST OF OFF -SITE BORROW after COMPACTED IN -PLACE.
k 'into all CONTRACT BID ITEMS, when applicable, are
ng•
I
E-312
IP Backsloping and landscaping all areas damaged by
Construction with 4" top soil;
r. Seeding, fertilizing, mulching, and watering for
successful growth on all surfaced damaged areas,
filled, back -sloped, andH±ltsaelative to
the project,
grs' Removal and disposal of shrubs, bushes, trees,
rocks, and other items within the construction
limits; and
Dispose of excess excavated materials.
3
1991 OVERLAY PROGRAM
SEGMENT
NO.
1
TOTAL
$ 45,334,75'
SEGMENT
NO.
2
TOTAL
$ ,3Z,/0l.S0
SEGMENT
NO.
3
TOTAL
$ Z3,7z-o.cV
SEGMENT
NO.
4
TOTAL . . . . . . .
. . . . . . . $
SEGMENT
NO.
5
TOTAL . . . . . . .
. . . . . . .$ 48, Z40. Zo
TOTAL PROJECT
CONSTRUCTION COST .
. . . . . . . $ 230,z&3.Qs
E-312
El
1
TOTAL OF BID: $ Z30. ZCo3.as
1
(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 5% AM ouaut 8,0
(S ) 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.
I
I
(SEAL - if bid
is by Corporation)
I
I
I
Respectfully Submitted:
APAC-Arkansas, Inc.
McClintofl Anchat Div
Bidder
Liwt
P.O. Box 1367
FAYET EVIL E, AR 72702
Business Address and Zip Code
1
I
L'
I
I
C
I
I
I
H
I
I
C
I
I
I
CONTRACT
THIS AGREEMENT, made this day of /l6✓ern.ber' ,
U$, by and between the CITY OF FAYETTEVILLE, (Corporate Name of
Owner) herein called "OWNER", acting herein through its
(Title of authorized
Official) and /rP,°rC 4r,ca say, Tnc•
(a corporation) (a )
(STRIKE OUT INAPPLICABLE TERMS) ]]
of � , County of Gcs.2S // ��n9%cn , and
State of Ar1a'ns4S , 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 com-
mence and complete the construction described as follows:
1991 OVERLAY PROGRAM
Fayetteville, Arkansas
Bid No. 91-57 -� / �[
hereinafter ca le t¢e " roject", for the sum of /"D ,Grdiec4 lrty
7%i5a / f,)v ✓ed..rig ,Mree 9/e -D dollars ( 3o 4216,3
and all extra work in connectiottherewith, under he terms as
stated in the General and Special Conditions of the Contract; and
at his (its or their) own proper cost and expense to furnish all
the materials, supplies, machinery, equipment, tools, superinten-
dence, labor, insurance, and other accessories and services
necessary to complete the said Project in accordance with the
conditions and prices stated in the Proposal, and Information to
Bidders; the plans, which include all maps, plats, blueprints,
and other drawings and printed or written explanatory matter
thereof; the specifications and Contract Documents therefore as
prepared by Milholland Company, Engineering & Surveying, herein
entitled the "Engineer", all of which are made a part hereof and
collectively evidence and constitute the contract.
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 60 calendar days thereafter. The Contractor
further agrees to pay, as liquidated damages, the sum of $250.00
for each CALENDAR DAY thereafter as hereinafter provided In
DIVISION I. Section 01:04 of the General Provisions and as stated
in Bid Documents.
E-312 1
I
I
I
I
I
fl
J
H
I
IH
H
H
I
I
H
CONTRACT
The' dwner 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.
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.
E-312 2
I
H
I
C
r
CONTRACT
IN WITNESS WHEREOF, the parties to these presents have executed
this contract in three (3) counterparts, each of which shall be
deemed an original, on the day and year first above mentioned.
' Witness
(SEAL)
Attest:...
Secretary
' Wit es
(Print or type names under-
neath all signatures)
I
I
I
I
CITY OF FAYETTEVILLE
Ow
By:
Title
113 WEST MOUNTAIN ST.
FAYETTEVILLE, ARKANSAS 72701
Business Address and ZIP Code
APAC-Arkansas, Inc.
MppliflteflAnct'0" lily.
Contractor
By:
\/I F-P2ES;DNI
Title
P.O. BOX 1367
Business Code
NOTE: Secretary of the Owner should attest. If Contractor is a
corporation, Secretary should attest.
E-312
I
I
I
CERTIFICATE OF OWNER'S ATTORNEY
' I, the undersigned;
the duly authorized and acting legal representative of the Owner
and Developer, do hereby certify as follows:
I have examined the attached contract(s) and surety bonds
and the manner of execution thereof, and I am of the opinion that
each of the aforesaid agreements has been duly executed by the
proper parties thereto acting through their duly authorized
representatives; that said representatives have full power and
authority to execute said agreements on behalf of the respective
parties named thereon; and that the foregoing agreements
constitute valid and legally binding obligations upon the parties
executing the same in accordance with terms, conditions, and
provisions thereof.
I
Signature
Date
I
I
I
I
I
H
I
H
I
I
I
I
U
I
I
I
I
I
I
I
Li
I
SPECIFICATION INDEX
DIVISION 1 - GENERAL PROVISIONS
SECTION - 01
General Description
- 02
Legal Address of Owner
- 03
Verification
- 04
Liquidated Damages
- 05
Safety
- 06
Office and Sanitary Facilities
- 07
Construction on Private Property
- 08
Notification of Utility Companies
- 09
Co -Contractor Bids
- 10
Bid Procedure
- 11
Schedule of Operations
- 12
Rights -of -way on Private Property
- 13
Protection and Maintenance of Public and Private
Property
- 14
Maintenance of Traffic
- 15
Pavement Removal and Replacement
- 16
Barricades and Lights
- 17
Fences
- 18
Progress Photographs
- 19
Responsibility of Contractor for Backfill
- 20
Testing
- 21
Baselines and Benchmarks
- 22
Classification of Excavated Material
- 23
Measurement and Payment
DIVISION 2 - GENERAL PIPE INSTALLATION
SECTION - 01 Cleaning
- 02 Inspection
- 03 Laying Pipe
I
SPECIFICATION INDEX
DIVISION 3 - EARTHWORK
SECTION - 01 Scope
- 02 General Requirements
- 03 Trench Excavation
04 Tunneling and Boring
- 05 Rock Excavation
- 06 Backfilling
- 07 Stream Crossing
- 08 Protection of Trench Backfill in Drainage
Courses
09 Disposal of Excess Excavated Material
10 Paved Surfaces
11 Grading and Seeding
12 Resodding
13 Preservation of Trees and Shrubs
14 Removal of Water
15 Measurement and Payment
- 16 Water Line and Sewer Line Separation
- 17 Pipe Embedment
- 18 Trench Backfill
- 19 Grubbing and Cleaning
20 Road, Railroad, Pipeline, and Utility Service
Crossings
DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS I
SECTION - 01 Pipe Laying
- 02 General
- 03 Tie Ins
- 04 Jointing
- 05 Pipe Insulation
- 06 Reaction Anchorage and Blocking
- 07 P.V.C. Pipe Installation
DIVISION 4A - PVC PIPE CONSTRUCTION/MISCELLANEOUS SPECIFICATIONS
SECTION - 01
- 02
03
- 04
05
06
07
08
09
Ties
Tracer Wire
Trenching
Curve Pipe Installation
Fence Maintenance
Final Tests
Special Bedding
Clean -Up
Additional Materials
I
I
I
11 I
I
I
' SPECIFICATION INDEX
DIVISION 5 - PRESSURE AND LEAKAGE TESTING
' SECTION - 01 Scope
02 Disinfection
03 Bacteriological Samples
DIVISION 8 - IRON PIPE AND FITTINGS
' .SECTION 8A - DUCTILE IRON PIPE AND FITTINGS
SECTION - 01 Scope
02 Ductile Iron Pipe
' SECTION 8B - CAST IRON PIPE AND FITTINGS
' SECTION - 01 Scope
02 Cast Iron Pipe
SECTION 8C - HANDLING
SECTION 8D - CUTTING PIPE
SECTION 8E - ALIGNMENT OF BELL AND SPIGOT PIPE
SECTION 8F - REACTION ANCHORAGE AND BLOCKING
DIVISION 9 - VALVES
SECTION - 01 Scope
02 Material
03 Installation
I- 04 Valve Keys
05 Valve Operating Wrench
06 Check Valves
1
C1
I
III
1
I
SPECIFICATION INDEX I
DIVISION 10 - PLASTIC PIPE AND FITTINGS I
SECTION - 01 Scope
02 Installation of Pipe
03 Jointing
04 PVC Pipe and Fittings
05 Standards
06 Warranties
07 Handling
08 Cutting Pipe I
09 Cleaning
- 10 Inspection
DIVISION 12 - STANDARD MANHOLES
SECTION - 01 Standard Manholes
DIVISION 20 STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE I
SECTION - 01 Right -of -Way
- 02 Street width
03 Sub -Base Preparation
- 04 Base Material
- 05 Base Material Preparation
- 06 Surface Course
07 Compaction
- 08 Curbs and Gutters
- 09 Sidewalks
- 10 Dedicated Streets
- 11 Concrete Structures
12 General Comments
13 Street Extensions
14 Sub -Base Preparation
DIVISION 21 - GENERAL COMMENTS REGARDING CONSTRUCTION
SECTION - 01 Warped or Sloping Sections
- 02 Banks
- 03 Natural Drainage
04 Street Inspections
05 Engineering Certification
06 Utilities' Coverage
I
iv
U
I
LI
I
I
Li
SPECIFICATION INDEX
DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM
SPECIFICATIONS FOR CITY OF FAYETTEVILLE
SECTION - 01
- 02
- 03
- 04
- 05
- 06
- 07
08
09
10
11
12
Scope
Concrete Street Structures
Subgrades
Minimum Thickness of Sidewalks and Drives
Minimum Width of Sidewalks
Placement of Concrete Pavement
Expansion Joints
Turn Radii
Pozzilith
Temperature During Concrete Pouring
Vibrator
Bidder Responsibility
DIVISION 23 - TESTING
' SECTION - 01 Scope
- 02 Material Types, Testing Procedures and Standards
IDIVISION 24 - STORM DRAINAGE OF STORM SEWERS
SECTION - 01
' -02
03
04
' 06
- 06
07
Storm Drains
Natural Drainage
Storm Drainage Design
Concrete Pipe Requirements
Corrugated Metal Pipe
Surface Drainage
Special Gasketing and Sealing Materials
' DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE
' SECTION - 01
02
03
' 04
- OS
06
-07
Description
Materials
Laboratory Tests and Cement Content
Construction Methods
Maintenance
Method of Measurement
Basis of Payment
' v
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 of the construction by the Engineer.
SECTION 01-05: SAFETY. Contractor shall comply with the Occupa-
tional Safety Health Standards Act of 1964, and the latest revi-
sion thereof.
' SECTION 01-06: OFFICE AND SANITARY FACILITIES. A construction
office will be needed as required by the Contractor when requited
' by law. Sanitary facilities will be required as needed to con-
form with city or county ordinances or rules.
I
N
DIVISION I - GENERAL PROVISIONS
N
SECTION 01-07: CONSTRUCTION ON PRIVATE PROPERTY. A permanent N
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 N 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 I[
easements shall be reflected on the construction plans.
XVa
responsi le n , esa, "ems
spcloc.,, of ainei,ias
�.
Contror actresponsible far linea s 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- N
tors working on the same job, each Contractor shall be responsi-
ble for coordinating his work schedule with the other Contractor.
Each Contractor shall be responsible for any damage done to his
respective work by the other contractor. The Engineer shall not
be held responsible for any damages of any kind.
SECTION 01-10: BID PROCEDURES. The Contractor shall bid said
project in accordance with construction documents and proposal
included. Extra compensation for any unit of construction must
be itemized in the proposal and included with the bid.
I
1
I
H
DIVISION 1 - GENERAL PROVISIONS
SECTION 01-11: SCHEDULE OF
'
the contractor shall prepare
tion operations that shall
work, but also the expected
each part. The schedule sh
approval.
r -
L
I
H
I
I
I
I
[I
I
I
I
H
OPERATIONS. Before work is started,
a detailed schedule of all construe -
not only indicate the sequence of
time of starting and completion of
all be submitted to the Engineer for
If conditions beyond the control of the contractor justify and
the Owner approves a deviation from the expected time, the Con-
tractor shall service the construction schedule in accordance
with the approved change. The Owner may require the Contractor
to add to his construction forces as well as increase his working
hours if operations fall behind the approved schedule to an
extent that the completion of work within the specified time
appears to be doubtful.
Connections into the existing facilities shall be so done as to
make the least possible interruption to the normal functioning of
existing facilities. The timing of this work shall be planned by
the Contractor and authorized by the owner or his agent before
proceeding.
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
other property outside the boundaries of
shall make satisfactory settlement for the
the property owner and tenant involved,
requite.
3
all damage to crops and
the Rights -of -Way and
damages directly with
as their interests may
HI
r
N
DIVISION 1 - OENER?.L PROVISIONS
N
SECTION 01-13: PROTECTION AND MAINTENANCE OF PUBLIC AND PRIVATE
PROPERTY. The Contractor shall protect, shore, brace, support,
and maintain all underground pipes, conduits, drains, and other
underground construction uncovered or otherwise affected by the
construction work performed by him. All pavement, surfacing,
driveways, curbs, walks, buildings, utility poles, guy wires, and
other surface structures affected by construction operations in
connection with the performance of the contract, together with
bb�� 1�.f. ardp pad �I�gmaved. g
al -1 be 'tia i�63 to th "br`'1Wr1—LiTndttianP1 e as
and approved by the Engineer. All replacements of
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 (481 hours prior to start of construction
and i ha!lsla: for any at afjAa jf
SECTION 01-14: MAINTENANCE OF TRAFFIC. The Contractor shall 1
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, IaCtpr fatly33 710t
bl�q $l more. than - hall. 13421 of tS',.atzn a a tiaa(f. Whenever
L3Tble, the Contractor shall widen the shoulder on the opposite
side to facilitate traffic flow. Temporary surfacing shall be
provided as necessary on shoulders.
A- I
U
I
1
DIVISION 1 - GENERAL PROVISIONS
' SECTION 01-15: PAVEMENT REMOVAL AND REPLACEMENT. Where surfaced
streets, walks, drives, or parking areas are cut, removed, or
damaged in the execution of the work, the Contractor shall
replace all pavements or other surfacings so removed or damaged
Ito their original, or better, state and condition, to the satis-
faction and approval of the Engineer. See Details of various
Road Crossings in the Appendix of these specifications.
' After trench backfill, the Contractor
face at least 6 inches In depth which
permanent pavement is replaced or the
' and performance bond period. The gr
normally used by the Owner and shall
will allow dense compaction and shall
' 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.
shall provide a gravel sur-
he shall maintain until the
expiration of the contract
avel shall be of the quality
have a size gradation that
be free from lumps or balls
' 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.
1
I
5
I
L
VISION I - GENERAL PROVISIONS
U
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 1
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. C
c ea i5tartA#fit:'
6
Li
N
d
N
1
1
I
I
1
DIVISION 1 - GENERAL PROVISIONS
SEC ON 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 1301 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.
1
I
1
I
Li
U
I
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.
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:
8
I
E
I
I
H
I
I
I
I
C
LI
I
I
I
I
DIVISION 1 - GENERAL PROVISIONS
I
I
I
I
7
I
I
I
I
H
I
I
C
I
I
I
A. Measurement and Payment. These items shall be paid for on a
unit price per place, furnished and installed in accordance with
plans and specifications. All payments shall be made on the
Engineer's estimated percent of completion, less 10% retainment
and designated as "PARTIAL PAYMENT" to the Contractor by the
Owner. The retainment shall be released after all acceptance
tests and cleanup operations have been completed with successful
results and acceptance by the City or governing authority.
All
pipe
and encasement pipe shall
be
measured for payment in a
horizontal
plane along the centerline
of
pipe.
B. Blast Rock. This item shall be paid for on a unit price per
cubic yard as measured in the trench after excavation and before
bedding and installation of pipe and shall include all excava-
tion, dewatering, sheeting, or shoring as required, embedment,
backfill, subsequent handling, and disposal of all rock and waste
material and all other items not paid for separately.
Measurement for
payment shall be computed from the actual
depth
and length of blast
rock excavated
except that the maximum
trench
width shall be
considered to be
the nominal pipe diameter
plus
eighteen (181
Inches and the
maximum excavation below
the
installed pipe
considered to be
six 161 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 (30) days of delivery to the site or
within fifteen (151 days after the Engineer has submitted the
invoices to the Owner for payment, whichever is the later date.
I
I
I
DIVISION 2 - GENERAL PIPE INSTALLATION
SECTION 2-01: CLEANING. The interior of all pipe and fitting
shall be thoroughly cleaned of all foreign matter before being
installed and shall be kept clean until the pipe has been
jointed.
Every precaution shall be taken to prevent foreign material from
entering the pipe while it is being installed. No debris, tools,
clothing, or other materials shall be placed on the pipe. No
hooks of any kind will be allowed to come in contact with the
pre -molded joint or interior of the pipe.
SMCTIOM 2-022 IMSDBCTIOM. 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.
I
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
t line. Pipe shall not be trimmed except for closures. Pipe not
making a good fit shall be removed.
The laying of pipe shall begin at the lowest point, and the pipe
shall be installed so that the spigot ends point in the direction
of the flow.
I
I
1
I
I
1
I
I
--
DIVISION 3 - EARTHWORK
' SECTION03-01: SCOPE. This section covers excavation, trench-
ing, rock removal, embedment and backfilling, surfacing, grading,
and other appurtenant work. The Contractor shall furnish all
labor, equipment, and hand tools for earthwork.
' SECTION 03_02: GENERAL REQUIREMENTS. Excavation work shall be
performed in a safe and proper manner with suitable precautions
' being taken against hazards of every kind. Excavations shall
provide adequate working space and clearances for the work to be
performed therein.
' Subgrade surfaces for concrete and pipe placement shall be clean
and free of loose material of any kind..
' Excavations shall provide adequate clearance for installation and
removal of concrete forms. In no case shall excavation faces be
undercut for extended footings.
' Back -filling and construction of fills and embankments during
freezing weather shall not be done except by permission of the
Engineer. No backfill, fill, or embankment materials shall be
installed on frozen surfaces, nor shall frozen materials, snow,
or ice be placed in any backfill, fill, or embankments.
' SECTION 03-03: TRENCH EXCAVATION. All excavation shall be con-
sidered unclassified material, and will be included in the line
bid item in the proposal.
' A. Line and Grade. The lines shall be excavated at approximate-
ly the locations shown on the plans, or along the lines as
designated by the Engineer. Unless a specific profile and
grade is shown on the plans, or designated in the Detail
Specifications, the grade of the trench shall follow the
topography of the ground.
B. Extra Depth Excavation. In general, the mains shall be laid
at a depth that provides a minimum of three feet of cover
below normal existing grade. However, there will be certain
' areas where it will be necessary to lay at a greater depth to
meet future road grades, to clear storm sewers, sanitary sew-
ers, and other utility lines. Where these conditions are
' encountered, lines shall be laid to depths designated by the
Engineer. No extra payments will be made for such extra
depth; all costs thereof are to be absorbed in the line bid
item In the proposal.
1.
I
I
DIVISION 3 - EARTHWORK
L
C. Foundation. The bottom of the trench shall be graded so that
the pipe will have an even bearing on good firm soil for its
full length. If the trench is excavated too deeply, it. shall
be back -filled to the proper grade and well tamped. I
If the natural material in the bottom of the trench is un-
suii:able 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 I
enough to permit ready access to all parts of the joint for
assembling and for inspection and to permit bearing as speci-
fied above. I
E. Bracing and Shoring. Except where banks are cut. on a stable
slope, excavation for structures and trenches shall be pro-
perly and substantially sheeted, braced and shored, as neces-
sary, to prevent caving or sliding, to provide protection for
existing structures and facilities. Sheeting, bracing, and
shoring shall be designed and built to withstand all loads
that might be caused by earth movement or pressure, and shall
be rigid, maintaining its shape and position under all cir-
cumstances.
Trench sheeting shall not be pulled unless the pipe strength
is sufficient to carry trench loads based on the trench width
to the back of the sheeting. Also, It shall not be pulled
after backfilling. When ordered by the Engineer, wood sheet-
ing shall be left permanently in the trench.
Where trench sheeting is left in place, such sheeting shall
not be braced against the pipe, but shall be supported in a
manner which will preclude the application of concentrated
load;: 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. Eraler:lion qf 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.
C. Wet_Trench. At all times during pipe laying operations, the
trench shall be kept free of water either by pumping, bailing
or drainage.
I
IH
I
DIVISION 3 - EARTHWORK
I
I
I
H
H
I
1]
I]
I
I
I
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.
A. Method of Construction. Casing pipe shall be Installed using
equipment that encases the hole as the earth is removed.
Boring without the concurrent installation of a casing pipe
will not be permitted. All joints in casing pipe shall be
smooth. Casing pipe shall extend through the entire fill and
be installed in a manner that will not disrupt traffic, dam-
age roadway grade and surface, or leave a void space between
the bore and casing.
When directed by the Engineer and as approved by the State
Highway Commission or appropriate authority of other road
systems, the Contractor shall install the casement pipe in an
open trench. The Contractor shall provide traffic control,
barricading, compacted backfill, pavement removal and
replacement.
3
L..1
N
❑IVISION 3 - EARTHWORK
N
B. Material - Casing Pipe.
1. Welded steel pipe, new material, with a minimum yield of
35,000 ps1. The following minimum wall thicknesses shall
be used:
Outside Wall Thickness (Inches]
Pipe Diameter Under Highway Under Railroad
6" 16" 0.250 0.250
8" 18" 0.250 0.312
10" 24" 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 he
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 Cl) above.
In all cases, the casing used must meet Arkansas State N
Highway Commission Specifications.
C. Work within Highway and Railroad Rights -of -Wad All work per- formed and all operations of the Contractor, his employees,
or his subcontractors, within the limit of railroad and high-
way Right -of -Way shall be in conformity with the require-
ments, and be under the control (through the Owner), of the
railroad or highway authority owning or having jurisdiction
over and control of the Right -of -Way in each case.
D. Public Travel. Public travel shall not be needlessly incon-
venienced. Streets, sidewalks, and private driveway cross-
ings,
where not bored, shall be promptly back filled after
the pipe is laid. The order of trenching operations shall be
such as to interfere as little as possible with the use of
streets and alleys. At no time will the Contractor be
allowed to leave an open cut street, sidewalk, driveway, or
alley overnight.
N
I
4 N
I
I
r
I
rj
H
I
I
I
I
I
I
I
H
I
I
fl
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 barri-
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.
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
I
I
I
DIVISION 3 - EARTHWORK
N
SECTION 03 06: BACKFILLING. After the pipes and Joints have
been inspected and approved, the trench shall be filled to a
depth of one (3) 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 backfi]ling 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 s'rrfaces,
construction, or structures. Tamped backfill materials shall
be finely divided job excavated material free from debris,
organic material and stones larger than 3/4". Th.- backfill
material may be placed in one operation for tampinq with the
hydrohammer to finish grade, but shall have a moisture con-
tent sufficient to obtain ninety percent (90%) of maximum
density with the method of compaction used. Such density
will be tested in accordance with AASHO Designation T147-54.
B. Uncompacted Backfill_ Mechanical compaction of trench hack--
fill above pipe embedments In locations other than those
hereinhefore specified will not be required, however, com-
plete water inundation of backfill will be required.
Uncompacted earth backfill material which is to be placed
above embedments shall be free of brush, toots more than two
(2) inches in diameter, debris, and boulders, in certain por-
tions of the trench depth.
C. InundatedSand 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 he free from lumps,
rubbish, roots, cinders, and other objectionable material;
not more than twenty-five percent (25%) shall be retained on
a No. 4 sieve, and not more than ten percent (10%) shall pass
a No. 200 sieve.
I
6 I
L.
I
DIVISION 3 - EARTHWORK
I
L
I
I
I
H
IH
H
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. - 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.
' oa�ilVp us -u,; ULSFVSAL OF EXCESS EXCAVATED MATERIAL. On both
public and private property, excess excavated materials not
required for backfill or grading shall be removed from the site
of excavation by the Contractor. The Contractor shall be respon-
' sible for the proper disposal of such material to the satisfac-
tion of the Engineer or the Owner of the disposal site.
Excess excavated materials from trenches located in open fields
shall be distributed directly back over the pipe line and within
the pipe line Right -of -Way to a maximum depth of six (6) inches
' above the original ground surface, at and across the trench and
with uniform side 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
I
I
DIVISION 3 - EARTHWORK
I
SFfTION.Q3-10: 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
arc 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.
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 he taken of time
and weather conditions best suited for seeding, and such time of
seeding shall be subject to the approval of the Fngineer.
The Contractor shall maintain all new seeded areas at his own
expense, until final acceptance of the project.. Maintenance
shall consist of watering, mulching, protecting, replacing, and
other work as may be necessary to keep the work In satisfactory
condition. All water required in connection with the seeding
work and maintenance shall be furnished by and at the expense of
the Contractor.
SECTIONO3-12: 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 quill Iy, and
when placed, shall be live, fresh, growing grass.
I
Li
I
I
Li
I
I
I
I
All
sod shall
be procured from areas where the soil
is fertile
and
contains a
high percentage
of loamy topsoil, and
from areas
that
have been
grazed or moved
sufficiently to form a
dense turf.
The sod shall be transplanted within 24 hours from the time it is
harvested unless It is stacked at its destination in a manner
satisfactory to the Engineer. All sod in stacks shall be kept
moist and protected from exposure to the sun and from freezing.
In nu event shall more than one week elapse between the time of
cutting and planting of the sod.
I
I
8 N
Li
I
I
DIVISION 3 - EARTHWORK
Li
' Before placing or depositing sod on areas to be sodded, all shap-
ing and dressing of the area shall have been completed to the
satisfaction of the Engineer. After the shaping and dressing
' have been completed, commercial fertilizer, of a type as approved
by the Engineer, shall be applied uniformly over the areas so
prepared In a manner and in amounts as recommended by the manu-
facturer and harrowed lightly. Sodding shall follow Immediately.
All sodding shall be done during the period from March 15 to
October 1, unless written permission Is given by the Owner to
' extend the planting season.
SECTION 03-13: PRESERVATION OF TREES AND SHRUBS. No trees shall
be removed outside the excavation limits, except where their
removal Is authorized by the Engineer.
Main tree toots shall not be cut except where they are within the
area to be occupied by a pipe or structure. Excavation shall be
done by hand where necessary to prevent injury to roots or trees.
I
Li
I
I
C
1l
I
I
Where trees are on the line of trench or adjacent thereto and
conditions are such that tunneling beneath the tree can be accom-
plished without damage thereto, tunneling will be required.
Where it is impossible to tunnel under trees on the line of
trench, such trees shall be removed and disposed of by, and at
the expense of, the Contractor and to the satisfaction of the
property owner. Trees which are left standing shall be adequate-
ly protected from permanent damage by construction operation.
Trimming of standing trees where required shall be as directed by
the Engineer. All shrubbery damaged or removed by the Contractor
shall be replaced to the satisfaction of the Owner thereof, by
and at the expense of the Contractor.
SECTION 03-14: REMOVAL OF WATER. The Contractor shall provide
and maintain adequate de -watering equipment to remove 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.
9
I
U]
DIVISION 3 - EARTHWORK
Surface water shall be diverted or otherwise pxeveni.ed from
entering excavated areas or trenches, to the greatest extent
practicable without causing damage to adjacent property.
The Contractor will be held responsible for the condition of any
pipe line, or conduit which he (the Contractor) may use for
drainage purposes, and all pipes or conduits shall be left clean
and free from sediment.
SECTION 03.-15:
MEASUREMENT
AND
PAYMENT_. These
Items shall
Ire
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
he made on
the
Engineer's
estimated
percent of
completion, less
1C%. The
10%
holdback
shall be
released after
all acceptance tests
have
been
completer] with successful results, and acceptance by the City or
Governing authority.
SECTION 03
16: WATER LINE
AND SEWER
LINE
SEPARATION.
The
cross-
ing and paralleling
of water lines
and
sewer lines
shall
be in
accordance
with the
latest
revision
of the
"Rules and
Regulations
Pertaining
to PUBLIC
WATER
SUPPLIES"
of
the Arkansas
State
Board
of Ifedlth.
lJncased
water lines
shall
be
separated by
10 feet
or
more from any sewer line.
SECTION03--17: PIPE EMBEDMENT_ Trench bottoms shall be accu-
rately elraded to provide uniform bearing and support for the pipe
barrel between bell holes. When the trench bottom is of prcper
character, such as uncemented granular material or other natural
heddinq 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, a3 specified
herein and detailed on the plan, to be p]aced under the pipe.
The detail: of trenching, clearances, and pipe embedment are
shown on the drawings and the character of such materials are as
follows:
I
I
I
Lj
17
I
I
I
I
I
I
I
I
I
10 1
Cl
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:
A. Compacted Backfill shall be firmly divided material free from
' debris and organic material, but may contain rubble and
detritus from rock excavation at certain levels of the trench
depth. This material, with a sufficient moisture content,
may be placed in lifts and mechanically tamped to 90% maximum
density as determined by 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 com-
pacted backfill at the option of the Contractor, but at no
' additional cost to the Owner.
B. Uncompacted Backfill shall be free of brush, roots more than
2 Inches in diameter, debris, and junk, but may contain rub-
' ble and detritus from rock excavation, stones, and boulders
at certain levels of the trench depth. Placement of the
material shall be by methods approved by the Engineer.
' 11
i
I
I
DIVISION 3 - EARTHWORK
I
C. Inundated Sand may, at the Contractor's option, be installed
in lieu of tamped backfill where, in the opinion of the Engi-
neer., the use of water for this purpose would cause no damage
to adjacent property or buried utilities. I
Sand for inundated sand backfill shall be free of lumps, rub-
bi.3h, roots, cinders, and other objectionable material; not
more than 25% shall be retained on a No. 4 sieve, and not
more than 10% shall pass a No. 200 sieve.
The inundation of earth (water settled) or sand backfill
shall be done in such a manner as to not disturb the
installed pipe or its embedment material, and to use the
]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 be Introduced to the trench,
from the top of the pipe embedment upward, through a pipe
probe attached to a hose, being careful not to disturb hed-
dinq material in any consequential nature. Backfill material
shall be added during the inundation process so that at cnm•
pletion of the operation a desired surface elevation will be
obtained. If for reasons of porous soil, or ether circum-
stances, the backfill big and inundations may proceed by
stages If so authorized by the Engineer.
This ejeneral 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 startinq opera-
tion:, thereunder. Operational details In connection there-
with shall be acceptable to the Engineer at all times.
Compacted backfill shall be required where beneath pavements, I
surfacinq, 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.
Comp,3c-t masses of still, mucky clay or gumbo, or other con-
solidated material, or stone more than one cubic foot in
volume shall not be permitted to fall more than 5 fee!. into
the trench unless cushioned by at least 2 feet of loose I
backfill above the pipe embedment.
12 1
I
I
I
DIVISION 3 - EARTHWORK
I
Li
I
I
Lam'
r
I
I
U
I
I
I
I
I
I
I
No trench backfill material containing rock, or rock exca-
vation detritus, shall be placed in the upper 18 inches of
the trench except with the specific permission of the Engi-
neer in each case, nor shall any hard rock, stone or boulder
larger than 8 inches in its greatest dimension be placed
within 3 feet of the top of the pipe. Large stones may be
placed in the remainder of the trench backfill only if well
separated and so arranged such that no interference with
backfill compaction or settlement will result.
Additional backfilling may be necessary at a later date
before paving or other surfacing is installed or completed.
Trenches to receive sod or seeding shall be topped with 12
inches of topsoil or material equal to that adjacent to the
trench at the ground surface.
SECTION 03-19: GRUBBING AND CLEARING. The Contractor is respon-
sible fox 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. He 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 Corn
the following requirem
1. The proposed water
will cross under
clearance of 12".
any. The local gas company sets forth
ants for crossing their pipe lines:
line should be constructed so that it
or over the gas line with a minimum
2. It is desirable that the waterline cross the gas pipe-
line, as near as possible, at right angles.
13
LJ
N
C
N
DIVISION 3 - EARTHWORK
N
1. No structure, appurtenance or related fitting will be
placed over or under said pipeline which will hinder or
interfere with the normal operation and maintenance of
the pipeline.
4. Written notice shall be provided the area representative, N
as shown on Plan's cover sheet, in sufficient Lime 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 apptoaches 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 1:?lve in at
the point of crossing the gas line, cribbing will he
requested at this location.
6. Sufficient precaution should be taken in the us,, (if heavy
construction equipment so that no damage will hn done to
the gas pipeline. The use of such heavy equipment over
t: lie gas lines will be reduced to an absoluto minimum.
furthermore, if conditions so require, the gas pipelines
will be bridged or matting will be used in cunnection
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.
0. The water main shall parallel gas mains at a perpendi-
cular distance of 20 feet or more.
Local Power and Light _Companies. The local pawn and light
companies zet forth the following requirements for construc-
tion et water mains within their easements:
1. rnnstruct water main parallel to power lines at a rerpNn-
dic_ular distance of five (5) feet or more.
2. Advance notice shall be given if their fad iiitil2: inter-
fere
with construction.
N
I
14 N
I
I
I
DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS
II
I
I
I
I
I
L
I
I
I
I
I
I
I
I
S_ECTION_04-01: PIPE LAYING. The laying of pipe shall be done in
accordance with the pipe manufacturer's recommendations, the
plans, AWWA C-600-77 for C.I. and D.I. pipe and AWWA C-603 for
Asbestos -cement pipe and these specifications for PVC Pipe. See
Sheet No. 15, Appendix to these Specifications.
SECTION 04-02: GENERAL. Equipment used to place pipe shall be
rubber -mounted to avoid severe scoring of paved surfaces. The
pipe is to be installed with the bell ends facing the direction
of laying except when otherwise approved by the Engineer. A
night: plug shall be installed whenever the Contractor shuts down
the job each day. Where fittings and other appurtenances are
sometimes called for on the drawings, such locations can be
shifted to fit between pipe Joints. Such relocations from the
plans is limited to ten (10) feet maximum. The laying of pipe
will not be permitted in water or on blocks. When ground water is
encountered in the trench, the Contractor shall furnish such
dewatering equipment as is necessary to keep ground water from
entering the pipe.
The jointing of the pipe shall be done in strict: accordance with
the pipe manufacturer's recommendations. The bell and spigot of
the joint, to be made shall be clean of all foreign matter prior
to jointing. The spigot end of the pipe is to be thoroughly
cleaned and then coated with the recommended lubricant to facili-
tate jointing. The gaskets are to be inspected prior to joint-
ing. The pipe jointing shall be accomplished with equipment
approved by the Engineer, which is capable of shoving the pipe
home without damage to joints.
SECTION 04-03: TIE INS. This Item shall consist of connection
of the new pipe line to the existing mains by means of tapping
under pressure, cutting in a tee and valve, or any connection to
existing mains when customers must be notified of an interruption
of their water service.
The Contractor shall furnish all labor, material, equipment, and
hand tools necessary to complete the tie-in. All customers shall
be notified by the Contractor 24 hours in advance of any shutdown
as to the time service will 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
Contractor.
1
I
I
DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS
SECTION 04-04: JOINTING. Jointing shall be done in accordance
with the manufacturer's recommendations. If effective sealing is
no obtained, the jointing shall be disassembled, thoroughly
cleaned, inspected, and reassembled.
SECTION 04-05: PIPE INSULATION. The Contractor shall furnish
and install insulation on all exposed piping, flanges, and fit-
tings, as shown an the plans. Insulation shall extend to a depth
of 18 inches beneath the existing ground surface. All insulation
shall be protected with aluminum jacketing not less than 0.019
inch thickness with a proper vapor barrier.
All surface of pipe shall be prepared and the insulation and
jacketing installed according to the manufacturer's recommenda-
tions.
SECTION 04-06: REACTION ANCHORAGE AND BLOCKING All unplugged
tees, Y -branches, and bends deflecting 22 1/2 degrees or more
installed in trench shall be provided with concrete thrust back-
ing between the fitting and solid, undisturbed ground in each
case. At the tops of slopes, vertical angle bends shall be
anchored by means of a steel strap or rod anchors securely embed-
ded in or attached to a mass of concrete of sufficient weight to
resist the hydraulic thrust at the maximum pressures to which the
pipe will be subjected. All concrete blocking and anchors shall
be installed in such a manner that all joints between pipe and
fittings are accessible for repair.
Pipe and fittings shall be provided with thrust blocks and
anchorage as detailed on the accompanying plans and as may be
determined in the field by a competent, licensed Engineer. The
bearing area of concrete reaction blocking against the ground or
trench bank shall be shown by the plans or shall be computed by a
competent, licensed Engineer in each case. In the event that
adequate support against undisturbed earth cannot be obtained,
metal harness anchorages consisting of steel rods or bolts across
the joint and securely anchored to pipe and fitting shall be
installed to provide necessary support. Should the lack of a
solid vertical excavation face be due to careless or otherwise
improper excavation, the entire cost of furnishing and installing
metal harness anchorages in excess of the contract value of the
concrete blocking replaced by such anchorages shall be borne by
the Contractor. All steel equipment used for reaction anchorage
shall be painted with two coats of Kopper's "Biturnastic No. 50."
A. Concrete for Encasement and Thrust Blocks. Class B concrete
for encasement and thrust blocks shall be proportioned and
mixed to have a minimum allowable compressive strength of
3,000 pounds per square inch at 28 days.
1
I
H
H
DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS
El
IH
H
I
I
I
I
I
I
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 be
laid in accordance with the manufacturer's recommendations, the
plans, and specifications herein. See Division 4-A and Division
10 of these specifications.
Pipe shall be field checked by the Contractor for damage prior to
installation. Care shall be exercised to embed pipe without
damage and in accordance with the bedding material specifica-
tions herein. Each joint shall carefully be checked, cleaned,
prepared and then shoved home without stress or strain on the
joint after placed in the trench. All pipe shall be laid
straight with side, walls of pipe braced with compacted selected
backfill material from the bottom of trench to the top of pipe,
and from sidewall of pipe to sidewall of trench.
Curves: All PVC pipe shall 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
bracing, compacted bedding, as
line trenches, shall be used.
I
I
I
3
desirable for pipe bedding and
specified herein for straight
I
1
DIVISION 4A - PVC PIPE CONSTRUCTION
' AND
MISCELLANEOUS SUPPLEMENTAL SPECIFICATIONS
SECTION 4A-01: TIES Contractor shall make tie into existing 4"
main and the existing water storage tank in accordance with the
Construction Plans and Sheets No. 21 & 22, Appendix to the
Specifications.
I
I
J
Li
I
I
I
I
I
SECTION 4A-02: TRACER WIRE Contractor shall successfully place
and tie No. 14 solid THHN nylon -coated copper wire around and
beside each joint of PVC water pipe.
SECTION 4A-03: TRENCHING The Contractor shall install all pipe
in a straight line trench as staked by the Engineer. Curves are
allowed as needed but shall not exceed pipe manufacturer's
recommendations. All PVC pipe shall have a minimum of 36
cover.
SECTION 4A-04: CURVE PIPE INSTALLATION. The entire curved
length, from P.C. to P.T. of curve, of long -sweeping PVC pipe
shall rest against compacted backfill or acceptable undisturbed
trench walls on the long -radius side of trench.
SECTION 4A-05: FENCE MAINTENANCE The Contractor shall be
responsible for damages incurred due to lack of proper
maintenance of fences damaged within the course of construction.
Fences are to be repaired according to Division No. 1 of
specifications herein.
SECTION 4A -O6: FINAL TESTS The Contractor shall schedule seven
(7) days in advance with the Engineer's representative a final
acceptance test for each valved section of the pipe system. The
Contractor shall, at his expense, perform the necessary tests and
repair prior to scheduling the final acceptance tests to assure
himself of the pipe's pressure stability and acceptance.
SECTION 4A-07: SPECIAL BEDDING Special bedding required for
pipe in wet areas, rock excavated trenches, and gravel road
crossings, creek crossings, and other specified areas, unless a
Bid Item for Special Bedding is provided and specified for said
areas, such Special Bedding shall be subsidiary to other items of
the contract. See Appendix of the Specifications.
SECTION 4A-08: CLEAN UP. The Contractor shall properly clean
and grade the path of construction immediately after
construction. Trench settlement shall be repaired, and damaged
yards and pasture shall be fertilized and seeded until a
successful growth of vegetation is obtained.
1
1
Lu
I
DIVISION 4A - PVC PIPE CONSTRUCTION
AND
MISCELLANEOUS SUPPLEMENTAL SPECIFICATIONS
I
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
Enqineer. All such small items shall be subsidiary to other
items of the contract.
I
I
I
I
I
I
LJ
H
I
I
1
I
I
I
DIVISION 5 - PRESSURE AND LEAKAGE TESTING
I
r-.
I
L
IJ
I
H
H
I
IH
I!H
I
Li
I
I
I
I
SECTION 05-01: SCOPE. It is the intent of these specifications
that all joints be watertight and free from visible leaks, and
each leak which may be discovered, at any time prior to the expi-
ration of one year after the date of final acceptance by the Own-
er, shall be repaired by and at the expense of the Contractor.
The following tests shall be in accordance with AWWA C-600-77 or
the latest revision thereof. The Contractor may, at his conven-
ience, with the approval of the Engineer, make tests upon the
system in addition to those listed below.
With the installation of temporary blockage to protect the green
concrete or allowing a lapse of at least 8 days after the placing
of thrust or backing blocks, all newly laid pipe and its appurte-
nances or any valve sections thereof shall be subjected to pres-
sure and leakage tests. The Contractor shall provide all testing
equipment and material including water of a quality approved by
the Engineer, if not provided by the Owner, and.shall conduct the
following tests in the presence of the Engineer.
Tests in the presence of the Engineer are intended to be demon-
strations of satisfactory performance. The Contractor shall
satisfy himself that the section to be demonstrated will pass a
test before requesting one. If subsequent tests are required
because of failure of the demonstration from lack of prepara-
tions, the Contractor shall compensate the Engineer for time
spent on such subsequent tests.
A. Hydrostatic Pressure. The hydrostatic test pressure to be
applied shall be accomplished at one and one-half (1-1/2)
times working pressure or 200 psi, whichever is greater.
This test pressure shall be applied relative to the lowest
point in the main being tested.
B. Pressure Test. Each valved section of pipe shall be subjec-
ted to a pressure test prior to connection with the rest of
the system. The pipe shall be completely filled with water
with all entrapped air expelled through hydrants or blowoffs
at high places, or if such are not available, through taps
made at the high points. Such taps shall be plugged subse-
quent to the pressure and leakage tests.
1
I
DIVISION 5 - PRESSURE AND LEAKAGE TESTING I
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 per mile of pipe per inch of
nominal diameter for P.V.C. pipe, or 12 gallons per 24 hours per
mile of pipe per inch of nominal diameter for cast iron, ductile
iron, or asbestos -cement pipe. All visible leaks shall be re-
paired regardless of whether the section in question meets leak-
age limitations or not. Leaks shall be repaired and the tests
repeated until the line is approved by the Engineer.
SECTION- 05-02: DISINFECTION. All lines of the water system I
shall be disinfected after they have been flushed, according to
the AWWA C-601-68 or the latest revision except as herein stated. I�
After satisfactory pressure and leakage tests have been comple-
ted, a solution of water containing at least 100 parts per mil-
lion
of free available chlorine shall be introduced into the pipe
line at the distributions system intake. Various outlet points
and valves shall be opened to allow the flow to proceed through
the largest pipe successively to the smallest, including service
outlets, throughout the system. Discharge from the system shall
be accurately measured and tested to ascertain when various sec-
tions of the pipe have been filled with the chlorine solution. I�
After the system has been filled, it shall be allowed to stand
for 24 hours after which there should be at least 25 parts per
million residual chlorine remaining in the water.
2 1
I
I
DIV18190 5 - PRESSURE AND LEAKAGE TESTING
1
' 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 fails 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 A
' Calcium
Nominal Capacity *Chloride of Lime Hypochloride
Pipe Size Gals./100 Ft. 1 Lb./100 Ft. 1 Lb./100 Ft.
' 3/4 2.3 .0092 .00345
1 4.0 .016 .00600
2 16.3 .065 .0244
' 3 36.7 .147 - .0550
4 65.2 .260 .0978
6 147.0 .588 .2205
' 8 261.0 1.044 .3915
10 406.0 1,624 .6080
12 585.0 2.340 .8770
C
I
I
I
I]
* Quality of chlorine compound noted based on 4 lbs./100 gal.
Chloride of Lime (25% avail. C12) and 1.5 lbs./gal. Calcium
Hypochloride (70% avail C12).
The Contractor shall furnish all material, labor, and equipment
to flush out and disinfect all existing water systems integrated
with the water system.
SECTION 05-03; BACTERIOLOGICAL SAMPLES. After disinfection,
bacteriological samples should be taken by a City representative
on 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
11
I
DIVISION 8 - IRON PIPE & FITTINGS
SECTION 8-A - DUCTILE IRON PIPE & FITTINGS
' SECTION 8A-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
' Inches Class Inches Inches
4 51 0.29 4.80
6 51 0.31 6.90
8 51 0.33 9.05
10 51 0.35 11.10
12 51 0.37 13.20
14 51 0.36 15.30
' 16 51 0.37 17.40
Pipe must be rated at 350 psi minimum working pressure,
' plus 100 psi surge pressure, unless otherwise stated in the
construction Bid Items.
B. Fittings. All fittings shall be restrained mechanical or
boltless, gasketed jointed and cement lined, such as American
"Mechanical Joint with Retainer Gland" or "Flex -Ring Joint,"
or equal.
I
I
I
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
1
I
DIVISION B - IRON PIPE & FITTINGS
3. All fittings up to 12 inch size shall be class 250 and
all fittings larger than 12 Inches are to he class 150
unless specified differently on Plans and in Bid Items.
4. Contractor shall install all fittings as designated on
the plans. Generally, only fittings required for hori-
zontal alignment have been indicated. All other fittings
required shall be furnished by the Contractor, who will
be compensated in accordance with the adjustment unit
price stated in the proposal.
C. Pipe Joints. Mechanical or boltless, gasketed type (ANSI
A21.11 and AWWA C-111) such as "Fastite," "Bell-Tite,"
"Tyton," and "Altite." Joints shall be rated equal to pipe
rating specified in Bid Items.
D. Restrained Joints. All restrained pipe joints and restrained
fittings shall be rated at 350 psi working pressure, plus 100
psi surge pressure, unless otherwise specified in the Bid
Items.
E. Pi a Coating and Lining
1. Cement Lining: AWWA C-104 and ANSI A21.4
2. Bituminous Coating: AWWA C-104 and ANSI A21.4
2
H
En
I
U
I
I
I
I
I
El
I
I
11
F1
I
El
u
I
' DIVISION 8 - IRON PIPE & FITTINGS
' SECTION 8-B - CAST IRON PIPE AND FITTING
SECTION 8B-01: SCOPE. This section covers cast iron pipe and
fittings which shall be furnished and installed complete with all
jointing materials and accessories, anchors and blockings, and
other appurtenances.
SECTION 8B-02: CAST IRON PIPE. All iron pipe, fittings, and
jointing materials shall be as shown on the plans and as
specified herein, and shall be rated at a minimum of 200 psi
' working pressure, plus 100 psi surge pressure.
A. Pipe.
' 1. Design: ANSI/AWWA C-101
2. Manufacture and testing: 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
3
I
I
DIVISION 8 - IRON PIPE & FITTINGS I
3. All fittings up to 12 inch size shall be class 250 and
fittings larger than 12 inches are to be class 150, un-
less specified differently on plans and Bid Items.
4. The Contractor shall install all fittings as designated I
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 I
compensated in accordance with the unit price stated in
the proposal.
C. Pipe Joints. Mechanical or boltless, gasketed type (ANSI I
A21.11 and AWWA C-111) such as American "Fastite," Clow
"Bell-Tite," U.S. "Tyton," Griffin "Bell-Tite," or McWayne
"Tyton." I
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 "Lck-Tyton" joint, or
an approved equal.
E. Pipe Coating and Lining. I
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
wcrk in sound, undamaged condition. Equipment, tools, and
methods used in unloading, reloading, hauling, and laying pipe
and fittings shall be such that they are not damaged. Hooks
inserted in ends of pipe shall have broad, well -padded contact
surfaces.
Pipe in which the cement lining has been broken or loosened shall I
be replaced by and at the expense of the Contractor. Where the
damaged areas are small and readily accessible, the Contractor
may be permitted to repair the lining, subject to approval of the
Engineer.
All pipe coating which has been damaged shall be repaired by the I
Contractor before installing the pipe.
I
I
4
I
IDIVISION 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-
t ded of any two connecting piping units and expressed in inches
per linear foot, shall not exceed that shown in the following
table:
' Pipe Size (=D)
• • 8" to 12" : 14" to 16"
' Type of Joint 6 inch : inclusive : inclusive
Mechanical or Boltless
Gasketed 6/D 8/D : 9D
Either shorter pipe sections or special bends shall be installed
where the alignment or grade requires them.
' SECTION 8-F: REACTION ANCHORAGE AND BLOCKING. All unplugged
bell and spigots, or all bell tees, Y -branches, and bends deflec-
' ting 22-1/2 degrees or more installed in trench shall be provided
with concrete thrust blocking between the fitting and solid,
undisturbed ground in each case, except where solid ground
blocking is not available.
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.
I
5
I
DIVISION 8 - IRON PIPE & FITTINGS I
The beating area of concrete reaction blocking against the ground
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 be 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 "Aitumastic
No. 50" or an approved equal. The first coat shall be dry and
hard before the second coat is applied. I
Trenches over, 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 he 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.
1
I
I
I
[1
I
I
II
6
I
El
DIVISION 9 - VALVES
SECTION 09-01: SCOPE. This section covers valves and appurte-
' nances as shown on the drawings and as specified herein. All
valves are to be opened left unless otherwise shown on the
Construction Plans.
C
I
El
I
C
I
I
n
SECTION 9-02: MATERIAL.
A. Gate Valves -- See Sheet
Specifications.
I B.
I
I
I
I
I
No. 7, Appendix to the
1. General. All gate valves shall conform to the latest
edition of AWWA C-500 Standard for gate valves for ordi-
nary water works service.
2. Three-inch (3) and Smaller Valves: All line gate valves
used with PVC pipe shall be parallel double -disc gate
valves with non -rising stems and 4 -point wedging action,
open counterclockwise with "O" ring seals. Valves shall
be Mueller No. A-2380-37 slip joint type, or equal.
3. Four -inch (4) and Larger Valves: All line gate valves
for buried service shall be Mueller No. A-2370-20 with
mechanical joint ends; each gate valve used with PVC
pipe shall be provided and installed with a transitional
gasket for PVC service. All other services shall have
flanged ends ASA Class 125.
4. Buried Service Valves: All buried service valves shall
be furnished with Standard AWWA 2" square operating nut.
Valve operating wrench shall be Mueller No. A-246-10 by
36" in length, or equal.
Butterfly Valves.
1. All type butterfly valves shall be of the tight closing,
rubber seat type with rubber seats which are recess -
mounted and securely fastened to the valve body. All
valves shall conform to the latest revision of AWWA
standard C-504, class 125-16. Valve bodies may be
"monoflange" with a mechanical joint -to -flange adapter
or may have integrally cast mechanical joint ends.
Valve discs shall rotate 90 degrees from the full -open
position to the tight shut position.
2. Valve Discs: All valve discs shall be constructed of
N1 -Resist, Type 1. All disc seating edges shall be
smooth and polished.
I
Li
I
DIVISION 9 - VALVES
F
3. Valve shafts: VALVE shafts shall be constructed of 18-8
Type 304 stainless steel and shall be a one-piece unit
extending full-size through the valve disc and valve
bearings.
4. valve Seats: valve seats shall be of a natural rubber
or synthetic compound. Bonded -in seats must be simul-
taneously molded in, vulcanized, and bonded to the body,
and the seat bond must withstand 75 pounds pull under
test procedure ASTH D-429-58, Method B, or latest revi-
sion thereof.
5. Valve Bearings: Valves shall be fitted with sleeve type
bearings. Beatings 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. I
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. 1
I
2 1
Li
I
DIVISION 9 - VALVES
Li
17
I
SECTION 09-03: INSTALLATION. The contractor shall furnish all
labor, material, equipment, and hand tools to install the valves
as per the detailed plans and manufacturer's recommendation. All
valves shall be installed with operating nut up in a truly verti-
cal position. Valves shall, in general, be placed where indicat-
ed on the detailed plans. All valve settings shall include all
compaction necessary to provide a stable base for the valve box.
SECTION 09-04: VALVE KEYS. The Contractor shall provide two (2)
valve keys per each size valve, suitable for use with the valve
installed, as manufactured by the valve manufacturer.
SECTION 09-05: VALVE OPERATING WRENCH. The Contractor shall
provide the owner with three (3) valve wrenches, Mueller No. A-
246-10 x 36" in length, as a Subsidiary Item to other Bid Items
of the project.
SECTION 09-06: CHECK VALVES. The Contractor shall furnish and
install check valves with reinforced concrete vault with metal
lid and appurtenances as shown on the plans and as specified
herein. Concrete vault with lid shall be constructed as per
Details shown on Construction Plan Sheet No. 20 of 23.
A. MATERIALS. All check valves shall conform to the standards
herein and as shown on plans unless otherwise approved by
' Engineer. All materials of construction shall conform to
ASTH standards for cast iron, ductile iron, bronze, and
stainless steel.
1. Valve Body shall be cast iron for working pressures of
175 psi and less and shall be ductile iron for working
pressures greater than 175 psi and less than 350 psi.
I. 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.
3
I
P
DIVISION 10 - PLASTIC PIPE AND FITTINGS
SECTION 10-01: SCOPE. Covers all PVC pipe and fittings to be
'
furnished and installed as required in these specifications and
as shown on the plans. The specifications shall apply to all
plastic pipe sizes 2" to 12" in diameter. SDR rated pipe shall
comply with Commercial Standards C5256, and DR rated pipe shall
comply with AWWA C-900.
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.
Snaking or humping the pipe shall be required in accordance with
the manufacturer's recommendations and to the satisfaction of the
Engineer.
The Contractor shall make arrangements with the PIPE MANUFACTURER
to have a FACTORY REPRESENTATIVE skilled in the installation of
plastic pipe of the above type present for a minimum of one day
at the start of the laying of the pipe. A pipe supply house
representative shall not be considered as being a representative
of the factory.
SECTION 10-03: JOINTING.
A. Boltless Gasketed Joints. Assembly and installation shall be
with clean and uninjured joints in accordance with manufac-
turer's recommendations. All Joints shall be lubricated per
manufacturer's recommendations before assembly.
' B. Plastic -Metal Connections. All threaded joints where plastic
and metal fittings are connected, shall be so fitted that the
plastic fitting will have the _male thread on it, unless
' otherwise shown. Other types of plastic -metal connections
shall be as recommended by the plastic pipe manufacturer or
Contractor and approved by the Engineer.
IC. Flanged
Joints. All flanged
joints shall
be so made
that
after
uniform compression of
the sealing
gasket by
proper
bolt
tightening, the flange
faces shall
be parallel,
the
jointed fittings or pipe centerlines shall be coincident, and
no abnormal stress shall be transferred to adjacent piping or
fittings. Flanges on plastic pipe shall be tightened suffi-
ciently to slightly compress the gasket to make a good seal,
but not so tight as to distort the flanges.
I
I
DIVISION 10 - PLASTIC PIPE AND FITTINGS
N
SECTION J.Q-04: PVC PIPE AND FITTINGS. I
A. Manufacture and Testing. All SDR rated pipe, sizes 2" - 12",
shall be manufactured in accordance with the Commercial Stan-
dard CS256-63 or latest revision for Polyvinyl Chloride (PVC)
as conducted in accordance with the applicable ASTM proce-
dure. All DR rated pipe, sizes 4" - 12", shall be manufac-
tured in accordance with AWWA C-900. The extrusion quality
test shall be conducted within 2 hours of extrusion of the
specimen. Before shipment, a certified report on the produc-
tion tests of each lot of pipe and fittings shall be fur- I
nished to the Engineer and shall- include:
1. ❑ate of tests.
2. Contractor's purchase order number.
3. Lot number.
4. Heasurements of dimensions and tolerances.
5. Burst pressure values.
6. Sustained pressure test results.
7. Extrusion quality results.
All pipe shall be marked at intervals, as set forth in CS256
and AWWA C-900, to declare compliance with standards of the
National Sanitation Foundation (NSF).
A sample of each type fitting to be used in this system shall
be submitted for the Engineer's approval, and his approval
obtained before purchases of fittings.
B. Material, All pipe and fittings shall be manufactured from
NSF approved material that conforms to ASTM D-1784 Type 1,
Grade 1 (PVC 1120) resins, and the pipe shall be stamped with
the NSF seal of approval and permanently marked. All mate-
rials shall conform to Commercial Standard CS256 and AWWA C-
900, respectively.
C. Pressure Class and Dimension. The pipe shall be fabricated
in conformance with a working pressure class for Dimension
ration of Class 200 with SDR 21 and Class 250 with SDR 17, as
defined in CS256; Class 200 with DR 14, and Class 150 with DR
18. All pipe shall pass rigid quality control tests from a
dimensional standpoint in accordance with the dimensions and
tolerances as set forth in ASTM D-2241.
1
2 1
I
I
DIVISION 10 - PLASTIC PIPE AND FITTINGS
I
I
I
I
I
I
I
I
I
I
ILI
I
Li
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
mote than 20 foot lengths. Pipe with double gasket
type of coupling may be furnished in 40 foot joints.
Only molded and machined double gasket coupling shall
be allowed with pipe In 20 foot or longer joints.
d. Provision shall be made for expansion and contraction
at each gasketed type joint.
e. The pipe manufacturer shall be a member of the Plas-
tic Pipe Institute or American Water Works Associa-
tion and shall have manufactured the pipe and joint
proposed for use for not less than five (5) years.
f. All fittings and specials 4" and larger in size shall
conform to AWWA short or long bodied cast iron fit-
tings using a mechanical joint system with hardened
or duck tipped type rubber gaskets in accordance with
AWWA specifications C-110 and C-111. The fittings
shall be cement lined in accordance with AWWA speci-
fications C-104. The pipe and fittings shall be
installed in accordance with the recommendations of
the pipe manufacturer.
2. Flange Joints. Flange joints shall be 150 pound class
unless otherwise shown.
a. Flanges: ASA Class 150
3
DIVISION 10 - PLASTIC PIPE AND FITTINGS
b. Flange Bolts and Nuts: ASTH A307, Grade B, galva-
nized and of such length that, after installation,
bolts will project 1/8 to 3/8 inch beyond outer face
of nut.
C. Flange Gaskets: Full face 1/8 inch thick neoprene of
plasticized PVC.
4
r-
1
DIVISION 10 - PLASTIC PIPE AND FITTINGS
I
3. Threaded Joints. All threaded joints shall be standard
'
iron pipe threads unless otherwise shown. Only Schedule
80 pipe shall be threaded.
' SECTION 10-05: STANDARDS. All pipe furnished under these speci-
fications must be manufactured to conform to the latest revision
of the following standards:
' AWWA C-900 - Standard for Polyvinyl Chloride (PVC) pressure
pipe, 4" through 12", for water.
ASTM 01598 - Test for Time -to -Failure of plastic pipe under
long-term hydrostatic pressure.
ASTM 01599 - 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.
ASTM D2122 - Determining dimensions of thermoplastic pipe and
fittings.
ASTM D2241 - Specification for Poly (Vinyl Chloride) (PVC)
plastic pipe (SDR- PR).
ASTM D2672 - Specification for Bell -End Poly (Vinyl Chloride)
' (PVC) pipe.
ASTM 03036 - Specification for Poly (Vinyl Chloride) (PVC)
' plastic line couplings, socket type.
ASTM 031139 - Specification for joints for plastic pressure
pipes using flexible elastomeric seams.
1 CS256 - Polyvinyl Chloride (.PVC) plastic pipe (SDR-PR).
' NSF -14 - Thermoplastic materials, pipe, fittings, and
jointing materials.
PS 22-70 - Product Standard.
I
C
5
n
I
N
DIVISION 10 - PLASTIC PIPE AND FITTINGS
N
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: RAflDLING. 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 damaqe to the pipe or any coating or lining materials
thereon.
SECTION 100=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__1010: INSPECTION. Each pipe and fitting shall be 1
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.
I
I
J
C1
I
6 1
I
L
L
DIVISION 11 - VITRIFIED CLAY PIPE (SEWERS)
L
I
L
I
L
L
L
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: ASTM C13, or ASTM C261
Extra Strength: ASTM C200, or ASTM C278
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
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.
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 is used to determine and check pipe
grades, the Contractor shall erect substantial batter boards at
' intervals of not more than 25 feet and not less than three batter
boards shall be maintained in proper position at all times when
trench grading is in progress.
1
I
I
DIVISION 11 - VITRIFIED CLAY PFPE (SEWERS)
I
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 11-05: 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
I
El
I
I
I
I
I
I
1
I
I
I
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.
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 D2152 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,
t 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
Is 5.0 minutes
10 6.5 minutes
12 7.5 minutes
' 15 9.5 minutes
I
1
I
N
DIVISION 11-A - POLYVINYLCHLORIDE PVC_ PLASTICSEWER 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.
N
I
I
I
L
I
I
I
I
1
I
H
I
DIVISION 12 - STANDARD MANHOLES
I
' 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.
I
I
I
I
I
I
I
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.
1
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.
1
I
I
U
DIVISION 12 - STANDARD MANHOLES
Drop manholes and other special structures shall be built in
accordance with the drawings. All fittings, connections,
drops, concrete drop encasements and all other sewer pipe
appurtenances built Into walls shall be provided.
Utilization of the existing manholes shall conform to the above
requirements for shaping the invert.
L
U
I
I
I
I
I
I
I
I
I
2 1
[1
I
DIVISION 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:
A. 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.
B. 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.
L
C
1
I
I
DIVISION 13 - ACCEPTANCE TESTS
PIPE SIZE MINIMUM TIME
inch (minutes)
6 3.0 I
8 4.0
10 5.0
12 5.5
15 7.5
is 8.5
21 10.0
24 11.5
30 14.5
If by use of the procedure a faulty section of line is found,
that section of line shall be tested at 20 foot intervals to
determine the exact location of the leakage. If a section of
piping is found to be leaking, the exact source of the leak
shall be determined, a repair made, and the entire section
retested.
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 far 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
I
I
2 1
I
I
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.
IA. 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.
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.
IC. 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.
'
I
I
DIVISION 15 - LOW PRESSURE AIR TEST OF SANITARY SEWER PIPE LINES
SECTION_15-01: SCOPE. This specification covers the recommended
'
practice for testing gravity flow sanitary sewer lines, when
using the low-pressure air test method to demonstrate the inte-
grity of the installed material and construction procedures.
This specification is for use in testing 4 through 24 inch sani-
tary sewer lines.
' 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.
SECTION 1555-03: SAFETY.
A. The air test may be dangerous if, because of ignorance or
carelessness, a line is Improperly prepared.
B. All pneumatic plugs should be seal -tested before being used
in the actual test installation. One length of the pipe
shall be laid on the ground and sealed at both ends with the
test plugs to be checked. The sealed pipe shall be pressur-
t ized to 5 psig (34 kPa). The plugs shall hold against this
pressure without bracing and without movement of the plugs
out of the pipe.
C. As a safety precaution, pressurizing equipment shall have a
regulator or relief valve set at.a maximum of 10 psi (69
kPa).
SECTION 15-04: PREPARATION OF THE SEWER LINE.
IA. Flush and clean the sewer line prior to testing.
B. Plug all pipe outlets to resist the test pressure. Give spe-
' cial attention to stoppers and laterals.
SECTION 1.5-05: PROCEDURES.
IA. Determine the test duration for the section under test in
accordance with Table No. 1.
' B. 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.)
I
1
I
N
DIVISION 15 -_LOW PRESSURE AIR TEST OF SANITARY SEWER:PELINFS-
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.
TABLE No. 1 _
MINIMUM TIME
PISI.2E (minutesl
4 INCH 2.0
6 INCH 3.0
8 INCH 4.0
10 INCH 5.0
12 INCH 5.5
15 INCH 7.5
18 INCH 8.5
21 INCH 10.0
24 INCH 11.5
SECTIrN 15-06: _ACCEPTANCE. I
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
ncssss of joints and quality of workmanship. The Enuineer will
determine the frequency of additional testing required.
2.
I
LJ
I
DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE
I
' SECTION 20-01: RIGHT-OF-WAY REQUIREMENTS.
A. Residential Street: Fifty (50) feet.
' B. Collector Street: Sixty (60) feet.
C. Minor Arterial: Eighty (80) feet.
' D. Principal Arterial: Eighty (80) feet.
SECTION 20-02: STREET WIDTH.
A. Residential Street: Thirty-one (31) feet back to back of
curb.
B. Collector Street: Forty-five (45) feet back to back of curb.
C. Minor Arterial: Forty-five (45 feet back to back of curb
unless Federal and/or State Highway Department funds are
used; then the requirement becomes forty-nine (49) feet back
to back of curb (four twelve -foot lanes).
D. Principal Arterial: Same as Minor Arterial.
' SECTION 202003: 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.
' L204: MATERIAL. BASE 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.
I
For grades of ten percent (104 or less, the
shall be two Inches (2") of asphalt cement
after compaction.
For grades in excess of ten percent (10%), the surface course
shall be six inches (6") of portland cement concrete (five
and one-half (5-1/2) bag mix) with a twenty-eight (28) day
cured strength of 4200 psi. See Division 22 for Concrete
Street Specifications.
Grades in excess of fifteen percent
permitted exceeding three hundred (300)
SECTION
surface
least eight
20-07;
COHPACTION. All sub -base, base,
be rolled and compacted with a roller
(8) tons.
and asphalt
weighing at
shall
SECTION 20-08:
new streets.
CURBS AN❑
GUTTERS.
Required
sheet for
on both
shapes,
sides
etc.
See standard
detail
SECTION 20-09: SIDEWALKS.
Residentiul Streets:
on one side of street.
Collector
Streets and Commercial
Zones:
Five
the
profiles.
(5) feet wide
street unless
sidewalks
otherwise
required on both sides of
shown on Engineering plans and
Arterial Streets:
Collector.
SECTION 20-10: DEDICATED
STREETS.
All dedicated
streets
will be
constructed
according to the Engineering
plans and
profiles
approved by
the Street Superintendent. The
construction
process
shall be
supervised by a registered
Professional
Engineer
commissioned
by the developer.
SECTION 20-11: CONCRETE STRUCTURES.
specifications.
SECTION 20-12: GENERAL COMMENTS. Regarding construction
Division 21 of these specifications.
C
DIVIS1oN20 - STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE
' SECTIr N_20 _13: STREET EXTENSION. The extension of any existing
streetregardles's 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-f±ase" and
Section 20-05, "Base" of these specifications. Density tests on
the sub -base shall be performed by the following methods:
A. A minimum of three (3) standard densities shall be performed
on any continuous prepared stretch of sub -base equaling less
than 900 linear feet.
B. A minimum of one (1) standard density shall be performed
' every 300 linear feet on any prepared stretch of continuous
sub-hase 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 stato and shall
be tested as stated in Section 20-14.A, B, and C above.
E. All proctors and testing shall be performed in the presence
• of the Fayetteville City Street Department representative.
• The cost of said testing and proctors shall be the expense of
the Contractor.
I
1J
IH
I
I
3
I
H
I
I
I
I
HI
I
I
LJ
DIVISION 21 - GENERAL COMMENTS REGARDING CONSTRUCTION
SECTION21-01: WARPED OR SLOPING SECTIONS. Warped or sloping
sections will not be permitted.
SECTION 21-02: BANKS. All banks. behind curbs will be back -
sloped dt a ratio of three to one (3 to 1) to the Right-ut-Way
line.
SECT1ON 21-03: NATURAL DRAINAGE.: Natural drainage will be
adhered Lo by incorporating street underdrains or by rechanneling
natural ditches into improved drainage easements.
SEC_PION 21-04: STREET INSPECTIONS. The Supervising Engineer
will accompany the Street Superintendent on inspections, and the
proctor densities and plastic index tests will be conducted in
the presence of the Street Superintendent. The testing lab per-
Lorming the field tests shall provide the Project EuyLneer with
certified test results immediately following field testis. These
three inspections are to be performed by the Street Superinten-
dent or his designated representative during the construction
process, as follows:
A. AlLer all streets have been cut to subgrade and the sub -base
liar; been prepared.
B. Altr curbs and gutters and base material is installed.
C. Upon completion of paving, all construction, backfill, and
cIeanup.
SECTION 21-0S:
ENGINEERING
CERTIFICATION_
CertiticaLion will be
required from
the Supervising
Engineer before lots will be
released.
I
I
I
I
I
I
SECTION 21-06: UTILITIES' COVERAGE. All utilities, including
service connections, will have a minimum of four feet (4') of
cover, or two feet (2') below the floor of all drainaye ditches
and all improved drainage easements, or two feel (2') below the
floor of all street drainage structures and street pztviny. Util-
ity lines with less than two feet (2') cover under street paving
shall be encased in concrete from one foot (1') outside each back
of curb.
1
I
I
P1Y181ON 22 - CONCRETE STREET IMPROVEMENTS MINIMUM
' SPECIFICATIONS FOR CITY OF FAYETTEVILLE
' SECTION 22-01: SCOPE. The specifications are intended to
express minimum design and construction requirements of
' Fayetteville City Ordinance No. 1790 for concrete street
Improvements.
SECTION 22-02: CONCRETE STREET STRUCTURES. All concrete street
' structures described on the attached diagrams and Included in
these specifications shall be constructed of 4200 psi Portland
cement concrete at 5 1/2 bag mix in 28 days. Concrete shall be
' troweled and shall have a light broom finish with application of
white pigment curing compound to serve as a method of curing.
SECTION 22-03: SUBGRADES. All subgrades shall be prepared by
the Contractor to a grade plus or minus one Inch (1") within the
finished grade.
' SECTION 22-04: MINIMUM THICKNESS OF SIDEWALKS AND DRIVES. Mini-
mum thickness of sidewalks shall be four inches (4"). Residen-
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.
I
I
I
I
1
1
N
DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM
SPECIFICATIONS FOR CITY OF FAYETTEVILLE I
SECTION 22-06; PLACEMENT OF CONCRETE PAVEMENT_ All concrete
street pavement shall be placed mechanically with equipment
approved by the Consulting Engineer for the Street Department.
All concrete street construction procedures and details shall be
in strict accordance with Portland Cement Association (PCA) Pub-
lication IS119.02P, "Suggested Specifications for Construction of
Concrete Streets", unless otherwise approved by the Consulting
Engineer for the City Street Department. Concrete for the pave-
ment shall be non -reinforced and shall have a 28 day compressive
strength of 4,200 psi when cured and tested in accordance with
AASI{O T22, or ASTM C39; and AASHTO T23 or ASTM C31. The concrete
shall be placed six inches (611) 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 16) 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 15-3/4) 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 I
A. JOINTS. Expansion and construction joints shall he placed as
indicated on the plans. In addition, traverse construction
joints shall be placed wherever the placement of concrete is
suspended for 30 minutes or longer. Transverse contraction
joints shall be placed normal to the centerline of the pave-
ment at Intervals not to exceed 15 feet. A longitude con-
traction joint shall be placed along the centerline of pave-
ment whenever the concrete is poured continuously across the
full width of the street.
B. TRANSVERSE CONSTRUCTION JOINTS Transverse construction
joints shall consist of a butt joint formed the full depth of
the slab with either keyways or dowels one inch in diameter
placed in a manner shown on the plans or in accordance with
joint type 1TB1' or "E" as shown in Portland Cement Association
Publication IS211.01, "Concrete Streets: Typical Pavement
Sections and Jointing Details:.
I
2 1
I
I
I
DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM
SPECIFICATIONS FOR CITY OF FAYETTEVILLE
C. TRANSVERSE CONTRACTION JOINTS. Transverse contraction joints
shall be formed in accordance with Section 902 of the pre-
viously referenced PCA Publication I8119.02. 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 (114) 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.
t 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-
t 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.
I
I
I
3
I
I
DIVISION 23 - TESTING
I
C
C
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 officialrepresenting 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
IA. 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. SB-2 Base. The following tests shall be performed in accor-
dance with Division 20 of these specifications:
1. Modified Proctor with curves.
2. Density - Compaction to 95% Modified Proctor after com-
paction by the Contractor.
C. Portland Cement Stabilized SB-2 Base. All testing shall be
in accordance with the Arkansas State Highway Department
' Guidelines AND as stated herein. Material sections shall be
in accordance with the following standard procedures, and
shall be tested in accordance with the following:
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
Li
DIVISION 23 - TF_STING
I
2. Contractor shall place sections in 100's of EeeL, giving
Engineer 24 -hour notice. Each section's lay ^hall prove
to be a minimum of 5.5% portland cement by weielht prior
to watering process. Weight. tickets shall he 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 compactior.. 1?ach
test sample shall be placed in 6" diameter mole=, filled
7" deep, left on construction site, then mn1 tore cured
in the lab for 72 hours. The testing procedure for
sample compaction shall be in accordance with ASTH 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 r_-39.
Each 100 foot section shall have one Cl) sample yielding
a compressive 7 -day strength of 650 psi or greater prior
to proceeding with construction. Al] sections not
meeting this criteria shall be Immediately r"^ntnved and
teplaced by the Contractor at his expense within the
time -frame of his contract. The same proce'l'cre shall
;cpply to replacement sections as to the original sLvt Ions
laid.
4. Density_ Tests: Density test: procedures shall he in
•ir-cordance with Division 20, "SB-2 Base" and shall he
taken after the street section has been compact -(c1 by the
Contractor. All tests shall equal or exceed 95t Modified
proctor.
D. Cnurrete Streets and Structures. Testing shall he in
accordance with the following, and shall be p�rfnnrmed in
accordance with standard ASTM testing procedure, such as ASTM
C 39, ASTM C-31, and ASTM C-143: I
1. A minimum of 3 cylinders per day's pour of lee;!; than IF0
C.Y. I
2. A minimum of I 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.
I
2 I
I
DIVISION 24 - STORM DRAINAGE OR STORM SEWERS
I
I
SECTION 24-01: STORM DRAINS. Storm drains shall not collect or
transport any sanitary sewage.
SECTION 24-02: NATURAL DRAINAGE. All natural drainage shall be
adhered to.
SECTION 24-03:
STORM
DRAINAGE DESIGN. All
storm drainage shall
be designed for
the
twenty-five (25) year
flood plane, unless
otherwise noted
on the
plans and profiles.
SECTION 24-04: CONCRETE PIPE REQUIREMENTS. Class II reinforced
concrete pipe conforming to ASTM C-76 shall be used. The minimum
size permitted shall be fifteen (15) inches. inside diameter.
SECTION 24-05: CORRUGATED METAL PIPE. 16 gauge under street
' paving and 18 gauge other places.
I
I
I
I
I
1]
I
[1
I
SECTION 24-06: SURFACE DRAINAGE. Seven hundred (700) linear
feet shall be the maximum distance to carry surface drainage on
the street surface. Then the drainage must be collected in curb
drop inlets, catch basins, etc. and storm drained to a natural
drainage channel.
SECTION 24-07: SPECIAL GASKETING AND SEALING MATERIALS. Special
gasketing and sealing materials shall be used at all pipe joints
and plugs to prevent infiltration into storm sewer. Procedure
and materials shall be proven and acceptable in quality.
1
I
n
n
n
c
rt
IY
a
ro
n
z
C
Cal
Cu
m
19
-
r
.
r
r
m;
-n
D
-I
p
A
€
Z
'O IA H -Ti
omxoz
omzy7pN
V X41-V-VH
•
F�. m� n
ao
i=m
m
T
It'
Z
1l
m
Imo
rv�
mo
oot
L N
H
m
0
I
1
1
1
1
I
I
--r1J-4--
•
I.•
7''
i.
W
LI
5
a
a
0)
a
a
z
W N
Co
W C
0
U z i?
= w Cr ig
3 0
w g €'
a 1
c• ro a
U C H 0 s
•
w Na
(flogU)
x■
Q. 4o
O 'IIt. 04
N Q o
•
Z oli YOa.i
o
pW QQbz
U H N $
U) u 91
a ro
1 U
Z N•ri
W Z v
oa
H U)
U)
HO
I
I
I
C
DIVISION30 - 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 used in the mixture shall
conform to the following requirements:
A. Aggregate. Crushed stone shall conform to the requirements
specified in Subsection 306.02 of Section 306: Crushed Stone
Base Course, of the Standard Specifications, edition of 1978,
1 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-) 1% of optimum.
1
I
DIVISION 30 - CEMENT TREATED CRUSHE❑ STONE BASE I
B. Laboratory Tests. Specimens of aggregate, cement and water
must develop a compressive strength of at least 650 psi in 7
days. I
SECTION 30-04: CONSTRUCTION METHODS.
A. Weather Limitations. The cement -treated base shall not be
mixed or placed while the atmospheric temperature Is below
35 Fahrenheit within 24 hours, or when the weather is foggy
or rainy. The temperature requirements may be waived, but
only when so directed by the Engineer.
B. Equipment_ All methods employed in performing the work and
all equipment, tools, other plants, and machinery used for
handling materials and executing any part of the work shall
be subject to the approval of the Engineer before the work is
started. If unsatisfactory equipment is found, it shall be
changed and improved. All equipment, tools, and plants must
be maintained in a satisfactory working condition.
C. Forms. When forms are required, they may be of wood or metal I
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- I
land cement concrete pavement. They shall he of depth at
least equal to the edge thickness of the work prescribed.
They shall be straight and shall have a minimum section
length of 10 feet.
when directed by the Engineer, solid forms will not be
required. In such cases, the spreading equipment and supply
of base mixture shall be such as will permit the continuous
and satisfactory spreading of material for one or two-lane
construction and compaction to the proper thickness and
contour.
D. Preparing the Subgrade. The subgrade
accordance with the typical sections
base course is placed thereon.
2
shall be prepared in I
on the plans before the
I
[. I
I
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-
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-
, 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.
I
H
I
I
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
section has been completed,
pendicular to the centerline
content with proper density
vertical face conforms to t
plans.
3
compaction and finishing of a
the base shall be cut back per -
to a point where uniform cement
has been attained and where the
he typical section shown on the
I
DIVISION 30 - CEHENT TREATED CRUSHED STONE BASE I
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. I
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.
1
4 '
' 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-
' 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
' 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.
I
5
H
DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE I
SECTION 30-07: BASIS OF PAYMENT. Work completed and accepted
under this item and measured as provided above shall be paid for
at the contract unit price bid per square yard for cement treated
crushed stone base course, which price shall be full compensation
for furnishing all materials, for mixing, hauling, placing,
rolling, finishing, and curing; and for all labor, tools,
equipment, and incidentals necessary to complete the wcrk.
I
I
I
I
I
L
I
I
I
I
I
I
6
C
H
APPENDIX TO SPECIFICATIONS
F
I
I
I
I
I
I]
I
I
_1
LI
H
WATER SYSTEM DETAIL INDEX
SHEET NO. SHEET NAME
1
Typical Service Setting
2
Typical Service Connection & Water Setting
(Type I)
3
County Road and Driveway Replacement
(Type II)
4
Bituminous Concrete Road Replacement Detail
6
Air Release Valve Detail
7
Gate Valve Detail
B
Fire Hydrant Detail
10
Blow -Off Detail
11
Thrust Blocking For Pipe Fittings
11-A
Concrete Thrust Block Detail
11-B
Thrust At Pipe Bends
11-C
Resultant Thrust Of Water Under 100 psi
Pressure At Bends And Fittings
12
Concrete Thrust Anchor
13
Buried Creek Crossing
14
Steep Draw Crossing
15
Concrete Encasement
16
Trench Detail
17
Highway Bore and Casing Detail
SANITARY SEWER DETAIL INDEX
SHEET NO. SHEET NAME
1 Typical Trench
2 Concrete Manhole
3 Encasement Pipe
4 Buried Creek Crossing
5 Cleanout
U1<RO 8C
[l y Z
sn
Cl 9� g
r
I
St
rti
•
i
H
In
DCC
z
2
M
Yti
A
€
RF
V
9/16'
rot
i
2 1/A
N
L86T 'Annr
:NUISIA3a 93i
31Ob1d333d ION 38V ,,SlV203 a0„
i t, 1dno� ao., A
Evtcl H uotun uotesaadwo3 oil ,,t -/E asn
eut-1 a:.tAJe3 c' Aeddo: eaaxe a_,auuoD of
tIVl3I5N'31X3 3N11 3:flAe3S III
Aapuncod
tpno.rz,
Aq pa.JnaDe;nuew 601-3 P11 as}eW }etd I'3 „81
T
g5no I InjaW/ aaTlanW
Aq
{r? ma. a;nuert Sr peq:.gou 'A1U0 I latiS ssau Dttil
ileM SLZ'10E' VZBTOSti xog ,ta;aW 3Ad ..bZ x „BT
I
saiald tlel ZZbl-H/M
Z0bM-H-taTlafW a.yo,t, 2azaW ast;j „Z1 x .t/E x „B/S
1
BOOST-H-tallenW •dwoo oil 'dodao3 „t -/E
1
s1!oa .09 6uignl Aeddo:3 j►oS >1 adAI ,.t•/E
SdVI 3-1E' IS
Atpunod
LDno.r3
Aq peina'e;nuetu 601-3 P11 aa4eW lel3 'I'3 ..81
I
t{6nC I Tn3DW/ Aa11a1 W
Aq
pe.rn4:e;nuew se pat{:'aou 'A 1(10 11at1S sseminit{1
Itr'M
LZ' '10£' tZ810SN xo@ Jagew 3Ad ..fl x '81
T
sa='aid 1!rl PT-H/M
^:,t-1-,1
aallanw a1oA .talat.{ .tas1H ,.'T x ..t•l£: x
- - -
- E9£S T —H
tllf'tM ..C/ T L dIW x dIW x S13 011 t{�uea8 n „t•/E
I
SC)09t-H aaltenW •dwo.-t Ott dos •dao,3 „b/E
I
slta3 t09 .tadda3 a;o8 k adAI .,t•/E
Sd&l 3 d
:SPJOII33NNUJ 33IAa3S II
`2,. 1
x
BE't•1-NIOI
DWU1O8
.,T
x
„ZS
33,.blG
x
8Ebt-NtOt
3ewoa
„b/E
..ZT
vi_i „T
'
Z.t'ZT-NIOT
Dewoa
tot
„c}T
Jlt,t/E
x
T'T
NSOT
?ewo.1
„bIE
x
toot
i:, T
_9
6 -NTOT
ewc'a
1
x
„8
]J ,tlE
x
796
-N101
„b/£
x
.18
_t=t l
x
OS'L
-NI01
aewc•N
..1
JDiot•/E
>
uS
—N101
:'ewotJ
b/E
x
„9
a3 l
x
ob'S
-Nlo1
:iewc'a
'1
33.,t -/E
x
ob'S
-NTOI
Dewoa
.,b/£
X
•ttr
it
*+
SL'Z
-NTot
T
x
„b/t-Z.
3J it t•/E
X
cL'Z
-NTOT
]ewod
.tP/£
(dl) ,b/t-z.)
]/v oo T7 'uu.I e11;:'n(l 'uoal 1se3 'CAd 006-3 1SNI11W
BZ.t•El-H
aaTlanW
,.1
x
t-
I3Zt'Et-H
aaTlanW
.,t/E
x
b
SZt-ul.-H
aaTlanW
t,l
x
c
X
.t£
OZFF£1-H
aaTlanW
.,1
x
.t Z.
OZt'CI-H
-tai
tenW
t.b/E
x
..Z
N3t3WHN b30d0
d33r11JHJnNVW
3Z
I S
c,.b PUe ',.E '.,Z) TZ SUS '3Ad OOZ ssel'3 'SNIVW
tS3l00dS 331Aa3S
Sda1 33IAa3S 3NIl NIVW
33IAa3S N31VM 3lSV10d
ao4 -
SNOI1H3I4133dS WId31VW '
Ti --1 I Ai113 hA
CMAX. WIDTH MILHOLLAND COMPANY
'OR PAVEMENT Engineering & Surveying
SAW CUT 205 west Censer Street
Fayelleville. Arkansas 72701
Office Phone (501) 447.4724
EXISTING CONCRETE OR BITUMINOUS
CONCRETE DRIVEWAYS, STREETS,
COUNTY HIGHWAYS,& PARKING
SURFACES.
" — T'i aRIABLE THICKNESS
I2"MIN. UNDISTURBED TI0004 S e 1 1/2 T FOR BITUMINOUS
BANK CONCRETE DRIVEWAYS a STR
(MIN. 2" THICKNESS)
T + 2" FOR CONCRETE STREETS
B HIGHWAYS (MIN.S")
CONCRETE DRIVEWAYS(MIN.4")
3" MIN. HOT OR COLD
BITUMINOUS MIX FOR COUNTY
HIGHWAYS AFTER COMPACTION
OF BASE.
COMMCTED SO -2
SEWER MAINS
I BITUMINOUS CONCRETE REPLACEMENT MATERIAL SHALL MEET TIE
REQUIREMENTS OF SECTION 405 Of THE STANDARD SPECIFICATIONS
FOR HIGHWAY CONSTRUCTION, ARKANSAS STATE NKiNWMY COMMISS1ON,
EDITION OF Inn
L CONCRETE SHALL NAVE A MINIWJM 28 DAY CDMWRf.SsVE $TRLNGTN
OF 4200 PS I.
TYPE I ROAD CROSSING
REPLACEMENT DETAIL
FOR
COUNTY HIGHWAYS,DRIVEWAYSSTREETS a PARKING LOTS
MILHOLLANI] COMII'•A,NY
Engineering & Surveying
205 Wesl Cente• S'reel
Feyelleville, Arkansas 72701
once Phone 5Q1) 443-4724
6• COMPACTED S13-2
SELECTED BACK -
FILL MATERIAL
PER SPECS
.
•.••
I
•
„
•,
•
'
N
•
EXISTING GRAVEL SURFACE
REMOOVVETD FROM TRENCH
MIN, 12"
VATER OR SEWER MAINS
MIN. 6"
/ t---1MR ES -t
COMPACTED FOR LATERAL AND
VERTICAL STABILITY OF MAIN,
NOTE: SETTLEMENT TAKES /LACE IT IS TO BE REFILLED WITH SB-2
TYPE II ROAD CROSSING
GRAAIEL ROAD AND DRIVEWAY REPLACEMENT DETAIL
' 6i6/6-6 W.W.M. (MIN.)
SAW CUT—\
MILHOLI.AND COMPANY
Engineering & Surveying
205 West Censer 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 ..: ►I.
► . ►
I. 41 MAX.
■ 181 MIN.
COMPACTED 58-2
WATER AND SEWER MAINS
IVOT�. I. BITUMINOUS CONCRETE REPLACEMENT MATERIAL SHALL MEET THE
REQUIREMENTS OF SECTION 408 OF THE STANDARD SPECIFICATIONS
' FOR HIGHWAY CONSTRUCTION, ARKANSAS STATE HIGHWAY COMMISSION,
EDITION OF 1978.
2. CONCRETE SHALL HAVE A MINIMUM 28 DAY COMPRESSIVE STRENGTH
OF 42OO P.S.I.
1
TYPE III ROAD CROSSING
BITUMINOUS CONCRETE
Y
ROAD REPLACEMENT DETAIL . Sheet 1
N
MILHOLLANI) CnnII',cNN'
Engineering & Surveying N
205 Wesl Cenler Slreel
Fayenevilte. Arkansas 7270' N
Once Phone (501) 443 4724
N
DRILL 151 1/E` AIR HOLIES IN LID N
FINISHED 01ADC C.I. COVER (CLAY IS BAILEY I [)011 N
Ii
! 1" 4ALV. RETURN N'/ IA YES"
: Ikl I I FORD = COPPER SCREEN 0010[1[0 TO
BU -444 L` OPEN [ND
L`1 Ball Cu•b Slop = N
11 or K
Y[T[R 001{Equa' }rr� J- DRILL I/S" HOLE 1
I" ►,E M►[ 1 NIN 1 i 1` "LV. ' SEE NOTE 5
/I►[PAICO I AIR RELEASE VALVE
OR EQUAL,e`/3/32'Orifice
Securely affxh Trocer Wire to Pipe
-- Krur
IN RE, 11
con11E �31oN
TO IRON PIPE CONC. SRICNS USIOlSTURS[0 SOIL
ADAPTO11
YARN CONNECTION To SE
TYPICAL 1` CORPORATION
NOTE: 1. 4IR Ii;•:f F,ASE 70 13E. 1NSTAI.L}.1) AD.:ACEN. TO WATER MAIN, OUT O: :'RR}}'], ,
2. P•:l 11111; R] CE SHALL INCI.;IDF ALL LAR03 AND MA"ERIA:.s F?R F.I;!a;F.SSFU',
]G?]'AI,I.-;C'd OF A'R RF ::ASE, TNCL7D]NG BRASS SERVICE 3AYfl y,
":fF,
l 'Hk]IUN SIC', 1" PT .. VALVES, BOX W:T}] LID, OTHER :( aNTiAl, 1 T} :, .S'T::KA; A'1:) N0; SiiiCwlJ
N -:r H F,?X AN1; AIR RE:.F..4.4E VA:,VE SHA'.L 5E SET PLU}:R.
. IT:H f?;!X - BASS AND HA 'S 34F, N
5. 4]I? LF'A E V41.S'F'S ."J7MP}.RS 1, .3, & USE APC:' N7i, Fi'•: F. ,1:^CCI
AIR RELEASE VALVE DETAIL N
Sheet 6
' MILHOLLAND COMPANY
Engineering & Surveying
' 205 West Censer Street
Fayetteville. Arkansas 72701
' Office Phone (501) 443-4724
' WORD "WATER" ON COVER
212.4" CONC. COLLAR ADJUST COVER TO GRADE
_ '/2
TAMP BACKFILL
' Securely attach Tracer Wire
to 80116 and Nuts. 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 --•c
WATER MAIN
UNDISTURBED SOIL `--Compacted Backfill
NOTE' RADIAL COMPRESSION JOINT ENDS USED FOR
PVC PIPE ARE NOT SHOWN.
GATE VALVE DETAIL
7
MILHOLLANt) COMPANY
Engineering & Surveying
2 - 2 I/2"
HOSE
N022LEI -
DRAIN - KEEP
CLEAR OF CONC
2 MIN,
ors
l hil'..I
CUBIC I
FEET OF ILI.
GRAVEL 4
•
j
PLACE CONCRETE
KICK BLACK AGAINST
Undisturbed Soil
I - 4 l/2" PUMPER NOZZLE
205 Wesl Center Slranl
Fayotleville, Ar40nS $ 72701
OIIIce Phone 5O1} 443-4724
MUELLER "CENTURION" FIRE HYDRANT A-423 OR EQUAL M'/ 3'-b" 5L_iL.1
HYDRANT TO HAVE COMBINATION FLANGE AND BREAK
SECTION AND REMOVABLE CARREL
u ,-WORD "WATER" ON COVER
2' i 2' ■ 6" CONCRETE COLLAR SLOPING
2 FROM THE CENTER TO THE EDGES"
� IrFII�ADJUSTABLE 2 PIECE C.I. VALVE BOY
0 c `1
fff
M J- lw B" CATE VALVE - CPEN LEFT
14MIN, OF
C.I. Oq CI. 6" IlYDRANT BNANCII-C.1. or D -
flap
AANI
Tracer Wire oitached 03�z:
to Boltond Nut
NO BENDS IN THIS ANEA 7
I
ALL FITTINGS SHALL BE VARIABLE DISTANCE
ASSEMBLED WITH CUCTILE PLACE CmiC r -e
IRON RE TAINtR GLANDS WITH "'CM !LOCH ACAIN£T
SET SCREW TORQUED AS PER- SOLID PC;""ec�
MANUFACTURERS' RECOMMENDATION. SPR' '
ITEM
NOES' 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 STANCARD
5. CONCRETE SHOULD NOT BE POURED ON BOLTS. ALLOW 2"
MIN. CLEARANCE FOR WORKING ROOM.
FIRE HYDRANT DETAIL
I
w
a
-J
U
a
.
•
Pd
r e
/'
a
n
e s
s
O
°
Na
° A
a I]
..
U J
e
1
� �•
•i •1 W
Y W Y
11.11.^
pU'4``Ja
...:
OSor)Zvj"2
QdWWJ
IIIV�
�i
tNJ
Wy
ZVZO
. _
Z UZ O
•I
W. • • 1
• t V N N •.J
H
,
''lip
W
W
1--
1CI =fib
:
•
o
~
,
U
n
o '
Q
Q
:N
J
1`J
N
N
J
41
V
a
J
r
m
N
c
_
Y
C
A
N
C
r
'-
C
4'
y
m
N
n
'
m
LL
oCAI
—_
r
r
L
t
4
_J
J
U
U
U
O
U
S
N
a
L
r
Z
W
W
i
W
m W
v
U a
11
2
t
I I
Z IJ
J
04
U
p
J Q
WIW
V
W
'Ii
-I
av
H
i
1
4
.
„
It
I)
•
I
W
H
Z J
O
N
III
al
Q
l ) O
41
5.
C
UW
LLIZ
r<'.r
QLC
N Lq
U1W
3c
f N
L)U
J
L. C'1
iL
'J-•
1n
O
w
W
Q
Q
�
CL
C)
C)
a
r
U
Y1
i
0
~
O
n
>F7.
-•( III
III
S
Q
0
W
U.
0
MILHOLLAN() COMPANY
Engineering & Surveying
205 %Neal Center street
Feyenevlae, Arkansas 72701
Office Phone (5011 443.4724
c,
JJ
; JI
THq uIT / '• /%•
ce
1
• � • CONCAVE •S
uN0U 1a4S[D EARTH \�i,- �• \
SLOCMINI F BLOCKING '
0q ILL
(LOCKING FOR ILO!
!EL NOTE `C"ii
PL VI • EOO( OF T4
-CONCRETE 4 OCMIHO INCH
---a
_ORIG INAL - - _ _ 0416'NAL
I ROUND L tvu � J
✓ 64OU V0 �(v[L
,\\ SILTED STRAPS
CROSS
C 0
OF TRENCH
ILOCMINI FOq cans SLS
'JTE:
AEI. PIPE F'i'ilNGS 411 AND LfR'.GF:R
SHALT. 15c;
D.I. echa.nic1' ,;dirt rated �',n
{'.s.1, work::i' pressure fcr thin
pressures cr'ealer than ?00 p,s.i•
L'.I. or • `'I^chanical J0.nt
Class 53 r0, Main Pressures less
thar. ?GC ,•s,.•
C. TL° rcT ]l 1'k:'h: Shall be adel]Isate
o wi_tt'Hid the s.1m of the StstIc
ain Pressure i th ,,'tcr'agc, Tacks
full i:,l,;in r.s.i. Water Hr:"
:til'1_L`d by u"(,Istu;,oed
11 Packi•)F s,Tal ] be assumed
ace.luat a to '.]C ' .s, f • pressure.
— _ '1I.
f`NCWTE SLCCMINO
ii
�rV 4L
—1�
I[NC
7Hgfai I
/ I
_ a 1
!EE NOT[
•LOCMINI Post SENDS
CDNC5ETL BLOCKING
111 iJkJr?L
It, —
I L_ [WE OF TRENCp1
ti
•1-OCIIN� T
THRUST BLOCKING
FOR
PIPE FITTINGS
II
I
1I
'I
I
I
I
I
I
I
I
II
I
Sheol /l
I
i
i
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
THRUST BLOCK SCHEDULE
PIPE SIZE
FITTING
A
B
CU. FT.
4"
TEE
2-0"
I'-6"
2.6
OR
90°
2'-9"
1 - 6"
4.7
SMALLER
45°
2-0"
I'-0"
1.7
TEE
3'0"
2'-0"
7.5
6"
900
36"
. 2-6"
13.3
450
2'-0"
2'-0"
3.4
TEE
3-6"
2'-6"
12.7
90°
4'-0"
3'-0"
20.0
45°
3'-0"
20-0"
7.5
TEE
31-611
31-6"
26.7
10"
90°
41-6"
4'-0"
50.4
45°
31-O"
31-0" .
20.0
NOTES:
1. CLASS B CONCRETE - 2,000 PSI, 28 DAYS.
2, SCHEDULE BASED ON THRUST RESISTANCE OF SOIL OF 1000 LOS. PER
SQ. FT. AND 100 PSI LINE PRESSURE.
3. FOR LINE PRESSURES GREATER THAN 100 PSI AND/OR SOIL RESISTANCE
LESS THAN 1000 LBS. PER SO. FT. , THE SCHEDULE SHALL BE
ADJUSTED IN THE FIELD.
4. DEAD END BLOCKING IS THE SAME AS FOR TEE.
PIPE
DO NOT ENCASE
JOINT
FITTING
FINISHED GRADE
CONCRETE
-UNDISTURBED SOIL
FITTING
PLAN SECTION
CONCRETE THRUST BLOCK DETAIL
MII.IMLL.AND COMPANY
Engineering & Surveying
205 West Cenfnr Street
Df',ce Phone (501) 443-4724 Feyeltevdle. Ark; 3972701 Sheet l/-4
THRUST AT PIPE BENDS
P• 2x 62.5
HA
Sin
sa
USE TEST PRESSURE. USE
INSIDE
BELL
DIAMETER
WHEN APPROPRIATE. USE
BOTH
" A"
SCALES TO
SET POINT ON SUPPORT LINE.
READ
"9" SCALES
IpOOp00
PITH STRAIGHT LINE THROUGH
SET
POINT.
A\
500,000
rt
4
Jvi.
3 W
- ---
�—
W
4
W
5
IC
r
s 4
f0`•'
0
I5z
21m 0
25.
3041
40W
J
Soo
e0 z
roe
90
W.rf . r. w..._...
72®
so
4e
42
36
= 30
024
z
—20
Ie
16
Ir 14
*1111
I-•10
ae
4
as
k1
d 4
0.
3
2
O 2
Sao 210
400 1oo,oco
170
160
150 c1
140 0
300 130 z 50,000
4
120 0
110 d 3
too
v 2
200 40
ea— F
c67 N
Tod 10,000
I
''—
L
,1
5,000
b0a
4
Z
=
Ic
3
H
4004)-1
w
2
3s�
W
d
30
1,000
-241 Soo too
Gc0
500
SRFN /1-e
_ ...
o- r.•
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
IL
I
I
I
I
L
[]
I
$$o$gg8ggog$000
p.- O C� o 0 0 o 01
• • • m • • • • . • 1• • . • • • • •
0 0 + m ) 0 N 4 N m 0 w p O N m O O
C- q
q4 ♦ q n 10 p i' a N 01 .. I' N O
.4
O • E - p
es -cu
8 0 0 S 0 0 0 0 0 O 8 8 O S
-Sc •V O .• + O 0 O N O O w + O p p q C
s..• • Or ) q m 0) O) N 10 07 O .. Ii) o
.r C
` o «
O N a p w O 1` O tO .• O C a O O
O • V C q 10 q10 Cl w a .. .. .. ..
Y O
—Cs O O 0 0 0 0 0 0 0 0 0 0 0 0 O C
••• • O O 0 0 0 O O O O O 0 0 O O O O
•> > • m o m .. .. C — p o O .+ a w O N C
. • • pp. • • • • • • • • • • •
i Z ens
N q N e+i 04 N 0 .mi Ow .n.1 w ..Y. m r b
—e con
— �1
.. « e 1 • $ S 0 0 0 0 S 0 0 0 $ 0 $ $ $ $
— e NN •• w o • in m .• p m 0
O .1. e . . . . . . . . .
O 0 0 O N O r 10 - O O 0 100 q a
W .• N .-1 .•1 .• .• .• .a .•1
O
: $ o n g o 0 p w o !o. o $ $ g
fv n o 40 i r %i .O S s o n o i i 01 w
w M •• .. .. w .p .•1 4 p QQ oo
• ILl a r $ OO II)
P S 0 0 $ 8 0 O IC O
•a • • • a • a • • • • • • • •
W N '^ 0 0 + w 0 0 + IC m .. .• o + .4 n p
C N H O O C O N O o n v q n r w
'n — 0 0 0 8 0 0 8 0 0 0 0 8 0 0 0 0 U. N s q + 0 0 m r! o q o o O N r w 4 Cl
O W — N O N C O + m 40 a
+ p tO O W O .. O
LL n O N O o 40 10 + + q to q a w w w
CI.
�! Z O O i O W S o 10D [O. Oi i o Cl q
Q co a m a Cl a 10 01 m v .: o i m r
C + 0 13 + + + n n to a Cl Cl w
ie IO0 0 •0 0 g 0 + 0 0 0 0 0$ $o 0 $
Z OC Z -
+ m + O m + w 0 O q 0 !. w .. O O
4W
m q + 10 to n to n w N Cl -• w w w
'• yQypp
• 0 0 0 0 0 0 O 0 8 S S S O o q p
N= Q X O P NC m O 1- 4,4 w a .• C .0 a0
�i n a n n �i a is C m. :° .+. o a p i
8 w 0s0$sa0o$$$Cl gtgs0
O w N + w 0 m .. + q
0.+Cl • N N Cl Cl w w Cl •4 .4 .. 1 1 .4 O o
o
1 N. S 0 0 0 8 0 8 8 S 0 8 8 0 0 0 o
O v0 + N C• O O + N a N N Cl p w I-
a N 0 .i w 0 mw Iw w . 1 w.p O O O n q w
♦ 1 '4
aL 8 qo p 8 S 8
1 0 10 so O a ED n O 1- o g n So N o lei S
C —
C O O O P. o •O + n of Cl
•
V
• o O 0 $ 0 0 0 0 O O o o Q O O O o
a e g 8 g n g 3 a $ 40 n o• n o a
C N .4 o m m N N e m n + 4,10 01 .. -
V p pp
p• G r 1D .~.1 p q 40 C Cl '4 O pm m w N 0 q
w ..1 .• .• .1 .a O O O O O O O O O 0
W
Mc yJ s
LW O 1 1
•E 00 0 0 O O 0 • O • O o O o 0 � •
e O a D: 0 0 0 0 0 w N 10 + 0 p 0 Owl 0 0
no OF
S
0
54
P
O
M
0
a
w
8
0
0
N
C
0
w
w
0
N
Steel I/ -C
0e•N 0.1.!
N
OV•N! O •[DONN(LL CNGINCCNING CO••ANY
_.
Undisturbed Undisrugybed
Soil sod
rt. fri
B Mn.
T
I"
Leitch Class '�B" Cancrefe
Base
PLAN VIEW
N. , • . .
* . 1: :
:•:-; - ... 4' ....,. .'.-
_� LClass "8" Concrete
ELEVATION VIEW
I
CONCRETE
THRUST ANCHOR U
Sneer I2
205 - CENT(R MIL HOLLAND COMPANY 1501, 443 4'2♦
Fayetteville Engineers Surveyors Arkansas
W
L
.Sheer /3
205 + CENTER MIL HOLLAND COMPANY (501) 443.4724
Fayetteville Engineers Surveyors Arkansas
I.
L
O
•n
/
''EH-rp MILHOLLAND COMPANY
c;' f vIIle Engineers --- Surveyors
s. -a /4
(all 44 72I
Aransas
I
I
I
I
I
1
24=142 mn.
D.I. pipe PVC. pipe
Li
/ MA/N
. •:' •j1
6 OUTSIDE 6"
MIN DIAMETER MIN
CONCRETE ENCASEMENT
Sheet /5
205 W. CENTER MILHOLLAND COMPANY
(O1) !!3-172!
Fayetteville Engineers Surveyors Arkansas
Tap 4" of surface shall be cleared
of Rack Debris, Roots, etc, and
repaired to a condition eQuat to or
better than prior to construction.,
MIL)1ULLANI) CC)h1i'A.N)
Engirirenng & Surveying
205 west Cerler Sheet
Fayetievd:e. Arkarsas 72701
Once Phone (5C11 443-4724
Smooth after one (ll year's
settlement
4 GENE AL BACKFILL V a
e° .Ji
:t 1. C Q TAMPED N
d W W Q Q ELECT FILL
W m6j
W a W I -' / Tracer Wire on P.V.C. Pipe
iV MAIN t� to be looped around each
` / Joint aI Pipe.
6" Compacted Selected Fill
under Type S,II ands Rood
Crossings and Rack removal
areas.
L MIN. WIDTH: /B"
rnre
amrnt I'rr
Jir,t11 Of ;'T"I
Irrn'h :rp'h
"PO K F'X:' VA 'N' sha]i
nominal c;a'noter cr
,•f "fl„! noninal dia're
Irt'
•ipr
..r
cnmputr,'i
t -1 p] is
of pii'r'
nI';l-nas:muT
1`', :1,]
.+) lu:;
'i'I't?tlrlI
n ,Inaimum
?, rPr.-h Fill!om:
shall 111' free rf r-lck:
;jnd
31.�•ir.:
l�r:'�r
than ;r.
?. JI'fa;P ,tr
n'ld r'Iint,'.
j•i.+. (9.. t•'i
! '0n.truct:l)Ii area shall
I lied ir1Q' (' vPar' nil r'r• ri
t'1t tw•1et' (( itii.
I r t'r•I•]'Irf'd,
[:1]
1i
3r'rr, 'ti,
fwl'.iI id!eli
o4 a_ 1 ::"ec.,
tlorl ?'tat]
~rush,dors, r•ockr
[ir ]V•li?CI']y dil hosed of.
:1e
.1"I • 1:: a"ra'c
•,1 t
y _ Thrt rus
TRENCH DE TA IL
"Water Mains"
I
I
I
I
I
I
C
I
I
Ill
In
I
I
I
I
I
I
I
Sheet l6
I
7oW-10-l_� --
1•
- ti
dorS 10 aol
Fa
u3
o c � �
cOO� ♦. � C i
N v p
Qvcl.0 h4 Emo 4)0 .cw uo
�u�n3 I g l asv rom c
' C .k U) 00 U H
'- u m V (Ii 0
uu ` �+o o m
C �. a 3 C
V c' I °a wrn Z
I J wo Ex
- w 1,
Id
Q I +, U)ro +)
3ra Nm
Iii N
^ Nw a) N
l� \ rO to s+ro m
' m RF \ V moa v ro
�a of of
W roU) W4 1 I a < ro
'rlx1C a) 4
C O c WF a) Oa, 44
f - O .C 1� O O
I c a�i „z"
`1�• o a 2 C O o 4 °� z v)
u O ° CL NA aro
-it C ro H ro
u o� . o o 04 w o
° .i Ht 00.
a
(d a> rou ri a)
C c ",< h ° h a) 0 C U U
o f N s+ v w a •-4w
p N 40VG
N C aci U -r O ro U E 0W
•H ro 4
o u g v o
(Cro u,a)
v o 4''Lfl
a U) U RC u, z V) O H W
N — __ - ° tuI
o �. O •
vo z .--� N M
Sheet 17
• 6
IF
H''''•
f W••
.
•1,
C
•
WI
%•I
g
• ..1.
..,U
•
•
-
I
ti..
J
E"
0
uJ
Q
/
V
U
z
LL
z
J
z
U
Ste? /8
4 iv ii
I
1
1
1
1
I. See Pump Station —
Specitrcotions and
Plans for sizing.
I.
I,
,I J'i:
J•
t01 r►CtN1�N
oyNisviii.
Weather head
460 Volt
Power Syop/y
Phase Meter Bose
/ .
Weatherproof
Disconnects
Nemo iv —
v
C
T
61
S
u
Flashing Alarm Light
on dui t
bury butt 5'
4'd/0 in 3/4"C-"
Underground to
Pump Station
SERVICE POLE- DETAIL
NOT `
MILHOLLAND
Engintort
COMPANY
Sur vsyort
heel
a01) 44101!1
Arkansas
Na
Note
Reinforcing Shall Be
Continuous Thru
Manhole.
COMPLY WCLASS B' BEDDING
NOTES. 33'6O" Dia. Pipe
N 30- 54
,"
CIA. PIPE Trench 27 48
Base 24" 42"
No.6 Bars a 2l' 36'
60,54,48' 6"Centers 18 30'
No.5 ears 14'1 24"
12'� 18'
4236" 6" Center
D II 8'10'12, 15,
No.6 Bars
30" I 0'Center
8,12,15, No.5Bars (p A.
18' 24, I-0 Centers
I' NOTES:
'NO 1 S 3 OF
SHEET NO. 16
ALSO APPLIES
TO SEWER
I, CONSTRUCTION
H'
H'
H'
H'
H'
H'
H'
H'
4 No. 5 Bars Longitudina
Class "B" Concrete
CLASS 1A° BEDDING
Inside Pipe
B
Diameter
Max.)
8o
2-4"
10'
2-4"
12u
"
15"
3'-6"
I8'
4=01
24"
4'-6'
3d'
1 '
5-
36'
51-6"
42
6 0
48
6-6
54"
7-6"
60"
7171i
REQUIRED BEDDING FOR 1
AT DEPTHS OF 10'.0" OR
PLASTIC PIPE AT ALL LI
AS FOLLOws:
®NAND PLACED SELECT
FILL MATERIAL._
c
®TAMPED SELECT
FILL MATERIAL
OC TAMPED SPECIAL
BEDDING MATERIAL
/5"- 54O"
12'- 36,42,48"
8"-30"
5"- 8 ' 10 12 18','24"
FOR ALL PIPES
FILL WITH ACCEP
ABLE MATERIAL
PER SPECIFICA-
TIONS.
SB-2 BACKFILL
UNDER ALL PAVE
SURFACE AREAS.
,-I
'REQUIRED PIPE
BEDDING FOR
CLAY PIPE AT
IO-O" OR LESS
DEPTH AS
FOLLOWS:
HAND PLACED
EXCAVATED MAT.
FREE FROM
TRASH, DEBRIS
AND ROCKS
GREATER THAN
11/2 IN ANY
DIMENSION. 1
- PLACED
AND TAMPED
MATERIAL Si
AS IN® AS
Note: ASTM CLASSII'.-Z+ I . r \
The Minimum Trench Width For All Sizes 4„
Of Pipes Shall Be That Which Allows
A 6' Working Distance On Each Side FAYETTEVILLLE PUBLIC WORKS SPECS.
Of The Bell. "ALL MAINS SHALL BE BEDDED FROM 411 BELOW TO 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
FILLED WITH COMPACTED
FOOT BACK -OF -CURB".
STREET SECTION SHALL BE COMPLETELY
SB-2 TO SUBGRADE AND HORIZONTALLY TO ONE (1)
SHEET NO. 1
205 W. CENTER MILHOLLAND COMPANY (501) 4434724
Fayetteville Engineers Surveyors Arkansas
Mcch'ned Surface, Non- Rcch'ng
Manhole Frame And Cover
Bass 4 Hayes or Equcf
24—.
a� v'
(1, a
c 2
Manhole
Steps
6 48
-- a
�x
N O
tD
C
N
-
U,
6• '
_ M � m
See Noe 4
(GR0U7 HASE OF xN Min
f2 Q; 'd`..' r.. A .. .d.
3000 Psi
Concrete
Note
For Manholes In Public R.ght-of-V;oy, Cost
!n Pfoce Concrete Shall Sfop A' Pclnt
Indicated.
Note
For Mcntoies 4'-0" Cr Less in Deuth, Use
24 Min - 36 Max. High Cone With a Max.
High 2'-00Throo'.
Note
For Pipes Entering Bose, Opening is Mode,
pipe is Inserted And Sealed With t on-
Shrrnk Grout.
Mmr
SECTION -TYPICAL POURED IN
PLACE MANHOLE
203 w CEN'FR MILHOLLAND COMPANY
Fayetteville Engineers Surveyors
',SC.1 443-4724
Arkansas
w
J
W
N
w
a
"
m
m
a
In
a
N
N
C
Y
a
0
Y,
u
I
a
Nti
C
L
°
'
Ic
a
W
I
Z
a
m
'
w
o
v
.
ac
w
U)
o
I..0
m
3
I
z
a
m
do
e
m
E
a.
O2
"
m
w
Ce.
v
E
o
c
'�
"
-
w
O
W
c
u -
m
w
o
c
I
H
-
c
m
a
co
>
s
m
01
a
a
a
It
SHEET NO. 3
205 W. CENTER MILHOLLAND COMPANY (30I) 443 4124
Fayetteville Engineers Surveyors Arkansas
2C5 W. CF47ER
Fayetteviffe
w w
w ?
= J
3 3
a O
w w
a: z
0
uiJ
Q_ y
w z w
a a w
a =
LUw
w a
a w
Z c7 2
O Q
a: m
w
O Z
O<
≤
Q
O
J
=
a
0
a
O
o
z
w
W
O
a
U1
a
CM
U
¢
0
F-
W
._J0
a
a
-z
0_c
Q]
MILHOLLAND COMPANY
Engineers Surveyors
NO. 4
f5OI}443.4724
Arkansas
-
6 6OLS CI COVER
I-
•• r
CLEANOUT
SHEET NO. 5
205 W. CENTER MIL H O L L A N D COMPANY (501) 443-4724
Fayetteville Engineers Surveyors Arkansas