Loading...
HomeMy WebLinkAbout46-91 RESOLUTION• 4 • • fr • MI 'NM smi,a RESOLUTION NO. 46-91 A RESOLUTION AUTHORIZING THE AWARD OF BID 90- 18 TO MCCLINTON ANCHOR FOR THE 1990 OVERLAY PROJECT. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: • • Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract in the amount of $685,389.00 with McClinton Anchor for 1990 Overlay Project on various city streets. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 5th day of March 1 1991. % • A • tATTEST: City ••' SaL • - %de erk 'en; e•›„y - /- •fry- • jrri 4 • fitne\-a‘ .. APPROVED: Mayor • Certificatecof Insurance THIS CERTIFICATE IS.ISSUED AS A MAUER OF INFORMATION CVO/ AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE °OVERAGE AFFORDED BY THE POLICIES LISTED BELOW. NAME AND ADDRESS OF AGENCY United Service Agency, Inc. Post Office Box 11765 Lexington, Kentucky 40577 NAME AND ADDRESS OF INSURED APAC-Arkansas, Inc. . McClinton -Anchor Division 240 North Block P. O. Box 1367 Fayetteville, Arkansas 72702 COMPANY COMPANIES AFFORDING COVERAGES LETTER A Insurance Company of North America Pacific Employers Insurance Company Atlantic Employers Insurance Company 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. COMPANY LETTER A A A C - TYPE OF INSURANCE GENERAL LIABILITY EimgmmNEmg COMPREHENSIVE FORM PREMISES—OPERATIONS EXPLOSION AND COLLAPSE HAZARD UNDERGROUND HAZARD PRODUCTS/COMPLETED OPERATIONS HAZARD CONTRACTUAL INSURANCE BROAD FORM PROPERTY DAMAGE INDEPENDENT CONTRACTORS PERSONAL INJURY AUTOMOBILE LIABILITY COMPREHENSIVE FORM OWNED HIRED NON -OWNED EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION and EMPLOYERSLIABILITY POLICY NUMBER LAB 26606 LAB 26606 RSCC23575024 RSCC23575498 WLRC24243448 RSCC36209318 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES - 1990 Overlay Program for Fayetteville City Streets POLICY EXPIRATION DATE 12-1-92 12-1-92 12-1-91 Limits of Liability in Thousands MC • EACH POLICY OCCURRENCE AGGREGATE PERSONAL INJURY INCLUDING BODILY INJURY) PROPERTY DAMAGE $ PERSONAL INJURY, BODILY INJURY AND PROPERTY DAMAGE COMBINED BODILY INJURY (EACH PERSON) $ 1,000 $ 1,000 BODILY INJURY (EACH OCCURRENCE) PROPERTY DAMAGE $ BODILY INJURY AND PROPERTY DAMAGE $ 1,000 COMBINED BODILY INJURY AND PROPERTY DAMAGE $ COMBINED STATUTORY $ 1,000 EACH ACCIDENT) Cancellation: Should any of the akgye described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail 00 days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Fayetteville 113 W Mountain Street Fayetteville, Arkansas 72701 99343 (11/90) ' DATE ISSUED: February 26, 1991 Jk • 404-67a/XL) AUTHORIZED REPRESENTATIVE POWEROF ATTORNEY • Insurance Company of North America a CIGNcompany 253955 . Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth en .. of Pennsylvania; having its principal office'in the City Si Philadelphia, Pennsylvania, pasuant to the following Resolution adopted by the Board of - •Directors of the said Company on December 5, 1983. to wit: • - ,*: "RESOLVED. That pureuerd to Arne's' 3.16 and 5.1 of th• Illy-L•wa. Me lollowing Rules shall govern the emscution lor he Company of bonds, underl•kings, recognmioncta conlfacts and other1. writings In the n•lura Morsel: , .,- . .. ..... . - . , • • . (1) . Z./. Thel th• President. tiny Sianior Vice President. eny Vice PrOffickant, -any Assicant Vice President. or any Attofrintin-Faci, may •xecut• tor and on behalf of the Compeny any •nd MI bonds, undertakings. recogninnces, cordraCte and other writings in the °alma temreol.th• same to be el -Mated when nec•saary by the Corporate Secretary. of any Assistant Corporste Secrolary. fowl th• • imam a% CoMpany slimed thereto: and lhat Ina PratiOent. any Senior ',ea Preffident. any Vic• Pr• 'Went or any Assistant Vice President may appoint end authorix• any other Officer (•lecte0 or oppoimaa) ot th• Comp•ny; and Atlomeyain-Fact to so issecut• or sliest to the nem/lion of all such writings on behalf ot the Company and to elfin th• seal of the Company thereto. ... ... . . .•, Any such writing melded M accordance with the• Ruin ehall be as binding u/30n the Company in any came es thOstgh signed by the President and attested fo by the Corporate Secretary. Th• signeture of the Primident, or 1 Senior Vic• President. or a Vies President, or an Assistant Vic• President and the seal of me Company may be effixed by lenient -le on any power of attorney granted pursuant lo this Resolution. end the signature of a certifying Officer and Me seal of the Comp•ny may be MIMS by lanai -mg* lo any cerlifit•le ol any such power. •no any such power Or cerlificete bearing such lacsimile sign•lure end 1411 shell be valid and thnchng on tha Company. • • M- - ' Such other Officers 01 the Company. and AttOtnaytin•PeCi shell have authority to certify Of verily copiee of this Resolution, ihe Bylaws 01 the Company. end any efflOanit or tecoto of PM Company AlKen•OOY lo MP di/Inert!. of Mair (Pitied J % 15/ The plitiage of this Roolution does:not revoli• any other authority gr•ntea by Resolution,. Of Ihe Bond of Dir•cton sainted on Jun• 9. 1953, May 26, 1975 and March 23. 1977 " does hereby nominate, constitute and appoint DONALD R. HENDERSON, JUDY FRANKS BUTLER, and MARY GARDNER, all of the City of Litele Rock, State of Arkansas its true and lawful agent and attorney-in-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 shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, the said R. E. Giveans, Vice -President, has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this 19th day of August 19 90 . >. C C a) E---* s o (s-E3L)---;.tA, 5 _ -- \-iY :- • 1.../ 1, he1).51ersign•gf unary ok.1NSURANCE COMPANY OF NORTH AMERICA, do hereby certify which the foregoir6i**1:( €0Norrect copy. is in full force and effect. , In witnessb.41101391IIII nee v hereunto subscribed mm y• nae as Secretary, and .affixed ,the,. t 5th day ofMARCH COMMONWEALTH OF PENNSYLVANIA . - COUNTY OF, PHILADELPHIA SS 19th. August- • On this - day of .,•• A.D. 1990: before the subscriber, a Notary Public of the Commonwealth of Pennsylvania in arid for the County of Philadelphia .duly commissioned and qualified, came R. E. Giveans. Vice - President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer described -in. and who executed the preceding instrument, and he acknowledged the execution.of the same, and, being by me duly sworn, deposeth and saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the cog:lc:irate 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 directiwthiskojpcorporation, and that Resolution, adopted by the Board of Directors of said Company. referred to in the preceding o INSURANCE instrUI— Rr COMPANY OF NORTH AMERICA R E GIVEANS. Vice Presioenz firefabo ritten. OF H613E0F, I have hereunto set mv hand anal of KN. v d rny cm NOTARIAL SEAL - JULIA ANNA ROHANA. Notary Philadelphia, Philadelphia County My Commission Expires August 20, 199-t seal at the City of Philadelphia 'he day and year IA1-11--at-sta. otary Public . • .... THIS POWER OF ATTORNEY MAY NOT BE USED TO-EiECUTE ANY BOND 'WITH:AN INCEPTIONICATE,AFTERHVIIRLISi 191;:, 1992 , • • that the original POWER OF ATTORNEY, of corporate seal coLthe Cbrporation. this 9."1.1r1 ..... C‘er:15611 94S''jbm. 21-v•-•11 ")>7/ .Jeritas - • Sedgwick James Sedgwick James 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 We APAC-ARKANSAS, INC., McCLINTON-ANCHOR DIVISION as Principal, hereinafter called Principal, and INSURANCE COMPANY OF NORTH AMERICA , as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF FAYETTEVILLE , ARKANSAS as Obligee, hereinafter called Owner, in the amount of SIX HUNDRED EIGHTY FIVE THOUSAND THREE HUNDRED EIGHTY EIGHT AND 75/100Dollars ($ --- 685,388.75 for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents: Principal has by written agreement dated entered into a contract with Owner for 1990 STREET OVERLAY PROGRAM FAYETTEVILLE , ARKANSAS 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 voU; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after twelve months from the date final payment is made on the contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety .or Sureties, or either or any of them, their heirs, personal representatives, successors, or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein -This tondls-given in compliance.with-act 351 of.-1953-es.amended. Executed orLthis 5th t - Imo - • -.••• 41 eft • — e .7 E ttt . day of MARCH 19 _91._n -AFAC-ARICAN SAS, INC . 14c C5IANTONANeHOR DIVIScONz -principal- By Mead eA61-05i.. RE -ORDER - ARK GRAPHICS. INC.. P.O. BOX 34080, LITTLE ROCK. AR 72203-4080 INSURANCE COMPANY OF NORTH AMERICA Su y th‘a-7 By ttorney-in-fadt- Franks Baler 3.1.! .frt-fl 04- t 1 1 1 1 1 1• 1 1 1 1, E-270 mr- • 1990 OVERLAY PROGRAM .FOR FAYETTEVILLE CITY STREETS PROJECT No. E-272 CITY OF FAYETTEVILLE, ARKANSAS BID No. 90-58 DECEMBER, 1990 CITY OF FAYETTEVILLE: • ENGINEER: Don Bunn ADDRESS 0 113 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 TO • MILHOLLAND ENGINEERING & SURVEYING 205 West Center Street FAYETTEVILLE, AR 72701 (501) 4434724 ern OF FAVErTEVII 1 g- 03 W. Moun-fairi rouyetkville, 72. 70/ WE ARE SENDING YOU 'IL Attached 0 Under separate cover via O Shop drawings O Copy of letter o Prints 0 Plans O Change order 0 [LETTER e6c nAFRThuoTTArL A TTE .eClerk_ , RE : 0 Dinky Projranes, ad Dern nie4kt r OR 16 ut/A-LT 1"9 272 the following items: 0 Samples t_Specifications COPIES DATE NO. DESCRIPTION / ilcoctio (- icoo overktv Procirain 4V givgielemik Sfreeis VRid Mcutnenis)f TI1ESE ARE TRANSMITTED as checked below: O For approval 0 Approved as submitted For your use 0 Approved as noted O As requested 0 Returned for corrections O For review and comment 0 O Resubmit o Submit El Return copies for approval copies for distribution corrected prints O FOR BIDS DUE 19 0 PRINTS RETURNED AFTER LOAN TO US REMARKS The,hid dtruenemis ort hejrn sub/nil/0 oh saJd projkt, r 4/71°- C-Onfin 614 1/4 be -I signed car) be. or 4riery assislance, please. rill/ COPY TO -f4le MEOW 2413 f,ve3gJfrsQtI Ron 01411. SIGNED:Pa 41 0 enclosures aro not as noted, kindly notify us at once. ADVERTISEMENT FOR BIDS Notice is hereby given that pursuant to an order by the CITY OF FAYETTEVILLE, sealed bids will be received at the Purchasing Office, City Hall, 113 West Mountain Street, Fayetteville, Arkansas, until 10:00 a.m. Local Time, December 21, 1990, for the furnishing of all tools, materials, and labor and the performance of all necessary work in Fayetteville, Arkansas, consisting of: BID No. 90-58 1990 STREET OVERLAY PROGRAM PROJECT No. E-272 All necessary work, materials, and every item of construction shall be in accordance with the plans, profiles, and specifica- tions as approved by Public Works Department, City of Fayette- ville, and Health Department. Said plans and specifications are• on file in the office of the Engineer, MILHOLLAND COMPANY, Engi- neering and Surveying, 205 West Center, Fayetteville, AR 72701. Copies may be obtained from the office of said engineer upon the payment of $150.00 dollars. Unsuccessful bidders or non -bidders will be refunded $25.00 upon the return of undamaged plans and specifications within ten (10) days after the date of receiving bids. Each contractor shall be responsible for the investigation, inspection, and studies of the project site as deemed necessary to familiarize themselves with all conditions to be encountered. All bidders shall be licensed under the terms of Act 150 of the 1965 4pts of the Arkansas Legislature. 1 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 orrbond 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-272 1 1 1 1 1 1 1 1 1 1 1 1• 1 1 1 1 1 1 1 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. • 3/4 E-272 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids: the City of Fayetteville, Arkansas, (herein called the "Owner"), invites bids on the form attached hereon, all blanks of which must be appro- priately filled in. Bids will be received by the Owner at the Purchasing Office of the City of Fayetteville, until 10:00 a.m. December 21, 1990, 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 d esignated as bid for CITY STREETS - 1990 OVERLAY FAYETTEVILLE, ARKANSAS PROJECT NO. 90-58 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 ✓ eceived after the time and date specified shall not be considered. No bidder may withdraw a bid within 30 days after the actual date of the opening thereof. The Owner ✓ eserves the right to decide which shall be deemed the lowest responsive and responsible bid. The bidder's reputa- t ion, financial ability, experience, and equipment shall be g iven due consideration. 2 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 e nclosed in another envelope addressed as specified in the bid form. E-270 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 act- ual quantities required for the completion of the proposed work. Such quantities, however, at the unit and lump sum prices bid for each item, shall determine the amount of each bid for comparison of bids and the evaluation of the best bid for the purpose of awarding of the contract, and will be used as a basis for fixing the amount of the required bonds. A copy of the project's proposal forms may be obtained as provided in the Advertisement for Bids. All papers bound with or attached to the proposal forms are necessary parts thereof and must not be detached. B ids which are incomplete, unbalanced, conditional, or 4scure, or which contain additions not called for, era- sures, alterations or irregularities of any kind, or which d o not comply with the Information for Bidders may be rejec- ted as informal at the option of the Owner. However, the Owner reserves the right to waive technicalities as to changes, alterations, or revisions and to make the award in the best interest of the Owner. Unit Price Bids: Bidders shall insert a unit price for each item of work listed in the Engineer's estimate of quantities o f work to be done. Unit prices shall include amounts suf- ficient for the furnishing of all labor, materials, tools, equipment, and apparatus of every description, to construct, e rect, 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 o f material testing, subgrade, base, paving materials, and all other construction materials. •The price bid for each item must be stated in figures and in words on the bidding forms. In case of a difference in the written words and figures in a Proposal, the amount stated in the written words shall govern. All items in the Proposal shall bear a fair relationship to the cost of the work to be done. Bids which appear unbal- anced and deemed not to be in the best interest of the Owner may be rejected at the discretion of the Engineer and/or the Owner. E-270 INFORMATION FOR BIDDERS 3. Subcontracts: The bidder is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this contract - a. Must be acceptable to the Owner after verification by the Engineer of a good current performance record; Must be licensed in the State of Arkansas to do con- struction work; Must have previously peformed local projects of similar nature and type as the proposed project in a profes- sional and satisfactory manner. i 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 o f subcontractoYs and the amounts of their subcontracts as ✓ equired by Act 183, Arkansas Acts of 1957. The subcontrac- tor's name and license number shall appear on the outside of t he sealed envelope. Subcontractors must be licensed accor- d ing to the laws of the State of Arkansas. .0 4 State Licensing Laws: Contractors must be licensed in accordance with the requirements of Act 150, Arkansas Acts o f 1965, the "Arkansas State Licensing Law for Contractors". B idders 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 t elegraphic 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 t ime. 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. -E-270 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INFORMATION FOR BIDDERS _ 6. Vpthod of Bidding: The Owner invites the following bid(s): 1990 OVERLAY PROGRAM FAYETTEVILLE, ARKANSAS PROJECT NO. 90-58 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 ✓ eject any bid if the evidence submitted by, or investiga- t ion of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of t he 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 ✓ eserves 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 ✓ equired. The approval of each subcontract by the Owner will in no manner release the contractor from any of his obligations as set out in the plans, specifications, con- t ract, 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. E-270 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INFORMATION FOR BIDDERS 8 Bid Security: Each bid must be accompanied by cash, certi- fied check of the bidder, or a bid bond prepared on the form o f 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 o f 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 athin 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 120 calendar days thereafter. B idder must agree also to pay as liquidated damages, the sum o f $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 u ntil 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 o f the conditions relating to the construction of the pro- ject and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all materials and labor necessary to carry out the provisions of his contract. Insofar as possible, the con- tractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or interfer- e nce with the work of any other contractor. 12. Addenda and Interpretations: No interpretation of the mean- ing of the plans, specifications or other pre-bid documents will be made to any bidder orally. E-270 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INFORMATION FOR BIDDERS Every request for such interpretation should be in writing, •addressed to MILHOLLAND COMPANY, Engineering & Surveying, 205 West Center, Fayetteville, AR 72701, and to be given consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be mailed by certified mail with return receipt • requested to all prospective bidders (at the respective add- ✓ esses furnished for such purposes), not later than three • (3) days prior to the dated fixed for the opening of bids. Failure of any bidder to receive any such addendum or inter- pretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall •become part of the contract documents. 13. Security for Faithful Performance: Simultaneously with his delivery of the executed contract, the contractor shall fur- n ish a surety bond or bonds as security for faithful perfor- mance of this contract and for the payment of all persons • performii4g labor on the proJect under this contract and fur- n ishing'Materials in connections with this contract, as spe- cified 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 e ffectively dated copy of their Power of Attorney. 15. Notice of Special Conditions: Attention is particularly called to those parts of the contract documents and specifi- cations which deal with the following: a. Inspection and testing of materials. b. Insurance requirements. c. Wage rates. d . Stated allowances. E-270 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INFORMATION FOR BIDDERS 16. Laws and Regulations: The bidder's attention is directed to the fact that all applicable Federal and State laws, munici- pal ordinances, and the rules and regulations of all author- ities having jurisdiction over construction of the proJect shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. Applicable laws and regulations the contractor and subcontractor shall comply with and be familiar with are as follows (but not limited to): a. Wage and Labor laws. b. State unemployment compensation. 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 regula- tions and any amendments or modifications made thereto and shall include all such provisions with all subcontracts. The contractor shall abide by all Federal, State, and local laws governing labor. The contractor further agrees to save the Owner harmless from the payment of any contribution under the State Unemployment Compensations Act, and the con- tractor agrees that if he is subject to the Arkansas State Unemployment Act, he will make whatever contributions are ✓ equired under and by virtue of the provisions of said Act. Minimum wage rates shall be equal to basic rates as estab- lished by common usage in the city and adjacent community for the various types of labor and skills performed. In case wage rates are specified in the contract documents, the rates as specified shall be the minimum rates which apply to the project. Whenever available, local common labor shall be used, and whenever practical, skilled and semi -skilled labor, if available, shall be used. The contractor and each subcontractor, where the contract amount exceeds $75,000.00, shall comply with the provisions of Act 74, as amended by Act 275 of 1969 (Arkansas Statute 14-630). The •provisions are summarized below. E-270 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 •- INFORMATION FOR BIDDERS The contractor and subcontractor shall: a. Pay the minimum prevailing wage rates for each craft or type of workman and the prevailing wage rate for holiday and overtime work, as determined by the Arkansas Depart- ment of Labor. P ost the scale of wages in a prominent and easily acces- sible place at the site of the work. • 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 ✓ ecord shall be open at all reasonable hours to the inspection of the Department of Labor or the Owner, its o fficers, and agents. The Owner shall have the right to withhold from amounts d ue 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 ✓ ates of wages received by such workmen. If it is found that any workman employed by the contractor o r a subcontractor has been or is being paid a rate of wages lie ss than the rate of wages required by this contract, the .1 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 o therwise, and the contractor and his sureties shall be liable for any excess costs occasioned thereby. The contractor shall deduct and withhold Arkansas income taxes, as required by Arkansas law, from wages paid to e mployees, whether such employees are residents or nonresi- dents of Arkansas. When provided for in the specifications, the contractor shall comply with the regulations of the Secretary of Labor made pursuant to the Anti -kickback Act of June 13, 1934, 40 U.S.C. 276(c), and any amendments or modifications made thereto and shall see that such provisions are included in all subcontracts. A copy of such provisions is included hereinafter in these specifications. E-270 8 1 1 INFORMATION FOR BIDDERS Where Federal funds are used to pay a portion of the cost of a project, the prospective bidder will be required to comply with the provisions of Title VI of the Civil Rights Act of I. 1964 and Executive Orders 11246 and 11375, and, where appli- cable, shall include such provisions in subcontracts or pur- chase orders. Further, certain construction contracts are subject to compliance with Minority Business Enterprise requirements. Where provided for in the specifications, the contractor, as a part of his bid, shall complete forms rela- tive to compliance, or participation with the above. The attention of all bidders is called to the provisions of Act 125, Arkansas Acts of 1965. This act provides for pay- ment for certain taxes on materials and equipment brought 1 into themstate. It further provides for methods of collect- ing saidtaxes. All provisions of the act will be complied with under this contract. 17. Insurance: guring the life of this contract, the successful bidder shall carry insurance as hereinafter set out. Also, 1 he shall require all of his subcontractors to carry insur- ance as outlined below, in case they are not protected by the policies carried by the prime contractor. Insurance companies underwriting the required insurance shall be licensed in the State of Arkansas. 1 Insurance is to be approved by the Owner. If any insurance contracted for becomes unsatisfactory or unacceptable to the Owner after the acceptance and approval thereof, the con- tractor shall promptly, upon being notified to that effect, execute and furnish acceptable insurance in the amounts herein specified. Upon presentation of acceptable insur- ance, the unsatisfactory insurance may be canceled at the 1 discretion of the contractor. The contractor shall have his resident insurance agent sub - 1 mit to the Owner, through the Engineer, a schedule of insur- ance policies proposed to be furnished, which shall be approved before certificates of insurance and/or policies are issued. Once the Owner has concurred •in the proposal of insurance coverage, the contractor shall then furnish to the Engineer, in the name of the Owner, certificates of insur- ance for the following: 1 • E-270 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INFORMATION FOR BIDDERS a. Workmen's Compensation: Workmen's Compensation, as ✓ equired 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 e mployer'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. 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. 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, ✓ ecoveries, and judgments of every nature and descrip- tion brought or recovered against them by reason of the work, in the guarding of it, and construction staking. The contractor shall obtain in the name of the Owner and Engineer (either as co-insured or by endorsement), and shall maintain and pay the premiums for such insurance in an amount not less than $500,000.00 property damage and $100,000.00 bodily injury limits, and with such pro- ✓ isions as will protect the Owner and Engineer from con- tingent liability under this contract. e. Builder's Risk Insurance: ( ) Optional [ 1 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 1001sucomp1eted value basis against damage to the equip- ment; structure, or material. The contractor, his sub - contactors, and the Owner shall (as their interests may appear) be named as the insured. E-270 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INFORMATION FOR BIDDERS All -Risk Floater Insurance: Until the project is com- pleted and is accepted by the Owner, the contractor is ✓ equired to maintain an all-risk installation floater policy. The contractor shall submit to the Owner written evi- dence of insurance upon the entire work at the site to the full insurable value thereof, including the inter- e sts 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 n ormal all-risk exclusions. The policy, by its own terms or by endorsement, shall specifically permit par- tial or beneficial occupancy prior to the completion or acceptance of the entire work. ge Other Insurance: The contractor is to protect the Owner 11 against all loss during the course of the contract. If, due to the nature of the project, insurance coverage o ther than that specified above is needed by the con- tractor to protect the Owner against all losses, the contractor is responsible for determining the type of insurance needed and purchasing same. 18. Performance Bond and Payment Bond: The contractor shall furnish both a surety performance bond and a payment bond, each equal to one hundred percent (100%) of the contract price. The performance bond and payment bond shall be two totally separate bonds and shall bear two different bond numbers. The contractor is to pay all expenses in connection with the o btaining of said bonds. The bonds shall be conditioned that the contractor shall faithfully perform the contract, and shall pay all indebtedness for labor and materials fur- n ished or performed in the construction and installation of such alterations and additions as prescribed in this con- tract. In Arkansas, prevailing law requires that performance and payment bonds on public works contracts shall be executed by a resident local agent who is licensed by the Insurance Com- missioner to represent the surety company executing said bonds, and filing with such bonds his power of attorney as his authority. The mere countersigning of the bonds will n ot be sufficient. E-270 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 o.f attorney attached. 19. Method of Award - Lowest Qualified Bidder: If at the time this contract is to be awarded, the lowest base bid submit- ted by a responsible bidder does not exceed the amount of funds then established by the Owner as available to finance the contract, the contract will be awarded on the base bid only. If such bid exceeds such amount, the Owner may reject all bidsgor may award the contract on the base bid combined with such deductible alternates applied in numerical order in whichAhey 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 ii11 be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and contract documents (including all addenda). The failure or omission of any bidder to examine any form, instrument or document, shall in no way relieve any bidder from any obli- gation in respect to his bid. 21. Safety Standards and Accident Prevention: With respect to all work performed under this contract, the contractor shall: a. Comply with the safety standards provisions of applica- ble laws, building and construction codes, and the "Man- ual of Accident Prevention in Construction" published by the Associated General Contractors of America, the ✓ equirements of the Occupational Safety and Health Act o f 1970 (Public Law 91-596). b. Exercise every precaution at all times for the preven- tion of accidents and the protection of persons (inclu- ding employees) and property. E-270 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 o f 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 t A.I.A.Document No. A -310 (February 1970 Ed.) x '- . Sedgwick James ' 9 am Sedgwick James of Arkansas, Inc. 900 S Shackleford Road, Suite 600, PO Box 511, Little Rock, Arkansas 72203-0511 Telephone (501) 223-3111. Telex 536249: Facsimile (501) 223-8461 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 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 Fayetteville, Arkansas 72703 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the amount 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 1990 Street Overlay Program NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into -a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract -and for the prompt payment of labor and mateial furnished in the .. prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect . Signed and sealed this - 21st (Witness) (Witness) I day of December 19 90 '+- 1D., `: _- AP4C-ARKANSAS, INC., McCLINTON-ANCHOR DIV. (Principal) (Seal) BY / Ci? &t21 Vice President'- (Title) . ' .. r ti INSURANCE. COMPANY OF NORTH AMERICA - <!t( (Surety) (Seal) Judy i nks Butler Attorney -in fact SJ-1316-8 p•Ir.\11, • Ji r•\r/ ✓INN br/\, 0 •\ r/\\• '\/ irn IN• /•i\\I'rP i. J, / /. rr ,•ii \r .. I i\ //n Not aril r \r/..i 400' /r \' •r / \N '-� • r I•�' /r /i\ y\Ir./ � i\r r/ \ \r \� I • /''\ /\ r VII\ , \ / ///�•I. • • •r \n• JI\ ./.• \/I,% I\ •I \/ ° \'/• `•%r!PV. �/• ,� \ • '/L•\/• p'• \• ,n\\• 11\ yvr•f lnn I• , ......L•I� I\V iN ••f• • I , • ,i\i / •\/ '/ \ r' !/ 1 L• •• 1•(r V\rr'1• �•' .rI \r L' • /• JJ LY J`1•`' II AT\TORNEY\;,!�; ;e:; ;. ;•n ,,. i •1 1 ; /./ r r r \ /J\•/ .\I /' rr //' •r.\\\'./I\.•//.11J'q^Y ^'�//r•i\r//'\.'/i• '11., \' \ 'r0 r\ /, \/ •. \•.' \ r /r ! \r I• r//I I /l r \. • \Irr 'Y...•\n /i\�\\//• •r/ / r '//\ • '\i/n •I .\•r r I' .1101. 1 /.r• • / .V•/I'`\i \r I /• Ir\ .r.'"W\In I/r '/ • /"• I l// IJ''\ \•••I \' /\ ///; '.\\In'\\�/ 11000 ii•\I I,' • i ''/'•\ \ .'/\ /I\'rn ./. /�\./. Ir r\ 20'\'\, /'0.0011/. %/\\ \•/.:' 'r• /• ' / •': i\•, r.,,\'/.\r/ 'ION 4%N0/i •\ �/ 1111 /\"/ \\• r\!'/'%%0,'.0 •//\., • 1r\ \r \1 rr r • -• • /11'11'/ni •\/'/ • ,r \• `i i\/ \100.11\\/'1.\ ,/.\.%•Jr. n\• '(I n 'r �\;%�':,,e 111, r.'\'r/r\\'/r''� Know4all men by these,pre'sents:'I • INS F/+N n /° "'``' �'r!\S•. I : „\ JlI CL ..4Y1 .• •. . ^ 1 r.. • 00. r • . • / I. \. 1 I 1 I r. i.,. `J0 r. •hQ; I I I. MI ii.L,rr . •i pI 'r\ • '.•1 i,r •r 1. .•• :r i. i1 n 1..' • .� •••n /'• yr. r\ .. .0 V r\/n\. 11'00 •I. .••'r• /n 1'r \ri i. • ./' '' \\I ri \..'ry •rr„"r .i'• Jrr . •y \ it r,\•J IY I^I' '•\ i• .r'i a ': •n \` \ • �..' / . , ii \./%n \ 1 1\� '1/ \ I I O • \ r r r./ \'PO! rVrr. l., •.'% I •I No /i \./• • I•.Y ,iI• .\Nr. II. r'/\ rIi \ I rr/. \I 'V �•\n'/•\VIN iI%,\, % \ • ir/ \%1' /^ •/I 'i\ / • Ir,r I \r .I /II ,00000 \r1/I• ,q/\\" / //II\ .\y/•.•r."/•• .!I'i . �•\u\I/r/\I ,'I 1' \r I• 000/./1\ r 101 I''' %• I J\\//• -'r/\• r r • • •• I• � 0 0 00 • ON • -11 • •� -!• Y . i• \ •.. ': .•L•'• r ..'.. I\ r'.\\r/I• .I /n Nr /•L ;. •- ry,'\•1/q\•.ry 1100'/ 11/0/1 `v ,,'1111/•/ •'/I\// I'/ \.../•\•,,i .%\'I% •I'"' 00000 /I• \/ n,. 10•\i 'IN\ ^• ,'1'�.I• '1•. \%. 1 i J. N/%\ . /:'/\\\ :'%.%.;q%,.'1111\/100..-'/0. o r Nov/ \ r rr II n r �/ 11 \'� �•\/i r./.\�/.' • qII,,,1 •-q•••' • y. I 1••' .•.• • -00-'00 •• -•• ••• I. •• •••n a --', M. • •''• • •%•. -r I%I //. I `- •• • • I - • • •• •fu /n\''I/'\/ePo1 0 •' •r/I 11r . ' �II` . • ..' •.I .•.r.. a Ib0 II .... •• ,• •'r r•• ....� •• \. 0/110 \ • -!•' • e NOV d• .• • • / Irh I•' ... ..l• .•- 00o1# #�O\ .. •• •'. , / •II /,I\ r \1 //\ ' 0 110..:0 ,000#'N,0\%00 •I ,n1 PY', \ 5\• • •. ON • e r I.w\i'r •• .• I L •L'.\U 1. 0101 .:•1 1 r ' r \V• •� •I I.n' . r _ I _11N ,1111///•\: 0 \ \. INS •\,011`.'•/i I• 100, \'I,ri r i i':/•I. •n'\/a%I\%/I • •-• • •• i•\:/1 I I / ,/. '• I I I. I\ 1r • I• \n' • NI 'ICI II `J/•\ / O''see? •\ 1\..II/\ \ \\ I/n\"I i\ S. % 11//11\ 0'''•. 0 ' •, I Il. I•II '\I yr" • •use • • ON .. •• S. 11 • . •. • 1 • • - •• I I . In r •q •\ J •�\.'o / II/ 1i. ,\/.'\'u" \J .•\I'\•. %11 •• • • ✓ e • ii N/' .• r y •,•J/•I I•I ./ /,\• .\./,;. rl,i IN ,1111'/'i\ • 4 n'r,; •.%I 'I. ii . ••0 ••I .• •I '\i • ,..;//\•I /•\. . . •., n • .• 1 • . I`I. .•F, ,• I ,I ; \•'r/i al .,,,\nr %' 00/00 % \• I/r \ \ r /I I rr \i i.I •' 'I. q\/ n r/%` II '' \/I • r . I I '/1111. , / .r '•\i 0 0::. •\./ .r '01', , I n\ / Ir.'. r/. \/ /ii\ / • // ,. i,•\.I U'% •'.IL\ 1',•i110 . "\b '11%00 oe / II!r/.\.//.I I.'11 ,/.r\\I/•.I%'/ I'' r I\ \V/ ,1111. J\ \'.00 r I/i /I\ // ./ II I ' Ir / \i ,1100 rr r \ r \I /\•d/i I' I r 00110 '10 I1,1100i .J'.i\N r r/. r I //`.\ '/" `\ r • Ie \ .I I I I 11 000/ r \INN;%% •IJI/\ i '•'I./r\ i%r r , .'/ .., • \ \J '\ /\ I'/ .r \r' '/'\\ % 'I,i I/ J r/' \110 /�''\ 1111' ✓r \i Ir •• 'iI \�\!'/'ii • \ •\Li .0,'00 r • 1.. O \ .1 .1 / ON % `' I ON /' ,I% '0' \I iq1 \I \ /' 1 I ./ I \ '\. / I, \ /\ \% i / ', %e r.I J/'i; /1111 iii\ 1, \.//r;\/'�.,\,/ `•I''\ • :I Iu/ \6'.'. ./ .r.' \ r\ /',' r/P • I •'1 • I r r I \' \ 0,011 ./%/0/ r! ri n I \ / ie I. I I\'• II.'I / i\ ,I. \\.r I 1111 •/ \d i'.\ n ^\//1../1. \/y•I' //nI II )I'` ,//00\00/ . n• r • I I • . 'r . . I. . r !Ir I••r I•I IN 0 •I • \ • 1r / .' .'' I\ • •/ . 'n . I/...r•' ,\'J I'\' 'I\ '.. I, • rr o•n , I^i 0, J\Ir ,•11 .N 1 r ' iIIIq "I •'I\I\ .\ : .11..' 'I I II. \h%II I // / \1\ • /n \ 0.110// \u ,`r • n / •r •\ • , .I I •/ .I 'r` • I •/. •' •.I' 1000/: op ,.1'\/.I:I'rr1 ri, I'.r\ 'i'I01'r• '\i \in I!/• I I • \ Iv •,•/i1 0/ •/ 0 •I •I• •1.i\ / I . ry'•' I' '•Ip0 / 1' 1'l ,,/,\I /. / //\ iNo y'� \r'N nI YI :.7r.. \I,/\\ Ir ' . • 0 n i I•I 1 0 I/, I I' / \ /r . /•"I. r V' , '\ .I. 1 I,. \' r1 IJn I .'I 0110 I I/• O r r /•\' iI '/r 11\00 1 !\''/ \ /• Yy \/. \11 1.n r.r 1. \ ,\ -11 -1 ; ! \' 'I, rr„\ I \ I ,'/ 'r. \%/ '00' 'rn •' I \..I I,/\I/ \i, • `\.I•.. \, O. „-I\ 0,, .L '001' ' i '/ \r I •• 'I .I/ I, . /II •' Ir/i\r/\ rOP\/ \/00'.1 \I r'i ,//„\ /! • !I 0• I: • • • I. r • r 001, : • 10 1' • 1 • ' . . ' ' • T\ r 00.1 • '11.00,0. ./ I / /i 0 •, 'II \' I\ II P /' ,. . /I.\'•/.'I/•\' 0\,0.00\ •, , `1, . ri r. .I V•r I,• I ,.ul ru I .• • . '' 1 ' I'•.!/\ "'• /1 100,\ ' • rr 'r�' I \Y 1r'\.11 0 Ii. I•' ', I .I 0 / 1 • � 11.,/ \' / I I , •I, r \ 'I. r. •, ' 1111•. \• 0.ON' 0'l':,;0. •r r IN "•. \'r •; ./ :, I• I • 011, ^ \'r •\'/I^' .. 011'1 r.. "J " L. •% Y' ti• • 'N h41EFICA• / /. \ \ 100 ,1111 •' L\• • •r1,, 1r .0. •I.• '�\y ,\\I 'r '/0'11'01 / 'Ir.y'r rI I ,u \\ '. \' 11.,00' Vin./00^00///\N/// \.r.\� \/ \i •II' . I� \ II' V /• r \ /I '/. \ I'•., r 1000 �/ .I I �, • �I I i u 's n / / • . • I / . ,O' . O.% '/ 11 00 , , r '\ i / \ I / ' I, / I I • . / : i \' / • ' 01'%' ' r' / • J' • Iir \ I 4 u•I• 1 Y • r\ NOII I• •/ 0. ` /.� : 1 / .r,' ",';I 111, .. ,. ` 11;.';'/Ih•Illr'n IL:• IINCYP••\Y of NJH fN A_..NL. \N /^' 0110 \ •'�%I::•'. • • '.!/i 'I\/.; ','I '/�•1 II•• ,1,O.%..VI \Ii %I� '• r i\ r'I/i.\. /\V,� 0!,\I/\ I)- I-. \ L6 w I /0 S/. / •.nr I r, /.•r • I' 01 i, yrI \r r.II' 0 ',11I / r ' I I I . Ir\. n �0 I. I. •Jll; V. /11 \i/r ''I I/ \ 'r \ n 'r 11 r 00.,0. /0011 111000 \'r.%'I J nlf ur 1' I ,%/o / I r \ /1111 I • / i1/ !, ' I II I. .L PO• \ 110'/0., 0 .''r /•I \ \\'r. /r\II/ /11 /.' rr r ,PJr\r' 'Irr ;1101 1nII. I // I n I \r y'i ••• • 0 1 00 - .00.00 ".nr/. rr\ 1.00 a Ii /I r ;ri ..I\ ' J \ /. \I I' \ ' \ ' !•'.'I • I I.\! I\• Ii / I'\ i, \.I . /I•i \i i\ 'i'/ \ . I` I,, / . r \SIN .. •. \, %II n r • • . ; \ �: :r.. 11''' .n• •• • •.IY 10.11 •��/\ •Irr,\ I'/1 .11 '\Ir\'\'/n\\-• IN IN o \ L /. \ �\ 0110 \' 1 11I00 /' ,III 1111/// r ' \ _•\L .:I ,•• ••.•r. •L .I• r '\ 10.000\Ii/ \%!\1/00\• \ 0u • . • /\' I\�/ `\r I/ \'\ 1 ', .\ p.I Ii I •i . .'00/\. • '/\\11 /' :I 1111 a I\//. •\'� I 1\; '\' 100'•00\1 00 Ir. \ r.IV,\ I I I•. 0%I 1• \I / I '.0\ 1100/ :•. //\ • Ir\I. I 0 'r \.r •\r 'I\'0'' \ 'ri ."/1!111/rI\'I;' I • _.\` .I„ . I;J,'11 '' . Ir' /1000\r 0000\/ III \11 •I \1 \.\0011 'r • .r.ON, a/.%%,.,'\.r �: I 'I '• IIIWHANC 1• ::(NYPA.v or INC. 10111 AW PICA • •r1'• nr e • • .. I 1 '• •' I ,I\1'. nL 1: ` 000011 /0/' '/ \. ,. I :I .. Pilo /\•'gl,l ; . ., . y , \, 'I/' .\..111\1100••1'0 I ,, .\ ! 'I 'I/ rr ' II pd ••'• /' II �' '/ •I .r. •'0 : I' . • . u • I\,I! • . 1 00,I11 .1111' 1100, • r 1 •'# 'I.0• \"I .I1'' r/' ,^ `• \I, 1000./'• ' I .•• 00'1 1'r. 1100 0 Ir \ r; •L/\I y •; • ''n' I." 1 1.0•'• "` \ � 1 •. ,N'', a. II,.'r \ \ / \ // 011'0 ,"• ,•r 11.• '. • N /I' /"'\I/'n•I' ',I."r ..I. II/\I .\r • .'L,'/\'r' ,II //, I/rr /. .I '1/ 0'100. • 1 1N11 MLII: I I r II II • ; `" '.• ••,r V JI/\\"0\ 'I'/r'' \ „ • .I.e y :000,1111.0 1'••. / 'w\�11�Rkhlinl�r.^tic�I�f%I0,0. ;�i•\;L.I VIII` i/I r ^�I/\\0/''\I .I I' •L' I//: •r%rI \',.n\: 1111 I, /.{IYIIMI�•I. !{! "•• •. ,. ' ' _ III�-•••w,'r'\ r \ /'•1 '11 I i \ 1 •'.i •- Y •••A \'I�'., \I'., ,II 00.\ '0000 1100'0. /\b. I•\ • 11 /' ., ••V III/r ,I•I•I'11. -••N I r • '1• 'r .I' 'I/r 1' /I% /\.'� \\r' r I , \\I ..u• , I\ I r \ I/!'000000 1' • \ /\' INN/, r/•\. 01,•i\r/ 11!',11 I „ / 001'• 1 • J •• •.'\ I./•r. J 1 • I• II '! •'� 'r1 ` \'r I'.\'.. I \II 1 " •••1••' 11.00 I'. '.\1.�'I "!'I.\ i '`I /'\I'•%.� e.I.•\ •• .I .. \.!. I\•.r•/i! \I'%•I.• .1'•' '''. ... //''i („LEI I-�NOW WJL..'\il�Ir'Q.r ' \' '\ \ '. k•. r 1 \'1 'II• \IyI �' \% 11'00 I' r n' •e• I' = I— • J� „\•I/�'\ 0%I�•le �,O\i/ %/. I.!I." 0 ^1111 J� • r00In I� 1110•,• ' I • '�•' n 1 '\' I \. / / Ir, Ii 1, ,r 0 ' 001 0 .'I\ • Ii\\ /\ • Pr1 \//00'00\ ' IP/1'\' 'r. II •r Iwo '•l' . •�7l!illlll:h(, r' C:JY%Ah 1' C• YLNI 7M1. {ICA' ; "' • I \•, n \ // 111 \, I /. /• 0 •,I• .\ II •I • \\.•.II I '•' 0• • I;.I II 'I SPIN/•' I\r0%\. I.'r.H. "'ON, 10!11 \I' .//' 00'00'0''. .1111/ '/r • '/r Ny '.\1 I I !'• f IVIY M ~I\\\\ I ' •�' I • \ '� \I • •' /1'\I/„ N n •!n\, /' r //` I/O r\ \1J;,%/00 •#: %% "' \I /'I".I \ ',\ r H " \ P.0 I n\\I'• ✓ .•r I/ '.00,'1• '00' •, '/.\11 0 . \•".. .' .r\, \ IN %r Ir IN, 0'. ,11. / 00/. / \' r\ �.'\ •"I 0 1000 • . I IIn .\' \' \r, "/' • 4 \ %0>,''l,, r \ ' '.V u\ /01110000, I \ .I • \ •\' • •, / /n 11 / \' • I\ .• 'Ii// \ ,•I{ ,II • /\�.1 I' '/ I 0, 'INP I, \"// .r\I.. .. . 'I / .I'. / I \. /1 \ r••SP. J/.• y\ 0000 0.'00 \ I ' \\0'.0 ' .' \ .'.\ I \ \I n' '.1 •r' IA / 11• . \'r ♦' !,' \ Y'r uI I ./ •. r` 11 / 1 1 / . "1 1r I / 0 I\i/I'/ 1001' I"•• 'NoI, ♦I' II.'I'! 000'0"/,iI J/.:•\. 1\'\'I. 1,/,I 1'. ' p\ 1/'•',.00000111.1.00'00. .\O' \.II'\r\ 'O'I I•. \ ^ / In •. I• y•LI1 ";./I'''I ,�I• • I 0011 /'/ .,%%'#, , \\I'. • r I J �/ r•.'I \ \ rI INN 0 /IN' •I \ \ \ L''•. I' . -:0000 y / /; 'r„ \VIN/ 1' //•. \ • r.\ I 'I 0 /.\H \• 1011 'I/ •,I' I'I r 'nI\I • r I e, /' 1\M1 III • \1,''\\ / 'I• \\r ,I. r r'\I• I•' I, 1 •\�. /•I • /. r 0000 �!"A L I \ I 1 •, rIN. \'/r/• ./ ; 1110/ \ 11L i•\\I• \ •I • •1111 • \" I / '1 /i, I. ./" .1. /1 /r. 1000/' .I /. II '1111.' / f 0111 0/" 00'I%'I/n\II/In\I r• #0111100',%I• 0 ,u0 / • r ','\\ /I�, /"I /./ •(.IN 1\000''• '/ "/I 'I.. 'I I'r ' . 'I I I•'\r \r/' 0 / '\ 00, / 00.1 \r •'.I' NO 11/1 Ii !O', r •r`•. • /'. I.' '. 1\ , . \/ r. •% \.• rH' / 0 0011 0.000000 r 000\I PON r/'.\I • y \ NoI I \/"•\e'I I• I\.001 I %' I'I iI/r IN' '// '//11II IN\ \% I'. .• '•n�'y\.1.\'r ou I/•'\I'I '/r\ 'r\I r1'\• • / \\r ''1% , 0111\ i\I '00.0%,I. I rI / I./ •/ .\.I I I\. 10"'\ •/ • ! 0 / • / J/. .1• r' 0./..011 I\,1 /r I.\'III '• N1' rr •\./I \ . /I,'/'\ .I \''r //.�"0000 \ r , II 1 00,';1110 .� 110%.• r \• \• \ r ^.I I' 1 1 r I , .\' IN I\\' L\00 ,,1 001,'\\I %1 .'.\ '//00111'00, • I\' \I, r,. I/0010„I 0000 ✓ % �. 01..00 I'r 0 1'••y J SP1 \ I!\`. •1111'' I' .I �I•: 1'•• i• 1 •I 1 . I•\. • L 0110:• .• •• 0000 ••I 1 • '11 \\I 00 i' I• 00'0. `r 00'.1 1100" 01 I \•1, .",r 0 ' •I \.'I/!'.\Ii. \' • .\'I•';_I.,, \ r •I / 0111. •i0 \ .'P • r. 0000:44',\ `:I 11110., 1111 . '.,\./. \' %•' /" . IN / / 1111, \ �'-/' I //' I'. ✓ \ rr u,. /.:\r ./1 1110.'. r ,,•, \'1 ./.\',, r'•../'\\/."\I''uJ II I • BID BOND 1 KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, • as Principal, and as Surety, are hereby held and firmly bound unto the CITY OF FAYETTEVILLE, as OWNER, in the, penal sum of for the payment of which, well and truly to be made, we hereby Jointly and severally bind ourselves, our heirs, executors, ' administrators, successors, and assigns. Signed this day of , 19 __ 1 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: 1990 OVERLAY PROGRAM CITY OF FAYETTEVILLE, ARKANSAS PROJECT No. 90-58 ' NOW THEREFORE, A) If said Bid shall be rejected, or in the alternate, B) If said Bid shall be accepted and the Principal shall execute and. deliver a contract in the Form of Contract attached here- to (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or fur- nishing materials in connection therewith, and shall in all other respects perform the agreement created by the accep- t tance of said Bid, then this obligation shall be void, other- wise 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 1. way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. 1 1 j BID BOND I. 1 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations ' have caused their corporate seals to beheretoaffixed and these � presents to be signed by their proper officers, the date and year ' first set for h above. 1 1 SEAL l I II II II II 0 (Principal) (Surety) BY: 2 (L.S.) - yA MCCLINTCI.- , •� :I:H . 95-40-7/i'•'. L EQUIP. DESCRIPTION BRANCH STATE'f NUMBER YR MFR SCRAPER'"E,I1: 8•::••.: 7 5`qw, 377-171 L 78�.'J, D :SCRAPER E I 1 . 446-441 87 CATERPILLAR 613-C 87 446-653 80 CATERPILLAR 613-B 80 IG r''TOTAL x SCRAPER S'P.:/ELEV.LDR:SS-=4ii1"""" " 374-784 60 8'E CRANE rr:, r" 441-082 HANSON 31 00 441-112 ERIE22B pp n.,':'..a..e••-'*'>,rBUCYRUS _ __ _ �y,n,r;-'N'•"�7 1. ••I TOTAL x CRANE, CRAWLER SM. —500 225-380 60 AMER CRAW CRN 395 60 272-922 65 BE CRANECRAWLER 30B 65 •7!^ 7 • .rte. -...w•,• e,TOTAL k'CRi,h. E:I�i' MEC'=�1"—"` rail 503-479 .78 .LINK -BELT 'L5-118 CRANE h.. , .,• TOTAL X CRANE - CRAWLER LGE -502 272=2 ,S' "6!.''M;n CRANECRAWLER74CY rll" .. -'TOT;..■ C,Hr.';L CRldH.ER XI !:1 4I 227-803 63 AMER MTR CRN 375 63 31-715 75 GR0 TRK CRANE TMS180 75 JyToTAL x` CRANE - , :•I••f S -�30 338-346 x 62 All CRANE 410SR 62 {{ 338-354 62 A W CRANE 410SR 62 44( i, 4 MCCLINT„': :,1,\ I 95-40-7 II I, • ; ' r ; L EQUIP. DESCRIPTION BRANCH STATS NUMBER YR MFR 'x:`;442 691', s72•GROVE'CRANE"RT59S7F—' ".". 72-1 TOTAL M CRANE ..HYDR S.P , SM. 520 383-422 79 CAT EXCAVATOR 215 79 441-171 MITSUBISHI_MS180-3 - 00 _ k 448-672 87 MITSUBISHI 11324ULC. . ,87' IO1AI, BACKIIUL-HYD.(GRAD.IY.)SM.-53U _. 274-763 66 ROM DISC 66 ,7�47�;O 77y7lT,NsDI5C%- ?z 51 Jnl, H 7•Iii� r�lnni { I. TOTAL x DISCs;PLOW:- PULL :'r. i -':: 1) 365-530 77 CAS BACKHOE 580C 77 387-959 79 CAS BACKHOE 580C 79 387-967 J79 CAS BACKHOE " 8::C %4 t 397-776 80:CAS BACKHOE 580C '"80 413-771 83 CAS LOAD-BH-580D 83 413-780 83 CAS LOAD-BH-580D 83, 1,.431-885 85;CAS BACKHUE 580E 85 446-432 87- CASE 580 SE 87 446-645 81 CASE 580D 81 '*49-148 87 CASE 580K 87 E 48231 s ,'11 .. .,1 I i' lti'a�ln�F[l i•^1'� i'i 507-148 '90 CASE:580K LDR/UH _ . '...90••: TOTAL x BACKHOE-FARM TR.TYPE-R.T. -570 �- I • MCCLINTON-ANCHU _.._. r. 5 40-761ll1-U4 x •I I. L EQUIP. DESCRIPTION BRANCH STATI NUMBER YR MFl i? 446-378"; 86'!rCATERPIL LAR `963 `:',T; ' "r ° " 86' TOTAL X {LOADER 9 CRAWLER • ✓?-: LGE -452• . ' 442-674 83 CATERPILLAR 930 831 ' C! TOTAL M LOADER- RUBBER TIRE SM. -460 I ( MCCLINTON-:,'I::I:! 95-40-7600 .• • 272-078 69 CAT LOADER 950 69 L EQUIP. DESCRIPTION BRANCH STAT,f 441-023 CATERPILLAR 950 00 :• NUMBER YR MFF, x++441 r.;il f•.: !wi'II'L5 4S4 I!I: :;"272 141 '6U f'T LOADER',988<<° ? - • T1::•.I I::.•I!h 41:.•li .,L•. r,• p .429 660 _,.%.- I. - I. 1. 5Z" 85 " +� 430-188 86 KAW LOADR KSS-95Z 86 272-175 73 CAT LOADER 966C 73 445-908 ,.,.. 87 272-183 74 CAT LOADER 966C•,..+, n,;{ : R 483 31T 87 �AWASA�i 95'Z /.:I '" • !.• -:'i: r, ::.I 1.1..,.• ., )66C L.' 5D7-814 'III :�r� .'•''•: I: 'l l ' 966C 76 TOTAL M LOADER RUBBER TIRE XLGE 464 441-031 CATERPILLAR !fj 966C 00 441-091 CATERPILLAR 966B 00 f 1 388-645 79 CAT LOADER „9888 79 �$ Ta•' u.._._ .... .fi t �, Elt ,:E^•T d r .. . n... pl' €+ 441 11,•, t:.rERPILLARF 966C 00 S 465 399 F,88 KAWASAKI 4102 88, T '= 441-163 "`LAIERPILLAR"966C OO' S TOTAL x LOADER -."RUBBER TIRE O/SZ 465•.. 441-350 CATERPILLAR 966B 00 364-037 77 CAT LOADER ,992 " 77 483-541 _ CATERPILLAR 966C 00 ' "'_ T. _ ^: ;n ;� 6 -399 256; 81 INTtWHEEL LOADER H400C "-81" ' TOTAL'+ OADER ' , RUBBER I i n!. . f•L -4i: r ' • ?, " 417 629 76 CAT LOADER 992B 76 441-121 . TEREX 72-51B - 00� TOTAL x LOADER - RUBBER TIRE) -466 TOTAL X LOADER - RUBBER TIRE MLGE -463p -_,_ :.., _ _. _._ . .. _ �� 355-321 , _3 71,HYS.FORK LIFT H60F . 71.. •'• 398-331 F.I. f:'•J •'kY I Y r w :> TOTAL * FORK LIFT -4/0 ® 498-521 78 CATERPILLAR 621B 78, p T .u;.as. •v r - � a-ara E'498 530>* 78 CATERPILLAR7621B 8 ". 7 T' Cl.v:.. 1sy r. TOTAL x'SCRAPER S P (PUSH TY)MIGE 483 272-396 73 CAT SCRAPER-ELEV 613 73 r �. - aX,Aaaam'�s�eaui.tsY '�`5i _•a_/�YY YL..kt<�...e.. MCCLINTON-ANCHOR' . .l 95-40-7600-04 L EQUIP. DESCRIPTION BRANCHTMFR1 NUMBER YR P 413-364! 83 CAT CRAWLER D4E z;. Ii •. TOTAL *TRACTOR CRAW-BARE/DOZ SM. --420,:, II_ , C , E: -r rri r} ,thy. . 440-655 CATERPILLAR 07E 00 TOTAL * TRACTOR CRAW-BARE/DOZ MED -421 n_ iY Y''± '?deli, c:p,.7'y' 3k `F4d,'' ✓-I�r uSlx''...-.v - ____ i'i ;•': 271-985 . C ATE CRAWLER 08H ,; .. 65 i65 272-027 64 CAT CRAWLER D8H 64 `.. TOTAL * TRACTOR-CR:-BARE/DOZX/LGE -423 397-741 E•i :: f. :•:I! L 'RIPPER550 ' 80 .I 449-156 87 CATERPILLAR D3B 87.. 482-374 87 CATERPILLAR D3B 87 TOTAL •% TRACTOR-CR.-DOZ.&RIP.'SM. -424 � •-^�x�,'t^ ^y Sir .. ., - -...♦. r 374-18177RINT•CRt.WL ER 1U15C 77 •- . 461-598 84 KOMATSU D43A-16 84 507-130 90 CATERPILLAR D6D 90 — TOTAL ?TRACTOR CR =DOZ 8RIP.' P'C:; 4o 1 :. ,, ..,, .. 272-001 -x.72 CAT CRAWLER D811 272-019 74 CAT CRAWLER D8H 74 :1 , 439-681 T80 CAT CRAWLER D8K 80 f� -aIL is Yvr-.l-1 '11Z: ' 442 682.'79a CATERPILLARS ::t'( y p 1 : t ` , ' 483-265• 88; CATERPILLAR�i4,'. • 506-656 89 CATERPILLAR D8N 89 TOTAL 3E TRACTOR-CR.-DOZ.&RIP.XLGE -427 m l® • MCCLINTOM-AHCIC; ti 95-40-7600=_04! L EQUIP. DESCRIPTION BRANCH.STAT/ NUMBER YR MFR 271-632 59'FOR"FARM'TRACTOR'.2000 271-667;69r J; D FARM TRAC300 69441 271-730 66 FOR FARM TRACTOR 4000 66 340-073 66 M F FARM TRACTOR 135D 66 341_811 75 l 41 S'FARM TRAC-- D580B"T:"•-•75` } 344-42' 11, B, FARM'TRACTOR 12111 75� 355-623 76 CASE BOX BLAD 580C 76 377-031 78 INT WHEEL LOADER 250A 78 :;:388=351 ,[y 79:M'F TRACTOR' TR:,;Er'^2745T7 79If F 396-354 Y73.DB FARM TRACTOR °1212• - 73 400-076 81 J D FARM TRACTOR 81" 420-298 69 J D FARM TRA-4520 69 422 81"i '84 L.Y "IRACTORj480 CC 1-' `-' E =422-82? ' 1 .1 1) I ARM fTRA-5070 ' 71 436-089 86 CASE BOX BLAD 480E 86 439-789 79 MASSEY FERGUSON " 79 44b;'424-87 C: C "PiJ„ AD'480E— - 8T. „a. 446-661 r,'. ;.:•`. ,I AD 4801.1 Sri tt 511-757 90 CASE 480F LL TRACTOR 90 TOTAL X TRACTOR -FARM TYPE - BARE 440 ftp i' 387-924 77 Ltd CH.•IL..LOADER 100E 79 410-438 'v82`CAT°CRAW,LDR'95.3 • :87 446-416 86 CATERPILLAR 953 86 TOTAL X LOADER - CRAWLER SM. -450 a r I-. L tMCCLINTON=AIICHOOR ! 95-40-7600-04...' f' 4 ..+ ..I L EQUIP. DESCRIPTION BRANCH STATi, NUMBER YR MFRF 1 355=496 "f5 76 Vf, P;• ROLLER' VPT,;; "' LM,1 i : S 1-.x;415-464 ,',83,FER ROLLER VP7 65 ?S t'C; 415-472 77 PER ROLLER VPT 65 77 � 420-301 70 FER.BOLLER VPT 65 701L r'i1mTOTAC'N"VIBRATORY ST:WH;••I'OI L TY. -35u '273-210'°,{69BOA•ROLLER;.`Sk I.) 274-437 69 NBC ROLLER SWPT DUAL 69 385-964 53 GAL ROLLER PULL-TYPE 53 RF: ",TOi;,L :._LLk, S' FlH:' PULL TYPE -358 ,.w • 273-333 74 HYS ROLLER SFVPT C210A 74 1 TOTAL * VIBRATORY-SHEEPSFOOT-P.T. —360 y • s, ,;,f "'O ;I'-16:: •84' ( "'TOTAL . -PAD TY -366. {!j• 279-196 74 CAT -WHEEL COMPACTOR 74 ST 378-r'I:R -' : C' f fa"PAC": it �'.".8:5'."""-"7x-666 • i TO:. r 1 I'"I' ., I•; SEC.•i; • : 273-066 57 EUC COMP SF 77 57 355-500 76 CAS COMPACTOR SHPFT 76 f' .,TOTAL +' :::r".:c,;•k :!I' EPSEOOT S,P. -377 273-295 69 S S ROLLER SEPT M-20 • 69 387-983 SHEEPSFOOT PULL TYPE 61 r MCCLINTON-.'•1:::I•LH TM 7 95-40-7600 'd• • F'mo=t, . , ) L EQUIP. DESCRIPTION BRANCH STAT'� NUMBER YR MFR i'. 439 797" i'79 ,HYST,ER'ORID'ROLLER -" I "''"-"'-79 • • ' TOTALI X; COMPACTOR SH & GRI D P T,. -574 271-829 70 CAT MTR GRADER 120 70 iI 271-837 73 CAT MTR GRADER 120 - - 73 1 r.5" Y I • �n..*^.+.�..q• �y ) 1'l � .,fR �. r:511 �' T.�—•...��.. ,� 271,845 63 CATMTR', GRADER12E H 63.¢' 271-870'74 CAT MTR GRADER -RIP 120 74 382-183 78 GAL MTR GRADER T -500—M 78 i4 387-932 79 CAT MTR GRADER 1200 79 •' 387 941 15.c7,9y,CAT)MTR„GRADEI( 1711 '9;S 401-153 .?81 CAT MOTOR GRADER 120 414-409 78 CAT MOTOR GR 120G 78 423-131 84 CAT MTR GDR 1400_ 84 i 4I .:•.T f�f.Y. {uY., Y,I': �irll ,P fV.;�_R ill r-.. .. Tr.... -...-,N ' 423 149 ^'84 CAT'MTR GDR,140G 84 \ ,,r • .. 441-155 CATERPILLAR 120 -. 00.. 446-459 80 CATERPILLAR 12G 80 I. 446-467 87 CATERPILLAR 1400 87., ;446-47lr r.: L.:.TERPILLAR°140G , 87, 449-181 87 CATERPILLAR 1400 87 TOTAL * MOTOR GRADER - S.P. MED -401 271 8E' 0"CAT,''MTR70RADERi' z'•r1?: —7(1- `TOTE, r• 1" •.: GRADER sr Yil'.i. 5C3 413-356 83 CAT CRAWLER D4E 83 III• , Fr.c -- 1 MCCLINTON !.'1; .:• ; ^`.• I. 95-40-7601: ':'• „ ., .;. 1((FF IL EQUIP. DESCRIPTION BRANCH STAT/I NUMBER YR MFR ',`' 273=023'•T733OW ROLLER SW 8�12f' ' ' '73T .. 7.:. • 441-333' GALLION SW.8 10,TO!J . 00 -_ TOTAL * ROLLER, TANDEM -2 AXLE LGE -302 Iff ? 3-1 39 68 BRO ROI I ER RT 3500 68 .•• .• •.• Ci<j F!:::.:4 lil e.1: 1: 11 'l -J_ •' J AJD 1 .1... 5 .I.C :r'1LJ .•1 ' 4I• s rl I. "• 338-788 74 BRO PNEU ROLLER 3500 74 440-787 BROCE TOLLOPACKER . . 00., R:•1'00 kilt .! ,;.,.441-180. F, 487-953 . -'88�INGERSOLL—RAND PT12UR --"'.'' 88 496-022 86 TAMPO SP -312H0 ROLLER 86 498-157 87 TAMPO SP312HD ROLLER 87 .•: 'r'TOTAI it 4:i k, I !14 '.- 1; ,I v: i? -34. I _ ,.r,.... 105-112 ROSCO RT ROLLER TT 57 ► 274-500 56 FER ROLLER PT 13W 56 19 893 48-T;•` ROLI'FR E I l'! if ,, l434-213 86 T:•M I'1. F.. - 434-221 86 TAM PNE PT ROLLER 86 $. TOTAL * ROLLER, PNEU.- PULL TYPE -348 • . -. - 347-531:' ! I:'M 4c4.:;! 4 4;Ir,ry , :'5 394-238 tf80yTAM 'ROLLER :''•+ •': 397-504 80 TAM ROLLER RS -166A 80 • Is OJ , ` MCCLINT:.:•• 1.LI li4 95-40-71 ! .! • .1r •• L EQUIP. DESCRIPTION BRANCH STAT/C NUMBER YR MFRr 422 703 84; TAM ROLLER 166A r•4 4' 429 643 83'{TAM ROLLER'166A ; 441-198 TAMPO RS166A 00 442-704 85 TAMPO ROLLER RS156A 85 . TOTAL"(r"VIBRATORY=ST:WH.SIPT,''i"S: ^—" it 11('y i 4r. 368-334 77"BRG ROLLER'" SPV_2: ...... :, 374-776 78 BRO ROLLER SPV627 78 396-31: �'! "IP' •::.Iilt; : :i -7 396-344,., 29 iRO 'tall • ..1.4/? 407-160 S 16?• ' 81'I,TAM VIB ROLLER RS -'16 •• r`"•,'81'.1! 429-651 84 TAM ROLLER R558D 84 435-031 84 TAM ROLLER RS58D 84 1449-19•) 8r T'1'•`:: W;-16 ROLLER' 87 482-340 y;88.DYNAPAC CA -15 COMPACTR-' -88 507-326 90 DYNAPAC CA -15 ROLLER 90 TOTAL M VIBRATORY-ST.WH S.P LGE -352 = 482-358 ...8'1 NULTI-QUIP, MRV-1U 81•`, 505-374 90 MULTIQUIP MRV-10GA IMP 90 TOTAL M VIBRATORY-ST.WH.-HAND OP. -354 273 261 65ngFER lil;? I I': .'' I L•.• PS 1.•.. t 273-279 I ;'..65 FER ROLLER VPT ': 354-198 76 VP ROLLER VPT CK11 76 r .- , Mme. e I ' 14. � • - • - r I � . y .r M1,r41-..ArYx(.YR{.Yi'i'�iNn„p,A(d•fJj. LI 11I 1 MCCLINTON-ANCHON �^ `_" - X95 40 7600 04 ,.• ,_.tiC L EQUIP. DESCRIPTION BRANCH STATl •-- NUMBER YR MFR "397 610 80 B'K PAVERr., r.i ,;, a - • �R ^f`� ; 401 161 81B KP ":: • el '-�. - 425 508 85 B K P . h rh H d5' - -r-'• TOTAL X PAVER,ASPH.-CRAWLER MED -002 MCCLINTON-ANCHOR 95 40 7600 U4 420-590, 84 B,.K PAVER;PF�1'i, t v '' g -. ° '435-04V" 86' B:IC:PAVER PF 4l:h: I Y. .'r•L EQUIP. DESCRIPTION BRANCH STATE 447-846 87 CEDARAPIDS CR-431 87 NUMBER YR MFR E. TOTAL PAVER,ASPH -R. TIRE MED -007 ;.T 271-578 70'CHV DISTRIBUTOR'.C60 70• :Y;;: r 4:, •, .:,- _ , .•a • U- - ' f - 399-779 .-;81 G M ASPH DIST:70110 Slt v g.. 272 868.e' � 62„C M ASP•I ;'h:r 62, '. '",`s•,a�si'-- • „ 427-195 79 FOR DIST LN 7.000 79 441-368 ETNYRE CP125 001 441-252 FORD F7000 K707 00 TOTAL x PAVER,ASPH.-CURB-EXTR.TY. -022 I ' • ( ,\47,0=091 ;-388;FORD,kI �)-df'I I "" ' 88 r t .422 321,, 84 BK,ROAD WIDENER 84 1470-139 88-FORD1_i il•: 88 TOTAL *DISTR. TRK.MTD.-S.AXLE -080 „,,,:� TOTAL„-�A_RD.WI DE.—SH.MACH S P:o,LGE'„—U 32" 435-759 86 J D CONCRETE ySCREED 86 382-175 78 BRC BROOM SP 09 78 1 442-640 .GOMACO DECK FINISHER `4 79 414-417::'x- 83 BRC BROOM;SP rT10 `i ""rte'" $3 ;1• I - '83 -s r 446-858 80 BAKER BRIDGE SCREED ,' 80 x:..414-425 �� 83.BRC'BROOM` l T1D ''°' a� ' "if TOTAL POWER SCREED - BRIDGE —180 423-157 84 BRC BROOM SP H-20 84 fr t431-788 85 BRC BROOM SP H-20 - 85 I� 272.=841 72 GOM CONCrCRB GR6000-78" "" `721•'" ' 447-986„'r87'BROCE RJ300 BROOM ` `, "':?" 87;"- ' ft TOTAL x.CURB MACFI.;CONCR - S P. —194 1.507-334 : 90 BROCE RC300, BROOM. is 90}t' - - s =• "` < } �� 274-259 74 ETN CHIP SPR 74 . 1 , (e.v)r 5[. ri .V\l. •a n�3 <Ir 4r 4ddad.n TOTAL � BROOMS -SELF PROPS -060 ' 441-261 ETNYRE 00 '. 19 ^+ma, ttr , {•i ,Jv A P. TOTAL • *SPREADER, CI`: S.P. -•i'SI: If •( • 4,..• , •I 272-981 58 GAL ROLLER SW 5-8T 58 I- - 272-990 67 GAL ROLLER SW 5-8T 67 j 1 273 031 7L -c 74; 7,' GALw,RO•;UEV,4 -74, 367-893 ' 77: GAL. ROLLER.SW';' 4 -or 18 .. 422-835 76 GAL RO• LLER 4-6 76. ( 482-331 88 INGRAM FB5-6 1/2 88 ,TOTAL*-ROLLER,'TANDEM 2'AXLESM: 300 • •.. • "Il .. ' . _.;_ 4 ' ` es'✓.e4 p41 Y.. 1; A%A ,-A&&9Se�s, ILuC MC�uL\ltncu-ANCROzz. DIOSIoM Pro f ecfs Clam [yid' A) Rjknd Park -phase c, t) reef/Ufiltes 1www s== c) Cctq aFrue✓cl& Nmm 000 D) O & io5 .. 1^^ __----- rt red /U41 itte-s D)SOt0,c145 -- A) Fferitaclt W 1 B Or'atna e W ices D� sa s e -. 1 A) raap sMe . rrn'emen _„... Is) 5-tratslMtsu i&sencs.zt 1 G etTpq o6 18014M s cj z8 Z, 3 . .. -------... ...._ l4g0 H I no -7' 9,rddx� e) Streets /l'1lseeUueo l.S ik#ng c 6 a 5iloa wi 5p/ � Z. $ e 4tt&ched Equrprnenf Lsf 1 3. Suhcrrn l ra&Ars A) Apple Co,qereia 1 4234 FQS rl �Cc�Ccc(�lle 44 eltt &R i e1 ft iv►sc�s ?z�aZ 1 ■ r) gcretrt v en -,: Cwrb 6u.11or, _p(lnle S7cler�aClc, �Jnveu tq Ap,oroecche-s, wtacturtl&s c) clampbell Sow, Mstellaneo-us Concrot� Disecuu2f $ee l�ltseellomemA czrncirek wleller C€ns-Ede n. _:_ l3Zzo /+mber lane F n�..rmr4071, Atlalln4a5 7Z73a __.. _ Z�/. �GCYCv G( ar6v stcmL G/ DEC -17-90 NON 10:37 1 1 E4 . L.. ,n.."c'� .:mf.. -m.-. - ;MIL i'LAND COMPANY - - FAX NO, 150144347G?-" P.02 w ,mss 3 ADDENDUM No. I 1990 OVERLAY PROGRAM BID No. 90-58 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS DECEMBER 13, 1990 CONTRACT BID DOCUMENT: ' Please insert in its entirety as a part of said CONTRACT DOCUMENTS, the following; It A. REPLACE "SUMMARY OF BID ITEMS" (Rev. 12/13/90) following the Bid Items, with the enclosed revised "BID ITEM SHEET", as a part of said contract documents for said project. TO OWNER AND ENGINEER: -1 , I, the Bidder, do hereby acknowledge the receipt of and the understanding of Addendum No. I to the Contract of this Bid Document.': Si ture of Bidder Date Sig atare of ngineer ' Date 1 :,r 1 1 • . 7 1 3. FI DEC -19-90 WED 11.21 MILHOLLAND•COMPANY FAX NO, 15014434767' P.01 ' '_ ADDENDUM No. II 1990 OVERLAY PROGRAM BID No. 90-58 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS DECEMBER 19, 1990 CONTRACT BID DOCUMENT: Please Insert in its entirety as a part of said CONTRACT DOCUMENTS, the following; A. REPLACE CONTRACT PART "D" BID ITEMS (Rev. 12/19/90) with the enclosed revised CONTRACT PART "D" - MISC. CONSTRUCTION BID ITEMS, as a part of contract documents for said project. TO OWNER AND ENGINEER: I, th&Bidder, do hereby acknowledge the receipt understanding of Addendum No. I to the Contract Document. , • '_ lz/9%90 Si nature of Bidder Da e Sign Lure f Engineer Dat of and the of this Bid BID FOR UNIT PRICE CONTRACTS Place: Room 111, city Administration Date: December 21, 1990 @ 10:00 a.m. 1 Project No.: E-272, Bid No. 90-58 Proposal of �]Q�(-kY[/a �/Gff,/I/.1lLi�/1�n'-, L�1gr/�IyCS/Ok.i (hereinafter 1 called Bidder)* a corporation, organized and existing under the laws of the State of ,* a partnership, *or an 1 individual doing business as To the CITY OF FAYETTEVILLE, ARKANSAS, hereinafter called OWNER. Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of 1990 OVERLAY PROGRAM, PROJECT No. E-272, having 1 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 1 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 here- in. These prices are to cover all expenses incurred in perform- ing the work required under the contract documents, of which this proposal is a part. 1 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 120 1 calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of 25S 0.00 for each consecutive calendar day thereafter. 1 Bidder acknow1 d e receipgt of the following addendum: ,4da n `lira /d•/ /� i eee/nLfl /3/990 Bidder agrees to perform all the work, described in the specifications 'and shown on the plans, for the following unit 1 prices: !7 *Insert, corporation, partnership, or individual as applicable. E-270 1 I 1990 OVERLAY PROGRAM STREET IMPROVEMENTS AND RE -CONSTRUCTION BID ITEMS ITEMS:.. All Items Complete in place, including all labor, materials, bonds, insurance, equipment, fittings, and unforseen items, constructed in accordance with the City of Fayetteville Specifications and Requirements and as shown on plans, grading, reconstruction of street sections, utility adjustments, street surface construction, shaping, clean-up, repair of damaged yard ' surfaces, and testing of all subgrades, SB-2 Base and surfaces. SUPPLEMENTAL: STREET RE -CONSTRUCTION: In accordance with plans and specifications for said project: Contractor shall reconstruct EXISTING street DRIVING surfaces with crown, as follows; 1. Laboratory Analysis and Testinq - Construction Bid Items I. 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. I 2. 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. 3. Cut-%Pcheet - Engineer will not provide a "Cut Sheet". Coritiactor shall construct street crown grades at a U. uniform slope using the existing street profile as a guide. U 4. 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. 5. "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. 1 1 E-272 1 1 I 1990 OVERLAY PROGRAM STREET IMPROVEMENTS AND RE -CONSTRUCTION BID ITEMS 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") ICompacted SB-2 Base. 7. Milling - All Milling shall be performed in accordance 1 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). 1 9. Asphalt Materials - Asphalt Street Materials shall be in accordance with the STANDARD SPECIFICATIONS for HIGHWAY CONSTRUCTION ARKANSAS STATE HIGHWAY COMMISSION. 1 10. Concrete Surface & Structures - Concrete Street Surface & Structures shall have a minimum 28 day Compression Strength of 4,000 psi. 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 I 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. Construction during inclement weather conditions shall not be permitted. Construction delays due to weather conditions should be considered by Bidder. I I E-272 2 I 1 1990 OVERLAY PROGRAM 1 STREETIMPROVEMENTS AND RE -CONSTRUCTION BID ITEMS CONTRACT PART "A" - STREET CONSTRUCTION: 1. SAW CUT, Remove and dispose -of approximately 1 7100 S.Y. of asphalt surface @ x�irwi Oc'tcarc4 faN9 eCIIAT4 �Ut ($ :L.YS�✓ ) per S.Y. $ 34,4%.>o 2. SAW CUT, Remove and dispose of approximately 1 2700 S.Y. of concrete surface @ fwl:Wt Oouia1> ($ 12.00 ) per S.Y. $ 3Z,4 oo 1 3. Reconstruct Top 12" Street Subgrade compacted @ 95% Standard Proctor - 8750 S:Y. @ iwo £bt2sn-g /xu i'cT i C4.3TS ($ 2.(a0 ) per S.Y. $ 22,M 0.00 1 4. Remove & Replace existing Concrete Curb & Gutter - 4500 L.F. @ (�.7 DoLLmryg _ ,ajo �ttZ'I� CiADTOS ($ 1O.5o ) per L.F. $ 41,250.00 1 5. Reconstruct Street Section with; A. 2" Thick Type II or Type III AHTD Asphalt 1 Surface Course with 6" of new compacted SB-2 Base - 4700 S.Y. @ jJin11E oou.n�� tr�.�kO Ylrt C6f)Tc ($ 9.50 ) per S.Y. $ 44,G5O,l ) 1 B. 6" Thick -4000 psi Concrete Surface with 2" 58 -2 Drainage Blanket $ 4 ' Y. @ %1J6ft Ai- 5U¢G-f o Tw r 2t ) per SS Y. S 12845(0.25 STREET CONSTRUCTION TOTAL - PART "A" - - - - - - - $ 3o' €41.2S C I I 1 E-272 Ki C 1 1990 OVERLAY PROGRAM STREET IMPROVEMENTS AND RE -CONSTRUCTION BID ITEMS 1 CONTRACT PART "B" - STREET OVERLAY 1. Mill Existing Asphalt Surface 1.5" thick x 4.5' Wide - 6000 S.Y. @ T+Jicf.Gbu,>tis tr.JoflitT9 t 75 1 ($ 3.30 ) per S.Y. $ 19,500,x0' 2. Mill Existing Asphalt Surface 1.0" thick x 4.5' 1 Wide - 4000 S.Y. @'fW1- Cft0oLQ5k7+o*r2"Nn C4N 7' 1 ) per S.Y. $ I3,Z D.oO 3. Mill Existing Asphalt Surface at Various Thick- ness and'Various Widths - 500 S.Y. @ f%Jt• a"A5 PR)n FtcrfCSN�5 ($ 6.9 ) per S.Y. $ 295O.c>o 1 4. Level (Crown) Existing Asphalt Surface with Type III AHTD Asphalt Level Course - 620 Tons @ 'fluer./ �IJJ4+1TOok4,z-5 a.+0 56�FM'4-CAVECOJTS 1 ($&&15 ) per ton $ Zd.o'LS.oc, 5. Petromat: 0.25 gallons per s.y. Tack Coat with 1 Petromat Fabric - 26,000 S.Y. @ O''t- GbLcst �7 914urf -F(JL C4NT≥ ($ 1.1S ) per S.Y. $ Q81I00,nc, 6. Overlay Existing Asphalt Surface from Gutter line Ito Gutter line with 1.5" Thick Type II or Type III AHTD Asphalt Surface - 1950 Tons @ 'jic -Sly _DeLc,sa, , tinr )0 +Jo Crs ($ 'lj(o.00 ) per ton $ 10,W0•oo 7. Overlay Existing Asphalt Surface from Gutter line to Gutter line with 1.0" Thick Type II or. Type III 1 AHTD Asphalt Surface - 1650 Tons @ TFNQrY—Sec (ioU ri$ A.J O No CENT5 ($ ?(y.00 ) per ton $ 59,40O.po STREET OVERLAY TOTAL - PART "B" - - - - - - - - - - $ 23i415.ov 1 1 1 E-272 4 I 1990 OVERLAY PROGRA M STREET IMPROVEMENTS AND RE -CONSTRUCTION BID ITEMS CONTRACT PART "C" - STORM DRAINAGE CONSTRUCTION 1. French Drain Complete Filter Rock and Fabric - 300 L.F. @ iofl ua25 e7OSfVP1Jry-I�JLC5NT3 ($ ILAS ) per L.F. $ s52c,oc 2. Reinforced Concrete Drop Inlet - 15 ea. @ Q%)- vk� �cu(2 4Lunno,�;D QiAtAt s ( $ /4c7,oO ) per each $ *21,000.00 3. Reinforced Concrete Headwall 2 ea. @ Da>: `'�ar0u.5AA)rO DoLLeo-S ($ t0Cve00 ) per each $ 2�.e 4. Pull and Re -shape Drainage Ditch - 1500 L.F. @__ st Oex Lars TF ' ($ 3.00 ) per L.F. $ 460OoDo 5. Construct 24" RCP Storm Sewer Pipe - 1000 L.F. @ 1'wg.<s*'t -t?c J f ` i .oaf tae o The rr1 -L Cf,CrS ($ Z5.ZS ) per L.E. $ ZtrZSD.ov 6.* Compacted SB-2 base backfill under streets - 100 Tons @ `TWL& DoLc4os ($11000 ) per ton $ ILco •oo ****xxx*xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx*xxxxxxxxx STORM DRAINAGE TOTAL - PART "C" - - - - - - - - - $ S1,41S.oD ***xx******xxx*xxxxxxxxxxxxxxxxxxxxxxxxxxxx**xxxxxxxxxxxxxxxxxxxxxx .1 E-272 5 I [1 I DEC -19-90 WED 11:22 . _ I�ILHOLLAND COMPANY' FAX NO, 150144347O7_g � Y �4! 1990 OVERLAY PROGRAM STREET IMPROVEMENTS AND RE -CONSTRUCTION BID ITEMS • CONTRACT PART "D" - MISC. CONSTRUCTION ITEMS • 1. Adjust Water System Gate Valve to finished grade.:•.:- :. 15 e a . @ f7Ne�lduAbvflD f5T4 ti%b(,��xo.S ($ ) per each $ 225O,00 2. Adjust Sanitary Sewer Manhole Rings to finished surface grade - 37 ea. @Tlitec 414.JoKo• ($ 3 C1oo ) per each $ (Z95o.00 Remove and Reconstruct 4" Thick x 4' Wide Concrete sidewalk - 220 S.Y. @ 'Tke2TY —€tWi ^l� ,JO,dti �a ($ 38•ca ) per S.Y. $ 83W.00 Backslope &• Backfill Behind Existing Curb & Gutter as designated on plans - 750 L.F. @ 1QU- 06v.&ur, A --'o -r-,oqu -4 -GJt, Cisr5 _ �� .. ($ 3.25 ) per L.F. $7.Sii, Compacted "Hillside" sub -base material from OFF -SITE (OFF -SITE identified as material,. purchased from others than the Owner); u.nit price per Truck Yard shall include the required "unclassified" Excavation and disposal of soil materials within street section; 1000 Truck Yards @ S Oou.ao6 e..+. FPrY Lfij•Ts ($ -7.t o ) per T.Y. S 14oO-ex's 6. WATER SERVICE LINE REPLACEMENT: (PLEASE NOTE: SB-2 Backfill Within Street Sections of this Bid Item shall be paid in Bid Item No. 8); Bid Items shall include all materials and labor. necessary for tap- ping Main, Replacement of 50 L..F. Copper Service line and connecting to existingmeter service, A. Single 3/4" Service Replacement of service line w/o• SB-2 Backfill, 50 each @ Uut '11bu.00 9oCDSYL4 &W (at1ADgO) ( $.4AbY��o ) per e a . r B. Double 1" service Replacement of service Lane w/o SB-2 Backfill, 40 each @.&YZteuSAvY) cl2tLwiO2n •djzcrm4 ($=au4oD.w) per ea. , . PS�.wOn / -Grp f�oU/�.S 'QTY • i `t000.OO $ 000O•o0- 16)000.00 $�rJL coo. oo- _ E'272 6 f L e I: 1990 OVERLAY PROGRAM STREET IMPROVEMENTS AND RE -CONSTRUCTION BID ITEMS 7. 4" SANITARY SEWER SERVICE REPAIRS: The Contractor shall make every attempt not to damage existing house services. No effort has been made to locate shallow 4" House Services under street sections. 1 The Contractor shall make every effort to look for broken service lines, and provide all materials and labor to properly repair all damaged services; PLEASE NOTE: SB-2 Base Backfill for Sewer Main Repairs shall be paid separate in Item No. 8, PART "D". 4" sewer service repairs, 20 each �1 . @ JG i�Lm1o2t Q DULc4 12-vU.2 a"A)O2t� O, BpWja4� Ovft,Yylh (S -ac74ca.00) per ea. S rscT *8. SB-2 BASE BACKFILL: for Water and Sanitary Sewer Line Repairs, 250 Ton @ Satp*q.0 IDoccaa%.fr.,c 3� otx�,uo T�fa� ( wlrckati ($ t�2 (2.bO) per Ton $-4:vfl.& DC'Lk4wS MISC. CONSTRUCTION TOTAL - PART "D" - - - - - - $ F�7>(�fi,tc 1 ; Sc4S7.So ****************************************************************** I I I E-272 7 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1990 OVERLAY PROGRAM STREET IMPROVEMENTS AND RE -CONSTRUCTION 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. SUBSIDIARY to CONTRACT PARTS A, B, C and D are the following: a. Backsloping and landscaping all areas damaged by Construction with 4" top soil; b. Seeding, fertilizing, mulching, and watering for successful growth on all surfaced damaged areas, filled, back -sloped, and ditched areas relative to the project; c. Removal and disposal of shrubs, bushes, trees, rocks, and other items within the construction limits; d. Dispose of excess excavated materials. E-272 is 1 DEC -17-90 MON 10:38 M•1-LHOLLAND COMPANY FAX"N01 15O144347074 ,y " P, 03 a- • i 1 ' CITY OF FAYETTEVILLE • 1990 STREET OVERLAY PROGRAM ' SUMMARY OF --ID_ITEMS ' I. PART II. PART III. PART IV. PART TOTAL PROJ "A" - STREET CONSTRUCTION . . . . . $ 309941.2-S "6" - STREET OVERLAY . . . . . • . . . $_2314'1S•oO "C" - STORM DRAINAGE CONSTRUCTION . . . . $ 5'14'15.00 "D" - MISCELLANEOUS CONSTRUCTION ITEMS . $ga-11 o ' ECT CONSTRUCTION COST . • . . . . . . . . $ (o8S,36Sf1S 1 I. I ii 1 1 1 1. RI I TOTAL OF BID: 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. / L The security attached in the sum of Jf" °!o ilIYIOZGX(z6d • 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. 1 I l Li Respectfully Submitted: APAC -Asr/cl nmaj lnG. /16 /tn poi-, -Mickni Dwws/ Bidder I (SEAL - if bid By:�/iINGl�7�• COQ. is by Corporation) 1 Po., 1347 Fa yerC�c , tirjws 7z7oz Business Address and Zip Code 1 1 1 I CONTRACT THIS AGREEMENT, made this S day of by and between the CITY OF FAYETTEVILLE, (Corporate Name of Owner) herein called OWNER', acting herein through its (Title of authorized Official) and APAC ARKANSAS, INC., McCLINTON-ANCHOR DIVISION (a corporation) o4nSz%W(kS) s dd S * a (STRIKE OUT INAPPLICABLE TERMS) of FAYETTEVILLE, County of WASHINGTON, and State of ARKANSAS, 'hereinafter called Contractor". WITNESSED: that for and in consideration of the payments ' and agreements hereinafter mentioned, to be made and performed by the Owner, the Contractor hereby agrees with the Owner to com- mence and complete the construction described as follows: C C I C C I C CHIP AND SEAL STREET IMPROVEMENTS City Streets Fayetteville, Arkansas hereinafter called the Project', for the sum of SIX HUNDRED EIGHTY FIVE THOUSAND, THREE HUNDRED EIGHTY EIGHT AND 75/100 Dollars (3685,388.75) and all extra work in connection therewith, under the terms as stated in the General and Special Conditions of the Contract; and at his (its or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said Project in accordance with the conditions and prices stated in the Proposal, and Information to Bidders; the plans, which include all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof; the specifications and Contract Documents therefore as prepared by Milholland Company, Engineering & Surveying, herein entitled the 'Engineer', all of which are made a part hereof and collectively evidence and constitute the contract. E-270 1( .1 S. 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 120 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. The Owner agrees to pay the Contractor in current funds for the performance of the Contract, subject to additions and deduc- tions, 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 FI14L Payment all charges invoiced the Owner by the Engineer for""RESTAKING OF CONTROL", as provided by DIVISION I, Section 01:21`of the General Provisions. IN WITNESS WHEREOF, the parties to these presents have executed this contract in three (3) counterparts, each of which shall be deemed an original, on the day and year first above mentioned. ' (SEAL) CITY OF FAYETTEVILLE Atte%tt: Owner By: Secretar4r Witness Title I113 WEST MOUNTAIN ST. r. I I El I (SEAL) Attest: By Secretary ___ Witnessf (Print or type names under- neath all signatures) .1; NOTE: Secretary of corporation, E-270 S FAYETTEVILLE, ARKANSAS 72701 Business Address and ZIP Code APAC-Arkansas, Inc. Contr for Jv1C�hfltonFkflQ.n0tQc ea 1110E,,PR,Fc)PF.N�' pc Title FA YE7T Business Address and ZI the Owner should attest. Secretary should attest. If Contractor is a 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 I L I DIVISION 1 - GEI SECTION - 01 02 - 03 -04 05 06 07 08 09 -10 - 11 12 �, -13 -14 -15 ' 16 -17 18 -19 -20 - 21 - 22 -23 SPECIFICATION INDEX JERAL PROVISIONS General Description Legal Address of Owner Verification Liquidated Damages Safety Office and Sanitary Facilities Construction on Private Property Notification of Utility Companies Co -Contractor Bids Bid Procedure Schedule of Operations Rights -of -Way on Private Property Protection and Maintenance of Public and Private Property Maintenance of Traffic Pavement Removal and Replacement Barricades and Lights Fences Progress Photographs Responsibility of Contractor for Backfill Testing Baselines and Benchmarks Classification of Excavated Material Measurement and Payment DIVISION 2 - GENERAL PIPE INSTALLATION SECTION - 01 Cleaning - 02 Inspection - 03 Laying Pipe I I ;1 SPECIFICATION INDEX I. j DIVISION 3 - EA SECTION - 01 - 02 - 03 I.- 04 -05 06 - 07 - 08 I, - 09 - 10 11 12 -13 14 - 15 - 16 - 17 18 19 - 20 RTHWORK Scope General Requirements Trench Excavation Tunneling and Boring Rock Excavation Backfilling. Stream Crossing Protection of Trench Backfill in Drainage Courses Disposal of Excess Excavated Material Paved Surfaces Grading and Seeding Resodding Preservation of Trees and Shrubs Removal of Water Measurement and Payment Water Line and Sewer Line Separation Pipe Embedment Trench Backfill Grubbing and Cleaning Road, Railroad, Pipeline, and Utility Service Crossings DIVISION 4 - PIPES INSTALLATION FOR WATER MAINS 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 SECTION - 01 -02 -03 04 -05 -06 07 08 -09 PIPE CONSTRUCTION/MISCELLANEOUS SPECIFICATIONS Ties Tracer Wire Trenching Curve Pipe Installation. Fence Maintenance Final Tests Special Bedding Clean -Up Additional Materials J I SPECIFICATION INDEX .1 I I I I II I 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 SD - CUTTING PIPE SECTION 8E - ALIGNMENT OF BELL AND SPIGOT PIPE SECTION BF - REACTION ANCHORAGE AND BLOCKING DIVISION 9 - VALVES SECTION - 01 Scope - 02 Material - 03 Installation - 04 Valve Keys - 05 Valve Operating Wrench - 06 Check Valves DIVISION 10 - PLASTIC PIPE AND FITTINGS SECTION - 01 02 03 04 05 06 07 08 09 -10 Scope Installation of Pipe Jointing PVC Pipe and Fittings Standards Warranties Handling Cutting Pipe Cleaning Inspection iii I I ii SPECIFICATION INDEX DIVISION 11 - VI SECTION - 01 - 02 -03 - 04 05 TRIFIED CLAY PIPES (SEWERS) Scope Materials Handling Alignment and Grade Factory -Molded Plastic Joints '• DIVISION 11A - POLYVINYLCHLORIDE (PVC) PLASTIC SEWER PIPE SECTION - 01A PVC Pipe and Fittings I. - 02A Joints and Lengths - 03A Installation 04A Testing - 05A Warranty DIVISION 12 - STANDARD MANHOLES SECTION - 01 Standard Manholes DIVISION 13 - ACCEPTANCE TESTS SECTION - 01 Infiltration-Exfiltration Tests - 02 Lamping - 03 Smoking - 04 Proof of Acceptance DIVISION 14 - AR SECTION - 01 02 03 -04 05 -06 07 08 4CO TRUSS PIPE Scope Material Specifications Recommended Practice for Bedding and Backfilling Jointing Laser Beam Alignment Manhole Connection Patching Concrete Encasement II iv I: I I I I I I I SPECIFICATION INDEX DIVISION 15 - LOW PRESSURE AIR TEST OF SANITARY SEWER PIPE LINES SECTION - 01 Scope 02 Summary of Method - 03 Safety - 04 Preparation of the Sewer Line 05 Procedures 06 Acceptance DIVISION 20 - STI SECTION - 01 02 03 04 05 - 06 - 07 - 08 09 10 11 -12 -13 14 ZEET SPECIFICATIONS FOR CITY OF FAYETTEVILLE Right -of -Way Street Width Sub -Base Preparation Base Material Base Material Preparation Surface Course Compaction Curbs and Gutters Sidewalks Dedicated Streets Concrete Structures General Comments Street Extensions 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 v a ,1 I SPECIFICATION INDEX I I ii I I .t. DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR CITY OF FAYETTEVILLE SECTION - 01 Scope 02 Concrete Street Structures 03 Subgrades - 04 Minimum Thickness of Sidewalks and Drives 05 Minimum Width of Sidewalks 06 Placement of Concrete Pavement 07 Expansion Joints 08 Turn Radii 09 Pozzilith 10 Temperature During Concrete Pouring - 11 Vibrator - 12 Bidder Responsibility DIVISION 24 - ST SECTION - 01 02 03 04 05 - 06 07 DRM DRAINAGE OF STORM SEWERS Storm Drains Natural Drainage Storm Drainage Design Concrete Pipe Requirements Corrugated Metal Pipe Surface Drainage Special Gasketing and Sealing Materials DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE SECTION - 01 Description - 02 Materials 03 Laboratory Tests and Cement Content - 04 Construction Methods 05 Maintenance 06 Method of Measurement 07 Basis of Payment vi I I I I U I WATER SYSTEM SPECIFICATIONS 1 I I r DIVISION 1 - GENERAL PROVISIONS I 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, I, 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 oftime 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. tiSECTION 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 required by law. Sanitary facilities will be required as needed to con- form with city or county ordinances or rules. I DIVISION 1 - GENERAL PROVISIONS 1 SECTION 01-07: CONSTRUCTION ON PRIVATE PROPERTY. A permanent construction easement shall be provided by the Owner for con- struction improvements across private property, as shown on the easement plans, to be provided by the Engineer to the successful bidder. The Contractor shall not damage or destroy obstructions within area. Satisfactory settlement for such damage shall be made by the Contractor directly to the property owner. Pave- ments, drains, fences, driveways, wells, septic tanks, lines, and etc. shall be restored, immediately following construction of the project, to the original condition thereof as determined and approved by the Engineer. The Contractor shall conduct his work so as to interfere as little as possible with traffic. The Con- tractor shall consider Section 01-14: "MAINTENANCE OF TRAFFIC", of these specifications as pertaining to this area also. Existing underground and/or overhead utilities are not always shown on the project plans. The Contractor shall coordinate with all utility companies at a preconstruction conference prior to starting construction. The Contractor shall cooperate with all utility companies in an effort to protect existing utilities. Any variation or elimination of construction and temporary con- struction easements shall be reflected on the construction plans. SECTION. 01-08: NOTIFICATION OF UTILITY COMPANIES: The Contrac- t. is responsible for informing utility companies forty-eight (48] hours prior to start of construction for the purpose of locating existing utilities. The Contractor is responsible for any and all damage to utility lines he might damage in the course of construction; furthermore, the engineer shall not be held liable for said damages. I. SECTION 01-09: CO -CONTRACTOR BIDS. In the case of two contrac- tors working on the same job, each Contractor shall be responsi- ble for coordinating his work schedule with the other Contractor. Each Contractor shall be responsible for any damage done to his respective work by the other contractor. The Engineer shall not be held responsible for any damages of any kind. 5 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 2 I. DIVISION 1 - GENERAL PROVISIONS SECTION 01-11: SCHEDULE OF OPERATIONS. Before work is started, I. the contractor shall prepare a detailed schedule of all construc- tion operations that shall not only indicate the sequence of work, but also the, expected time of starting and completion of each part. The schedule shall be submitted to the Engineer for approval. If conditions beyond the control of the contractor justify and the Owner approves a deviation from the expected time, the Con- tractor shall service the construction schedule in accordance with the approved change. The Owner may require the Contractor to add to his construction forces as well as increase his working hours if operations fall behind the approved schedule to an extent that the completion of work within the specified time appears to be doubtful. Connections into the existing facilities shall be so done as to make the least possible interruption to the normal functioning of existing facilities. The timing of this work shall be planned by the Contractor and authorized by the Owner or his agent before proceeding. Residents and users of existing utilities shall be notified by the Contractor twenty-four (24] hours in advance of service interruptions. SECTION 01-12: 'RIGHTS -OF -WAY ON PRIVATE PROPERTY. The necessary permanent or temporary Rights -of -Way for the construction will be provided by the Owner. The centerline of pipe line Rights -of -Way across private property will be marked by the Engineer with stakes set at intervals of sight distance. The Contractor shall be responsible for all damage to crops and other property outside the boundaries of the Rights -of -Way and shall make satisfactory settlement for the damages directly with the property owner and tenant involved, as their interests may require. U 3 LI I I DIVISION 1 - GENERAL PROVISIONS 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 all sod and shrubs in yards and parks removed or otherwise damaged, shall be restored to the original conditions thereof as determined and approved by the Engineer. All replacements of such underground constructions and surface structures or parts thereof shall be made with new materials, conforming to •the requirements of these specification or, if not specified, as approved by the Engineer. ii 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 [48] hours prior to start of construction and is responsible for any al all fees. SECTION 01-14: MAINTENANCE OF TRAFFIC. The Contractor shall conduct his work so as to interfere as little as possible with public travel, whether vehicular or pedestrial, and shall provide and maintain suitable and safe bridges, detours, or other tempo- rary expedients for accommodation of public and private travel. Owners of private drives shall be given reasonable notice by the Contractor, before initiation of construction which would inter- fere with the normal passage of public or private travel, of the date and extent of construction involved. In making open -cut street crossings, the Contractor shall not block more than half 11/21 of the street at a time. Whenever possible, the Contractor shall widen the shoulder on the opposite side to facilitate traffic flow. Temporary surfacing shall be provided as necessary on shoulders. $ 4• I I E DIVISION 1 - GENERAL PROVISIONS I.. 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 to 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 shall provide a gravel sur- face at least 6 inches in depth which he shall maintain until the permanent pavement is replaced or the expiration of the contract and performance bond period. The gravel shall be of the quality normally used by the Owner and shall have a size gradation that will allow dense compaction and shall be free from lumps or balls of clay or other objectionable materials. Approval of both the material and the source of supply must be obtained from the Engi- neer prior to delivery of any material on. the site of the work. Pavements constructed of asphalt and concrete shall be removed in a careful manner and shall be replaced in accordance with Type I or Type III Road Crossing Details as specified on sheets 2 and 4 in the Appendix of these specifications. Concrete and asphalt. shall comply with minimum requirements shown on project plans. Gravel -surfaced streets shall require no paving, but shall comply with Type II Road Crossings, Detail Sheet No. 3 in the Appendix to these specifications. The gravel surface, as specified for Type II Road Crossings, shall be replaced immediately after the trench is back -filled. A trench in a graveled street will be considered as having been repaired when the graveled surface has become stable and is at proper grade. ... All gravel surfacings, walk, drives, or parking areas, removed or damaged, shall be replaced with new material as specified. All costs in connection with the removal and replacement of such sur- facing, including the temporary gravel surface on asphalt -paved streets, shall be included in the unit prices bid for the pay item affected thereby. • SECTION 01-16: BARRICADES AND LIGHTS. All streets, roads, high- ways, or other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning signs. Barricades shall also be located at the nearest intersecting public highway or street• on each side of the blocked section. I 5 El I 1 DIVISION 1 - GENERAL PROVISIONS All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sun- , rise. Materials stored upon or alongside public streets and highways shall be so placed and the work at all times shall be so conducted as to cause the minimum obstruction and inconvenience • to the traveling public. All barricades and light expense. will be paid by the contractor. SECTION.01-17: FENCES. All existing fences which interfere with the construction operations shall be maintained by the Contractor until the completion of the work affected thereby, unless written permission is obtained from the owner thereof to leave an inter- fering fence dismantled for an agreed period of time. Where fences must be maintained across the Right -of -Way, adequate gates shall be installed therein. Gates shall be kept closed and locked at all times when not in use. On completion of the work across any tract of land, the Contrac- tor shall restore all fences to their original or to a better condition and quality, purchasing new material to replace all materials lost, damaged, or destroyed. .Temporary gates installed by the Contractor in any fence line may be left in place with the permission of the owner and tenant of the property. • All materials used in fence repairs or replacements shall be approved by the Engineer. AI SECTION 01-18: PROGRESS PHOTOGRAPHS. Photographs of the con- struction work will be taken before, during, and upon completion of the construction. Such photographs shall be taken at the direction of the Engineer. Contractor shall provide a Polaroid camera and all required film for this purpose when requested by the Engineer. 1 6 I DIVISION 1 - GENERAL PROVISIONS I SECTION 01-19: RESPONSIBILITY OF CONTRACTOR FOR BACKFILL. The Contractor shall be responsible, financially and otherwise, for (a) all settlement of trench and other backfill which may occur from time of original backfilling until the expiration of one year after the date of final payment for the entire contract under which the backfilling work was performed, (b) the refilling and repair of all backfill settlement and the repair or replace- ment to the original. or a better condition of all pavement, top surfacings, driveways, area ways, curbs, gutters, walks, surface structures, utilities, drainage facilities, sod, and shrubbery which have been damaged as a result of backfill settlement opera- tions, and (c) all damage claims or court actions against the Owner for any damage directly or indirectly caused by backfill settlement. The Contractor shall make, or cause to be made, all necessary backfill replacements, or repairs or replacement appurtenant thereto, within thirty [301 days after due notification by the Engineer or Owner. SECTION 01-20: TESTING. Contractor shall provide all personnel and facilities for testing systems. Owner will provide WATER for • testing on the following basis: A. Pipeline and Pump Station Testing and Cleaning - A maxi - 1. 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. I I 11 1 7 I DIVISION 1 - GENERAL PROVISIONS SECTION 01-21: BASELINES AND BENCHMARKS. The Contractor shall furnish competent personnel with work tools and material and shall assist the Engineer in the establishment of baselines, benchmarks, and other basic reference media needed to control the location and elevation of work under this contract. Thereafter, the Contractor shall carefully preserve such vertical and hori- zontal control and shall make and be responsible for all measure- ments front it to the work to be done. The Contractor shall compensate the Engineer for replacing damn • aged controls (such as hubs and stakes for horizontal and ver- tical control) at the rate of $55.00 per hour with a minimum of $200.00 per appearance. SECTION 01-22: CLASSIFICATION OF EXCAVATED MATERIAL. Excavated material shall be classified as earth excavation and blast rock excavation. Blast rock excavation shall be composed of rock not removable by a backhoe chopping and prying action, but requiring drilling and blasting or air tools for its removal. Chert, slate, sandstone boulders less than six [6) feet in diame- ter, or any non -homogenous material shall not be considered blast rock, and shall not be paid as such. SECTION 01-23: MEASUREMENT AND PAYMENT. It is the intent of the proposal and special conditions that the total bid, as submitted, shall cover all work shown on the contract drawings and required by the specifications and other contract documents. All costs in connection with the work, including furnishing of all,construc- tion plant equipment and tools and performing all necessary labor to fully complete the work shall be included in the unit and lump sum prices named in the proposal. No item nor work that is required by the contract documents for the proper and successful completion of the contract will be paid outside or in addition to the prices submitted in the proposal. All work not specifically set forth in the proposal as a new item shall be considered a subsidiary obligation of the Contractor and all costs in connec- tion therewith shall be included in the prices named in the ii proposal. The method of measurement and basis for payment for each item as listed in the bid forms shall be as stipulated in the following subparagraphs: I BID N010"90 tr_ 4I0N ROAD R TER i11 p€ Cl]Y IIN/ • .X. n • I • •: L I fll RD ` !� , A• 1 ': i E 5 x •1. 5:.i 'I r. y.. V •. • 45K IO ° 111 Y`PN. I y11 J D^ WP N NCIRI¢ SWAN sr %Qa�55 kT d! IIJ HIGXTt NGALE 6 S 0 izll REOWIS o a MILLS RD H RD —+cBR Inz 471$ SWNL OWCIP SI: VLA 11 5LL1L0 r Q II Q - lOP KENAAY LONGV I Q PUT0.Pb \ ST II Ix II iflL.BKiP5 INi BUTTERNUT_ MALINOA II DRIVE EI APPLEBY RD R MPIGARETPL ••_4 �t z 4 a + JASON p Is 2OP *C lO IPyTr � LPGE DP • '" i o r Creek D w JIILL m PrrvaMP DRAKE1 i Jp' V IG o > RBACK rl�ll: OP a ml ` r �. <ia ST 5"J4URICIs : ( ; J .>."Ir .UNIV�RSTY- •. -a ° r W V. 1 1 j ADOBE ST w =O Ow 1 t r 2 •; I EII' J ' 80 < l NA "14 m m • ••I I I,: •�f ..I I Moeik Hwv P✓I 4 J PVT IDR j WEST IEV C� D MOORS • f• I ` � \ T D /� OR dMLA fm'. / . I:< GYPCaq/C1Y t I P --w 1 IJ .11 '1M w Ca ma ._ .U...�.� _.! +y : � OWN$HIP A x 4UMW _ �_ • / 1 Dy ` Ilf O __ • REfN C Home • . . .`� ° CRESC0LT m i•.4 :.O D OR la 11WINDY 1. orYCMUTS i Y� K. '• '•c 'I/ • ♦•SOVAPE .. S .FDAO L w "' W UI OR In EP I UN/VERB/TY OF pRKANSA5 � / r >w ST •/ ELM ST k > I/ N f a Q ¢ ELM T •a T I¢Ir Z a EA '^ w Y 11W ¢ °n RJ �� '• I V ≥ £PLAR ( ST MWY Nam* WINBAUFG X_ "i I '1 E• -1 P 'DR POPLA ST a a Iz " Pack DR Islxr wfn o`° / EXPERIMENTALIFARM r' o _Al WeW rDE_ i lIII IIfLEP •5r- (,E'O ..: '.I a < N Q w BELAIR ORi 42 O yu 1 _ 11 V B:1:SX r ASX sT 3 INo o Eoxn sr - CITv °rAmeLIN KELLY ST < $ V ASH S{ LA 3 ¢ Aig0.E ST I ^AVE RIKY OP CI 1>S LYNN52/4 5 q, PL 5 MORE 5T [.1 A a SVC MOR 5T REAPUR MAXWELL DR > XICKO Y w .I I Q Gregory i Hihs c..r,. A ar I\ < j .Of A. w 5 MA% ELL OR > m U E ♦ Hi/15 ¢ OW ♦ ¢ ( _ P fATj'"< < • A > Ll ya r Clnllr J F CALVIN �W MGNDf IKa,T +—� (_- F- it £ Q • Srh.d uuT M LAw5 N 5r w,_rFJ¢ US.'Asl s?II 0 V PMk ANTED a > �� ry I' - /1 2 .._ ... yr _ simg1 >.O W _ AVON ST W 'I¢z\ _Y .�T -L S_ _ 1__ln'w`! ..1 ≥L. / 10 C / _ - By' N LA WSOn�5 -` ''2 .Ie tk \\ 'i w 1 1 "AROLYN 0 O `<WO lII 2 Wj D A MIRF.O 2 v-xl f NOV- J V I YaW / ¢ PNf HouV ST "`F- v . - �g• . .a o Pv Q/YI H ]OZ /.'a4 LY SI .Wid6> F tt $i2 B 1 � �II Cl/AE � OD /pllr OO S> NC N --=._T •n' �/ NnoaA y IC > <W S_ __ _ I _`" _CnL • W��n1 J 3 J _j V _mayuT PA IP.1� I_ _w•*aR eus''0W kALWEY DN TFIELD STLL C ,.n c.e W G' stA -�I 2 < �� 45 A0:( �- ~ > .. /,YI en EerW N Tf1 STD+�� nprX. 3' o E '1 DR. \\\ > luln . !IL L 'Y 1 Sz • i' ? 4 n" _ u 6 RIOGELS'. .r Dl NlalU DR a�i o }IV > Ilu .11E "r W ,11 Mat. Cen. D EI 'NORTH ST < .I - .. •DN•-` 'T= Yr.. ORA ON O> -L ♦ dY/v a w w R AM$ ST ¢ v Lf✓ v Vel 1 q (1R[ 1 M1 t NO ¢ •y ^VUN1, I a 1 29 > > P E `r $T a • : OR ull ¢ 4L- w m a [ P O 1 MANOR . y1y J > 5E RY_ST L w a y > x1<Ca$IIH. ° W BERRY Sr W>l�W aJE 14 J a W LEHI) X p E'LENIIHR $T LA P�"'N > nll Sr 11 W W OY JR ! ` EW „ l Q_f > Su; O Ip XAW[M PN YQ J J MIDIu / L xuINN, J > Fk vLE ST n siw 3 m w] xfs fun Xu a6ROOLerererf -_ J J ¢DVGGG a> l . � i.pa IS LKnf E Plal$PECT ]T t F a F (/A. n N•Nu °. m a I 2 0 g 37 12 Fop Sla No 5 CLEVELAND ST CLEVELAND w A 'i I.. I R OsvE T $z w w O s \ HYLAND , w w Rac wooD TRAIL H LAxo a ¢ Si Q :. A. > > >� ¢ . k 0 a W > J W I W 28 •-n I a 4 K a .n W NrnfL $� F a W 9 9 2 z Nw d O a Y a-> v WIIS0II Pd A, aJ e w a <> z J a O_:w -.•TAYL n a --I'.. TN a HEIIECCA sr • > ¢ V 2�6 9C-` m 'Iir. -• // OREN N a '.J `> J > r 1- JOHN ONSI TRUS a 551 ¢ V r a 1 CR WEL- < OUI r' BTa ° I'LVn J p O P •r' UI W MAP > LA GL/S�— 11' z w z ¢ a g �( O a GVNi v119t Q $ S�, COMPANY a N^ O • • MSPfl w 2 M P ON£'eV°'1 $T≥<SArxa E A E 26 LA AYETTEa $TT u _ 9r o" Yw• NI ! EI LEu 5T W V .4-.nE 'J Z>O a _J> b N x 1P' ._..._ W ¢ 2 Sr x J 9 O ti W MAP LE ST w --_. `-_- I --≥• — IVE RSIT > u FAe'AY o_ > ≥ > "_ 265 MALSELL ROAD J >r 5L 1 'NI xFwAVF N a... R K A N] A a w a qq w$ w >`: W > SEE REVERSE I7/ '><•TMnl¢v ^' �2 1V[ DR 0 > "'O] r6 .• + a i w WTrD $1 [XI�FNI °°UnooU uxF xFll [ va4 > / �� ala N SI- ENLARGEMENT 8I w J •V MARKIIAN pD¢bLl ¢ CAMPUS <NNBN E > ¶9 u III. DICKSONe Q Uu VI•)°IM1 WAv UM ] 0 y �4 Ofl 41 O O I u r i Ip J z E 01CKSST SM'IL INS i 0 i W OIeK30 ST 0• i 2/ Cify*oPnIY 1. I'1 [ 59 = rr i 2 w W W V ]: ' a W 5 W I -• U > > [INNFR w > '�. 6 D I" > Oj Jyj ¢ ZE ySPRING OSi :._i( NDrl ry1 a N A I 1''M• 5� ( [ ( a 5 a x J W J Mount Sequoyzh 8 w LrOcI I' d o1 L WJ SP11NG 6m i z w= >Y w Y Methodist Assembly _., o MEADOW FnpI1RJlE`IO •" e z I` EI j O MEII OR ST C a A JM F .,•'1 1e w Grounds 1 P 7 ¢ E CDO . h •` p U HFADO 0 '•0 r Ci V QI i ST 4 i Iw z 2[ N z 2z 70 no N fYp PPO� W W C STzm r a 1P CEN'ER ST Z 0 CENTS Sl 'r'ol *'pyx e'YFINE 1 pV4 pp 54 PN .• > PM,I `/`a > W MO1 Ni N E ? °UxT IN i LIGHTON TRAIL •L o' a '^IMF a W 112 ° 58 1 TRo' 60 �y/} ` q o r ..CDnldware q0UI O NETLESH,, ui " P A z 6.6. Cem iyJk O HEATH U x a rUl ' w RO[K u E 3 ROCK I`' % '1 a GERS. OR SOUTHERN O U MAINE N W J L ROY POND ¢ 1 12 -•'- ]I¢ -: >• - - -'cem. 0& HEIGHTS SO! JI >'IVNma b' - y0 $ .,.3 O PLACE ¢ 0 a a _ M OR _ a _AMmn. z1Iriz i L L _� o a Ha Hollow i N STONE VOLST" 5O" ti' 'attMlll "3 CAI✓v' ST N A Cm�. J'' + P I? P AREA COVERED BY MAP OF PIN 'c -IfmaY ` I.,-. < A E ul INv sT WAl1(E E%s" School p I� NEFDAHE 9 p mH% $[l1. O a w Ew1xn E SOUTH E C SHOWN AT U PERE VI FrE I i y I"�—�, D� [N 3 1- J r'{ 2 P ° &Palk-•WYMNN P ANrP'l `_ o i vl!• -' QEIW J!V[ i B[le FI r. x PP ,BM > ¢4TH o P ee JPIW SXOwry AT UPPED LET[ ST SIBPD/ ♦ MITCHELL / x• OS 9p 2 ft ] u ST N 4 ♦e a� 5[11.1 d(k P IR ST 2 i 6 ,FOB 2 t j a"pv L - 2 aY.N '4 J. AVwCDON x[n I. 1 �! =491 wa z 1Y x w Q 5TH N ST w T P Fi 1 p OB O n Sit NIHas, __..-. .el. °... J Y _ p -o > y 2 P Sa P a E 5TH Si BI¢kna A S d m o f Sfou°.A1 I w- 1 em CJIn(YIx o 180 < W TN 5 < E PT ST o T C: Jlllf r . VTAGMINGTOrr 6N -�A nhLL _ 6TH RAL• X1�_- FR- z w o —n__ <O < z 1 InOLAN Q NOERSOx v z w J N m lefl¢rmn j ¢ I 180 N' O [ POC IEn -Ehm. SLT. C I- a Vw •PAflNELL w i^I U O MD` CNaf > a w 1 E9T &Park i ¢ FAIRLANE ST wI R EAIRLANE I Ou — DR a > ¢ A Ome PYk �L:em el O W9TXi'N > LU UI $T Q J Q hllnM -ST 1 a > w > 2 F N >lEE ST > y z i ^I•,' BWCepol \t Y J j 4 w fVAL CIR EBSF > i Y nix a 1'! IITH ST V J z < > I I, ° Q EEEW Oo E IITH $T f Gore N[LEN • 0 O• MC [LINTOn 5i N z •1 • v �$ m a E/ W a,-- >> . k2 m O E 1$iX ST 0 L inn-= ¢ Shopping it p / a a D w I}TX sT \1 . 3 m 00 Ball °' M< -30F C (P7 �V:-- . r PVT OR o a F i wn¢ w w Center '.'�'' 1 i '✓ _ ° �2 N` O _ --r� y2 L �(r i W JTN T `-1 N E 13TXSi . 1 �. Park ��V N 14H.5r�. +-k-��:J+�.A.1.J��_I • ,1115TH Si -- W - N AMMe _ 91q S z F I I � � .. .. MOEIk ne k ham._ m W 75TH® TH 0q\L J w :.Wekb PmF �ELIw sT I O•Nome fir. S® AJ `�16 STo fy e o 3P*n 1 7 gE 15TH I' ST !JVE xS opp ng HemF PWE a AO2sT SShopping w B e-_._. OI. _ - ._. _.... .11 ._.-.__._�_.- • VICINITY MAP JOYCE ST. CfufiteM'u .. i /\ YPARADISE VALLEY I' SPINS L i „ 1 \w 11 f GO CF CDUASE. rI'1' =A/kanv5 ftnern 1 .,1, Gas Co, .! �' ^\j wLLSOO RO , Sl ea/nF \�` V a DRI. GREE I'AA6R - rl p J MASONI \. PVTDR I JAICE DWINOSOR PL EIAIfIESTBRIAR ORSUMMERNILL OPAVE WIMBLEDON pL I LPNGSTON pL /q J!SKAPOH $T L1L0 STDBSLfq FLD ROAD / Ip D PINF0 W mST > ERROLSTOLDV NBRIA LIFF ST T /'L'C yyVVAV vilr°RTLANo 5r, E/emen:rr ROS TPi6`0.- C ST DR EL.jI ABETX AVE \P NSP "' aX yI O_7 CENTURY ¢ Q GOJ O ¢ NAMy F y OP ° r O., qo Iwi z p�T o 8/O U PO AVCEFT "w _ PO nO m CT CT /n :1• S(INNY < PY y 4 GENTLE OAK DRIVE 1 G ILL STWA O ri N 5 (•,/C OA ST' > 00150E ARC TALL y T INOAIS f5} / CAR OINALv CT OAKS DR J .�- O SUSAN OR LA OAKS ° Y COLDk'P OR 4I ENT OP /L 4COPPEP OA PLACE ] 6 TWE E 0 NT2 KANTZ OR OV EPCPEST o B O OA w g DR w KA TZ 5! fl< a W ELMWOOD O E 2 6 CUvt j f ,> J N < rvr Ox . ° a P m < YI w ; A KSENPV ! al, T$ LA w O b "°P sON J 30VLEVAR0 ° 1 • F µ /1' fEILV\Ew O BRISTOL r. i _r IP.OP.. I-- PLACE �.—, CemRfrY OP a m CAMELOT PLACE _ -- Olv O 'AWNS, ° w 3Pv u¢ 1$P11 NEVI F I M floor r _ 5 6R 1. I • 1 MILHOLLAND COMPANY • rs • ENGINEERING & SURVEYING �tRDE.: 205 W. Center ORTION _ I I DIVISION 1 - GENERAL PROVISIONS 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 [6] 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 [15] days after the Engineer has submitted the invoices to the Owner for payment, whichever is the later date. 1 I 9 a 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. 1 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 Ihooks of any kind will be allowed to come in contact with the . pre -molded joint or interior of, the pipe. SECTION 2-02: INSPECTION. Each piece of pipe shall be tested for defects after its delivery alongside the trench near the point of installation. Cast iron, ductile iron, or vitrified clay pipe and fittings, while suspended and hanging free, shall be rung with a light hammer to detect cracks. All defective, damaged, or unsound pipe and fittings shall be rejected and removed from the site of the work. I 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 line. Pipe shall not be trimmed except for closures. Pipe not making a good fit shall be removed. The laying of pipe shall begin at the lowest point, and the pipe shall be installed so that the spigot ends point in the direction of the flow. 1 I I DIVISION.3 - EARTHWORK 1 SECTION 03-01: SCOPE. This section covers excavation, trench- ing, rock removal, embedment and backfilling, surfacing, grading, and other appurtenant work. The Contractor shall furnish all labor, equipment, and hand tools for earthwork. SECTION 03-02: GENERAL REQUIREMENTS. Excavation work shall be performed in a safe and proper manner with suitable precautions being taken against hazards of every kind. Excavations shall provide adequate working space and clearances for the work to be performed therein. Subgrade surfaces for concrete and pipe placement shall be clean and free of loose material of any kind. Excavations shall provide adequate clearance for installation and removal of concrete forms. In no case shall excavation faces be undercut for extended footings. Back -filling and construction of 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 I. 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. I I 1 a I DIVISION 3 - EARTHWORK I 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. If the natural material in the bottom of the trench is un- suitable to support the pipe, it shall be removed to the depth directed by the Engineer and replaced with suitable material, if available, or crushed rock (1/2" graded). D. Bell Holes. Bell holes shall be dug and shall be large enough to permit ready access to all parts of the joint for assembling and for inspection and to permit bearing as speci- fied above. E. Bracinq and Shorinq. Except where banks are cut on a stable slope, excavation for structures and trenches shall be pro- fperly and substantially sheeted, braced and shored, as neces- sary, to prevent caving or sliding, to provide protection for existing structures and facilities. Sheeting, bracing, and shoring shall be designed and built to withstand all loads that might be caused by earth movement or pressure, and shall be rigid, maintaining its shape and position under all cir- cumstances. Trench sheeting shall not be pulled unless the pipe strength is sufficient to carry trench loads based on the trench width to the back of the sheeting. Also, it shall not be pulled after backfilling. When ordered by the Engineer, wood sheet- ing shall be left permanently in the trench. Where trench sheeting is left in place, such sheeting shall not be braced against the pipe, but shall be supported in a manner which will preclude the application of concentrated loads of horizontal thrusts on the pipe. Cross braces in- stalled above the pipe for the purpose of supporting sheeting in the bottom of the trench may be removed after the pipe embedment has been completed. F. Protection of Structures. All existing structures, conduits, pipe lines, etc., along the line of the trench shall be pro- tected from damage or injury due to the trenching operation. G. Wet Trench. At all times during pipe laying operations, the I. trench shall be kept free of water either by pumping, bailing or drainage. I 2 DIVISION 3 - EARTHWORK H. Open Ditch. The Contractor shall not open more trench in advance of pipe laying than is necessary to expedite the work. One block or 400 feet (whichever is the shorter) shall be the maximum length of open trench permitted on any line under construction. In no case shall more than one Cl) 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 I. systems, the Contractor shall install the casement pipe in an open trench. The Contractor shall provide traffic control, barricading, compacted backfill, pavement removal and I. replacement. II I 1 3 I1 I I1 DIVISION 3 - EARTHWORK B. Material - Casinq Pipe. 1. Welded steel pipe, new material, with a minimum yield of 35,000 psi. The following minimum wall thicknesses shall be used: Outside. Wall Thickness (Inches) Pipe Diameter Under Hiqhway Under Railroad 6" 16" 0.250 0.250 8" 18" 0.250 0.312 10" 24" 0.250 0.375 12" 24" 0.250 0.375 14" 24" 0.250 0.275 2. In lieu of welded steel, as specified above, asbestos bonded bituminous coated corrugated metal pipe may be used. Pipe shall be 14 gauge. Connection shall be match I. punched. Pipe shall be as manufactured by Armco Steel Company or an approved equal. Casing diameters shall be as specified in (1) above. In all cases, the casing used must meet Arkansas State Highway Commission Specifications. C. Work Within Hiqhway and Railroad Riqhts-of-Way. All work per- formed and all operations of the Contractor, his employees, or his subcontractors, within the limit of railroad and high- way Right -of -Way shall be in conformity with the require- ments, and be under the control (through the Owner), of the railroad or highway authority owning or having jurisdiction over and control of the Right -of -Way in each case. 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. 4 I I Y. DIVISION 3 - EARTHWORK 1 I I I L) 1 I I. I I 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. SECTION 03-05: ROCK EXCAVATION. A. Undercut and Embedment. When the excavation is made through rock or other material too hard to be readily removed for admitting the bell of the pipe, the trench shall be excavated at least six (6) inches deeper than the grade of the outside bottom of the barrel of the pipe, and refilled and tamped with suitable excavated materials, SB-2 Base, or fill sand as directed by the Engineer. B. Blastinq. 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 DIVISION 3 - EARTHWORK I SECTION 03-06: BACKFILLING. After the pipes and joints have been inspected and approved, the trench shall be filled to a • depth of one (1) foot over the top of the pipe with selected material free of clods and stones. Such select material shall be deposited and compacted in a manner to firmly hold and maintain the pipe in proper position and alignment during subsequent pipe jointing, embedment and backfilling operations. All trench ' backfill above pipe embedment shall conform to the following requirements when so directed by the Engineer: I A. Tamped Backfill. Tamped backfill will be required for the full depth of the trench under roads, driveways, highway shoulders, curbs, sidewalks, gutters, and other surfaces, construction, or structures. Tamped backfill materials shall be finely divided job excavated material free from debris, • organic material and stones larger than 3/4". The backfill material may be placed in one operation for tamping with the hydrohammer to finish grade, but shall have a moisture con- tent sufficient to obtain ninety percent (90%) of maximum density with the method of compaction used. Such density will be tested in accordance with AASHO Designation T147-54. B. Uncompacted Backfill. Mechanical compaction of trench back - fill above pipe embedments in locations other than those hereinbefore specified willnot be required, however, com- plete water inundation of backfill will be required. I. Uncompacted earth backfill material which is to be placed above embedments shall be free of brush, roots more than two (2) inches in diameter, debris, and boulders, in certain por- tions of the trench depth. C. Inundated Sand Backfill. At the option of the Contractor, inundated sand may be installed in lieu of tamped backfill in any of the above locations where, in the opinion of the Engi- neer, the use of water for this purpose would cause no damage to adjacent property or buried utilities. Sand for inundated sand backfill shall be free from lumps, rubbish, roots, cinders, and other objectionable material; not more than twenty-five percent (25%) shall be retained on a No. 4 sieve, and not more than ten percent (10%) shall pass a No. 200 sieve. 6 I I DIVISION 3 - EARTHWORK I 1 I I I I I I I E 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. SECTION 03-09: DISPOSAL OF EXCESS EXCAVATED MATERIAL. On both public and private property, excess excavated materials not required for backfill or grading shall be removed from the site of excavation by the -Contractor. The Contractor shall be respon- sible for the proper disposal of such material to the satisfac- tion of the Engineer or the Owner of the disposal site. 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. 7 DIVISION 3 - EARTHWORK SECTION 03-10: 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 are to be 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 be taken of time and weather conditions best suited for seeding, and such time of 'seeding shall be subject to the approval of the Engineer. The Contractor shall maintain all new seeded areas at his own ' expense, until final acceptance of the project. Maintenance shall consist of watering, mulching, protecting, replacing, and other work as may be necessary to keep the work in satisfactory I•. condition. All water required in connection with the seeding work and maintenance shall be furnished by and at the expense of the Contractor. SECTION 03-12: RESODDING. All established lawn areas cut by the line of trench or damaged during the course of the work shall be resodded, after completion of construction, to the complete satisfaction of the property owner. All sod used shall be of the same type removed or damaged, shall be of the best quality, and when placed, shall be live, fresh, growing grass. All sod shall 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 no event shall more than one week elapse between the time of ' cutting and planting of the sod. 8 I • DIVISION 3 - EARTHWORK Before placing or depositing sod on areas to be sodded, all shap- ing and dressing of the area shall have been completed to the satisfaction of the Engineer. After the shaping and dressing have been completed, commercial fertilizer, of a type as approved by the Engineer, shall be applied uniformly over the areas so prepared in a manner and in amounts as recommended by the manu- facturer and harrowed lightly. Sodding shall follow immediately. All sodding shall be done during the period from March 15 to October 1, unless written permission is given by the Owner to extend the planting season. SECTION 03-13: PRESERVATION OF TREES AND SHRUBS. No trees shall be removed outside the excavation limits, except where their ' removal is authorized by the Engineer. Main tree roots shall not be cut except where they are within the area to be occupied by a pipe or structure. Excavation shall be done by hand where necessary to prevent injury to roots or trees. Where trees are on the line of trench or adjacent thereto and ' conditions are such that tunneling beneath the tree can be accom- plished without damage thereto, tunneling will be required. Where it is impossible to tunnel under trees on the line of trench, such trees shall be removed and disposed of by, and at the expense of, the Contractor and to the satisfaction of the property owner. Trees which are left standing shall be adequate- ' ly protected from permanent damage by construction operation. Trimming of standing trees where required shall be as directed by the Engineer. All shrubbery damaged or removed by the Contractor 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 I DIVISION 3 - EARTHWORK 1 Surface water shall be diverted or otherwise prevented from entering excavated areas or trenches, to the greatest extent practicable without causing damage to adjacent property. I. 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. I. SECTION 03-15: MEASUREMENT AND PAYMENT. These items shall be paid for as the labor and materials are provided for complete in place Bid Items, as furnished and installed in accordance with plans and specification. All payments shall be made on the Engineer's estimated percent of completion, less 10%. The 10% ' holdback shall be released after all acceptance tests have been completed with successful results, and acceptance by the City or Governing authority. SECTION 03-16: WATER LINE AND SEWER LINE SEPARATION. The cross- ing and paralleling of water lines and sewer lines shall be in accordance with the latest revision of the "Rules and Regulations Pertaining to PUBLIC WATER SUPPLIES" of the Arkansas State Board of Health. Uncased water lines shall be separated by 10 feet or more from any sewer line. SECTION 03-17: PIPE EMBEDMENT. Trench bottoms shall be accu- rately graded to provide uniform bearing and support for the pipe barrel between bell holes. When the trench bottom is of proper character, such as uncemented granular material or other natural bedding material, and uniform shaping can be executed, foreign bedding material will not be required except as directed by the Engineer for particular exceptions in construction. When trench bottom materials will not allow uniform bearing for the entire pipe length the excavations shall be carried to a depth suffi- cient to allow a minimum depth of bedding material, as specified herein and detailed on the plan, to be placed under the pipe. The details of trenching, clearances, and pipe embedment are ' shown on the drawings and the character of such materials are as follows: I I 10 I I t. •DIVISION 3 - EARTHWORK 1 I I I 1 I I 1 I 1 I I I I A. Granular Beddinq 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 Beddinq 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 Hi DIVISION 3.- EAFTHWORK 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. Sand for inundated sand backfill shall be free of lumps, rub- bish, roots, cinders, and other objectionable material; not ' more than 25% shall be retained on a No. 4 sieve, and not more than 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 least 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 bed- ding material in any consequential nature. Backfill material shall be added during the inundation process so that at corn- ' pletion of the operation a desired surface elevation will be obtained. If for reasons of porous soil, or other circum-- stances, the backfilling and inundations may proceed by stages if so authorized by the Engineer. ' This general procedure to be employed In the inundation of sand backfill with water shall be submitted by the Contractor Ito, and approved by, the Engineer prior to starting opera- tions thereunder. Operational details in connection there- with shall be acceptable to the Engineer at all times. Compacted backfill shall be required where beneath pavements, surfacing, driveways, curbs, gutters, walks, or other surface construction or structures or where in road or highway shoul- ders or beneath areas where sod is to be replaced. Placement of trench backfill material will proceed in such a manner, as approved by the Engineer, that no excessive loads, shocks, or impacts will be imposed on the installed pipe which would result in pipe injury or displacement. Compact masses of still, mucky clay or gumbo, or other con- solidated material, or stone more than one cubic foot in volume shall not be permitted to fall more than 5 feet into the trench unless cushioned by at least 2 feet of loose backfill above the pipe embedment. 12 DIVISION 3 - EARTHWORK No trench backfill material containing rock, or rock exca- vation detritus, shall be placed in the upper 18 inches of the trench except with the specific permission of the Engi- neer in each case, nor shall any hard rock, stone or boulder ' larger than 8 inches in its greatest dimension be placed within 3 feet of the top of the pipe. Large stones may be placed in the remainder of the trench backfill only if well separated and so arranged such that no interference with backfill compaction or settlement will result. Additional backfilling may be necessary at a later date before paving or other surfacing is installed or completed. Trenches to receive sod or seeding shall be topped with 12 inches of topsoil or material equal to that adjacent to the trench at the ground surface. SECTION 03-19: GRUBBING AND CLEARING. The Contractor is respon- sible for grubbing and clearing all those areas within the con- struction limits in which he performs work. The Contractor shall properly dispose of all rubble, debris, rocks, etc. 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 Hiqhway and County Road Permits. Verbal permission for the construction across and under state and county highways has been obtained by the Engineer. However, the Contractor shall be required to post deposits which shall be returnable upon approval and acceptance by the State Highway Department, the highway department of the county or counties in which the project is located, or any other proper governing authority. No work order shall be issued until such deposits have been • made. B. Local Natural Gas Company. The local gas company sets forth the following requirements for crossing their pipe lines: 1. The proposed water line should be constructed so that it will cross under or over the gas line with a minimum clearance of 12". 2. it is desirable that the waterline cross the gas pipe- line,.as near as possible, at right angles. ' 13 C Li DIVISION 3 - EAR'T'HWORK 1 3. 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, as shown on Plan's cover sheet, in sufficient time prior to construction activities so that the local gas company representative may be present during the construction of the line at the crossings. 5. The approaches to the gas pipeline shall be made so that the gas pipeline will be exposed only the minimum length of time. If it is evident that the ditch will cave in at t the point of crossing the gas line, cribbing will be requested at this location. 6. Sufficient precaution should be taken in the use of heavy construction equipment so that no damage will be done to the gas_ pipeline. The use of such heavy equipment over the gas lines will be reduced to an absolute minimum. Furthermore, if conditions so require, the gas pipelines will be bridged or matting will be used in connection with the operation of such equipment to prevent possible ' damage to the gas lines. 7. The location of the point of crossing should be identi- fied by the best practical method. 8. The water main shall parallel gas mains at a perpendi- cular distance of 20 feet or more. C. Local Power and Liqht Companies. The local power and light companies set forth the following requirements for construc- ttion of water mains within their easements: 1. Construct water main parallel to power lines at a perpen- ' dicular distance of five (5) feet or more. 2. Advance notice shall be given if their facilities inter- fere with construction. 1 I 14 C I DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS SECTION 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 DIVISION 4 -PIPE INSTALLATION FOR WATER MAINS SECTION 04-04: JOINTING. Jointing shall be done in accordance ' with the manufacturer's recommendations. If effective sealing is no obtained, the jointing shall be disassembled, thoroughly cleaned, inspected, and reassembled. SECTION 04-05: PIPE INSULATION. The Contractor shall furnish and install insulation on all exposed piping, flanges, and fit- tings, as shown on the plans. Insulation shall extend to a depth of 18 inches beneath the existing ground surface. All insulation shall be protected with aluminum jacketing not less than 0.019 inch thickness with a proper vapor barrier. ' All surface of pipe shall be prepared and the insulation and jacketing installed according to the manufacturer's recommenda- tions. SECTION 04-06: REACTION ANCHORAGE AND BLOCKING. All unplugged tees, Y -branches, and bends deflecting 22 1/2 degrees or more ' installed in trench shall be provided with concrete thrust back- ing between the fitting and solid, undisturbed ground in each case. At the tops of slopes, vertical angle bends shall be ' anchored by means of a steel strap or rod anchors securely embed- ded in or attached to a mass of concrete of sufficient weight to resist the hydraulic thrust at the maximum pressures to which the pipe will be subjected. All concrete blocking and anchors shall ' 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 "Bitumastic No. 50." I C. 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. 2 I I DIVISION 4 - PIPE INSTALLATION FOR WATER MAINS I Li Class B concrete is described below as to water -cement ratio, cement per cubic yard, and compressive strength, as follows: Water -Cement Cement -Sack Ratio* Per C.Y. Compressive 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 I. 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. I B. When trench side walls are NOT desirable for pipe bedding and bracing, compacted bedding, as specified herein for straight line trenches, shall be used. 3 I DIVISION 4A - PVC PIPE CONSTRUCTION AND MISCELLANEOUS SUPPLEMENTAL SPECIFICATIONS 71 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. ,1 SECTION 4A-02: TRACER WIRE. Contractor shall successfully place and tie No. 14 solid THHN nylon -coated copper wire around and 16 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-06: FINAL TESTS. The Contractor shall schedule seven (7) days in advance with the Engineer's representative a final acceptance test for each valved section of the pipe system. The Contractor shall, at his expense, perform the necessary tests and repair prior to scheduling the final acceptance tests to assure himself of the pipe's pressure stability and acceptance. SECTION 4A-07: SPECIAL BEDDING. Special bedding required for pipe in wet areas, rock excavated trenches, and gravel road crossings, creek crossings, and other specified areas, unless a Bid Item for Special Bedding is provided and specified for said areas, such Special Bedding shall be subsidiary to other items of the contract. See Appendix of the Specifications. SECTION 4A-08: CLEAN UP. The 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- I-! I DIVISION.4A - PVC PIPE CONSTRUCTION AND MISCELLANEOUS SUPPLEMENTAL SPECIFICATIONS SECTION 4A-09: ADDITIONAL MATERIALS. All materials necessary to successfully complete the project and not called for on the plans and specifications, shall be subject to the approval of the Engineer. All such small items shall be subsidiary to other items of the contract.. I I 1, I I 11 2 I 1 DIVISION -5..- PRESSURE AND LEAKAGE TESTING I I I ,1 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 1 11 DIVISION 5 - PRESSURE AND LEAKAGE TESTING The pressure in the line section being tested shall be increased by pumping to the calculated test pressure and shall be main- tained 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 re- filled, and the test pressure applied as before; this operation �, shall be repeated until the line and all parts thereof withstand the test pressure. C. Leakaqe 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 shall be disinfected after they have been flushed, according to the AWWA C-601-68 or the latest revision except as herein stated. After satisfactory pressure and leakage tests have been comple- ted, a solution of water containing at least 100 parts per mil- lion of free available chlorine shall be introduced into the pipe line at the distributions system intake. Various outlet points 1 and valves shall be opened to allow the flow to proceed through the largest pipe successively to the smallest, including service outlets, throughout the system. Discharge from the system shall be accurately measured and tested to ascertain when various sec- tions of the pipe have been filled with the chlorine solution. After the system has been filled, it shall be allowed to stand for 24 hours after which there should be at least 25 parts per million residual chlorine remaining in the water. 2 I I 1 DIVISION .5 - PRESSURE AND LEAKAGE TESTING After disinfection has been completed and approved by the Engi- neer, the Contractor shall thoroughly flush the main until resi- dual chlorine is less than 2 parts per million. All materials and equipment necessary to properly disinfect the pipe system shall be provided by the Contractor. If a section of line 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: 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 I. 10 406.0 1.624 .6080 12 585.0 2.340 .8770 * Quality of chlorine compound noted based on 4 lbs./100 gal. Chloride of Lime (25% avail. C12) and 1.5 lbs./gal. Calcium Hypochloride (70% avail C12). The Contractor shall furnish all material, labor, and equipment to flush out and disinfect all existing water systems integrated with the water system. 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. ci 3 I SECTION 8 -LA - 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 I 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. Fittinqs. 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. 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 1- I I I DIVISION 8 - IRON PIPE & FITTINGS 3. All fittings up to 12 inch size shall be class 250 and all fittings larger than 12 inches are to be class 150 unless specified differently on Plans and in Bid Items. II 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. Pipe Coatinq and Lining. 1. ,Cement LIning: AWWA C-104 and ANSI A21.4 2. Bituminous Coating: AWWA C-104 and ANSI A21.4 I if .1 I 2 I 1 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. Fittinqs. 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 3 I DIVISION_8 - IRON PIPE a FITTINGS 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. 1 { 4. The Contractor shall install all fittings as designated on the plans. However, only fittings required for hori- zontal alignment have been indicated. All fittings re- quired shall be furnished by the Contractor, who will be ;�- compensated in accordance with the unit price stated in •the proposal. C. Pipe Joints. Mechanical or boltless, gasketed type (ANSI A21.11 and AWWA C-111) such as American "Fastite," Clow "Bell-Tite," U.S. "Tyton," Griffin "Bell-Tite," or McWayne "Tyton." D. Restrained Joints. All restrained pipe joints and restrained fittings shall be rated at 350 psi working pressure, plus 100 psi surge pressure, such as U.S. Pipe's "Lok-Tyton" joint, or an approved equal. •E. Pipe Coatinq and Lininq. 1. Cement Lining: ASA A21.4, except lining thickness may be reduced to 1/2 specified thickness. 2. Bituminous Coating: Manufacturer's Standards. S, SECTION 8-C: HANDLING. Pipe, fittings, and accessories shall be handled in a manner that will ensure their installation in the work in sound, undamaged condition. Equipment, 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 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 Contractor before installing the pipe. I DIVISION 8 - IRON PIPE & FITTINGS 1 SECTION 8-D: CUTTING PIPE. Cutting of pipe shall be done in a neat manner without damage to the pipe or to the cement lining therein. Pipe cuts, shall be smooth, straight, and at right angles to the pipe axis. All cutting of pipe shall be done with mechanical pipe cutters of an approved type except that, in loca- tions where the use of mechanical cutters would be difficult or impractical, existing pipe may be cut with diamond point chisels, saws, or other tools which will cut the pipe without damaging impact or shocks. SECTION 8-E: ALIGNMENT OF BELL AND SPIGOT PIPE. Pipe lines or '; runs intended to be straight shall be straight. Deflections from a straight line or grade measured between the centerlines exten- ded of any two connecting piping units and expressed in inches per linear foot, shall not exceed that shown in the following table: Pipe Size (=D) • 8" to 12" : 14" to 16" Type of Joint 6 inch inclusive : inclusive Mechanical or Boltless. • Gasketed : 6/D B/D 9D Either shorter pipe sections or special bends shall be installed where the alignment or grade requires them. ■ SECTION 8-F: REACTION ANCHORAGE AND BLOCKING. All unplugged bell and spigots, or all bell tees, Y -branches, and bends deflec- ting 22-1/2 degrees or more installed in trench shall be provided with concrete thrust blocking between the fitting and solid, undisturbed ground in each case, except where solid ground blocking, is not available. At the tops of slopes, vertical angle bends shall be anchored by means of a steel strap or rod anchors securely embedded in or attached to a mass of concrete of sufficient weight to resist the hydraulic thrust at the maximum pressures to which the pipe will be subjected. All concrete blocking and anchors shall be in- stalled in such a manner that all joints between pipe and fit- ' tings are accessible for repair. 5 I I DIVISION 8 - IRON PIPE & FITTINGS The bearing 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- Ivide necessary support. All steel equipment used for reaction , anchorage shall be painted with two coats of Kopper's "Bitumastic No. 50" or an approved equal. The first coat shall be dry and hard before the second coat is applied. Trenches 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 be used. Steel rods, straps, and anchoring materials shall be protected from corrosion. The anchors shall individually be adequate to with- stand 2.5 times the maximum thrust force at any point on the pipe system. 1 I 6 I I I 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. SECTION 9-02: MATERIAL. A. Gate Valves -- See Sheet No. 7, Appendix to the Specifications. 1. General. All gate valves shall conform to the latest edition of AWWA C-500 Standard for gate valves for ordi- nary water works service. 2. t 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 Larqer Valves: All line gate valves for buried service shall be Mueller No. A-2370-20 with mechanical joint ends; each gate valve used with PVC pipe shall be provided and installed with a transitional gasket for PVC service. All other services shall have flanged ends ASA Class 125. 4. Buried Service Valves: All buried service valves shall be furnished with Standard AWWA 2" square operating nut. Valve operating wrench shall be Mueller No. A-246-10 by 36" in length, or equal. B. Butterfly Valves., 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 Ni-Resist, Type 1.. All disc seating edges shall be •smooth and polished. I 1 $ I I DIVISION 9 - VALVES 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. "I 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 ASTM D-429-58, Method B, or latest revi- sion thereof. I, 5. Valve Bearinqs: Valves shall be fitted with sleeve type bearings. Bearings shall be corrosion -resistant and self-lubricating. Bearing load shall not exceed 2,500 psi. . 6. Valve Operators: Valve operators shall be of the tra- veling nut -type designed to withstand 300 ft/lb of input • torque at full -open or closed positions without damage to the valve or operator. All operators shall be fully gasketed and grease -packed and designed to withstand submersion in water to 10 psi. Valves shall open with a• counterclockwise rotation of the AWWA nut and shall re- • quire a minimum of 32 turns to move from fully open to fully closed. 7. Paintinq and Testinq: 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 IC-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. a. 6, Appendix to the Specification. D. Valve Boxes. Valve boxes shall be Buffalo style adjustable 24 by 36 inch for 5-1/4 shafts, Mueller No. 562-S, or equal. I 2 I I I DIVISION 9 - VALVES SECTION 09-03: INSTALLATION. The contractor shall furnish all labor, material, equipment, and hand tools to install the valves as per the detailed plans and manufacturer's recommendation. All valves shall be installed with operating nut up in a truly verti- cal position. Valves shall, in general, be placed where indicat- ed 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. I, SECTION 09-05: VALVE OPERATING. WRENCH. The Contractor shall • provide the Owner with three (3) valve wrenches, Mueller No. A- 246-10 x 36" in length, as a Subsidiary Item to other Bid Items of the project. SECTION 09-06: CHECK VALVES. The Contractor shall furnish and install check valves with reinforced concrete vault with metal lid and appurtenances as shown on the plans and as specified herein. Concrete vault with lid shall be constructed as per Details shown on Construction Plan Sheet No. 20 of 23. A. MATERIALS. All check valves shall conform to the standards herein and as shown on plans unless otherwise approved by Engineer. All materials of construction shall conform to ASTM standards for cast iron, ductile iron, bronze, and stainless steel. 1. Valve Body shall be cast iron for working pressures of 175 psi and less and shall be ductile iron for working pressures greater than 175 psi and less than 350 psi. 2. Bronze trim shall be standard for all check valves unless otherwise specified. 3. Resilient Seatinq (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 1 I I DIVISION 10 - PLASTIC PIPE AND FITTINGS SECTION 10-01: SCOPE. �, furnished and installed as shown on the plans. plastic pipe sizes 2" to comply with Commercial S • comply with AWWA C-900. Covers all PVC pipe and fittings to be as required in these specifications and The specifications shall apply to all 12" in diameter. SDR rated pipe shall tandards CS256, and DR rated pipe shall SECTION 10-02: INSTALLATION OF PIPE. No defection shall be allowed at the joints of any size plastic pipe. As determined by the Engineer, deflection shall be provided by the use of vertical curves or proper angle fittings to accomplish grade or alignment changes. 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 Iat 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. It C. Flanqed 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- I. 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 I. I SECTION 10-04: PVC PIPE AND FITTINGS. A. Manufacture and Testinq. All SDR rated pipe, sizes 2" - 12", shall be manufactured in accordance with the Commercial Stan- dard CS256-63 or latest revision for Polyvinyl Chloride (PVC) as conducted in accordance with the applicable ASTM proce- dure. All DR rated pipe, sizes 4" - 12", shall be manufac- tured in accordance with AWWA C-900. The extrusion quality test shall be conducted within 2 hours of extrusion of the specimen. Before shipment, a certified report on the produc- tion tests of each lot of pipe and fittings shall be fur- nished to the Engineer and shall include: 1. Date of tests. 2. Contractor's purchase order number. 3. Lot number. 4. Measurements of dimensions and tolerances. 5. Burst pressure values. 6. Sustained pressure test results. 7. Extrusion quality results. All pipe shall be marked at intervals, as set forth in CS256 and AWWA-C-900, to declare compliance with standards of the National Sanitation Foundation (NSF). 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. 2 I I I DIVISION 10 - PLASTIC PIPE AND FITTINGS D. Joints. Joints shall be boltless gasketed unless otherwise shown. The male end of each section of externally coupled plastic pipe shall be marked with a line around the circum- ference, which can be used to check the depth of socketing after the pipe is coupled. 1. Boltless Gasketed Joints. All boltless gasketed joints 8" and under shall be Certainteed's Twin Gasketed "Fluid- ,, Tite," or Robintech's Single Gasketed "King's Joint," or equal. a. All boltless gasketed joints over 8" shall be of the "Single Gasket Coupling" as manufactured by Certainteed, or equal. b. Rubber rings shall be as provided by manufacturer. I c. Pipe more type Only be a I with extruded bells shall be furnished in not than 20 foot lengths. Pipe with double gasket of coupling may be furnished in 40 foot joints. molded and machined double gasket coupling shall llowed 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. 3 F. DIVISION.1O - PLASTIC FIFE AND FITTINGS' 2. Flanqe Joints. Flange unless otherwise shown. a. Flanges: ASA Class b. Flange Bolts and N nized and of such bolts will project of nut. 3 joints shall be 150 pound class 150 uts: ASTM A307, Grade B, galva- length that, after installation, 1/8 to 3/8 inch beyond outer face C. Flange Gaskets: Full face 1/8 inch thick neoprene of plasticized PVC. Threaded Joints. All threaded joints shall be standard iron pipe threads unless otherwise shown. Only Schedule 80 pipe shall be threaded. 4 I DIVISION 10 - PLASTIC PIPE AND FITTINGS 1 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 D1598 - Test for Time -to -Failure of plastic pipe under long-term hydrostatic pressure. ASTM D1599 - Test for Short -Time rupture strength of plastic pipe, tubing, and. fittings. ASTM D1784 - Specification for Poly (Vinyl Chloride) (PVC) compounds and Chlorinated Poly (Vinyl Chloride) (PVC) compounds, rigid. 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 D3036 - Specification for Poly (Vinyl Chloride) (PVC) plastic line couplings, socket type. ASTM D31139 - Specification for joints for p plastic pressure pipes using flexible elastomeric seams. CS256 - Polyvinyl Chloride (PVC) plastic pipe (SDR-PR). NSF -14 - Thermoplastic materials, pipe, fittings, and jointing materials. ,�. PS 22-70 - Product Standard. 5 \� I 1 DIVISION 10 - PLASTIC_. FIFE AND FITTINGS • SECTION 10-06: WARRANTIES. The materials' manufacturer shall provide the Contractor and the System's Owner a written guarantee of quality and standards of material provided. All materials shall be warranted for, a period of not less than one (1) year against defective materials. The Contractor shall be responsible for one (1) year from date of acceptance for any imperfections in the materials, construction, and operation of the water system. SECTION 10-07: HANDLING. All pipe, fittings, and accessories shall be handled and stored "in"a manner that will ensure their installation in a sound, undamaged condition. All coatings and linings which have been damaged shall be repaired at the expense of the Contractor before installation in the system. SECTION 10-08: CUTTING PIPE. Cutting of all pipes shall be accomplished by approved methods that will provide a neat, smooth, straight cut at right angles to the axis of the'. pipe, without damage to the pipe or any coating or lining materials thereon. SECTION 10-09: CLEANING. The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter before install- ation and kept clean until the work has been accepted. All joint contact surfaces shall be kept clean until jointing is completed. SECTION.. 10-10: INSPECTION. Each pipe and fitting shall be inspected for defects, just prior to connection. All defective, I. damaged, or unsound pipe or fitting shall be rejected and removed from the site of the work. C 6 I. I I. SANITARY SEWER SPECIFICATIONS I I 1 I I El U I DIVISION 11 - VITRIFIED CLAYPIPE (SEWERS) SECTION 11-01: SCOPE. This section covers vitrified clay pipe and fittings, which shall be furnished and installed complete with all jointing materials, man holes, and other appurtenances. SECTION 11-02: MATERIALS. Vitrified clay pipe and fittings, jointing materials, and appurtenant materials shall be as shown on the plans specified herein. A. Pipe and Fittings. Standard Strength: 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. I 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 I I I I I .1 I I DIVISION 11 - VITRIFIED CLAY PIPE (SEWERS) 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. 2 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, that the material has been sampled, tested, and inspected. Each certification shall be signed by an authorized agent of the sel- let or manufacturer. SECTION 11-03A: INSTALLATION. All plastic sewer pipe shall be • installed in accordance with ASTM D2321-72 or the latest nevi- ' sion. Bedding and haunching materials used shall be Class II as described in the "TRENCH DETAIL" of these APPENDIX Specifica- tions. For installation near or below the ground water table, Class I materials shall be used for the bedding, haunching, and initial backfill. This embedment shall extend from six (6) inches below the pipe to six (6) inches above the pipe. SECTION 11-04A: TESTING. A. INFILTRATION AND EXFILTRATION TESTS. After the pipe has been laid and back -filled, all pipe sections shall be tested for tightness by air testing, infiltration, or exfiltration • tests. The maximum allowable amount of leakage shall be 100 gallons per day per inch -mile. The minimum time requirements for air testing for a 0.5 psig pressure drop from 3.5 psig to 3.0 psig shall not be less than that shown in the following tables, between manholes: ' Pipe Size Time 4 2.5 minutes 6 4.0 minutes 8 5.0 minutes 10 6.5 minutes 12 7.5 minutes 15 9.5 minutes ! I 1 DIVISION 11-A - POLYVINYLCHLORIDE (PVC) PLASTIC SEWER PIPE i 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. 1 I I I I I I 2 I DIVISION 12 - STANDARD MANHOLES SECTION 12-01: STANDARD MANHOLES. All manholes shall be con- structed complete with manhole frames and covers. Manholes shall be constructed of precast concrete sections and/or cast -in -place concrete manholes. A. Materials. 1. Concrete minimum compressive strength: 3,000 psi. 2. Minimum precast section wall thickness: 4-1/2 inches. 3. Reinforcement: As required to withstand handling, ,erection, and temperature stresses. 4. Steps: Neenah R-1980-1 or approved equal. 5. Joints of precast sections: Sealed with mastic gasket. 6. Manhole's lid and ring: Bass and Hayes 250 pounds in unpaved areas and 300 pounds in paved areas. B. Construction. All manholes are to" be cast -in -place except in areas where access by concrete trucks is impossible. In that case, other types of manhole construction is permissible upon written consent of the Owner's Engineer. Manhole inverts shall be carefully constructed to maintain ' the proper velocities through the manhole, and in no case shall the invert sections through the manhole be greater than that of the outgoing pipe. The shape of the invert shall conform exactly to the lower half of the pipe it connects. Side slopes shall be plastered, troweled, and brushed to a smooth, clean surface. ' The main sewer shall be carried through manholes by split pipe wherever practicable. Concrete filling between the sew- er invert and wall of manholes shall be flush with the top I. edges of the invert and shall slope up from the invert at a rate of three inches per foot. Where it is not practicable to use split pipe through man- , holes, due to breaks in grade or elevations of incoming sew- ers, the sewer invert shall be made of concrete deposited between forms, or of brick on edge laid up in cement mortar. 1 I 1 7 DIVISION 12 - STANDAFb 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. 2 u 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. I. 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- t 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. I 1 I I DIVISION 13 - ACCEPTANCE TESTS PIPE SIZE MINIMUM TIME inch (minutes) 6 3.0 8 4.0 ' 10 5.0 12 5.5 15 7.5 18 8.5 ' 21 10.0 24 11.5 30 14.5 If by use of the procedure a faulty section of 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 I. 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 for the purpose of this test. The Contractor shall repair all leaks revealed by, the test at his own expense (new lines). SECTION 13-10: PROOF OF ACCEPTANCE. The Contractor shall fur- ' nish the Engineer with proof of acceptance by all Governing bodies. I 1 I 2 1 I DIVISION 14 - ARMCO TRUSS PIPE 1 SECTION 14-01: SCOPE. This specification covers the recommended practice for laying, backfilling, patching, and testing Armco truss pipe and fittings. SECTION 14-02: MATERIAL SPECIFICATIONS. All material shall 'conform to ASTM standard specifications for truss pipe. SECTION 14-03: RECOMMENDED PRACTICE FOR BEDDING AND BACKFILLING. A. Trench Construction. Trench width control is not critical for pipe performance as long as sidewalls are properly built and trench walls are of suitable soil. Side -fill construc- tion should be extended 2-1/2 pipe diameters each side of the center line, or to the trench wall, whichever is less. ' B. Beddinq. 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. Backfillinq. 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 II ' intended line and grade. SECTION 14-06: MANHOLE CONNECTION_ IA. Manhole Water Stop. Manhole water stops shall be obtained from Armco Steel Corporation or be an approved equal. B. Placinq. Place stop near center of manhole wall. C. Tighten steel band to assume positive seal against pipe outside. SECTION 14-07: PATCHING. All patching shall be made in accordance with manufacturer's recommendation. Under no circumstance is a patch to be placed on pipe in which both the inner and outer walls have been punctured. SECTION 14-08: CONCRETE ENCASEMENT. Under no circumstances should truss pipe be encased in concrete. ' 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 i acceptance test for the section being tested. SECTION 15-03: SAFETY. I A. The air test may be dangerous if, because of ignorance or carelessness, a line is improperly prepared. U. 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- 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. `I A. 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 15-05: PROCEDURES. A. Determine the test duration for the section under test in accordance with Table No. 1. IS. 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.) 1 I DIVISION 15 - LOW PRESSURE AIR TEST OF SANITARY SEWER PIPE LINES i 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 PIPE SIZE (minutes) 4 INCH 2.0 6 INCH 3.0 8 INCH 4.0 I. 10 INCH 5.0 12 INCH 5.5 15 INCH 7.5 18 INCH 8.5 21 INCH 10.0 24 INCH 11.5 SECTION 15-06: ACCEPTANCE. ' A.If the test section fails to meet the requirements in Section 15-05.C, the Contractor shall, at his expense, determine the source of leakage. He shall then repair or replace all defective materials and/or workmanship. ' B. It is suggested that the first section between manholes be tested. This will permit the Engineer to observe the tight- ' ness of joints. and quality of workmanship. The Engineer will determine the frequency of additional testing required. ' 1 I i I STREET AND STORM SEWER SPECIFICATIONS CITY OF FAYETTEVILLE I 1 DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE 1 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. 1 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. n I C. Minor Arterial: Forty-five (45 feet back to back of curb unless Federal and/or State Highway Department funds are used; then the requirement becomes forty-nine (49) feet back to back of curb (four twelve -foot lanes). D. Principal Arterial: Same as Minor Arterial. SECTION 20-03: SUB -BASE PREPARATION. The new street shall be cut to and/or filled to the subgrade contained in the engineering plans and profiles. The sub -base must be rolled and compacted to 95 percent standard proctor density and 10 plasticity index. The moisture content shall be the optimum based on soil type and laboratory test results. SECTION 20-04: BASE MATERIAL. The base material shall be a minimum of six (6) inches of SB-2, unless otherwise stated in Bid Items. SECTION 20-05: BASE MATERIAL PREPARATION. IA. 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. 1 1 I I DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE SECTION 20-06: SURFACE COURSE. A. For grades of ten percent (10% or less, the street surface shall be two inches (2") of asphalt cement concrete hot mix after compaction. B. For grades in excess of ten percent (10%), the surface course shall be six inches (6") of Portland cement concrete (five and one-half (5-1/2) bag mix) with a twenty-eight (28) day cured strength of 4200 psi. See Divis.ion 22 for Concrete • Street Specifications. • C. Grades in excess of fifteen percent (15%) shall not be permitted exceeding three hundred (300) linear feet. SECTION. 20-07: COMPACTION. All sub -base, base, and asphalt surface shall be rolled and compacted with a roller weighing at ' least eight (8) tons. SECTION 20-08: CURBS AND GUTTERS. Required on both sides of all I. new streets. See standard detail sheet for shapes, etc. SECTION 20-09: SIDEWALKS. ' A. Residential Streets: Four (4) feet wide sidewalks required on one side of street. B. Collector Streets and Commercial Zones: Five (5) feet wide sidewalks required on both sides of the street unless otherwise shown on Engineering plans and profiles. C. Arterial Streets: Same as Collector. SECTION 20-10: DEDICATED STREETS. All dedicated streets will be constructed according to the Engineering plans and profiles approved by the Street Superintendent. The construction process shall be supervised by a registered Professional Engineer commissioned by the developer. SECTION. 20-11: CONCRETE STRUCTURES. See Division 21 of these specifications. SECTION. 20-12: GENERAL COMMENTS. Regarding construction - see Division 21 of these specifications. ' 2 I I I I I Li I L F E r C I I I DIVISION 20 - STREET SPECIFICATIONS FOR CITY OF FAYETTEVILLE SECTION 20-13: STREET EXTENSION. The extension of any existing street regardless of condition or construction methods and techniques previously employed, shall be constructed in full compliance with these new specifications. SECTION 20-14: SUB -BASE PREPARATION. The following test procedures shall apply to both Section 20-03, "Sub -Base" and Section 20-05, "Base" of these specifications. Density tests on the sub -base shall be performed by the following methods: 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 -base greater than 900 linear feet. C. A minimum of three (3) standard densities shall be performed by personnel of a soils testing laboratory. D. All base and sub -base (hillside or other) shall be compacted in layers not exceeding 6" in the compacted state and shall be tested as stated in Section 20-14.A, B, and C above. 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 NOT be an expense to the Contractor. 3 e 'I DIVISION 21 - GENERAL COMMENTS REGARDING CONSTRUCTION ' SECTION. 21-01: WARPED OR SLOPING SECTIONS. Warped or sloping sections will not be permitted. SECTION 21-02: BANKS. All banks behind curbs will be back - sloped at a ratio of three to one (3 to 1) to the Right -of -Way line. SECTION 21-03: NATURAL DRAINAGE. Natural drainage will be adhered to by incorporating street underdrains or by rechanneling natural ditches into improved drainage easements. SECTION 21-04: STREET INSPECTIONS. The 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- forming the field tests shall provide the Project Engineer with certified test results immediately following field tests. These three inspections are to be performed by the Street Superinten- dent or his designated representative during the construction Iprocess, as follows: A. After all streets have been cut to subgrade and the sub -base ' has been prepared. B. After curbs and gutters and base material is installed. C. Upon completion of paving, all construction, backfill, and cleanup. I. SECTION 21-05: ENGINEERING CERTIFICATION. Certification will be required from the Supervising Engineer before lots will be released. 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 drainage ditches and all improved drainage easements, or two feet (2') below the floor of all street drainage structures and street paving. 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. I A I DIVISION 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-O5: 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 .1 1 Li I DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR CITY OF FAYETTEVILLE SECTION 22-06: PLACEMENT OF CONCRETE PAVEMENT. All concrete street pavement shall be placed mechanically with equipment approved by the Consulting Engineer for the Street Department. All concrete street construction procedures and details shall be in strict accordance with Portland Cement Association (PCA) Pub- lication IS119.02P, "Suggested Specifications for Construction of Concrete Streets", unless otherwise approved by the Consulting Engineer for the City Street Department. Concrete for the pave- ment shall be non -reinforced and shall have a 28 day compressive strength of 4,200 psi when cured and tested in accordance with AASHO T22, or ASTM C39; and AASHTO T23 or ASTM C31. The concrete shall be placed six inches (6") in thickness; plus or minus 1/4 inch, plus any additional depth required as a result of surface deficiencies in the subbase. The average thickness of the con- crete shall not be less than six (6) inches, and any thickness in excess of six and one-fourth (6-1/4) inches shall be rounded to six and one-fourth (6-1/4)- inches for computing the average thickness. All concrete with a thickness less than five and I. three-quarters (5-3/4) inches shall be removed and replaced at the discretion of the Consulting Engineer for the City Street Department. All streets shall have a concrete curb and gutter on each side unless otherwise shown. • SECTION 22-07: EXPANSION JOINTS. • A. JOINTS. Expansion and construction joints shall be placed as indicated on the plans. In addition, traverse construction joints shall be placed wherever the placement of concrete is suspended for 30 minutes or longer. Transverse contraction joints shall be placed normal to the centerline of the pave- ment at intervals not to exceed 15 feet. A longitude con- traction joint shall be placed along the centerline of pave- ment whenever the concrete is poured continuously across the f 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 "B" or "E" as shown in Portland Cement Association Publication IS211.01, "Concrete Streets: Typical Pavement Sections and Jointing Details:. 2 I Li U. DIVISION 22 - CONCRETE STREET IMPROVEMENTS MINIMUM SPECIFICATIONS FOR CITY OF FAYETTEVILLE C. TRANSVERSE CONTRACTION JOINTS. Transverse contraction, joints shall be .formed in accordance with Section 902 of the pre- ' viously referenced PCA Publication IS119.02. When curbs and gutters are used adjacent to the pavement edges, all tran- sverse joints shall continue through the curbs and gutters. D. LONGITUDINAL JOINTS. Longitudinal joints shall be either a construction joint formed by casting the concrete in seg- ments, or formed by creating a plane of weakness in accor- dance with Section 905 of •the PCA Publication IS119.02. Longitudinal joints, whether it is formed as a construction joint or formed as a weakened plane, shall be tied together with #4 deformed bars 30 inches long, placed at 36 -inch intervals. SECTION 22-08: TURN RADII. Two No. 4 (#4) reinforcing bars shall be placed horizontally in all turn radii. Turn radii will be bid at the same price as curb and gutter when the curb and gutter is 100 linear feet or longer. SECTION 22-09: POZZILITH. Pozzilith shall be added when direc- ted by the Street Superintendent for better workability. SECTION 22-10: TEMPERATURE DURING CONCRETE POURING. Temperature shall be 35 degrees Fahrenheit and rising before any type of con- crete pouring will take place. Methods of heating or covering the surface of the concrete must also be provided by the Contrac- tor when adverse weather conditions prevail. SECTION 22-11: VIBRATOR. A vibrator shall be used at the direc- tion of the Street Superintendent when pouring concrete of any type. SECTION 22-12: BIDDER RESPONSIBILITY. The successful bidder will be responsible for supervision of his crews. The Street superintendent or his designated representative will only perform an inspection after the grade is established on all jobs.. I. I I DIVISION 2.4.= STORM DRAINAGE OR STORM SEWERS SECTION.24-01: STORM DRAINS. Storm drains shall not collect or transport any sanitary sewage. SECTION.24-02: NATURAL DRAINAGE. All natural drainage shall be adhered to. • SECTION 24-03: STORM DRAINAGE DESIGN. All storm drainage shall .be designed for the twenty-five (25) year flood plane, unless otherwise noted on the plans and profiles. SECTION 24-04: CONCRETE PIPE REQUIREMENTS. Class II reinforced concrete pipe conforming to ASTM C-76 shall be used. The minimum size permitted shall be fifteen (15) inches inside diameter. SECTION 24-05: CORRUGATED METAL PIPE. 16 gauge under street I. paving and 18 gauge other places. SECTION. 24-06: SURFACE DRAINAGE. Seven hundred (700) linear feet shall be the maximum distance to carry surface drainage on the street surface. Then the drainage must be collected in curb ■ drop inlets, catch basins, etc. and storm drained to a natural drainage channel. ' SECTION 24-07: SPECIAL GASKETING AND SEALING MATERIALS. Special gasketing and sealing materials shall be used at all pipe joints and plugs to prevent infiltration into storm sewer. Procedure and materials shall be proven and acceptable in quality. I I I It I DIVISION 30 CEMENT TREATED CRUSHED STONE BASE -. SECTION 30-01: DESCRIPTION. This item shall consist of a base course constructed on the completed and accepted subgrade in accordance with these specifications and in conformity with the lines, grades, compacted thickness and typical section shown on the plans or as directed by the Engineer. SECTION 30-02: MATERIALS. Materials used in the mixture shall ^ conform to the following requirements: A. Aqqreqate. Crushed stone shall conform to the requirements specified in Subsection 306.02 of Section 306: Crushed Stone Base Course, of the Standard Specifications, edition of 1978, for Class SB-2, provided therein. B. Cement. Cement shall conform to the requirements for portland cement, Type I, AASHTO M85. C. Water. The water for the base course shall be clear, clean, and free from injurious amounts of oil, salts, or other dele- terious substances, and shall not contain more than 1000 parts per million of chlorides. If the water is of question- able quality, it shall be tested in accordance with the requirements AASHTO T26. D. Asphalt. 1. Emulsified asphalt shall conform to the requirements of Subsection 403.03 (3) for grade SS -1. t 2. Medium curing cutback asphalt shall conform to the requirements of Subsection 403.03 (b) for the grade I. 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 CRUSHED STONE BASE B. LaboratoryTests. Specimens of aggregate, cement and water must develop a compressive strength of at least 650 psi in 7 days. SECTION 30-04: CONSTRUCTION METHODS. A. Weather Limitations. The cement -treated base shall not be mixed or placed while the atmospheric temperature is below 35 Fahrenheit within 24 hours, or when the weather is foggy or rainy. The temperature requirements may be waived, but only when so directed by the Engineer. B. Equipment. All methods employed in performing the work and all equipment, tools, other plants, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer before the work is started. If unsatisfactory equipment is found, it shall be changed and improved. All equipment, tools, and plants must be maintained in a satisfactory working condition. C. Forms. When forms are required, they may be of wood or metal and shall be placed to line and grade as staked by the Engi- neer. Wood forms shall not be less than 12 feet in length and shall have a width equal to the compacted depth of the • base. The thickness shall be sufficient to maintain good alignment. All form lumber shall be of good quality, straight, well seasoned, clean, and free from defects which would impair its usefulness. Warped, split, worn or otherwise defective forms shall be discarded. Steel forms shall be of a section commonly required for port - land cement concrete pavement. They shall be of depth at least equal to the edge thickness of the work prescribed. They shall be straight and. shall have a minimum section length of 10 feet. When directed by the Engineer, solid forms will not be required. In such cases, the spreading equipment and supply of base mixture shall be such as will permit the continuous and satisfactory spreading of material for one or two-lane construction and compaction to the proper thickness and contour. D. Preparinq the Subqrade. The subgrade shall be prepared in accordance with the typical sections on the plans before the base course is placed thereon. 2 1 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. t 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 I. 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. Areas inaccessible to rollers or finishing and shaping equipment shall be thoroughly compacted to the required • density by other approved compacting methods and shaped and finished as specified. F. Joints. As soon as final compaction and finishing of a j section has been completed, the base shall be cut back per- pendicular to the centerline to a point where uniform cement content with proper density has been attained and where the vertical face conforms to the typical section shown on the plans. 3 I I DIVISION 30 - CEMENT TREATED CRUSHED STONE BASE G. Surface Test. The finished surface of the stabilized base course shall conform to the general surface provided for by the plans. It 5ha1l 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. IH. Protection and Curinq. 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 1 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. r-. Should it be necessary for construction equipment or other traffic to use the bituminous -covered surface before the bituminous material has dried sufficiently to prevent pickup, sufficient granular cover shall be applied before such use. The. curing material shall be maintained and applied as needed by the Contractor during the seven-day protection period so that all of the base course shall be covered effectively dur- ing this period. Finished portions of base course that are used by equipment in construction of an adjoining section shall be protected in such a manner to prevent equipment from marring or damaging the completed work. I 4 I i HI 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. 4 • I. 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- tor 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. R- 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 consi- dered as final quantities and no further measurement will be re- quired unless the alignment is revised during construction. Fin- al quantities will be revised if, in the opinion of the Engineer or upon evidence furnished by the Contractor, substantial varia- tions exist between quantities shown on the plans and actual quantities due to changes in alignment or apparent errors. 5 I DIVISION 30 - CEMENT TREATED CRUSHED ;TONE BASE 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, rol ling, finishing, and curing; and for all labor, tools, equipment, and incidentals necessary to complete the work. I it I I 6 I Li I APPENDIX TO SPECIFICATIONS: 1 I WATER SYSTEM DETAIL INDEX SHEET NO. SHEET NAME 01 Typical Service Setting 02 Typical Service Connection & Sewer Setting (Type I) 03 County Highway and Driveway Replacement (Type II) 04 Gravel Road and Driveway Replacement (Type III) .05 Railroad Bore and Casing 06 Air Release Valve 07 Gate Valve 08 Fire Hydrant 09 Flushing Hydrant 10 Blow -Off 11 Thrust Blocking For Pipe Fittings 11-A Concrete Thrust Block 11-B Thrust At Pipe Bends 11-C Table of Thrust At Pipe Bends 12 Concrete Thrust Anchor 13 Buried Canal Crossing 14 Steep Draw Crossing 15 Concrete Encasement 16 Trench. Detail - Water Mains 17 Highway Bore And Casing 32 Pressure Reducing Manifold No. 6 33 Pressure Reducing Manifold No. 7 SANITARY SEWER DETAILS I. SHEET NO. SHEET NAME 01 Typical Trench 02 Concrete Manhole 03 Encasement Pipe 04 Creek Crossing 05 Typical Clean Out I N 9 I do 6'MAX. WIDTH MILHOLLAND COMPANY * FOR PAVEMENT Engineering & Surveying 205 wesl Cenlee Street SAWCUT Fayeneville. Arkansas 72701 / \ Office Phone (501) 443.4724 .Id 12" MIN. UNDISTURL... BANK W REPAIRS -- EXISTING CONCRETE OR BITUMINOUS CONCRETE ORIVEWM AND GYP AND SEAL COUNTY NIGHSYS. !!`41t/!//I////l////I//r' - T■ VARIABLE THICKNESS THICKNESS • I V2 T FOR BITUMINOUS CONCRETE DRIVEWAYS. (MIN. 2" THICKNESS) I, DRIVEMAY5. " • e MIN. NOT OR COLD BITUMINOUS MIX FOR COUNTY HIGHMMVS AFTER COMPACTION OF BASE. COMPACTED S8-2 MATER OR SEWER MAINS •. L BITUMINOUS CONCRETE REPLACEMENT MATERIAL SHALL MEET THE REQUIREMENTS OF SECTION 4080? THE STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION, ARKANSAS STATE HIGHWAY COMMISSION. EDITION OF 1978. 2. CONCRETE SIWS NAME A WNM N 28 DAY COMPRESSIVE $TRENGTN OF 4200 PSI. TYPE I ROAD CROSSING COIMTY K)GMMAY AND DRIVEWAY REPLACEMENT DETAIL Sheet 2 I Li I C COMPACTED SB-2 �i(1 fa ae°iP���f • C t IIS • I. I. • Vj�V,*MIN.$2" MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 EXISTING GRAVEL SURFACE $ �6id:a�6�oo0P►:iAL b°oogndi/ COMPACTED MATERIAL REMOVED FROM TRENCH SELECTED BACK - FILL MATERIAL WATER OR .. SEWER MAINS PER SPECS •MIN; 6" NOTE: •r +--Maatts ---- COMPACTED FOR LATERAL AND VERTICAL STABILITY OF MAIN• SETTLEMENT TAKES PLACE IT IS TO BE REFILLED WITH SB-2 TYPE II ROAD CROSSING GRu EL ROAD AND DRIVEWAY REPLACEMENT DETAIL Sheet 3 I I 6x6/6-6 MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville. Arkansas 72701 Office Phone (501) 443-4724 2"-3" HOT MIX BITUMINOUS CONCRETE LAYER TO MATCH EXISTING SURFACE. SAW CUT 154W CUT PRIME COAT '• ► * • • • • . • '_ • • • CONCRETE - . • . ►. •• .. • . , • • • ! 4' MAX. COMPACTED SB•2 IB" MIN. NOTES. L BITUMINOUS CON( nrn, une.IB..Te ' 2. CONCRETE SHALL HIS . A MINIMUM 28 DAY COMPRESSIVE STRENGTH OF 4200 PS.1. ' TYPE 3 ROAD CROSSING If 1 BITUMINOUS CONCRETE ROAD REPLACEMENT DETAIL Sheet 4 MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 DRILL (5) l/Z" AIR HOLES IN LID FINISHED GRADE TRACER WIRE I" P.E. I" a 24" GALV. PIPE (Mm.) I" P.E. COMPRESSION TO IRON PIPE ADAPTOR ass IS" WI " FORD BII-444 Ball Curb Stop or Equal MU i1 I" GALV. c PIPE ilir CONC. $RICK$ C.I. COVER ( CLAY IS BAILEY P 2361 ) lhhl =(IIIcm I" GALV. RETURN W/16 MESH COPPER SCREEN SOLDERED TO OPEN END $• 3• METER SOX II II DRILL 1/6" HOLE SEE NOTE 5 APCO I" AIR RELEASE VALVE 011 EOUAL,r"/3/32" Orifice. Securely attach Tracer Wire to Pipe I SS -2 lU I UNDISTURBED SOIL MAIN CONNECTION TO SE TYPICAL I" CORPORATION NOTE: 1. AIR RELEASE TO BE INSTALLED ADJACENT TO WATER MAIN OUT OF TRAFFIC. BID UNIT PRICE SHALL INCLUDE ALL LABOR AND MATERIALS FOR SUCCESSFUL INSTALLATION OF AIR RELEASE, INCLUDING BRASS SERVICE SADDLE, COIL- PORATION STOP, 1" PIPES, VALVES, BOX WITH LID, OTHER ESSENTIAL ITEMS SHOWN AND NOT SHOWN. 3. METER BOX AND AIR RELEASE VALVE SHALL BE SET PLUMB. 4. METER BOX - BASS AND HAYES 34E. - 5. AIR RELEASE VALVE'S NUMBERS 1,3, & 4 USE APCO #75, VALVE NO. 2 USE APCO #200A AIR. RELEASE VALVE DETAIL Sheet 6 MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 WORD "WATER" ON COVER 2 *2 s 6" CONC, COLLAR • ADJUST COVER TO GRADE + 2' O ! • P, TAMP BACKFILL Securely attoc to Bolts and VALVE SUPPOF COMPAQ e Box to be set plumb :CIFIED :CIFIED WATER MAIN Bockfil l NOTE' RADIAL COMPRESSION JOINT ENDS USED FOR PVC PIPE ARE NOT SHOWN. GATE VALVE DETAIL Sheet 7 MILHOLLAND COMPANY Engineering & Surveying 2 —2I/2" • HOSE NOZZLES — I I I I Y .Y s7 lul DRAIN — KEEP CLEAR OF CONC. 2" MIN. s I - 4 1/2" PUMPER NOZZLE 205 West Center Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 MUELLER "CENTURION" FIRE HYDRANT A-423 OR EQUAL w/ 3'-6" buried HYDRANT TO HAVE COMBINATION FLANGE AND BREAK 3/" SECTION AND REMOVABLE BARREL WORD "WATER" ON COVER u,I I 2"K FROM THE CCENTERRETE OTOAR SLOPING THE EDGES ADJUSTABLE 2 PIECE C.I. VALVE BOX O 6" GATE VALVE - OPEN LEFT 14" MIN. OF C.I. OR D.I. Fte 6"HYDRANT BRANCH-C.I. or n _ racer Wire ottachedq - . - M+ 1 c "s Bof and Nut s 3 CUBIC FEET OF A4111 ;.4:,; GRAVEL 1 ull PLACE CONCRETE KICK BLOCK AGAINST Undisturbed Soil C.> C.81 E.? S. - - NO BENDS IN THIS AREA ALL FITTINGS SHALL BE VARIABLE DISTANCE ASSEMBLED WITH DUCTILE IRON RETAINER GLANDS WITH SET SCREW TORQUED AS PER MANUFACTURERSRECOMMENDATION. UNIT BID ITEM COMPLETE IN PLACE NOTES I. ALL HYDRANTS TO BE SET PLUMB WITH NOZZLES FACING HIGHWAY OR COUNTY ROAD. . a PLACE CONCRETE KICK BLOCK AGAINST SOLID UNDISTURBED Soft. . 4 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 -T3 STANDARD. 5. CONCRETE SHOULD NOT BE POURED ON BOLTS. ALLOW 2" MIN. CLEARANCE FOR WORKING ROOM. FIRE HYDRANT DETAIL Sheet 6 J W tl t a Fo F a 8 i 49 V 1 n t i• • } tIo Z C U(1) O Z m C . I, oc I 1 _ W i W ee ; n i 00 0.4 f CO i. 0 a W W an d oV W wo O?O O z O 0: z 6 202 J z V Y z Y Y G > > J V U rn J a .. .. m¢tJ O a J xA V 4 W OO � Oi Z O 11111 . O40 4pw> rd > ` O W W Q W W, zVz zoo V x O 4941 n2 J W ■=CN N N N N nln11ui N V t >° O a z i t d as o F � u t Sheet /O .o n I J r J O Li L 0 0 MILHOLLAND COMPANY Engineering & Surveying 205 West Corder Street Fayetteville, Arkansas 72701 Office Phone (501) 443-4724 ORIGINAL RROUNO LES[l n O 11 V THRUST VCRETE ° ° >CKING i, UNDISTURBED URN SEND ORIGINAL GROUND LEVEL BLOCKING BLOCKING FOR BENDS BLOCKING FOR BENDS SEE NOTE �C> °. • PUS.�.°^ v • EDGE OF TRENCH FB °._ °' CDNCRfltOGKINO ° '• CONCRETE BLOCKING • a, •, I •°, SEND „ -_ �" I. TNRL6T CROSS EDGE OF TRENCH I 1 SEE NOTE BLOCKING FOR CROSSES BLOCKING FOR BENDS NOTE: CONCRETE BLOCKING ALL PIPE FITTINGS 4" AND LARGER SHALL BE; .. :R A. D.I. Mechanical Joint rated 350 :;;: p.s.i- working pressure for Main.. pressures greater than 2001p•s.i. B. D.I. or C.I. Mechanical Joint Class 250 for Main Pressures less than 200 p.s.i. Ta C. THRUST BLOCKING shall be adequate EDGE OF TRENCH to withstand the sum of the Static Main Pressure with Storage Tanks full plus 200 p.s.i. Water Hammer BLOCKING FDR TEES multiplied by 2.5. Undisturbed - Soil Backing shall be assumed THRUST BLOCKING adequate to 200 p•s.f. pressure. FOR PIPE FITTINGS Sheet // i THRUST BLOCK SCHEDULE PIPE SIZE FITTING A B CU. FT, 4" TEE 2'-0" 1'-6" 2.5 'OR 90° 2'-9" I'-6" 4.7 SMALLER 450 2'-0" I'-0" I.7 I. TEE 3'"O" 2'-0" 7.5 C 90° 3'' 6" 2' 6" 13.3 450 2'-0" 2'-O" 3.4 TEE 3'-6" 26" 12.7 B" 90° 40" . 3'-0" 20.0 45° 3'-0" 2'-O" 7.5 TEE 31-6" 3'-6" 26.7 10" 90° 4t-6" 4'-0" 50.4 45° 3t-0" 31-0" 20.0 I PIPE I I FITTING - NOTES: 1. CLASS B CONCRETE - 2,000 PSI, 2B DAYS• 2. SCHEDULE BASED ON THRUST RESISTANCE OF SOIL OF 1000 LBS. 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 NOT ENCASE • C :. PLAN ix i CONCRETE • J SECTION CONCRETE THRUST BLOCK DETAIL MILHOLLAND COMPANY Engineering & Surveying 205 west Center Street Office Phone (501) 4434724 Fayetteville, Arkansas 72701 Sheet ff-A 1 I U I Li I U I C1 I I Li I I -e m -3 W -4 W 0 S W - 6 O -7 • - 9 d -10'-� a 15z `200 -25.. • -3049 -40k1 - -5100 -60= -7049 -0 9 'THRUST AT PIPE BENDS P 2 t 62.5 H A SinG USE TEST PRESSURE. USE INSIDE BELL DIAMETER WHEN APPROPRIATE. USE BOTH "A" SCALES TO SET POINT ON SUPPORT LINE. READ "B" SCALES IpoopO0 WITH STRAIGHT LINE THROUGH SET POINT. p�soopoo L4 72®_ 660 54 - 4B- 42 - 24 z -20- 1$- *5- H 14 - W 1!- 0 I-10- 0. W 0. at- - 49 ,m 6 a - FC IL s ® -2 SOQ -210 4002"100,000 400 —170 -_ :160 ,-1 S0 0 _ W x-140 0 - 50,000 300 —130 = r- 4 -.120 _-t t 0 0. . 3 - O d =200- 90 v: W-_so— m -- m . - 10,000 O I = - =60 W W L 5,000 _5o=I-L4 Z mloo mom_ 5 • so_L40aO'`c us Wa. B013S�W_ TO —L30 -1,000 -Roo 60— —Boo -25 -700 - 600 50- -500 Sheet //-B SURNS & IICOONMLLL EMGINLENIMG COMl1Mt 604 0.1�{ S b • o.. • o•_ • • e C - OS o —o U'S a o •.5- -- • Y •y a — v o « e 0 —c ucov c o _ c •— •• b c • • • •- f • O- -v CO • s -a • • cab. C• W H N 3�z " -'In'- Ins- O '-to o�c aZ Q loIn o W Q 'I- o NQMi lw C N 6 • S • • 004 S S S S 8 0 0 0 0 0 0 0 0 0 0 O 0 p .» o m o e• a o • o e- .. o R R O . o o r O o r. o wp 'p . S • r ppn • q b W W I•i 0 w o IC R R q .. w .. .. 0 0 0 0 0 0 0 0 0 0 0 0 0$$$ 0 • O w v e e o a O m w• a m m m m a O R I- e m a a m a O ei -. to O O a a r �to w w W Cl. b. s • a i to Io 01 W 0 0 0 0 0 0 0 0 0 O. 0 0 0 0 OO 0 • O O O O O O O O O O O O O O O O O a o, o o .4 w o .+ • m 0 - a - o a m m b Oi Ip.. Ip C N O O O m W V C i _ o a IC .v. IN a q a a a Cl a w .4 w w w e 0 0 0 0 0 0 0 0 0 0 OO 0 0 0 0 • 0p o r o OO N ID .Oi a 1OC C0 .Oi •O O to R Cl • ! - _ O _ ..a _ _ to _ a _ O _ O _ • a O. _ O _ O _ O _ o _ a _ a _ a �, . N r w a a L` b • R .. O a 0 m to ci w ..1 O ' w .. wl .. ..1 N .� O O 0 0 0 pw 0 0 0p 0 0 B 0 O O • pO O N O O O a O 0 .. O e q a O I` E` O .. O .+ • N _ a e _ - m • .. - 0 _ O _ - - O - q - m - a - • - • _ Cl ✓ w w 0 .4 w .4 w « O S O 0 C C• O • • Cl d .+ w 0 0 8 O OO 0 0 0 0 8 0 0 0 0 0 8 v 0 e e • w O e • m O w w O • w ! C m O .4 O 0 m to p. 0 m m • S R -. M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O a O O O 0 O R O 0 O a P d • N h N -• o _ d . m a O - • - a a �p ffi - a - • a O - q - O • -a _ O a •. - O - •. C m P 0 O • • • 0 R R of a '� w 0 0g 8 8 S 0 0 8 8 8 0 0 8 p 8 b w O 'r • t O a W r r q 0 R W ••Q a .•. 0 0 0 0 0 0 gQ 0 0 5 0 O 8 g O OO e n OO m •+ R -� R v 3 a R 0 m: s • m • O O • a e O q O N to .1 0 o R R • • q R q R a. w a w .. w .y • e S o S o o S 8 m 8 S x iC p Si !O• a O m a O t` ••, • w, q O W q W E$ a w w w w O q .♦ a r q R EOD a a Y S O p p O p O O O S S $ p CL • O O O 0 p w S ED O m p O 0• 8 S 0 IN 8 N. O01D w 0 0$ a O w m p a- O O P b 1C p N O O O O' CC m 41 .i tl w a 40 0 8 0 0 0 8 8 8 8 0 8 8 0 0 0 0 i w w ft w w e m ! O O K p a 'a •.. N ••I a a 0 0 O 8 O • S 8 g p .• 0 0 IC O 'l o q tb. C C• a m N N O O m r • 5 a b - - w • i 0 e- pp 0 a C. Ci a O m0 %° 0 v 0 80 Od v p. O 0 CI O • .•i .~n O 0 m p e C O Coo '. a .-i O sC C• INr .i -i .+ .i w .4 O 0 0 0 0 0 0 b 0 0 0 a. c US e6 • - • O. W F QL 0 q w m O 10 p _ •F q • Co w a i e e e • e • i • e i ,q e1 a oc • e • e • • t C O 0 O O O O O 0 • O m 0 pp O O p w0 • • O- 0 u0 d :• O p • • • q q Cl gt .. •4 r so + Sheet //-C PUNS a •CCC•MELL ENCICEElINC C0IP*ay C0•• a -LE I IN Undisturbed Undisturbed So// / Soil LIB Min,'2j 18 Min,�J F _ 4 (V� • Trench Class 'BConcrete I Base PLAN VIEW HIL,...C.../`..•1--Y.,..nL.,Jin...,.L.k..L-r-- -'<--,✓ ..J..+. 8' Min. Trench l„ 18" Min. C Bose •. r� ....- 44•44. _ • 4• . ... ... Class �� ioB" Concrete ELEVATION VIEW CONCRETE THRUST ANCHOR Sheet /2 205 w.CENTEN MILHOLLAND COMPANY (501)443-4724 Fayetteville Engineers Surveyors Arkansas I 1I I, i m 'c o o•o ` c I ` c I C N U U a c O v C I' I' I, I, Ii 205 W. CENTER Fayetteville v S a, I__ /09403 —` S (, zm • *1. R a 4Q09 ' V . /o atP3 MILHOLLAND COMPANY Engineers Surveyors ca Sheet /3 (501) 443-4724 Arkansas .11 / N O ' // t l l c o _ \ O (A Ii) %7 V • ma/0 1 :'si Ic `o h` / vi'-.. �1 y O rww Ru � J Yu / o E o0 I 1 11 205 W. CENTER MILHOLLAND COMPANY (50$) 445.724 Fayetteville Engineers Surveyors Arkansas It I1 (, I i Ii Y 1' Z 1� o I1 II II 205 W. CENTER Fayetteville r 2414211min. D.I. pipe P.C. pipe • -.1 - . MAIN • Vi , • • . .' i :•..' ., . r -I .. I • •• , , . 6" OUTSIDE 6° MIN DIAMETER MIN CONCRETE ENCASEMENT Sheet /5 MILHOLLAND COMPANY (501) 443.4724 Engineers Surveyors Arkansas NOTES: L I H I Top 4" of surface shall be cleared of Rock Debris, Roots, etc. and repoired to o• condition equal to or better than prior to construction.) 4 Ii CENER EL MILHOLLAND COMPANY Engineering & Surveying 205 West Center Street Fayetteviue, Arkansas 72701 Office Phone (501) 443-4724. / Smooth oiler one (/) year's settlement fC- may_ BA\\ L V 4 \ \ O )>>Z/0 PFILL �•� _.—Trocer Wire on PVC. Pipe to be looped around each Joint of Pipe. 6" Compacted Selected Fill under Type Ij ondS Rood Crossings and Rock removal 1. Payment for "ROCK EXCAVATION" shall be computed on a maximum Trench Width of ("D") nominal diameter of pipe (+) plus 18", and a maximum Trench Depth of ("D") nominal diameter of pipe (+) plus 42". 2. Trench Bottoms shall be free of rocks and stones larger than 3/4". 3. Surface of Construction area shall be replaced, seeded, fertilized and maintained one (1) year after final acceptance of the Water System by the Owner (City). 4. All trees, brush, boulders, rocks, and debris affected by Construc- tion shall be properly disposed of. 5. Fayetteville Public Works Pipe Reddinq Specifications: (Same as Sanitary Sewer) TRENCH "Water DETAIL Mains" .1 Sheet /6 I L✓ I 7 1 • 1 I 7 C M� U U U a U .\ m3 V C U p o fo o I, L Z O N 4 � 4 V tiQ) J 0 (I) >, U)-.- act C fU L L 7 O (� cc) 0 U C'J 0c C LO) O CC W v a x • 7 a: _. Q Ca) Lt f0 x U C Q G ) Ct a m J-1 U V LO Q N: C V Lm U.>. L 0ti n tL 6. U X Q` CL ¢ , a fU rJ V) CG Ctl Cn -o h n U ; fa] V) f Wrw to ' L CV rio _I C CC • 7 N 0 0. L VC •- fn IQ) Q 0101 U y a 'o f-. C O i Q I ti L 2 L LLfflp � •L L) C a O. 0 7 H il C t Q ;: Q • -) C � L.- t a, 0 O C O Q ..) y 0 U L Q <. p O o. ` . fl ¢ N -C C-' -4 O C).-' O —'—'V c)O. N fif L —tlql . Q V; Q V COU CU U COL CO fO • —1 C7 C O W fC -4 AL L �, ., Q —+ 5 L E Q V) i L 00 p CC a. —) 'L C N h Q or m .-. Q• N 41 Q O »I C; v: .: C f-. F o. 1Za • ' - Sneer l7 • IoM-/o-Jy6!d / — I I I H b N D � O O O V a O O b r N D; Q b � V c I) C C 3 t y7Jl�_ -- N NW 1 '�0M-JO-Jy641 cb C 0 ct v L .C c Co O E P] cv a) L a) U > 7 a) CL) O 3 cuw 0 o 4) L O E a>, LO 2 O -u a CC N • r` M q N v o (a rvW_, ' O O L O ¢ c.. L '00 m 1 N N OO) U o p Q 7 E [ C 1 O a°) o w 4.) v C` v) 0 0 L p 04)4.' y a h R ., O o O .i +i 'O U Ob .C> v Cy0 DC 0QCi vi ate) U) - .b- m b L O L r r . N .. C y UJ a) (a U Q V) E [r O \ 2 N c 0 +) L 0 O o a U 0 v LL ro F- 'O It U .-1 N C S a! d N co a7 W N O N lCC N Y R L Q L O 0 4 Q a) Z y O a � � rn U V N G d) C tl L C4.) N U] C] 6 L v CIt 0. N > (66 4-)W .CaJ V] 0 f_ Q n 'beef /7 Pap F. Qr y;3 gSQbv:4 C/f 22 .c lit Iy.. w. a NNrrr.•r ♦coo w.•.so .. S ow�cN ... ... V O w P J 4 O J• 4 r r r 1IIIO OwPrJUOJ14Nrr 4 �xj � �Zlp` {.Nrr NOINOJU1UNrrr u O O fl -12 �1 =Q wd w �,..1• B U P O J P V> U N N r r r r N O - 8S2 nin ^ 9A g a tiv€ � Q ..•.• •� - • • U0 a 0 / .ZJ •• • o o' oe o e Iii" r+.-'¢' •r! •• a 0e o.e;_�rtrAl c G) y 0y YN1 CL 0 TO z m 1 N P 0• r• N � 0 e O N I 11 �mm WOO 0it In N 0 v �c U O� Z f 4 •D i Cm I I2 3191BIBIaI) I 4. M ,-r.-- -z. __ - -;;t- --- -c- e I�^J'• \I \1 1 \\1 m no n a V St � c _1•u•o Ox I - - (". � � e r O R ' J 1 X npp• Z ^� YI Z JJgQ �k3 21/4• ao •® ₹ C x XRi D Er O 1 O Po 11 ,O0 Cv „/a• - - .4 - u r CITY OF FAYETTEVILLE MATERIAL SPECIFICATIONS FOR POTABLE WATER SERVICE MAIN LINE SERVICE TAPS I. SERVICE SADDLES: MAINS. Class 200 PVC, SDR 21 (2", 3", and 4") SIZE MANUFACTURER ORDER NUMBER 2" x 3/4" Mueller H-13420 2" x 1" Mueller H-13420 3" x 3/4" Mueller H-13425 3" x 1" Mueller H-13425 4" x 3/4" Mueller H-13428 4" x 1" Mueller H-13428 MAINS& C-900 PVC, Cast Iron, Ductile Iron, Cl 200 A/C (2-1/4" UP) 2-1/4" x 3/4" Romac LOIN- 2.75 x 3/4"CC 2-1/4" x 1 Romac lOiN- 2.75 x 1" CC 4" x 3/4" Romac 101N- 5.40 x 3/4"CC 4" x I" Romac 101N- 5.40 x 1" CC 6" x 3/4" Romac LOIN- 7.50 x 3/4"CC 6" x 1" Romac 101N- 7.50 x I" CC 8"\ x 3/4" Romac IO1N- 9.62 x 3/4"CC B" x 1" Romac LOIN- 9.62 x 1" CC 10" x 3/4" Romac 101N-12.12 x 3/4"CC 10" x 1" Romac 101N-12.12 x I" CC 12" x 3/4" Romac 1O1N-14.38 x 3/4"CC 12" x 1" Romac 101N-14.38 x 1 "CC II. SERVICE CONNECTIONS: DOUBLE TAPS 3/4" Type K Soft Copper 60' Coils 1 3/4" Corp. Stop. 110 Comp. Mueller H-15008 1 3/4" U Branch 110 CTS x MIP x MIP 7-1/2" width H-15363 2 5/8" x 3/4" x 12" Riser Meter Yoke Mueller H-1402 w/H-14222 Tail Pieces 1 18" x 24" PVC Meter Box #501824 .30T, .275 Wall Thickness S1511-On`iy; notcreedoas manuf"cured by""' Mueller/McCullough 1 18" C.I. Flat Meter Lid C-109 manufactured by Crouch Foundry SIJGLE TAPS 3/4" Type K Soft Copper Tubing 60' coils 1 3/4" Corp. Stop. 110 Comp. Mueller H-15008 1 5/8" x 3/4" x 12" Rise Meter Yoke Mueller H-1402 w/H-14222 Tail Pieces 1 18" x 24" PVC Meter Box #501824 .30T, .275 Wall Thickness Shell Only, notched as manufactured by Mueller/McCullough 1 18" C.I. Flat Meter Lid C-109 manufactured by Crouch Foundry III. SERVICE LINE EXTENSION. To connect extra copper to Service Line Use 3/4" 110 Compression Union H-15403 IV. "OR EQUALS": "OR EQUALS" ARE NOT ACCEPTABLE V: LAST REVISION: July, 1987 Up] Note: Reinforcing Shall Be Continuous Thru Manhole. DIA. PIPE No.6 Bars 60,54,48 6 Centers No.5 Bars 4236" 6" Centers No.6 Bars 30 r I 0 Centers 8,12;15 No.5 Bars I8; 24' I d'Centers NOTES: 'NO 1 & 3 OF SHEET NO. 16 ALSO APPLIES 'TO SEWER CONSTRUCTION II II i COMPLY WI/CLASS 'B' BEDDINT l NOTES. _V. Trench N c N i 4 No. 5 Bars Longitudina Class rrdr' Concrete Inside Pipe Diameter Il 10,. 12'1 15,1 IS" 24" 36rr 48IF 60rr CLASS IA" BEDDING 1181, (Max.) 2L4" u 2-4 r u 3-0 " 3-6r 4-0" 4-fio 5-d' 5-6I, 6r -Orr 6-6rr 7r- 6rr 7-7rr REQUIRED BEDDING FOR AT DEPTHS OF 10'-0" OR PLASTIC PIPE AT ALL LI AS FOLLOWS: 33'=60' Dia. Pipe 3d'- 54o 27't 48r' 24'. 42" 21' 3 6" 18't 30" 14' 24" I2 18" 11'. 8' 10 ' 121 15'' 15IF 546660or 12 - 361,42, 48 8-30 1 5rr- 8 IOr I2rr IB,' 24 FOR ALL PIPES a FILL WITH ACCEPT- ABLE MATERIAL PIPE PER SPECIFICA— ANDI TIONS. iS � 0 SB-2 BACKFILL UNDER ALL PAVED SURFACE AREAS. MAX TRENCH WIDTH TO HERE ®HAND PLACED SELECT FILL MATERIAL., C_ O TAMPED SELECT N FILL MATERIAL © TAMPED SPECIAL BEDDING MATERIAL ASTM CLASS 3 — ro Trench FBI e REQUIRED PIPE BEDDING FOR CLAY PIPE AT IOL0" OR LESS DEPTH AS FOLLOWS: HAND PLACED EXCAVATED MAT. FREE FROM TRASH, DEBRIS AND ROCKS GREATER THAN 11/2 IN ANY DIMENSION.? (U HAND PLACED AND TAMPED MATERIAL SAME. IN®AS INABOVE Note: n +l�l/7�G�J�j The Minimum Trench Width For All Sizes 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 4" 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 "B" BEDDING ALSO: TRENCHES UNDER STREET SECTION SHALL BE COMPLETELY FILLED WITH COMPACTED SB-2 TO SUBGRADE AND HORIZONTALLY TO ONE (1) FOOT BACK -OF -CURB". 205 W. CENTER Fayetteville SHEET NO. 1 MILHOLLAND COMPANY (501, 445.4724 Engineers Surveyors Arkansas Machined Surface, Non -Rocking Manhole Frame And Cover Bass 4 Hayes or Equal. r 24" J^ N I C .. N a WI '` � =7 2 e • t v C.L.Manhole _; Steps -• v N • • H � •D _ CCJ 0 J 6 48" • 6" Mm 'a Mm __— —See Note ;'- 4 " _r GROUT BASE OF MN e p_ Mm Yib r y/tiviN/cf ________ 205 M. CENTER Fayetteville 3000 Psi Concrete Note: For Manholes In Public Right -of -Way, Cost In Place Concrete Shall Stop At Point Indicated. Note For Manholes 4'-0" or Less In Depth, Use 24 Mm —3611Max. High Cone With 8 -Max. High 2'-00"Throat. Note For Pipes Entering Base, Opening Is Mode, Pipe Is Inserted And Sealed With Non - Shrink Grout. Min. SECTION -TYPICAL POURED IN PLACE MANHOLE MILHOLLAND COMPANY Engineers Surveyors SHEET NO. 2 (501) 443 4724 Arkansas I II N 0 a m d a m ti c C 0' ill u c IW Ii i = Q 0' C C Wo I ; j a J *R N — m o at Cl) c a o � d � v y d p e m o N E C a a N C— o '. C o w C o C N C •> > ow a . k. a 0. a 0 w 0 E 0 D 0 a 0. w z J w w O z w LU U) Q U w w a- - a - J w LU 'IJ SHEET NO. 3 ■ 205 W. CENTER M I L HO L LA ND COMPANY (501) 445-4724 Fayetteville Engineers Surveyors Arkansas ti r I r w m z x II N a cn 3 3 0 of z ? O w w x Z a v V w 0 Y Z W W W F- v I cn U W (� Z Q 3 J y I- W O y 2 Cisi a Oct fo (� am v Z p w a o tU > G r K at � a SHEET NO. 4 205 w. CENTER MILHOLLAND COMPANY (501)4o-4724 Fayetteville . Engineers Surveyors Arkansas O z :: •� -_60L.8 Cl COVER • • • 6. 2-0H H j ?' '.'. -• • • _ '• '::'•t 205 w. CENTER Fayetteville _PLUG - 4'PIPE at' CLEANOUT SHEET NO. 5 MILHOLLAND COMPANY (500443-4724 Engineers Surveyors Arkansas