HomeMy WebLinkAbout101-99 RESOLUTION•
•
RESOLUTION NO. 101-99
A RESOLUTION APPROVING A CONTRACT AMENDMENfl 95D
WITH BENHAM GROUP IN THE AMOUNT OF $-39,950, FOR
PROPERTY SURVEYS TO ESTABLISH THE RIGHT OF WAY
ALONG DICKSON STREET; AND APPROVING ABSTRACT
WORK ASSOCIATED WITH THE RESEARCH OF PROPERTIES
IN THE AMOUNT OF $10,000, FOR A TOTAL CONTRACT
AMOUNT OF $41,950.
Scala. CP-ap'
µi,J 811114'1
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby approves a contract amendment with Benham
Group in the amount of $39,950 for property surveys to establish the right of way along Dickson
Street and approves abstract work associated with the research of properties in the amount of
$10,000; and authorizes the Mayor and City Clerk to execute said contract amendment. A copy of
the contract is attached hereto marked Exhibit "A" and made a part hereof.
PASSEIQ AND APPROVED this
• �. !.
\ • ./ • '.,•
ATTEST:
B
Heather Woodruff, City lerk
3 d day of _ August , 1999.
APPROVED:,)
By.
APPROVED/
Fred Hanna, Mayor
•
XX AGENDA REQUEST
FROM: Don Bunn
Name
•
AGENDA REQUEST FORM
Public Wks Admin
Division
COUNCIL
RECEIVE.°
AUG 0 2 1999
C YFAYET
OF OFFICE
MEETING OF August 3, 1999
Public Works
Department
ACTION REQUIRED: Approval of Contract Amendment No 1 with the Benham Group
for property surveys on Dickson Street in the amount of $ 41,950.00
COST TO CITY:
$ 41,950.00
Cost -This Request
4470 9470 5809 00
Account Number
98097-10
Project Number
$ Z.3-4.'4)&3
Category/Project Budget
$ _S L4,gn :.
Funds Used To Date
$ z, X44,778
Funds Remaining
BUDGET/CQ TRACT REVIEW:
Budget' Coordinator
Lnt,ilAji�
Accou M n -ger
Al
ttorne
Purchasing Officer
XX Budgeted Item
Date
'/3D-99
Date
i f�
Date
1-3o 91
Date
Street Improvements
Category/Project Name
Program Name
Sales Tax
Fund Category
Budget Add. Attached
Administrative Services Director
Date
ADA Coo a•r Date
�. /.i il.<ammo ► lid, r750491
Internal Au.i or Date
STAFF RECOMMENDATION: It is the recommendation of the Staff that Contract
Amendment No.
amou a.f $41
1 with the Benham Group
950.00 be approved.
Public orks Director
part irector
` es Director
dmi
Ma /nfieerrvviic
h
7-28-99
Date
c9 --z- t
Date
21h16-%
��aa�/tte
Date
for additional
surveying work in the
Cross Reference
New Item: Yes No
Prev Ord/Res #: 165-98
Orig Contract Date: Dec 15, 1998
•
•
AMENDMENT TO THE AGREEMENT FOR
CONSULTING SERVICES
For the Downtown Dickson Street Enhancement Project:
BETWEEN:
The CONSULTANT
The Benham Group
1801 Forest Hills Boulevard
Bella Vista, AR 72715
THE PARTIES AGREE AS FOLLOWS:
EXHIBIT A
and the CLIENT
City of Fayetteville, Arkansas
113 West Mountain
Fayetteville, AR 72701
WHEREAS, The Benham Group (TBG) and the City of Fayetteville (City) are parties to an Agreement
for Consulting Services dated December 15, 1998, (the Agreement), and,
WHEREAS, the City has now determined that none of the funds appropriated for this project can be
spent on improvements on private property outside the City street right of way, and therefore the location
of the right of way lines and private property lines are critical and must be identified by a professional
land surveyor, and,
WHEREAS, in order to properly conduct the required surveys, the ownership documents and plats of
record must be assembled by a certified abstractor, and,
WHEREAS, TBG has obtained proposals from the Milholland Company and Washington County Abstract
and Title Company, Inc. for the costs of the additional work, and,
WHEREAS, all other terms and conditions of the agreement remain in force,
NOW THEREFORE TBG and the City hereby mutually agree to increase the scope of work in the
Agreement to include the above described surveys and title search for a maximum of 100 parcels. The
City agrees to compensate TBG $ 41,950.00 for the additional work. The Contract in the
Agreement is hereby increased from $346,748.04 to $ 388,698.04 .
IN WITNESS TO THEIR ACCEPTANCE to the terms and conditions of this Amendment, TBG and the
City hereby execute this Amendment to the Agreement for Consulting Services on this yrs -L day of
flush 1999.
ACCEPTED BY: ACCEPTED BY:
CITY OF FAYETTEVILLE, ARKANSAS THE BENHAM GROUP
By:
Title: 444ya.2.
genservfayl .wpd
By:
Gary . Camahan
Title: Vice President
D D
D oA�
ODOD
O V) omo
cn
m
N ZOT-z}
m O
m0<o
cn
_ m1 O D p
CO 73 Z =
00 f;
mo it
(n ?) i Z
D Dzoc)
m • <DZ0
0
O mcn tn
-4 D 'C)
O •
NI 5333 31-1101 NOW
EooT6
'03111
cD0-
zj O m O
D>m0�m
j m C `c.
m
to<ZC)'
>70M -IN?
mO-m
co
o0
mbr�
O 'nZ CA
Dmc
C < Z
Z < C m -<
Z -4o
C CO O z
co>mD
r n
zmmo
*00C
z D z
Z C
av{N
D
OO
c>�
D
cawm
O A co D
mm>2
mi0
cnmm0
OLa�T
m • 0cn
-
mv-+c
mm O m
O7Tm
m 0
0 in T
m -1 0
T m r A
mmOZ
SOm
-,
mmD�
nc m
z -I _
v 0`�
Oram
T>m0
D m
C�'z
�mmm
M
�m
C) m D IZ
=F^
* %;,. N IZ
m
0 m� S
a < n o
X n = 2 2
3 o cb m 3
0) -' o >m
< a N
Nn o 0 o
cp o p: 0)
_0 030
N
C
m )n. C co 7
030
aE0
a m En o o
cu
CO 5
CIL ff
cn
No n
N 0 :
a !
-o a0 w
^ o
X a) -
d
CO 0-c °:
0 N
w 3 0
3 Ono
< -I00
:n.
d
m 0
0 g
N 0
0. 0 a
co
m a
co Q coo
0) o.
n
cr
az 0
0 0.
m
F1)- 0
.0 a)
N N
p)
0
°
0
i0
be 03
-p
0 r Z
D-15
c0
71 71
CO
me W A
COla
Jt J
0 W
O
nn n.iV Tnnun T4
AU anodD KVON38
"ESTIMATED HOURS PER DISCIPLINE"
m
n
-I no X
COes
nZZ
7'O
D3
y
cnco
rnni
D -1
0
S
71
0
m
N
C
D
CO
r
r
m
wo
s
O
A
d(lO21e WVHN38
O
0
m
z
0
c
Z
9
-n
3 3
m m r
/711) N 7 S
c� 0O rr
mc _'
W 5. • Z
rn
Ss 5 CD 93
07
Na 72 c 0
VVAD
VO_,
� -<
c
rrl00
0
—I
LOLL Ebb TOS Xtld ££:LT 66/LO/L0
290SSSRTOS 917:0T 66/90/L0 4
co col
A) Research Record Ownerships'
8) Field Survey Right -of -Way
C) Compute Right -of -Way
D) Draw Surveyed Right -Of -Way Map
E) Locate Apparent Encroachments
'7' cnRRESPONDENCE / RECORDS:
n�PT
ba
O A O
0 0 0
NGR/MGR URV/MGH. SUHV/NLS SUNvtroi
V I IV I III I II
to
VI to
co 0
NJ m
O C n O
O o 0
CONN 01 AO)
O O O 0 0 0
0 o co O O O
4,010
CO
0 O CO
O O O
0 0 0
0) A A O N
O O O O O O
0 0 0 0 0 0
24.00
200.00
24.00
10.00
16.00
6.00
-IV EA NJ
000
0
0o
0
el0
tO to N
0910
No
-Ap TDO m
0 0 0
0 0 0 0 0
Ea
N
CD CO 0
000
24.00
32.00
8.00
4.00
Oft
; -a
cn m
O al O
000
N
0
0
4.
N
--.1
CD
0 O
o 0
pp tv
0)0)N A A 0)
O C 0 0 0 0
000 000
nn n.iV Tnnun T4
AU anodD KVON38
"ESTIMATED HOURS PER DISCIPLINE"
m
n
-I no X
COes
nZZ
7'O
D3
y
cnco
rnni
D -1
0
S
71
0
m
N
C
D
CO
r
r
m
wo
s
O
A
d(lO21e WVHN38
O
0
m
z
0
c
Z
9
-n
3 3
m m r
/711) N 7 S
c� 0O rr
mc _'
W 5. • Z
rn
Ss 5 CD 93
07
Na 72 c 0
VVAD
VO_,
� -<
c
rrl00
0
—I
LOLL Ebb TOS Xtld ££:LT 66/LO/L0
290SSSRTOS 917:0T 66/90/L0 4
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fayetteville City Council
From: Don Bunn, Assistant Public Works Director
Thru: Charles Venable, Public Works Director
Fred Hanna, Mayor
Subject: Engineering Contract Amendment No. 1
Benham Group
Dickson Street Project
July 28, 1999
The staff is proposing an amendment to our contract with the Benham Group which would
allow for property surveys along either side of Dickson Street from College Avenue to
Arkansas Avenue. The purpose of the surveys will be to establish the right of way of
Dickson Street to insure that all of the proposed work is contained within the right of way
and no work is performed on private property.
Attached is a copy of the proposed contract amendment with the Benham Group for the
additional surveying work. The total of $41,950.00 includes not only the direct surveying
cost, but also an allowance for abstract work in connection with the investigation of
individual properties. Also attached is a copy of the proposal to the Benham Group from the
Milholland Company.
It is the recommendation of the Staff that the contract amendment be approved.
•
COMMENT SHEET
•
Project: Dickson Street Improvements
Engineer/Contractor: The Benham Group
Notes to Reviewers: The engineer is forwarding an executed Contract Amendment No. 1
for inclusion in the Council's agenda material. No budget adjustment is necessary for the
additional funds required for this amendment Please note that the total of $41,950.00
includes both the surveys and title searches.
•
•
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Don Bunn, Assistant Public Works Director
From: Theresa Johnson, Deputy City Clerk
Date: August 5, 1999
Re: Benham Group contract: Dickson Street
Attached please find a copy of Resolution 101-99 and its back-up material. I have also attached
one original agreement amendment for distribution to the Benham Group. The other original
will be microfilmed and filed with the City Clerk's office.
Please have the Benham Group forward an original Survey Contract: Addendum No. 1 to our
office for our files. Thank you.
cc: Yolanda Fields, Internal Auditor
•
1S. 101— 1�
AMENDMENT TO SUBCONTRACT AGREEMENT
DOWNTOWN DICKSON STREET ENHANCEMENT
From Arkansas Avenue to College Avenue
This amendment is made to the Subcontract Agreement dated on the 30th day of November,
1998, between The Benham Group, Inc. (TBG) and Milholland Company Engineering and
Surveying (Subcontractor).
The following revisions are included in this amendment, except for those revisions, all other
portions of the Subcontract Agreement remain in full force and effect.
1. SCOPE
The scope of work in the Subcontract Agreement is hereby expanded to include a survey of the
Dickson street right-of-way from Arkansas to College Avenue and property line surveys of
approximately one hundred parcels along the street enhancement area. Ownership Documents
and corresponding official subdivision Plats -of -Record to be provided by Washington County
Abstract Company. City of Fayetteville to provide all documents in City Records, which are NOT
FILED for public record, as an attachment to deeds, in Washington County Circuit Clerks' Office.
Surveys shall be formatted in AUTOCAD, Release 13, for Dickson Street Project.
2. FEES AND PAYMENTS
For and in consideration of the services to be rendered by the subcontractor, and in addition to
the fee set our in the subcontract agreement, The Benham Group shall pay and Subcontractor
shall receive reimbursement of all salary costs, overhead, and reimbursable expenses at rates
paid by The Benham Group during the contract period including the fixed fee not to exceed an
upper limit contract amount of $31.950 00 for the work included in this amendment. This upper
limit contract amount includes a fixed fee of $4.173.00.
The basis of this upper limit and justification for the fee is contained in the cost summary sheet
attached hereto. Adjustment of the fee may be made should the Subcontractor establish and
The Benham Group agree that there has been or is to be a significant change in (1) scope,
complexity, or character of the services to be performed; (2) conditions under which the work is
required to be performed; (3) duration of work, if changed from the time period specified in the
agreement for completion of work warrants such adjustment.
The attached cost summary sheet covers the classification of personnel and the salary range for
all personnel anticipated to be assigned to this project by the Subcontractor.
The City has not authorized overtime pay on this project. Should overtime be authorized by the
City, it shall be at a rate of time and one-half for all non-exempt employees.
Final payment for services shall be made upon The Benham Group's approval and acceptance
upon the satisfactory completion of the Subcontractor's services.
IN WITNESSJVHEREOF, the parties hereto have agreed to and executed this
Agreement on the 9 day of August, 1999.
THE BENHAM GROUP, INC.
amendmentmil.wpd
MILHOLLAN ' COMPANY ENGINEERING AND
SURVEYIN
-0
O
* =Do13 mzm2Z p P r
o 00-00 D>mm ' d
T 0m0 mmC. zm @�ogA
m Cn> m{zfl m ?dam
m OST D73m= m 9 < g�
CD z Q z 73 0 0< -0 o=� v
O xi o O m x -n 0 0'< c
-1 mail >600m 3 =='-gym
AzvDi 02N m 2v Qm
v _Nx O{mtn mO<q�
,-p =1Z Z. Dc m o nd a
O 1m—Oi Dcn<x <m 2.n
oboocm< nd no
T -1z OA m .gu Oo iig
Dn --Immo <N coif o
c
D °i
O.jZ~(m^- >Zm CD --I •" c>n
2O at= vamoz D D
f) a 5 w 0 CD
o z--1 zmco> o 2.ti
=i -IMI OT 4OO v CD C
CDCs
Z On *MOM c 0nn
rc0i m>Z0 v ao R.
O r0 DvC v yo—
m
m D z z O o -i v s o N
m v -1 -n 0 m m 3 b
mcn OT D v m
zO --I-IM� zDa)
E 273 =0° ; 000
D 0= 0>za '� Toa
33 A 1 A D 0 m o
•
0 op v
o v= -I Mm
Ci
DO 000. 2
T 0
<mm - 73 M0 m- a
mco0 mO—i0
xi 2
I woo 0Am<
'n Dv� mzH0 nii -'
D OCn -T s �o
. 1 1 n Z 0 p m o
Z 0 Tmr T. ,�» • 0
mm O '. 0 o 003
00 mtO2 m -I-0
Tx -1 73 0 DD
�� m�D-I m rz
o m 0 mm "<
so
T -I O co m 3 X
n O
To Oho - c0
� T m 0 Z m
o 3 -1 -1
0 c D m 2
_1O
-m
0
om
'a3uiwanS Al3AI±03dS38
win la
to
� A
O W
0 o
nn nov'Plnn'l iN
=-oo
° O n
x
o
r0 Z
ID y
ca fns
m m
V -I
D�
0
Z
71
0
m
D
N
CXI
v
r
r
m
0
0
m
df1OdO WVHN3S
v
v
m
Z
0
c
Z
9
c
O
/nlb Ebb TOS YV4 CE:LT 66/L0/L0
(SEC I ION
IBASIC SURVEYING SERVICES
STREET RIGHT-OF-WAY SURVEY
A) Research Record Ownerships'
B) Field Survey Right -of -Way
C) Compute Right -of -Way
D) Draw Surveyed Right -Of -Way Map
E) Locate Apparent Encroachments
O A O
to 0 0
'
r
1,
0NN
o A o1
000
O
000
0 O O 0 0
16.00
CO
es
III
A A r•-, O
o0 0o0
00 000
24.00
200.00
24.00
10.00
16.00
6.00
SEIRVI7
280.00 236.00 68.00 18.00 758.00
540.00 $25.00 $35.00 $17.50
01,200.00 $5,900.00 $2,380.00 $315.00 $27,777.00
_ N
0 a W 0 ld
O 0 0 0 0
O 0 0 O 0
W N
A CO N A
WOO o
000 0
CLERICAL
N 0)
o 0
76.00
444.00
94.00
52.00
46.00
46.00
L
c
DTALS
-<
CD
(p
nn nov'Plnn'l iN
=-oo
° O n
x
o
r0 Z
ID y
ca fns
m m
V -I
D�
0
Z
71
0
m
D
N
CXI
v
r
r
m
0
0
m
df1OdO WVHN3S
v
v
m
Z
0
c
Z
9
c
O
/nlb Ebb TOS YV4 CE:LT 66/L0/L0
'es IOI-9
SUBCONTRACT AGREEMENT
Downtown Dickson Street Enhancement
From Arkansas Avenue to College Avenue
This Agreement is made this 0 day of August, 1999, between The Benham Group,
Inc., hereinafter referred to as (TBG) and Washington County Abstract and Title Company,
hereinafter referred to as (SUBCONTRACTOR) for convenience.
WITNESSETH:
Section 1. SCOPE OF WORK. TBG hereby employs SUBCONTRACTOR to perform
certain technical services in accordance with individual scopes of work which will be
attached as separate Exhibits to this Agreement and are herein incorporated by reference
and made a part of this Agreement. SUBCONTRACTOR agrees to conduct the work in
a professional and timely manner in accordance with the terms of this Agreement.
Section 2 INDEPENDENT CONTRACTOR RELATIONSHIP. In the performance of the
work herein SUBCONTRACTOR is an independent contractor with the authority to control
and direct the performance, means and methods of the details in the Scope of Work, under
this Agreement. TBG is interested only in the results obtained. SUBCONTRACTOR'S
relationship to TBG is that of an independent contractor and not that of an agent or
employee of TBG.
Section 3. INDEMNIFICATION. To the fullest extent permitted by law,
SUBCONTRACTOR shall indemnify and hold harmless TBG, its agents and employees
from and against claims, damages, losses, and expenses, including but not limited to
attorneys' fees and expenses in the investigation and defense of a claim arising out of
negligent acts or omissions of SUBCONTRACTOR, its officers, directors, employees,
agents, contractors, successors, assigns, or any for whose negligent acts it may be liable
regardless of whether such negligent acts or omissions are active or passive; provided,
however, SUBCONTRACTOR shall not be obligated under this Agreement to indemnify
TBG for damages which are due to the sole negligence or willful acts of TBG.
Section 4. ALTERNATIVE DISPUTE RESOLUTION -MEDIATION. If a dispute arises out
of or relates to this contract or its breach, and if the dispute cannot be settled through direct
discussions, the parties agree to first endeavor to settle the dispute in an amicable manner
by mediation by a certified mediator or a certified mediation service. This action is not
binding on either party hereto and in no way will remove any legal action desired by either
party.
Section 5. COMPENSATION AND METHOD OF PAYMENT SUBCONTRACTOR shall
be compensated and reimbursed on the basis identified in each Scope of Work.
A. SUBCONTRACTOR shall provide sufficient detailed support data with each
Invoice to allow TBG to venfy the costs incurred/charged on that invoice.
1
•
After receipt of an acceptable invoice, TBG will pay the invoice amount plus or
minus any adjustments mutually agreed upon, said payment to be made within 15 days
after TBG receives payment from its Client.
B. SUBCONTRACTOR is not authorized to perform services that are not included in
Exhibits until such time TBG shall have authorized a revision of the not -to -exceed amount.
TBG shall not be liable for payments of costs to SUBCONTRACTOR in excess of the not -
to -exceed amount unless and until such time as TBG shall have authorized a revision to
that amount in writing.
Section 6. DEFAULT AND EXCUSABLE DELAYS. TBG reserves the right to cancel this
Subcontract Agreement in the event of default by SUBCONTRACTOR.
SUBCONTRACTOR shall not, however, be liable for damages occasioned by delays due
to causes beyond SUBCONTRACTOR's control or without its fault or negligence on behalf
of subcontractor, providing SUBCONTRACTOR has a duty to promptly notify TBG in
writing as soon as such delay becomes apparent. Then the burden switches to TBG to
determine if said delay is an excusable one.
Section 7. TERM OF SUBCONTRACT. This Agreement shall remain in force from the
date of execution until December 31, 1999, unless sooner terminated in accordance with
Section 7, or unless extended by mutual written agreement of the parties.
Section 8. TERMINATION. Notwithstanding the foregoing, TBG may terminate this
subcontract prior to the completion of the work upon five (5) days written notice to
SUBCONTRACTOR. In full discharge of any obligations to SUBCONTRACTOR in respect
to this Agreement and of such termination, TBG shall pay all costs and noncancellable
commitments incurred prior to the date of termination, and the fee earned to date of
termination. SUBCONTRACTOR shall take all reasonable steps to minimize termination
costs. In no event, however, shall TBG be obligated to pay SUBCONTRACTOR any
amount in excess of the total amount authorized in Section 4. up to the time of termination
to support the work.
Section 9. INSURANCE
A. Before commencing the performance of services, SUBCONTRACTOR shall
provide the following minimum types and amounts of insurance and maintain such
insurance in full force and effect until the expiration of any applicable statutes of
limitations or of repose for claims under this Agreement:
Errors and Omissions Liability Insurance - $1,000,000.00 per claim/aggregate.
2
•
B. Certificates of Insurance - Prior to the commencement of the performance of
services under this Agreement, Certificates of Insurance evidencing that the
coverage required above has been provided shall be furnished to TBG and Owner
if required. The certificates shall stipulate that insurance will not be canceled or
terminated for any reason without a minimum of ten (10) days prior written notice
by certified mail to TBG. Failure of Consultant to provide renewal certificates
within seven (7) days after expiration of certificates or notice of cancellation
termination shall entitle TBG to withhold payment to SUBCONTRACTOR until
renewal certificates are received by TBG.
C. Liability of Deductible Amounts - SUBCONTRACTOR shall be solely liable for the
amount of any deductibles should claims or expenses (including attorneys' fees)
under the above insurance require payment.
D. Subcontractors and Subconsultants - SUBCONTRACTOR shall require its
Subcontractors and Subconsultants to furnish the above insurance and comply
with all requirements of this paragraph, including but not limited to the furnishing
of certificates to TBG and Owner if required.
E Conditions to be in Violation - SUBCONTRACTOR and its subcontractors or
subconsultants shall not violate, or permit to be violated any conditions or
warranties of the above insurance policies and shall at all times satisfy the
requirements of the insurance carriers, underwriters, brokers, or agents writing
said policies.
Section 10. OWNERSHIP OF WORK. All reports and materials created by this work are
the property of TBG and shall be delivered to TBG upon request. Subcontractor has the
right to maintain copies for its records. Any report, information, exhibits, data, materials,
or other work given to, prepared or assembled by SUBCONTRACTOR under this contract
shall not be made available to any third party or organization by the SUBCONTRACTOR
during the term of the contract or for a period of five (5) years without written approval of
TBG.
Section 11. COMPLIANCE WITH STATUTES AND REGULATIONS. Subcontractor shall
comply with all applicable federal, state, and local laws, executive orders, rules and
regulations.
Section 12. SEVERABILITY AND REFORMATION. Any provision or part thereof of this
Agreement held to void or unenforceable under any law shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon the parties. The parties
agree that this agreement shall be reformed to replace such stricken part thereof with a
valid and enforceable provision which comes as close as possible to expressing the
intentions of the stricken provision.
3
•
•
Section 13. SECTION HEADINGS. Headings, titles and paragraph captions are inserted
in the Subcontract for convenience, are descriptive only and shall not be deemed to add
to or distract from or otherwise modify the meaning of the paragraphs.
Section 14. JURISDICTION. This Subcontract shall be governed by and construed in
accordance with the laws of the State of Oklahoma.
IN WITNESS WHEREOF, the parties hereto have agreed to and executed this
Agreement as of the day and year first above written.
ENHAM GROUP, INC.
Address for giving Notice:
2488 E 81st Street, Suite 6000
Tulsa, Oklahoma 74137
CT/wcasubcontract.wpd
WASHINGTON COUNTY ABSTRACT AND
TITLE COMPANY
Address for giving Notice:
70 N. College
Fayetteville, AR 72702
4
•
•
EXHIBIT A
TO THE SUBCONTRACT AGREEMENT
DOWNTOWN DICKSON STREET ENHANCEMENT
1. SCOPE
Research of record data for each tract of land adjacent to Dickson Street, and
adjacent to all its adjoining streets and alleys for a distance of 100 linear feet from the
Dickson Street right-of-way.
2. FEES AND PAYMENTS
For and in consideration of the services to be rendered by the subcontractor, The
Benham Group shall pay and Washington County Abstract and Title Company
(WCA) shall receive reimbursement of all salary costs, overhead and reimbursable
expenses at rates paid by The Benham Group during the contract penod including
the fixed fee not to exceed an upper limit contract amount of $10,000.00 .
This upper limit and justification for the fee is based on an estimate of 100 parcels
and a cost of $100 00 per parcel. Adjustment of the fee may be made should the
Subcontractor establish and The Benham Group agree that there has been or is to
be a significant change in (1) scope, complexity, or character of the services to be
performed, (2) conditions under which the work is required to be performed; (3)
duration of work, if changed from the time period specified in the agreement for
completion of work warrants such adjustment.
The City has not authorized overtime pay on this project Should overtime be
authorized by the City, it shall be at a rate of time and one-half for all non-exempt
employees.
Final payment for services shall be made upon The Benham Group's approval and
acceptance upon the satisfactory completion of the Subcontractor's services.
CT/wcae tha.wpd
07/07/99 ' 17`:4.s PAA JUL 410 41U4
70 N. College
Box 1564
Fayetteville. AR 72702
442-8554
212 West Emma
Box348
Springdale. AR 72765
751-2183
Loan Closing Office
4034 N. College. Suite F
Fayetteville. AR 72703
444-0111
June 30, 1999
(Washington County c. 7t stw L
& gide Company, inc.
Milholland Engineering S Surveying
Attn: Mr Melvin Milhol1and
205 W. Center
Fayetteville, Arkansas 72701
V
IN RE• Dicks'n Street Project
Dear Mr. Milholland:
Washington County Abstract fi Title Company, Inc will provide the research that you have requeste
copies of the vesting deeds, a scaled plat and copies of the Subdivisions affected by the project
at the rate of $100.00 per parcel.
From the date that our bid is approved and approval to proceed given, the project should be
completed in no more than three weeks.
Thank you for the opportunity to bid on this project and for considering Washington.Couaty
Abstract and Title Company a worthy provider of these services. Please let us know if we are
to go forward with the research.
JD/klb
.i1/,.i.aet. • g11Lelftsum.aue • dYotaus
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
/26-5 /o/-99
Dickson Street Improvement Project
Water and Sewer Modifications
Project Manual
(Bid Documents and
Technical Specifications)
REVISED 7/28/99
TBG #119804300
Fayetteville, Arkansas
Prepared for
City of Fayetteville, Arkansas
#99-64
Prepared by
The Benham Group
1801 Forest Hills Blvd,
Bella Vista, Arkansas 72715
(501) 855-5055
til
SSSosStillitgareekr
r
AR
SIONAL
a ENGINEER `
M * * * Ll
fO,� No. 8525 s+
rJJlFLOII SSSS
ittw 1
Dickson Street Improvement Project
Water and Sewer Modficadons
DOCUMENT
00020
00112
00200
00310
00510
00610
00620
00640
00702
00812
00822
SECTION
01001
SECTION
DOCUMENT 00002
INDEX
DIVISION 0 - CONTRACT DOCUMENTS
TITLE
Invitation to Bid
Instructions To Bidders
Information Available to Bidders
Bid Form
Agreement
Performance Bond
Statutory Bond
Defect Bond
General Conditions
Supplementary Conditions
Certification of Wage Rates
DIVISION 1 - GENERAL REQUIREMENTS
TITLE
Basic Requirements
DIVISION 2 - SITEWORK SPECIFICATIONS
TITLE
02051 Site Demolition
02052 Utility Demolition
02210 Site Grading
02221 Trench Excavation and Backfill
02250 Compaction Control and Testing
02501 Portland Cement Concrete Sidewalk
02513 Asphaltic Concrete Paving
02516 Pavement Markings
02528 Concrete Curbs
02601 Manholes and Cleanouts
02644 Fire Hydrants
02670 Gate Valves
00002-1
7/2899
•
Dickson Street Improvement Project 7/28199
Water and Sewer Modfications
02671
02678
02701
02713
02715
02722
SECTION
03301
29CFR1926P
Butterfly Valves
Thrust Restraints
Leakage Tests
Domestic Water System
Water Services
Sanitary Sewerage Systems
MISCELLANEOUS SPECIFICATIONS AND ATTACHMENTS
TITLE
Cast -in -Place Concrete
Reference to OSHA Trench Safety Standards
00002-2
1
1 Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
1 DOCUMENT 00020
1 INVITATION TO BID
#99-64
Owner: City of Fayetteville, Arkansas; 113 W. Mountain; Fayetteville, Arkansas 72701
Engineer: The Benham Group;1801 Forest Hills Blvd.; Bella Vista, Arkansas 72715 (501) R55-5055
August 1 and August 8, 1999
General Contractors are invited to submit an offer under seal to the Owner, located at the above address before
11.30 AM CDT on August 16, 1999, for the Dickson Street Improvement Project — Water and Sewer Modifications.
The project consists of placement of approximately 1,530LF of 12' ductile iron or PVC water main, connection of
existing branch lines to the new 12' main using 6' DI or PVC water main, installation of new services to serve existing
buildings from new and existing 12' main, replacement of fire hydrant piping and valves, butterfly valves, gate valves,
fittings, and other appurtenances; with affiliated pavement, sidewalk, and curb repair Also included will be
replacement of approximately 602 LF of 8' sanitary sewer main, replacement of approximately eight sanitary sewer
services, and construction of one manhole on an existing sewer line; with affiliated pavement, sidewalk, and curb
repair. Portions of the project are to be completed by November 19, 1999; with the remainder completed by February
15, 2000.
1
1
1
I General Contractors may obtain bid documents for a unit price contract from the office of the Engineer. Others may
view the Bid Documents at the office of the Owner. A Bid Bond in the amount of 5 percent of the Bid Price will be
required. Refer to other Bidding requirements described in the Project Manual. Submit your offer on the Bid Form
I provided. Your offer must be submitted under a condition of irrevocability for a period of 60 days after submission.
The Owner reserves the right to accept or reject any or all offers.
IThis project is subject to a minimum wage determination.
"END OF DOCUMENT 00020"
1
1
1
1
1
1 00020-1
1
1
1 Dickson Street Improvement Protect 7/2899
Water and Sewer Modifications
1 DOCUMENT 00112
1 INSTRUCTIONS TO BIDDERS
1. DEFINED TERMS
1
1
Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the
Construction Contract (EJCDC Document No. 1910-8,1983 ed.) have the meanings assigned to them in the General
Conditions. The term 'Bidder means one who submits a Bid directly to Owner, as distinct from a sub -bidder, who
submits a bid to a Bidder. The term "Successful Bidder' means the lowest, qualified, responsible and responsive
Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. The term
'Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the
proposed Contract Documents (including all Addenda issued prior to receipt of Bids).
1 2. BIDDER'S REPRESENTATIONS
2.1 By submitting a Bid, the Bidder represents that:
1 1. Bidder has read and understands the Bidding Documents, and the Bid is made in
accordance therewith;
2. Bidder has read and understands the Bidding Documents and contract documents, to
the extent that such documentation relates to the Work for which the Bid is submitted, for other portions of the Project,
1 If any, being bid concurrently or presently under construction;
3. Bidder has visited the site, become familiar with local conditions under which the Work is
1 to be performed, and has correlated the Bidder's personal observations with the requirements of the proposed
Contract Documents; and
' 4. Bid is based upon the materials, equipment, and systems required by the Bidding
Documents without exception.
' 3. COPIES OF BIDDING DOCUMENTS
3.1
Complete sets of the Bidding Documents may be obtained from Engineer.
3.2 Bidding Documents will not be issued directly to Sub -bidders or others.
3.3 Complete sets of Bidding Documents must be used in preparing Bids; neither Owner nor
' Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of
Bidding Documents.
' 3.4 In making copies of Bidding Documents available on the above terms, the Owner and Engineer
do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant permission for any other
1 00112-1
1
I
1
1
1
Dickson Street Improvement Project
Water and Sewer Modifications
use.
4. QUALIFICATION OF BIDDERS
Bidders must be licensed as General Contractors by the State of Arkansas. No additional prequalification is
required. The Owner does, however, retain the right to request qualifications statements from the apparent low
bidder or other bidders if needed to determine Contractor's ability to complete the project successfully. Each Bid
must contain the Bidder's Arkansas General Contractors license number.
5. MINIMUM WAGE DETERMINATION
The Project is subject to a minimum wage determination. A copy of the determination is included in the
Project Manual.
6. EXAMINATION OF CONTRACT DOCUMENTS AND SITE
6.1 It is the responsibility of each Bidder before submitting a Bid, to (a) examine the Contract
Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress,
performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect
cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the
Contract Documents, and (e) notify Engineer of errors, inconsistencies, or ambiguities discovered.
6.2 Reference is made to the Supplementary Conditions for identification of:
1. those reports of explorations and tests of subsurface conditions at the site which have
been utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the accuracy of the
technical data contained in such reports but not upon non -technical data, interpretations or opinions contained therein
or for the completeness thereof for the purposes of bidding or construction.
2. those drawings of physical conditions in or relating to existing surface and subsurface
conditions (except Underground Facilities) which are at or contiguous to the site which have been utilized by Engineer
in preparation of the Contract Documents. Bidder may rely upon the accuracy of the technical data contained in such
drawings but not upon the completeness thereof for the purposes of bidding or construction.
' Copies of such reports and drawings will be made available by Owner to any Bidder on request Those reports and
drawings are not part of the Contract Documents, but the technical data contained therein upon which Bidder is
entitled to rely as provided in Paragraphs 6.2.1 and 6.2.2 are incorporated therein by reference. Such technical data
' has been identified and established in Document 00200.
6.3 Information and data reflected in the Contract Documents with respect to Underground Facilities
' at or contiguous to the site is based upon information and data furnished to Owner and Engineer by owners of such
Underground Facilities or others, and Owner does not assume responsibility for the accuracy or completeness
thereof unless it is expressly provided otherwise In the Supplementary Conditions.
' 6.4 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders
I
I
L
I
I
Dickson Street Improvement Project 7/2899
Water and Sewer Modifications
on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract
Documents due to differing conditions appear in EJCDC Document 1910-8, 1983 Ed., General Conditions and
Section 00812, Supplementary Conditions.
6.5 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
additional examinations, investigations, explorations, tests and studies and obtain any additional information and data
which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site
or otherwise which may affect cost, progress, performance or furnishing the Work and which Bidder deems
necessary to determine its Bid for performing and furnishing of the Work in accordance with the time, price, and other
terms and conditions of the Contract Documents.
6.6 On request in advance, Owner will provide each Bidder access to the site to conduct such
explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up
and restore the site to its former condition upon completion of such explorations.
I
6.7 The lands upon which the Work is to be performed, rights -of -way and easements for access
thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract
Documents. All additional lands and access thereto required for temporary construction facilities or storage of
' materials and equipment are to be provided by Contractor. Easements for permanent structures or permanent
changes in existing structures are to be obtained and paid for by Owner unless otherwise provided in the Contract
Documents.
' 6.8 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder
has complied with every requirement of this Article 6, that without exception, the Bid is premised upon performing and
furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences, or
procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract
Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for
' performance and furnishing of the Work.
7. INTERPRETATIONS AND ADDENDA
I
7.1 Bidders and Sub -bidders requiring clarification or interpretation of the Bidding Documents shall
make a written request which shall reach the Engineer at least seven days prior to the date for receipt of Bids.
7.2 Interpretations, clarifications, and changes of the Bidding Documents will be issued by Addenda
mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Requests
received less than seven days prior to the date for opening of Bids may not be answered. Only requests answered
by formal written Addenda will be binding. Interpretations, clarifications, and changes made in any other manner will
not be binding and Bidders shall not rely upon them.
7.3 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner
or Engineer.
7.4 No addenda will be issued later than three days prior to the date for receipt of Bids, except an
withdrawin
g ng the request for Bids or one which includes postponement of the date for receipt of Bids.
00112-3
I
I
11
I
J
J
H
H
I
H
H
I
H
H
H
'I
Dickson Street Improvement Project 7/2899
Water and Sewer Modifications
7.5 Each Bidder shall ascertain prior to submitting a Bid that the Bidder has received all Addenda
issued, and the Bidder shall acknowledge their receipt in the Bid.
8. BID SECURITY
8.1 Each Bid must be accompanied by Bid security made payable to Owner in an amount of five (5)
percent of the Bidder's maximum Bid price and in the form of a Bid Bond issued by a surety meeting the requirements
of the General Conditions. A letter of credit will not be acceptable in lieu of a Surety Bond.
8.2 The Bid security of the Successful Bidder will be retained until such Bidder has executed the
Agreement and furnished the required contract. security, whereupon the Bid security will be returned. If the
Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within fifteen
(15) days after the Notice of Award, Owner may annul the Notice of Award and the Bid security of that Bidder will be
forfeited as provided by law. The Owner will have the right to retain the bid security of Bidders to whom an award is
being considered until either (a) the Contract has been executed and bonds, if required, have been furnished, or (b)
the specified time has elapsed so that Bids may be withdrawn, or (c) all Bids have been rejected. Bid security with
Bids which are not competitive will be returned within seven days after the Bid opening.
9. CONTRACT TIME
The numbers of days within which, or the dates by which, the Work is to be substantially completed and also
completed and ready for final payment (the Contract Time) are set forth in the Bid Form and the Agreement.
10. LIQUIDATED DAMAGES
Provisions for liquidated damages, if any, are set forth in the Agreement.
11 SUBSTITUTE OR'OR-EQUAL' ITEMS
The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or
specified in the Specifications without consideration of possible substitute or 'or -equal' items. Whenever it is
indicated in the Drawings or specified in the Specifications that a substitute or or -equal item of material or equipment
may be furnished or used by Contractor, if acceptable to Engineer, application for such acceptance will not be
considered by Engineer until after the Effective Date of the Agreement The procedure for submission of any such
application by Contractor and consideration by Engineer is set forth in the General Conditions and may be
supplemented in the General Requirements (Division 1).
00112-4
I
I
I
I
I
I
I
I
I
I
I
Li
I
I
Li
I
Dickson Street Improvement Project
Water and Sewer Modifications
12. SUBCONTRACTORS, SUPPLIERS AND OTHERS
712899
12.1 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers and
other persons and organizations (including those who are to furnish the principal items of material and equipment) to
be submitted to Owner prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other
Bidder so requested, shall within seven days after the Bid opening submit to Owner a list of all such Subcontractors,
Suppliers and other persons and organizations proposed for those portions of the Work for which such identification
is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar
projects and other evidence of qualification for each such Subcontractor, Supplier, person or organization if requested
by Owner. If Owner or Engineer, after due investigation, has reasonable objection to any proposed Subcontractor,
Supplier, other person, or organization, either may, before the Notice of Award is given, request the apparent
Successful Bidder to submit an acceptable substitute without an increase in Bid price.
If apparent Successful Bidder declines to make any such substitution, Owner may award the contract to the
next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers and other persons and organizations.
The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder.
Any Subcontractor, Supplier, other person or organization listed and to whom Owner or Engineer does not make
written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject
to revocation of such acceptance after the Effective Date of the Agreement as provided in the General Conditions.
12.2 Contractor will not be required to employ any Subcontractor, Supplier, other person or
organization against whom Contractor has reasonable objection.
13. BID FORM
13.1 Bids shall be submitted on forms identical to the form included with the Bidding Documents;
additional conformed copies may be made by the Bidder.
13.2 AJI blanks on the Bid Form must be completed in ink or by typewriter.
13.3 Where so indicated by the makeup of the bid form, sums shall be expressed in both words and
figures, and in case of discrepancy between the two, the amount written in words shall govern.
13.4 Interlineations, alterations, and erasures must be initialed by the signer of the Bid.
13.5 Bids by corporations must be executed in the corporate name by the president or a
vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must
be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation
must be shown below the signature.
13.6 Bids by partnerships must be executed in the partnership name and signed by a partner, whose
title must appear under the signature and the official address of the partnership must be shown below the signature.
13.7 All names must be typed or printed below the signature.
00112-5
I
I
I
H
I
I
I
I
I
14.2 The Bid Form and required attachments shall be submitted in the number of copies stated in the
' Advertisement or Invitation to Bid (Notice to Bidders). All copies shall be conformed copies made by the Bidder (at
his expense) from the Bidding Documents furnished to Bidder.
' 14.3 The Bidder shall assume full responsibility for timely delivery at the location designated for
receipt of Bids.
Dickson Street Improvement Project 7/2899
Water and Sewer Modifications
13.8 The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must
be filled in on the Bid Form).
13.9 The address and telephone number for communications regarding the Bid must be shown.
13.10 Bids must be priced on a unit price basis for the base contract and include a separate price for
each alternative described in the specifications as provided for in the bid form.
13.11 The bid price shall include such amounts as the bidder deems proper for overhead and profit on
account of cash allowances named in the contract documents.
14. SUBMISSION OF BIDS
14.1 Bids shall be submitted at the time and place indicated in the Advertisement or Invitation to Bid
and shall be enclosed in an opaque sealed envelope, marked with the Project title (and, if applicable, the designated
portion of the Project for which the Bid is submitted) and name and address of the Bidder and accompanied by the
Bid security and other required documents. If the Bid is sent through the mail or other delivery system the sealed
envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it.
I
I
I
I
I
I
L
14.4 Oral, telephonic, or telegraphic Bids are invalid and will not receive consideration.
14.5 Any Bid received more than 96 hours (excluding Saturdays, Sundays, and holidays) before the
time set for opening of bids, or any bid so received after the time set for opening of bids shall not be considered and
shall be returned unopened.
14.6 The Bid Bond shall be completed, executed, notarized (if required), and attached to and
accompany the Bid Form.
15. MODIFICATION AND WITHDRAWAL OF BIDS
15.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner
that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the
opening of Bids.
15.2 Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids
provided they are then fully in conformance with these Instructions to Bidders.
00112-6
I
I
H
H
I
I
I
I
I
I
I
Li
I
I
I
I
I
I
L
Dickson Street Improvement Project 7/2899
Water and Sewer Modifications
15.3 Bid security shall be in an amount sufficient for the Bid as modified or resubmitted.
15.4 If, within twenty-four (24) hours after Bids are opened, any Bidder files a duly signed, written
notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner there was a material
and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid and the Bid security will be
returned. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the
Contract Documents.
16. OPENING OF BIDS
Bids will be opened and (unless obviously non -responsive) read aloud publicly. An abstract of the amounts
of the base Bids will be made available to Bidders after the opening of Bids.
17. BIDS TO REMAIN SUBJECT TO ACCEPTANCE
All bids will remain subject to acceptance for sixty days after the day of the Bid opening, but Owner may, in
its sole discretion, release any Bid and return the Bid security prior to that date.
18. AWARD OF CONTRACT
18.1 Owner reserves the right to reject any and all Bids, to waive any and all informalities not
involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder, and the right
to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, Owner reserves the right to
reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award
to that Bidder, because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to
meet any other pertinent standard or criteria established by Owner. Discrepancies in the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any
column of figures and the correct sum thereof will be resolved in favor of the correct sum.
18.2 In evaluating the Bids, Owner will consider the qualifications of the Bidders, whether or not the
Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested
in the Bid Form or prior to the Notice of Award. The Owner may: (1) award the Base Bid; (2) award the Alternate Bid
or Bids (if alternate bids are requested or permitted); or (3) reject all bids and no award will be made.
18.3 Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other
persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors,
Suppliers, and other persons and organizations must be submitted as provided in the Supplementary Conditions.
Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major
items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted
prior to the Notice of Award.
18.4 Owner may conduct such investigations as Owner deems necessary to assist in the evaluation
of any Bid to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors,
Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract
Documents to Owner's satisfaction within the prescribed time.
00112-7
L
H
H
I
I
'J
Ti
.1
Dickson Street Improvement Project 7/2899
Water and Sewer Modifications
18.5 If the contract is awarded, the intent is that it be awarded to the lowest responsive Bidder whose
evaluation by Owner indicates to Owner that the award will be in the best interests of the Project
18.6 If the contract is awarded, Owner will give the Successful Bidder a Notice of Award within sixty
days after the day of the Bid opening.
19. CONTRACT SECURITY
The General Conditions and the Supplementary Conditions set forth Owner's requirements as to
performance and payment Bonds. When the Successful Bidder delivers the executed Agreement to Owner, it must
be accompanied by the required performance and payment Bonds.
20. SIGNING OF AGREEMENT
' When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by the required
number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen
(15) days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement and
attached documents to Owner with the required Bonds. Within ten (10) days thereafter Owner shall deliver one fully
signed counterpart to Contractor. Each counterpart is to be accompanied by a complete set of the Drawings with
appropriate identification.
' 21. NOT USED
I
I
I
Ii
I
I
I
L
22. NOT USED
23. RETAINAGE
Provisions concerning retainage and Contractors' rights to deposit securities in lieu of retainage (if permitted)
are set forth in the Agreement
'END OF DOCUMENT 00112'
00112-8
1
Dickson Street Improvement Project
Water and Sewer Modifications
DOCUMENT 00200
INFORMATION AVAILABLE TO BIDDERS
PART 1- GENERAL
1.1 TOPOGRAPHIC SURVEY
A. The existing topography, features and level data shown on the Contract Drawings are from a ground
survey performed in 1999 by Milholland Company.
B. This survey identifies grade elevations prepared primarily for the use of the Engineer in establishing
new grades and identifying natural drainage patterns.
C. Contours should be accurate to within one-half the contour interval for 90% of the contours and the
remainder should be accurate within the contour interval. However, this statement shall not be construed to constitute
a warranty of any type to the Contractor.
D. A copy of a topographic survey with respect to the project site is available for viewing at the office of
the Engineer.
1.2 SUBSURFACE INVESTIGATION REPORT
A. No subsurface investigation has been conducted.
"END OF DOCUMENT 00200"
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
I
I
Li
H
I
I
H
I
I
I
I
I
I
DOCUMENT 00310
BID FORM
NAME OF BIDDER:
PROJECT IDENTIFICATION: Dickson Street Improvement Project— Water and Sewer Modifications #99-64.
THIS BID IS SUBMITTED TO:
City of Fayetteville, Arkansas
113 W. Mountain
Fayetteville, AR 72701
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement
with OWNER in the form included in the Contract Documents to complete all Work as specified or indicated
in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in
accordance with the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Instructions to Bidders, including without
limitation those dealing with the disposition of Bid Security. This Bid will remain open for sixty days after
the date of Bid opening. BIDDER will sign the Agreement and submit the Contract Security and other
documents required by the Contract Documents within fifteen days after the date of OWNER's Notice of
Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that
A. BIDDER has examined copies of all the Contract Documents and of the following addenda
(receipt of all of which is hereby acknowledged):
Date Number
' B. BIDDER has familiarized itself with the nature and extent of the Contract Documents,
work, site, locality, availability of labor, equipment and materials, and all local conditions and laws and
regulations, that in any manner may affect cost, progress, performance, or furnishing of the Work.
I
I
C
C. BIDDER has studied carefully all reports and drawings of subsurface conditions and
drawings of physical conditions which are identified in Document 00200, and Paragraph SC 4.2 of the
Supplementary Conditions as provided in Paragraph 4.2 of the General Conditions, and accepts the
determination set forth in Document 00200 of the extent of the technical data contained in such reports and
drawings upon which BIDDER is entitled to rely.
I
00310-1
I
I
I
11
I
r -
I
I
I
I
I
I
J
J
I
I
H
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
D. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and
carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to
supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site
or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers
necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and
in accordance with the other terms and conditions of the Contract Documents, including specifically the
provisions of Paragraph 4.2 of the General Conditions; and no additional examinations, investigations,
explorations, tests, reports or similar information or data are or will be required by BIDDER for such
purposes.
E. BIDDER has reviewed and checked all information and data shown or indicated on the
Contract Documents with respect to existing Underground Facilities at or contiguous to the site and
assumes responsibility for the accurate location of said Underground Facilities. No additional examination,
investigations explorations, tests, reports or similar information or data in respect of said Underground
Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price,
within the Contract Time and in accordance with the other terms and conditions of the Contract Documents.
F. BIDDER has correlated the results of all such observations, examinations, investigations,
explorations, tests, reports and studies with the terms and conditions of the Contract Documents.
G. BIDDER has given Engineer written notice of all conflicts, errors or discrepancies that it
has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to
BIDDER.
H. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person,
firm or corporation and is not submitted in conformity with any agreement or rules of any group,
association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any
other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or a
corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any
advantage over any other Bidder or over OWNER.
I
00310-2
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
4.4. BIDDER will complete the Work for the following prices:
A. UNIT PRICE SCHEDULE
Item Estimated Unit Total
No. Description Unit Quantity Price Price
1 Remove and dispose of SY 3,000 $ .).g • 00 $_"k, 600. 00
existing pavement
2 Furnish and install 12" water main LF 1,556 $ LI S, (X) $ `7O, 0c O. 0O
3 Furnish and install 12"x8 DI reducer EA 1 $ 3 60.o0 $ 5 O . cx)
4 Furnish and install 12"x6 DI reducer EA 1 $_3S 0.00 $ 35 O. oo
5 Furnish and install 12"x6" DI tee EA 10 $ ((nOO. 00 $ (a Oo0 •yv
6 Furnish and install 12" DI cross EA 1 $ quo . () $ giL
7 Furnish and install 12" DI 45 deg. bend EA 8 $ S nO• (X) $ 4y1)U • O0
8 Furnish and install 12" butterfly valve EA 7 $ 19S 0.00 $ l2,50.00
9 Furnish and install 12"x6" tapping EA 7 $ . S 00.d) $ I i. 5 UU • 00
sleeve and valve
10 Furnish and install 12"x2" tapping EA 13 $ 100.03$_I00 - U
saddle with corporation stop and
valve box
11 Furnish and install 12"x1'tapping EA 29 $ O (XO$ R'700.0O
saddle with corporation stop
12 Furnish and install8"x8"tapping EA 1 $ L400-00$ )_400 •0O
sleeve and valve
13 Furnish and install 6" water main LF 625 $_-f0.00 $
14 Furnish and install 6" DI cap EA 14 $ 15 O .UU $ Z1 0O .00
15 Furnish and install 6"x4 DI reducer EA 2 $ 7 n U � OD $ L/- O O . v U
16 Furnish and install 6'x3 DI reducer EA 1 $ 7_ oo . rx) $ 2, OO
17 Furnish and install 6'x6' DI tee EA 3 $ Zoo.p) 00 $ 0700 _ 00
18 Furnish and install 6'x4' DI tee EA 2 $ o o , 0O $ (p b 0 . o 0
00310-3
Dickson Street Improvement Project
Water and Sewer Modifications
19
Furnish and install
6" DI 45 deg. bend
EA
7
$500. Du
$ 3 S o o . O O
20
Furnish and install
6" gate valve
EA
12
$ 1000.00
$ 1 L, coo. 00
21
Furnish and install
6"x6'
EA
2
$ oO0.00
$_10 nog. 0 c�
sleeve and valve
22
Furnish and install
6"x1"tapping
EA
1
$ 2 00 . x
$ 2 oo. 00
saddle with corporation stop
23
Furnish and install
4" water main
LF
20
$ Zoo. oD
$ t_- JUO. 0 O
24
Furnish and install
4" DI cap
EA
2
$ 2 coo . oo
$ 4OO-0 0
25
Furnish and install
4" gate valve
EA
2
$ oo of
$_00
26
Furnish and install
4"x4" tapping
EA
2
$ 4-Q O - of
$ B CX2O - Ov
sleeve and valve
27
Furnish and install
1.5" DI cap
EA
1
$ 1c)O -bo
$ I_OO. JO
28
Furnish and install
1.5"x1" tapping
EA
1
$9 n o . uo
$ Z_o o . 00
saddle with corporation stop
29
Furnish and install
2" HDPE water
LF
295
$j oO . oO
$,29 .5OO • U O
service tubing
30
Furnish and install
2" curb stop
EA
8
$ oo . OO
$ .24-00.00
31
Furnish and install
2"x1 -2 -way
EA
2
$ U-rw - Do
$ 2OO - CX)
water service wyes with fittings
32
Furnish and install
2"x1' — 3 -way
EA
2
$ - 00
$ I L o o . oO
water service wyes with fittings
33
Furnish and install
1" HDPE water
LF
815
$ S r7 • o O
$ 4-O/1S().O
service tubing
34
Furnish and install
1" curb stop
EA
41
$ 2 oo . of
$ 9 Z oO. 00
35
Furnish and install
1' Copper water
LF
105
$ C . OO
$ I n - O
service tubing
36
Furnish and install
single meter set
EA
1
$ oO.o3
$ 3 Oo O o J
37
Furnish and install
double meter set
EA
1
$ Z (0o0 .oL
$ L 000 -0
00310-4
I
1
1
1
Dickson Street Improvement Project
Water and Sewer Modifications
39
40
41
42
43
45
47
48
49
50
51
52
53
Furnish and install fire hydrant assembly EA
Repaint existing fire hydrant EA
Replace 10" sanitary sewer line LF
Remove abandoned sanitary sewer
EA
service
Furnish and install 4" PVC replacement
LF
sanitary sewer services
Furnish and install sanitary sewer
EA
cleanouts
Furnish and install sanitary sewer
EA
wyes
Construct sanitary sewer manhole
EA
on existing line
Sanitary sewer bore and casing
EA
underneath railroad tracks
Pavement repair, per detail
SY
Sidewalk repair, per detail
SY
Curb and gutter repair, per detail
LF
Rock excavation
CV
Furnish, install, maintain, and
LS
remove construction traffic signage
and barricades (traffic control)
Trench safety
LS
Mobilization
LS
(maximum of 5% of total of unit prices)
7 $ 22UU.QO $ ►5, c100,yU
2 $_56.00 $ o() oO
602 $ Sn.l)Q $_3O I0o.c0
1 $ Soo.nn $ Soo•o0
fri _
2 $_4-I)l)n) $__________
BO_.c�O
1 $ 7_ncy ). cx7 $ 7_ o cxO- dJ
3,000 $_(o.OO $ I S, OOO. uu
300 $ 50.& $ IS.yoO•oo
180 $ ZO.°O $ 3G_,00.oO
100 $ .o l $ ).00
1 $;00006' tb $ 30 , 000.0O
1 $ Soco.0 $
5<~oo
c c
1 $5rxxJ.00 $
S000•oO
TOTAL OF UNIT PRICES 1' Uthundre4 et`cj 4- ($ c9g 416/400)
L,,, c ,.cause words) n; me h c._nchcd (figures)
S;�C�57ne dD��lfvS cwt nv CPi�v�S
Quantities are not guaranteed. Final payment will be based on actual quantities.
00310-5
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
1 MANDATORY INFORMATION FROM BIDDER:
Water main(4through 12') pipe material may be ductile iron (DI) or PVC, per the requirements of the specifications.
1 Bidder must indicate below which material is proposed for use on the project. Failure to complete this item may
cause your bid to be declared nonresponsive and thus be rejected.
1 WATER MAIN (4' THROUGH 12') PIPE MATERIAL PROPOSED FOR THIS PROJECT IS
DI PVC
(circle correct material)
5. BIDDER agrees that the Work will be substantially complete on or before November 19,1999 for
1
the western portion of the project and on or before February 15, 2000 for the eastern portion of the project
The dividing line for the eastern and western portions of the project is Rollston Avenue, as indicated on the
drawings. Bidder further agrees that the work will be completed and ready for final payment in accordance
with paragraph 14.13 of the General Conditions on or before March 1, 2000.
1 6. If BIDDER is awarded this work, Performance and Payment Bonds will be provided by the
following surety:• 'n / GZ
1 7%rn l�'C /l�( �r� Sua/
Name of Surety
•1 i� Cz GShX BIZ QeS A 6.1 . s /4 503o3
Address of Surety
1 7. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure
to complete the Work on time.
8. The following documents are attached to and made a condition of this Bid:
A. Required Bid Security in the form of
1 b:Rbc) nd
(cash, certified check, cashiers check, or bid bond)
1
9. Communications concerning this bid shall be addressed to:
1
OO o�dXlo�
n
h
ci -2--7o
I
00310-6
I
' 10.
1
1
1
I
I
I
I
I
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
The terms used in this Bid which are defined in the General Conditions of the Construction Contract
included as part of the Contract Documents have the meanings assigned to them in the General
Conditions. /
SUBMITTED on MtAQ'/ T Si Cc .1999
(State of Incorporation)
(Corporate Seal)
Attest
(Name of Person Authorized to Sign)
(Title)
(Secretary)
Arkansas
General
Contractor's
License Number:
6)d
352
I DC/ -DO
00310-7
I
L
I
I
I
I
I
I
I
Dickson Street Improvement Project
Water and Sewer Modifications
DOCUMENT00510
AGREEMENT
THIS AGREEMENT is dated as of the/7 day of the year 1999by and between
The City of Fayetteville, Arkansas (hereinafter called OWNER) and
UIVIrD FctMA/.✓4, L.L.C.
(hereinafter called CONTRACTOR)
OWNER AND CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally
described as follows:
Placement of approximately 1,530LF of 17 ductile iron or PVC water main, connection of existing branch lines to the
new 17 main using 6' DI or PVC water main, installation of new services to serve existing buildings from new and
existing 17 main, replacement of fire hydrant piping and valves, butterfly valves, gate valves, fittings, and other
appurtenances; with affiliated pavement, sidewalk, and curb repair. Also included will be replacement of
approximately 602 LF of 8' sanitary sewer main, replacement of approximately eight sanitary sewer services, and
construction of one manhole on an existing sewer line; with affiliated pavement, sidewalk, and curb repair.
The Project for which the Work under the Contract Documents may be the whole or only a part is generally described
as follows:
Dickson Street Improvement Project, also known as Dickson Street Enhancement Project
Article 2. ENGINEER.
The Project has been designed by The Benham Group, Inc., who is hereinafter called ENGINEER and who will
assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the Work in accordance with the Contract Documents.
Article 3. CONTRACT TIME.
3.1 The Work will be substantially complete on or before November 19, 1999 for the western portion of the
project
and on or before February 15, 2000 for the eastern portion of the project The dividing line for the eastern
and western portions of the project is Rollston Avenue, as indicated on the drawings. Bidder further agrees that the
work will be completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions on
or before March 1, 2000.
' 00510-1
L
H
I
I
I
I
I
Li
J
J
J
L_1
[1
I
H
I
I
L
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement
and that OWNER will suffer financial loss if the Work is not completed within the time specified in Paragraph 3.1
above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also
recognize the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by
OWNER if the Work is not completed on time. Accordingly, instead of requiring such proof, OWNER and
CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER
Seven Hundred Fifty Dollars ($750.00) for each day that expires after the time specified in Paragraph 3.1 for
Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall
neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof
granted by the OWNER, CONTRACTOR shall pay OWNER Seven Hundred Fifty Dollars ($750.00) for each day that
expires after the time specified in Paragraph 3.1 for completion and readiness for final payment.
Article 4. CONTRACT PRICE.
4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents
in current funds as fol�wws: i(K.
Total of Unit Prices..Xoz4- ' Dollars $_S%% '/f,/. OO
(77tC 7/fr-o
Unit prices are as listed in the attached bid form.
Article 5. PAYMENT PROCEDURES.
Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions.
Applications for Payment will be processed by ENGINEER as provided in the General Conditions.
5.1 Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis
of CONTRACTOR's Applications for Payment as recommended by ENGINEER, within 30 days after receipt of
Contractor's Application for Payment All progress payments will be on the basis of the progress of the Work
measured by the schedule of values provided for in Paragraph 14.1 of the General Conditions.
5.1.1 Prior to completion of work in excess of 50% of the contract price, progress payments will be an
amount equal to:
Ninety percent of the Work completed, and
Ninety percent of materials and equipment not incorporated in the Work but delivered and
suitably stored, less in each case the aggregate of payments previously made.
5.1.2 Upon completion of a minimum of 50% of the contract price in work completed, and upon a
determination by the ENGINEER that satisfactory progress is being made, and upon approval by the Contractor's
surety, progress payments will be in an amount equal to:
Ninety -Five percent of the Work completed, and
Ninety -Five percent of the materials and equipment not incorporated in the Work but delivered
and suitably stored, less in each case the aggregate of payments previously made.
00510-2
ri
11
Dickson Street Improvement Project 7/28199
Water and Sewer Modifications
5.1.3 Provided at any time ENGINEER shall determine that satisfactory progress is not made, progress
payments shall be made in accordance with paragraph 5.1.1 above until said time that ENGINEER shall make a new
determination that progress is again satisfactory.
5.1.4 Upon Substantial Completion, OWNER shall pay an amount sufficient to increase total payments to
CONTRACTOR to One Hundred percent of the Contract Price, less such amounts the ENGINEER shall determine in
accordance with Paragraph 14.7 of the General Conditions.
5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with Paragraph 14.13 of
the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as
provided in said Paragraph 14.13.
1 Article 6. Not used.
H
I
I
I
L. I
H
H
I
I
I
I
Article 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations:
7.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work
locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress or
performance of the Work.
7.2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and
drawings of physical conditions which are identified in the Supplementary Conditions as provided in Paragraph 4.2 of
the General Conditions, and accepts the determination set forth in Document 00200 of the extent of the technical data
contained in such reports and drawings upon which CONTRACTOR is entitled to rely.
7.3 CONTRACTOR has obtained and carefully studied (or assumes, responsibility for obtaining and carefully
studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to
supplement those referred to in Paragraph 7.2 above) which pertain to the subsurface or physical conditions at or
contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the
Contract Time and in accordance with the other terms and conditions of the Contract Documents, including
specifically. the provisions of Paragraph 4.2 of the General Conditions; and no additional examinations, investigations,
explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such
purposes.
7.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract
Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for
the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests,
reports, studies or similar information or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Time and in
accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of
Paragraph 4.3 of the General Conditions.
00510-3
I
I
I
H
r -
I
Dickson Street Improvement Project
Water and Sewer Modifications
r r :k4&
7.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests,
reports and data with the terms and conditions of the Contract Documents.
7.6 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has
discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to
CONTRACTOR.
Article 8. CONTRACT DOCUMENTS.
8.1 The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR are
attached to the Agreement, made a part hereof and consists of the following:
1
Modifications.
I
r,
H
I
C
I
A. This Agreement.
B. Exhibits to this Agreement.
C. Performance, Statutory, and Defect Bonds.
D. Notice of Award.
E. General Conditions.
F. Supplementary Conditions (Document 00812).
G. Certified Minimum Wage Rates (Document 00822).
H. Specifications bearing the title Dickson Street Improvement Project — Water and Sewer Line
consisting of sections as listed on the attached table of contents.
I. Drawings, consisting of a cover sheet and sheets listed on the attached Index with each sheet
bearing the following general title:
Water Line Modification —General Notes (W2)
Water Line Modification (W1 through W8)
Water Line Modification — Details (W9)
Sewer Line Modification — General Notes
Sewer Line Modification (SS1 through SS3)
K. CONTRACTOR's Bid (Attached).
005104
r
Cl
I
I
I
Li
H
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
L. Documentation submitted by CONTRACTOR prior to Notice of Award.
M. The following which may be delivered or issued after the Effective Date of the Agreement and
are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the
Contract Documents pursuant to Paragraphs 3.4 and 3.5 of the General Conditions.
N. The documents listed in Paragraphs 8.2 et seq. above are attached to this Agreement (except
as expressly noted otherwise above).
O. Information Available to Bidders (Document 00200).
8.2 There are no Contract Documents other than those listed above in Paragraph 8.1. The Contract
Documents may only be amended, modified or supplemented as provided in Paragraphs 3.4 and 3.5 of the General
Conditions.
Article 9. MISCELLANEOUS.
' 9.1 Terms used in this Agreement which are defined in Article 1 of the General Conditions shall have the
meanings indicated in the General Conditions.
' 9.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding
on another party hereto without the written consent of the party sought to be bound; and specifically but without
limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except
Ito the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in
any written consent to an assignment no assignment will release or discharge the assignor from any duty or
responsibility under the Contract Documents.
I
I
I
I
I
9.3 OWNER and CONTRACTOR each binds himself, his partners, successors, assigns and legal
representatives to the other party hereto, his partners, successors, assigns and legal representatives in respect to all
covenants, agreements and obligations contained in the Contract Documents.
IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate. One counterpart each has
been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been
signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf.
This Agreement will be effective on the Z day ofac,-4t 1919
00510-5
I
I
Dickson Street Improvement Project 7/28199
Water and Sewer Modifications
OWNER CONTRACTOR
By By -Z,u7 iL
Title YOR, tflry OF FAYErrEy7LLE Title /YtP.mIsts
(CORPORATE SEAL) (CORPORATE SEAL)
Attest Attest
City Clerk
' Title
Address for Giving Notices: Address for Giving Notices:
113 W. Mountain PC.13°X
X 6 i
Fayetteville, AR 72701
1OlvrirawN A2 9a990
"END OF DOCUMENT 00510"
I
I
I
I
I
I
I
' 00510-6
I
I
I
1
1
1
J
n
I
C
C
Dickson Street Improvement Project
Water and Sewer Modifications
DOCUMENT 00610
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
That
as Principal, and
a corporation organized under the laws of the State of
and authorized to transact business in the State of Arkansas, as Surety, are
held and firmly bound unto
(State or Other Entity)
in the penal sum of
7/2899
Dollars
($ ) in lawful money of the United States of America, for
the payment of which, well and truly to be made, we bind ourselves and each of us, our heirs, executors,
administrators, trustees, successors, and assigns, jointly and severally, firmly by these presents.
The condition of this obligation is such that
WHEREAS, said Principal entered into a written Contract with
dated the _ day of 19_ for
(State or Other Entity)
all in compliance with the plans and specifications therefor, made a part of
said Contract and on file in the office of
(Name and Address of Agency)
' NOW, THEREFORE, if said Principal shall, in all particulars, well, truly, and faithfully perform and abide by said
Contract and each and every covenant, condition, and part thereof and shall fulfill all obligations resting upon said
Principal by the terms of said Contract and said specifications; and if said
' Principal shall protect and save harmless said
(State or Other Entity)
P
00610-1
H
C
Dickson Street Improvement Project 7/2899
Water and Sewer Modifications
from any pecuniary loss resulting from the breach of any of the items, covenants and conditions of said contract
resting upon said Principal, then this obligation shall be null and void, otherwise to be and remain in full force and
effect
It is further expressly agreed and understood by the parties hereto that no changes or alterations in said Contract and
no deviations from the plan or mode of procedure herein fixed shall have the effect of releasing the sureties, or any of
them, from the obligations of this Bond.
IN WITNESS WHEREOF, the said Principal has caused these presents to be executed in its name and its corporate
seal to be hereunto affixed by its duly authorized officers, and the said Surety has caused these presents to be
executed in its name and its corporate seal to be hereunto affixed by its attorney -in -fact, duly authorized so to do, the
day and year set forth below.
Dated this _ day of , 19_.
H
H
H
' ATTEST
H
I
H
I
I
J
PRINCIPAL
SURETY
Attorney -in -Fact
00610.2
Li
I
1
1
1
Dickson Street Improvement Project
Water and Sewer Modifications
DOCUMENT 00620
STATUTORY BOND
KNOW ALL MEN BY THESE PRESENTS:
That
as Principal, and
a corporation organized under the laws of the State of
' Surety, are held and firmly bound unto
• (State or Other Entity)
in the penal sum of
Dollars ($ ) in lawful money of the United States of America, for the payment of which, well and truly to be
' made, we bind ourselves and each of us, our heirs, executors, administrators, trustees, successors, and assigns,
jointly and severally, firmly by these presents.
H
H
I
The condition of this obligation is such that:
WHEREAS, said Principal entered into a written Contract with
dated _ day of ,19_, for (State of Other Entity)
tall in compliance with the plans and specifications therefor, made a part of
I
H
I
LI
said contract and on file in the Office of
(Name and Address of Agency)
NOW, THEREFORE, if said Principal shall fail or neglect to pay all indebtedness incurred by said Principal or
subcontractors of said Principal who perform work in the performance of such contract, for labor and materials and
repairs to and parts of equipment used and consumed in the performance of said contract after the same becomes
due and payable, the person, firm, or corporation entitled thereto may sue and recover on this bond, the amount so
due and unpaid.
It is further expressly agreed and understood by the parties hereto that no changes or alterations in said Contract and
00620-1
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
no deviations from the plan or mode of procedure herein fixed shall have the effect of releasing the sureties, or any of
them, from the obligations of this Bond.
IN WITNESS WHEREOF, the said Principal has caused these presents to be executed in its name and its corporate
seal to be hereunto affixed by its duly authorized officers, and the said Surety has caused these presents to be
executed in its name and its corporate seal and to be hereunto affixed by its attorney -in -fact, duly authorized so to do,
the day and year set forth below.
Dated this _ day of ,19
PRINCIPAL
Title
ATTEST
SURETY
Attorney -in -Fact
I
Dickson Street Improvement Project 7128199
Water and Sewer Modifications
DOCUMENT 00640
DEFECT BOND
KNOW ALL MEN BY THESE PRESENTS:
Thaf
as Principal, and
a corporation organized under the laws of the State of
and authorized to transact business in the State of Arkansas, as Surety, are
' held and firmly bound unto in the penal sum of
Dollars ($
' in lawful money of the United States of America, said sum being equal to One Hundred Percent (100%) of the
contract price, for the payment of which, well and truly to be made, we bind ourselves and each of us, our heirs,
executors, administrators, trustees, successors, and assigns, jointly and severally, firmly by these presents.
The condition of this obligation is such that
' WHEREAS, said Principal entered into a written contract with
dated the _ day of , 19_ for (State or other Entity)
all in compliance with the plans and specifications therefor, made a part of
' said contract and on file in the office of
' (Name and Address of Agency)
NOW, THEREFORE, if said Principal shall pay or cause to be paid to
' all damage, loss, and expense which may result (State or Other Entity)
by reason of defective materials and/or workmanship in connection with said
' work, occurring within a period of one (1) year from and after the acceptance
of said project by : then this obligation
00640-1
F
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
' (State or Other Entity)
' shall be null and void, otherwise to be and remain in full force and effect.
It is further expressly agreed and understood by the parties hereto that no changes or alterations in said Contract and
no deviations from the plan or mode of procedure herein fixed shall have the effect of releasing the sureties, or any of
'them, from the obligations of this Bond.
IN WITNESS WHEREOF, the said Principal has caused these presents to be executed in its name and its corporate
' seal to be hereunto affixed by its duly authorized officers, and the said Surety has caused these presents to be
executed in its name and its corporate seal to be hereunto affixed by its attorney -in -fact, duly authorized so to do, the
day and year set forth below.
1 Dated this _ day of ,19_
' PRINCIPAL
Ii
I
ATTEST
I
I
I
I
Ii
r
IT
211
SURETY
Attorney -in -Fact
I
I
1
1
1
1
1
1
1
1
1
1
1
Dickson Street Improvement Project
Water and Sewer Modifications
DOCUMENT 00702
GENERAL CONDITIONS
The Standard General Conditions of the Construction Contract (No. 1910-8, 1983 edition, as prepared by the
EJCDC) are hereby incorporated into this contract by reference. This document is available for review at the
office of the Engineer, or may be ordered from the American Consulting Engineers' Council at the following
address:
ACEC
1015 15th Street, NW
Washington DC 20005
"END OF DOCUMENT 00702"
00702-1
I
' Dickson Street Improvement Project
Water and Sewer Modifications
I
I
I
I
I
I
I
I
I
I
I
I
I
I
7/28/99
SECTION 00812
SUPPLEMENTARY CONDITIONS
These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction
Contract (No. 1910-8, 1983 edition) and other provisions of the Contract Documents as indicated below. All
provisions which are not so amended or supplemented remain in full force and effect.
1. SC -1
The terms used in these Supplementary Conditions, which are defined in the Standard General Conditions of the
Construction Contract (No. 1910-8,1983 edition) have meaning assigned to them in the General Conditions, with the
exception that the meaning of the following terms in both the General Conditions, Supplementary Conditions and
elsewhere in the Contract Documents shall be as follows:
The term Architect - The firm, or corporation named in the Agreement as the Engineer.
The term ArchitectIEngineer - The firm, or corporation named in the Agreement as the Engineer.
Owner's Representative - The person, firm or corporation named in the Agreement as the Engineer.
Proiect Manual - The volume which includes the bidding requirements, sample forms, and certain of the Contract
Documents such as the Agreement Form, Conditions of the Contract, Specifications and Details.
Substantial Completion - As defined in Article 1 of the General Conditions except when specifically modified in the
General Requirements.
2. SC -3.2.2
Add the following Subparagraph 3.2.2:
'3.2.2 Sections of Division 1- General Requirements govern the execution of all sections of the specifications.'
3. SC -4.2.1
Delete Subparagraph 4.2.1 in its entirety and substitute the following language:
'Explorations and Reports In preparation of the Contract Documents, Engineer has not utilized nor relied upon any
reports of explorations and tests of subsurface conditions at the site. Contractor shall have full responsibility with
respect to subsurface conditions at the site.'
4. SC -4.2.7
Existing
Surface Contours and Topography:
Using
professionally qualified
personnel,
Contractor shall verify the
'
existing
surface contours and topography of
the site
of the Work indicated or shown in
the Contract Documents or
J
00812-1
I
I
L'
H.
I
Dickson Street Improvement Project 7128/99
Water and Sewer Modifications
furnished by the Owner. The verification shall be accomplished prior to disturbing the existing surface contours or
topography in any manner. If the verification determines a difference between the actual surface conditions and the
surface conditions indicated or shown, Contractor shall make an immediately Report of Differing Conditions in
accordance with Subparagraph 4.2.3. Unless Contractor strictly complies with these requirements, Contractor shall
have full responsibility with respect to existing surface contours and topography.
' 5. SCSC5.1
J
J
'J
J
J
Li
L. 1
I
I
H
Delete paragraph 5.1 in its entirety and substitute in its place the following language:
"5.1 CONTRACTOR shall furnish bond as security for the faithful performance and payment of all CONTRACTOR'S
obligations and for the remedy of defects under the Contract Documents. These Bonds shall be in the amount and
shall remain in effect for the duration determined in accordance with the following subparagraphs. All Bond shall be in
the form prescribed by Law and included in these Contract Documents. All Bonds shall be executed by such sureties
as are named in the current list of 'Companies Holding Certificates of Authority as Acceptable Sureties on Federal
Bonds and as Acceptable Reinsuring Companiesas published in Circulator 570 (amended) by the Audit Staff
Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified
copy of the authority to act. Letters of credit will not be accepted in lieu of Surety Bonds.
5.1.1 A Performance Bond in an amount at least equal to the Contract Price for the faithful performance of all of
Contractor's obligations under the Contract Documents, and shall remain in effect at least until one year after formal
acceptance of the work by the Owner's governing body.
5.1.2 A Statutory Bond in an amount at least equal to the Contract Price for the payment of all of Contractor's
obligation to persons or parties incurred by such persons or parties in the performance of Contractor's obligations
under the Contract Documents, and shall remain in effect at least until one year after formal acceptance of the Work
by the Owner's governing body. An affidavit of payment will not be accepted in lieu of a Statutory Bond.
5.1.3 A Defect Bond in an amount at least equal to the Contract Price for the damage, loss, and expense which
may result from defective workmanship and materials occurring not less than one year after formal acceptance of the
Work by the Owner's governing body.'
6. SC -5.3
Add the following paragraph 5.3:
'The limits of liability for the insurance required by Paragraph 5.3 of the General Conditions shall provide coverage for
not less than the following amounts, or greater where required by law:
5.3.1 and 5.3.2 Workers' Compensation, etc., under Paragraphs 5.3.1 and 5.3.2 of the General Conditions.
(1) State Statutory
(2) Applicable Federal Statutory
00812-2
C
I
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
(3) Employers' Liability Statutory
' 5.3.3, 5.3.4, 5.3.5, and 5.3.6. Comprehensive General Liability (under Paragraphs 5.3.2 through 5.3.6 of the General
Conditions):
(1) Bodily Injury $1,000,000.00 Each Occurrence
' $2,000,000.00 Annual Aggregate, Products and Completed Operations
(2) Property Damage $1,000,000.00 Each Occurrence
' $2,000,000.00 Annual Aggregate
(3) Property Damage liability insurance will provide Explosion, Collapse, and Underground coverages, where
applicable.
(4) Personal Injury, with employment exclusion deleted $2,000,000.00 Annual Aggregate
' 5.3.6 Comprehensive Automobile Liability:
' (1) Bodily Injury $500,000.00 Each Person
$500,000.00 Each Accident
(2) Property Damage $500,000.00 Each Occurrence
or combined single limit of $1,000,000.00 Each Occurrence
7. SC SC=5.4
The Contractual Liability required by Paragraph 5.4 of the General Conditions shall provide coverage for not less than
the following amounts:
5.4.1 Bodily Injury $1,000,000.00 Each Occurrence
5.4.2 Property Damage $1,000,000.00 Each Occurrence
' $2,000,000.00 Annual Aggregate
' 8. SCSC=5.5
Delete this paragraph in its entirety and substitute the following language:
' '5.5 Contractor shall obtain and furnish an endorsement of the Comprehensive General Liability insurance policy
I
I
Dickson Street Improvement Project 7128199
Water and Sewer Modifications
(required by Subparagraphs 5.3.2 and 5.3.5 of the General Conditions and by these Supplementary Conditions)
which shall protect the Owner and Engineer to the same extent as the Contractor. At the option of the Contractor, a
' separate Owner and Engineer Protective Liability Policy may be provided by the Contractor in lieu of the endorsement
of the Contractor's policy.'
' 9. SC -5.6
Delete Paragraph 5.6 of the General Conditions in its entirety and insert the following in its place:
' '5.6 CONTRACTOR shall purchase and maintain property insurance upon the Work at the site to the full insurance
value thereof (subject to such deductible amounts as may be provided in these Supplementary Conditions or required
by law). This insurance shall include the interests of OWNER, CONTRACTOR, and Subcontractors in the work, shall
' insure against the perils of fire and extended coverage, shall include 'all-risk' insurance for physical loss and damage
including theft, vandalism and malicious mischief, collapse and water damage, and such other perils as may be
provided in these Supplementary Conditions, and shall include damages, losses, and expenses arising out of or
resulting from any insured loss, or incurred in the repair or replacement of any insured property (including fees and
charges of engineers, architects, attorneys and other professionals). If not covered under the all-riskinsurance or
otherwise provided in these Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property
' insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be
included in an Application for Payment. The policies of insurance required to be purchased and maintained by
CONTRACTOR in accordance with Paragraphs 5.6 shall comply with the requirements of GC -5.8.
' 10. SC -5.12
' Delete Paragraph 5.12 of the General Conditions in its entirety.
11. SC -6.8.1
Add 6.8.1.1 immediately following Subparagraph 6.8.1:
'6.8.1.1 Submit the following list of subcontractors. and suppliers to the Owner within seven days after the date for
'receiving bids: a complete list of any and all subcontractors to be employed on the project.'
' 12. SC -6.9
Add the following sentence to Paragraph 6.9:
'Owner or Engineer may furnish to any such Subcontractor, Supplier or other person or organization, to the extent
practicable, evidence of amounts paid to Contractor in accordance with Contractor's Applications for Payment'
13. SC -6.14.3
Immediately following paragraph 6.14.3, insert the following language:
' '6.14.3 Contractor shall comply with the wage determination of the Arkansas Department of Labor for the project'
I
00812-4
I
I
' Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
I
1 14. NOT USED
I
15. SC -6.20.3
Add the following after Subparagraph 6.20.3:
in the event the Contractor encounters on the site material reasonably believed to be asbestos or polychlorinated
biphenyl (PCB) which has not been rendered harmless, the Contractor shall immediately stop Work in the area
affected and report the condition to the Owner and Engineer in writing. The Work in the affected area shall not
' thereafter be resumed except by written agreement of the Owner and Contractor, if in fact the material is asbestos or
polychlorinated biphenyl (PCB) and has not been rendered harmless. The Work in the affected area shall be
resumed in the absence of asbestos or polychlorinated biphenyl (PCB), or when it has been rendered harmless, by
' written agreement of the Owner and Contractor.'
16. SC -9.3
Delete Paragraph 9.3 in its entirety, and substitute the following:
'9.3 A Resident Project Representative will be employed at the site by the Engineer. A copy of 'Duties,
Responsibilities and Limitations of Authority of Resident Project Representative' (EJCDC 1910-1-A) shall be
furnished to the Contractor on request.'
17. NOT USED
18. NOT USED
1 19. SC -16
Delete Article 16 of the General Conditions in its entirety and page 31 (Article 16) is omitted intentionally.
'END OF SECTION 00812'
1
I
1
00812-5
I
F
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
SECTION 00822
CERTIFICATION OF WAGE RATES
The applicable scale of minimum wages is included in these specification. Where wages are prescribed by both the
State and the U.S. Departments of Labor, the higher rate for any given trade will be the governing rate.
' By executing this contract, Contractor agrees that not less than the prevailing hourly rate of wages shall be paid to all
workers performing work under the contract [Ark. Code Mn. sec. 22-9-308(c))
' The General Contractor shall complete the attached 'Statement of Intent to Pay Prevailing Wages' and return it to the
Arkansas Department of Labor within 30 days of the Notice to Proceed.
' The Wage Determination and Statement of Intent to Pay Prevailing Wages are attached.
n
n
n
F
I
F
n
n
n
n
I
00822-1
I
06/28/1999 15:09
'Mike Hutkabeo
—
1
Li
H
H
I
I
H
I
I
I
I
5016824508
David Gilbert, P.E.
The Benham Group, Inc.
1801 Forest Frills Blvd.
Bella Vista, AR 72715
Dear Mr. Gilbert:
STATE OF ARKANSAS
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM • LITTLE ROCK ARKANSAS 72205-2190
(501) 882-4500 • FAX: (601) 682-4535 • TOD: (800) 285-1131
June 28, 1999
Re: Dickson Street Improvement Project
Water & Sewer Modifications
Fayetteville, Arkansas
Washington County
James L. Salkeld
Dugw
In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 98-451
establishing the minimum wage rates to be paid on the above -referenced project. These rates were established
pursuant to the Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-315 and the administrative
regulations promulgated thereunder.
If the work is subject to the Arkansas Prevailing Wage Law, every specification shall include minimum
prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark.
Code Ann.§§22-9.308(b)(2). Also, the public body awarding the contract shall cause to be inserted in the contract
a stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all workers
performing work under the contract. Ark. Code Ann. §22.9-308(c).
Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible
place at the work site. Ark. Code Ann. §22-9-309(a).
If you have any questions, please call me at (501) 682-4536 or fax (501) 682-4508.
Enclosures
1
Sincerely,
44/
Don Cash
Prevailing Wage Investigator
•w
06/28/1999 15:09
5016624501;
I
I
L,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 1 of 1 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION — HEAVY RATE
DATE: June 28, 1999 DETERMINATION #:
PROJECT: Dickson Street Improvement Project COUNTY: Washington
Water & Sewer Modifications EXPIRATION DATE:
Fayetteville, Arkansas SURVEY #: 798-AH05
CLASSIFICATION
Bricklayer/Pointer, Cleaner, Caulker
Carpenter
Concrete Finisher/Cement Mason
Electrician/Alarm Installer
Ironworker
Laborer
Pipelayer
Truck Driver
Power Equipment Operators:
Backhoe, Rubber tired 1 yd. or less
Bulldozer, Finish
Bulldozer, Rough
Crane, Derrick, Dragline,
Shovel & Backhoe, 1-1/2 yds. or less
Crane, Derrick, Dragline,
Shovel & Backhoe, Over 1-1/2 yds.
From End Loader, Finish
Front End Loader, Rough
Mechanic
Motor Patrol, Finish
Motor Patrol, Rough
Roller
Scraper, Finish
Scraper, Rough
BASIC
HOURLY
RATE
7.95
8.45
9.40
12.00
17.25
7.95
8.90
12.25
12.60
13.40
9.00
11.15
11.20
12.65
10.40
14.70
13.05
9.00
12.20
12.55
11.25
12-28-99
FRINGE
BENEFITS
.72
.46
17
Welders —receive rate prescribed for craft performing operation to which welding is incidental.
Certified July 1, 1998
CLASSIFICATIONS THAT ARE NOT LISTED, BUT THAT ARE GOING TO BE WORKING
ON THIS PROJECT, SHOULD BE REQUESTED FROM THE ARKANSAS DEPARTMENT
OF LABOR, PREVAILING WAGE DIVISION. THESE WRITTEN REQUESTS SHOULD BE
MADE AS SOON AS YOU NOTICE THAT A REQUIRED CLASSIFICATION IS MISSING,
NORMALLY THIS WOULD BE DURING THE RID PROCESS.
II
Dickson Street Improvement Project
Water and Sewer Modifications
SECTION 01001
BASIC REQUIREMENTS
PART 1 -GENERAL
1.1 DESCRIPTION
A This section identifies and describes requirements regarding administrative and procedural
subjects and temporary facilities for the project, including:
1. Summary of Work:
a. Contractor Use of Premises
b. Future Work
2. Contract Considerations:
a. Schedule of Values
b. Applications for Payment
3. Coordination and Meetings:
a. Coordination
b. Reid Engineering
c. Cutting and Patching
d. Conferences
e. Progress Meetings
4. Submittals:
a: Submittal Procedures
b. Construction Progress Schedules
c. Proposed Products List
d. Shop Drawings
e. Product Data
f. Samples
g. Manufacturers' Instruction
h. Manufacturers' Certificates
5. Quality Control:
01001-1
Dickson Street Improvement Project
Water and Sewer Modifications
a.
Quality Assurance/Control of Installation
b.
Reference Standards
c.
Feld Samples
d.
Inspection and Testing Laboratory Services
e.
Manufacturers' Field Services and Reports
6. Construction Facilities and Temporary Controls:
a.
Temporary Electricity
b.
Temporary Lighting
c.
Telephone Service
d.
Temporary Water Service
e.
Temporary Sanitary Facilities
f.
Barriers and fencing
g.
Water Control
h.
Security
i.
Access Roads
j.
Parking
k.
Progress Cleaning
I.
Project Identification
m.
Feld Offices and Sheds
n.
Removal of Utilities, Facilities and Controls
7. Material and Equipment
a.
Products
b.
Transportation, Handling, Storage and Protection
c.
Product Options
d.
Substitutions
8. Starting of Systems:
a.
Starling Systems
9. Contract Closeout
a.
Contract Closeout Procedures
b.
Final Cleaning
c.
Adjusting
d.
Project record Documents
e.
Operation and Maintenance Data
01001-2
H
I
I
H
I
Dickson Street Improvement Project
Water and Sewer Modifications
f. Warranties and Bonds
g. Spare Parts and Maintenance Materials
1.2 NOT USED
1.3 NOT USED
1.4 CONTRACTOR USE OF SITE AND PREMISES
A Limit use of site and premises to allow:
1. Owner occupancy and operational requirements.
2. Use of premises by public.
7/28/99
1.5 FUTURE WORK
A Project is designed for rehabilitation of underground utilities prior to completion of various street,
sidewalk, and amenity improvements, collectively known as the "Dickson Street Improvement Project" or
`Dickson Street Enhancement Project"
1.6 NOT USED
1.7 NOT USED
' 1.8 SCHEDULE OF VALUES
' A Submit schedule on EJCDC Form 1910-8-E. Contractor's standard form or electronic media
printoutwill be considered.
B. Submit a preliminary Schedule of Values in duplicate within ten (10) days after effective date of
Owner -Contractor Agreement
' 1.9 APPLICATIONS FOR PAYMENT
IA Submit seven (7) copies of each application on EJCDC Form 1910-8-E.
B. Content and Format Utilize Schedule of Values (finalized version) for listing items in Application
for Payment
C. Payment Period: Submit at intervals stipulated in the Owner -Contractor Agreement
' 1.10 NOT USED
' 01001-3
I
I
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
1.11 COORDINATION
' A Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure
efficient and orderly sequence of installation of interdependent construction elements.
1.12 FIELD ENGINEERING
A Provide field engineering services, establish grades, lines, and levels, by use of recognized
engineering survey practices. Al field engineering must be performed by a surveyor licensed in the state of
Arkansas.
' B. Horizontal and vertical control and reference points are shown on the Drawings.
IC. Establish elevations, lines, and levels and certify that elevations and locations of the work conform
with Contract Documents.
' 1.13 CUTTING AND PATCHING
A Employ skilled and experienced installers to perform cutting and patching new Work; restore work
with new Products.
1.14 CONFERENCES
A Owner or Owner's Representative will schedule a preconstruction conference after execution of
the Owner -Contractor agreement for all affected parties.
B. When required in individual specification Section, convene a preinstallation conference at project
site prior to commencing Work of the Section.
' 1.15 PROGRESS MEETINGS
' A Schedule and administer meetingsthroughout progress of the Work at maximum bi-weekly
intervals.
I
I
I
1J
B. Make physical arrangements for meetings, prepare agenda with copies for participants, preside at
meetings, record minutes and distribute copies within two days to Owner's Representative, participants, and
those affected by decisions made at the meetings.
C. Attendance: Job superintendent major subcontractors and suppliers; Owner's Representative
and Engineer as appropriate to agenda topics for each meeting.
01001-4
I
L
I
L
fl
I
I
I
I
I
I
I
I
I
I
I
I
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
D. Suggested Agenda: Review of Work progress, status of progress schedule and adjustments
thereto, delivery schedules, submittals, maintenance of quality standards, pending changes and substitutions,
and other items affecting progress of the work.
1.16 SUBMITTAL PROCEDURES
A Submittal form shall identify Project, Contractor, Subcontractor or supplier, and pertinent Contract
document references.
B. Apply Contractor's stamp, signed or initialed, certifying that review, verification of Products
required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the
requirements of the Work and Contract Documents. stamp shall be applied to each drawings, product booklet
and sample transmittal form.
C. Identify variations from Contract documents and Product or system limitations which may be
detrimental to successful performance of the completed Work.
D. Revise and resubmit submittals as required; identify all changes made since previous submittal.
1.17 CONSTRUCTION PROGRESS SCHEDULES
A Submit initial progress schedule in duplicate within ten (10) days after effective date of
Owner -Contractor Agreement Schedule shall be a horizontal bar chartwith separate line for each major section
of work or operation, identifying first work day of each week.
B. Participate in review of initial schedule jointly with Owner's Representative. Reviews shall be
limited to verifying that specific activities and dates pertaining to the following have been included:
Milestone dates required by the Contract Documents.
2. Adequate review times for Owner's Representative to review shop drawings, product data
and samples. Review time will be determined by the Owner's Representative on the basis of submittals which
conform to requirements of the Contract Documents.in both form and substance, but will not include time required
for review of substitutions or submittals that are at variance with requirements of the Contract Documents.
3. Dates for contract completion time requirements.
C. If required, make necessary revisions to initial schedule and resubmit within seven (7) days.
D. Submit updated schedules with each Application for Payment identifying changes since previous
version. Indicate estimated percentage of completion for each item of work at each submission. Participate in
joint review when requested by Owner's Representative. Only the following activities and dates will be reviewed:
01001-5
I
H
Dickson Street Improvement Project 7/28199
Water and Sewer Modifications
1. Milestone dates required by the Contract Documents.
2. Submittal requirements for shop drawings, product data and samples.
3. Dates for contract completion time requirements.
If required, make necessary revisions and resubmit within ten (10) days.
E. Neither the requirements to submit construction schedules; the authority of the Owner's
Representative to review the schedules; nor any decision made in good faith by the Owner's Representative to
exercise or not exercise such authority; shall give rise to any duty or responsibility of Owner or Owner's
Representative to the Contractor, Subcontractor, material and equipment suppliers, their agents or employees or
other persons performing any of the Work.
1.18 PROPOSED PRODUCTS LIST
A Within fifteen (15) days after effective date of Owner -Contractor agreement submit complete list of
major Products proposed for use with name of manufacturer trade name, and model number of each Product
1.19 SHOP DRAWINGS
A Submit in the form of one reproducible transparency and two opaque reproductions.
1.20 PRODUCT DATA
IA. Submit the number of copies which the contractor requires, plus two copies which will be retained
by the Owner's Representative.
I. B. Mark each copy to identify applicable products, models, options, and other data. Supplement
manufacturers' standard data to provide information unique to this project
1.21 SAMPLES
A. Submit samples to illustrate functional and aesthetic characteristics of the Product Submit the
number stated in each specification section. If number is not stated, submit 3 samples of each product
I
1.22 MANUFACTURER'S INSTRUCTIONS
A When specified in individual specification Sections, submit manufacturers' printed instructions for
' delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data
' 01001-6
H
H
H
I
I
J
I
J
J
I
I
I
J
I
J
I
J
Dickson Street Improvement Project
Water and Sewer Modifications
1.23 MANUFACTURER'S CERTIFICATES
7/28/99
A When specified in individual specification Sections, submit manufacturers' certificate to Owner's
Representative's for review, in quantities specified for Product Data.
B. Indicate material or Product conforms to or exceeds specified requirements. Submit supporting
reference data, affidavits, and certifications as appropriate.
1.24 NOT USED
1.25 QUALITY ASSURANCE/CONTROL OF INSTALLATION
A Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and
workmanship, to produce Work of specified quality.
B. Comply fully with manufacturers' instructions.
C. Comply with specified standards as a minimum quality for the Work except when more stringent
tolerances, codes, or specified requirements indicate higher standards or more precise workmanship.
1.26 REFERENCE STANDARDS
A. Abbreviations and acronyms are included throughout the contract documents to reference codes
and standards which establish qualities, workmanship and materials, and which establish methods for testing and
reporting on the pertinent characteristics. It is the Contractor's responsibility to verify the detailed requirements of
the specifically referenced codes and standards and to verify that materials and products incorporated into the
work conform to or exceed the specified requirements. Materials and products incorporated into the work which
fail to conform with the specified requirements will be considered nonconforming work.
B. Date of Issue for Reference Standards:
1. Building Code References: Date included in the Code requirements.
2. Non -code References; Date of edition in effect on the date of receiving bids.
C. Should specified reference standard conflict with contract Documents, request clarification from
Owner's Representative before proceeding.
1.27 FIELD SAMPLES
A Construct field samples at the site for review as required by individual specification Sections.
Acceptable samples will represent a quality level for the Work
01001-7
H
I
I
I
I
H
I
I
H
I
H
I
I
I
7
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
1.28 INSPECTION AND TESTING LABORATORY SERVICES
A Contractor shall employ and pay for services of an independent firm to perform inspection and
testing. Contractor shall include the cost of testing in the contract sum. The Testing firm shall be approved by the
City before construction begins.
B. The independent firm will perform inspections, tests, and other services as required.
C. Cooperate with independent firm; furnish samples as requested.
D. Re -testing required because of non-conformance to specified requirements will be charged to the
Contractor. .
1.29 MANUFACTURERS' FIELD SERVICES AND REPORTS
A When specified in individual specification sections, require material or Product suppliers or
manufacturers to provide qualified staff personnel to observe site conditions and to initiate instruction when
necessary.
B. Report observations and site decisions or instructions that are supplemental or contrary to
manufacturers' written instructions.
1.30 TEMPORARY ELECTRICITY
A Provide and pay for power service required for construction operations
A Provide power outlets for construction operations, branch wiring, distribution boxes, and flexible
power cords as required.
1.31 TEMPORARY LIGHTING
A Provide and maintain temporary lighting as needed for construction operations.
1.32 NOT USED
1.33 NOT USED
1.34 TELEPHONE SERVICE
A Provide, maintain and pay for telephone service to field office.
H
' Dickson Street Improvement Project 7128/99
Water and Sewer Modifications
1.35 TEMPORARY WATER SERVICE
t A Provide, maintain and pay for suitable quality water service required for construction operations.
Water may be taken from appropriately metered, existing fire hydrants. Coordinate with Fayetteville City Water
Department Unmetered use of fire hydrants is prohibited.
1.36 TEMPORARY SANITARY FACILITIES
A Provide and maintain required facilities and enclosures. Existing facilities may not be used.
B. Maintain in dean and sanitary condition.
' 1.37 BARRIERS AND FENCING
IA Provide barriers and fencing to prevent unauthorized entry to construction areas and to protect
existing facilities and adjacent properties from damage.
B. Construction: Contractor's option.
C. Provide barricades and covered walkways as required by governing authorities for public
rights -of --way and for public access through construction areas.
D. Provide barriers around trees and plants designated to remain. Protect against vehicular traffic,
stored materials, dumping, chemically injurious materials, and puddling or continuous running water.
D. Provide traffic control required to direct and maintain an ordedy flow of traffic in public roadways
affected by the Contractor's operations. A minimum of one lane of traffic must be maintained and appropriately
marked on Dickson Street at all times. Use of parking lanes for traffic during construction is encouraged.
Coordinate with Fayetteville Street Department Coordinate activities in College Avenue with Fayetteville Street
Department and the Arkansas Highway and Transportation Department
E. Provide qualified and suitably equipped flagmen when construction operation encroaches on
traffic lanes as required for regulation of traffic. Refer to the Manual on Uniform Traffic Control Devices for
standards and requirements.
' 1.38 WATER CONTROL
' A Maintain excavations and site free of standing water. Provide, operate, and maintain pumping
equipment
' 1.39 NOT USED
I
01001-9
I
I
H
H
I
I
I
I
I
I
I
I
I
I
I
I
H
Dickson Street Improvement Project
Water and Sewer Modifications
1.40 NOT USED
1.41 NOT USED
1.42 SECURITY
A Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft
1.43 ACCESS ROADS
rfr6'gl&
A All construction traffic shall use Dickson Street only for access to the site. Use of other streets is
prohibited unless approved in advance by the Engineer and Owner. Contractor is responsible for all repairs
necessitated by Contractor's use of other roadways whether or not such use is approved by Engineer and
Owner.
1.44 PARKING
A Arrange for temporary parking areas to accommodate construction personnel.
1.45 PROGRESS CLEANING
A Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly
condition.
1.46 PROJECT IDENTIFICATION
A. Provide an 8 ft wide x 6 ft high project sign of exterior grade plywood and wood frame
construction, painted, to Owner's design and colors with exhibit lettering by professional sign painters. List tide of
Project names of Owner, Engineer, Contractor and major subcontractors.
B. Erect on site at location established by Owner's Representative. Display of other signs will not be
allowed without permission of the Owner.
1.47 FIELD OFFICES AND SHEDS
A. Office: Weather -tight with lighting, electrical outlets, heating, cooling and ventilating equipment
and equipped with sturdy furniture and drawing display table.
B. Storage Sheds for Tools, materials, and Equipment Weatherfight with heat and ventilation for
products requiring controlled conditions, with adequate space for organized storage and access, and lighting for
inspection of stored materials.
01001-10
Ti
' Dickson Street Improvement Project 7128199
Water and Sewer Modifications
1.48 REMOVAL OF UI1L(11ES, FACILITIES, AND CONTROLS
A. Remove temporary above grade or buried utilities, equipment, facilities, materials, prior to
'Substantial Completion inspection.
B. Remove underground installations to a minimum depth of 2 feet Grade site as indicated.
C. Clean and repair damage caused by installation or use of temporary work.
D. Restore existing facilities used during construction to original condition. Restore permanent
facilities used during construction to specified condition.
1.49 PRODUCTS
IA. Products: Means new material, machinery, components, equipment, fixtures, and systems forming
the Work, but does not include machinery and equipment used for preparation, fabrication, conveying and
erection of the Work. Products may also include existing materials or components specifically identified for reuse.
' B. Do not incorporate into the work any product or assembly containing asbestos.
' C. Use interchangeable components of the same manufacturer for similar components.
D. Do not use materials and equipment removed from existing premises, except as specifically
' identified or allowed by the Contract documents.
1.50 TRANSPORTATION, HANDLING. STORAGE AND PROTECTION
A Transport, handle, store and protect Products in accordance with manufacturer's instructions.
' 1.51 PRODUCT OPTIONS
A Products Specified by Reference Standards or by description Only: Any Product meeting those
standards or description.
B. Products Specified by Naming One Manufacturer. Products of manufacturer named that comply
with specifications, no options or substitutions allowed.
C. Products specified by Naming more than One Manufacturer. Submit a request for substitution for
any manufacturer not named.
1.52 SUBSTlfUT1ONS
01001-11
I
I
Dickson Street Improvement Project 7/28199
Water and Sewer Modifications
A. Owner's Representative will consider requests for Substitutions only within thirty (30) days after
effective date of Owner -Contractor Agreement
B. Document each request with complete data substantiating compliance of proposed substitution
with Contract Document, including:
1. Comparison of the qualities of the proposed substitution with that specified.
' 2. Changes required in other elements of the work because of the substitution.
3. Effect on the construction schedule.
' 4. Cost data comparing the proposed substitution with the Product specified.
' 5. Any required license fees or royalties
6. Availability of maintenance service, and source of replacement materials.
1 C. Submit three copies of requests for substitution for consideration. Limit each request to one
proposed substitution.
ID. Contractor's Representation:
1. A request for substitution constitutes a representation that Contractor.
a. Has investigated the proposed product and determined that it equal to or superior to
' that specified.
b. Will provide the same warranties for bonds for the substitution as for the Product
'specified.
c. Will coordinate the installation of an accepted substitution into the Work, and make
such other changes as my be required to make the Work complete in all respects.
d. Waives claims for additional costs, under his responsibility which may subsequently
'become apparent
E. Owner's Representative will review request for substitutions with reasonable promptness, and
'
notify Contractor, in writing, of the decision to accept or reject the requested substitution.
1.53 STARTING SYSTEMS
' 01001-12
I
H
I
H
I
I
I
Dickson Street Improvement Project 7128199
Water and Sewer Modfications
A Provide seven (7) days notification prior to start-up of each item.
B. Ensure that each piece of equipment or system is ready for operation.
C. Execute start-up under supervision of responsible persons in accordance with manufacturers'
instructions and submit a written report that equipment or system has been properly installed and is functioning
correctly.
1.54 NOT USED
1.55 NOT USED
1.56 CONTRACT CLOSEOUT PROCEDURES
IA Submit written certification that Contract documents have been reviewed, work has been
inspected, and Work is complete in accordance with contract Documents and ready for final inspection by the
Owner's Representatives.
' B. Submit the following closeout documents prior to submitting final Application for Payment
I
Certificate of Inspections:
2. Project Record documents
' 3. Operating and Maintenance Data
' 4. Warranties and Bonds
5. Affidavit that payrolls, bills of material and equipment and other indebtedness have been
' paid.
I
I
I
I
I
6. Releases and waivers of liens.
7. Certificate evidencing that insurance required to remain in force after final payment is
currently in effect and will not be canceled or allowed to expire until prior written notice has been given to the
Owner.
8. Written statement that Contractor knows of no substantial reason that the insurance will not
be renewable to cover the period required by Contract Documents.
9. Consent of surety to final payment
01001-13
I
LJ
Il
I
I
J
J
I
LJ
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
C. Submit final Application for Payment identifying total adjusted Contract sum/price, previous
payments, and amount remaining due.
1.57 FINAL CLEANING
A. Execute final cleaning by skilled workmen prior to final inspection.
B. Clean interior and exterior surfaces exposed to view. Remove grease, mastic, adhesives, dust,
dirt, stains, fingerprints, labels, and other foreign materials from sight -exposed interior and exterior surfaces.
C. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds.
D. Remove waste and surplus materials, rubbish, and construction facilities from the site.
1.58 ADJUSTING
A. Adjust operating Products and equipment to ensure smooth and unhindered operation.
' 1.59 PROJECT RECORD DOCUMENTS
IA. Maintain on site, one set of Contract Documents to be utilized for record documents. Post
addenda items on the affected Drawings and specification pages. Label each document "PROJECT RECORD"
in neat, large printed letters.
' B. Record actual revisions to the work concurrent with construction progress. Do not conceal work
until required information is recorded.
' C. Drawing shall be legibly marked to record the following:
II
I
I
I
II
Il
1. Depths of various elements of utilities relative to USGS datum.
2. Horizontal and vertical locations of underground utilities and appurtenances, referenced to
permanent surface improvements.
3. Feld changes of dimension and detail.
4. Changes made by Feld Order or by Change Order.
5. Details not on original Contract drawings.
D. Specifications: Legibly mark and record at each Product Section a description of actual Products
installed. Include manufacturer's name, catalog number and name of supplier for each product
01001-14
l
I
I
I
I
L
I
I
I
I
Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction.
F. Submit documents to Owners Representative prior to submitting final Application for Payment
1.60 OPERATION AND MAINTENANCE DATA
A. Submit two (2) sets prior to final inspection, bound in 8-1/2 x 11 inch text pages, three D side ring
capacity expansion binders with durable plastic covers.
B. Prepare binder cover with printed He "OPERATION AND MAINTENANCE INSTRUCTIONS",
and title of project
C. Internally subdivide the binder contents with permanent page dividers, logically organized, with tab
titling clearly printed under reinforced laminated plastic tabs.
D. Contents:
1. Directory, listing names, addresses, and telephone numbers of Engineer, Contractor,
Subcontractors, and major equipment suppliers.
2. Operation and maintenance instruction, arranged by system, of products and equipment
included in individual specification Sections.
3. Project documents and certificates.
' 1.61 WARRANTIES AND BONDS
I
I
I
I
A Submit warranties and bonds as specified in the individual specification Sections.
B. Provide duplicate notarized copies.
C. Execute and assemble documents from Subcontractors, suppliers, and manufacturers.
D. Submit prior to final Application for Payment
1.62 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide Products, spare parts, maintenance and extra materials in quantifies specified in individual
specification Sections.
B. Deliver to Owner at Project site and place in location as directed; obtain receipt prior to final
01001-15
I
Dickson Street Improvement Project
Water and Sewer Modifications
payment
PART 2 -PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
"END OF SECTION 01001"
01001-16
H
H
I
I
J
I
Dickson Street Improvement Project
Water and Sewer Modifications
SECTION 02051
SITE DEMOLITION
PART 1 -GENERAL
1.1 DESCRIPTION
6122/99
A This section describes requirements for demolition of specific site improvements as shown on
drawings.
' B. Demolition includes removal and disposal of the following:
1. Portland cement concrete surfacing, including base course, curbs and gutter.
1 2. Asphaltic concrete surfacing; including base course, curbs and gutter.
' 3. Sidewalks.
H
I
I
H
H
H
H
H
1.2 SUBMITTALS
A Proposed schedule of operations, including coordination for shutoff, capping, and continuation of
utility services as required.
B. Video tape(s) of existing adjacent structures and site improvements.
1.3 JOB CONDITIONS
A Traffic:
1. Conduct demolition operations and removal of debris in a manner that will ensure minimum
interference with roads, driveways, walks and other adjacent occupied or used facirties.
2. Do not close or obstruct existing roads, driveways, walks and other adjacent facilities
without written permission from Owner's Representative.
B. Protection of Existing Improvements
1. Confine demolition activities to work areas defined on drawings.
2. Provide protection that will prevent damage to existing improvements and plantings
indicated to remain in place on Owner's and adjoining properties.
02051-1
L
I
H
P.
H
I
H
I
I
H
I
I
Dickson Street Improvement Project 6122199
Water and Sewer Modifications
3. Promptly repair damages caused to adjacent improvements by demolition operations.
4. Preserve land areas outside the limits of work areas in their present condition.
C. Protection of Existing Utility Services:
1. Verify exact location of all existing utility lines shown or not shown on the drawings.
2. Immediately notify the Owner's Representative and applicable utility company of any
damages to existing utilities.
3.
Promptly
repair damaged
utilities in accordance with requirements of Owner's
Representative and
applicable
utility company at no
additional cost to Owner.
4. Coordinate with Owner's Representative and applicable utility company for shutoff of or
connection to active utilities. Do not interrupt existing utility services without approval in writing by Owner's
Representative. Specific obligations regarding connection to or interruption of water service are listed on the
drawings.
D. The use of explosives will not be permitted.
E. Dust Control
1. The amount of dust resulting from demolition shall be controlled to prevent the spread of
dust to occupied portions of the construction site and to avoid creation of a nuisance in the surrounding area.
2. Use of water will not be permitted when it will result in, or create, hazardous or
objectionable conditions such as ice, flooding and pollution.
PART 2 -PRODUCTS
Not Used.
1
1
1
02051-2
I
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
PART 3 - EXECUTION
' 3.1 PAVEMENT DEMOLITION
IA. Pavement demolition includes removal of asphaltic concrete surfacing, curbs, gutters, sidewalks,
and base courses. Some portland cement concrete may be encountered beneath the surface of Dickson Street
If encountered, demolition of this portland cement concrete is also included.
B. Joints between pavement that will remain and pavement that is being removed shall be sawed.
Sawing shall be true -to -line. Depth of sawing shall be such that when removing the pavement underbreakage or
' shattering of adjacent areas will not occur.
3.2 NOT USED
3.3 SALVAGED MATERIALS
A General: Remove carefully to avoid damages. Materials for reuse may not be incorporated into
new work.
' 1. Except for items indicated to be retained as Owner's property, other removed and salvaged
materials not indicated for reuse shall become Contractor's property and removed from site with further
disposition by Contractor.
3.4 DISPOSAL OF DEMOLISHED MATERIALS
' A General: Remove daily from site accumulated debris, rubbish, and other materials resulting from
demolition operations.
' B. Removal: Transport materials removed by demolition operations and legally dispose off site.
3.5 CLEANUP
A Upon completion of demolition and after removal of all debris, leave site in clean condition
' satisfactory to Owner's Representative.
B. Cleanup includes off -site disposal of all items and materials not required to be salvaged, including
all debris and rubbish resulting from demolition operations.
'END OF SECTION 02051"
' 02051-3
I
J
n
I
J
Dickson Street Improvement Project
Water and Sewer Modifications
PART I -GENERAL
1.1 DESCRIPTION
SECTION 02052
UTILITY DEMOLITION
6122/99
IA This section describes requirements for demolition of underground utilities and other underground
structures as shown on drawings.
' B. Demolition includes removal and disposal of the following:
1. Water Lines
'• 2. Sanitary Sewers
3. Associated Appurtenances
1.2 SUBMITTALS
A Proposed schedule of operations, including coordination for shutoff, capping, and continuation of
' utility services as required.
B. Video Tape(s) of existing adjacent structures and site improvement
I 1.3 JOB CONDITIONS
A Traffic
1. Conduct demolition operations and removal of debris in a manner that will ensure minimum
interference with roads, driveways, walks and other adjacent occupied or used facilities.
2. Do not close or obstruct existing roads, driveways, walks and other adjacent occupied or
'
used facilities without written permission from Owner's Representative.
B. Protection of Existing Improvements
1. Confine demolition activities to areas defined on drawings.
2. Provide protection that will prevent damage to existing improvements and plantings
indicated to remain in place on Owner's property and adjoining properties.
3. Promptly repair damages caused to adjacent improvements by demolition operations.
02052-1
I
I
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
4. Preserve land areas outside the limits of demolition in their present condition.
C. Protection of Existing Utilities
1. Verify exact location of all existing utility lines shown or not shown on drawings.
2. Immediately notify the Owners Representative and applicable utility company of any
damages to existing utilities.
3. Promptly repair damaged utilities in accordance with the requirements of Owners
' Representative and applicable utility company at no additional cost to Owner.
4. Coordinate with Owners Representative and applicable utility company for shutoff of or
connection to active utilities. Do not interrupt existing utility services without approval in writing by Owners
Representative. Specific obligations regarding connection to or interruption of water service are listed on the
drawings.
D. Use of explosives will not be permitted.
E. Underground utilities to be demolished shall not be removed from service until new, replacement,
utilities have been installed and tested. This requirement may be waived under the following conditions, subject
to written approval of the Owners Representative:
1. Temporary interruptions required for connection of new utilities to existing lines would be of
short duration and be completed during a time when occupied buildings or facilities are not affected by the
interruption.
' 2. Where temporary service or temporary utility lines have been provided by Owner or
Contractor.
IF. Dust Control
1. The amount of dust resulting from demolition shall be controlled to prevent the spread of
' dust to occupied portions of the construction site and to avoid creation of a nuisance in the surrounding area
Use of water will not be permitted when it will result in, or create, hazardous or objectionable conditions such as
ice, flooding and pollution.
' PART2-PRODUCTS
' Not Used.
02052-2
L
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
PART 3 - EXECUTION
3.1 UNDERGROUND UTILITY DEMOLITION
A. Excavations and backfilling for removal of underground utilities shall be in accordance with the
following:
1. Excavations under areas to receive pavements, driveways, curbs, gutters, steps,
' equipment slabs, building slabs -on -grade, and similar construction shall be backfilled with aggregate subbase
backfill in accordance with applicable portions of Section 02221: TRENCH EXCAVATION AND BACKFILL.
' 2. Excavation under grassed or landscaped areas shall be backfilled with select soil backfill in
accordance with applicable portions of Section 02221: TRENCH EXCAVATION AND BACKFILL.
3.2 UTILITY STRUCTURE DEMOLITION
A. Remove frames, covers, grates, curb hoods and cleanouts from the structure undamaged, if
possible.
B. Demolish and remove structures as follows:
' 1. To full depth, iif located within five feet of new structures, equipment slabs, and similar
construction.
2. To a minimum depth of 36 inches below finished subgrade in areas where new pavements,
driveways, curbs, gutters, steps and similar construction are to be placed, unless greater depth is required for
' installation of new utility lines.
3. To a minimum of 24 inches below finished grade in other areas unless greater depth is
required for installation of new utility lines.
C. Excavations for removal of structures and the remaining portions of the structure shall be
backfilled in accordance with the following:
Ii. Excavations under areas to receive pavements, driveways, curbs, gutters, steps,
equipment slabs, building slabs -on -grade, and similar construction shall be backfilled with aggregate subbase
backfill in accordance with applicable portions of Section 02221: TRENCH EXCAVATION AND BACKFILL.
' 2. Excavations under grassed or landscaped areas shall be backfilled with select soil backfill
in accordance with applicable portions of Section 02221: TRENCH EXCAVATION AND BACKFILL.
' 3.3 NOT USED
I
02052-3
I
I
Dickson Street Improvement Project 6122/99
Water and Sewer Modifications
3.4 SALVAGED MATERIALS
A. General: Remove carefully to avoid damages. Materials for reuse may not be incorporated into
new work.
1. Except for items indicated to be retained as Owner's property, other removed and salvaged
materials not indicated for reuse shall become Contractor's property and removed from site with further
disposition by Contractor.
B. The following items shall remain the property of Owner after removal:
1. Fire hydrants, with shoes and caps.
I'I
I
H
H
I
I
I
I
I
3.5 DISPOSAL OF DEMOLISHED MATERIALS
A General: Remove daily from site accumulated debris, rubbish, and other materials resulting from
demolition operations.
B. Removal: Transport materials removed by demolition operations and dispose off site.
3.6 CLEANUP
A Upon completion of demolition and after removal of all debris, leave site in a clean condition
satisfactory to Owner's Representative.
B. Cleanup includes off -site disposal of all items and materials not required to be salvaged, including
all debris and rubbish resulting from demolition operations.
"END OF SECTION 02052"
02052-4
Li
H
I
I
H
I
I
H
H
H
I
H
H
I
I
I
I
I
Dickson Street Improvement Project
Water and Sewer Modifications
SECTION 02210
SITE GRADING
PART 1 -GENERAL
1.1 DESCRIPTION
This section describes the requirements for the materials, excavation, filling, backfilling, compacting, subgrade
preparation, and other operations that comprise the work required to grade the site to the elevations and
configuration shown on the Drawings.
1.2 SUBMITTALS
A Borrow Material - Submit test reports indicating conformance to specification of off -site soil
proposed to be used as backfill, including as a minimum, sieve analysis, Atterberg Limits and density tests.
B. Submit test result certificates from supplier and/or manufacturer indicating spot subgrade
reinforcement material meets specifications noted.
1.3 STANDARD SPECIFICATIONS
A The following is a list of standard specifications with the accompanying abbreviations used in this
specification:
1. American Association of State Highway and Transportation Officials Standard
Specifications - AASHTO
1.4 QUALITY ASSURANCE
A Compaction shall be in accordance with Section 02250: Compaction Control and Testing.
B. The Owner's Representative shall be the final judge of suitability of all materials.
C. Materials in question, pending test results, shall not be used in the work. The Contractor shall
remove all materials that fail to comply with the requirements of the specifications, whether in stockpiles or in
place.
D. Fills, embankments, backfills or subgrades which do not comply with the specification
requirements shall be removed or recompacted until the requirements are satisfied.
02210-1
I
I
H
H
I
I
J
I
IH
I
I
II
J
I
I
I
I
I
_1
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
1.5 PROTECTION
A. Protection of Existing Improvements
1. Protection shall be provided to prevent damage to existing improvements indicated to
remain in place on the Owner's property and adjoining properties.
2. Damaged improvements shall be restored to their original condition, as acceptable to
parties having jurisdiction.
3. Land areas outside the limits of work performed under this contract shall be preserved in
their present condition. The Contractor shall confine construction activities to areas defined on the Drawings.
B. Protection of Existing Utilities
1. The Contractor shall verify all existing utility locations shown or not shown on the Drawings.
2. The Contractor shall immediately notify the Owner's Representative and applicable utility
company of any damages to existing utilities.
3. Repairs to damaged utilities shall be made in accordance with the requirements of the
Owner's Representative and applicable utility company at no additional cost to the Owner.
4. The Contractor shall coordinate with the Owner's Representative and the applicable utility
company for shutoff of or connection to active utilities. Existing utility services shall not be interrupted except as
authorized in writing by the Owner's Representative. Specific requirements for connection to or interruption of
water service are given on the drawings.
C. Protection of Work Site: Barricades or other type protectors shall be provided to prevent
unauthorized personnel from entering work sites.
1.6 JOB CONDITIONS
A Classification of Excavation
1. No classification has been made to differentiate the various surface and subsurface
conditions the Contractor may encounter during his performance under this contract
2. It is the Contractor's responsibility to verify the site surface and subsurface conditions.
02210-2
H
I
I
H
I
I
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
B. Dewatering
1. Excavation and embankment work shall be performed in such manner that the area of the
site and the area immediately surrounding the site will be continually and effectively drained by gravity or
temporary pumps.
I
embankments.
I
I
I
I
I
I
I
I
I
I
2. Water shall not be permitted to accumulate in excavations or other areas of the site.
3. The excavation shall be drained by methods which prevent the softening of subgrades and
C. Blasting shall not be allowed.
PART 2 -PRODUCTS
2.1 SUITABLE MATERIALS
A Suitable materials for fill and backfill include those that are free of debris, roots, organic or frozen
materials, and stones having a maximum dimension of four (4) inches in the upper six (6) inches of fill or six (6)
inches in the remainder of fill. Topsoil shall be used for construction of berms in fill areas.
B. Unsuitable materials shall include those materials that are determined to be inadequate for
providing a stable slope, fill, subgrade or foundation for structures.
C. Materials which contain excess moisture content will be classified as unsuitable unless they can
be dried by manipulation, aeration or blending with other materials and conform to the requirements for suitable
materials.
D. Expansive clay soils.shall be classified as unsuitable unless treated or mixed in an approved
manner.
E. If there are inadequate supplies of suitable excavated materials on site to allow the grading of the
site as indicated on the Drawings, the Contractor shall obtain suitable materials from another source at no
additional cost to the Owner. Before obtaining materials from off site, the Contractor shall submit a soil analysis of
the materials to the Owner's Representative for approval. In the event that excess or unsuitable material must be
wasted, the Contractor shall dispose of this material at a location off the site without additional cost to the Owner.
02210-3
I
fl
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
2.2 SPOT SUBGRADE REINFORCEMENT MATERIAL
A Spot subgrade reinforcement material shall consist of sound, tough, durable crushed stone base
course material.
B. Material shall meet the requirements of AHTD Standard Specifications for Highway Construction
Section 303, Class 7.
PART 3 - EXECUTION
3.1 EXCAVATION
A Excavation, regardless of material encountered, shall be performed to the lines and grades
indicated on the Drawings, allowing for surfacing, base courses and topsoil.
B. Suitable excavated material shall be transported to and placed in fill areas within the limits of the
work. Unsuitable material encountered within the limits of the work shall be excavated below the grade shown
and replaced with suitable material as directed by the Owner's Representative.
C. Waste Material
1. Excavated material shall not be wasted without the authorization of the Owner's
Representative.
2. Surplus excavated material and unsuitable material shall be disposed of by the Contractor
off site without additional cost to the Owner.
3. Material authorized to be wasted shall be disposed of in such manner as not to obstruct the
flow characteristics of any stream or to impair the efficiency or appearance of any structure.
D. Excavated material shall not be deposited in a manner that may endanger a party finished
structure by direct pressure or by overloading banks contiguous to the operations or that may otherwise be
detrimental to the completed work.
E. Blasting will not be allowed.
3.2 NOT USED
I
T1
02210-4
H
I
Li
I
Dickson Street Improvement Project
Water and Sewer Modifications
3.3 BACKFILL ADJACENT TO STRUCTURES
6/22/99
A Backfill adjacent to structures shall be placed and compacted uniformly in such manner as to
prevent wedging action or eccentric loading upon or against the structures.
I B. Slopes bounding or within areas to be backfilled shall be stepped or serrated to prevent sliding of
the fill.
I
I
I
H
J
I
J
J
I
J
I
J
C. During backfilling operations and in formation of embankments, equipment that will ovedoad the
structure when passing over and compacting these fills shall not be used.
3.4 PREPARATION OF GROUND SURFACE FOR FILL
A Areas upon which fills are to be placed shall be cleared and grubbed before the fill is started.
B. Sloped ground surfaces steeper than one (1) vertical to four (4) horizontal on which fill is to be
placed shall be plowed, stepped or benched, or broken up in such a manner that the fill material will bond with the
existing surface.
C. When surfaces on which fills are to be placed do not comply with the specified density
requirements, the ground surface shall be broken up, pulverized, and compacted to the specified density.
D. When surfaces on which fills are to be placed do not comply with the specified moisture content
requirements, the ground shall be wetted, aerated or dried to the specified moisture content
E. When the subgrade is part fill and part excavation, the excavated portion shall be scarified to a
depth of 12 inches and compacted as specified for the adjacent fill.
3.5 FILL
A Fills and embankments shall be constructed at the locations and to the lines and grades indicated
on the Drawings, allowing for surfacing, base courses and topsoil.
B. The material shall be placed in successive horizontal layers of 8 inches to 12 inches in loose
depth for the full width of the cross section, and compacted.
3.6 COMPACTION
A Compaction densities and moisture contents are specified in Section 02250: Compaction Control
and Testing.
B. Compaction shall be accomplished by sheep's -foot rollers, pneumatic -tired rollers, steel -wheeled
02210-5
I
Dickson Street Improvement Project 6122/99
Water and Sewer Modifications
rollers, power -driven hand tampers or other approved equipment well suited to the soil being compacted.
Material shall be aerated or moistened to maintain the required moisture content
3.7 PAVEMENT SUBGRADE PREPARATION
A. Subgrade Preparation
1. After the subgrade has been shaped to line, grade and cross section it shall be rolled with a
power roller until compacted to the density specified in Section 02250: Compaction Control and Testing. This
operation shall include any reshaping, aeration, wetting or drying required to obtain the specified moisture
content
' 2. All soft or otherwise unsuitable material shall be removed and replaced with suitable
material or with spot subgrade reinforcement material as specified in Paragraph 2.2: Spot Subgrade
Reinforcement
3. All boulders or ledge stone encountered in the excavation shall be removed or broken off to
' a depth of not less than six (6) inches below the subgrade. The resulting area and all other low sections, holes or
depressions shall be brought to the required grade with suitable material or, with spot subgrade reinforcement
material as specified in Paragraph 2.2: Spot Subgrade Reinforcement
' 4. Subgrade compaction shall be extended to include the shoulders.
B. Spot Subgrade Reinforcement
1. Unsuitable subgrade materials shall be removed, the bottom of the resulting excavation
shaped uniformly and compacted firmly to the density specified for subgrade, and required provisions for
adequate drainage made.
' 2. The subgrade reinforcement material shall be placed in the prepared excavation, in layers
of not more than 5 inches, which shall be spread and rammed until level with the surrounding subgrade surface.
3. Voids shall be filled with finer selected material. The area shall then be rolled or tamped to
the specified density. The filling and rolling or tamping shall be continued until the entire mass is thoroughly
' compacted to not less than the density of the adjacent areas.
4. The surface shall be finished to conform accurately to the grade and cross section shown
on the drawings.
J
J
02210-6
I
Dickson Street Improvement Project
Water and Sewer Modfications
3.8 FINISH GRADING
A Excavated and filled sections, and adjacent transition areas, shall be uniformly smooth graded.
The finished surface shall be reasonably smooth, compacted, and free from irregular surface changes.
B. The surface of embankments or excavated areas for road construction or other areas to be paved
shall not vary more than 0.05 foot from the established grade and cross section.
C. Other finished surfaces shall not vary more than 0.15 foot from the established grade and cross
section and shall be free of depressed areas where water would pond.
"END OF SECTION 02210°
02210-7
C
C
I
I
I
I
I
I
I
I
Dickson Street Improvement Project
Water and Sewer Modifications
SECTION 02221
TRENCH EXCAVATION AND BACKFILL
PART 1 -GENERAL
.1 DESCRIPTION
6/22199
This section describes the requirements and procedures for excavation and backfill related to underground
conduits and piping.
.2 SUBMITTALS
A. Borrow Material - Submit test reports of analysis of off site soil proposed to be used as backfill,
including as a minimum, sieve analysis, Atterberg Limits and density tests.
B. Bedding Material, Fine and Coarse Aggregate - Submit certificates from supplier and/or manufacturer
indicating fine and coarse aggregate bedding material meets specifications noted.
C. Aggregate Subbase Backfill - Submit certificates from supplier and/or manufacturer indicating
aggregate subbase backfill meets specifications noted.
.3 STANDARD SPECIFICATIONS
A. The following is a list of standard specifications with the accompanying abbreviations used in this
specification:
I
1.
AASHTO.
American Association of State Highway and Transportation Officials Standard Specifications -
' 2. American Society for Testing Materials Standard Specifications - ASTM.
.4 QUALITY ASSURANCE
IA. Compaction shall be in accordance with Section 02250: Compaction Control and Testing.
H
C
C
C
B. The Owner's Representative shall be the final judge of suitability of all materials.
C. Materials in question, pending test results, shall not be used in the work. The Contractor shall remove
all materials that fail to comply with requirements of the specifications, whether in stockpiles or in place.
D. Pipe bedding or trench backfill which does not comply with specification requirements shall be
removed or recompacted until the requirements are satisfied.
02221-1
Li
L
Li
I
I
I
H
I
Dickson Street Improvement Project
Water and Sewer Modifications
.5 PROTECTION
A. Protection of Existing Improvements:
6/22199
1. Protection shall be provided to prevent damage to existing improvements indicated to remain in
place on the Owner's property and adjoining properties.
2. Damaged improvements shall be restored to their original condition, as acceptable to parties
having jurisdiction.
3. Land areas outside the limits of work shall be preserved in their present condition. The
Contractor shall confine construction activities to areas defined for work on the Drawings.
B. Protection of Existing Utilities:
Ii. The Contractor shall verify all existing utility locations either shown or not shown on the
Drawings.
H
I
I
I
I
L
J
I
C
I
2. The Contractor shall immediately notify the Owner's Representative and applicable utility
company of any damages to existing utilities.
3. Repairs to damaged utilities shall be made in accordance with the requirements of the Owner's
Representative and applicable utility company at no additional cost to the Owner.
4. The Contractor shall coordinate with the Owner's Representative and the applicable utility
company for shutoff of or connection to active utilities. Existing utility services shall not be interrupted except as
authorized in writing by the Owner's Representative. Specific requirements for connection to or interruption of water
service are outlined on the drawings.
C. Protection of Work Site: Barricades or other type protectors shall be provided to prevent unauthorized
personnel from entering work sites.
.6 JOB CONDITIONS
A. Classification of Excavation:
1. No classification has been made to differentiate the various surface and subsurface conditions
the Contractor may encounter during his performance under this contract.
2. It is the Contractor's responsibility to verify the site surface and subsurface conditions.
02221-2
H
I
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
B. Dewatering:
1. Trenching and backfilling shall be performed in such manner that the trench and the area
immediately surrounding the trench will be continually and effectively drained by gravity or temporary pumps.
2. Water shall not be permitted to accumulate in trenches.
3. Trenches shall be drained by methods which prevent the softening of the pipe bedding.
' C. Shoring:
I1. The Contractor is solely responsible for compliance with all state, Federal, and local trench
safety requirements. In no case shall the Owner or Engineer incur liability for the Contractor's failure to abide by
trench safety regulations or any other regulations. Engineer's inspection of the work is for compliance with the
t specifications only, and does not constitute a safety inspection. Contractor is specifically directed to comply with
OSHA trench safety requirements.
' 2. Shoring, including sheet piling, shall be furnished and installed as necessary to protect
workers, banks, adjacent paving, structures, and utilities.
' 3. Shoring, bracing, and sheeting shall be removed as trenches are backfilled, in a manner to
prevent caving. At no time shall shoring, bracing, or sheeting be removed from a trench in which workers are or will
be present.
' D. Blasting will not be permitted.
' PART 2 -PRODUCTS
.1 BEDDING, HAUNCHING, AND INITIAL BACKFILL MATERIAL
A. Bedding, haunching, and initial backfill material shall consist of crushed stone conforming to the
' requirements of ASTM D448, #67.
.2 BACKFILL MATERIAL
A. Select Soil Backfill
1. Select soil backfill shall be soil or soil aggregate free of debris, roots, organic material, and
frozen materials.
B. Aggregate Subbase Backfill:
1. Aggregate subbase backfill shall conform to the quality and grading requirements of AHTD
Standard Specifications for Highway Construction, Section 303, Class 7.
' 02221-3
I
I
I
I
I
H
I
I
I
H
I
H
I
Dickson Street Improvement Project
Water and Sewer Modifications
PART 3 - EXECUTION
.1 TRENCH EXCAVATION
6/22/99
A. Trench excavation, regardless of material encountered, shall be performed to the depths, lines, and
grades indicated or as otherwise specified.
B. During excavation, excavated material shall be piled in an orderly manner a sufficient distance from
the banks of the trench to avoid overloading and to prevent slides or cave-ins.
C. Excavated materials not required or suitable for backfill shall be removed and wasted as specified in
Section 02210: Site Grading.
D. Unless indicated otherwise, excavation shall be made by open cut, with a minimum amount of trench
opened at one time as practical.
E. Trench walls shall be vertical from the bottom of the trench to at least one foot above the top of the
pipe. The remainder of the trench shall be excavated such that the walls are at a slope flat enough to prevent
collapse of the trench. Shoring shall be installed if necessary to protect workers, banks, adjacent paving, structures,
and utilities in accordance with applicable portions of Paragraph 1.6C: Shoring.
Trench Width:
2. Required trench widths are specified on the drawings. Where sheeting or shoring are
required, add 12 inches to the required trench width.
3. Where only a small amount of sheeting and shoring is required, the maximum trench widths
shall be the same as where no sheeting and shoring are required.
G. Excavation for manholes, valves, and other appurtenances shall be sufficient to allow a minimum 12
inch clearance around the appurtenance.
H. Wet or otherwise unstable materials encountered in the bottom of the trench shall be overexcavated
to allow for construction of a stable pipe bedding. The overexcavation shall be backfilled with coarse aggregate
bedding or aggregate subbase backfill.
Blasting shall not be allowed.
.2 DEPTH OF BURY
A. Unless indicated otherwise on the Drawings, trenches shall be excavated to a depth that will provide
not less than the following cover over the top of the pipe or conduit from finished grade:
1. Water Lines -3 feet
2. Sanitary Sewers - 3 feet
02221-4
I
I
I
I
J
Dickson Street Improvement Project 6/22199
Water and Sewer Modifications
B. In addition to the above requirements, trenches shall be excavated to a depth that will avoid
interference with other utilities.
.3 PIPE BEDDING AND TRENCH BACKFILL
A. First -Class Installation
1. First-class installation procedures shall be used for pipes and conduit. Bedding installation for
plastic pipe shall be in accordance with applicable portions of ASTM D-2774.
2. Circular Pipes
' a. Bedding: Coarse aggregate bedding shall be placed on the bottom of the trench prior
to the installation of the pipe. The bedding shall have a minimum thickness six (6) inches. Hand or mechanical
tamping shall be used to compact the bedding. The surface of the bedding shall be brought to a uniform grade during
' compaction. Bell holes shall be excavated prior to pipe installation to allow for unobstructed assembly of the joint and
to assure that the pipe is fully bedded for its entire length.
I
I
J
I
b. Haunching: After the pipe has been installed, coarse aggregate bedding shall be
placed to extend up the sides of the pipe to the horizontal centerline. Each lift shall not exceed six (6) inches and
shall be compacted by hand. Mechanical tamping may be used except when installing plastic pipe or when use of
mechanical tampers is not recommended by the pipe manufacturer. Sufficient material shall be worked under the
haunch of the pipe to provide adequate support. Precautions to prevent movement of the pipe during placing of the
material under the pipe haunch shall be taken.
3. Initial Backfill
a. Coarse aggregate backfill shall be placed from the top of the bedding to six inches
above the top of the pipe or conduit.
b. Each lift shall not exceed six (6) inches and shall be compacted by hand. Mechanical
tamping
may be used except when installing plastic pipe or when use of mechanical tampers is not recommended by
the pipe manufacturer.
C. Initial backfill shall be placed simultaneously on both sides of the pipe to prevent
displacement.
3. Final Backfill
a. Trenches shall not be backfilled until required pressure tests are performed in
accordance with Section 02701: LEAKAGE TESTS.
b. Trenches shall be backfilled with aggregate subbase backfill and brought to the
subgrade elevation required for surface or base course construction.
02221-5
I
I
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
c. Backfill shall be placed in successive horizontal layers of 8 inches to 12 inches in loose
depth for the full width of the trench and compacted.
d. Rolling equipment shall not be used until a minimum of two feet of backfill material has
been placed over the top of the pipe. If a hydro hammer is used to compact the backfill, a minimum of three feet of
cover is required.
B. Backfill Around Structures and Appurtenances
1. Backfill around manholes, inlets and similar structures consist of aggregate subbase backfill,
installed and compacted as specified in paragraph 3.3A3. Backfill shall be placed concurrently around all sides of the
structure to prevent shifting of the structure.
2. Backfill around fire hydrants, valves, cleanouts, and similar appurtenances shall conform to
trench backfill requirements, except as modified on the Drawings.
' .4 COMPACTION
IA. Backfill compaction densities and moisture contents are specified in Section 02250: COMPACTION
CONTROL AND TESTING.
"END OF SECTION 02221"
J
C1
I
L
J
LI
II
u
02221.6
I
Dickson Street Improvement Project
Water and Sewer Modifications
SECTION 02250
COMPACTION CONTROL AND TESTING
6/22/99
PART 1 - GENERAL
1.1 DESCRIPTION
This section covers the requirements and procedures for compaction control and testing of soils and base
courses.
1.2 SUBMITTALS
A Laboratory Tests - Submit for information to the Owner's Representative the results of the tests
indicating type of soil materials, characteristics, and other information specified.
B. Feld Tests - Submit results of field moistureldensity tests for review and approval.
1.3 DEFINITIONS
A Cohesionless Materials
1. Cohesionless materials shall be clean, free draining, variously graded gravels and sands
with little or no fines. The portion passing the No. 200 sieve shall be limited to 12% and shall have a plasticity
index of 0.
2. Cohesionless materials shall be classified according to ASTM D 2487 as GW, GP, SW or
SP.
B. Cohesive Materials
1. Cohesive materials shall be classified according to ASTM D 2487 as GM, GC, SM, SC, CL
and CH.
2. Materials classified according to ASTM D 2487 as ML, OL, MH, OH and PT shall be
unsatisfactory.
02250-1
I
1
1
1
1
1
1
1
1
1
1
1
1
1
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
1.4 QUALITY ASSURANCE
A. Test Specifications
1. Laboratory Tests
a. Moisture - density relations of soils (Proctor) - AASHTO T 99, Method C or D
b. Liquid limit of soils - AASHTO T 89
c. Plastic limit and plasticity index of soils - AASHTO T 90
d. Particle size analysis of soils (gradation test) - AASHTO T 88
2. Field Tests
a. Density of soil in -place by the rubber -balloon method - AASHTO T 205
b. Determination of moisture in soils by means of a calcium carbide gas pressure
moisture tester - AASHTO T 217
c. Density of soil and soil aggregate in -place by nuclear methods - AASHTO T 238,
Method B (direct transmission)
B. Laboratory Tests Required
1. The following tests shall be performed for each principal type of material or combination of
materials encountered or utilized.
a. Compaction test
b. Liquid limit test
c. Plastic limit test (and determination of plasticity index)
d. Gradation test
2. The tests listed above shall be performed on additional samples as directed by the Owner's
Representative.
3. Results of these tests shall be the basis of control for compaction.
02250-2
I
Dickson Street Improvement Project 6122/99
Water and Sewer Modifications
C. Field Tests Required
1. Structure Excavation, Filling and Backfilling
a. One (1) in -place density test and one (1) in -place moisture test per 600 square
yards per lift, but no more than 10 tests per lift
' b. One (1) in -place density test and one (1) in -place moisture test per 600 square
yards per lift in subareas enclosed by interior grade beams or interior stem walls prior to placement of fill, but not
less than one (1) per lift
c. In -place density and moisture tests within the structure (a) may be utilized as the
in -place density and moisture tests indicated in (b) if they happen to coincide within the subarea.
' 2. Trench Excavation and Backfilling
I
I
J
I
I
I
J
'J
J
a. One (1) in -place density test and one (1) in -place moisture test per 100 linear feet of
trench per lift under structures and paved areas
b. One (1) in -place density test and one (1) in -place moisture test per 300 linear feet of
trench per lift under grassed or nontraffic areas
3. Site Grading:
a. Excavation, filling and raw subgrade and base course preparation under paved
areas: One (1) in -place density test and one (1) in -place moisture test per 2,000 square yards per lift
b. Excavation, filling and raw subgrade preparation under grassed or nontraffic areas:
One (1) in -place density test and one (1) in -place moisture test per 3,000 square yards per lift
c. Additional in -place moisture-densitytests and relative density tests shall be performed as
directed by the Owners Representative.
D. Samples for laboratory and field tests shall be taken at locations designated by the Owners
Representative.
02250-3
I
I
L
L
L
L
I
Dickson Street Improvement Project
Water and Sewer Modifications
PART 2 -PRODUCTS
Not applicable
PART 3 - EXECUTION
3.1 COMPACTION
IMaterial
I
I
L
L
L
L
I.
I
H
H
A Each lift shall be compacted to not less than the percentage of maximum density specified below.
Fill embankment, backfill, and
trench backfill
Under slabs -on -grade and other structures:
Under pavement, driveways, curbs,
gutters, steps, and similar use
areas (including adjacent shoulder
areas):
Under sidewalks and grassed or land-
scaped areas:
B. Moisture Content
Percentage Maximum Density Required
98
100
95
90
1. Each lift of fill, embankment, backfill and trench backfill under pavement, driveways, curbs,
gutters, steps, sidewalks, grassed or landscaped areas, and similar use areas (including adjacent shoulder
areas) shall be compacted at a moisture content one (1) percent below to four (4) percent above optimum
moisture.
2. Each lift of fill, embankment backfill and trench backfill under equipment slabs, building
slabs -on -grade, and other structures shall be compacted at a moisture content one (1) to four (4) percent above
optimum moisture.
3. Subgrades shall be compacted at a moisture content one (1) to four (4) percent above
optimum moisture.
02250-4
I
I
1
1
1
1
Dickson Street Improvement Project 6/22199
Water and Sewer Modifications
3.2 COMPACTION DEFICIENCIES
A •The Owners Representative shall be the final judge of suitability of all compaction.
B. Apparent negligence or carelessness during any portion of the earthwork operations will require
that additional tests be performed on that portion of the work.
C. Fills, embankments, backfills, trench backfills, subgrades or base courses that do not meet the
specification requirements shall be removed or recompacted until the requirements are satisfied.
"END OF SECTION 02250"
02250-5
H
H
I
I
I
Dickson Street Improvement Project
Water and Sewer Modifications
PART1 -GENERAL
1.1 DESCRIPTION
I
plazas.
I
iI
SECTION 02501
PORTLAND CEMENT CONCRETE SIDEWALK
A. This section covers the requirements for portiand cement concrete sidewalks, ramps, and exterior
1.2 SUBMITTALS .
A Design Mix - Submit certification from concrete supplier that the concrete mix design conforms to
the requirements of the specifications.
' B. Field Quality Control - The contractor shall submit the results of test reports indicating that the
concrete strength is as specified. Two samples shall be taken during each day's pour and tested for
compressive strength at 7 and 28 days.
' C. Curing Agents - Submit certification from manufacturer of curing materials indicating conformance
to requirements of specifications.
' D. Submit certification from manufacturer that the expansion joint filler and joint sealant materials are
in conformance to the specifications. Color of sealant shall be indicated.
1.3 WEATHER LIMITATIONS
A Construct sidewalk when atmospheric temperature is above 40 degrees F., when the undedying
base is dry and not frozen, and when weather is not rainy.
' PART2-PRODUCTS
' 2.1 PORTLAND CEMENT CONCRETE
A Portland cement concrete shall be in accordance with applicable portions of Section 03301:
CAST -IN -PLACE CONCRETE. Concrete shall have a 28 -day compressive strength of 3000 psi.
H
I
02501-1
r
I
L
Dickson Street Improvement Project
Water and Sewer Modifications
2.2 CURING AGENTS
' A Burlap cloth shall conform to AASHTO M182, Class 2 or better.
I
B. Sheet materials shall conform to AASHTO M171.
C. Liquid membrane -forming compounds shall conform to AASHTO M148, Type 2, Class B.
' 2.3 PREFORMED EXPANSION JOINT FILLER
I
I
I
I
I
I
I
I
I
I
I
I
A Preformed expansion joint filler shall conform to AASHTO M153 or M213.
2.4 POLYMER JOINT SEALER
A Joint sealer shall be either a two-part polysulfide or two-part urethane cold -applied compound.
1. Joint sealer for flat concrete shall be a self -leveling type conforming to Federal Specification
TT -S -00227E, Type 1.
2. Joint sealer for steeply sloped concrete shall be a nonsag-type conforming to Federal
Specification TT -S -00227E, Type II.
B. Color of joint sealer shall closely match the color of the concrete adjacent to the joint
C. Bond breaker shall be a pressure -sensitive aluminum foil tape or a pressure -sensitive
polyethylene tape conforming to Military Specification MIL -T -22085A, Type II.
2.5 FORMS
A Forms shall be of metal or wood. They shall be suitable in cross section, depth, and strength to
resist springing during depositing and consolidating the concrete.
B. Forms shall not vary from a straight line more than 1/8 -inch in any ten -foot -long section in either a
horizontal or vertical direction.
C. Flexible or curved forms shall be used for radius forming.
D. Wood forms shall be at least two (2) inches thick and shall also be free from warp, twist, loose
knots, splits, or other defects.
E. Metal keyways shall be shaped from metal of a minimum 18 -gauge thickness and shall be free
02501-2
Li
I
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
from kinks.
2.6 REINFORCEMENT
A Reinforcement steel shall be used where indicated on the Drawings.
B. Deformed bar steel reinforcement shall conform to applicable requirements designated AASFITO
M31, grade 40.
1
PART 3 -EXECUTION
3.1 PREPARATION OF GRADE
IA The subgrade shall be constructed, graded, and compacted with applicable portions of SECTION
02210: SITE GRADING.
' 3.2 SETTING FORMS
A. Forms shall be firmly in contact with the grade for their whole length.
B. Forms shall be staked in place with not less than 3 pins for each 10 -foot section.
C. Forms shall not deviate from true line by more than 114 inch at any point
D. The alignment and grade elevations of the forms shall be checked and corrections made by the
Contractor immediately before placing the concrete.
' 3.3 PLACING REINFORCEMENT
A. Reinforcement shall be free from dirt oil, rust scale, or other substances that prevent the bonding
of the concrete to the reinforcement
B. Reinforcement shall be accurately and securely fastened in place with suitable supports and ties.
' C. Reinforcement shall be placed in the middle of the slab.
D. Steel shall not extend through expansion joints but shall be stopped clear of joint by not less than
' two (2) inches and not more than four (4) inches. The same clearances shall apply for clearance between the
slab edge and longitudinal reinforcement
E. Laps, where necessary, shall be not less than 30 bar diameters.
02501-3
LJ
I
I
I
I
I
I
I
I
I
Dickson Street Improvement Project
Water and Sewer Modifications
3.4 MIXING CONCRETE
6/22199
A Ready -mixed concrete shall be mixed and delivered in accordance with the requirements of
AASHTO M157.
3.5 PLACING CONCRETE
A. Concrete shall be deposited on the grade without segregation of the materials.
B. Placing shall be continuous between transverse joints withoutthe use of intermediate bulkheads.
C. Concrete shall be thoroughly consolidated against and along the faces of all forms and along the
full length and on both sides of all joint assemblies by means of vibrators inserted in the concrete.
3.6 STRIKE OFF
A Following the placing of the concrete, it shall be struck off to conform to the cross section shown
on the Drawings.
3.7 JOINTS
A Joints shall be constructed of the type and dimensions, and at the locations required by the
' Drawings. Expansion, contraction, and construction joints shall be protected from the intrusion of injurious foreign
material until sealed.
B. Dummy grooves and contraction joints shall be cut to depth indicated on the drawings.
C. Expansion joint filler shall be continuous from form to form and shaped to the subgrade.
D. A construction joint shall be installed whenever the placing of concrete is suspended for more than
30 minutes and at the end of each days work. Transverse construction joints shall be placed only at dummy
groove or expansion joint locations.
3.8 FINAL STRIKE OFF
A The sequence of operations shall be the stike off and consolidation, floating and removal of
laitance, straightedging, and final surface finish. In general, the addition of superficial water to the surface of the
concrete to assist in finishing operations will not be pemtitted.
' B. After the concrete has been struck off and consolidated, it shall be further smoothed, trued, and
consolidated by means of either a hand -operated longitudinal float longer than the sidewalk width and 6 inches in
' 025014
I
' Dickson Street Improvement Project 6122199
Water and Sewer Modifications
width, properly stiffened, or a mechanical float
IC. After the floating has been completed and the excess water removed, but while the concrete is still
plastic, depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and
refinished. High areas shall be cut down and refinished.
The surface shall be textured with a fiber -bristle broom moistened with clear water. The corrugations
produced shall be uniform in appearance and approximately 1/32 -inch in depth. The corrugations shall be
tperpendicular to the length of the sidewalk.
D. The edges of the sidewalk along each side and expansion joint shall be finished with an edger
' having a radius of 1/8 -inch and a horizontal surface face of four (4) inches.
E. Unhardened concrete shall be protected from rain and flowing water.
3.9 SURFACE TEST
A The finished surface shall be tested with a 10 -foot straightedge.
B. Where the departure exceeds 3/16 -inch in 10 feet, the sidewalk shall be removed between joints
and replaced by and at the expense of the Contractor.
3.10 CURING
A Immediately after the finishing operations have been completed and as soon as marring of the
concrete will not occur, the entire surface of the newly placed concrete shall be covered and cured for at least
'seven (7) days.
B. Equipment and materials needed for adequate curing and protection of the concrete shall be on
hand before concrete placement begins.
C. Protection shall be provided as necessary to prevent cracking of the pavement due to temperature
'
changes during the curing period.
ID. If the selected method of curing does not afford the proper curing and protection against concrete
cracking, the damaged pavement shall be removed and replaced and another method of curing shall be
employed as directed by the Owner's Representative.
I
L
02501-5
I
' Dickson Street Improvement Project
Water and Sewer Modifications
I
E. Curing Methods
1
curing period.
Burlap Mat
a. A minimum of two layers of buriap cloth shall be kept saturated with water for the
b. Mats shall overlap each other at least six (6) inches.
2. Impervious Sheeting
Ia. The entire exposed concrete surface shall be wet with a fine spray of water and then
covered with the sheeting material. Sheeting shall be securely anchored.
I
I
I
I
H
H
H
I
H
I
b. Sheets shall overlap each other at least twelve (12) inches.
3. Liquid Membrane Curing
a. Curing compound shall be applied in two coats at right angles to each other at a rate
of one gallon per 200 square feet for both coats.
b. The concrete shall not be allowed to dry before the application of the membrane.
c. Joints to be sealed shall be cured by inserting moistened paper or fiber rope or
covering with waterproof paper prior to application of the curing compound in a manner to prevent the curing
compound from entering the joint
d. Any area covered with curing compound and damaged during the curing period
shall be resprayed immediately.
3.11 REMOVING FORMS
A Forms shall not be removed from freshly placed concrete until it has set for at least 12 hours.
B. Forms shall be removed carefully so as to avoid damage to the sidewalk.
C. Sides of the slab shall be cured as outlined in Paragraph 3.10: Curing.
D. Major honeycombed areas will be considered as defective work and shall be removed and
replaced at the Contractor's expense.
02501-6
C
I
1
1
1
1
1
1
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
3.12 SEALING JOINTS
A. General
1. Joints shall be sealed as soon after completion of the curing period as feasible.
2. Just prior to sealing, each joint shall be thoroughly cleaned of all foreign material.
3. The concrete at the joint shall be surface -dry and the ambient temperature shall be above
50 degrees F., at the time of application.
4. Thejointsealershall not spill over the joint onto adjacent surfaces.
5. Prime joint when recommended by sealant manufacturer.
6. Mix and apply sealant as recommended by sealant manufacturer.
B. Expansion Joints
1. Place bond breaker tape over filler.
2. Fill joint with sealer to within 118 -inch of surface.
"END OF SECTION 02501"
02501-7
Dickson Street Improvement Project 6/22/99
' Water and Sewer Modifications
SECTION 02513
ASPHALTIC CONCRETE PAVING
PART 1 -GENERAL
1.1 DESCRIPTION
IA. This section covers the requirements for asphalt prime coat, tack coat, and asphalt
concrete paving.
1.2 SUBMITTALS
A. Submit list of equipment proposed for use.
' B. Submit current, AHTD approved mix designs for each asphalt concrete type called for on
the drawings.
I1.3 STANDARD SPECIFICATIONS
IA. Asphaltic concrete paving equipment, mixing, construction, and protection shall conform to
the requirements of the enumerated sections of the STANDARD SPECIFICATIONS FOR HIGHWAY
CONSTRUCTION, ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT, dated 1996
(abbreviated in this specification as SSHC).
B. References to the "Engineer" and "Department" in the SSHC shall be changed to refer to
' the "Owner's Representative."
C. References to the "Materials Division" and "Engineer of Materials" in the SSHC shall be
' changed to refer to "Testing Lab" and "Testing Engineer."
D. Delete subsections titled "Method of Measurement" and "Basis of Payment"
PART 2 -PRODUCTS
2.1 PRIME COAT
' A. Asphalt for prime coat shall be emulsified asphalt SS -1 conforming to AASHTO M 140,
diluted one part water to one part emulsified asphalt
' B. Sand for blotting shall be fine graded clean sand reasonably free from silt, loam or other
' 02513-1
Li
I
1
1
1
1
1
1
1
1
1
1
1
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
foreign materials.
2.2 TACK COAT
A. Asphalt for tack coat shall be emulsified asphalt SS -1 conforming to AASHTO M 140,
diluted one part water to one part emulsified asphalt
2.3 ASPHALT CONCRETE BINDER COURSE
A. Asphalt concrete binder course shall comply with the requirements of SHCC Sections
406.01 and 406.02.
2.4 ASPHALT CONCRETE HOT MIX SURFACE COURSE
A. Asphalt hot mix surface course shall comply with the requirements of SHCC Sections
407.01 and 407.02 for the types shown on the drawings.
PART 3 -EXECUTION
3.1 EQUIPMENT
A. Distributors shall conform to SSHC Subsection 403.05 and 403.06.
B. Compactors shall conform to SSHC Subsection 403.08 and 409.05.
C. Mixing Plants
1. All plants shall conform to SSHC Subsection 409.03 except as follows:
a. Delete Paragraph (h).
D. Bituminous pavers shall conform to SSHC Subsection 409.04.
3.2 PREPARING MIXTURE
A. Delivering and stockpiling of aggregates shall conform to SSHC Subsections 106.06 and
106.07.
B. Mixing of materials shall conform to SSHC Subsection 410.03.
3.3 PRIME COAT
A. Weather limitations shall be in accordance with SSHC Subsection 410.12. In addition,
02513-2
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
prime coat shall not be placed during rain or on a wet surface.
B. Preparation of surface shall conform to SSHC Subsections 410.03, 410.04, and 410.05.
C. Application of bituminous material shall conform to SSHC Subsection 401.03.
D. Emulsified asphalt SS -1 shall be sprayed at 50-140 degrees F.
E. Application of blotter material shall conform to SSHC Subsection 410.04.
3.4 PLACING ASPHALT MIXTURE
A. Weather limitations shall be in accordance with SSHC Subsection 410.12. In addition,
asphalt concrete shall not be placed during rain or on a wet surface.
B. Spreading and finishing shall conform to SSHC Subsection 410.07.
C. Compaction shall conform to SSHC Subsection 410.08 except as follows:
1. Delete paragraph 7 ("The maximum theoretical density will be recalculated.. °).
2. Compaction shall continue until the required densities have been obtained.
E. Surface tolerances shall conform to SSHC Subsection 410.09(b)(2).
F. Width and thickness shall conform to the drawings.
G. Traffic shall not be permitted on the asphalt concrete pavement until it has received its final
rolling.
3.5 TACK COAT
A. Tack coat application shall conform to SSHC Subsection 401.03.
B. Emulsified asphalt SS -1 shall be applied by spraying at a temperature of 50-140 degrees
Fahrenheit
'END OF SECTION 02513"
02513-3
Dickson Street Improvement Project 6/22/99
' Water and Sewer Modifications .
SECTION 02516
' PAVEMENT MARKINGS
IPART 1 -GENERAL
1.1 DESCRIPTION
This section covers the requirements for white and yellow traffic stripe paint the placing of white and
yellow traffic paint by the drop -on method.
1.2 QUALITY ASSURANCE
The traffic paint shall conform on a weight basis to the composition of the standard formula as closely
as accepted good paint practice will permit No variation from standard formula will be permitted except for
replacement of volatiles lost in processing or those approved by the Owner's Representative.
1.3 STANDARD SPECIFICATIONS
A. Traffic paint materials, application, and protection shall conform to the requirements of the
enumerated sections of the STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION,
ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT, dated 1996 (abbreviated in this
specification as SSHC).
PART 2 - PRODUCTS
2.1 PAINT
A. Traffic Stripe Paint shall conform to the requirements of SHCC Subsections 718.01 and
718.02.
B. Containers: Paint furnished under these specifications shall be put up in strong, tight,
metal containers of 5 gallon (18.931) capacity. Each package shall be marked with the manufacturer's
name, the type of paint contained therein, his formula number, and the date of manufacture.
2.2 EQUIPMENT
A. The paint machine shall be capable of applying an even clean-cut line without excessive
drifting of paint The cut-off mechanism on the paint machine shall be capable of making a clean-cut
end -section without dripping or stinging fine lines of paint
B. The bead dispenser shall be equipped with an automatic cut-off control synchronized with
Li
02516-1
II
I
Dickson Street Improvement Project
Water and Sewer Modifications
the cut-off of the striping material.
PART 3 - EXECUTION
' 3.1 CONSTRUCTION IN GENERAL
I
J
J
I
J
J
A. Construction shall comply with the requirements of SHCC Subsection 718.03.
6/22/99
B. The Contractor shall clean all dirt, glaze and grease, road film, curing compound and all
other foreign materials from the pavement area to be striped.
C. The material shall be applied to the pavement at a wet film thickness of approximately
0.015 inch (0.38 mm).
D. The completed line shall be a uniform cross section. The paint traffic stripe shall not be
applied when there is moisture on the pavement that would cause a poor bond between the paint and the
pavement
E. Application shall not be permitted when atmospheric temperature is below 40 degrees F
(4.4 degrees C) and falling.
Size and location of traffic stripes shall be as shown on the drawings.
3.2 SURFACES
' A. Inspect paving before starting painting work to make sure that it conforms to details on
drawings and to other requirements specified under Section 02513.
J
!I
J
J
']
J
I
3.3 SEQUENCE OF WORK
A. Painting work shall not begin until paving work, curb and gutters are completed and
surfaces are clean and dry.
"END OF. SECTION 02516"
02516-2
rl
Dickson Street Improvement Project 6122199
Water and Sewer Modifications
SECTION 02528
CONCRETE CURBS
PART 1 -GENERAL
1.1 DESCRIPTION
A This section covers the requirements for integral curb, header curb, and combined curb and
gutter.
I. 1.2 SUBMITTALS
A Submit mix design and field test results.
1.3 WEATHER LIMITATIONS
' A Construct curbs when atmospheric temperature is above 40 degrees F., when the underlying
base is dry and not frozen, and when weather is not rainy.
PART 2 - PRODUCTS
2.1 PORTLAND CEMENT CONCRETE
A Portland cement concrete shall be in accordance with Section 03301: CAST -IN -PLACE
CONCRETE (MINOR CONSTRUCTION). Concrete shall have a 28 -day compressive strength of 3500 psi.
' 2.2 CURING AGENTS
IA Burlap cloth shall conform to AASHTO M182, Class 2 or better.
B. Sheet materials shall conform to AASHTO M171.
' C. Liquid membrane-fomung compounds shall conform to AASHTO M148, Type 2, Class B.
I
I
' 02528-1
1
C
C
I
I
I
I
I
H
H
I
I
J
J
H
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
2.3 PREFORMED EXPANSION JOINT FILLER
A Preformed expansion joint filler shall conform to AASHTO M153 or M213.
2.4 POLYMER JOINT SEALER
A Joint sealer shall be either a two-part polysulfide or two-part urethane nonsag-type cold -applied
compound conforming to Federal Specification TT -S -00227E, Type II.
B. Color of Joint Sealer
For joints in gray concrete, sealer shall be gray or black.
2. For joints in surface -colored concrete, sealer shall closely match the color of the concrete.
C. Bond Breaker
Bond -breaker cord shall be a neoprene -grade closed cellular cord.
2. Bond -breaker tape shall be a pressure -sensitive aluminum foil tape or a pressure -sensitive
polyethylene tape conforming to Military Specification MIL -T -22085A, Type II.
2.5 FORMS
A Forms shall be of metal or wood. Forms shall be suitable in cross-section, depth, and strength to
resist springing during depositing and consolidating the concrete.
B. Forms shall not vary from a straight line more than 1/8 -inch in any ten -foot -long section in either a
horizontal or vertical direction.
C. Flexible or curved forms shall be used for radius forming.
D. Wood forms shall be at least two (2) inches thick. Wood forms shall also be free from warp, twist,
loose knots, splits, or other defects.
' kinks.
I
Ii]
E. Metal keyway shall be shaped from metal of a minimum 18 -gage thickness and shall be free from
02528-2
I
I
I
J
J
I
J
J
I
J
I
Dickson Street Improvement Project
Water and Sewer Modifications
2.6 REINFORCEMENT
A. Reinforcement steel shall be used where called for on the Drawings.
B. Deformed billet -steel bars for reinforcement and be bars shall conform to AASHTO M31.
2.7 LOAD -TRANSFER DOWELS
A Dowel Bars
Smooth dowel bars shall conform to AASHTO M183.
6/22/99
2. Dowel bars shall have a shop or field coat of zinc chromate for the full length of the bar.
Ends shall have a field coat of MC -70 lubricant for a minimum of one-half the length of the bar.
B. Support Assemblies
1. Support assemblies or baskets shall have sufficient rigidity and be so held in -place during
concrete placement that dowels will be in a true position in the finished pavement
2. The height of the support assembly (measured to the center of the dowel bar) shall be
one-half the thickness of the pavement or gutter.
PART 3 - EXECUTION
3.1 PREPARATION OF GRADE
A. After grading and compacting, the grade shall be trimmed to correct elevation, extending the work
at least one foot beyond each edge of the proposed surfacing.
3.2 SETTING FORMS
A Forms shall be firmly in contact with the grade for their whole length.
B. Forms shall be staked in -place with not less than 3 pins for each 1 0 -foot section.
' C. Forms shall not deviate from true -line by more than 114 -inch at any point
J
J
D. The alignment and grade elevations of the forms shall be checked and corrections made by the
Contractor immediately before placing the concrete.
02528-3
I
L
I
I
I
I
I
H
I
I
H
I
I
I
H
I
J
I
Dickson Street Improvement Project
Water and Sewer Modifications
3.3 PLACING REINFORCEMENT
6122/99
A Reinforcement shall be free from dirt, oil, rust, scale, or other substances that prevent the bonding
of the concrete to the reinforcement
B. Reinforcement shall be accurately and securely fastened in -place with suitable supports and des.
C. Steel shall not extend through contraction or expansion joints but shall be stopped clear of joint by
not less than two (2) inches and not more than four (4) inches.
3.4 MIXING CONCRETE
A Ready -mixed concrete shall be mixed and delivered in accordance with the requirements of
AASHTO M157.
3.5 PLACING CONCRETE
A Concrete shall be deposited on -the -grade without segregation of the materials.
B. Placing shall be continuous between transverse joints without the use of intermediate bulkheads.
C. Concrete shall be thoroughly consolidated against and along the faces of all forms and along the
full-length and on both sides of all joint assemblies, by means of vibrators inserted in the concrete.
3.6 JOINTS
A Joints shall be constructed of the type and dimensions and at the locations required by the
Drawings. Joints shall be protected from the intrusion of injurious foreign material until sealed.
B. Saw cuts shall be by means of a saw with a water-cooled diamond -edge saw blade or an abrasive
wheel. Joints shall be sawed as soon as the concrete has hardened sufficiently to permit sawing without excess
raveling (4th 16 hours after placing).
C. Transverse Joints
1. Transverse joints shall make a right angle with the centerline of the pavement and surface
of the subgrade unless shown otherwise on the Drawings.
2. Transverse joints in integral curb shall be the same type and in -line with joints in the
adjacent pavement unless shown otherwise on the Drawings.
02528-4
I
Dickson Street Improvement Project
Water and Sewer Modifications
' 3. Transverse Contraction Joints
L
I
I
I
I
I
I
I
I
H
J
I
I
J
I
a. Transverse contraction joints in integral curb shall be saw cuts made by continuing
the pavement saw cut completely through the curb.
b. Transverse contraction joints in combined curb and gutter shall be either formed or
sawed. Formed joints shall be constructed by means of a 114 -inch -thick by 1 -1/2 -inch -wide steel separator
conforming to the face of the curb and gutter. Sawed joints shall be made by sawing 1 -1/2 -inch -deep into gutter
and completely through the curb.
c. Transverse contraction joints in header curb shall be formed by means of a
1/4 -inch -thick by 1 -1/2 -inch -wide steel separator conforming to the face of the curb.
d. The sawing of any joint shall be omitted if a crack occurs at or near the joint location
before the time of sawing. Sawing shall be discontinued if a crack develops ahead of the saw.
e. Separators shall be removed as soon as practical after concrete has set sufficiently
to preserve the width and shape of the joint Separators shall be removed prior to finishing.
4. Transverse Construction Joints
a. Transverse construction joints shall be placed whenever the placing of concrete is
suspended for more than 30 minutes.
b. Construction joints in integral curb shall be only located at contraction joint locations
or in the middle -third of the normal joint interval.
c. Construction joints in combined curb and gutter and header curb shall be only
located at contraction joint locations.
d. Construction joints at contraction joint locations shall be a butt joint with dowels.
D. Expansion Joints
1. Transverse expansion joints shall be located where the curb abuts or surrounds buildings,
posts, inlet aprons, manhole aprons, and similar structures or as shown on the Drawings.
2. Expansion joints shall consist of a vertical -expansion joint filler placed in a butt -type joint
with or without dowel bars as shown on the Drawings.
3. The expansion joint filler shall be continuous and shaped to the subgrade.
02528-5
I
I
H
Li
I
I
II
II
C. After the floating has been completed and the excess water removed, but while the concrete is still
' plastic, depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and
refinished. High areas shall be cut down and refinished.
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
4. An installing bar or other device shall be used if necessary to ensure proper grade and
alignment of the filler during placing and finishing of the concrete.
E. Finished joints shall not deviate in horizontal alignment more than 1/4 -inch from a straight line.
3.7 FINAL FINISHING
A Integral curb shall be struck off, consolidated, and floated by the same equipment used to strike off
and consolidate the concrete paving.
B. Surfaces of combined curb and gutter and header curb shall be floated and finished with a
smooth -wood float until true -to -grade and section and uniform in texture.
' D. Before final finishing is completed and before the concrete has taken its initial set, the edges of
pavement along each slab and formed joint shall be carefully finished with an edger of the radius shown on the
Drawings.
E. Final Finishing
1. When curb face forms are used, immediately after removing these forms, the face of the
curb shall be rubbed with a wood or concrete rubbing block and watered until blemishes, form marks, and tool
marks have been removed.
2. As soon as the curb concrete has set sufficiently to retain its shape without support, the final
surface finish shall be obtained by uniformly brushing the surface with a fine -hair brush. The gutter, side and top
of combined curb and gutter, and the side and top of integral curb and head curb shall be brushed with
longitudinal strokes.
3.8 SURFACE TEST
IA. The finished surface shall be tested with a 10 -foot straightedge.
B. Where the departure exceeds 114 -inch in 10 feet, the curb or curb and gutter shall be removed
between joints and replaced by and at the expense of the Contractor.
H
02528-6
11
C
C
H
H
I
I
H
I
Dickson Street Improvement Project
Water and Sewer Modifications
3.9 CURING
6122/99
A. Immediately after the finishing operations have been completed and as soon as marring of the
concrete will not occur, the entire surface of the newly placed concrete shall be covered and cured for at least
seven (7) days.
B. Unhardened concrete shall be protected from rain and flowing water.
C. Equipment and materials needed for adequate curing and protection of the concrete shall be
on -hand before concrete placement begins.
D. Protection shall be provided as necessary to prevent cracking of the pavement due to temperature
changes during the curing period.
E. If the selected method of curing does not afford the proper curing and protection against concrete
cracking, the damaged concrete shall be removed and replaced and another method of curing shall be employed
as directed by the Owner's Representative.
F. Curing Methods
' curing period.
I
I
1. Burlap Mat
a. A minimum of two layers of burlap cloth shall be kept saturated with water for the
b. Mats shall overlap each other at least six (6) inches.
2. Impervious Sheeting
a. The entire exposed concrete surface shall be wet with a fine spray of water and then
covered with the sheeting material. Sheeting shall be securely anchored.
b. Sheets shall overlap each other at least twelve (12) inches.
3. Liquid Membrane Curing
' a. Curing compound shall be applied in two coats at right angles to each other at a rate
of one -gallon per 200 square feet for both coats.
b. The concrete shall not be allowed to dry before the application of the membrane.
02528-7
I
I
H
H
11
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
c. Joints to be sealed shall be cured by inserting moistened paper or fiber rope or
covering with waterproof paper prior to application of the curing compound in a manner to prevent the curing
compound from entering the joint
d. Any area covered with curing compound and damaged during the curing period
shall be resprayed immediately.
3.10 REMOVING FORMS
A. Forms, except curb -free forms, shall not be removed from freshly placed concrete until it has set
for at least 12 hours.
B. Forms shall be removed carefully so as to avoid damage to the concrete.
IC. Sides of the slab shall be cured as outlined in Paragraph 3.9.
I
H
H
I
I
I
I
I
I
I
D. Major honeycombed areas will be considered as defective work and shall be removed and
replaced at the Contractor's expense.
3.11 SEALING JOINTS
A. General
1. Joints shall be sealed as soon after completion of the curing period as feasible.
2. Just prior to sealing, each joint shall be thoroughly cleaned of all foreign material.
3. The concrete at the joint shall be surface -dry and the ambient temperature shall be above
50 degrees F. at the time of application.
4. The joint sealer shall not spill over the joint onto adjacent surfaces.
5. Prime joint when recommended by sealant manufacturer.
6. Mix and apply sealant as recommended by sealant manufacturer.
B. Contraction Joints
1. Place bond -breaker cord in joint such that the top of the cord is 3/4 -inch to 1 -inch below the
pavement surface.
2. Fill joint with sealer to within 1/8 -inch of the surface.
02528-8
I
I
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
1
C. Construction Joint
' 1. Place bond -breaker tape on bottom of joint
' 2. Fill joint with sealer to within 1/8 -inch of surface.
D. Expansion Joints
1. Place bond -breaker tape over filler.
2. Fill joint with sealer to within 118 -inch of surface.
3.12 EXTRUDED METHOD
' A The extruded method may be used to construct combined curb and gutter.
B. Construction without the use of fixed forms shall conform to the applicable provisions of Paragraph
3.1 through 3.11.
C. The extrusion machine shall be operated on a string or wire line, and rails or forms shall be set at
uniform depth below the predetermined finished top of curb grade.
D. Concrete shall be uniformly fed to the machine and shall be of such consistency that after
extrusion the concrete will maintain the shape of the section without support The finished curb or curb and gutter
shall present a well -compacted mass with a surface free from voids and honeycomb and reasonably true to
established shape, line and grade. Any additional surface finishing required shall be performed immediately after
extrusion.
E. Joints shall be constructed at the same locations as required when form construction is being
used. Transverse contraction joints shall be made by sawing 1 -112 -inch -deep into the gutter and completely
through the curb.
"END OF SECTION 02528"
1
I
I
' 02528-9
Ti
I
I
I
J
H
I
H.
I
H
I
H
H
I
I
H
I
Dickson Street Improvement Project
Water and Sewer Modifications
SECTION 02601
MANHOLES AND CLEANOUTS
PART 1 - GENERAL
1.1 DESCRIPTION
A This section covers the requirements for manholes and cleanouts.
1.2 SUBMITTALS
Submit manufacturers specifications, dimensions and other data for the following:
A Cleanout body and plug
6/22199
B. Aggregate - submit certification from supplier indicating concrete and mortar aggregates conform
to the specifications noted.
C. Portland Cement and Lime - submit certification from manufacturer that the Portland Cement and
Lime materials conform to the specification requirements.
D. Ready Mix Concrete - submit certification from supplier that the concrete ready -mix facility meets
specification requirements.
PART2-PRODUCTS
2.1 MANHOLES
A Manholes shall be poured -in -place concrete.
2.2 PORTLAND CEMENT CONCRETE
A Cast -in -place concrete shall conform to applicable requirements of Section03301: CAST IN
PLACE CONCRETE (MINOR CONSTRUCTION). Concrete for manholes and cleanouts shall have a 28 -day
compressive strength of 3500 psi.
02601-1
I
1
1
1
1
1
1
1
1
I
1
1
1
1
1
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
2.3 PORTLAND CEMENT MORTAR
A. Portland cement mortar shall consist of cement, fine aggregate and water.
B. Portland Cement - See Paragraph 2.2: Portland Cement Concrete.
C. Water - See Paragraph 2.2: Portland Cement Concrete.
D. Fine Aggregate - See Paragraph 2.2: Portland Cement Concrete.
E. Proportioning of Mixes:
1. The proportions of Portland cement,, fine aggregate and water shall produce a plastic
mortar.
2. One sack of cement weighing 94 pounds shall be considered one cubic foot
3. Class "C" mortar: 2 parts by volume of fine aggregate per 1 part cement
4. Class "D" mortar. 2.5 parts by volume of fine aggregate per 1 part cement
F. Lime:
1. Lime shall have been thoroughly air slaked before mixing with the mortar. Up to ten
percent of the cement content may be added to the mix to increase the workability.
2. Lime shall conform to ASTM C 141.
2.4 NOT USED
2.5 NOT USED
2.6 CASTINGS
A. Gray iron castings shall conform to ASTM A 48. Castings shall be equal to or better than Class
No. 30.
B. Castings shall be free from pouring faults, sponginess, cracks, blowholes, and other defects, shall
be filleted at angles, and the anises shall be sharp and true. All castings shall be free from warp and shall be true
to the shape and dimension required. All covers fitting into frames shall fit properly, and seat uniformly and
solidly.
02601-2
I
I]
I
I
I
I
I
L
I
E
H
H
H
I
H
H
H
Dickson Street Improvement Project
Water and Sewer Modifications
2.7 CLEANOUT
6/22/99
A. Cleanout shall be coated cast iron standard ferrule cleanout body with a bronze plain countersunk
threaded plug. The cover shall be a heavy duty cast iron tractor cover @oose set) for flush installation.
B. Pipe for cleanout riser shall be cast iron soil pipe as specified in Section 02722: SANITARY
SEWERAGE SYSTEMS.
C. Size:
1. Same size as main line up to four (4) inch diameter pipe size.
2. Six (6) inch minimum for larger than four (4) inch diameter pipe size.
D. The cleanoutferrule shall be attached to the riser with a suitable coupling or gasket ring.
PART 3 - EXECUTION
3.1 MANHOLE BASES AND INVERTS
A. The concrete installed in manhole bases shall be as specified in paragraph 2.2: Portland Cement
Concrete.
B. Invert Channels:
1. The invert channels shall be smooth and semicircular in shape conforming to the inside of
the adjacent sewer section.
2. Changes in direction of flow shall be made with a smooth curve of as large a radius as the
size of the manhole will permit
3. Changes in the size and grade of the channels shall be made gradually and evenly.
4. The invert channels shall be formed directly in the concrete of the manhole base, or shall
be half tile laid in concrete, or shall be constructed by laying a full section of sewer pipe through the manhole and
removing the top half after the surrounding concrete has hardened.
C. The floor of the manhole outside the channels shall be smooth and shall slope toward the
channels not less than one (1) inch per foot nor more than two (2) inches per foot
02601-3
I
C
L
I
I
H
I
I
I
I
I
I
I
I
H
H
Dickson Street Improvement Project
Water and Sewer Modifications
3.2 POURED -IN -PLACE MANHOLES
6122/99
A Poured -in -place manholes shall have nonreinforced concrete walls. Concrete shall be in
accordance with applicable portions of paragraph 2.2: Portland Cement Concrete.
B. Forms shall be accurately made of steel sheets and shapes of ample strength to form dense
watertight walls to true dimensions.
C. Concrete shall be deposited in evenly distributed layers of about 18 inches, with each layer
vibrated to bond itto the preceding layer.
D. Mortar for finishing and sealing shall be Class "C". Any honeycombing less than 2 inches deep
shall be repaired using Class "D" mortar.
3.3 NOT USED
3.4 SETTING MANHOLE FRAME
A Frame shall be accurately and carefully placed to the exact grade required and shall be flush with
the surrounding surfaces unless shown otherwise.
B. Frame shall have a full bearing and shall be level.
3.5 CLEANOUT
A Cleanouts shall be installed at finish grade where indicated on the Drawings.
B. Cleanout ferrules shall be caulked into hub and closed with bronze screw plug.
C. An 18" square by 6" thick concrete pad shall be poured around the cleanout except in areas that
have a concrete surface. These cleanouts shall be placed to the exact grade required and positioned to receive
the concrete surfacing.
"END OF SECTION 02601"
02601-4
I
I
I
I
I
I
H
I
I
I
I
I
I
I
I
IH
Dickson Street Improvement Project
Water and Sewer Modifications
SECTION 02644
FIRE HYDRANTS
PART 1 -GENERAL
1.1 DESCRIPTION
This section covers requirements for fire hydrants for use in public water supply systems.
1.2 SUBMITTALS
A. Submit fire hydrant manufacturer's signed certification stating the following:
1. The fire hydrant and material used in its construction conform to the applicable
requirements of the latest revision of AWWA C 502.
2. The tests required by the latest revision of AWWA C 502 have been made and all test
requirements have been met
B. Submit fire hydrant maintenance and operation data for the fire hydrants supplied.
C. Submit shop drawings of hydrants indicating the required nozzle sizes and threadings, operating
nut size and shape, direction of opening, and paint color and type.
PART 2 -PRODUCTS
2.1. GENERAL
A. Fire hydrants shall be the "dry -barrel" type conforming to the latest revision of AWWA C 502.
B. Fire hydrants shall be ULIFM approved.
C. Acceptable products: Mueller Centurion A423, Waterous 5'/: WB67-90, or approved equal.
2.2 COORDINATION WITH CITY
A. The Contractor shall coordinate with the City before purchasing fire hydrants to determine the
following:
1. Hose nozzle threading
2. Pumper nozzle size and threading
026111
I
H
II
I
Dickson Street Improvement Project
Water and Sewer Modifications
2.3 HYDRANT DESIGN
A Main valves shall have an opening of 5-''/ inch nominal diameter.
r ..
' B. Three-way fire hydrants shall have two 2-% inch hose nozzles spaced 180 degrees apart and one
pumper nozzle spaced 90 degrees to the hose nozzles.
C. Bury length shall be 42 inches. Extensions shall be Mueller A320 or approved equal.
ID. Fire hydrants shall have two-piece barrels with breakaway ground -line flange. The flange shall
contain at least eight bolts to permit proper orientation of nozzles.
H
I
I
I
J
I
H
I
I
H
I
E. Main valve and drain valve shall be faced with rubber or balata.
Inlet connection shall be 6 inch mechanical joint conforming to AWWA C110.
G. Nozzles shall be complete with caps, cap gaskets, and chains.
H. Operating nut shall be 144" pentagon, National Standard.
Hydrant main valve shall open counterclockwise.
J. Hydrants shall be of such design that when the barrel is broken off the hydrant will remain closed.
Safety stem coupling shall fail upon vehicular impact without damage to the stem or main valve.
PART 3 - EXECUTION
3.1 INSTALLATION
A Hydrants shall be set plumb with the pumper outlet facing the roadway.
B. The distance from the centerline of the pumper nozzle to the finished grade shall be a minimum of
18 inches and a maximum of 24 inches.
C. Hydrant shall be blocked with a plug -type concrete bearing thrust block or shall be harnessed to
the 6 inch hydrant branch tee.
D. A sufficient quantity of granular material shall be backfilled around the hydrant to allow free
drainage of the barrel.
J
I
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
' E. Fire hydrants shall be installed in accordance with the requirements of the applicable sections of
the latest revision of AWWA C600.
F. When installation is complete, fire hydrants shall be painted above ground level with 3M Company
reflective paint 7216. Bonnets shall be painted as indicated on the drawings.
"END OF SECTION 02644"
1
1
I
1
I
1
1
026113
F
Dickson Street Improvement Project 6122/99
Water and Sewer Modifications
SECTION 02670
GATE VALVES
PART 1 - GENERAL
1.1 DESCRIPTION
' This section covers the requirements for gate valves three inches through twelve inches.
1.2 SUBMITTALS
A The Contractor shall submit valve manufacturer's information including the following:
1. Catalog data
2. Weight
3. Assembly drawings
1.3 QUALITY ASSURANCE
A Gate valves shall conform to the requirements of the latest revision of AWWA C-509.
B. Acceptable manufacturers: M&H, Waterous, Mueller, Clow.
IC. Gate valves shall be suitable for a total pressure of 200 PSI plus a 120 PSI surge pressure.
PART 2 -PRODUCTS
2.1 MATERIALS
' A Valves:
t 1. Gate valves shall be iron body bronze mounted having double discs, rolled bronze stems,
cast iron followers, and steel bonnet bolts and nuts. Cast iron shall meet the requirements
of ASTM Al 26, Class B. Valves shall have a factory -applied, fusion -bonded epoxy coating
' conforming to AWWA C550.
2. Gate valves shall be designed and constructed with dual "O-ring" seals. The O-ring stem
' seal shall be designed so that the seal above the stem collar can be replaced with the valve
under pressure in the full °open" position.
02670-1
I
Dickson Street Improvement Project 622/99
Water and Sewer Modifications
I
1
1
1
1
1
1
1
1
1
I
3. All manually operated gate valves shall open by turning counterclockwise.
2. Gate valves 3 through 12 inches NPS shall be 200 psig design water pressure.
B. Stems: Gate valves installed in the ground and in other unexposed locations shall have nonrising
stems, with a standard 2" square operating nut Nonrising stem valves shall have the direction of opening
indicated on the wrench nut
C. Joints:
1. Buried valves shall be mechanical joint unless specified otherwise.
2.2 NOT USED
2.3 NOT USED
2.4 VALVE BOXES
A Valve boxes shall be installed over each valve in a buried service application. Valve boxes shall
be manufactured for installation in roadways. The word "WATER" shall be cast into the lid.
B. The valve box shall be centered over the operating nut of the valve with the box cover flush with
the surface of the finished area.
C. The valve box shall be installed so as not to transmit shock or stress to the valve.
PART 3 - EXECUTION
3.1 INSTALLATION
A Valves shall be installed as shown on the drawings where indicated or required.
"END OF SECTION 02670"
02670-2
Dickson Street Improvement Project
Water and Sewer Modifications
SECTION 02671
BUTTERFLY VALVES
PART 1 - GENERAL
1.1 DESCRIPTION
This section covers the requirements for rubber -seated butterfly valves.
1.2 SUBMITTALS
A The Contractor shall submit the valve manufacturers information including the following:
6/22/99
1. Catalog data
2. Assembly drawings
1.3 QUALITY ASSURANCE
A Butterfly valves shall be Class 2508, and shall comply with the latest revision of AWWA C504
standards for Rubber -Seated Butterfly Valves.
B. Valves shall be hydrostatically tested at 250 PSI for leakage, in accordance with AWWA C504.
C. Acceptable product Henry Pratt Company °Groundhog° or approved equal.
PART 2 - PRODUCTS
2.1 MATERIALS
A Valves:
1. Valve bodies shall be cast iron complying with ASTM A126, Class B. Laying lengths for
valve bodies shall be in accordance with Table 3 of AWWA C504-80. Valves shall have a factory -applied, fusion -
bonded epoxy coating conforming to AWWA C550.
steel edge.
2. Valve discs shall be of alloy cast iron complying with ASTM A436, Type I, with stainless
02671-1
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
3. Valve seats shall be designed for leak -tight shutoff at the specified pressure. Rubber seats
applied to the body shall be bonded, molded in, and vulcanized in a recessed groove of dovetail design.
Vulcanizing and bonding shall be in accordance with ASTM D429, Method A or B. Sprayed or plated seats will
not be acceptable. Seat bond must withstand 75 pounds pull under test procedure ASTM 0429, Method B.
4. Valve shafts, including hexagonal shafts, shall be of 18-8 stainless steel, type 304 or 316.
Shaft diameters shall be in accordance with Table 4 of AWWA C504-80. Shaft shall be capable of transmitting
torque equivalent to at least 75 percent of the torsional strength of the minimum required shaft diameter for the
turned down portion of the shaft
5. Shaft seals shall be designed for standard split -V type packing, for Standard O ring seals or
for pull -down packing. If pull -down type packing is used, a bronze gland and assembly shall be furnished for
access and to keep foreign material off the packing, and the packing shall be capable of adjustment or
Valve bearings shall be provided with "self -lubricated" materials of construction.
All manually operated butterfly valves shall open by turning counterclockwise.
Joints: Buried butterfly valves shall be mechanical joint unless specified otherwise.
2.2 NOT USED
2.3 VALVE BOXES
A. Valve boxes shall be installed over each valve in a buried service application.
be manufactured for installation in roadways. The word "WATER" shall be cast into the lid.
The valve box shall be centered over the operating nut of the valve with the box cover flush with
The valve box shall be installed so as not to transmit shock or stress to the valve.
PART 3 - EXECUTION
3.1 INSTALLATION
Valves shall be installed as shown on the drawings where indicated or required.
I
1
1
1
1
1
1
1
1
1
Dickson Street Improvement Project
Water and Sewer Modifications
SECTION 02678
THRUST RESTRAINTS
PART 1 -GENERAL
1.1 DESCRIPTION
A This section covers the requirements for thrust restraints.
PART 2 -PRODUCTS
2.1 MATERIALS
psi.
6/22/99
A Concrete: Concrete used for thrust blocking shall have a minimum compressive strength of 2,500
B. Tie Rods: Tie rods shall be ASTM A-588, Grade 50 stainless steel rods. Nuts shall be of the
same materials as the tie rods. Eye bolt attachments shall not be used.
PART 3 - EXECUTION
3.1 INSTALLATION
A All 90 degree bends, tees, hydrant shoes, and other fittings shall have °Megalug" or approved
equal retainers.
B. Valves, bends, reducers, and other hardware near bends shall be positively bolted, all -threaded,
or mechanically joined to each other. °Bolted° includes single and double flanged adapters (such
as Foster adapters or swivel adapters) which provide a solid bolted or mechanicaljoint type
connection.
C. Fire hydrant valves shall be positively connected to the water main as shown on the detail. Where
the hydrant leg is longer than 70 feet, an additional valve shall be placed at the tee on the main
and retained as specified above.
D. Thrust restraints shall be constructed at bends and tees on pressure lines.
' C. The general arrangements for thrust restraints are shown on the drawings and standard details.
02678-1
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
D. Underground pipe blocking shall bear against undisturbed soil.
E. Fittings shall be wrapped with 8 -mil polyethylene prior to pouring the concrete. Concrete shall not
extend over or around the fitting joints.
"END OF SECTION 02678"
02678-2
I
H
fJ
C
L
H
H
I
I I
H
H
Dickson Street Improvement Project
Water and Sewer Modifications
SECTION 02701
LEAKAGE TESTS
PART 1 -GENERAL
1.1 DESCRIPTION
A This section covers the requirements for performing leakage tests.
6/22/99
B. Al structures required to be watertight and all pressure and gravity piping and pipelines shall be
tested by the Contractor. All tests shall, be conducted in a manner to minimize interference with the progress of
the work.
C. The Contractor shall notify the Owner when the work is ready for testing and tests shall be
conducted as soon as possible thereafter. All labor, equipment water and materials, including meters and
gauges, shall be furnished by the Contractor at his own expense.
1.2 SUBMITTALS
A Submit the method proposed for disposal of waste water from hydrostatic tests prior to performing
the test
B. A statement signed by the Principal Officer of the contracting firm stating that the leakage test has
been performed and that the results are satisfactory.
PART 2 -PRODUCTS
Not applicable.
PART 3 - EXECUTION
3.1 NOT USED
3.2 PRESSURE PIPING
A. Perform testing of pipe materials, joints, and other materials incorporated into construction
of water mains and force mains to determine leakage and watertightness. Pressure
pipeline shall be tested in accordance with Section 4 of AWWA C600.
02701-1
I
Dickson Street Improvement Project 6/22199
Water and Sewer Modifications
B. Pressure Test Conduct test after pipe has been completed, including all taps and meter
settings, and backfill. Newly laid pipe or valved section thereof shall be subjected to
hydrostatic pressure of at least 1.5 times the static pressure at point of testing or 200 psi,
whichever is greater.
C. Leakage Test:
1. Leakage test shall be conducted concurrently with pressure test. Leakage is
defined as quantity of water that must be supplied into newly laid pipeline or valved section
thereof to maintain pressure within 5 psi of specified test pressure after air in pipeline has
been expelled and pipeline has been filled with water. Leakage shall not be measured by
drop in pressure in test section over period of time.
2. No pipeline installation will be accepted if leakage is greater than that determined
' by the following formula:
SDJP
L= 133200
H
H
L = allowable leakage, (gallons per hour)
S = length of pipe tested, (feet)
D = nominal diameter of pipe, (inches)
P = average test pressure during test, (psig)
3. Each valved section of pipe shall be slowly filled with water and sthe specified test
pressure shall be applied by means of a pump connected to the pipe in a manner
satisfactory to the Engineer. Before applying test pressure, all air shall be
expelled from the pipe by permanent taps or corporation cocks where necessary.
I
4. The Contractor shall provide all pumps or other equipment necessary to maintain
the test pressure within 5 psi at the test point for a period of two hours. Fire
hydrant valves shall be open during the pressure test
' 5. Visible leaks shall be repaired regardless of amount of leakage measured.
' 6. Acceptance of Installation: If test of pipe laid in place discloses leakage greater
than that specified, Contractor shall, at his own expense, locate leak and make
repairs as necessary until leakage is within specified allowance.
1 7. Supply water for testing at no expense to Owner.
I
H
02701-2
I
L
I
H
H
H
I
Li
H
H
I
I
I
H
I
I
I
Dickson Street Improvement Project
Water and Sewer Modifications
3.3 SEWERS
A Tests to be made for leakage and infiltration of water into sewers shall be made prior to making
connections with other sewers, pipes or drains.
B. Upon completion of the work of any sewer, it shall be tested for watertightness and shall meet the
requirements set forth below before final acceptance of the work of the Contract
C. Test sanitary sewer pipe system installed below grade and outside building in accordance
with the following procedures:
Perform testing of manhole construction, pipe materials, joints, or other materials
incorporated into construction of sanitary sewer system to determine leakage and
watertightness.
2. Manhole Vacuum Testing:
Test shall be performed with suitable apparatus made for such purpose
and shall draw vacuum of 10 -in. of Mercury (Hg). Test passes if vacuum
remains at 10 -in. of Hg or drops to not less than 9 -in. of Hg in 1 min.
3. Flexible Pipe Deflection Testing:
a. Allowable Deflection:
Maximum allowable pipe deflection shall not exceed 5 percent of nominal
inside diameter.
b. Mandrel:
Mandrel, go/no-go, device shall be cylindrical in shape and constructed
with either 9 or 16 evenly spaced arms or prongs. Mandrels with less
arms will be rejected as not sufficiently accurate. Contact length of
mandrel's arms shall equal or exceed nominal inside diameter of sewer to
be inspected. Critical mandrel dimensions shall carry tolerance of 0.01 -in.
maximum. Mandrel and necessary equipment for mandrel test shall be
provided by Contractor.
c. Procedure:
Mandrel shall be hand -pulled through flexible pipe sewer lines no earlier
• than 30 days after trench has been completely backfilled and compacted.
Sections of sewer not passing mandrel shall be uncovered and
rebedded, rerounded, or replaced to satisfaction of the Owner or his
designated representative or Governing Agency. Repaired section shall
02701-3
J
I
I
L
H
I
4
3.60
6
5.40
'
8
7.12
10
8.80
' 12
10.44
15
12.90
18
15.30
H
Dickson Street Improvement Project
Water and Sewer Modifications
d.
be retested.
Mandrel O.D. (outside diameter):
Outside diameter of mandrel shall be set according to the following table:
Nominal Diameter, in. Mandrel O.D., in.
H
H
H
I
I
I
I
I
e. Contractor's Warranty:
The Owner or his designated representative or Governing Agency
reserves the right to mandrel test flexible pipe sewer line before
acceptance, and also prior to expiration of first year of operation. If
previously accepted line fails mandrel test performed during first year of
operation, defects must be corrected at Contractor's expense.
4. Air Testing of Gravity Sewers:
a. Plug pipe outlets with suitable test plugs and brace each plug securely.
b. Pipe air supply to pipeline to be tested in such manner that air supply may
be shut off, pressure observed, and air pressure released from pipe
without workmen entering manhole.
c. Add air slowly to portion of pipe under test until internal pressure of line is
raised to approximately 4 psig, but less than 5 psig.
d. Shut air supply off and allow at least 2 minutes for air pressure to stabilize.
e. When pressure has stabilized and is at or above starting test pressure of
3.5 psi, start test
Determine time in seconds with stopwatch for pressure to fall 0.5 psig so
that pressure at end of time is at or above 3.0 psig.
1 g. Compare observed time with minimum allowable times in chart below for
I
02701-4
I
Dickson Street Improvement Project
Water and Sewer Modifications
pass/fail determination.
6/22199
1
Nominal
Pipe
Diameter
(inches)
2
Minimum
Time
(min:sec.)
3
Length
for
Minimum
Time
(feet)
4
Time for
Longer
Length
(sec.)
SPECIFICATION TIME FOR LENGTH (L) SHOWN (MIN:SEC)
100 ft
150 ft
200 ft
250 ft
300 ft
350 ft
400 ft
450 ft
4
1:53
597
.190L
1:53
1:53
1:53
1:53
1:53
1:53
1:53
1:53
6
2:50
398
.427L
2:50
2:50
2:50
2:50
2:50
2:50
2:51
3:12
8
3:47
298
.760L
3:47
3:47
3:47
3:47
3:48
4:26
5:04
5:42
10
4:43
239
1.187L
4:43
4:43
4:43
4:57
5:56
6:55
7:54
8:54
12
5:40
199
1.709L
5:40
5:40
5:42
7:08
8:33
9:58
11:24
12:50
15
7:05
159
2.671 L
7:05
7:05
8:54
11:08
13:21
15:35
17:48
20:02
18
8:30
133
3.846L
8:30
9:37
12:49
16:01
19:14
22:26
25:38
28:51
21
9:55
114
5.235L
9:55
13:05
17:27
21:49
26:11
30:32
34:54
39:16
24
11:20
99
6.837L
11:24
17:57
22:48
28:30
34:11
39:53
45:35
51:17
27
12:45
88
8.653L
14:25
21:38
28:51
36:04
43:16
50:30
57:42
46:54
30
14:10
80
10.683L
17:48
26:43
35:37
44:31
53:25
62:19
71:13
80:07
33
15:35
72
12.926L
21:33
32:19
43:56
53:52
64:38
75:24
86:10
96:57
36
17:00
66
15.384L
25:39
38:28
51:17
64:06
76:55
89:44
102:34
115:23
h. Safety Precautions:
Low pressure air test may be dangerous to personnel if, through lack of
understanding or carelessness, line is overpressurized or plugs are
installed improperly. It is extremely important that various plugs be
installed so as to prevent the sudden expulsion of poorly inflated plug. As
example of hazard, force of 250 -lb is exerted on 8 -in, plug by internal
pressure of 5 psi. Observe following safety precautions:
i. No person shall be allowed in manholes during test or when plugged pipe
is under pressure.
j. Gauges, air piping manifolds, and valves shall be located at top of ground.
k. Install and brace plugs securely.
I. Do not overpressurize lines.
m. Groundwater Elevation: If pipeline to be tested is below groundwater
02701-5
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
' level, starting test pressure shall be increased by 0.433 psi for each foot
groundwater level is above invert of sewer pipe. In no case shall starting
test pressure exceed 9.0 psig.
5. Acceptance of Installation:
' No gravity sewer or manhole will be accepted that does not comply with minimum
requirements of tests described in herein.
6. Test Equipment
Necessary equipment to perform air test in accordance with Specifications shall
be provided by Contractor. Test gauge shall preferably have incremental division
' of 0.10 psi and have accuracy of at least 0.04 psi. In no case shall test gauge be
used which has incremental divisions of greater than 0.25 psi. Gauge shall be of
sufficient size in order to determine this accuracy.
' 7. Furnish 1 copy of gravity sewer and manhole test results to the Owner or his
designated representative and Governing Agency upon completion of gravity
sewer system backfilling operations.
I
I
I
I
I
I
I
I
"END OF SECTION 02701"
02701-6
I
1
1
1
1
1
1
1
I
1
1
1
Dickson Street Improvement Project
Water and Sewer Modifications
SECTION 02713
DOMESTIC WATER SYSTEM
6/22199
PART 1 - GENERAL
1.1 DESCRIPTION
This section covers the requirements for installation of the domestic water system.
1.2 SUBMITTALS
A Pipe and fitting manufacturers certification stating the following:
1. Name of manufacturer.
2. Sampling, testing and inspection have been done in accordance with the requirements of
applicable standards for the type of pipe indicated.
3. The pipe joints pass the performance tests without leakage.
4. Recommended installation instructions.
B. Each certification submitted shall be signed by an authorized agent of the Manufacturer.
1.3 QUALITY ASSURANCE
A Ductile iron pipe, fittings, and coatings shall meet the latest revisions of the following standards:
1. AWWA C 104 Cement -Mortar Lining for Ductile Iron Pipe and Fittings for Water.
2. AWWA C 105 Polyethylene Encasement for Ductile Iron Piping for Water and Other
Liquids.
3. AWWA C 110 Ductile Iron and Gray Iron Fittings, 3" Through 48" for Water and
Other Liquids.
4. AWWA C 111 Rubber Gasket Joints for Ductile -Iron Pressure Pipe and Fittings.
5. AWWA C 150 Thickness Design of Ductile Iron Pipe.
02713-1
I
1
1
1
1
1
1
1
1
1
Dickson Street Improvement Project
Water and Sewer Modifications
6/22/99
6. AWWA C 151 Ductile Iron Pipe, Centrifugally Cast for Water or Other Liquids.
7. AWWA C153 Ductile Iron Compact Fittings.
8. AWWA C200 Standard for Steel Water Pipe.
9. AWWA C 600 Installation of Ductile Iron Water Mains and Appurtenances.
10. AWWA C 601 Disinfecting Water Mains.
B. AWWA PVC Pipe shall be in accordance with the following standards:
1. AWWA C 601 Disinfecting Water Mains.
2. AWWA C 900 Polyvinyl Chloride (PVC) Pressure Pipe, 4" through 12" for Water.
3. AWWA M23 PVC Pipe - Design and Installation
4. ASTM D2774 Underground Installation of Thermoplastic Pressure Piping.
C. Fitting Tests
1. Fitting materials and fittings of the same diameter and pressure rating as those used on the
job shall have been tested by the Manufacturer as required by AWWA C 110.
D. Joint Test
1. Rubber materials and rubber -gasket joints for ductile iron pipe and fittings shall have been
tested by the Manufacturer as required by AWWA C 111.
2. Elastomeric materials and elastomeric gaskets for PVC pipe shall have been tested by the
Manufacturer as required by ASTM F 477.
02713-2
I
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
' PART 2 -PRODUCTS
2.1 DUCTILE IRON PIPE
A Ductile iron pipe shall be centrifugally cast in one piece, and shall conform to the requirements of
I
AWWA C151. The pipe shall be designed to withstand compacted earth loadings as applied according to the
conditions set out on the Plans with an AASHTO HS -20 truck live load. The external loading shall be based on a
soil density of 120PCF and Type 3 standard laying conditions.
IB. Pipe thickness design shall be calculated in accordance with AWWA C-150 for the depth of cover
shown on the drawings, Laying Condition Type 3, and a working pressure 01 200 psi,120 psi surge allowance, as
described in the AWWA C-151. Pipe pressure Class 350 for pipe sizes 12" and smaller. Pipe pressure Class
300 for pipe sizes 14" and larger.
C. Ductile iron pipe shall have a standard thickness cement mortar lining conforming with AWWA
C104.
D. All ductile iron pipe shall have a bituminous exterior coating unless otherwise specified. Exposed
pipe may be required to have a factory prime coat consisting of one coat of Kop-Coat 240 Gold
Primer, Kop-Coat 622 LCF Primer, or approved equal. The bituminous coating shall be
approximately 1 mil thick and shall be factory applied to the outside of all pipe and fittings. The
finished coating shall be continuous, smooth, neither brittle when exposed to the cold nor sticky
' when exposed to the sun, and shall be strongly adherent to the pipe or felting.
2.2 FITTINGS
A Fittings shall be ductile iron, cement -mortar lined, with bituminous coating on exterior, as specified in
paragraphs 2.1.C and 2.1.D above.
' B. All ductile iron fittings shall conform to the requirements of AWWA C153, latest revision, for Ductile
Iron Compact Fittings.
' C. Restrained joint pipe and fittings shall be ductile iron pipe manufactured in accordance with
applicable sections of AWWA C151 and AWWA C110. All restrained joint pipe shall be `TR Flex;
' as manufactured by U.S. Pipe, °Flex -Ring" joint as manufactured by American Ductile Iron Pipe, or
equal.
•' D. Swivel joint fittings shall have a retainer lip and swivel rotatable gland for positive restraint without be
rods. Restraintjoints shall be used where testing will be done against closed valves, etc.
•' E. Buried pipe shall have either mechanical joints or push -on joints. Buried fittings shall have
mechanical joints. Buried valves and other appurtenances shall have mechanical joints unless
' 02713-3
'I
fI
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
otherwise specified or detailed on the Drawings.
F. All 90 degree bends, tees, hydrant shoes, and other fittings shall have Wegalug" or approved equal
retainers.
G. Valves, bends, reducers, and other hardware near bends shall be positively bolted, all -threaded, or
mechanically joined to each other. °Bolted" includes single and double flanged adapters (such as
Foster adapters or swivel adapters) which provide a solid bolted or mechanical joint type
connection.
H. Fire hydrant valves shall be positively connected to the water main as shown on the detail. Where
the hydrant leg is longer than 70 feet an additional valve shall be placed at the tee on the main and
retained as specified above.
2.3 FLANGED JOINTS
A Flanged joints shall be made up with through bolt of the required size. Stud or tap bolts shall be
used only where shown or required. Steel bolts and nuts shall be of A325 Stainless Steel, with good, sound, well
fitting threads, so that the nuts may be turned freely by hand.
' B. Flanged pipe shall have flanges with long hubs, shop fitted on the threaded end of the pipe.
C. All flanges shall be faced and drilled to the 125 -American Standard drilling, unless special drilling
is shown, specified or required. Where required, flanges shall be tapped for stud bolts. Flanges shall be
accurately faced at right angles to the pipe axis and shall be drilled smooth and true, and protected against
' corrosion of flange faces. Flange faces shall be cleaned to bare metal with wire brushes before installation of the
piping.
D. Gaskets for flanged joints shall be rubber gasket in accordance with AWWA C111.
2.4 COATINGS, PAINTING. AND LININGS
A Pipe installed in the ground, in exposed exterior location, or in contact with water or pipe installed
inside structure but not scheduled for painting:
' 1. Interior Lining: Cement -mortar lining as required by the latest revision of AWWA C104.
•' 2. Exterior Coating: Coating shall be in accordance with paragraphs 2.1 and 2.2: Pipe and
Fittings.
I
t 02713-4
I
I
Dickson Street Improvement Project 6122/99
Water and Sewer Modifications
B. NI ductile iron pipe and fittings shall be encased with polyethylene encasement in conformance to
' AWWA C105. The polyethylene film shall have a minimum nominal thickness of 8 mils and shall be provided in
either flat tube or sheet foram.
2.5 AWWA PVC PRESSURE PIPE
& AWWA PVC pressure pipe (4" through 12") shall conform to AWWA C 900 with
Cast -Iron -Pipe -Equivalent 0. D., with SDR of 14.
B. The plastic material used in making the pipe shall be clean, virgin , Cell Classification 12454B PVC
compound conforming to ASTM Resin Specification D1784, latest revision. Clean reworked
material generated from the manufacturer's own production shall be acceptable as long as the
pipe produced meets all the requirements of the Specifications. Nominal laying length shall be 20
'
feet
IC. Pressure class of pipe shall be as required based on the following conditions: Depth of cover
shown on the drawings or indicated in these specifications, laying condition Class D, working pressure 200 psi,
surge allowance 120 psi, temperature 73 degrees F.
' D. Joints
' 1. Joints between pipe sections shall be the bell -and -spigot -type with flexible elastomeric
gaskets conforming to ASTM F 477.
' E. Additives and fillers including stabilizers, anti -oxidants, lubricants, and colorants shall not exceed
10 percent by weight per 100 parts of PVC resin in the compound.
•' F. Fittings shall be gray -iron or ductile -iron fittings conforming to AWWA C 110. Fittings shall have
mechanical joints conforming to AWWA C 111. Fittings shall be bituminous coated in accordance with the
requirements of AWWA C153 and polyethylene wrapped in accordance with paragraph 2.4.B above.
' G. Pressure rating of fittings shall be the same as adjacent pipe.
' 2.6 DETECTABLE TAPE
A Detectable tape shall be °Detect Tape" as manufactured by Allen Systems, Inc. or approved
' equal, and shall consist of a minimum thickness of 0.35 mils solid aluminum foil encased in a
protective inert jacket that is impervious to all known alkalis, acids, chemical reagents and solvents
found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall
not be less than 2 inches, with a medium unit weight of 2.5 pounds per thousand inch -feet
' 02713-5
LJ
I
H
I
I
I
I
I
I
J
J
I
I
I
J
J
H
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
B. The tape shall be color coded "Safety Precaution Blue", and shall be imprinted with the legend
"Caution, Buried Water Line Below."
2.7 TRACER WIRE
A Tracer wire shall be 14 -gauge coated copper for underground burial.
2.8 STEEL ENCASEMENT PIPE
A Steel encasement pipe for water mains shall be constructed of spiral or straight welded steel, with
a minimum wall thickness of 0.250 inches
B. Encasement pipe for 4"-6" water main shall be a minimum of twelve inches in diameter, and shall
conform to ASTM A53.
C. Encasement pipe for eight -inch water main shall be a minimum of 16 inches in diameter, and shall
conform to AWWA C200.
D. Encasement pipe for 12"-16" water main shall be a minimum of 24 inches in diameter, and shall
conform to AWWA C200.
2.9 TAPPING SLEEVES AND SADDLES
A Tapping sleeves shall be designed for 200 psi pressure. Tapping sleeves shall be JCM Type 432
for pipe sizes six through twelve inches, or approved equal. Tapping sleeves shall be vinyl
coated.
B. Tapping saddles for PVC and Ductile Iron shall be as manufactured by Mueller and Romac
respectively.
PART 3 - EXECUTION
3.1 PIPELINE INSTALLATION
A. Pipe and fittings shall be installed in accordance with applicable portions of AWWA C600 or ASTM
D2774 and as noted in the following paragraphs.
B. Trench and backfill shall be in accordance with Section 02221: TRENCH EXCAVATION AND
BACKFILL.
C. Pipe detection tape shall be provided in all trenches for water line construction. Installation shall
02713-6
I
I
L
r
I
I
I
I
J
J
I
Li
H
H
I
I
L
Dickson Street Improvement Project
Water and Sewer Modifications
be per manufacturers recommendations and tape shall be placed as shown on the drawings.
3.2 DUCTILE IRON FLANGED JOINTS
A Connecting flanges shall be in proper alignment
B. No external force shall be used to bring connecting flanges together.
3.3 DUCTILE IRON MECHANICAL JOINTS
6/22199
A Bolts shall be tightened by means of torque wrenches in such a manner that the follower shall be
brought up toward the pipe evenly.
B. If effective sealing is not obtained by tightening the bolts to the specified torques, the joint shall be
disassembled and reassembled after thorough cleaning.
3.4 DUCTILE IRON PUSH -ON JOINTS
A Bells of push -on joint pipe shall be contoured to receive a bulb -shaped, circular rubber gasket, and
plain ends shall have a slight taper to facilitate installation.
B. The lubricant used in making up the joints shall be furnished by the pipe manufacturer.
C. The jointing shall be done by guiding the plain end into the bell until contact is made with the
gasket and by exerting a sufficient compressive force to drive the joint home until plain end makes full contact
with the base of the bell.
3.5 PVC PIPE INSTALLATION
A Pipe installation and assembly shall be in accordance with the applicable sections of the latest
revision of ASTM O2774 and the Manufacturer's recommendations.
B. Trench and backfill shall be in accordance with Section 02221: TRENCH EXCAVATION AND
BACKFILL.
C. A trace wire shall be laid adjacent to all PVC installations, and shall be looped around the pipe at
least once per joint and connected to all valves and fittings. At valves and meter box settings, the trace wire shall
be brought up into the valve or meter box. A tracing test maybe required prior to final acceptance.
3.6 TESTING
A Newly laid pipe, or any valved section thereof, shall be tested in accordance with Section 02701:
02713-7
Li
I
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
' LEAKAGE TESTS.
' 3.7 DISINFECTING
A. After successful pressure testing, the lines shall be flushed with a velocity equal to or greater than
' 2.5 feet per second. The lines shall then be disinfected in accordance with AWWA C601,
continuous feed method, except that the placing of hypochlorite granules into the main during
construction will not be permitted.
1 B. The Contractor shall take great care when flushing the line to assure proper drainage is available
to prevent harm at any adjacent downstream location.
' C. Disposal of the disinfecting water shall be in a manner that will protect the public and receiving
waters from harmful concentrations of chlorine. Such disposal shall be in accordance with all
' applicable EPA and ADPC&E regulations.
D. After sterilization is complete, the Contractor shall flush the sterilizing solution from he lines, and
'the treated water lines will then be placed into service.
E. Bacteriological samples shall be taken by City personnel only. Samples shall be taken on two
consecutive days and shall be taken only on Monday, Tuesday, or Wednesday. No water meters
shall be set until the samples have been approved in writing by the State. None of the new
services shall be connected to the existing meters until the samples have been approved in writing
by the State.
' "END OF SECTION 02713"
I
I
I
I
' 02713-8
I
I
L
I
I
H
H
J
H
H
I
I
J
J
I
I
I
I
II
Dickson Street Improvement Project
Water and Sewer Modifications
SECTION 02715
PART1 -GENERAL
1.1 DESCRIPTION
This section covers water service lines and connections to building service at the meter box.
1.2 SUBMITTALS
A Manufacturers recommendations for each material or procedure to be utilized.
. k:•
B. Certification that testing and inspection have been done in accordance with the applicable
standards for the type of material indicated.
1.3 QUALITY ASSURANCE
A Pipe, fittings and accessories shall meet the latest revisions of the following standards:
ASTM B 88
AWWA C901
ASTM O2239
ASTM O2737
ASTM O3350
NSF Std 14
NSF Std 61
PART 2 -PRODUCTS
2.1 GENERAL
Seamless Copper Water Tube
Polyethylene Pressure Pipe, Tubing and Fittings,'/Z - 3" for water
Polyethylene Plastic Pipe (iron pipe size, inside diameter)
Polyethylene Plastic Tubing (Copper tube size, outside diameter)
Polyethylene Plastics Pipe and Fittings Materials
Plastics Piping System Components and Related Materials
A Service line piping 3" and less in diameter shall be High -Density Polyethylene (HDPE) or copper
tubing.
2.2 PIPE
A HDPE pipe shall be Phillips Petroleum "Driscopipe", or approved equal. HDPE components shall
comply with NSF Std 14 and shall be marked with their symbol. The polyethylene material from which the pipe is
extruded shall meet the requirements of ASTM O3350, having a cell classification of 345544C. The pipe shall be
classified as Type III, Category 5, Grade P34, Class C, PE 3408, extra high density polyethylene plastic material.
02715-1
H
Dickson Street Improvement Project
Water and Sewer Modifications
' The extrusion compound shall be of virgin quality listed for potable water service by the National Sanitation
Foundation (NSF). HDPE pipe shall also be marked with C901 or ASTM 02239 for iron pipe sizes.
' B. Copper Tubing shall conform to ASTM B 88, Type K, annealed.
2.3 FITTINGS AND SPECIALS
A HDPE and Copper tubing fittings shall be as called out on the drawings. Products of alternate
manufacturers may be considered for approval by the Engineer after award of the contract
B. 1 3/, stiffeners shall be used for 1" diameter HDPE pipe. 3" stiffeners shall be used for 2" diameter
HDPE pipe.
2.4 JOINTS
A Plastic Pipe
1. Joints, finings, and couplings shall be as specified for HDPE pipe. Joints connecting
pipe of differing materials shall be made in accordance with the manufacturer's recommendations.
B. Copper Tubing
1. Joints shall be compression -pattern flared hereinafter specified.
2.5 NOT USED
2.6 MISCELLANEOUS ITEMS
A Service clamps shall have a pressure rating not less than that of the pipe to be connected and
shall be either the single or double flattened strap type. Clamps for PVC and Ductile Iron mains shall be as
manufactured by Mueller and Romac respectively. Clamps shall have a bronze body with a rubber gasket
cemented to the body.
' B. Corporation stops shall have standard corporation stop thread conforming to AWWA C800 on
the inlet end, with flanged joints, compression pattern flared tube couplings, or wiped joints for connections to
goosenecks. Unless noted otherwise, corporation stops shall be Mueller B-25008 or approved equal.
C. Copper tubing for gooseneck connections shall conform to the applicable requirements of
ASTM B 88, Type K, annealed. Length of cable requirement connections shall be in accordance with standard
' practice.
' 02715-2
I
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
' D. Curb stops shall be water -works inverted -ground -key type, oval or round flow way, tee handle,
without drain. Pipe connections shall be suitable for the type of service pipe used. All parts shall be of bronze
' with female iron -pipe -size connections or compression -pattern flared type couplings, and shall be designed for a
hydrostatic test pressure not less than 200 psi.
E. Tapping sleeves shall conform to the requirements of Section 02713.
F. Boxes shall be cast iron and shall be extension boxes of the length required for the depth of the
' line, with either screw or slide -type adjustment The boxes shall have housing of sufficient size to completely
cover the service stop or valve and shall be complete with identifying covers. Boxes shall further conform to the
requirements of Section 02713.
' G. Disinfection materials shall conform to the following: Hypochlorite, Calcium and Sodium AWWA
B300.
' H. Meters shall be provided by the City of Fayetteville Water Department
H
I
I
I
I
I
I
I
I
H
I. Meter boxes shall be of cast iron or plastic of sufficient size to completely enclose the meter and
shut-off valve or service stop. Box height shall extend from invert of the meter to final grade at the meter location.
Cover shall be Western Iron C109P, surrounded by an 18" square concrete pad.
PART 3 - EXECUTION
3.1 SERVICE LINE INSTALLATION
A HDPE pipe and fittings shall be installed in accordance with manufacturer's recommendations.
B. Copper tubing shall not be installed in the same trench with ferrous piping. When copper tubing
crosses any ferrous piping, a minimum vertical separation of 12" shall be maintained between pipes.
C. Trench and bacldill shall be in accordance with Section02221: TRENCH EXCAVATION AND
BACKFILL, except that HDPE pipe shall be bedded in sand or grit.
D. Tracer wire shall be installed as shown on the drawings for every meter box, with the service
line. Tracer wire for services shall be continuous with the tracer used for the main.
3.2 JOINTING
A HDPE joints shall be avoided whenever possible. Where splices are unavoidable, they shall be
made using compression fittings as identified on the drawings.
B. Copper tubing joints shall be made with flared fittings. The flared end tube shall be pulled tightly
02715-3
Dickson Street Improvement Project 6122/99
Water and Sewer Modifications
' against the tapered part of the fitting by a nut which is part of the fitting, so there is metal -to -metal contact
' 3.3 CONNECTIONS
A Service lines 2 inches and smaller shall be connected to the main by a tapping saddle. A
corporation stop shall be provided with each connection.
B. Service lines larger than 2 inches shall be connected to the main by a tapped saddle, tapping
' sleeve and valve, service clamp or reducing tee, depending on the main diameter and the service line diameter,
and shall have a gate valve.
3.4 VALVES AND BOXES
A All service lines shall terminate with a curb stop of the type specified on the drawings, except
where new meter sets are provided.
B. Where water lines are located below paved streets having curbs, the boxes shall be installed
directly back of the curbs. Where no curbing exists, service or valve boxes shall be installed in accessible
locations, beyond the limits of street surfacing, walks, and driveways.
3.5 DISINFECTION
A Disinfection shall be as prescribed by Specification Section 02713.
3.6 CLEANUP
A Upon completion of the installation of service lines, and appurtenances, all debris and surplus
materials resulting from the work shall be removed.
SEND OF SECTION 02715"
I
C
CI
I
L
02715-4
Dickson Street Improvement Project
Water and Sewer Modifications
SECTION 02722
SANITARY SEWERAGE SYSTEMS
PART1 -GENERAL
1.1 DESCRIPTION
This section covers the requirements for the installation of the sanitary sewerage system.
1.2 SUBMITTALS
A. PVC Pipe: Submit assigned certification from the manufacturer stating the following:
1. Name of manufacturer.
6/22/99
2. Sampling, testing, and inspection have been done in accordance with the requirements of
ASTM D 3034, ASTM D 3212, and ASTM F 477, and this Specification Section.
3. The materials used in the manufacture of the pipes, fittings, and gaskets conform to the
requirements of ASTM D 3034 and ASTM F 477.
4. The pipe joints pass the performance tests without leakage.
5. Test results required by ASTM D 3034 and ASTM F 477 for all diameters of pipe used.
6. Installation instructions.
B. Cast Iron Soil Pipe: Submit assigned certification from the manufacturer stating the following:
1. Name of manufacturer.
2. Sampling, testing, and inspection have been done in accordance with the requirements of
ASTM A 74 and this Specification Section.
3. Materials used in the manufacture of the pipe conform to the requirements of ASTM A 74.
C. Gasket Iron Soil Pipe Gaskets: Submit a signed certification from the manufacturer stating the
following:
1. Name of manufacturer.
02722-1
I
I
I
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
2. Sampling, testing, and inspection have been done in accordance with the requirements of
ASTM C 564 and this Specification Section.
3. Materials used in manufacture of the gasket conform to the requirements of ASTM C 564.
' 4. Test results required by ASTM C 564.
I
I
I
I
TI
El
H
J
I
1.3 QUALITY ASSURANCE
A. Pipe Tests - PVC Sewer Pipe
1. Pipe materials and pipes and fittings of the same diameter and class as those used on the
job shall have been tested by the Manufacturer as required by ASTM D 3034.
B. Pipe Tests - Cast Iron Soil Pipe
1. Pipe materials and pipes and fittings of the same diameters and class as those used on the
job shall have been tested by the Manufacturer as required by ASTM A 74.
C. Joint Tests - PVC Sewer Pipe
1. Joints of the same diameter and class as those used on the job shall have been tested by
the Manufacturer as required by ASTM D 3212.
2. Elastomeric materials and elastomeric gaskets of the same diameter as those used on the
job shall have been tested by the Manufacturer as required by ASTM F 477.
D. Joint Tests - Cast Iron Soil Pipe
1. Rubber materials and rubber gaskets of the same diameter as those used on the job shall
have been tested by the Manufacturer as required by ASTM C 564.
E. Inspection - PVC Sewer Pipe
1. Pipes, fittings, and gaskets to be used on the job shall be inspected by the Manufacturer
prior to shipment
' to placement
1
1
2. Pipes, fittings, and gaskets to be used on the job shall be inspected by the Contractor prior
02722-2
I
Dickson Street Improvement Project 622/99
Water and Sewer Modifications
3. Individual pipes, fittings, and gaskets shall be rejected and not shipped or not used on the
job if the inspection reveals deviations or defects which do notmeetthe tolerances of the following Specifications:
a. Pipes and Fittings - ASTM D 3034, Section 7.
b. Elastomeric Gaskets - ASTM F 477, Section 5.
F. Inspection - Cast Iron Soil Pipe
1. Pipes, fittings, and gaskets to be used on the job shall be inspected by the Manufacturer
prior to shipment
2. Pipes, fittings, and gaskets to be used on the job shall be inspected by the Contractor prior
to placement
3. Individual pipes, fittings, and gaskets shall be rejected and not shipped or not used on the
'job if the inspections reveal deviations or defects that do not meet the tolerances of the following specifications:
' a. Pipes and fittings - ASTM A 74, Section 12.1.
b. Gaskets - ASTM C 564, Sections 4 and 5.
PART 2 -PRODUCTS
2.1 NOT USED
2.2 PVC SEWER PIPE
' A. PVC sewer pipe and fittings shall conform to ASTM D 3034, SDR 35.
B. PVC sewer pipe shall have elastomeric gasket joints.
C. Joints shall conform to ASTM D 3212, Push -on Type.
1 D. Elastomeric gaskets shall conform to ASTM F 477.
' E. Additives and fillers including stabilizers, anti -oxidants, lubricants, and colorants shall not exceed
10 percent by weight per 100 parts of PVC resin in the compound.
' 02722-3
I
Dickson Street Improvement Project 6122199
Water and Sewer Modifications
1
2.1 CAST IRON SOIL PIPE
IA Cast iron soil pipe and fittings shall conform to ASTM A 74, service weight
B. Pipe and fittings shall be either hubless or have hubs and plain -end spigots.
C. Joints shall be made with rubber gaskets conforming to ASTM C 564 or neoprene sleeve with
stainless steel retaining bands.
D. Gasket shall be compatible with the pipe ends.
' 2.2 MANHOLES
A Manholes shall be in accordance with applicable portions of Section 02601: Manholes and
Cleanouts.
PART 3 - EXECUTION
' 3.1 PIPE INSTALLATION - GENERAL
IA Inspect each pipe and fitting before and after installation; replace those found defective and
remove from site. Provide proper facilities for lowering sections of pipe into trenches. Lay nonpressure pipe with
the bell ends in the upgrade direction. Adjust spigots in bells to give a uniform space all around. Blocking or
' wedging between bells and spigots will not be permitted. Replace by one of the proper dimensions, pipe or
fittings that do not allow sutficent space for installation of joint material. At the end of each work day, close open
ends of pipe temporarily with wood blocks or bulkheads. Provide batterboards not more than 25 feet apart in
' trenches for checking and ensuring that pipe invert elevations are as indicated. Laser beam method may be
used in lieu of batterboards for the same purpose.
' 3.2 TESTS
A Conduct leakage tests in accordance with Section 02701: LEAKAGE TESTS.
IB. Conduct mandrel tests in accordance with Section 02701: LEAKAGE TESTS.
U
H
Li
3.3 MANHOLE INSTALLATION
A Manholes shall be installed in accordance with applicable portions of Section 02601: MANHOLES
AND CLEANOUTS.
02722-4
I
I
' Dickson Street Improvement Project 6/22199
Water and Sewer Modifications
1 "END OF SECTION 02722"
1
1
1
1
1
1
1
1
1
1
02722-5
II
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
' SECTION 03301
' CAST -IN -PLACE CONCRETE
(MINOR CONSTRUCTION)
PART 1 -GENERAL
1.1 DESCRIPTION
' A This Section specifies all cast -in -place concrete, including formwork, reinforcing steel, mix
design, placement procedures, and finishes.
1.2 REFERENCES
A The publications listed below form a part of this specification to the extent referenced:
I1. ACI 301, "Specifications for Structural Concrete for Buildings."
2. ACI 304, "Guide for Measuring, Mixing, Transporting and Placing Concrete."
' 3. ACI 315, "Details and Detailing of Concrete Reinforcement"
' 4. ACI 318, "Building Code Requirements for Reinforced Concrete."
5. ACI 347, "Guide to Formwork for Concrete."
6. Concrete Reinforcing Steel Institute (CRSI), "Manual of Standard Practice."
' 7. Concrete Reinforcing Steel Institute (CRSI), "Placing Reinforcing Bars."
8. ASTM S 615, 'Specifications for Deformed and Plain Billet -Steel Bars for Concrete
' Reinforcement"
9. ASTM C 94, "Specifications for Ready -Mixed Concrete."
' 1.3 SUBMITTALS
' A Product Data:
1. Manufacturers' Data: Manufacturers' product data with application and installation
' instructions for proprietary materials and items, including admixtures, bonding agents, form release agents,
patching compounds, waterstops, joint systems, and others as requested by the Owner's Representative.
' 03301-1
L
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
B. Shop Drawings:
' 1. Reinforcing Steel: Shop drawings for reinforcement with details for fabrication, bending,
and placement of concrete reinforcement Comply with ACI 315 "Details and Detailing of Concrete
' Reinforcement" and ACI SP 66 "ACI Detailing Manual". The fabricator shall check the contract drawings for
detailing and report errors or inconsistencies discovered therein to the Owners Representative before starting
shop detailing.
' C. Quality Control Submittals:
1. Test Reports:
a. Laboratory test reports for concrete materials and mix design tests.
' 2. Certificates:
' a. Material certificates in lieu of material laboratory test reports when permitted by
Owner's Representative. Material Certificates shall be signed by manufacturer and Contractor, certifying that
each material item complies with or exceeds specified requirements. Provide certification from admixture
manufacturers that chloride is not contained in the admixtures.
' 1.4 QUALITY ASSURANCE
A. Codes and Standards: comply with provisions of following codes, specifications and standards,
' except where more stringent requirements are shown or specified:
1. ACI 318, "Building Code Requirements for Reinforced Concrete."
' 2. Concrete Reinforcing Steel Institute (CRSI), "Manual of Standard Practice."
B. The work shall be in conformance with ACI 318, part titled "Construction Requirements," except
as specified herein.
I1. Concrete Compressive Strength: Unless noted otherwise, concrete mixes shall be
proportioned to obtain compressive strength in 28 days of 3000 psi and shall be in accordance with the ACI
recommendations specified in Article 1.2 "References" above.
1 2. Air Content Total air content of concrete shall be maintained between 2 and 4 percent by
volume of concrete.
1 3. Slump: Slump shall be 2 to 3 inches. Concrete containing HRWR (superplasticizers)
03301-2
I
I
I
Dickson Street Improvement Project 6122199
Water and Sewer Modifications
admixtures: not more than 8 inches after adding HRWR to site -verified 2 -to -3 inches slump.
' 4. Use of approved admixtures shall be in strict compliance with manufacturer's instructions.
5. The use of calcium chloride or admixtures containing chloride will not be permitted.
H
H
C1
C
I
I
H
I
6. Workmanship: The Contractor is responsible for correction of concrete work which does
not conform to the specified requirements, including strength, tolerances, and finishes. Correct deficient concrete
as required by the specifications.
1.5 DELIVERY, STORAGE, AND HANDLING
A All materials shall be stored in dry and protected locations in accordance with the referenced
codes and standards and manufacturers' recommendations. Store materials to prevent contamination.
PART 2 -PRODUCTS
2.1 FORM MATERIALS
A Forms for Unexposed Finish Concrete: Plywood, lumber, metal, or other acceptable material.
Provide lumber dressed on at least two edges and one side for tight fit
B. Forms for Exposed Finish Concrete: Plywood, metal, metal -framed plywood faced, or other
acceptable panel -type materials, to provide continuous, straight, smooth, exposed surfaces. Furnish in largest
practicable sizes to conform to joint system shown on drawings.
C. Form Release Agent Provide commercial formulation form release agent compounds with a
maximum of 350 mgA volatile organic compound (VOC) that will not bond with, stain, or adversely affect concrete
surfaces and will not impair subsequent treatments of concrete surfaces requiring bond or adhesion, or impede
the wetting of surfaces to be cured with water. Release agents shall be used in strict accordance with
manufacturers' recommendations.
2.2 REINFORCING MATERIALS
A. Reinforcing Bars: ASTM A 615, Grade 60, deformed.
IB. Steel Wire: ASTM A 82, plain, cold -drawn steel.
H
H
C. Supports for Reinforcement Bolsters, chairs, spacers and other devices for spacing, supporting
and fastening reinforcement in place.
03301-3
fl
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
1. Use wire bar type supports complying with CRSI recommendations.
2. For slabs on grade, use supports with sand plates or horizontal runners where base
material will not support chair legs.
2.3 CONCRETE MATERIALS
A Portland Cement ASTM C 150, Type I.
1. Use one brand of cement throughout the project unless otherwise acceptable to the
Owner's Representative.
' B. Normal Weight Aggregates: .ASTM C 33.
C. Lightweight Aggregates: ASTM C 330.
1. Maximum Aggregate Size: Not larger than one -fifth of the narrowest dimension between
sides of forms, one-third of the depth of slabs, or wall, nor three -fourths of the minimum clear spacing between
individual reinforcing bars or bundles of bars.
D. Water. Clean, fresh, potable.
E. - Admixtures: Provide admixtures produced by established reputable manufacturers and use in
compliance with the manufacturer's printed directions. All admixtures shall be certified by manufacture to be
compatible with other requires admixtures.
1. Air -Entraining Admixture: ASTM C 260.
2. Water -Reducing Admixture: ASTM C 494, Type A
3. Set -Control Admixtures: ASTM C 494, as follows:
a. Type D, Water -Reducing and Retarding.
b. Type E, Water -Reducing and Accelerating.
4. High -Range Water -Reducing Admixture (Super Plasticizer): ASTM C 494, Type F or Type
G.
2.4 RELATED MATERIALS
A Waterstops: Waterstops shall be fabricated of virgin polyvinyl chloride with additives and shall
comply with Corps of Engineers CRD-C 572. Configuration of waterstop shall be as shown on the drawings.
' 03301-4
I
ri
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
' B. Vapor Retarder. Provide vapor retarder that is resistant to deterioration when tested in
accordance with ASTM E 154, as follows:
1. Polyethylene sheet not less than 8 mils thick.
PART 3 - EXECUTION
3.1 FORMS
A General: Design, erect support, brace, and maintain formwork to support static and dynamic
loads that might be applied during construction. Design of formwork for structural stability and efficiency is
Contractor's responsibility. Construct formwork so concrete elements are of correct size, shape, alignment,
elevation, and position. Maintain formwork construction tolerances complying with ACI 347.
3.2 PLACING REINFORCEMENT
IA General: Comply with the specified codes and standards and Concrete Reinforcing Steel
' Institute's recommended practice for "Placing Reinforcing Bars" for details and methods of reinforcement
placement and support and as herein specified.
B. All bars shall be free of mill scale, loose or thick rust, grease, paint, oil, dirt, or other defects
'
affecting strength or durability.
IC. All bending shall be done in the fabricating plant before shipment unless otherwise specified or
permitted by Owner's Representative. Al bends shall be made cold. The minimum radius of bends shall be four
times the diameter of the bar and as specified in ACI 318..
' D. All reinforcing steel shall be accurately placed and during the placing of concrete shall be firmly
held in place. Steel reinforcement shall not be welded.
' 3.3 CONCRETE PLACEMENT
A General: Place concrete in compliance with the practices and recommendations of ACI 304, and
as specified herein. Do not place any concrete until the Owner's Representative has reviewed the results of the
design mix 28 day test breaks and approval is given to proceed.
1. Placing Concrete: All mixing, conveying and placing of concrete shall meet the
requirements of ACI 318, where concrete is to be placed in freezing or near -freezing weather, it shall be
protected in accordance with recommended practice for cold weather concreting (ACI 306). Where concrete is
placed in hot weather, the recommended practice for hot weather concreting (ACI 305) shall be followed.
' 03301-5
L
I
Dickson Street Improvement Project 6/22/99
Water and Sewer Modifications
2. Concrete Sidewalk on Ground: The subgrade shall be in a moist condition at the time the
' concrete is placed. If necessary it shall be well sprinkled with water not less than 6 nor more than 20 hours in
advance of placing concrete. If it becomes dry prior to actual placing of concrete, it shall be sprinkled again but
pools of water should not.be formed and the subgrade shall not be muddy or soft when the concrete is placed.
3. Install waterstops as shown on the drawings.
' 4. Consolidation of Concrete: Concrete shall be consolidated with internal concrete vibrators
supplemented by hand -spading, rodding, and tamping. Vibrating equipment shall be adequate to thoroughly
consolidate the concrete.
3.4 CONCRETE CURING AND PROTECTION
A. General:
1. Protect freshly placed concrete from premature drying and excessive cold or hot
temperatures.
2. Start initial curing as soon as free water has disappeared from the concrete surface after
'
placing and finishing.
' 3. Begin final curing procedures immediately following initial curing and before the concrete
has dried. Continue final curing for at least 7 days and in accordance with ACI procedures. Avoid rapid drying at
the end of the final curing period.
' 4. Perform curing of concrete of moist curing by moisture -retaining cover curing, by curing and
sealing compound, or by combinations thereof.
' 3.5 FINISHING FORMED SURFACES
A Rough Form Finish:
1. Provide as -cast rough form finish to formed concrete surfaces that are to be concealed in
the finished work or by other construction, unless otherwise indicated.
2. Standard rough form finish shall be the concrete surface having the texture imparted by the
form facing material used, with tie holes and defective areas repaired and patched and all fins and other
projections exceeding 1/2" in height rubbed down or chipped off.
' 3.6 MONOLITHIC SLAB FINISHES
I
03301-6
H
I
I
I
I
H
L. J
I
HIGH
H
I
F
I
HI
I
Dickson Street Improvement Project
Water and Sewer Modifications
A Trowel Finish:
1. Apply trowel finish to monolithic slab surfaces that are to be exposed to view, unless
otherwise shown or specified, and slab surfaces that are to be covered with resilient flooring, thin -set ceramic or
quarry the, paint, or other thin-film finish coating systems. Tops of concrete curbs shall receive steel trowel finish.
2. After floating, begin the first trowel finish operation using a power -driven trowel. Begin final
troweling when the surface produces a ringing sound as the trowel is moved over the surface. Consolidate the
concrete surface by the final hand troweling operation, free of trowel marks, uniform in texture and appearance,
and finish surfaces to tolerances of F/F 20 - F/t.17. Grind smooth surface defects that would telegraph through
applied floor covering system.
B. Nonslip Broom Finish:
1. Apply a nonslip broom finish to exterior concrete platforms, steps, and ramps, and
elsewhere as indicated.
2. Immediately after trowel finishing, slightly roughen the concrete surface by brooming in the
direction perpendicular to the main traffic route. Use fiber -bristle broom unless otherwise directed. Coordinate
the required final finish with the Owner's Representative before application.
"END OF SECTION 03301"
03301-7
I
I
1
1
1
1
I
1
1
1
1
1
Dickson Street Improvement Project
Water and Sewer Modifications
OSHA TRENCH SAFETY REGULATIONS
6/22/99
OSHA Regulations (Standards — 29 CFR), Part 1926, Subpart P — Excavations" outlines specific Federal
government requirements for trench excavation and safety. A copy of Subpart P is available for review at
the office of the engineer. The complete document may also be viewed on the World Wide Web at
http://www.osha-
s1c crov OshStd toc/OSHA Std toc 1926 SUBPART P.html
"END OF DOCUMENT"
29CFR1926P-1
°ATEIMM//99
ACORD1 CERTIFICATE
OF LIABILITY INSURANCE 8/23/99
PRODUCER 501-664-7705 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
RAMSEY, KRUG, FARRELL & LENSING ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
8315 CANTRELL, SUITE 300 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P. 0. BOX 251 510 COMPANIES AFFORDING COVERAGE
LITTLE ROCK, AR 72225 COMPANY
A CNA Insurance Company
NSURED
COMPANY
United Plumbing L.L.C.
B
P.O. Box 67
COMPANY
Tontitown AR 72770
C
COMPANY
D
OVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTN
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE IMM/DD/YYI
POLICY EXPIRATION
DATE IMMIDD/YY)
LIMITS
A
GENERAL
LIABILITY
C1079408449
8/01199
8/01/00
GENERAL AGGREGATE
5 2000000
X
PRODUCTS - COMPIOP AGG
5 2000000
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE X OCCUR
PERSONAL & ADV INJURY
$ 1000000
OWNER'S & CONTRACTOR'S PROT
EACH OCCURRENCE
5 1000000
FIRE DAMAGE Any one fire)
S 300000
MED EXP Any one person)
$ 10000
A
AUTOMOBILE
LIABILITY
ANY AUTO
C1079408452
8/01/99
8/01/00
COMBINED SINGLE LIMIT
$ 1000000
X
BODILY INJURY
(Per person)
ALL OWNED AUTOS
SCHEDULED AUTOS
X
BODILY INJURY
IPer accident)
HIRED AUTOS
NON -OWNED AUTOS
X
PROPERTY DAMAGE
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
5
OTHER THAN AUTO ONLY.
ANY AUTO
EACH ACCIDENT
5
AGGREGATE
$
A
EXCESS LIABILITY
C1079014952
8/01/99
8/01/00
EACH OCCURRENCE
5 1000000
X UMBRELLA FORM
AGGREGATE
S 1000000
$
OTHER THAN UMBRELLA FORM
A
WORKERS COMPENSATION AND
EMPLOYERSLIABILITY
WC179014918
8/01/99
8/01/00
X
WC STATU-
TORY LIMITS
0TH
ER
EL EACH ACCIDENT
5 100000
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
EL DISEASE - POLICY LIMIT
5 500000
OFFICERS ARE: EXCL
EL DISEASE - EA EMPLOYEE
$ 100000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
JOB: DICKSON STREET IMPROVEMENT PROJECT
ERTIFICATE HOLDER
CANCELLATION
CITY OF FAYETTEVILLE
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
113 W. MOUNTAIN
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
FAYETTEVILLE, AR 72701
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OFANY KIND
ND UPON THE COMP ITS AGENTS OR REPRESENTATIVES.
AUTH! SENTAT
i
CORD 25-S (1/95) 1- 14
-
®ACORD CORPORATION 1988
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Employers Mutual Casualty Company Bond No. S258301
HOME OFFICE • DES MOINES
STANDARD CONTRACT BOND
KNOW ALL MEN BY THESE PRESENTS: That We United Plumbing, LLC
Tontitown. AR
(hereinafter called "Principal"), as Principal, and the EMPLOYERS MUTUAL CASUALTY COMPANY, a
corporation organized and existing under the laws of the State of Iowa with its principal office in the CITY
OF DES MOINES, IOWA, and authorized to transact business in the State of Arkansas
as Surety, are held and firmly bound unto City of Fayetteville, 113 W. Mountain, Fayetteville, AR 72701
(hereinafter called "Obligee"), in the penal sum of Five Hundred Ninety -Eight Thousand Nine
HundredSixty -One & Noll 00-------------------------------------------------------------------...--------------------------
DOLLARS ($598.961.00 ), good and lawful money of the United States of America, for the
payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors,
successors and assigns, jointly and severally firmly by these presents.
e
SEALED, with our seals and dated this 4/I1'Y
4)day of IA U ,A.D., 19 =�1 .
WHEREAS, the above boun an Principal as entered �'n❑to a certain written contract with the
above named Obligee, dated the th day of 19 9L
Dickson Street Improvement Project
Water and Sewer Modifications
which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein for the purpose of explaining but not of varying or enlarging the obligation.
NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, That if the
above bounden Principal shall well and truly keep, do and perform, each and every, all and singular, the
matters and things in said contract set forth and specified to be by the said Principal kept, done and
performed at the time and in the manner in said contract specified, and shall pay over, make good and
reimburse to the above named Obligee, all loss and damage which said Obligee may sustain by reason of
failure or default on the part of said Principal, then this obligation shall be void; otherwise, to be and
remain in full force and effect.
PROVIDED, HOWEVER, this bond is executed by the Surety, upon the express condition that no
right of action shall accrue upon or by reason hereof, to or for the use or benefit of any one other than the
Obligee named herein; and the obligation of the Surety is and shall be construed strictly as one of
suretyship only.
WITNESS:
United Plumbing, LLC
(Ptlnclol) (Seal)
(IF IndWWual m Firm)
BY:
EMPLOYERS MUTUAL CIaUALTY CO NY
//��
amyl (Seal)
ATTEST:
BY: L_ O�.s 4 / t
(ll Caommwn) Traci Wagner (AvomeyA d)
I
Employers Mutual Casualty Company Bond No. S258301
United Plumbing, LLC
(hereinafter called "Principal"), as Principal, and the EMPLOYERS MUTUAL CASUALTY COMPANY, a
corporation organized and existing under the laws of the State of Iowa and authorized to transact
business in the State of Arkansas ,(hereinafter called "Surety"), as Surety, are held and
firmly bound unto the City of Fayetteville, 113 W. Mountain, Fayetteville, AR 72701
(hereinafter called "Obligee"), in the penal sum of Five Hundred Ninety -Eight Thousand Nine Hundred
Sixty-one & No1100------------------------------------------------------------------------------------------ --------------------
DOLLARS ($598,961.00 ), good and lawful money of the United States of America, for the
payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors,
successors and assigns, jointly and severally, firmly by these presents.
SEALED with our seals and dated thi((���_
s�ay of A.D., 19 ______
WHEREAS, the above bounden Principal has entered into a certain written contract with the
above named Obligee, dated the 12� day of 19 ______
Dickson
Street
Improvement
Project
Water &
Sewer
Modifications
Which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, If the Principal shall promptly make payment to all persons supplying labor
and material in the prosecution of the work provided for in said contract, then this obligation to be void;
otherwise to remain in full force and virtue.
Signed and Sealed thi of �S A.D.,
UnitUniteI Plumbing,LLC
(Sago
(Seal)
EMPLO ERS MUTUAL CASUALTY COMPANY
I ^ t (Surety)
Traci Wagner (Attomey-in-Fad)
EMC Insurance Companies No. 386218
P.O. Box 712 • Des Moines, Iowa 50303
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation
2. EMCASCO Insurance Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation
4. Illinois EMCASCO Insurance Company, an Illinois Corporation
hereinafter referred to severally as "Companyand collectively as "Companies", each does, by these presents, make, constitute and appoint:
MICHAEL D. HALTER, BARBARATRUAX, TRACI WAGNER, KEVIN BRUICK, SHERRY JAGGERS, RANDY IRVIN, ALFRED L. WILLIAMS,
SYLVIAYEAGER, DEBBIE SIKES, INDIVIDUALLY, LITTLE ROCK, ARKANSAS..............................................................................................
5. Dakota Fire Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an Iowa Corporation
7. The Hamilton Mutual Insurance Company, an Ohio Corporation
its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a
similar nature as follows:
IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS............................................................................................... ($10,000,000.00)
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of
the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire April 1, 2002 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a
regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power
and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attomeyin-fact at any time and revoke
the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power -of -attorney issued to them,
to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and
other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company.
Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects
binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power -of -attorney of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed.
IN WITNESS WHEREOF, the Compa�s have caused these presents gsto be signed for each by their officers as shown, and the Corporate seats to be hereto affixed this
15th day of Mao /✓ J /' �
44,
.............. ...,,,,,,,r,...,,,,,r,,,,r
,. 0INSU '.•atE C00 J IVA0
OPYOIfli:_yJ pOOPfl URwI a 0 C >o0PVRflIr :i,
Eo SEAL is =o 1863 ?„�? _E 1953 S<5
airn111111 •
rnU,n,,,. ,ryuu,,,,.,,�
,JV uuryryq, ,Mu URAN O\11U4J „
.•``H URANC ' �,•`VHSUflAN :` I's UA(
S p,,o,uur,fC0 F'.aU„rr,,ceprP,u,r, Cqf,
`y4`yOPPORPR., Ot. `F 40PYORIli�
SEAL c?i SEAL a? s5 SEAL;=e
.
•
,,, /OWP ,.•', '..�flrH onr.o'.:' '.,,M0INEs��vv,--,•••
UTU
RUTA KRUMINS
MY COMMISSION EXPIRES
September 30, 2000
BruceG.Kelley,ChairmanIt Donald L. Coughenn er
of Companies 2, 3, 4, 5 & 6; President Assistant Secretary
of Company 1; Vice Chairman and
CEO of Company 7
On this 15th day of March AD 1999 before me a
Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Donald
L. Coughennower, who, being by me duly sworn, did say that they are, and are known to me
to be the Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary,
respectively, of each of The Companies above; that the seals affixed to this instrument are
the seals of said corporations; that said instrument was signed and sealed on behalf of each
of the Companies by authority of their respective Boards of Directors; and that the said
Bruce G. Kelley and Donald L. Coughennower, as such officers, acknowledge the execution
of said instrument to be the voluntary act and deed of each of the Companies.
My Commission Expires Sep er 30, 2000.
:•3#; fJ[dc�I15
Notary Public in and for the State of Iowa
I, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the
Companies, and this Power of Attorney issued pursuant thereto on March 15,1999
on behalf of Michael D. Halter, BarbaraTruax, Traci Wagner, Kevin Bruick, SherryJaggers, Randy rvin, Alfred L.Williams, iams, is eager,
are true and correct and are still in full force and effect. Debbie Sikes
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this of , ______-
1)-
'1'—€------- Vice -President