BidTron logo BidTron
Login Register

AZ

REV. 05/02/2024

Bullhead City

Score: 32 Validated: yes
Published
2026-03-30
Due
Not listed
Contact
Category flags
Water/Wastewater, Mining, Oil & Gas

Summary

REV. 05/02/2024 CITY OF BULLHEAD CITY, ARIZONA UTILITIES DEPARTMENT SPECIFICATIONS AND CONTRACT DOCUMENTS SOUTH SUPPLY LINE PHASE 3 PROJECT NO. 26-U-006 April 8, 2026 Page 2 of 67 REV. 05/02/2024 TABLE OF CONTENTS Article 1 - INVITATION TO BID & BID DOCUMENTS .............................................. 4 Article 2 – BID PROPOSAL .................................................................................... 10 Article 3 – BID SCHEDULE .................................................................................... 12 Article 4 – BID BOND ......................................... .................................................. 14 Article 5 – BIDDER’S STATEMENT OF QUALIFICATIONS .................................. 15 Article 6 – AGREEMENT........................................................................................ 20 Article 7 – NOTICES & LIEN RELEASES .............................................................. 24 Article 8 – GENERAL CONDITIONS ...................................................................... 28 Article 9 – SPECIAL PROVISIONS ........................................................................ 53 Article 10 – TECHNICAL SPECIFICATIONS ......................................................... 65 Article 11 – CONSTRUCTION DRAWINGS ........................................................... 67 Article 12 – FEDERAL FUNDING REQUIREMENTS ............................................ 68 Page 3 of 67 REV. 05/02/2024 City of Bullhead City, Arizona Construction Contract South Supply Line Phase 3 Project No. 26-U-006 THIS AGREEMENT, made and entered by and between CITY OF BULLHEAD CITY an Ariz ona municipal corporation, hereinafter designated the “CITY” and ____________ ___, Inc., an Arizona Corporation, hereinafter designated the "CONTRACTOR.” RECITALS A. The City Manager of the City o f Bullhead City, Arizona, is authorized and empowered by approval of the City Council to execute this contract for construction services. B. The Project involves the installation of an extension of a tank supply line for the Bullhead City public water supply system. C. The Contractor has represented to the City the ability to co nstruct the Project and based on this representation the City has engaged _______________________________ to construct the Project. AGREEMENT NOW THEREFORE, for and in consideration of the mutual covenants and considerations hereinafter contained, it is agreed by and between the City and the Contractor as follows: Page 4 of 67 REV. 05/02/2024 ARTICLE 1 - INVITATION TO BID & BID DOCUMENTS PROJECT NO. 2 6-U-006 1.0 INVITATION TO BID Req./Contract #: 26-U-006 Project Name: South Supply Line Phase 3 Bid Due Date / Time: April 29, 2026 / 3:00 PM Arizona Time Project Description: The Project involves the installation of a pproximately 4700 feet of 16-inch transmission main per drawings and specifications. This project also includes an additive alternative to install approximately 1450 feet of 10-inch distribution main per plans and specificat ions. The alternative is to be installed in the same trench as the transmission main. Sealed bids for the project specified will be received by the B ullhead City Clerk’s Office at the First Floor Receptionist Desk, 2355 Trane R oad, Bullhead City, Arizona, 864 42-5966 on the time and date specified. Bidders shall submit one original of their bid. Bids received b y the correct time and date will be opened and read aloud shortly thereafter in the City of Bullhead City, City Clerk’s office. Bids must be in the actual possession of the City Clerk’s office on or prior to the exact time and date indicated above. Late bids will not be considered under any circumstances. Bids must be submitted in a sealed opaque envelope with the Pro ject Name and the bidder's name and address clearly indicated on t he envelope. All bids must be com pleted in ink or typewritten on the form contained within the specifications titled Invitation for Bid. For information or to obtain plans, specifications and bid docu ments or to submit questions concerning the IFB, contact Norm Bogenschild, 2355 Trane Road, Bullhead City, Arizona 86442-5966, at phone (928) 763- 9400, ext. 8889, or at nbogenschild@bullheadcityaz.gov. Brief procedural questions may be submitted and responded to informally. Technical questions regarding the substance of this IFB must be submitted in writing or by email and received no later than 3:00 p.m. on April 15, 2 026. Questions may then be responded to by written amendment to this document. Oral statements or instructions do not constitute an amendment to the IFB. Only those plan holders registered with the City of Bullhe ad City will receive any modifications to the plans, specifications and bid documents and any notices that are issued during bidding. The City of Bullhead City reserves the right to accept or reject any or all responses or parts thereto. Plans may be reviewed at:  City of Bullhead City, Utilities Department, 2355 Trane Road, Bullhead City, AZ 86442-5966, (928) 763-9400, ext. 8840 Fax (928) 763-0131  Performance Graphics Digital Printing, 4140 S. Lynn Drive, Sui te 107, Fort Mohave, AZ 86426, (928) 763-6860  Dodge Digital Plan Room, 300 American Metro Blvd, Ste 185, Ham ilton, NJ 08619 Phone (877) 784-9556  Colorado River Building Industry Assoc., 2182 McCulloch Blvd, Suite #1, Lake Havasu City, AZ 86403, (928) 453-7755  Yuma Southwest Contractors Assoc., 2741 S. Eighth Ave., Ste B, Yuma, AZ 85364 (928) 539- 9035 Fax (928) 539-9036  Construction Notebook, 3131 Mea de Ave., Suite B, Las Vegas, NV 89102, (702) 876-8660 Fax (702) 876-5683  A&E Reprographics Plan Room, 1030 Sandretto Drive Suite F, Pre scott, AZ 86305, (928) 442- 9116 Fax (928) 776-1550  Sierra Plan Room, 3111 So. Valley View # B-120, Las Vegas, NV 89102, (702) 871-1077 Fax (702) 871-8220  Just Blueprints, 112 N. 8 th Street, Kingman, AZ 86401, (928) 753-0872 Fax (928) 753-0878  iSqFt/Grand Minority Contracts Planroom Partnership, 3301 N. 2 4th St., Phoenix, AZ 85016, 800- 364-2059 Fax (866) 570-8187 Page 5 of 67 REV. 05/02/2024  Construction Market Data, 30 Te chnology Parkway S., Ste. 100, Norcross, GA 30052, (800) 876- 4045 Fax (800) 642-2437  IDT Plan Room, 4633 E Broadway Blvd., Tucson, AZ 85711, (520) 319-0988 Fax (520) 319- 1430  Shirley’s Plan Service, 425 S . Plumer, Tucson, AZ 85719, (520) 791-7436 Fax (520) 882-9208  The Blue Book Building & Construction Network, 800 E Main St., Jefferson Valley, NY 10535, (888) 720-1710  https://www.bullheadcity.com/government/bid-information  https://www.publicpurchase.com BONDS: Bid Bond: 10% Payment Bond: 100% Performance Bond: 100% Project Completion Date: 90 Calendar days or less after Notice to Proceed. A Pre-Bid Conference will not be held. Any questions on the bid package should be directed to Norman Bogenschild via email to nbogenschild@bullheadcityaz.gov before 3:00 PM on Aril 15, 2026. City of Bullhead City reserves the right to accept or reject any or all bids or any part thereof and waive informalities deemed in the best interest of the City. Pursuant to the Americans with Disabilities Act (A DA), City of Bullhead City endeavors to ensure the accessibility of all of its programs, facilities and services to all persons with disabilities. If you need an accommodation for this meeting, please contact the Human Resources Director at (928) 763-9400, ext. 301, at least 24 hours prior to the meeting so that an accommodation may be arranged. 1.1 RECEIPTS AND OPENING OF BIDS The City of Bullhead City, Arizon a, (hereinafter called the "Owner” or the “City") invites Bids on the form attached hereto for the South Supply Line Phase 3. All blanks must be appropriately filled in. The bidder shall also c omplete and submit a form listing proposed subcontractors as enclosed herein. Bids for this project will be received by the City Clerk’s Office at the City of Bullhead City, 2355 Trane Road, Bullhead City, Arizona 86442-5966 until 3:00 PM. Arizona Time April 29, 2026, where the Bids will be publicly op ened and read aloud shortly thereafter. The Owner may, at its option, waive immaterial errors or omissi ons in bids not prepared and submitted in accordance with the provisions of this Invitation for Bids and/or the requirements of the City’s procurement ordinance or, alternatively, may reject any and all bids not prepared and submitted in accordance with the provisions of this Invitation for Bids a nd/or the requirements of the City’s procurement ordinance. Any Bid may be withdrawn prior to the above scheduled time for the opening of Bids or authorized postponement thereof. Any Bid received after the time and date specified shall not be considered. No bidder may withdraw a Bid within 90 calendar days after the actual date of the opening thereof. 1.2 PREPARATION OF BID Each Bid must be submitted on the presc ribed Form. All blank spaces for Bid prices must be filled in, in ink or typewritten, in both words and figures. Each Bid must be submitted in a sealed opaque envelope bearing on the outside the name of the bidder, the bidder's address, and the name of the project for which the Bid is submitted. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another envelope addressed as specified in the Bid form. The following fully-executed items shall be included with the b id submittal. Failure to include any of these items may result in that bid being considered incomplete, and the Bid may be rejected. Page 6 of 67 REV. 05/02/2024  Bid Proposal  Bid Schedule  Bid Bond  Bidder’s Statement of Qualifications  Affidavit of Non-Collusion  Acknowledgement of Each Addendum Issued 1.3 PRE-BID MEETING The pre-bid conference will be held for th is project at the time and place stipulated in Section 1.0 Invitation to Bid, or as modified by Addenda. 1.4 FACSIMILE BIDS OR MODIFICA TIONS No facsimile ("FAX") Bids or bid modifications will be accepted. Any proposed modifications to the Bid shall be made by an autho rized representative of the bidder in writing. 1.5 QUALIFICATIONS OF BIDDER The Owner may make investigations as he deems necessary to determine the qualifications and the ability of the bidder to p erform the Work, and the bidder shall furnish the Owner any information and data for this purpose as the Owner may request. The Owner may request other information and data from the bidder that may include: A list of any actions taken by the Arizona Registrar of Contra ctors to suspend and/or revoke the Contractor’s license of the bidder for a period of two years preceding the bid. The Owner reserves the right to reject any or all bids or withhold the award of a contract to any bidder for any reason the Owner determines in accordance with the prov isions of §34-201 (A) (4), Arizona Revised Statutes. All bidders and listed subcontractors must be valid Arizona Lic ensed Contractors at the time of Bidding, approved by the Arizona State Registrar of Contractors to do the type and amount of work specified in these documents. 1.6 ARITHMETIC DISCREPANCIES IN THE BID For the purpose of eva luating bids, the following criteria will be utilized by Owner in resolving arithmetic disc repancies found on the face of the Bid Schedule as submitted by bidders:  Obviously misplaced decimal points will be corrected;  In case of discrepancy between unit price and extended price, the unit price will govern;  Apparent errors in extension of unit prices will be corrected;  Apparent errors in addition of l ump sums and extended prices will be corrected; and  In case of discrepancy between words and figures in unit price s, the amount shown in words shall govern. For the purpose of Bid evaluati on, the Owner will evaluate the bids on the basis of the unit prices, extensions, and totals arrived at by resolution of arithmetic discrepancies as provided above. 1.7 INCOMPLETE BIDS Failure to submit a Bid on all items in th e Bid Schedule may result in that bid being considered incomplete, and the Bid may be rejected. Unit and/or lump sum prices must be shown for each Bid Item within the Schedule. 1.8 BID SECURITY Each bid must be accompanied by a bid bond in the form of a certified or cashier’s check made payable to the Owner in an amount equal to ten perce nt (10%) of the bid submitted, or alternatively, through a surety bond issued in the form substan tially similar to the one attached to these bid documents or on another form approved by the Owner in the amount of ten percent (10%) of the amount of the bid submitted that conforms with the requirements of §34-201, Arizona Revised Page 7 of 67 REV. 05/02/2024 Statutes (A.R.S.). The bond docu ment itself must contain the ac tual bid amount or higher. A statement inserted into the bond form such as “10% of the Bid Amount” is not acceptable. If the bid security provided by the bidder is in the form of a surety bond, solely a surety company or companies holding a certificate of authority to transact surety business in the State of Arizona, issued by the director of the Department of Insurance, pursuant to Title 20, Chapter 2, Article 1, shall execute the surety bond. An individual surety or sureties shall not execute the surety bond, even if the requirements of §7-101 A.R.S. are satisfied. The certified chec k, cashier’s check or surety bond submitted by each bidder as bid security shall be returned to t he bidders whose proposals are not accepted, and to the successful c ontractor upon the execution o f satisfactory payment and performance bonds for the construction contract, as provided fo r in these bid documents and under State law. 1.9 LIQUIDATED DAMAGES FOR FAIL URE TO ENTER INTO CONTRACT The successful bidder, upon failure or refusal to execute and deliver the Agreement, Bonds, and certificates required within ten calendar days from the date of the Notice of Award, shall f orfeit to the Owner, as liquidated damages for the failure or refusal, its bid bond and shall owe the Owner the difference between its bid and the amount of the contract actually entered into with another party. 1.10 SECURITY FOR FAITHFUL PERFO RMANCE AND PAYMENT Simultaneously with his delivery of the executed Contract, the successful bidder shall furnish on t he forms provided herein, in a sum equal to 100% of the face amount of the Contract awarded: 1) a surety bond as security for the performance of the Contract awarded; and 2) a surety bond as security for the payment of all persons performing labor or furnishing materials in connection with the project under the Contract awarded, as specified in the General Conditions included herein. In acco rdance with Section §34-201 of the Arizona Revised Statutes, commonly known as Arizona’s Little Miller Act, payment and performance bonds shall be issued by a duly authorized surety company satisfactory to the Owner and authorized to transact business in the State of Arizona. All bonds shall be issued by a surety insurer possessing at least a ”A” rating, based upon the most recent issue of Best’s Insurance Guide. 1.11 POWER OF ATTORNEY Attorne ys-in-fact who sign Bid Bonds or Contract bonds must file with each bond a certified and effectively dated copy of their power-of-attorney. 1.12 LAWS AND REGULATI ONS The bidder's attention is directed to the fact that all applicable Federal Laws, State Laws, municipal ordinances, and the rules and regul ations of all authorities having jurisdiction over construction o f the project shall apply to th e Contract throughout, and they will be deemed to be included in the Contract the same as though herein written out in full. 1.13 METHOD OF AWARD/PROTEST The Owner shall award the Contract to the lowest responsive and responsible bidder, in accordance with §34-201 and §34-221 of t he Arizona Revised Statutes. Any protest of a bid selected for award shall be submitted in accor dance with City Administrative Regulation 2-1, Section 1.9, within 10 days of notice of the pe nding award. Contact the City representative listed under Section 1.0 herein for submission details. 1.14 OBLIGATION OF THE BIDDE R At the time of the opening of Bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly f amiliar with the Plans and Contract Documents (including all Addenda, if applicable). The failure o r omission of the bidder to examine any form, instrument or document, or site changes due to natural causes, shall in no way relieve any bidder from any obligation in respect to his bid. Site changes due to natural causes prior to Bid opening shall not be cause for Bid alteration or withdrawal. 1.15 TIME OF COMPLETION AND LIQUIDATED DAMAGES The bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" from the Owner, and to complete all of the work and achieve Final Acceptance on or before a com pletion date to be specified in the written “Notice to Proceed.” The bidder agrees to pay actual damages related to the cost of completion as set forth in Section 8.58 and as elsewhere assessable herein, and liquidated damages, intended to compensate the City Page 8 of 67 REV. 05/02/2024 for injury resulting from the delay. The bidder agrees to pay as liquidated damages the sum indicated in the following “Schedule of Li quidated Damages” and as provid ed in Section 8.62 of the General Conditions, for each calendar day that the Contract remains inc omplete. Note that these damages apply for special scheduled completion dates for miscellaneous elements as defined in the special provisions. For the purposes of determining the calendar day ra te of Liquidated Damages for the Project, the Original contract amount shall be that which is in cluded in the Agreement between the Owner and the Contractor for the Project. SCHEDULE OF LIQUIDATED DAMAGES Original Contract Amount Daily Charges From To and Including Calendar Day Rate $0 $25,000.00 $300 $25,000.01 $50,000.00 $325 $50,000.01 $100,000.00 $364 $100,000.01 $500,000.00 $559 $500,000.01 $1,000,000.00 $741 $1,000,000.01 $2,000,000.00 $923 $2,000,000.01 $5,000,000.00 $1,391 $5,000,000.01 $10,000, 000.00 $1,846 $10,000,000.01 $10,000, 000.01+ $2,314 1.16 CONDITIONS OF WORK Each bidder must research the conditio ns relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of the obligation to furnish all material and labor necessary to carry out the provisions of the Contract. Insofar as possible, the Contractor, in performing the work, mu st employ methods or means as will not cause any interruption of or interference with the work of any other Contractor. 1.17 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of the Plans, Specifications, or other pre-bid documents will be made to any bidder orally. Every request for interpretation shall be in writing addressed to the Bullhead City Utilities Department at 2355 Trane Road, Bullhead City, AZ 86442-5966, and to be given consideration, must be received at least seven calendar days prior to the date fixed for the opening of Bids. Any and all interpretations and any supplemental instructions will be in the form of written Addenda to the Specifications which, if issued, will be sent to all prospective bidders (at the resp ective addresses furnished for such purposes), not later than five calendar days prior to the date fixed for the opening of Bids, provided that the prospective bidders are registered plan holders on the project with the City of Bullhead City. The Owner will send all addenda by FAX or e-mail, or if p ractical, by U.S. Mail. Failure of any bidder to incorporate any Addendum or interpretation or to be r egistered with the City of Bullhead City for the project shall not relieve bidder from any obligati on under his/her bid as submitted. All Addenda so issued shall become part of the Contract Documents. 1.18 CONFLICT OF INTEREST Pursuant to A.R.S. Section §38-511, t his Contract is subject to cancellation by Owner if any person significantly involved initiating, negotiating, securing, drafting or creating the Contract on behalf of the City of Bullhead City is , at any time while the Contract is in effect, an employee of any other party to the Contract in any c apacity or a consultant to any other party of the Contract with respect to the subject matter of the Contract. Page 9 of 67 REV. 05/02/2024 1.19 NON-COLLUSION The bidder w ill be required to complete, no tarize and submit as part of this bid package the "Non Collusion Affidavit" form, as attached herein. Failure of the bidder to submit a properly executed affidavit may be grounds for rejection of the bid. 1.20 EXAMINATION OF THE PLANS AND SPECIFICATIONS Each Bid shal l be made in accordance with the Plans and Specifications, which may be examined at the following locations:  City of Bullhead City, Utilities Department 2355 Trane Road, B ullhead City, AZ 86442-5966, (928) 763-0128 Fax (928) 763-0131  Performance Graphics Digital Printing, 4140 S. Lynn Drive, Sui te 107, Fort Mohave, AZ 86426, (928) 763-6860  Dodge Digital Plan Room, 300 American Metro Blvd, Ste 185, Ham ilton, NJ 08619 Phone (877) 784-9556  Colorado River Building Industry Assoc., 2182 McCulloch Blvd, Suite #1, Lake Havasu City, AZ 86403, (928) 453-7755  Yuma Southwest Contractors Assoc., 2741 S. Eighth Ave., Ste B, Yuma, AZ 85364 (928) 539- 9035 Fax (928) 539-9036  Construction Notebook, 3131 Mea de Ave., Suite B, Las Vegas, NV 89102, (702) 876-8660 Fax (702) 876-5683  A&E Reprographics Plan Room, 1030 Sandretto Drive Suite F, Pre scott, AZ 86305, (928) 442- 9116 Fax (928) 776-1550  Sierra Plan Room, 3111 So. Valley View # B-120, Las Vegas, NV 89102, (702) 871-1077 Fax (702) 871-8220  Just Blueprints, 112 N. 8 th Street, Kingman, AZ 86401, (928) 753-0872 Fax (928) 753-0878  iSqFt/Grand Minority Contracts Planroom Partnership, 3301 N. 2 4th St., Phoenix, AZ 85016, 800- 364-2059 Fax (866) 570-8187  Construction Market Data, 30 Te chnology Parkway S., Ste. 100, Norcross, GA 30052, (800) 876- 4045 Fax (800) 642-2437  IDT Plan Room, 4633 E Broadway Blvd., Tucson, AZ 85711, (520) 319-0988 Fax (520) 319- 1430  Shirley’s Plan Service, 425 S . Plumer, Tucson, AZ 85719, (520) 791-7436 Fax (520) 882-9208  The Blue Book Building & Construction Network, 800 E Main St., Jefferson Valley, NY 10535, (888) 720-1710  https://www.bullheadcity.com/government/bid-information  https://www.publicpurchase.com Page 10 of 67 REV. 05/02/2024 ARTICLE 2 – BID PROPOSAL PROJECT NO. 26-U-006 The following Sections prescribe the proper form for bid proposal. 2.0 BID PROPOSAL PROJECT NO: 26-U-006 PROJECT NAME: South Supply Line Phase 3 The undersigned, as bidder, declares that we have received and examined the Bid documents entitled “South Supply Line Phase 3” and will contract with the OWNER, on the form of Agreement provided herewith, to do everything required for the fulf illment of the contract for the project at the prices and on the terms and conditions of the Bid documents, drawing, etc. We agree that the following shall form a part of this proposal: A r t i c l e T i t l e 2.0 Bid Proposal 3.0 Bid Schedule 4.0 Arizona Statutory Bid Bond 5.0 Bidder's Statement of Qualifications We acknowledge that addenda numbers ________ have been received and have been examined as part of the Contract Documents. We certify that our proposal is genuine, and not sham or collus ive, nor made in the interest or behalf of any undisclosed person, organization, o r corporation, and that we h ave not directly or indirectly induced or solicited any other bidder to put in a sham bid, or directly or indirectly inducted or solicited any other potential bidder to refrain from bidding, and that we have not in any manner sought by collusion to secure an advantage over any other bidder. The bidder agrees that this Bid shall be good and may not be withdrawn for a period of 90 calendar days after the scheduled closing time for receiving Bids. Upon receipt of written notice of the acceptance of this bid, b idder shall execute the formal Agreement attached within 10 calendar days and deliver a Performance Bond , Payment Bond, and Certificates of Insurance as required by Sections 8.69 & 8.70 of the General Conditions within the same time. We hereby declare that we have visited the site and have carefully examined the Contract Documents relating to the work covered by the above bid or bids. Enclosed herewith is a certified or cashier's check or bid bond, payable to the City of Bullhead City, Arizona, in the amount of ten percent (10%) of the total bid. This check or bond is submitted as a guarantee that we will enter into a Contract, and furnish the required bonds in t he event a contract is awarded us. The bid security attached, without endorsement, is to become the property of the City of Bullhead City, Arizona, in the event the Contract and Bonds are not executed within the time s et forth, as a portion of the liquidated damages for delay and additional work caused thereby (see Section 1.9). We understand that the City of Bullhead City, Arizona reserves the right to reject any and/or all bids or any part thereof or to waive any informalities in any bid, deemed by them to be for the best interests of the City of Bullhead City, Arizona. Dated this _____ day of _______________, 2026. Respectfully Submitted By: __________________________ Title: __________________________ Name of Firm: ______________________________________________________________________ Page 11 of 67 REV. 05/02/2024 Address ___________________________________________________________________________ Phone: _______________________________ Fax: ______ ________________ Seal - If bid by a Corporation: Arizona Contractor's License No.:__________________ Type_______________________ Page 12 of 67 REV. 05/02/2024 ARTICLE 3 – BID SCHEDULE PROJECT NO. 26-U-006 3.0 BID SCHEDULE CONTRACT FOR: South Supply Line Phase 3 The undersigned bidder, having examined and determined the scop e of the Contract Documents, hereby proposes to perform the work described therein for the following unit prices or lump sum amounts. Note: Bids shall include sales tax and all other applicable tax es and fees. All bids shall be checked for errors. If errors are made, unit prices shall govern and corrections will be made according to the unit price and totals will be revised to reflect the corrections. Bid Item Spec # Quantity Unit Description Unit Cost Total Cost 1 1 LS Mobilization – Demobilization (no more than 3% of total bid), Bonds, and Insurance 2 M.A.G. 401 1 LS Traffic Control 3 M.A.G. 405 3 EA Survey Monuments 4 1 LS Stormwater BMPs 5 M.A.G. 355 10 EA Utility Po tholes (Keyhole Method) 6 1 LS Construction Staking 7 1 LS Striping, Pavement Markings, and Signage 8 M.A.G. 310 750 TON Aggr egate Base Course 9 M.A.G. 315 340 GAL Bituminous Prime Coat 10 M.A.G. 317 750 SY Asphalt Milling 11 M.A.G. 336 170 TON Asphalt Concrete Pavement 12 M.A.G. 329 40 GAL Tack Coat 13 M.A.G. 610 4700 LF 16” PVC (DR-14) Water (C900) 14 M.A.G. 620 61 LF 30” Steel Casing 15 M.A.G. 630 1 LS Water Valves and Accessories 16 1 LS Installation Page 13 of 67 REV. 05/02/2024 17 1 LS Owner Contingency 10% Base Bid Total Additive Alternative 18 M.A.G. 610 1450 LF 10” PVC (DR-14) Water (C900) 19 M.A.G. 630 1 LS Water Valves and Accessories 20 1 LS Installation 21 1 LS Owner Contingency 10% Additive Alternative Total Total (Base + Additive Alternative) Total Bid Amount (Items 1 through 21 above): __________________ __________________________(In Words). ($____________.00) Calendar Days Vendor requires to Com plete Total Project: 90 Calendar days or less after Notice to Proceed. This Proposal is submitted by ____________________________, a corporation or limited liability company organized under the la ws of the State of _______________, or a partnership consisting of ___________________________ or indivi dual trading as __________________ and is the holder of Arizona Contractor’s License No.\ ________ ____________: Bullhead City License No:\____________________ (City License not required at time of Bid but must be obtained prior to issuance of Notice to Proceed.) Respectfully submitted, ________________________________________ ______________________________________ Company Name Signature of Authorized Person ________________________________________ ______________________________________ Address Printed Name _________________________________________ ______________________________________ City State Zip Title _________________________________________ ___________________ ___________________ T e l e p h o n e T e l ephone ________________________________________ ______________________ _________________ E m a i l E m a i l _________________________________________ _____________________ __________________ F a x F a x Page 14 of 67 REV. 05/02/2024 ARTICLE 4 – BID BOND PROJECT NO. 26-U-006 4.0 ARIZONA STATUTORY BID BOND PURSUANT TO TITLES 28, 34 AND 41, ARIZONA REVISED STATUTES (Penalty of this bond must not be less than 10% of the bid amount) KNOW ALL MEN BY THESE PRESENTS: That, ____________________________________________________________(hereinafter "Principal"), as Principal, and ___________________________, (hereinafter "Surety"), a corporation organized and existing under the laws of the State of _________________________, with its principal offices in the City of __________________________, holding a certificate of authority to transact surety business in Arizona issued by the Director of the Department of Insurance pursuant to Title 20, Chapter 2, Article 1, as Surety, are held and firmly bound unto the City of Bullhead City, Arizo na, (hereinafter "Obligee"), as Obligee, in the amount of Ten Percent (10%) of the amount of the bid of Principal, submitted by Principal to the Obligee for the work described below, for the payment of which sum, the Principal and Surety bind themselves, and their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid of (insert actual amount of bid or higher) $__________________ to furnish all of the material, supplies, tools, equipment, labor and other services necessary for the construction and completion of Project No. 26-U-006 known as the South Supply Line Phase 3 NOW, THEREFORE, if the Obligee shall accept the proposal of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of the proposal and give the bonds and certificates of insurance as specified in the standard specifications with g ood and sufficient surety for the faithful performance of the contract and for the prompt payment of labor and materials furnished in the prosecution of the contract, or in the event of the failure of the Principal to enter into the contract and give the bonds and certificates of insurance, if the Principal pays to the Obligee the difference not to exceed the penalty of the bond between the amount specified in the proposal and such larg er amount for which the Obligee may in good faith contract with another party to perform the work covered by the proposal then this obligation is void. Otherwise it remains in full force and effect provided, however , that this bond is executed pursuant to the provisions of Section §34-201, Arizona Revised Statutes, and all liabilities on this bond shall be determined in accordance with the provisions of that section to the extent as if it were copied at length herein. Witness our hands this ________ day of _______________, 20___. ___________________________________ __________________________ ______ PRINCIPAL SEAL SURETY SEAL By:_______________________________ By:________________________ ___________ Attorney-in-Fact Its:________________________________ _________________________ _____________ Agency of Record Agency Address Page 15 of 67 REV. 05/02/2024 ARTICLE 5 – BIDDER’S STATEMENT OF QUALIFICATIONS PROJECT NO. 26-U-006 5.0 BIDDER'S STATEMENT OF QUALIFICATIONS The Undersigned certifies the truth and correctness of all stat ements and of all answers to questions made hereinafter. SUBMITTED TO: City of Bullhead City Utilities Department Attention Jacklyn Renfroe Administrative Analyst 2355 Trane Road Bullhead City, AZ 86442-5966 SUBMITTED BY: NAME: ____ ______________________________ [ ] Cor poration [ ] LLC [ ] Partnership ADDRESS: _______________________________ [ ] Individual [ ] Joint Venture PRINCIPAL OFFICE: _______________________ [ ] Other (NOTE: Attach separate sheets as required) How many years has your organization been in business as a Contractor?______________________ How many years has your organization been in business under its present business name? ________ If a Corporation or LLC, answer the following: Date of Incorporation: __________________________ Fed. Tax I.D. #: ________________________________ State of Incorporation/Organization: _______________ President: ____________________________________ Vice President(s): ______________________________ ______________________________ Secretary: _____________________________________ Treasurer: _____________________________________ Members:_____________________________________ Managers:_____________________________________ If a Partnership, answer the following: Date of organization: ___________________________ Type of Partnership: ____________________________ (General/Limited/Assoc.) Name and Address of all partners. ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ If other than a Corporation, LLC or Partnership, describe Organization and name Principals: ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ What percent of the work do you normally perform with your own forces? List trades: ___________________________ _______________________ _________________________ ___________________________ _______________________ _________________________ ___________________________ _______________________ _________________________ Page 16 of 67 REV. 05/02/2024 Have you ever failed to complete any work awarded to you? If so, indicate when, where and why: ___________________________________________________________________________________ ___________________________________________________________________________________ Have you had any OSHA violations within the last 10 years by or against your organization or its officers? _____ if yes, please provide details ______________________________________________________ ___________________________________________________________________________________ Has any Officer or Partner of your Organization ever been an Officer or Partner of another Organization that failed to complete a construction contract? ____________ If so, state circumstances: __________________________________________________________________________________ __________________________________________________________________________________ List major construction projects your Organization has under contract on this date: List similar construction projects your Organization has completed in the past five years: Project Name Owner Engineer Contract Amount Date Awarded Date Completed Percent with Own Forces List the construction experience of the principal individuals in your Organization: Individual's Name Construction Experience – Years Within Your Or ganization Present Position & Years’ Experience Dollar Volume Responsibility Previous Position & Years’ Experience Project Name Name, Address & Telephone Number of Owner Engineer Contract Amount Contract Date Percent Complete Scheduled Completion Page 17 of 67 REV. 05/02/2024 List states and categories in which your Organization is legally qualified to do business: ___________________________________________________________________________________ ___________________________________________________________________________________ Bank References: ___________________________________________________________________________________ ___________________________________________________________________________________ Trade References: ___________________________________________________________________________________ ___________________________________________________________________________________ Name of Bonding and Insurance Companies and Name and Address of Agents: __________________ ___________________________________________________________________________________ ___________________________________________________________________________________ State maximum bonding capacity: ________________________________________________________ Is there any pending litigation by or against your organization, its principals or officers? _____ if yes, please provide details _____________________________________________________________________________________ ___________________________________________________________________________________ Are there any judgments that have been entered by a court of competent jurisdiction against your organization, its principals or officers during the last three years? If yes, please provide details. _______ ___________________________________________________________________________________ List of subcontractors. In accordance with Article 1 of the Inv itation to Bid & Bid Documents, the following is a breakdown of subcontractors anticipated to be used for comple ting this project and their approximate percentage of work to be performed. The Contractor is not required to submit with its bid a complete list of all subcontractors contemplated to be utilized on the project, and failure to submit a complete list shall not render a bid incomplete or unresponsive. A complete list of all subcon tractors proposed on the project is not considered a material part of the bid submittal. Refer to Section 8.74 of the General Conditions for additional information. The bidder certifies that all subcontractors listed are eligibl e to perform Work on public works projects pursuant to A.R.S. § 34-241. Subcontractor Description of Work % Total Project Page 18 of 67 REV. 05/02/2024 Total % of all subcontractor’s work on project Total % for Contractor Dated at _____________this _______ day of _______________, 2026 Name of Organization: _____________________________________________________ By: __________________________________Title: ______________________________ Page 19 of 67 REV. 05/02/2024 5.1 AFFIDAVIT AFFIDAVIT OF CONTRACTOR CERTIFYING THAT THERE WAS NO COLLUSION IN BIDDING FOR CONTRACT STATE OF ______________ ) ) ss COUNTY OF _____________ ) _________________________________________________ (NAME OF INDIVIDUAL) BEING DULY SWORN, DEPOSES AND SAYS: THAT HE/SHE IS____________________________________________________ (TITLE) OF ____________________________________________________________ (NAME OF BUSINESS) THAT PURSUANT TO SECTION §34-253 OF THE ARIZONA REVISED STATUTE S, HE/SHE CERTIFIES AS FOLLOWS: THAT NEITHER HE/SHE NOR ANYONE ASSOCIATED WITH SAID ____________________________________________________________ (NAME OF BUSINESS) HAS DIRECTLY, OR INDIRECTLY, ENTERED INTO ANY AGREEMENT, PARTICIPATED IN ANY COLLUSION OR OTHERWISE TAKEN ANY ACTION IN RESTRAINT OF FREE CO MPETITIVE BIDDING IN CONNECTION WITH THIS PROJECT. By: __________________________________________________ NAME ______________________________________________________ T I T L E ______________________________________________________ NAME OF BUSINESS SUBSCRIBED AND SWORN TO BEFORE ME THIS _______ DAY OF ______________, 2026 MY COMMISSION EXPIRES: _______________ _____________ NOTARY PUBLIC: ____________________________ Page 20 of 67 REV. 05/02/2024 ARTICLE 6 – AGREEMENT PROJECT NO. 26-U-006 6.0 AGREEMENT THIS AGREEMENT, made this ____ day of ___________, 2026, by and between the CITY OF BULLHEAD CITY, an Arizona municipal corporation (“Owner”), and _________ ____________________, an ________________ organized under the laws of the State of _____ ______ (herein after designated the “Contractor”). RECITALS WHEREAS, the Owner has developed conceptual plans for and desires to construct the South Supply Line Phase 3 project; and WHEREAS, Contractor represents that it possesses the experience , competence, equipment and financing to properly perform such work, and has formally proposed to do so, and to furnish all necessary labor, materials, and equipment and services therefore in accordance with said plans, and subject to the terms and conditions hereof. AGREEMENT NOW, THEREFORE, in consideration of these premises and the mutu al covenants herein set forth, it is hereby agreed as follows: 1. The Contractor will commence a nd complete in its entirety the construction of the South Supply Line Phase 3 project, all as attached and outlined in the Contract Documents. 2. The Contractor will furnish a ll of the material, supplies, t ools, equipment, labor and other services necessary for the construction and completion of the project described herein. 3. The Contractor will commence the work required by the contra ct documents within ten calendar days after the date of the Notice To Proceed and will complete the same as follows: All work shall be completed with in 90 Calendar days or less after Notice to Proceed. The period for completion may be extended by a properly execut ed Change Order approved by the City. 4. Liquidated Damages: Owner a nd Contractor recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the project is not completed within the time specified in Section 3 above, plus any extensions thereof allowed in accorda nce with the General Conditions. This sum is fixed and agreed upon between the parties because the actual loss to the City and to the public caused by delay in completion will be impractical and ex tremely difficult to ascertain and determine. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the act ual losses or damages (including special, indirect, consequential, incidental and any other losses or damages) suffered by Owner i f a complete acceptable Project is not delivered on time. Accordingly, and instead of requiring proof of such losses or damages related to delay, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay to the Owner sums as defined in the Schedule of Liquidated Damages as provided in Section 1.15 per calendar day that expires after the time specified in Section 3 for delivery of acceptable bid items, and as provided in Section 8.62 of the General Conditions. 5. The Contractor agrees to perform all of the work described i n the contract documents and comply with the terms therein for the sum of $___________ as shown in the bid schedule. 6. The term "Contract Documents" means the attached Final Contract, pages ______ and includes the following: a. Advertisement for Bids Page 21 of 67 REV. 05/02/2024 b. Bid Schedule c. Bid Bond d. Agreement e. Bidder's Statement of Qualifications f. Non-Collusion Affidavit g. Payment Bond h. Performance Bond i. Notice of Award j. Notice to Proceed k. Certificate of Completion l. Unconditional Waiver & Lien Release m. General Conditions n. Special Provisions o. Technical Specificati ons/General Provisions p. Construction Contract Drawings/Plans q. Change Order(s) r. Addenda: ____ 7. The Owner will pay Contractor in the manner and at such time s as set forth in the General Conditions such amounts as required by the contract documents. 8. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assignees. PROJECT NO. 26-U-006 IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in three copies, each of which shall be deemed an original on the date approved by Council written below. THE CITY OF BULLHEAD CITY COMPANY NAME By:_____________________________ ______ By:____________________ __________ ______ Toby Cotter, City Manager Date Name, Title Dat e A T T E S T By:_____________________________ Debie Ogden, City Clerk (SEAL) APPROVED AS TO FORM By: ____________________________ ______ Garnet Emery, City Attorney Date Mail or email all invoices to: APPROVAL OF DEPARTMENT DIRECTOR City of Bullhead City J a c k l y n R e n f r o e Utilities Department By: ____________________________ ______ 2355 Trane Road Mark Clark Date Bullhead City, AZ 86442-5966 Utilities Director jrenfroe@bullheadcityaz.gov APPROVED BY COUNCIL _________________________, 2026 Page 22 of 67 REV. 05/02/2024 6.1 ARIZONA STATUTORY PERFORMANCE BOND PURSUANT TO TITLES 28, 34, AND 41, ARIZONA REVISED STATUTES (Penalty of this bond must be 100% of the Contract amount) KNOW ALL MEN BY THESE PRESENTS THAT: _ (hereinafter "Principal"), as Principal, and _ (hereinafter "Surety"), a corporation organized and existing under the laws of the State of _ w i t h i t s p r i n c i p a l o f f i c e i n t h e C i t y o f , h o l d i n g a c e r t i ficate of authority to transact surety business in Arizona issued by the Director of Insurance pursuant to Title 20, Chapter 2, Article 1, as Surety, are held and firmly bound unto City of Bullhead City, Arizona (hereinafter "Obligee") in the amount of ___________________________________ (Dollars) ($_______________ _), for the payment whereof, Principal and Surety bind themselves, and their heirs, administ rators, executors, suc cessors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day o f _______________, 2026, to furnish all of the material, supplies , tools, equipment, labor and other services necessary for the construction and completion of South Supply Line Phase 3 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, THE CONDITION OF THE OBLIGATION IS SUCH, that i f the Principal faithfully performs and fulfills all of the undertakings, covenants, terms , conditions and agreements of the contract during the original term of the contract and any extension of the contract, with or without notice of the Surety, and during the life of any guarantee required under the contrac t, and also performs and fulfills all of the undertakings, covenants, terms, conditions and agreements of al l duly authorized modifications of the contract that may hereafter be made, notice of which modificati ons to the Surety being hereby waived, the above obligation is void. Otherwise it remains in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Title 34, Chapter 2, Article 2, Arizona Revised Statutes, and all liabilities on this bond s hall be determined in accordance with the provisions of Title 34, Chapter 2, Article 2, Arizona Revised Statutes, to the same extent as if it were copied at length in this agreement. The prevailing party in a suit on this bond shall recover as part of the judgment reasonable attorney fees that may be fixed by a judge of the court. Witness our hands this _____ day of , 2026. __________________________________ PRINCIPAL SEAL __________________________________ BY:________________________ __________ AGENCY OF RECORD __________________________________ ___________________________ __________ AGENCY ADDRESS S U R E T Y SEAL __________________________________ BY: _______________________ ___________ Page 23 of 67 REV. 05/02/2024 6.2 ARIZONA STATUTORY PAYMENT BOND PURSUANT TO TITLES 28, 34, AND 41, ARIZONA REVISED STATUTES (Penalty of this bond must be 100% of the Contract amount) KNOW ALL MEN BY THESE PRESENTS THAT: ______________________________________________ (hereinafter "Principal"), as Principal, and (hereinafter Surety), a corporation organized and existing under the laws of the State of with its principal office in the City of , holding a certificate of authority to transact surety business in Arizona issued by the Director of the Department of Insurance pursuant to Title 20, Chapter 2, Article 1, as Surety, are held and firmly bound unto the City of Bullhead City, Arizona (hereinafter "Obligee") in the amount of (Dollars) $ ), for the payment whereof, Princi pal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contr act with the Obligee, dated the day of _______________, 20___, to furnish all of the material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the South Supp ly Line Phase 3 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, THE CONDITION OF THE OBLIGATION IS SUCH, that if the Principal promptly pays all monies due to all persons supplying labor or materials to the Principal or the Principal's subcontractors in the prosecution of the work provided for in the contract, this obligation is void. Otherwise it remains in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Title 34, Chapter 2, Article 2, Arizona Revised Statues, and all liabilities on this bond sh all be determined in accordance with the provisions, conditions and limitations of Title 34, Chapter 2, Article 2, Arizona Revised Statutes, to the same extent as if it were copied at length in this agreement. The prevailing party in a suit on this bond shall recover as part of the judgment reasonable attorney fees that may be fixed by a judge of the court. Witness our hands this ________day of ______________, 2026. __________________________________________ PRINCIPAL SEAL ___________________________________ BY:_______________________ __________ AGENCY OF RECORD ___________________________________ __________________________ __________ AGENCY ADDRESS S U R E T Y SEAL ___________________________________ BY:______________________ ___________ Page 24 of 67 REV. 05/02/2024 ARTICLE 7 – NOTICES & LIEN RELEASES PROJECT NO. 26-U-006 7.0 NOTICE OF AWARD Date: ________________________ To: ________________________ ________________________ ________________________ PROJECT DESCRIPTION: South Supply Line Phase 3, Project No. 26-U-006 The Owner has considered the bid submitted by you, dated _____________, in response to its Advertisement for bids and Invitation to Bid for the above described work. You are hereby notified that your bid has been accepted for items in the amount of $________________. You are required by the Invitation to Bid to execute the Agreem ent and furnish the required Contractor’s Performance Bond, Payment Bond, and Certificates of General Lia bility & Property Insurance, Automobile, and Workmen's Compensation Insurance within ten calendar days from the date of this notice. You are also required to furnish proof of a current City of Bullhead City Business License. If you fail to execute the Agreement and to furnish the bonds, insurance certificates and executed Agreement within ten calendar days from the date of this Notice, the Owne r will be entitled to consider all your rights arising out of the Owner’s acceptance of your bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to all other rights as may be granted by law. You are required to return all documents and an acknowledged co py of this NOTICE OF AWARD to the owner at: City of Bullhead City Utilities Department Attention Jacklyn Renfroe Administrative Analyst 2355 Trane Road Bullhead City, AZ 86442-5966 By: _______________________________ Dated this ___ day of ____ __________, 2026 Project Manager Acceptance of Notice: (The Contractor shall return a signed copy of this notice to the owner.) Receipt of this NOTICE OF AWARD is hereby acknowledged by: ________________________________ Dated this _____ day of ______ ___________, 2026 CONTRACTOR Print Name: __________________________ Title: __________________________ Page 25 of 67 REV. 05/02/2024 7.1 NOTICE TO PROCEED Date: ______________________ TO: ______________________ ______________________ ______________________ RE: CITY OF BULLHEAD CITY BID for the South Supply Line Phase 3, Project No. 26-U-006 You are hereby notified to commence work on the project in acco rdance with the Agreement dated _____________, 2026, within ten calendar days of the date of this Notice to Proceed, which is the effective date of the notice for the project, and you are to complete the work within ______ calendar days or less after Notice to Proceed. The date for completion of the work is therefore ______________, 2026. OWNER: City of Bullhead City By: ________________________________________________________ Project Manager ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged This, the ____ day of __________________, 2026 Contractor: _______________________________ Signature: _______________________________ Print Name: ______________________________ Title: ____________________________________ Note: The Contractor shall return a signed copy of this Notice to the Owner at: City of Bullhead City Utilities Department Attention Jacklyn Renfroe Administrative Analyst 2355 Trane Road Bullhead City, AZ 86442-5966 Page 26 of 67 REV. 05/02/2024 7.2 CERTIFICATE OF COMPLETION I hereby state that all goods and/or services required by: CITY OF BULLHEAD CITY for the South Supply Line Phase 3 project has been delivered in substantial conformance with the Contract, all activities required by the Contractor under the Contract have been completed and that all required unconditional lien releases have been submitted as of _________________________. D a t e CITY OF BULLHEAD CITY By: _________________________________________________ Project Manager Signature Printed Name: __________________________________ Title: _________________________________ ACCEPTANCE OF NOTICE (NOTE: The Contractor shall return a signed copy of this Notice to the Owner) Receipt of the above CERTIFICATE OF COMPLETION is hereby acknowledged This, the_____ day of ______________________, 2026 Contractor: _____________________________ Signature: ______________________________ Print Name: _____________________________ Title: ___________________________________ Page 27 of 67 REV. 05/02/2024 7.3 UNCONDITIONAL WAIVER AND LIEN RELEASE Project Name: South Supply Line Phase 3 Location: ______________________________________________ Contractor: ____________________________________________ Owner: City of Bullhead City, an Arizona municipal corporation The undersigned has been paid in full for all labor, services and equipment or material furnished pursuant to the project above and does hereby unconditionally waive and release any right to mechanic’s lien, any state, federal, municipal or private bond rights, and any claim for pa yment rights for persons in the undersigned’s position, except for disputed claims for extra work in the amount of $__________________________. The undersigned warrants that the provider for whom the undersigned has the authority to bind, has already paid or will use the monies received from final payment to prom ptly pay in full all laborers, subcontractors, materialmen and suppliers for all work, materials, equipment or services provided for or to the above- referenced project. ____________________________________ _______________________ ( C o m p a n y n a m e ) Date ____________________________________ _______________________ ( P r i n t n a m e ) Title ____________________________________ (Signature) NOTICE This document waives rights unconditionally and states that yo u have been paid for giving up those rights. This document is enforceable against you if you sign it, even if you have not been paid. If you have not been paid, use a conditional release form. Page 28 of 67 REV. 05/02/2024 ARTICLE 8 – GENERAL CONDITIONS PROJECT NO. 26-U-006 8.0 General Conditions This section of the Contract Documents is pre-printed. Any modifications to the following articles, as may be required for this project, are made in the Special Provisions. 8.1 Definitions Wherever in the Contract Documents the followi ng terms are used, the intent and meaning shall be interpreted as follows: 8.2 Addenda Written or graphic instruments issued prior to the opening of bids, which modify or interpret the Contract Documents, drawings and specifications, by additio ns, deletions, clarifications or corrections. 8.3 As Approved The words “as approved”, unless otherwise qual ified, shall be understood to be followed by the words “by the Owner”. 8.4 As Shown, and as Indicated The words "as shown" and "as in dicated" shall be understood to be followed by the words "on the drawings" or “in the specifications”. 8.5 Award The acceptance, by t he Owner, of the successful bidder’s proposal. 8.6 Bid The offer or proposal of the bidder submitted on the p rescribed form setting forth the prices for the work to be performed. 8.7 Bidder Any individual, firm partnership or corporation, or combination thereof submitting a proposal for the work contemplated, acting directly or through a duly authorized representative. 8.8 Bonds Bid, Performance, and Payment Bonds and other instru ments of security, furnished by the Contractor and his surety in accordance with the Contract Documents. 8.9 Calendar Day Every day show n on the calendar, measured from midnight to the next midnight. 8.10 Change Order A written order to the Contractor, signed by the Owner, covering changes in the plans, specifications, or proposal quantities and establishing the bas is of payment and contract time adjustment, if any, for the work affected by such changes. 8.11 Contract The "Contract" is the wr itten agreement covering the performance of the work and the furnishing of labor, materials, incidental services, tools, and equipment in the construction of the work. It includes supplemental agreements amending or extending the w ork contemplated in the manner hereinafter described and which may be required to complete the work in a substantial and acceptable manner to the Owner. The Contract may include change orders. 8.12 Contract Documents The "Contract Documents" consist of the bidding requirements, forms, conditions of the Contract including General and/or Supplementa l General Conditions, Special Provisions, the technical specif ications, and the drawings, inc luding all Addenda and modifications thereafter incorporated into the documents before their execution and including all other requirements incorporated by specific reference thereto. 8.13 Contract Price The total monies payable by Owner to the C ontractor under the terms and conditions of the Contract Documents. 8.14 Contract Time The number of calendar days stated in the Contract Documents for the completion of the work or the stated completion date. 8.15 Contractor The “Contractor” is the individual, partnershi p, firm, or corporation primarily liable for the acceptable performance of the work contracted for and the payme nt of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the work. Page 29 of 67 REV. 05/02/2024 8.16 Days Unless otherwise spec ifically stated, the term "days" will be understood to mean calendar days. 8.17 Drawings The term “drawings ”, also described as “plans”, refers to the official drawings, profiles, cross sections, elevations, details, and other working drawings , and supplementary drawings, or reproductions thereof, which show the locations, character, dimensions, and details of the work to be performed. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Cont ract Documents, regardless of the method of binding. 8.18 Engineer The Engineer, individual partnership, firm, or c orporation duly authorized by the Owner to be responsible for the engineering of the work and acting direc tly or through an authorized representative. 8.19 Field Order and Change Orders A field order is a written order issued by the Engineer to the Contractor during construction, which interprets either the tec hnical specifications and/or drawings for the work to be performed by Contractor, including all adden da and modifications, which may be incorporated into the technical specifications and/or the drawi ngs before the Bid Opening Date. A change order is a written order effecting a change in the work which involves: 1) any adjustment in the contract price; 2) any change in the plans, specifications and/or drawings for performance of the work by the Contractor; or 3) any extension of the contract time. Field orders, which only involve an interpretation of the plans, drawings and/or technical specific ations contained within the Contract Documents, may be issued by the Engineer to the Contractor during construction. All change orders must be approved, in advance, by the Owner. Contractor agrees and acknowledges that Contractor shall not be entitled to any payment for work performed in reli ance upon or as a result of a change order unless the Owner has approv ed the change order in advance of the work performed by the Contractor. 8.20 Final Acceptance Upon due notice from the Contractor of p resumptive completion of the entire project, the Owner will make an inspection. If all construction provided for and contemplated by the Contract is found completed to his satisfaction, that inspectio n shall constitute the final inspection and the Owner will make the final acceptance. The Contractor wi ll be notified in writing of this acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Owner will give the Contractor the neces sary instructions for correct ion of same, and the Contractor shall immediately comply with and execute such instructions. Upon cor rection of the work, another inspection will be made which shall constitute the final inspec tion provided the work has been satisfactorily completed. In su ch event, the Owner will make th e final acceptance and notify the Contractor in writing of this acceptance as of the date of the final inspection. 8.21 Inspector An authorized representative of the Owner or Engineer assigned to make all necessary inspections and/or tests of the work performed or being perform ed, or of the materials furnished or being furnished by the contractor. 8.22 Immigration Reform And Control Act The Contractor shall c omply with the Immigration Reform and Control Act of 1986 (IRCA). Contractor understands and acknowledges the applicability of the IRCA to Contractor. Contractor agrees to comply with the IRCA in per formance of any resultant contract and to permit City inspection of its personnel records to verify such compliance. Contractor represents by signing this Contract that they are in compliance with IRCA and that they will remain in compliance throughout the performance of this Contract. Compliance with Legal Worker and Immigration Laws. The Contractor warrants that it and any subcontractors it may use in performance of this contract are in compliance with state law (see A.R.S. § 23-214.A) and all Federal Immigration laws and regulations (s ee Immigration and Control Act of 1986 as amended) that relate to its employees and employees of its subcontractors. The Contractor acknowledges that pursuant to A.R.S. § 41-4401 a breach of this warranty is a material breach of this Contract subject to penalties up to and including termination of this contract, and that the City retains Page 30 of 67 REV. 05/02/2024 the legal right to inspect the papers of any contractor or subc ontractor employee who works on this Contract to ensure compliance with this warranty. The Contractor understands that it may be selected for random verification by the City as required under A.R.S. 41 -4101(B) to ensure compliance with A.R.S. 41-4401(A) and will promptly respond to any requests for information from the City with regard to its verification process. 8.23 Israeli Boycott Contractor certifies under A.R.S. § 35-393.01 et seq., that it does not pa rticipate in, and agrees not to participate in during the term of this Agreement, a boycott of Israel. 8.24 Uyghurs Prohibition. During the term of the agreement of feror certifies, that pursuant to A.R.S. § 35- 394, that it, nor any of its contractors, will not use the goods or services produced by the forced labor ethnic Uyghurs in the people’s Republic of China. 8.25 Methodology and Quality of Workmanship The manner and seq uence of construction, which is considered to be the acceptable standard for the trade and/or p rofession performing the work. The Contractor’s performance and completeness of the work shall be in accordance with the Contract Documents. 8.26 Notice The term "notice" o r the requirement to notify, as used in the Contract Documents or applicable State or Federal statutes, shall signify a written c ommunication delivered in person or by certified or registered mail to the individual, or to a member of the firm, or to an officer of the corporation for whom it is intended. Certified or registered mail shall be addressed to the last business address known to him who gives the notice. 8.27 Notice of Award The writt en notice of the acceptance of t he bid from the Owner to the successful bidder. 8.28 Notice to Proceed Written communication issued by the Own er to the Contractor authorizing him to proceed with the work and establishing the date of commencement of the work. Contractor acknowledges, understands and agrees that Owner shall not be liable to compensate Contractor for any work initiated by the Contractor prior to the issuance of a Notice to Proceed by the Owner. 8.29 Or Equal The term "or equal" shall be understood to indic ate that the "equal" product is the same or better than the product names in function, performance, reliability, quality, and general configuration. Determination of equality in reference to the project design requirements will be made by the Owner. 8.30 Owner The “Owner” is the City of Bullhead City. 8.31 Payment Bond The approved form of security furnished by t he Contractor and his surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of work. 8.32 Performance Bond The approved form of security furnished by the Contractor and his surety as a guarantee that the Contractor will complete the work in accordance with the terms of the contract and guarantee the work for a period of one year after acceptance of the work by Owner. 8.33 Plans The word “plans” sha ll have the same meaning as “drawings” (see Section 8.17). 8.34 Project The undertaking to be performed as provided in th e Contract Documents (see Section 8.12). 8.35 Proposal The offer of the bidder for the work when made o ut and submitted on the prescribed proposal form, properly signed and guaranteed. 8.36 Proposal Guarantee The cash, or cashier's check or certif ied check, or bidder's bond accompanying the proposal submitted by the bidder, as a guarantee that the bidder will enter into a contract with the Owner for the construction or performance of the work, if it is awarded to him, and will provide the contract bonds and insurance required of him. Page 31 of 67 REV. 05/02/2024 8.37 Shop Drawings All drawings, diagrams, illustrations, broc hures, schedules and other data which are prepared by the Contractor, a subcontractor, manufacturer, supp lier or distributor, which illustrate how specific portions of the work shall be fabricated or installed. 8.38 Specifications The directions, provisions and requirement s herein contained pertaining to the method and manner of performing the work or to the quantities and qualities of the materials to be furnished under the Contract, together with all other directions, provisions and requirements herein contained, plus such amendments, deletions from or additions thereto which may be provided for by supplemental agreement or change orders. 8.39 Subcontractor A subcontractor is a person or entity that has a direct or indirect contract with a Contractor to perform any of the work at the site. For convenience, the term subcontractor is referred to throughout the Contract Documents as if singular in number and masculine in gender but includes the plural and feminine gender and includes a subcontractor or an authorized representative thereof. The term subcontractor does not include any separate contractor or his subcontractors. 8.40 Substantial Completion "Substantial Completion" shall be that degree of completion of the project or a defined portion of the project, sufficient to provide the Owner, at his discretion, the full-time use of the project or defined portion of the project for the purposes for which it was intended. "Substantial Completion" shall not be considered as final acceptance. 8.41 Supplemental General Conditions Modifications to General Conditions required by a Federal Agency for participation in the project and approved by the agency for participation in the project and approved by the agency in writing prior to inclusion in the Contract Documents and such requirements that may be imposed by applicable state laws. The term also inc ludes modifications or additions to the General Conditions required by the Owner or Engineer. 8.42 Supplier Any person or organization that supplies materia ls or equipment for the work, including that fabricated to a special design, but who does not perform labor at the site. 8.43 Surety The corporation, partnership, or individual, other than the Contractor, executing payment, or performance bonds, which are furnished to the Owner by the Contractor. 8.44 Work The word "work" within these Contract Documents shal l include all material, labor, tools, utilities, and all appliances, machinery, transportation, and appurtenances necessary to perform and complete the Contract, and such additional items not specifically indicated or described which can be reasonably inferred as belonging to the item described or indicated and as required by good practice to provide a complete and satisfactory system or structure. As used herein, "provide" shall be understood to mean, "provide complete in-place", that is, "furnish and install". 8.45 Working Day A working day shall be any day, other than a legal holiday, Saturday or Sunday, on which the normal working forces of the Contractor may proceed with regular work. 8.46 Written Notice Any notice to any party to the agreement r elative to any part of this agreement in writing and considered delivered and the service thereof comple ted, when posted by certified or registered mail to the said party at his given address, or deli vered in person to said party or his authorized representative for the work. 8.47 Notice to Proceed After t he Owner has issued the Notice of Award; the Contractor shall provide the performance bond, the payment bond, the certificate of insuranc e, the work schedule, the monthly cash flow, and a signed agreement within ten calendar days. The Owner's attorney will review each document and, if they are found to be acceptable, the Owner wil l sign and execute the agreement. Within a period of 120 Calendar Days after executing the agreement, the Owner will issue the Notice to Proceed. Within ten calendar days of the effective date of t he Notice To Proceed, the work shall commence. The Contractor shall not commence any work until such time that the Notice To Proceed Page 32 of 67 REV. 05/02/2024 has been issued. Contractor shall not be entitled to any compensation for any work from Owner until such time as Owner has issued a Notice To Proceed to Contractor. 8.48 Additional Instructions and Detail Drawings The Engineer may furnish additional instructions to the Contractor by means of drawings or otherwise, during the progress of the work as necessary to make clear or to define in greater detail the intent of the specifications and contract drawings. The additional drawings and instruction thus supplied will become a part of the Contract Documents. The Contractor shall carry out the work in accordance with the additional detail drawings and instructions. 8.49 Schedules, Reports and Records The Contractor shall submi t to the Owner payrolls, reports, estimates, records and other data where applicable as are requi red by the Contract Documents for the work to be performed. The Contractor, after the contract award and prior to the Pre- Construction Conference, shall prepare for submittal to the Engineer for review, a detailed progress s chedule. The progress schedule shall be brought up to date and submitted to the Engineer prior to each progress payment request and at such other time intervals as the Engineer may request. 8.50 Progress Schedule The schedul e shall be a time-scaled critical path progress schedule showing in detail the proposed sequence of activity. The critical path analysis shall consist of a graphic network diagram and shall clearly show start and completion dates and percentage of work completed. The Contractor shall also forward to the Engineer, prior to ea ch progress payment request, an itemized report of the delivery status of major and critical items of purchased equipment and material, including shop drawings and the status of shop and field fabric ated work. These progress reports shall indicate the date of the purchase order, the current perc entage of completion, estimated delivery, and cause of delay, if any. If the completion of any part of the work or the delivery of materials is behind the approved schedule, the Contractor shall submit in writing a plan acceptable to the Engineer for bringing the work up to schedule. The Owner shall have the right to withhold progress payments f or the work if the Contractor fails to update and submit the progress schedule and reports as specifie d, and the withholding shall not constitute grounds for additional claims by the Contractor against the Owner. The Contractor shall submit an estimated monthly cash flow, based upon the progress schedule with the bonds, schedules, and certificate of insurance. 8.51 Drawings and Specifications The intent of the drawings an d specifications is that the Contractor shall furnish all labor, materials, tools, equipment, utilities, and transportation necessary for the proper execution of the work in accordance with the Contract Documents and all incidental work necessary to complete the project in an acceptable quality and manner, re ady for use, occupancy or operation by the Owner. In case of conflict between the drawings and specifications, t he specifications shall govern. Figure dimensions on drawings shall govern over scale dimensions, and detailed drawings shall govern over general drawings. Any discrepancies found between the drawings and specification s and site conditions or any inconsistencies or ambiguities in the drawings or specifications shall be immediately reported verbally and within 24 hours of a discover y, in writing to the Engineer, who shall promptly facilitate the correction of the inconsistencies or ambiguities. Work done by the Contractor after discovering discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk, and the Contractor shall assume full responsibility therefore and shall bear all costs attributable thereto, if not acceptable to the Owner. Page 33 of 67 REV. 05/02/2024 8.52 Shop Drawings The Contractor shall provide seven copies o f the shop drawings as specified or as may be necessary for the prosec ution of the work as required by the Contract Documents. All drawings and schedules shall be submitted sufficiently in advance to allow the Engineer not less than 20 regular working calendar days for checking the submittal. Th e Engineer’s approval of any shop drawings shall not release the Co ntractor from responsibility f or deviations from the Contract Documents. When submitted for the Engineer’s review, shop drawings shall bear the Contractor’s certification by means of a signed stamp, that he has reviewed, checked and approved the shop drawings and that they are in conformance with the requirements of the Contract Documents. Shop drawings, which, in the opinion of the Engineer, are incomplete or unchecked by the Contractor, will be returned to the Contractor for resubmission in the proper form. If shop drawings or submittals are rejected by the Engineer, all costs incurred by the Engineer and/or the Owner for reviewing the re-submittals shall be charged to the Contractor, and the Owner has the right to deduct those costs from any monies owed the Contractor by the Owner. When shop drawings have been re viewed by the Engineer, two sets of submittals will be returned to the Contractor, appropriately stamped. If major changes or corr ections are necessary, the shop drawing may be rejected and one set will be returned to the Con tractor with the changes or corrections indicated, and the Contractor shall correct and resubmit the shop drawings. No changes shall be made by the Contractor to resubmitted shop drawings ot her than those changes indicated by the Engineer, unless the changes are clearly described in a letter accompanying the resubmitted shop drawings. The review of such shop drawings and catalog cuts by the Engin eer shall not relieve the Contractor from responsibility for corrections of dimensions, fabrication details, and space requirements, or for deviations from the contract drawings or specifications, unless the Contractor has called attention to the deviations in writing by a letter accompanying the shop drawings and the Engineer approves the change or deviation in writing at the time of submission; nor shall review by the Engineer relieve the Contractor from the responsibility for errors in the shop drawi ngs. When the Contractor does call deviations to the attention of the Engineer, the Contractor sha ll state in his letter whether or not the deviations involve any deduction or extra cost adjustment. Portions of the work requiring a shop drawing or sample submiss ion shall not begin until the shop drawing or submission has been approved by the Engineer. A copy of each approved shop drawing and each approved sample shall be kept in good order by the Con tractor at the site and shall be available to the Engineer. 8.53 Record Drawings During cons truction, the Contractor shall keep an accurate record of the following: A. Deviations between the work a s shown on the plans and the work as actually installed. B. The specific locations of pipi ng, valves, electric conduits, ductwork, equipment, and other such work which was not located on the plans. The record drawings shall show distances to these locations from known points on the plans. C. Equipment schedules indicating manufacturer's names and model numbers. When all revisions showing work as installed are made, the corr ected set of plans shall be delivered to the Engineer before the final pay request is proce ssed. These plans shall be clearly marked “Record Drawings” and shall be signed and dated by the Contractor. By submittal of these Record Drawings to the Engineer, the Contractor is certifying that the work performed was done in accordance with the drawings and is an ac curate representation of the improvements completed. The Contractor shall employ the ser vices of an Arizona Page 34 of 67 REV. 05/02/2024 Registered Land Surveyor (RLS) to certify on the Record Drawing s any approved changes to the locations of facilities that were installed. Nothing contained in this section shall be construed as authorizing any deviation in the work as shown on the contract drawing s, plans and /or specifications without a written change order approved by Owner. 8.54 Materials, Servi ces and Facilities It is understood that, except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for al l materials, labor, tools, equipment, water, light, power, transportat ion, supervision, temporary con struction of any nature, and all other services and facilities of any nature whatsoever necessary to execute, complete, and deliver the work within the specified time. The Contractor shall furnish the Owner a list of materials and the source of supply of each of the materials on the list. The source of supply of each of the mate rials shall be approved by the Owner before the delivery of materials i s started. Only materials con forming to these specifications and approved by the Owner shall be used in the work. All materials proposed for use may be inspected or tested at any time during their preparation and use. After trial, if it is found that sources of supply, which have been approved, do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. No material, which, after approval, has in any way become unfit for use shall be used in the work. The Contractor warrants to the Owner and Engineer that the mat erials and equipment furnished under the contract will be new and of a quality equal to that specified or approved and, that all work will be of good quality, free from faults and defects and in conformance with the Contract Documents. Mechanical and electrical equipment shall be the products of ma nufacturers of established good reputations and regularly engaged in the fabrication of that equipment. Unless otherwise noted, any equipment offered shall be current models, which have been in s uccessful regular operation under comparable conditions for a period of at least two years. This time requirement, however, does not apply to minor details or to thoroughly demonstrated improvemen ts in design or in material of construction. Work shall be done and completed in a thorough an d workmanlike manner and if required by Engineer, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment used. All materials which the Engineer or his authorized inspector h as determined do not conform to the requirements of the plans and specifications will be rejected. They shall be removed immediately from the vicinity of the work by the Contractor at his own expense, unless otherwise permitted by the Engineer. No rejected material, the defects of which have been subsequently corrected, shall be used in the work, unless approval in writing has been given by the Engineer. Upon failure of the Contractor to comply promptly with any order of the Engineer ma de under the provisions in this section, the Engineer shall have authority to cause the removal and replacement of rejected material and to deduct the cost thereof from any monies due or to become due the Contractor. If any part or portions of the work done or material furnished under this contract shall prove defective or nonconforming with the drawings and specifications, and if the imperfection in the same shall not be of sufficient magnitude or importance as to make the work da ngerous or unsuitable, or if the removal of the work will create conditions which are dangerous or undesirable, the Engineer shall have the right and authority to retain such work but shall make deductions in the final payment therefore as may be just and reasonable. Adjustment shall be effected whether or not final payment has been made. Materials and equipment shall be so stored (at the Contractor’ s expense) as to insure the preservation of their quality and fitness for the work. Stored materials and equipment to be incorporated in the work shall be located so as to facilitate prompt inspection. Page 35 of 67 REV. 05/02/2024 Manufactured articles, materials and equipment shall be applie d, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. Materials, supplies or equipment, to be incorporated into the work shall not be purchased by the Contractor or the subcontractor subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. 8.55 Inspections and Testing All material and equipment, used in the construction of the project, shall be subject to adequate inspection and testing in accordance with g enerally accepted standards, as required and defined in the Contract Documents. Additional inspections are required for all building-related ac tivities, and must be scheduled and coordinated through the Owner’s Building Division utilizing an automated inspection request system. To schedule an inspection on an active permit please call the Owner’s inspection request line at (928) 763-0172 a minimum of 24 business hours in advance. The Contractor is responsible for scheduling and coordinating all inspections with the Owner’s project manager, staff and other agencies. The Owner shall provide all inspection and testing services not required by the Contract Documents. The Contractor shall provide at his expense the testing and in spection services required by the Contract Documents. If the Contract Documents, laws, ordinances, rules, regulation s or orders of any public authority having jurisdiction require any work to specifically be inspect ed, tested, or approved by someone other than the Contractor, the Contractor will give the Enginee r timely notice of readiness, the minimum of which shall be 48 hours. The Contractor will then fu rnish the Engineer the required certificates of inspection, testing or approval. Inspections, tests or approvals by the Engineer or others shal l not relieve the Contractor from his obligations to perform the work in accordance with the requirements of the Contract Documents. The Engineer and his representative will at all times have acc ess to the work. In addition, authorized representatives and agents of any participating Federal or State agency shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials, and other relevant data and records. The Contractor will provide proper facilities for access and observation of the work and also for any inspection, or testing thereof. If any work is covered contrary to the written instructions of the Engineer or prior to inspection, it must, if requested by the Engineer, be uncovered for his observation and replaced at the Contractor’s expense. If the Engineer considers it necessary or advisable that work that has already been approved be inspected or tested by the Engineer or others, the Contractor, at the Engineer’s request, will uncover, expose or otherwise make available for observation, inspection or testing as the Engineer may require, that portion of the work in question, furnishing all n ecessary labor, materials, tools, and equipment. If it is found that the work is defective, the Contr actor will bear all the expenses of the uncovering, exposure, observati on, inspection and testing and o f satisfactory reconstruction. If, however, the work is not found to be defective, the Contractor will be allowed an increase in the contract price or an extension of the contract time, or both, d irectly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction and an appropriate change order shall be issued. 8.56 Substitutions Whenever a material, article or piece of eq uipment is identified on the drawings or specifications by reference to brand name or catalogue number, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacities, quality and function shall be con sidered. The Contractor may recommend the substitution of a material, article, or piece of equipment of equal substance and Page 36 of 67 REV. 05/02/2024 function for those referred to i n the Contract Documents by ref erence to brand name or catalogue number, and if, in the opinion of the Engineer, the material, article, or piece of equipment is of equal substance and function to that specified, the Engineer may appr ove its substitution and use by the Contractor. Any cost differential shall be deductible from the contract price and the Contract Documents shall be appropriately modified by change order. The Contractor warrants that if substitutes are approved, no major changes in the function or general design of the project will result. Incidental changes or extra component parts required to accommo date the substitute will be made by the Contractor without a change in the contract price or con tract time. Any substitutions not properly approved and authorized by the Engineer may be conside red defective and the Engineer may require the Contractor to remove the substituted material, article or piece of equipment. In such an event, the Contractor shall bear any and all costs associate d with the removal of the substituted item(s), including, but not lim ited to, all engineering, inspec tion, testing or surveying costs incurred by the Owner. The term "or equal" shall be understood to indicate that the " equal" product is the same or better than the product named in function, performance, reliability, qualit y, and general configuration. Determination of equality in reference to the project design requirements will be made by the Owner. "Equal" products shall not be purchased or installed by the Con tractor without the Owner’s written approval. Contractor shall have seven calendar days after award of the contract for submission of data substantiating a request for substitution of an "or equal" item. Regarding the supplying of equipment, products or materials not specifically identified by reference to brand name or catalogue number in the Contract Documents, th is section supersedes any pre- approval language that may exist i n any other portion of the Co ntract Documents. There is no pre- approval process available prior to bid opening for this project, and the Contractor is advised to submit its bid based on the specified equipment, products and materials. As stipulated in this Section 8.55, the Contractor shall have seven calendar days after award of th e contract for submission of data substantiating a request for substitution of an “or equal” item. 8.57 Patents The Contractor shall pay all applicable royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and indemnify and hold the Owner harmless from loss on account thereof, except that the Owner shall be responsible for any loss when a particular process, design, or the product of a particular manufacturer or manufact urers is specified, however if the Contractor has reason to believe that the design, process or pr oduct specified is an infringement of a patent, he shall be responsible for the loss unless he prompt ly gives that information to the Engineer. 8.58 Surveys, Permits, Regulations The Owner shall furnish all boundary surveys and establish all base lines for locating the principal component parts of the work to gether with a suitable number of benchmarks adjacent to the work as shown in the Contract Documents. The Contractor shall satisfy himself as to the accuracy of all measurements before construct ing any permanent structure and shall not take advantage of any errors, which may have been made in laying out the work. From the information provided by the Owner, unless otherwise specified i n the Contract Documents, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pipe locations and other working points, lines, elevations and cut sheets. Stakes and markings as the Engineer may set for either his own or the Contractors guidance, shall be scrupulously preserved by the Contractor. In the event the Contractor, or his employees, destroy or otherwise remove or obliter ate stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Owner. Permits and licenses of a temporary nature necessary for the p rosecution of the work shall be secured and paid for by the Contractor unless otherwise stated in the s upplemental general conditions easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the Owner, unless otherwise specified. The Contract or shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor perceives that the Contract Documents are at variance therewith, he shall Page 37 of 67 REV. 05/02/2024 promptly notify the Engineer in writing, and any necessary changes shall be adjusted as provided in Section 8.61, “CHANGES IN THE WOR K”. If the Contractor performs and works knowing it to be contrary to any laws, ordinances, rules and regulations, withou t notice to the Engineer, he shall assume full responsibility therefore and shall bear all costs attributable thereto. The Contractor shall sign for and obtain Building and/or Right of Way permits issued by the Owner prior to commencing work. These permits will be no cost to the Contractor, and the Owner will assist the Contractor with completing the applications and obtaining t he permit(s). The Contractor shall comply with all requirements of these permits, including the use of the Owner’s automated inspection request system for building-related inspections. To schedule an inspection on an active permit please call the Owner’s inspection request line at (928) 763-0172 a mi nimum of 24 business hours in advance. The Contractor is res ponsible for scheduling and coord inating all inspections with the Owner’s project manager, staff and other agencies. 8.59 Protection of Work, Property and Persons and Damages The C ontractor shall have sole responsibility for initiating, maintaining and supervising all safety precautions and programs in connection with the work. He shall take all necessary precautions for the safety o f, and shall provide the necessary protection to prevent damage, injury or loss to, all employees on the work and other persons who may be affected thereby, all the work and all materials or equi pment to be incorporated therein, whether in storage on or off the site, and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and other items not designated for removal, relocation or replacement in the course of construction. The Contractor shall comply with all applicable laws, ordinanc es, rules, regulations and orders of any public body having jurisdiction. He shall erect and maintain, a s required by the conditions and progress of the work, all necessary safeguards for safety and p rotection. He shall notify owners of adjacent utilities when prosecut ion of the work may affect them . The Contractor shall remedy all damage, injury or loss to any property caused, directly or indi rectly, in whole or in part, by the Contractor, any subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them be liable, except damage or loss attribu table to the fault of the Contract Documents or to the acts or omissions of the Owner or the Engin eer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the Contractor. In emergencies affecting the safety of persons or the work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization fr om the Engineer or Owner, shall act to prevent threatened damage, injury or loss. He shall give the En gineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused thereby, and a change order shall thereupon be negotiated and issued covering the changes and deviations involved, as provided in Section 8.61, Changes in the Work. The Contractor shall designate a responsible member of his org anization at the site whose duty shall be the prevention of accidents and the safety of all those at t he site. The person shall be the Contractor’s superintendent unless otherwise designated by the Contractor in writing to the Owner and the Engineer. The Engineer will not be responsible for safe ty precautions and programs in connection with the work or for the Contractor’s failure to pro perly perform his responsibilities with respect to initiating, maintaining and supervising all safety precautions and programs. The Contractor is required to provide a copy of its written safety programs to the Owner for review by the Risk Management Division prior to commencing work. All costs and charges incurred by Owner, together with the cos t of completing the work under the contract, will be deducted from any monies due or which may bec ome due to the Contractor if the expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of the excess. 8.60 Public Safety Contractor shall furnish, at his own expens e, and without any additional cost to the Owner, such flagmen and guards as are reasonable necessary to give adequate warning to the public Page 38 of 67 REV. 05/02/2024 of any dangerous conditions which may be encountered by motoris ts and/or pedestrians, and the Contractor shall furnish, erect and maintain such fences, barri cades, lights, signs and other traffic control devices as are necessary to prevent accidents and avoid damage or injury to the public which may be required by the most recent edition of the Maricopa Association of Governments (MAG) Standards for Public Works Construction, the text of which is incorporated herein by reference and made a part of the Contract Documents. If the Contractor appears to be neglectful or negligent in furnishing warning and protective measures as above provided, the Engineer may direct attention to the existence of a hazard and the necessary warning and protective measures shall be furnished and installe d by the Contractor at his own expense without cost to the Owner. If the Engineer points out t he inadequacy of warning and protective measures, that action on the part of the Engineer sh all not relieve the Contractor from responsibility for public safety or abrogate his obligation to furnish and pay for these devices. If the Contractor is neglectful in furnishing and/or maintaini ng warning and protective facilities as required herein, the Owner may furnish and/or maintain those fa cilities and charge Contractor therefore by deducting the cost thereof from periodic progress payments due the Contractor as costs are incurred by Owner. No material or equipment shall be stored where it will interfe re with the free and safe passage of public traffic, and at the end of each day's work and at other times when construction operations are suspended for any reason, the Contractor shall remove all equip ment and other obstructions from that portion of the right-of-way open for use by public traffic. 8.61 Supervision By Contractor T he Contractor shall supervise and direct the work, using his best skill and attention. He shall be solely responsible for the means, me thods, techniques, sequences and procedures of construction. The Contractor shall employ and mai ntain on the work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor as the Contractor’s representative at the site, and who shall have bee n approved by the Engineer, which approval shall not be unreasonably withheld. The supervisor shall have full authority to act on behalf of the Contractor and all communications given to and by the su pervisor shall be as binding as if given to and by the Contractor. The Contractor shall be respons ible to the Owner for the acts and omissions of the employees, sub contractors, and the agents and employees, and other persons performing any other work under the contract with the Contractor. 8.62 Changes in the Work The Owner may at any time, as the nee d arises, order changes within the scope of the work without invalidating the agreement. If changes increase or decrease the amounts due to Contractor under the Contract Documents, or results in c hanges in the time required for performance of the work, the adjustment shall be authorized by a written change order approved by the Owner. The Owner may, at any time, by issuing a change order, make ch anges in the plans, specifications or other details of the work. Contractor shall proceed with the performance of any changes in the work so ordered by the Owner, unless the Contractor believes th at the change order entitles him to a change in the contract price or time, or both, in which event he shall give the Engineer written notice thereof within seven calendar days after the receipt of the ordered change. The Contractor shall justify the basis for the change in contract price or time through written documentation submitted to Engineer within 14 calendar days after Contractor’s receipt of the chang e order. Contractor shall not execute any changes in the work until and unless Contractor has receive d an executed change order approved by the Owner. If the Contractor wishes to make a claim for an increase in th e contract price, he shall give the Engineer written notice thereof within 14 calendar days after t he occurrence of the event-giving rise to the claim. This notice shall be given by the Contractor befo re proceeding to execute the work, except in an emergency endangering life or property, in which c ase Contractor shall proceed in accordance with the provisions of the contract. No claim shall be valid, unless made by Contractor in Page 39 of 67 REV. 05/02/2024 accordance with the provisions of the contract. Any change in the contract price resulting from a claim shall be authorized in a written change order approved by Owner. The value of any work covered by a change order shall be deter mined by one or more of the following methods in the order of precedence listed below: A. Unit prices previously approved. B. An agreed lump sum. C. Cost plus percentage. 8.63 Time for Completion and Liquidated Damages The date of beginning and the time for completion of the work are essential condition s of the Contract Documents and the work embraced shall be commenced on a date specified in the Notice To Proceed. The Contractor shall proceed with the work at a rate of progre ss to insure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner, that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the work. The Contractor shall only work an eight hour day during normal regular hours, which will consist of Monday through Friday, 6:00 a.m. to 6:00 p.m., and do not inclu de local municipal holidays. If the Contractor desires to carry on work more than eight hours each day, or work at night or outside the normal regular hours, the Contractor shall give timely notice ( 72 hours) to the Engineer and receive the Owner’s written approval to allow satisfactory arrangements to be made for inspecting the work in progress. If prosecution of the work is discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. The Contractor shall be responsible for any extra compensation due or costs incurred as a result of Contractor’s desire to carry out work beyond an eight hour day, or at night or outside normal regular hours, including but not limited to, any additional costs or compensation due the Engineer and Owner or its employees or agents as a result of having to be present at the site. The costs or extra compensation nece ssitated by the Contractor’s work beyond an eight hour day, or at night or outside normal regular business hours may be deducted or withheld from progress payment or any other payments due to Contractor. If for any reason a suspension of the work occurs, the Contrac tor, at its own expense, shall do all the work necessary to provide a safe, smooth and unobstructed passa geway through construction for use by public traffic or to provide for the proper and efficien t operation of sewer, drainage and other facilities within the site of t he work, during the period of su ch suspension. In the event that the Contractor fails to perform the work specified in this section, the Owner will perform the work and the cost thereof will be deducted from periodic progress payments due the Contractor. During inclement weather and ot her conditions, the Contractor shall pursue only those portions of the work as shall not be damaged thereby. No portions of the work whose satisfactory quality or efficiency will be affected by an unfavorable condition shall be construct ed while these conditions remain, unless by special means or precautions, approved by the Enginee r, the Contractor is able to overcome them. Delays in delivery of equipment or material purchased by the C ontractor or its subcontractor, including engineer-selected equipment, shall not be considered as a just cause for delay as this is not beyond the control of the Contractor. The Contractor shall be fully responsible for the timely ordering, scheduling, expediting, delivery, and installation of all equipment and materials. In case of failure on the part of the Contractor to complete h is contract within the time provided in the contract, or such written extension thereof as may be agreed up on by Owner, the contract may be terminated by written notice given by the Engineer as specified in Section 8.65. Page 40 of 67 REV. 05/02/2024 In the event the contract is te rminated, the Owner shall have t he right to take over the work and to proceed until it is completed, either by performing the work it self directly or by contracting it out to some other person or persons, and in that event the Owner may t ake possession of and utilize, in completing the work, all materials, appliances and plant as may be on the site of the work and necessary for its completion. Nothing herein contained shall be deemed to limit the right of the Owner in the event of any breach of Contract by the Contractor; but all rights herein given to the Owner are and shall be deemed to be additional to any other rights or rem edies which the Owner shall have under any provision of law, including both liquidated damages pursuant to Section 1.15 for the delay in final completion and actual damages for breach and ultimate completion separate and distinct from damages attributable to delay. In the event the Contractor is not terminated, but fails to co mplete the work, or any part thereof, in the time agreed upon in the contract or within any extra time a s may have been allowed for delays by extensions granted as provided in the contract, the Contract or shall reimburse the Owner for the additional expense and damage for each calendar day that the co ntract remains uncompleted after the contract completion date in t he amounts stipulated in Secti on 1.15. The stipulated amounts are hereby agreed upon as liquidated damages for the loss to the Owner. It is expressly understood and agreed that this amount is not to be considered in the nature of a penalty, but as liquidated damages, which have accrued against the Contractor. The Owner shall have the right to deduct damages from any amount due, or that may become due the Contractor, or the a mount of damages shall be due and collectible from the Contractor or its Surety. The Contractor shall not be charged with liquidated damages or any excess costs when the delay in completion of the work is due to one or more of the following: acts of God; acts of the Owner; acts of another Contractor in the performance of a separate contract with the Owner; fire, flood, epidemics, or quarantine restrictions; stri kes or freight embargoes; and, extraordinary weather conditions. Written Notice of a delay must be submitted to the Engineer for approval within three calendar days of the occurrence. In the event notice is not given as provided, liquidated damages may be assessed. 8.64 Correction of Work The Cont ractor shall promptly correct all work rejected by the Engineer as defective or as failing to conform to the Contract Documents, w hether observed before or after Substantial Completion and whether or not fabricated, installed or completed. Contractor shall bear all costs of correcting such rejected work, including compensat ion for the Engineer’s additional services made necessary thereby. Contractor shall also bear the costs of making good all work of the Owner or separate Contractor destroyed or damaged by such correction or removal. All removal and replacement work shall be done at the Contractor’s expense. If the Contractor does not take action to remove rejected work within ten calendar day s after receipt of Written Notice, the Owner may remove the work and store the materials at the expens e of the Contractor, including compensation for the Engineer’s additional services made necessary thereby. 8.65 Subsurface Conditions The Contractor shall promptly, and before such conditions are disturbed, except in the event of an emergency, notify the Owner by Written Notice of: A. Subsurface or latent physical conditions at the site differi ng materially from those indicated in the Contract Documents; or B. Unknown physical conditions at the site, of an unusual natur e, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Unless indicated elsewhere in the Contract Documents a geotechnical exploration was not conducted for this project, and the Contractor shall be responsible for i ts own investigations and research to confirm the conditions of the project. If no geotechnical explo ration was conducted, however, there may be risk of perched pockets of groundwater during trench exc avations. If encountered, the Contractor shall immediately formalize a dewatering plan for Owner review and approval. Page 41 of 67 REV. 05/02/2024 The Owner shall promptly investigate any physical conditions id entified by the Contractor, and if he finds that conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for, performance of the work, an equitable adjustment shall be made and the Contract Documents shall be modified by a change order. Any claim of the Contractor for adjustment hereunder shall not be allowed unless he has given the required Written Notice; provided that the Owner may, if he determines the facts so justify, consider and adjust any claims asserted before the date of final payment. 8.66 Suspension of Work, Termination and Delay The Owner may s uspend the work or any portion thereof for a period of not more than 120 Calendar Days or for further time as agreed upon by the Contractor. Any suspension shall be initiated by the Owner. Written Notice documenting the suspension shall be delivered to the Contractor. The Contractor shall resume work upon receiving another Written Notice, from the Owner, to do so. The second notice shall have the Engi neer’s seal affixed. The Contractor may negotiate an increase in the total contract price or an ext ension of the contract time, or both, directly attributable to any suspension. In addition to any other reasons for termination provided in th e contract, the Contractor shall be considered in default of his contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: A. Fails to begin the work under the contract within the time s pecified in the "Notice To Proceed," or B. Fails to perform the work or fails to provide sufficient wor kers, equipment or materials to assure completion of work in accordance with the terms of the contract, or C. Performs the work unsuitably or neglects or refuses to remov e materials or to perform new work as may be rejected as unacceptable and unsuitable, or D. Discontinues the prosecution of the work, or E. Fails to resume work which has been discontinued within a re asonable time after notice to do so, or F. Becomes insolvent or is decla red bankrupt, or commits any act of bankruptcy or insolvency, or G. Allows any final judgment to s tand against him unsatisfied for a period of ten calendar days, or H. Makes an assignment for the ben efit of creditors, or acceptable manner, or I. Is otherwise in breach of the contract and has failed to rem edy the breach within ten calendar days of written notice of the existence of breach, or J. Fails to provide safe conditi ons for his workers and/or the general public, or K. Fails to pay his subcontractor s in accordance with Section 8.67 Payments to Contractor. If the Owner considers the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice t o the Contractor and the Contr actor’s surety as to the reasons for considering the Contractor in default and the Owner’s intentions to terminate the contract. If the Contractor or Surety, within a period of ten calendar da ys after notice, does not proceed in accordance therewith, then the Owner shall have, upon written n otification of the facts of the delay or neglect, the power and authority without violating the contract, to take the prosecution of the work Page 42 of 67 REV. 05/02/2024 out of the hands of the Contractor. The Owner may appropriate o r use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of the contract according to the t erms and provisions thereof, or use any other methods as in the opinion of the Owner will be requir ed for the completion of the contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from a ny monies due or which may com e due the Contractor. If expense exceeds the sum which would have been payable under the contrac t, then the Contractor and the Surety shall pay to the Owner the amount of the excess Where Contractor’s services have been so terminated by Owner, t he termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of monies due Contractor by Owner will not release Contractor from liability. Upon seven calendar days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, elect to terminate the Agreement. In that case, Contractor shall be paid (without duplication of any items): A. for completed and acceptable work executed in accordance wit h the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on the work; B. for expenses sustained prior to the effective date of termin ation in performing services and furnishing labor, materials or equipment as required by the Con tract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead on those expenses; C. for reasonable costs incurred in settlement of terminated co ntracts with sub contractors, Suppliers and others; and D. for reasonable expenses directly attributable to termination . Contractor shall not be paid on account of loss of anticipated pr ofits or revenue or other econ omic loss arising out of or resulting from such termination. If the work is stopped under an order of any court or other pu blic authority for a period of more than 120 Calendar Days , through no act or fault of the Contractor or of anyone employed by him, or if the Owner fails to pay the Contractor within 45 calendar days after the time specified in the Payments To Contractor under Section 8.67, then the Contractor may, upon 15 calendar days Written Notice to the Owner, stop work until payment of the amount owing has been received. The Owner may terminate the Contract or a portion thereof if c onditions encountered during the progress of the work make it impossible or impracticable to proceed with the work or a local or national emergency exists. When contracts, or any portion thereof, are terminated before completion of all work in the Contract, adjustments in the amount bid for the pay items will be made on the actual quantity of work performed and accepted, or as mutually agreed for pay items of work partially completed or not started. No claim for loss of anticipated profits will be considered. Termination of the Contract or any portion thereof shall not re lieve the Contractor of his responsibilities for the complet ed work nor the surety of its o bligation for and concerning any just claims arising out of the work performed. 8.67 Issuance of Notice of Completion and Final Acceptance By O wner Upon completion of the project, a final inspection shall be requested by the Contractor, in wri ting, and the Owner will make an inspection within seven calendar days. If all construction prov ided for and contemplated by the Page 43 of 67 REV. 05/02/2024 contract is found completed to his satisfaction, that inspection shall constitute the final inspection and the Owner will make the final acceptance and issue a Notice Of Completion to the Contractor. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Owner will give the Contractor the necessary instructions for correction and the Contractor shall immediately comply with and execute all instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In that event, the Owner will make the final acceptance and issue a Notice Of Completion to the Contractor. 8.68 Payments to Contractor In addition to any documents required by the Engineer, at the time a partial pay estimate is submitted, the Contractor shall, at least ten c alendar days before each progress payment falls due (but not more often than once a month), submit to the Engineer a partial payment estimate filled out and signed by the Contractor covering the w ork performed during the period covered by the partial payment estimate and supported by data a s the Engineer may reasonably require. All partial and final pay estimates submitted by the C ontractor must be on a form that substantially conforms to the Owner’s Standard Application & Ce rtificate for Payment template, a copy of which is available from the Owner. If payment is requested on the basis of materials and equipment not incorporated in the work, title to materials and equipment shall vest in the Owner, and Contractor shall supply, at the time of submission of payment e stimate, supporting documents satisfactory to the Owner, to establish and protect Owner’s int erest in the materials and equipment, and Contractor shall maintain appropriate insurance on the mate rials and equipment until actual possession by the Owner of the materials and equipment occurs. The Engineer will, within seven calendar days after receipt of each partial payment estimate, either indicate in writing his approval of payment and present the partial p ayment estimate to the Owner, or return the partial payment estimate to the Contractor indicating in writing his reasons fo r refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the partial payment estimate. The Owner will, within 14 calendar days of presentati on to him of an approved partial payment estimate, pay the Contractor a progress payment on the basis of the approved partial payment estimate. All payments by the Owner must be mailed to the Contractor via standard United States Parcel Post service and postmarked within 14 calendar days of presentation to the Owner of an approved partial payment estimate. If the Contractor desires an alternative payment method it will be the sole responsibility, and expense, of the Contractor to contact the Owner’s Finance Department directly and request an alternative method, provided, however, that the Finance Department is under no obligation to agree to an alternative method unless it deter mines, at its sole discretion, that the request is reasonable and acceptable to the Finance Department. The Owner shall retain ten percent of the amount of each payment until final completion and accept ance of all work covered by the Contract Documents. When the c ontract is 50 percent completed, one-half of the amount retained shall be paid to the Contractor provided the Contractor makes a written request for the payment and the Contractor is making satisfactory progress on the Contract and there is no specific cause or claim requiring a greater amount to be retained. After the Contract is 50 percent completed, no more than five per cent of the amount of any subsequent progress payments made under the contract may be retained providing the Contractor is making satisfactory progress on the project, except that if at any time the Owner determines satisfactory progress is not being ma de, ten percent retention shall be reinstated for all progress payments made under the Contract subsequent to the determination. In lieu of ten percent retention provided for in this Section 8.67 of Article 8, the Owner shall, at the Contractor's option, accept as a substitute an assignment of any of the following: A. Time certificates of deposit of banks licensed by the State of Arizona; or B. Securities of or guaranteed by the United States of America; or C. Securities of the State of A rizona, or any county, municipality or school district thereof; or D. Shares of savings and loan in stitutions authorized to transact business in the State of Arizona. Page 44 of 67 REV. 05/02/2024 Assigned instruments shall have a face value in an amount equal to ten percent of the progress payment for which instruments are tendered and shall be retaine d by the Owner as a guarantee for complete performance of the Contract. If the Owner accepts substitute security as provided herein for the ten percent retention, the Contractor shall be entitled to all interest or income earned by the security, and all security in lieu of retention shall be returned to t he Contractor within 120 Calend ar Days after final completion and acceptance of all material, equipment and work covered by the C ontract if the Contractor has furnished the Owner satisfactory receipts for all labor and mat erial billed and unconditional, final waivers of liens from any and all persons holding claims against the work. In no event shall the Owner acc ept a time certificate of deposit of a bank or shares of a savings and loan institution in lieu of the retention specified in this Sec tion 8.67 of Article 8 unless accompanied by a signed and acknowledged waiver of the bank or savings and loan institution of any right or power to set off against either the Owner or the Contractor in relati onship to the certificates or shares assigned. The Contractor shall promptly pay each subcontractor, upon rec eipt of payment from the Owner out of the amount paid to the Contractor on account of the subcontractor’s work, the amount to which the subcontractor is entitled, reflecting the percentage actually r etained, if any, from payments to the Contractor on account of subcont ractors’ work. The Contractor s hall, by an appropriate agreement with each subcontractor, require each subcontractor to make payments to his sub-subcontractors in similar manner. Prior to Substantial Completion, the Owner, with the approval of the Engineer and with the concurrence of the Contractor, may use any completed or substan tially completed portions of the work. Use shall not constitute an acceptance of the completed or substantially completed portions of the work. The Owner shall have the right to enter the premises for the p urpose of doing work not covered by the Contract Documents. This provision shall not be construed as relieving the Contractor of the sole responsibility for the care and protection of the work, or the restoration of any damaged work except as may be caused by agents or employees of the Owner. The Contractor shall indemnify and save the Owner or the Owner ’s agents harmless from all claims growing out of the lawful demands of subcontractors, laborers, workmen, mechanics, material men, and furnishers of machinery and parts thereof, equipment, tools , and all supplies, incurred in the furtherance of the performance of the work. The Contractor shal l, at the Owner’s request, furnish satisfactory evidence that all obligations of the nature designated above have been paid, discharged, or waived. If the Contractor fails to do so the Owner may, after having notified the Contractor, either pay unpaid bills or withhold from the Contractor’s unpaid compe nsation a sum of money deemed reasonably sufficient to pay any and all lawful claims until sa tisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of the Contract Documents, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to either the Contractor, his Surety, or any third party. In paying any unpaid bills of the Contractor, any payment made by the Owner shall be considered as a payment made under the Contract Documents by the Owner to the Contractor and the Owner shall not be liable to the Contractor for any payments made in good faith. If any payment to Contractor is delayed after the date due, in terest shall be paid at the rate of one percent per month or fraction of a month on any unpaid balance as may be due. If the Owner fails to make payment 120 Calendar Days after final completion and acce ptance, including any retained amounts (subject to the presentation of the waivers and releases as required by Section 8.68 below), in addition to other remedies available to the Contractor, interest shall be paid at the rate of one per cent per month or fraction of the month on the unpaid balance as may be due, except for that amount Page 45 of 67 REV. 05/02/2024 necessary to pay the expenses the Owner reasonably expects to i ncur in order to pay or discharge the expense determined by the Engineer or Owner in the finding justifying the retention or delay. The Owner may require the Contractor to furnish partial releas es or liens executed by all persons, firms and corporations who have furnished labor services or mat erials incorporated into the Work during the period of time for which the progress payment is due , releasing lien rights as these persons, firms or corporations m ay have for that period. If any of the laborers, subcontractors, or material men shall serve upon the Owner a "Notice to Owner", or shall otherwise put the Owner on notice that they are owed any unpaid money by the Contractor, the Owner shall have the right to pay these persons directly, and the Owner shall receive a credit therefore upon the Contract Sum. 8.69 Acceptance of Final Payment and Release Upon completion o f the project, a Final Inspection shall be requested by the Contractor, in writing. Following the Owner’s acceptance of the work, the Owner will issue a Notice of Completion to the Contractor and Engineer shall issue a certificate attached to the final payment request certifying that the work has been acc epted under the conditions of the Contract Documents. Release of retained amounts may not be dela yed without a specific written finding by the Engineer or Owner of the reasons justifying the delay in payment. No later than 120 Calendar Days after the issuing of the Notice of Completion, an d subject to the Contractor’s presentation of the necessary number of the Unconditional Waive r and Lien Release (see Section 7.3) from all subcontractors, the Owner will pay to the Contractor the entire sum so found to be due after deducting there from all previous payments and all amount s retained under the provisions of the Contract. All previous prior partial estimates and payments shall be subject to correction in the final estimate and payment. The acceptance by the Contractor of final payment shall be and shall operate as an unconditional release by the Contractor of the Owner for any claims and all liabilities which may be asserted by the Contractor against the Owner for every alleged act and neglect of the Owner, as well as the Owner’s agents and employees, relating to or arising out of the work. Any payment by Owner, however, final or otherwise, shall not release t he Contractor or the Contracto r’s agents or employees, or the Contractor’s sureties, from any obligations it may have under t he Contract Documents or the performance and payment bonds. 8.70 Insurance The Contractor shall purchase and maintain insu rance as will protect him from claims set forth below which may arise out of or result from the Contracto r’s execution of the work, whether execution be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: A. Claims under workmen's compensation, disability benefit and other similar employee benefit acts; B. Claims for damages because of bodily injury, occupational si ckness or disease, or death of his employees; C. Claims for damages because of bodily injury, sickness or dis ease, or death of any person other than his employees; D. Claims for damage s insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the Contractor, or (2) by any other person; and E. Claims for damages because of injury to or destruction of ta ngible property, including loss of use resulting there from. Certificates of Insurance acceptable to the Owner, along with endorsements (excepting Workers Compensation) naming the Engineer, the Owner and The City of Bullhead City as additional insured parties, shall be filed with the Owner prior to commencement of the work. These documents shall contain a provision that coverages afforded under the policies will not be canceled, reduced, Page 46 of 67 REV. 05/02/2024 discontinued, or otherwise materially altered during the period of performance without 30 calendar days prior Written Notice has been given to the Owner. The Contractor shall procure and maintain, at his own expense, during the contra ct time, liability insurance with an Insurance Carrier with an A.M. Best rating of no less than “A” and as hereinafter specified: A. Contractor’s General Commercial Liability and Property Damag e Insurance including vehicle coverage issued to the Contractor and protecting him from all c laims for personal injury, including death, and all claims for destruction of or damage to property, arising out of or in connection with any operations under the Contract Documents, wh ether the operations be by himself or by any subcontractor under him, or anyone directl y or indirectly employed by the Contractor or by a Subcontractor under him. Insurance shall be written with a limit of liability to include primary and excess coverage in an amount not less than $2,000,000 for all damages arising out of bodily injury, including death, at any t ime resulting there from, sustained by any one person in any one accident; and a limit of liability of not less than $1,000,000 aggregate for any damages sustained by two or more p ersons in any one accident. Insurance shall be written with a limit of liability of not less than $500,000 for all property damage sustained by any one person in any one accident ; and a limit of liability of not less than $500,000 aggregate for any such damage sustained by two or more persons in any one accident. B. The Contractor shall acquire and maintain, if applicable, Fi re and Extended Coverage insurance upon the project to the full insurable value thereof for the benefit of the Owner, the Contractor, and Subcontractors as their interest may appear. Th is provision shall in no way release the Contractor or Contractor’s Surety from obligations under the Contract Documents to fully complete the project. C. The Contractor shall procure and maintain, at his own expens e, during the Contract time, in accordance with the provisions of the laws of the state in whic h the work is performed, Workmen's Compensation Insurance, including occupational disease provisions, for all of his employees at the site of the project and in case any work is su blet, the Contractor shall require subcontractor to similarly provide Workmen's Compensati on Insurance, including occupational disease provisions for all of the latter's employe es unless the employees are covered by the protection afforded by the Contractor. In case a ny class of employees engaged in hazardous work under this Contract at the site of th e project is not protected under Workmen's Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate and suitable insurance for the protection of his employees not otherwise protected. D. The Contractor shall secure A ll Risk type Builder's Risk Insurance for work to be performed. Unless specifically authorized by the Owner, the amount of such insurance shall not be less than the contract price totaled in the bid. The policy shall cover not less than the losses due to fire, explosion, hail, lightning, vandalism, malicious misch ief, wind, collapse, riot, aircraft, and smoke during the contract time, and until the work is accepted by the Owner. 8.71 Contract Security The Contractor shall within ten calendar day s after the receipt of the Notice Of Award furnish the Owner with a Performance Bond and a Payment Bond in sums equal to the amount of the Contract price, conditioned upon the performance by the Contractor of all undertakings, covenants, terms, conditions and agreements of the Contract Doc uments, and upon the prompt payment by the Contractor to all persons supplying labor and materials in the prosecution of the work provided by the Contract Documents. Bonds shall be executed by the Contractor and a corporate bonding company licensed to transact business in the State of A rizona and the company issuing bonds shall possess, at a minimum, a “A” rating based upon the most recent issue of the Bests Insurance Guide. The expense of these bonds shall be borne by the Contractor. If at any time a surety on any bond is declared a bankrupt or loses its right to do bus iness in the state in which the work is to be performed or is removed from the list of Surety Companies accepted on Federal Bonds, Page 47 of 67 REV. 05/02/2024 Contractor shall within ten calendar days after notice from the Owner to do so, substitute an acceptable bond (or bonds) in the form and sum and signed by ot her surety or sureties as may be satisfactory to the Owner. The premiums on bonds shall be paid by the Contractor. No further payments shall be deemed due nor shall be made until the new surety or sureties shall have furnished an acceptable bond to the Owner. 8.72 Assignments Neither the Contractor nor the Owner shall se ll, transfer, assign or otherwise dispose of the Contract or any portion thereof, or of his right, title or interest therein, or his obligations there under, without written consent of the other party. Nor shall the Contractor assign any monies due or to become due to him hereunder without the previous written consent of the Owner. The Owner and Contractor each bi nd himself, his partners, succ essors and assigns and legal representatives to the other party hereto and to the partners, successors, assigns and legal representatives of the other party in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.73 Indemnification To the fullest extent permitted by law, T he Contractor shall indemnify and hold harmless the Owner and the Engineer and their agents and employ ees from and against all claims, damages, losses and expenses, including but not limited to: attorney's fees arising out of or resulting from the performance of the work, provided that any claims, dam age, loss or expense: (1) is attributable to bodily injury, sickness, disease or death, or t o injury to or destruction of tangible property (other than the work itself) including the loss of use resulting there from; and (2) to the extent it is caused by any negligent act or omission of the Contractor, his subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts an y of them may be liable. This obligation shall not be construed to negate, abridge or otherwise reduce any other right or obligation of indemnity, which would otherwise exist as to any party or person described herein. In any and all claims against the Owner or the Engineer, or any of their agents or employees, by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation of benefits payable by or for the Contractor or any subcontractor under workmen's compensation acts, disability benefit acts or other employee benefits acts. The obligation of the Contractor under this section shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs or specifications. 8.74 Separate Contracts The Owner reserves the right to let ot her contracts in connection with this project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with their requirements. If the proper execution or results of any part of the Contractor’s work depends upon the work of any other contra ctor, the Contractor shall ins pect and promptly report to the Engineer any defects in such work that render it unsuitable for such proper execution and results. The Owner may perform additional work related to the project b y himself, or he may let other contracts containing provisions similar to these. The Contractor shall af ford the other Contractors who are parties to such contracts (or the Owner, if he is performing th e additional work himself), reasonable opportunity for the introduction and storage of materials and e quipment and the execution of work, and shall properly connect and coordinate his work with theirs. If the performance of additional work by other contractors or the Owner is not noted in the Contract Documents prior to the execution of the contract, written notic e thereof shall be given to the Contractor prior to starting any additional work. If the Contra ctor believes that the performance of additional work by the Owner or others involves him in addition al expense or entitles him to an extension of the contract time, he may make a claim therefore as provided in Sections 8.61 and 8.62. Page 48 of 67 REV. 05/02/2024 8.75 Subcontracting The Contract or may utilize the services of specialty subcontractors on those parts of the work which come under normal contracting practices or are t ypically performed by specialty subcontractors, provided the Contractor, as soon as practical a fter the award of the contract, shall furnish to the Owner and the Engineer in writing the names of the persons or entities (including those who are to furnish materials or equipment fabricated to a speci al design) proposed for each of the principal portions of the work, together with their Arizona Con tractors License Numbers and other pertinent information. This information is to be submitted to Owner on a form provided by Owner. The list of subcontractors and suppliers shall be submitted prior t o the effective date of the Notice to Proceed. The Engineer will prompt ly reply to the Contractor in writing stating whether or not the Owner or the Engineer, after due investigation, has reasonable objection to any such proposed person or entity. Failure of the Owner or Engineer to promptly reply shall constitute notice of no reasonable objection. The Contractor shall not contract with an y such proposed person or entity to whom the Owner or Engineer has made reasonable objection and the Contractor shall not be required to contract with anyone to whom he has a reasonable objection. If the Owner or Engineer has a reasonable objection to any proposed person or entity, the Cont ractor shall submit a substitute to whom the Owner or the Engineer has no reasonable objection. The Contractor shall make no substitution for any subcontractor, person or entity previously selected if the Owner or Engineer makes reasonable objection to the substitution The Contractor shall not award w ork to subcontractors, in excess of 49 percent of the Contract Price, without prior written approval of the Owner. The Contractor shall be fully responsible to the Owner for the acts and omissions of his Subcontractors, and of persons either directly or indirectly em ployed by them, as he is for the acts and omissions of persons directly employed by him. The Contractor shall not employ any subcontractors that are no t properly licensed with Owner and the State of Arizona. Changes of subcontractors listed with the proposal shall be made only with the approval of the Owner. Nothing contained in these Contract Documents shall be constru ed as creating any contractual relationship between any subcontractor and the Owner; the Contr actor shall be as fully responsible to the Owner for the acts and omissions of subcontractors, and of persons employed by them, as he is for the acts and omissions of persons directly employed by him. The Contractor shall, without additional expense to the Owner, utilize the services of specialty Subcontractors on those parts of the work which are specified o r required by State or local laws to be performed by specialty subcontractors. The Contractor shall be responsible for the coordination of al l trades, subcontractors, material and people engaged upon this work. The Owner will not undertake to settle any differences between the Contractor and his subcontractors or between subcontractors. The Contractor shall cause appropriate provisions to be inserte d in all subcontracts relative to the work to bind subcontractors to the Contractor by the terms of t he Contract Documents insofar as applicable to the work of subcontractors and to give the Contra ctor the same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provision of the Contract Documents. Nothing contained in this Contract shall create any contractua l relation between any subcontractor and the Owner. 8.76 Engineer’s Authority The Engineer shall act as the Owner’ s representative during the construction period. He shall decide questions, which may arise as to quali ty and acceptability of materials furnished and work performed. He shall interpret the intent of the Contract Documents in a fair and unbiased manner. The Engineer will make periodic visits to the site and determine if the work is proceeding in accordance with the Contract Documents. Page 49 of 67 REV. 05/02/2024 The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship and execution of the work. Inspections m ay be made at the factory or fabrication plant of the source of material supply. The Engineer shall not be responsible for the construction mea ns, controls, techniques, sequences, procedures, or construction safety precautions and programs in connection with the work and he will not be responsible for the Contractor’s failure to carry out th e work in accordance with the Contract Documents. The Engineer shall not be responsible or have contro l or charge over the acts or omissions of the subcontractors, or any of their agents or employees, or any other person performing any of the work. The Engineer shall promptly mak e decisions relative to interpretation of the Contract Documents. The Engineer will have the authori ty to reject work, which doe s not conform to the Contract Documents. Whenever, in his opinion, he considers it necessary or advisable for the implementation of the intent of the Contract Documents, he will have authority to require special inspection or testing of the work in accordance with the other terms of this Contract and whether or not the work be then fabricated, installed or completed. 8.77 Land and Rights-of-Way Prior to issuance of Notice To Pro ceed, the Owner shall obtain all land and rights-of-way necessary for carrying out and for the completion of the work to be performed pursuant to the Contract Documents, unless otherwise mutually agreed. The Owner shall provide to the Contractor information, which d elineates and describes the lands owned and rights-of-way acquired. The Contractor shall provide at his own expense and without li ability to the Owner any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. 8.78 Guarantee Except as otherwise specified, all work shall be guaranteed by the Contractor, including the work performed by his subcontractors, against defects resulting from the use of inferior materials, equipment, or workmanship for a period of one year from the date the Notice of Completion is issued by the Owner, or within a longer period of time as may be presc ribed by law or by the terms of any applicable special guarantee required by the Contract Documents. If, within any guarantee period, repairs or changes are required in connection with guaranteed work, which, in the opinion of the Owne r, is rendered necessary as th e result of the use of materials, equipment, or workmanship which are inferior, defective, or not in accordance with the terms of the Contract, the Contractor shall, promptly upon receipt of notice from the Owner, and without expense: (1) place in satisfactory condition in every particular all gua ranteed work, correcting all defects therein; (2) make good all damage to the building, site or work , or equipment or contents thereof, which in the opinion of the Owner, is the result of the use of materials, equipment, or workmanship which are inferior, defective, or not in accordance with the terms of the contract; and (3) make good any work or material, or the equipment and contents of the building, site or work disturbed in fulfilling any guarantee. If the Contractor, after notice, fails to procee d promptly to comply with the terms of the guarantee, the Owner may have the defects corrected and the Contractor and his surety shall be liable for all expense incurred. The performance bond shall remain in full force and effect through the guarantee period. A. GUARANTEE The Contractor agrees to execute a written guarantee to the Ow ner, in substantially the following f o r m : GUARANTEE FOR ___________________________________________________________________ Page 50 of 67 REV. 05/02/2024 We hereby guarantee that the im provement which we have installed, including the work of our subcontractors, for the Owner of project, specifically described as: South Supply Line Phase 3 Project No. 26-U-006 has been done in accordance with the contract drawings and specifications. We agree to repair and replace any or all work included in sai d improvement, together with any other adjacent work which may be displaced or damaged by so doing, th at may prove to be defective in its workmanship or material within a period of one year from date o f acceptance of the above mentioned improvement by the Engineer on behalf of the Owner, ordinary wear and tear and unusual abuse or neglect excepted. In the event of our failure t o comply with the above mentioned conditions within a reasonable period of time (as determined by the Owner) after being notified in writing by the Owner, we do hereby authorize the Owner to proceed to have the defects repaired and made good at our expense, and we will honor and pay the costs and charges therefore upon demand. Signed ___________________________________________ ( C o n t r a c t o r ) Local Representative to be contacted for service: Name: _____________________________________________________________________________ Address: ___________________________________________________________________________ ___________________________________________________________________________________ Phone No. Fax The guarantee form(s) shall be completed and returned with the acknowledgment of the Certificate of Completion. The failure of the Contractor to execute, the guarantee shall n ot affect the right of the Owner to rely on and enforce the guarantee and the obligations respectively assumed by the Contractor under Section 8.77 hereof. 8.79 Arbitration If both parties mutually agree, all claims, disput es and other matters in question arising out of, or relating to, the Contract Documents or the breach th ereof, except for claims which have been waived by the making and acceptance of final payment as pr ovided by Section 8.66, may be decided by arbitration in accordance with the American Arbitrat ion Association or any other similar body. The foregoing agreement to arbitrate shall be specificall y enforceable under the prevailing arbitration law (§12-1501 et. seq.) of the State of Arizona. The award rendered by the arbitrators shall be final, and judgment may be entered upon it in any court having jurisdiction thereof. Notice of the demand for arbitration shall be filed in writing with the other party to the Contract Documents and with the American Arbitration Association and a copy shall be filed with the Engineer. The party filing for arbitration may select which arbitration service to use. Demand for arbitration shall in no event by made on any claim, dispute or other matter in question which would be barred by the applicable statute of limitations. The Contractor shall carry on the work and maintain the progre ss schedule during any arbitration proceedings, unless otherwise mutually agreed in writing. Page 51 of 67 REV. 05/02/2024 The provisions of the Contract p ertaining to arbitration are not binding upon Engineer, and Engineer cannot be compelled to participat e against his will in an arbit ration arising out of a dispute over the Contract or Contract Documents unless Engineer so consents in w riting to be a party to the arbitration. In the event either Contractor or Owner refuse to consent to ar bitration of a claim, dispute, or any other matter in question arising out of, or relating to the Con tract Documents or the breach thereof, then either party of the Contract may initiate a lawsuit against the other to resolve any claims, disputes and/or other matters in question arising out of or in any way related to the Contract Documents or the alleged breach thereof. The parties agree that any lawsuit filed by either party to the contract against the other shall be filed in the Mohave County Superior Court, State of Arizona. 8.80 Taxes and Charges The Contractor shall pay all State and local sales and use taxes on items, and in a manner as required by the laws and statutes of the State of Arizona and its political subdivisions. The Contractor shall withhold and pay any and all withholding t axes, whether State or Federal, and pay all Social Security charges, State Unemployment Compensatio n charges, industrial insurance, workers compensation charges, and pay or cause to be withheld, as the case may be, any and all taxes, charges, or fees, or sums whatsoever, which are now or may hereafter, be required to be paid or withheld under any laws. 8.81 Miscellaneous Conditions In the event that either party to the Contract is required to institute arbitration or litigation to enforce its rights under the terms of the Contract, then the prevailing party in the arbitration or litigation shall be entitled to recover all costs and attorney's fees incurred. In the event that any provision contained in the contract is found to be contrary to the applicable law, then it shall be severed and the remaining provisions of the co ntract shall remain in full force and effect. The Contract shall be governed by the law of the State of Arizona. 8.82 Conflicts within the Plans or Specifications In the event that a conflict is discovered between sections of the Specifications or between the Plans and the Specifications, the following list of priority shall be used to resolve the conflict: A. Executed Change Orders B. Addenda C. Contract D. Special Provisions E. General Conditions F. Invitation to Bid & Bid Documents G. Supplemental Specifications H. Technical Specifications I. Plans J. Referenced Standard Specific ations or other Documents 8.83 Nondiscrimination The Contractor, with regard to the work performed pursuant to this Contract, shall not discriminate on the grounds of race, color, sex, religion, creed, age, physical or mental disability, or national origin or ancestry in any contracts with the public and in the selection and retention of employees or subcontractors, nor in the procurement of materials and leases of equipment. 8.84 Integration This Contract repr esents the entire agreement betw een the parties hereto and supersedes any and all prior negotiations or representations, either written or oral. Amendments or modifications to the contract shall be in writin g, signed by both parties, or by Change Orders. Page 52 of 67 REV. 05/02/2024 The Contract Documents shall not be construed to create any co ntractual relationship of any kind between the Engineer and the Cont ractor, but the Engineer shall be entitled to performance of obligations intended for his benefit, and to the enforcement thereof. Nothing contained in the Contract Documents shall create any c ontractual relationship between the Owner or the Engineer and any subcontractor or sub-subcontractor. 8.85 Hazard Communication Program All contractors working on Owner projects shall submit a copy of their hazard communication plan to the Fire Prevention Office a nd the Owner’s Risk Management Division prior to commencement of work on any project. This will ensure that other individuals on the job site are not unknowingly exposed to a hazardous substance or chemical. The Fire Prevention Office shall be provided a list of the haza rdous substances and the material safety data sheets that are applicable to the work areas of those contract employees. All contract labor within Owner facilities will be treated the same as regular employees with regard to this hazard communication standard. Page 53 of 67 REV. 05/02/2024 ARTICLE 9 – SPECIAL PROVISIONS___________________ PROJECT NO. 26-U-006 9.0 Special Provisions 9.1 Scope These Special Provisions supplement and modify the G eneral Conditions, Special Provisions, Technical Specifications, Supplemental Specifications and Const ruction Drawings (Plans). All requirements and provisions of the General Conditions, Special Provisions, Technical Specifications, Supplemental Specifications and Plans apply except where modified by these Special Provisions. 9.2 Project Description The Project involves the installation o f approximately 4700 feet of 16-inch transmission main per drawings and specifications. This project also includes an additive alternative to install approximately 1450 feet of 10-inch distribution main per plans and specifications. The alternative is to be installed in the same trench as the transmission main 9.3 Definitions Of Terms Wherever in these documents the word "Owner" appears, it shall be understood to mean the City of Bullhead City, Arizona. Wherever in these d ocuments the word "Contractor" appears, it shall be understood to mean the party or parties co ntracting with the Owner to perform the work. Wherever in these documents the word "Engineer" appears, it shall be understood to mean the Engineer as defined in Section 8.18, General Conditions. 9.4 Preconstruction Conference Within ten calendar days after the Contract has have been awarded, but before the start of construction, the Engineer will schedule a conference to be held at the site of the project for the purpose of discussing matters as project supervision, onsite inspections, progress schedules and reports, payrolls, payments to Contractors, equal employment opportunity, contract change orders, insurance, safety, and any other items pertinent to the project. The Contractor shall arrange to have all supervisory personnel connected with the pr oject on hand to meet with the representatives of the Owner and the Engineer. 9.5 Compliance With Laws And Labor Material Requirements The C ontractor shall conduct the work in compliance with all existing state and national laws and county and municipal ordinance and regulations limiting or controlling the work in any manner. Particular attention is called to the following State of Arizona laws: A. Employment of aliens on Public Works prohibited, Arizona Rev ised Statute § 34-301 and Residence requirements for employees, Arizona Revised Statute § 34-302. B. Workman's Compensation Insurance. All personnel working on t he project shall be covered by Workmen's Compensation Insurance as provided or approved by the Arizona Industrial Commission in accordance with Arizona Revised Statute § 23-901 et. seq. 9.6 Copies Of Documents The Owner will furnish to the Contract or up to two copies of the Contract Documents in hard copy (paper) format as are reasonably necessa ry for the execution of the work. Additional copies will be furnished, upon request, for the cost of reproduction. 9.7 Drawings Of Record Two additional sets of Contract Document s will be provided to the Contractor at no charge for the purpose of showing the work as actually installed. These Contract Documents are to be kept at the job site, maintained in good condition, and m arked daily by the Contractor as the work proceeds. The Contract Documents shall be kept available f or inspection by the Owner at all times, and shall be kept up to date. 9.8 Contract Time The contract time for this project is 90 Cal endar days or less after Notice to Proceed. 9.9 Surveys The Contractor sha ll layout the work, in accordanc e with the drawings, shall establish all necessary lines, etc., required to complete the work in accordance with the Contract Documents. The Contractor shall employ an experienced and competent Arizona Re gistered Land Surveyor (R.L.S.) satisfactory to the Owner to layout the work and to verify lines and elevations as the work progresses. Page 54 of 67 REV. 05/02/2024 Surveying shall be considered incidental to the various Contrac t bid items and no additional compensation will be made for this work. 9.10 Weather Conditions In the event of temporary suspension o f work, or during inclement weather, or whenever the Owner shall direct, the Contractor will and also c ause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather. If, in the opinion of the Owner, any work or materials is damaged or injured by re ason of failure on the part of the Contractor or any of his subcontra c t o r s t o p r o t e c t h i s w o r k , t he materials shall be removed and replaced at the expense of the Contractor. 9.11 Submittals Prior to construction and as soon as possible, the Contractor shall supply all submittals required by the Technical Specifications or as requested by the Owner. 9.12 Inspection Of The Work The Owner intends to assign an ins pector for the project. The inspector will be available for a 40 hour period during the week from Monday t hrough Friday during the period of the Contract. If the Contractor elects to work outside the 40 hour week that occurs between Monday through Friday, such as Saturday, Sunday or legal holidays, in accordance with Section 8.62 of the General Conditions, the Contra ctor will be responsible for all inspection, engineering, and testing costs incurred during that period. For any inspection work perf ormed on Saturday, Sunday, or local municipal holidays, the minimum chargeable time shall be four hours. The Owner reserves the right to deduct these additional inspection, engineering, and testing costs directly from the Contractor's payments. Additional inspections are required for all building-related ac tivities, and must be scheduled and coordinated through Owner’s Building Division utilizing an automated inspection request system. To schedule an inspection on an active permit please call the Owne r’s inspection request line at (928) 763-0172 a minimum of 24 business hours in advance. The Contractor is responsible for scheduling and coordinating all inspections with the Owner’s project manager, staff and other agencies. 9.13 Water, Power, And Sanitation A. WATER Water is available from the water utility companies loca ted in the City of Bullhead City at a cost to be determined by the appropriate company and payable by the Contractor. The Contractor shall make all arrangements to obtain a hydrant meter, from the appropriate utility company, for the purpose of metering the use of water o n the project. The Contractor shall adhere to all conditions stated in the Meter Application, including payment of a deposit for the meter, return of the meter to the water utility company each month during the project for reading, and notification to the water utility company prior to any change in the location of the hydrant meter. The maximum water to be drawn off a hydrant at any time will be determined by the water utility company. Water shall only be drawn off hydrants approved by the appropriate water utility company or their authorized representative. B. POWER All power for lighting, operation of Contractor's plant or equipment or for any other use as may be required for proper completion of the work to be performed under the provisions of these Contract Documents, shall be provided by the Contractor at his sole cost and expense. C. SANITATION Contractor is responsible for acquiring and main taining all restroom facilities in accordance with all applicable Federal, State, and Local laws. 9.14 Burning Of Vegetation No burning of vegetation will be al lowed. 9.15 Materials Testing A. CONSTRUCTION TESTING The materials and workmanship provided during construction will be tested on a regular basis by the Engineer, provided, however that the Contractor shall provide all sampling and testing required to confirm that the p roducts and materials to be Page 55 of 67 REV. 05/02/2024 provided meet the contract requirements, prior to start of cons truction. The Engineer shall not provide any sampling or testing prior to start of construction to determine the acceptability of the products and materials to be provided by the Contractor. It shall be the responsibility of the Contractor, at no additional cost, to provide material samples for testing at the Owner's request. The Contractor shall include with its submittals copie s of all test results confirming the acceptability of the products and materials to be utilized on the project. The Contractor shall be responsible for charges resulting from failed tests; costs for retesting shall be based upon hourly and/or individual test rates. In the event any portion of the project is rejected because of substandard work, all materials testing, engineering, and inspection costs associated with corrective measures shall be chargeable t o the Contractor at the current respective rates. The Contractor shall provide all sampling and testing necessary for its performance of the work before and during construction to insure its compliance wi th the Contract Documents, and any testing shall be considered incidental to the various C ontract bid items and no additional compensation will be made, and no testing provided by the Owner shall relieve the Contractor from its quality cont rol/quality assurance obligatio ns. The Owner shall not be responsible for providing any sampling and testing before or du ring construction to assure the quality of the Contractor’s work and materials; the Owner’s only responsibility is to provide the acceptance testing the Engi neer deems necessary to insure t hat the finished work products meet the contract requirements. B. PRELIMINARY MATERIALS TESTING All preliminary materials tes ting and mix design testing required by the specifications to ensure materials and mix designs are suitable for project use will be the responsibility of the Contractor at no additional cost to the Owner. 9.16 Cleanup And Pollution Control A. GENERAL The Contractor shall be responsible for the removal of all debris, litter and waste from the job site(s) and/or equi pment maintenance area and the restoration of any and all areas affected, directly or indirectly by the construction, tra nsportation of equipment or materials and/or by the acts of neglect or omission by his empl oyees. All trucks carrying debris, dirt or aggregate base course shall be covered to prevent airborne pollutant (dust). All debris, litter, etc., shall be disposed of in accordance wi th prevailing ordinance or law. Open burning of trash, debris, etc., will not be permitted. Clean-up operations shall be on a daily basis. All pavement, concrete, brush, rocks, excess materials, etc. accumulated or removed during the course of construction must be disposed of in those areas designated by the Engineer or his authorized representative, including but not limited to the Mohave County Landfill. All costs for disposal, including gate or tipping fees, etc. are the responsi bility of the Contractor. This material mu st be disposed of within ten calendar days of time of removal. If the areas in question are not cleaned up to the satisfaction of the Engineer, progress payments will be withheld until clean-up is completed and approved by the Engineer. B. TEMPORARY FACILITIES The Contractor shall provide temporary mailboxes and traffic control signs where necessary until completion of backfilling and clean-up. C. SOLID WASTES All solid wastes shall be removed and disposed of in accordance with prevailing ordinance or law. Cle an-up shall be completed on a d aily basis. All costs for disposal shall be the responsibility of the Contractor, and sha ll be considered incidental to the costs of the various bid items. All spilled paving and concrete material shall be removed and d isposed of prior to final acceptance and payment. Page 56 of 67 REV. 05/02/2024 D. MAINTENANCE AREAS Maintenanc e areas shall be kept clean dur ing construction and shall be free of litter at all times. All empty containers, deb ris, waste, etc., shall be removed and disposed of prior to final acceptance. Upon inspection by t he Engineer, the Contractor may be required to dress the surface of the ground, dependent upon the extent of spillage of petroleum products on the surface. If so directed, the dressing shall consist of scarifying the surface to a depth of six (6) inches and moving and compacting the soil in such a way as to blend the spill areas into clean soil and restore the surface by partial compaction. E. POLLUTION The Contractor s hall be held responsible for acts leading to pollution of water, air or land by any means. Open burning of trash, debris, etc., will not be permitted anywhere in the City limits. The discharge of any pollutants upon the surface of the ground, or into any stream, ravine, wash or body of water which may result in pollution of the publ ic water supply, or of groundwater contributory thereto, will not be permitted. Violation of these conditions will be cause for the termination of work, and possible legal action. F. REMOVAL AND REPLACEMENT OF SIGNS, MAILBOXES, ETC It is the responsibility of the Contractor to remove all poles, etc. which are located with in the construction area and replace them at the time of backfilling and clean-up in the loc ations determined by the Engineer. In the case of landscaping or other private items located in the construction area, the Contractor shall hand-deliver a written notice to all busin ess, residences and public facilities in that area stating hi s intentions to perform work and shall do so at least five calendar days prior to work co mmencing. If, at the time of cons truction these items are still in the construction area, the Contractor is to remove and dispose of them properly. All signs and mailboxes shall be permanently installed within 48 hours of construction of sidewalk. G. NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) GENE RAL PERMIT The Contractor shall assume all responsibility for complying with the requirements of the NPDES Phase II Construction Program and must submit an AZPD ES permit to ADEQ that meets all the requirements of a General Permit for Di scharge from Construction Activities to Waters of the United States and all ADEQ requirements. At the time of the preconstruction conference, the Contractor shall submit, for the Engineer's approval, a program which includes all the measures, which the Contractor proposes to take for the construction of permanent erosion control work specifie d in the contract and all the temporary control measures to prevent erosion and pollution of streams, lakes and reservoirs. Permanent erosion control work and pollution prevention measures shall be performed at the earliest practicable time consistent with good construction pra ctices. Temporary work and measures are not meant to be performed in lieu of permanent work specified in the Contract. Construction of drainage facilities as well as the performance of other contract work, which will contribute to the control of erosion and sedimentation, shall be carried out in conjunction with earthwork operations or as soon thereafter as possible. Except for that approved in writing by the Engineer, the Contractor shall perform no clearing and grubbing or earthwork until the Contractor’s program has been approved. Page 57 of 67 REV. 05/02/2024 If in the opinion of the Engineer, clearing and grubbing, excav ation, or other construction operations are likely to create an erosion problem because of the exposure of erodible earth material, the Engineer may limit the surface area to be disturb ed until satisfactory control measures have been accomplished. Unless otherwise permitted by the Engineer, the Contractor shall not expose an area of erodible earth material greater than 217,800 square feet at any one location. The Engineer may order the Contractor to provide immediate meas ures to control erosion and prevent pollution. Measures may involve the construction o f temporary berms, dikes, dams, sediment basins and slope drains; the use of temporary mulches, mats and seeds and the use of other devices, methods, items, etc., as necessary. At any time the Contractor pr oposes to change its schedule of o perations, the Contractor shall review and update its erosion and pollution control progr am and submit it to the Engineer for approval. The Contractor shall not be entitled to additional compensation or an extension of contract time for any delays to the work because of the Contractor’s fai lure to submit an acceptable erosion and pollution control program. Permanent erosion control and pollution prevention work specifi ed in the Contract, which is to be accomplished under any of the various Contract items will be paid for by the bid item and considered incidental to that work. Any additional work req uired by the Owner will be paid for by the Force Account set up for this work. The cost of any erosion control and pollution prevention work which may be proposed by the Contractor in his/her program, in addition to that specified in the contract, will be considered as included in the prices bid for contract items. There is no separate payment for this item. Temporary erosion control and pollution prevention work necessa ry for the Contractor to complete the various contract bid items shall be considered inc idental to the bid items and the Contractor shall not be entitled to any additional compensation or an extension of contract time for any delays to the work to perform the temporary work. 9.17 Dust Control It shall be the Contractor's responsibility to provide adequate water for dust control. It is imperative that the air quality standards are maintained. In addition, dust could be quite hazardous in the everyday operations. It shall be the Contractor's responsibility to ensure that all regulations for air quality and safety are met. 9.18 Supervisory Pers onnel It is the intent of these specifications to provide a completed project that will in every way reflect the work of competent journeyman mechanics in the various trades represented. The Contractor shall ensure that each portion of the work is su pervised by a qualified person, well versed in the operation of the various tools required for the trade, the method in which the work is to be done, and knowledge of the general requirements of the construction work. All work is to be done in accordance with the latest methods devised for such work and consistent with acceptable national industry standards to ensure the highest quality product. 9.19 Safety Requirements The C ontractor shall comply with all pertinent provisions of the Department of Labor "Safety and Health Regulatio ns for Construction" (29 CFR Part 1518, 36 CFR 7340), with additions or modifications thereto, in effect during construction of this project. THE FOLLOWING MEASURES OR PROVISI ONS ARE TO BE ADHERED TO AT AL L TIMES DURING THE CONSTRUCTION OF THIS PROJECT: A. All heavy construction machinery to include trenching machin es, bulldozers, backhoes, etc., must be equipped with a roll bar meeting the requirements of the above regulation. Page 58 of 67 REV. 05/02/2024 B. Safety helmets will be worn by all personnel working at the site. In addition, all spectators will be required to wear safety helmets in construction zone. C. Steel toe safety s hoes or boots will be worn by all personnel working at the site. D. Shoring of trenches and/or exc avations per the Department of Labor/OSHA requirements. 9.20 Preservation Of Bench Marks And Monuments The Contractor shall exercise caution to ensure that permanent bench marks, survey monuments, established property corners, survey lines, and points are not damaged or disturbed by this work. If any survey monuments, property corners, survey lines or points are damaged or disturbed, the Contractor’s representa tive shall immediately notify the inspector. All survey monumentation damaged or disturbed by thi s work shall be replaced by an Arizona Registered Land Surveyor (R.L.S.) after completion of t he pavement removal and replacement operations and installation of underground facilities. A record of all monuments that have been disturbed and replaced must be recorded with the Mohave County Recorder’s office and copy submitted to the Owner’s Engineering Division. All costs incurr ed to re-establish and record points shall be the responsibility of the Contractor. 9.21 Disposal Of Excess Material Excess soil and unsuitable materials shall be removed from the site by the Contractor at his own expense and disposed of in accordance with the Contract Documents. 9.22 Reference Standard Specifica tions Where standard specific ations or testing methods have been referred to, such as ASTM or AASHTO, the intent is to refer to the latest applicable issue or revision of such specifications or testing methods. The following abbrev iations are used in these specifications. AWWA American Waterworks Association AASHTO American Association of S tate Highway and Transportation Officials ACI American Concrete Institute AI Asphalt Institute AISI American Iron and Steel Institute ANSI American National Standard s Institute (formerly the USA Standards Institute) ASTM American Society for Testing and Materials NSF National Sanitation Foundation SPWC. Standard Specifications for Public Works Construction. (W herever written herein shall mean "Maricopa Association of Governments, Arizona Specification for Public Works Construction".) APWA American Public Works Association The governing specifications for this project shall be the Mari copa Association of Governments (MAG) UNIFORM STANDARD SPECIFICAT IONS for PUBLIC WORKS CONSTRUC TION, 2026, MAG UNIFORM STANDARD DETAILS fo r PUBLIC WORKS CONSTRUCTION, 202 6, the Manual of Uniform Traffic Control Devices (MUTCD) 11 th Edition (December 2026), and to the extent not addressed in the preceding, the ADOT Traffic Control Manual for Hwy Construction (Supplement) 1996, and the ARIZONA DEPARTMENT OF TRANSPORTATION, STANDARD SPECIFICATIONS for ROAD AND BRIDGE CONSTRUCTION 2008. 9.23 Codes, Ordinances And Local Specifications All work under this project shall be performed in strict accordance with these specifications and the Standard Specifications for Public Works Construction (SPWC). Where any conflict occurs between these plans and specifications and the local codes and ordinances in effect at the time, applicable codes and ordinanc es shall take precedence over these plans and specifications only if these plans and specifications are inferior as to materials and workmanship called for by the codes and ordinances. 9.24 Interfering Structures An d Utilities The Contractor shall notify Arizona 811 at least three working calendar days prior to any excavations. Page 59 of 67 REV. 05/02/2024 The Contractor shall exercise all possible caution to prevent d amage to existing structures and utilities, whether above ground or underground. The Contractor shall notify all utility offices concerned at least 72 hours in advance of construction operations in which a utility's facilities may be involved. Any structure or utility damage caused by the work shall be repaired or replaced in a condition equal to or better than the condition prior to the damage. Repair or replacement shall be accomplished at the Contractor's expense without additional compensation from the Owner. If interfering structures or inst allations such as, but not lim ited to, vaults, manholes, valves, utility poles, guy wires, or anchors are encountered, the Contractor sh all notify the Engineer and contact the appropriate utility or structure owner at least seven calen dar days in advance of construction to arrange for protection or relocation of the structure. The Contractor shall remove, protect and/or replace all existin g structures, utilities or other improvements and similar items within the proposed improvements at his own expense without additional compensation from the Owner unless specifically provided for as a pay item of work by the specifications or as otherwise provided for in the Plans. Repla cement shall be in a manner and in a condition at least equivalent to, or better than, the original condition. If the Contractor enc ounters existing facilities which will pre vent the construction of any facility and which are not properly shown on the Plans, he shall notify the Owner before continuing with the construction in order that the Owner may make any field revisions as necessary to avoid conflict with the existing structure. The cost of waiting or "down" time duri ng field revision shall be borne by the Contractor without additional cost to the Owner. If the Contrac tor fails to notify the Owner when an existing structure is encountered, but proceeds with the constr uction despite this interference, he does so at his own risk. In particular, when the location of th e new construction will prohibit the restoration of existing structur es to their original condition; the Contractor shall notify the Engineer and contact the utility or structure owner so a field relocatio n may be made if possible to avoid the conflict. In the event of interruption to any utility service as a result of accidental breakage or as a result of being exposed or unsupported, the Contractor shall promptly not ify the proper authority. He shall cooperate with the said authority in restoration of service as promptly as possible and shall bear all costs of repair. In no case shall interruption of any utility s ervice be allowed to exist outside working hours unless prior approval of the Owner is received. Neither the Owner nor its officers or agents shall be responsible for damages to the Contractor as a result of the locations of the water and sewer lines or utiliti es being other than those shown on the Plans or for the existence of water, sewer lines or utilities not shown on the Plans. 9.25 Air Quality – Operating Perm its The Contractor may be req uired to obtain registration certificates and/or operating permits for sources of air pollution. The Owner will not require an Air Quality Permit for this proje ct. The Contractor will be responsible for obtaining any State or Federal permits associated with its construction activities on the project. Information concerning these certificates and permits may be obtained from: The Office of Air Quality Arizona Department of Environmental Quality P.O. Box 600 Phoenix, AZ 85001-0600 (602) 207-2300 9.26 Adjust Utilities To Finished Grade All manhole rims, valv e boxes, meter boxes, utility vaults, etc., are to be set to finished grade. The Contractor shall adjust sewer and water facilities to finished grade in accordance with the specifications. Unless otherwise indicated on the drawings, the adjustment of all Page 60 of 67 REV. 05/02/2024 utilities shall be considered incidental to other items and the Contractor shall not be entitled to any additional compensation or an extension of contract time for an y delays to the work to perform the work. It shall be the responsibilit y of the Contra ctor to coord inate with the various private utility companies so that they can adjust their facilities to finished grade at an appropriate time. 9.27 Safety, Health And Sanitation Provisions The Contractor s hall provide and maintain in a neat, sanitary condition such accommodations for the use of his employees as may be necessary to comply with the requirements and regulations of the Arizona State Department of Health. The Contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions, on his own responsibility or as the Owner may determine, reasonably necessary to protect the life and health of employees on the job, the safety of the public and to protect property in connection with the performance of the work covered by the contract. Precaution shall be exercised by the Contractor at all times fo r the protection of persons (including employees) and property. The Contractor shall comply with the p rovisions of all applicable laws, pertaining to such protection including all Federal and State occupational safety and health acts, and standards and regulations promulgated there under. 9.28 Public Safety And Traffic Control Every attempt shall be made to provide public safety during the construction of the project. Traffic control shall be performed in accordance with the latest edition of the Manual on Uniform Traffic Control Devices (M.U.T.C.D.), pub lished by the Federal Highway Administration (FHWA). During all construction operations, the Contractor shall constr uct and maintain facilities as may be required to provide access for all property owners to their pro perty. No person shall be cut off from access to his residence or place of business for a period exceeding two hours, unless the Contractor has made a special arrangement with the affected persons. It shall be the Contractor's responsibility to notify all adjacent property owners of the construction activity and the schedule of those activities prior to any work being performed. The Contractor shall submit for approval a traffic control and barricade plan within ten calendar days of receipt of Notification of Award of Contract. There shall be no deviations from the approved barricade plan unless a revised barricade plan is submitted and approved. The Contractor shall issue a news release once a week for duration of the project. The rel ease will be publis hed in Sunday's newspaper and shall indicate the area in that the Contractor will be performing work for that week. Businesses must be notified 48 hours prior to any restrictions on normal parking areas used by their employees or patrons. The Contractor shall contact, cooperate with, and give notice to each resident, homeowner, business or school that will be affected by any part of the construction process, particularly concerning temporary interruptions to vehicular access. Written notice of the approximate schedule and explanation of work shall be given to each resident, homeowner, business or school at least five calendar days prior to commencement of work in the area. Verbal door-to-door communi cation shall be made at least 24 hours prior to construction to remind all affected parties of the construction to take place. The Owner shall receive a copy of all notifications to resident s. In the event of complaints by residents, the Owner may require the Contractor to provide docu mentation (i.e. check list) showing the date & time of the verbal door-to-door communication. In addition, the Contractor is responsible to answer and resolve any conflicts that may arise between a homeowner or business owner and himself during the construction process. Page 61 of 67 REV. 05/02/2024 The Contractor shall provide and station competent flaggers who se sole purpose shall be to direct the movement of public traffic through or around the work. Prop er advanced warning signs shall be in place when flaggers are working and removed when work requiring flaggers is completed. Flaggers must be used to assist trucks for safe ingress and egress whenever truck movements may interfere with safe passage through the work zone. All traffic control devices that are not in use or will not be used for a period greater than 72 hours or that are determined by the Engineer to be unnecessary, confusing, or causing an unsafe condition, shall be removed by the Contractor from the public right-of-way immediately upon notification by the Engineer. Every attempt shall be made to provide public safety during the construction of the project. Traffic control shall be performed in accordance with Section 401 of the most current version of the Maricopa Association of Governments (MAG) Uniform Standard Specifications for Public Works Construction and these Contract Documents. No person shall be cut off from a ccess to his residence or place of business for a period exceeding six hours, unless the Contracto r has made a special arrangement with the affected persons. In addition, no work will be schedul ed which will interrupt regular trash pickup to either residential or c ommercial properties. It will be the Contractor’s responsibility to coordinate his activities with the local trash haulers. No streets, avenues, boulevards or cul-de-sacs will be closed t o traffic unless prior arrangements have been made and approval has been obtained from the Engineer. 9.29 Temporary F acilities On Site A. General Not all of the tempor ary facilities on site referred to in this subsection are anticipated for this project. Contractor is responsible for identifying to the Owner the temporary facilities required on site. Except as otherwise provided, the Owner shall bear no costs of temporary facilities and their removal. B. Temporary Utility Services T he Contractor shall provide tem porary electric power as necessary for the execution of t he Work, including that require d by all subcontractors. He shall make the necessary arrangements with Owner, shall bear all costs for these temporary services and shall furnish and install all necessary transforme rs, metering facilities and distribution centers from branch circuits as he may require. The Contractor shall provide li ghting and outlets in temporary structures throughout the project as may be required for safety, proper performance and i nspection of the work. If operations are performed during hours of darkness, or if natura l lighting is deemed insufficient by Owner, the Contractor shall provide adequate fl oodlights, clusters and spot illumination. The use of permanently installed lighting fixtures, lamps and tubes for work will not be permitted except by special permission of Owner. The Con tractor shall make arrangements with subcontractors for electrical services and lighting as may be necessary in the performance of their work. Temporary water service lines, if required, shall be installed and removed by the Contractor, who shall pay all charges for use of the water, making the connections, running the temporary lines, removing the temporary lines at the completion of the wo r k a n d d i s c o n n e c t i n g t h e services. All relocations required to clear the work of others shall be performed by the Contractor when requested by the Owner. C. Temporary Structures Prior t o starting Work, the Contractor shall, as directed by Owner, provide and maintain suitable temporary office facilities for t he duration of the project as required for the Contractor's project administration; and all necessary sheds and facilities for the proper storage of tools, materials and equipment employed i n the performance of the work. Page 62 of 67 REV. 05/02/2024 D. Toilet Facilities The Contractor shall provide and maintain temporary toilet facilities for the duration of operations, which shall be maintained in a clean and sanitary condition acceptable to Owner and in full compliance with applicable regulations of any public authority. E. Telephones The Contractor shall provide, maintain and pay f or telephone services for the duration of the work as required for the Contractor's operation. F. Fence and Barricades The Contractor shall provide protectiv e fences and barricades as he may deem necessary for public safety and to protect his storage areas and the work in place. The location and appearance of all fences shall be subject to the approval of the Owner. G. Contractor Parking The Contra ctor shall not park his equipment, nor allow his personnel to park, in any area except those specifically designated by the Owner. H. Temporary Living Quarters Temporary living quarters shall n ot be allowed on the job site or on publicly owned properties. There will be strict adherence to Owner’s Zoning Code for the area in question. I. Removal of Temporary Construction The Contractor shall remo ve temporary office facilities, toilets, storage sheds and other temporary construction from the site as soon as, in Owner's opinion, the progress of Work permits. He shall recondition and restore those portions of the site occupied by the same to a condition equal to or better than it was prior to construction. 9.30 Access To Washes A. The Contractor shall have access to the washes via public st reets and/or private easements only. For the purposes of this subsection, "private easement" means an agreement by and between the Contractor and a property owner, in writing authorizing the Contractor to travel across the property owner's real property in order to have ingr ess or egress to a wash or portion thereof. Access agreements, if any, shall be filed wit h the Owner’s Public Works Director before the Contractor m ay exercise the rights there un der granted. Access to any wash or portion thereof by any means not in compliance with the terms of this subsection shall be deemed a trespass and a breach of the terms of the Contract. B. Violations of the provisions of subsection (A) hereof, shall entitle the Owner to deduct the sum of One Thousand Dollars ($1,000.00) from the monies due to Contractor as and for liquidated damages for each violation. For the purposes of this subsection, each entry by a vehicle upon land for which Contractor has not received permission to enter shall be deemed a separate violation of subsection (A) hereof. 9.31 Coordination And Cooperat ion With Utility Companies And Other Trades A. Coordination/Interruption The Contractor is responsible to coordinate work with all utility companies and other trades, on or affecting the job, for an eff icient and effective execution of the complete project. The Contractor shall carefully examine all work that may conflict, and plan removal and/or installation details in advance of the cons truction to avoid any conflict. Failure on the Contractor's part to coordinate with any and all utilities, public or private, shall preclude the Owner’s consideration for additional time or cost. B. Permission Required Utility mains and utility service to bu ildings shall not be cut off or otherwise interrupted without the Contractor obtaining permissi on from the Owner in each and every instance. C. Scheduling of Interruptions Where utilities serve facilities or buildings in use, interruptions in service shall be scheduled during the hours when the facility is not in operation. Any overtime costs occasioned thereby shall be regarded as incidental to, and included within, the contract sum. Page 63 of 67 REV. 05/02/2024 D. General Requirements Prior t o interrupting any utility service, the Contractor shall ascertain that he has the proper materials, together with adequate workme n and equipment, to complete the work with a minimum of delay. 9.32 Review Of Project Site The Contractor shall be responsibl e for reviewing the entire extent of the proposed project, and assuring a full understanding of the exis ting conditions of the sites. No allowances will be made after bidding for conditions at the sit e, and the Contractor shall be responsible for furnishing all labor and materials necessary to carry out the provisions of the Contract. 9.33 Owner Contingency PART 1 - GENERAL 1.1 - Description of Work The work to be performed in accordance with this article includes additional work that is outside the general scope of the proposed project. The work to be performed shall be specifically requested in writing by the Owner or the Engineer and the work shall not be performed until authorized by the Owner in writing, in accordance with subsection 3.2 of this Section 9.33. As the project is completed, it is anticipated that the Owner may request additional work to be performed that currently is not a part of this contract and it is the intent that the requested work shall be performed in accordance with this article. PART 2 - MATERIALS 2.1 - General Any materials utilized under this article shall conform specifi cally with the appropriate Materials section of these specifications unless the Owner specifically requests in writing a deviation from the specifications. If the materials are not covered by an appropriate specification of this document, then the Owner will provide a written specification for the materials requested PART 3 - EXECUTION 3.1 - Workmanship Furnish all materials, equipment and labor required to complete the work. All workmanship shall meet or exceed the appropriate specifications included in this document or any supplemental specifications that may be provided. Perform work in accordance with the contract plans or in accordance with any supplemental plans that may be provided by the Owner. 3.2 – Written authorization required before commencing work No work to be paid for under this Owner Contingency article sha ll be performed until the Contractor has formally provided in writing to the Owner the appropriate d ocumentation to confirm the cost, quality, quantity and any such changes in contract time as may be warranted by the additional work, and the owner has issued approval in writing to perform the work and the cost that will be paid for the work. The Owner shall have no responsibility to pay for any work performed by the Contractor under this article that has not received prior written authorization from the Owner. PART 4 - MEASUREMENT AND PAYMENT 4.1 - Measurement Page 64 of 67 REV. 05/02/2024 The method of measurement shall be in accordance with the appropriate specification or as included in specific written instructions from the Owner or the Engineer. 4.2 - Payment Payment for work performed under this article shall be made fo r those items specifically requested in writing by the Owner. The value of any work performed in this a rticle shall be determined by one or more of the following methods in the order of precedence listed below. A. Unit prices previously approved. B. An agreed lump sum. C. The actual cost for labor, materials, supplies, equipment an d other services necessary to complete the work. In addition, there shall be added an amount to be agreed upon but not to exceed 15 percent of the actual cost of the work to cover the c ost of general overhead and profit. The amount specified for Owner Contingency in the Bid Documents is an estimate that is provided so each potential bidder has an equal opportunity in the biddin g. The amount does not in any way represent what work may be requested or the quantity or value of the work. The Contractor shall only be compensated for the actual work requested and performed. A f inal Change Order will be issued to reflect the amount of work actually completed to adjust the final contract amount. Payment for any additional work authorized by the Owner under this article shall be made under the bid item “Owner Contingency”, and shall be assigned an alphabetical sub-item number, in ascending order, and indicated as such on the authorizing paperwork noted in sub-section 3.2 of this Section 9.33. All subsequent Progress Pa yment Applications shall includ e each authorized Owner Contingency sub-item, and the remaining funds in the Owner Cont ingency main bid item (i.e. the difference between the original Owner Contingency in the projec t less all Owner Contingency sub- items authorized by the Owner) shall be indicated in the Progre ss Payment Application under the original bid item number for Owner Contingency. At no time shall the sum of the Owner Contingency remaining funds and all authorized sub-items exceed the total cost of the original Owner Contingency main bid item indicated in the Bid Schedule (Article 3). Page 65 of 67 REV. 05/02/2024 ARTICLE 10 – TECHNICAL SPECIFICATIONS PROJECT NO. 26-U-006 10.0 TECHNICAL SPECIFICATIONS The Technical Specifications issued for this project titled “South Supply Pipelines – Specifications – Table of Contents”, “Supplementary Special Provisions”, and “Submitta l Log”, consisting of 8 pages combined, are incorporated herein by this reference and are an integral part of the Contract Documents for this project. Page 66 of 67 REV. 05/02/2024 ARTICLE 11 – CONSTRUCTION DRAWINGS PROJECT NO. 26-U-006 11.0 CONSTRUCTION DRAWINGS Construction drawings issued for this project titled “Bullhead City South Supply Pipelines Phase 3” consisting of 14 pages and dated March 30, 2026, are incorporated herein by this reference and are an integral part of the Contract Documents for this project. The Base Bid includes the 16” transmission main and associated appurtenances. The Additive Alternative Bid includes the 10” distribution main and associated appurtenances. Page 67 of 67 REV. 05/02/2024 ARTICLE 12 – FEDERAL FUNDING REQUIREMENTS PROJECT 26-U-006 12.0 FEDERAL FUNDING REQUIREMENTS The City entered an agreement with the Water Infrastructure Fin ance Authority of Arizona (“WIFA”) for the use of Federal funding that will be used to compensate Contract or under this Project. Certain terms of the City’s agreement with WIFA apply to Contractor. Following, and incorporated herein (pages 1-14), are Wage Rate and American Iron and Steel provisions with which Contract or must comply as part of the Project as well as the specific Wage Rate determination (pages 1-6) applic able to the Project. References to “Loan Agreement”, “Local Borrower”, and “General Provisions” are inapplicable to Contractor. Contractor is required to execute pages 10 and 14 of this Article as part of the bid submission. Signatures acknowledge awareness of the law and compliance with the wage rate determination applicable to the Project. VICINITY MAPSCALE: 1" = 1000' N ABCACADEQASTMAVRVAWWABFVBLVDBPC/GCLSMCONCDEMODETDIDISTDRDWG(S)EEAEGEXFLGFMFSGVHORIZINV/IELFMAXMAGMHMINMJMJRMUTCDNNRSNTSODPIPPRIVPRVPSIPUBPVCPVMTRCPRDRFASSDRSECTSQFTSSSTASTDTPTYP(UNK)UNOVERTWW/ AGGREGATE BASE COURSEASPHALTIC CONCRETEARIZONA DEPARTMENT OFENVIRONMENTAL QUALITYAMERICAN SOCIETY FORTESTING AND MATERIALSAIR VACUUM RELEASE VALVEAMERICAN WATER WORKSASSOCIATIONBUTTERFLY VALVEBOULEVARDBOTTOM OF PIPECURB AND GUTTERCONTROLLED LOW STRENGTHMATERIALCONCRETEDEMOLITIONDETAILDUCTILE IRONDISTRIBUTIONDRIVE OR DIMENSION RATIODRAWING(S)EXISTINGEACHEXISTING GRADEEXISTINGFLANGEFORCE MAINFINISHED SURFACEGATE VALVEHORIZONTALINVERT ELEVATIONLINEAR FEETMAXIMUMMARICOPA ASSOCIATION OFGOVERNMENTSMANHOLEMINIMUMMECHANICAL JOINTMECHANICAL JOINT RESTRAINTMANUAL ON UNIFORM TRAFFICCONTROL DEVICESNEWNON-RISING STEMNOT TO SCALEOUTSIDE DIAMETERPROTECT IN PLACEPRIVATEPRESSURE RELEASE VALVEPOUNDS PER SQUARE INCHPUBLICPOLYVINYL CHLORIDEPAVEMENTREINFORCED CONCRETE PIPEROADRESTRAINED FLANGE ADAPTERSLOPESTANDARD DIMENSION RATIOSECTIONSQUARE FEETSANITARY SEWERSTATIONSTANDARDTOP OF PIPETYPICALUNKNOWNUNLESS NOTED OTHERWISEVERTICALWATERWITH ABBREVIATIONS:TREEWATER LINESEWER PIPEMANHOLECURBCONTOURBUILDINGR/WPROPERTY LINEFENCECOMMUNICATION LINEGAS LINEOVERHEAD ELECTRICLIGHT POSTUTILITY POLEUTILITY BOXCOMMUNICATIONS BOXGATE VALVEBOLLARD POSTWATER UTILITY BOXELECTRICAL BOXHYDRANT LEGEND: 16" TRANSMISSION MAIN12" MAIN (ADDITIVE ALTERNATIVE)CONTINUED ON PREVIOUS/NEXT PAGE EXISTING PROPOSED BULLHEAD CITYSOUTH SUPPLY PIPELINESPHASE 3MARCH 2026 SURVEY CONTROL:THE BASIS OF BEARINGS FOR THIS PROJECT IS THE NORTH AMERICAN DATUM OF 1983 (NAD83)(2011) (EPOCH: 2010.0000) AS DEFINED BY THE STATION MONUMENTS DESCRIBED BELOW ANDSTATIC GPS OBSERVATIONS FOR ARIZONA WEST (0203) ZONE, STATE PLANE COORDINATES,INTERNATIONAL FEET.BASIS OF BEARINGS/COORDINATES THE BASIS OF ELEVATIONS FOR THIS SURVEY IS THE NORTH AMERICAN VERTICAL DATUM OF1988.BASIS OF ELEVATIONS THE AERIAL TOPOGRAPHIC SURVEY DATA SHOWN HEREON WAS COLLECTED BY AEROTECHMAPPING IN NOVEMBER 2022 (AERIAL SURVEY) AND JULY 2024 (SUPPLEMENTAL FIELD SURVEY).DATE OF SURVEY R/W COVER SHEET 1C-001 SHEET INDEXPAGE NUMBERSHEET NUMBERSHEET TITLE1 C-001COVER SHEET2 C-002NOTES3 C-003KEY MAP4 C-102WATER MAIN PLAN AND PROFILE (STA 61+00.00 - 66+00.00)5 C-103WATER MAIN PLAN AND PROFILE (STA 66+00.00 - 74+00.00)6 C-104WATER MAIN PLAN AND PROFILE (STA 74+00.00 - 81+00.00)7 C-105WATER MAIN PLAN AND PROFILE (STA 81+00.00 - 88+00.00)8 C-106WATER MAIN PLAN AND PROFILE (STA 88+00.00 - 95+00.00)9 C-107WATER MAIN PLAN AND PROFILE (STA 95+00.00 - 103+00.00)10 C-108WATER MAIN PLAN AND PROFILE (STA 103+00.00 - 108+00.00)11 C-201CIVIL DETAILS (1 OF 2)12 C-202CIVIL DETAILS (2 OF 2)13 C-301TRAFFIC CONTROL AND DETOUR PLAN - PHASE 3A14 C-302TRAFFIC CONTROL AND DETOUR PLAN - PHASE 3B CONSTRUCTION NOTESINSTALL (N) 16" C900 DR 14 PVC WATER MAIN. TRENCH ANDBACKFILL PER MAG STD. DWGS. 200-1 AND 211, SHEET 11INSTALL (N) 10" DI TEE FLG X FLG (ADDITIVE ALTERNATIVE)INSTALL (N) 16" 90° DI BEND MJ X MJ.INSTALL (N) 10" 22.5° VERTICAL DI BEND MJ X MJ (ADDITIVEALTERNATIVE)INSTALL (N) 16" 45° DI BEND MJ X MJ.INSTALL (N) RESTRAINED END CAP, ROMAC ALPHA EC ORAPPROVED EQUAL (ADDITIVE ALTERNATIVE)INSTALL (N) 16" RESTRAINED DEFLECTION COUPLING.INSTALL (N) 10" GATE VALVE, (ADDITIVE ALTERNATIVE)INSTALL (N) 10" DI TEE FLG X FLG (ADDITIVE ALTERNATIVE)INSTALL (N) 10" RESTRAINED DEFLECTION COUPLING. (ADDITIVEALTERNATIVE)INSTALL (N) RESTRAINED END CAP, ROMAC ALPHA EC ORAPPROVED EQUALINSTALL (N) 16" BUTTERFLY VALVE WITH BLOCKING PER MAG STD.DWG 301, SHEET 11INSTALL (N) 10" 45° DI BEND MJ X MJ (ADDITIVE ALTERNATIVE)TANK SITE LAYOUT IS CONCEPTUAL ONLY, TO BE DEVELOPED BYOTHERSINSTALL (N) 10" 90° DI BEND MJ X MJ (ADDITIVE ALTERNATIVE)INSTALL (N) 16" 11.25° DI BEND MJ X MJ.INSTALL (N) 10" C900 DR 14 PVC WATER MAIN. TRENCH ANDBACKFILL PER MAG STD. DWGS. 200-1 AND 211, SHEET 11.(ADDITIVE ALTERNATIVE)INSTALL (N) 2" AVRV PER BHC STD DWG 351-1, SHEET 12INSTALL (N) BLOWOFF PER DETAIL 2, SHEET 12 17+00 MATERIALS LIST (ADDITIVE ALTERNATIVE)DESCRIPTIONQTYUNIT10" C900 DR 14 PVC WATER MAIN1460LF10" 90° DI BEND MJ X MJ1EA10" RESTRAINED DEFLECTION COUPLING3EA10" DI TEE FLG X FLG2EA10" GATE VALVE FLG X FLG4EA2" AVRV1EABLOWOFF VALVE2EA10" RESTRAINED END CAP2EA MATERIALS LISTDESCRIPTIONQTYUNIT16" C900 DR 14 PVC WATER MAIN4700LF16" 90° DI BEND MJ X MJ2EA16" 45° DI BEND MJ X MJ8EA16" RESTRAINED DEFLECTION COUPLING3EA16" BUTTERFLY VALVE FLG X FLG5EA2" AVRV (PER BHC STD DWG 351-1, SHEETC202)7EABLOWOFF VALVE5EASTEEL CASING (SEE DETAIL 1, SHEETC-202)61LF16" RESTRAINED END CAP1EA PROJECT LOCATIONCONNECTION TO PHASE 2MIRACLE MILEBIG BEND ACRES WELL AND TANK SITE BLACK MOUNTAIN RD N OATMAN RD HIGHWAY 95 ACADIA BLVD SHEET OFDRAWING NO. DATE: 3/30/2026DWG SCALE: AS NOTEDPROJECT NO: 124002APPROVED BY: KMCHECKED BY: EMDRAWN BY: CW REVISION RECORDDESCRIPTIONDATENO.BULLHEAD CITYSOUTH SUPPLY PIPELINESPHASE 3 WATER MAIN PLANS 14 IFB PLANS 3/30/2026 “” NOTES 2C-002 SHEET OFDRAWING NO. DATE: 3/30/2026DWG SCALE: AS NOTEDPROJECT NO: 124002APPROVED BY: KMCHECKED BY: EMDRAWN BY: CW REVISION RECORDDESCRIPTIONDATENO.BULLHEAD CITYSOUTH SUPPLY PIPELINESPHASE 3 WATER MAIN PLANS 14 IFB PLANS 3/30/2026 EXISTING BIG BEND ACRESWELL AND TANK SITE RIVERVIEW DR MOHAVE VALLEY HWY (HWY 95)C-101C-102C-103C-104C-105C-106C-107 NAVAJO DR RIVERVIEW DR KAIBAB DR MIRACLE MILE N OATMAN RD RICCA RD BOOSTER DR ARCADIA BLVDRIVERVIEW DR BOOSTER DR BLACK MOUNTAIN RD ACACIA WAYFUTURE DEVELOPMENT FUTURETANK SITE PHASE 2 CONNECTION61+0062+0064+0066+0068+0070+0072+0074+0076+0078+0080+0082+0084+0086+0088+0090+0092+0094+0096+0098+00100+00102+00104+00106+00108+00108+00 N0'SCALE: 1"=250'250'500' KEY MAP 3C-003 KEY MAPSCALE: 1"=250' CONSTRUCTION SEQUENCINGTHE CONTRACTOR SHALL DEVELOP THEIR WORK PLAN BASED ON THE FOLLOWING GENERAL SEQUENCING ITEMS TO ALLOW FORREGULAR ROADWAY OPERATIONS, WATER SERVICE TO BE MAINTAINED TO MAXIMUM EXTENTS PRACTICAL, AND TO MINIMIZE SERVICEINTERRUPTIONS.A.PHASE 3A (SHEET 4 - 8): CONSTRUCT 16-INCH WATER MAIN FROM STATION 61+00 TO STATION 93+00. REFER TO SHEET 13 FORTRAFFIC CONTROL REQUIREMENTS.B.PHASE 3B (SHEET 8 - SHEET 10): CONSTRUCT 16-INCH WATER MAIN FROM STATION 93+00 TO 108+00, AND 10-INCH WATER MAINFROM STATION 93+34 TO STATION 108+00. REFER TO SHEET 14 FOR TRAFFIC CONTROL REQUIREMENTS.DEVIATIONS TO THE AFOREMENTIONED CONSTRUCTION SEQUENCING PLAN SHALL BE SUBMITTED TO THE ENGINEER FOR REVIEWAND APPROVAL WITHIN 10 BUSINESS DAYS OF NOTICE TO PROCEED FOR REVIEW AND APPROVAL. SHEET OFDRAWING NO. DATE: 3/30/2026DWG SCALE: AS NOTEDPROJECT NO: 124002APPROVED BY: KMCHECKED BY: EMDRAWN BY: CW REVISION RECORDDESCRIPTIONDATENO.BULLHEAD CITYSOUTH SUPPLY PIPELINESPHASE 3 WATER MAIN PLANS 14 IFB PLANS 3/30/2026 650655660665670675680685690695700705710 650655660665670675680685690695700705710 60+00EG: 685.92TP:EG: 685.97TP:EG: 686.06TP:EG: 687.12TP:61+00EG: 687.94TP: 681.38EG: 687.96TP: 681.45EG: 687.97TP: 681.52EG: 687.98TP: 681.5862+00EG: 687.99TP: 681.65EG: 687.35TP: 681.71EG: 686.71TP: 681.78EG: 686.09TP: 681.6463+00EG: 685.97TP: 680.70EG: 685.91TP: 679.75EG: 684.52TP: 678.81EG: 683.92TP: 677.8664+00EG: 682.85TP: 676.92EG: 681.96TP: 675.97EG: 680.88TP: 675.03EG: 679.89TP: 674.0965+00EG: 678.41TP: 673.14EG: 677.82TP: 672.20EG: 676.47TP: 671.25EG: 675.72TP: 670.3166+00EG: 674.93TP: 669.36 1 4' MIN ALL JOINTS RESTRAINED500.0 LF 16" C900 PVC STA: 64+14.00 16" DEFLECTION COUPLINGSTA: 62+70.00TP: 681.83AVRVSTA: 62+55.00TP: 681.79 AVRVSTA: 62+65.00TP: 681.8216" BUTTERFLY VALVESTA: 62+60.00TP: 681.810.26% 3.78% EXISTING GRADE 18 7 1812 STA: 61+11.00 TRANSMISSION MAIN 2.50% RICCA RD (690) (685) (685) (690)(690) (690) (690) (690) 61+0062+0063+0064+0065+0066+00 AVRV (5' OFFSET S)STA: 62+55.00N: 1491028.35E: 448509.31 16" BUTTERFLY VALVESTA: 62+60.00N: 1491033.31E: 448514.35 AVRV (5' OFFSET S)STA: 62+65.00N: 1491028.26E: 448519.30 1739220-15-047B 1738220-15-082B 1723220-15-046B 1706220-15-084D 1749220-15-048B1691220-15-045D 1748220-15-081F 1 12 18 18 32'6.2' 32' 6.3'23'N OATMAN RD (675)(680) (680) (680)(680) (685)(685) (685) (690)(690) (690)(695) REMOVE MECHANICALLYRESTRAINED END CAP, BLOWOFFPIPING, AND METER BOX. EX 16" WCONNECT TO EX 16" WWITH RESTRAINED COUPLINGSTA: 61+00.00N: 1491034.71E: 448354.35 N0'VERTICAL SCALE: 1" =8'HORIZONTAL SCALE: 1"=40'40'80' WATER MAIN PLAN AND PROFILE(STA 61+00.00 - 66+00.00) 4 PLAN C-101 PROFILE CONSTRUCTION NOTESINSTALL (N) 16" C900 DR 14 PVC WATER MAIN. TRENCHAND BACKFILL PER MAG STD. DWGS. 200-1 AND 211,SHEET 11.INSTALL (N) 16" RESTRAINED DEFLECTION COUPLING.INSTALL (N) 16" BUTTERFLY VALVE WITH BLOCKING PERMAG STD. DWG 301, SHEET 11INSTALL (N) 2" AVRV PER BHC STD DWG 351-1, SHEET 12 171218 SEE SHEET 5MATCHLINE STA: 66+00.00 NOTE:CONTRACTOR TO FIELD VERIFY LOCATION AND MATERIAL OFEXISTING UTILITIES PRIOR TO EXCAVATION. ALL EXISTINGUTILITIES SHALL BE PROTECTED IN PLACE UNLESSOTHERWISE NOTED, SHEET OFDRAWING NO. DATE: 3/30/2026DWG SCALE: AS NOTEDPROJECT NO: 124002APPROVED BY: KMCHECKED BY: EMDRAWN BY: CW REVISION RECORDDESCRIPTIONDATENO.BULLHEAD CITYSOUTH SUPPLY PIPELINESPHASE 3 WATER MAIN PLANS 14 IFB PLANS 3/30/2026 645650655660665670675680685690695700 645650655660665670675680685690695700 645650655660665670675680685690695700 645650655660665670675680685690695700 645650655660665670675680685690695700 645650655660665670675680685690695700 665670675680685690695700705710715720800.0 LF 16" C900 PVCALL JOINTS RESTRAINED 61' JACK & BOREALL JOINTS RESTRAINED 66+00EG: 674.93TP: 669.36EG: 674.00TP: 668.42EG: 673.93TP: 668.17EG: 673.79TP: 667.9267+00EG: 673.09TP: 667.67EG: 673.07TP: 667.42EG: 673.08TP: 667.17EG: 673.57TP: 666.9268+00EG: 672.77TP: 658.72EG: 673.87TP: 658.84EG: 674.00TP: 658.97EG: 674.00TP: 659.0969+00EG: 674.00TP: 659.22EG: 674.00TP: 659.34EG: 674.44TP: 669.54EG: 675.44TP: 669.6670+00EG: 675.98TP: 669.79EG: 676.05TP: 670.98EG: 677.64TP: 672.18EG: 677.95TP: 673.3771+00EG: 678.88TP: 674.57EG: 679.99TP: 675.76EG: 681.64TP: 676.96EG: 683.23TP: 678.1672+00EG: 684.33TP: 679.35EG: 685.70TP: 680.55EG: 686.60TP: 681.74EG: 687.85TP: 682.9473+00EG: 688.90TP: 684.13EG: 689.96TP: 685.33EG: 691.82TP: 686.52EG: 692.62TP: 687.7274+00EG: 694.05TP: 688.91 16" DEFLECTION COUPLINGSTA: 70+00.00TP: 669.79 BLOWOFFSTA: 68+05.00TP: 658.7416" 45° MJ X MJ BENDSTA: 69+53.00TP: 669.5516" 45° MJ X MJ BENDSTA: 69+70.00TP: 669.6416" 45° MJ X MJ BENDSTA: 68+00.00TP: 658.72 16" 45° MJ X MJ BENDSTA: 68+37.00TP: 658.90 0.50% 1.00%100.46%101.20% 0.50% 4.78% STA: 67+52.00 STA: 68+56.95 STA: 69+18.02 STA: 70+48.00 4.78% STA: 71+51.00 EX 36"STORM DRAINEX 18"STORMDRAIN 30" STEEL CASINGSEE DETAIL 1SHEET C-202RECEIVING PITJACKING PIT5 7 19 EXISTING GRADE EXISTING GRADE N1 IDENTICAL POINT AVRVSTA: 72+95.00TP: 683.8916" BUTTERFLY VALVESTA: 73+00.00TP: 684.13 BLOWOFFSTA: 73+05.00TP: 684.3718 121916" DEFLECTION COUPLINGMIN 5' RESTRAINED BOTH SIDESSTA: 66+25.00TP: 668.42716" 45° MJ X MJ BENDSTA: 68+20.00TP: 658.825 16" 45° MJ X MJ BENDSTA: 67+92.00TP: 666.7555 16" 45° MJ X MJ BENDSTA: 69+45.00TP: 669.5116" 45° MJ X MJ BENDSTA: 69+35.00TP: 659.395555 TRANSMISSION MAIN AVRVSTA: 69+49.00TP: 669.5318 3.78% N OATMAN RD 11'16" 45° MJ X MJ BENDSTA: 68+37.00N: 1491016.30E: 449086.2516" 45° MJ X MJ BENDSTA: 69+53.00N: 1491015.28E: 449202.25 16" 45° MJ X MJ BENDSTA: 69+70.00N: 1491027.18E: 449214.3816" 45° MJ X MJ BENDSTA: 68+20.00N: 1491028.40E: 449074.33 1796220-15-078B1748220-15-081F1768220-15-081E 1765220-15-049F1781220-15-050D1797220-15-051D1749220-15-048B(665)(670) (660)(660) (665) (670)(670) (670)(675) (675) (675) (675)(675) (680) (685)(690) (690) (695)(695) BLOWOFF (5' OFFSET S)STA: 68+04.99N: 1491023.53E: 449059.2866+0067+0068+0069+0070+0071+0072+0073+0074+00 61' JACK AND BORE 11' 4' +/- 1 RECEIVING PITMIN 10' AWAY FROM EX 36" SDJACKING PITMIN 10' AWAY FROM EX 36" SDEX 36"STORM DRAIN 5 55 5 EX 10" DI W EX 10" W MATERIALCHANGES FROM DI TO PVC EX 10" PVC WEX 10" W MATERIALCHANGES FROM PVC19 (690) (695) (680)(680)(685)(685)(690) (690)(690) (690) (695) AVRV (5' OFFSET S)STA: 72+95.00N: 1491020.38E: 449539.33BLOWOFF (5' OFFSET S)STA: 73+04.99N: 1491020.19E: 449549.33 16" BUTTERFLY VALVESTA: 73+00.00N: 1491024.29E: 449544.3719 12 184' +/- AVRV (5' OFFSET N)STA: 69+49.00N: 1491019.32E: 449198.2818 N0'VERTICAL SCALE: 1" =8'HORIZONTAL SCALE: 1"=40'40'80' WATER MAIN PLAN AND PROFILE(STA 66+00.00 TO 74+00.00) 5 PLAN C-102 PROFILE CONSTRUCTION NOTESINSTALL (N) 16" C900 DR 14 PVC WATER MAIN. TRENCHAND BACKFILL PER MAG STD. DWGS. 200-1 AND 211,SHEET 11.INSTALL (N) 16" 45° DI BEND MJ X MJ.INSTALL (N) 16" RESTRAINED DEFLECTION COUPLING.INSTALL (N) 16" BUTTERFLY VALVE WITH BLOCKING PERMAG STD. DWG 301, SHEET 11INSTALL (N) 2" AVRV PER BHC STD DWG 351-1, SHEET 12INSTALL (N) BLOWOFF PER DETAIL 2, SHEET 12 157121819 SEE SHEET 6MATCHLINE STA: 74+00.00 SEE SHEET 4MATCHLINE STA: 66+00.00 NOTE:CONTRACTOR TO FIELD VERIFY LOCATION ANDMATERIAL OF EXISTING UTILITIES PRIOR TOEXCAVATION. ALL EXISTING UTILITIES SHALL BEPROTECTED IN PLACE UNLESS OTHERWISE NOTED. SHEET OFDRAWING NO. DATE: 3/30/2026DWG SCALE: AS NOTEDPROJECT NO: 124002APPROVED BY: KMCHECKED BY: EMDRAWN BY: CW REVISION RECORDDESCRIPTIONDATENO.BULLHEAD CITYSOUTH SUPPLY PIPELINESPHASE 3 WATER MAIN PLANS 14 IFB PLANS 3/30/2026 680685690695700705710715720725730735740 680685690695700705710715720725730735740 74+00EG: 694.05TP: 687.58EG: 695.95TP: 688.77EG: 696.79TP: 689.97EG: 698.15TP: 691.1675+00EG: 699.88TP: 692.36EG: 700.79TP: 693.55EG: 702.03TP: 694.75EG: 703.68TP: 695.9576+00EG: 704.38TP: 697.14EG: 706.03TP: 698.34EG: 707.21TP: 699.53EG: 708.34TP: 700.7377+00EG: 709.95TP: 701.92EG: 711.01TP: 703.12EG: 711.97TP: 704.31EG: 713.29TP: 705.5178+00EG: 713.97TP: 706.70EG: 715.09TP: 707.90EG: 715.93TP: 709.09EG: 716.66TP: 710.2979+00EG: 717.96TP: 711.24EG: 718.00TP: 712.02EG: 719.80TP: 712.80EG: 719.94TP: 713.5880+00EG: 720.22TP: 714.37EG: 721.79TP: 715.15EG: 721.94TP: 715.93EG: 722.18TP: 716.4781+00EG: 723.88TP: 716.85 EXISTING GRADE 700.0 LF 16" C900 PVC 4.78% 3.13%VERTICAL DEFLECTIONMIN 5' RESTRAINED BOTH SIDESSTA: 80+60.00TP: 717.58VERTICAL DEFLECTIONMIN 5' RESTRAINED BOTH SIDESSTA: 78+85.00TP: 712.10 1.51% 116" TRANSMISSION MAIN ALL JOINTS RESTRAINEDSTA: 74+49.00 (690)(695) (700) (700) (700)(700)(700) (705) (705) (705) (710) (710) (710) (715) (715) (715) (720) (720) (720) N OATMAN RD 32'6.8' 1892220-15-072B1876220-15-073B1860220-15-074B1844220-15-075B1828220-15-076B 1845220-15-054D1877220-15-056D1909220-15-058D1829220-15-053D 1861220-15-055D 23'74+0075+0076+0077+0078+0079+0080+0081+001EX 10" PVC W 7.2' 32' 23' N0'VERTICAL SCALE: 1" =8'HORIZONTAL SCALE: 1"=40'40'80' WATER MAIN PLAN AND PROFILE(STA 74+00.00 - 81+00.00) 6 PLAN C-103 PROFILE CONSTRUCTION NOTESINSTALL (N) 16" C900 DR 14 PVC WATER MAIN. TRENCHAND BACKFILL PER MAG STD. DWGS. 200-1 AND 211,SHEET 11.1 SEE SHEET 7MATCHLINE STA: 81+00.00 SEE SHEET 5MATCHLINE STA: 74+00.00 NOTE:CONTRACTOR TO FIELD VERIFY LOCATION AND MATERIALOF EXISTING UTILITIES PRIOR TO EXCAVATION. ALLEXISTING UTILITIES SHALL BE PROTECTED IN PLACEUNLESS OTHERWISE NOTED. SHEET OFDRAWING NO. DATE: 3/30/2026DWG SCALE: AS NOTEDPROJECT NO: 124002APPROVED BY: KMCHECKED BY: EMDRAWN BY: CW REVISION RECORDDESCRIPTIONDATENO.BULLHEAD CITYSOUTH SUPPLY PIPELINESPHASE 3 WATER MAIN PLANS 14 IFB PLANS 3/30/2026 695700705710715720725730735740745750 695700705710715720725730735740745750 81+00EG: 723.88TP: 718.18EG: 723.98TP: 718.56EG: 724.00TP: 718.94EG: 724.55TP: 719.3182+00EG: 725.14TP: 719.69EG: 725.96TP: 720.07EG: 725.98TP: 720.44EG: 726.08TP: 720.8283+00EG: 726.60TP: 721.20EG: 727.10TP: 721.58EG: 727.91TP: 721.95EG: 727.98TP: 722.3384+00EG: 728.01TP: 722.71EG: 728.60TP: 723.08EG: 729.39TP: 723.46EG: 729.96TP: 723.8485+00EG: 729.98TP: 724.21EG: 729.99TP: 724.59EG: 730.24TP: 724.97EG: 731.23TP: 725.3586+00EG: 731.95TP: 725.72EG: 731.96TP: 726.10EG: 731.98TP: 726.48EG: 731.99TP: 726.8587+00EG: 732.48TP: 727.23EG: 733.21TP: 727.61EG: 733.88TP: 727.99EG: 733.96TP: 728.3688+00EG: 733.98TP: 728.74 700.0 LF 16" C900 PVC 1.51%AVRVSTA: 82+95.00TP: 721.1216" BUTTERFLY VALVESTA: 83+00.00TP: 721.20 BLOWOFFSTA: 83+05.00TP: 721.2718 1219 1.51% ALL JOINTS RESTRAINED STA: 81+51.00 STA: 84+49.00EXISTING GRADE TRANSMISSION MAIN1 1956220-15-068E1940220-15-068D1908220-15-071B1892220-15-072B 1909220-15-058D1925220-15-059B 1957220-15-061B1941220-15-060D 1924220-15-070B 81+0082+0083+0084+0085+0086+0087+0088+00AVRVSTA: 82+95.00N: 1491011.62E: 450539.29BLOWOFFSTA: 83+04.99N: 1491011.43E: 450549.29 16" BUTTERFLY VALVESTA: 83+00.00N: 1491015.53E: 450544.331 18 12 197.1'32' 23' (725) (725) (725) (730) (730) (730)(735) (735) (735) (735) (735) (740)(740) (740) (740) (745)(745) (745)(745)(750)(750) N OATMAN RD N0'VERTICAL SCALE: 1" =8'HORIZONTAL SCALE: 1"=40'40'80' WATER MAIN PLAN AND PROFILE(STA 76+00.00 - 85+00.00)PLAN PROFILE CONSTRUCTION NOTESINSTALL (N) 16" C900 DR 14 PVC WATER MAIN. TRENCHAND BACKFILL PER MAG STD. DWGS. 200-1 AND 211,SHEET 11.INSTALL (N) 16" BUTTERFLY VALVE WITH BLOCKING PERMAG STD. DWG 301, SHEET 11.INSTALL (N) 2" AVRV PER BHC STD DWG 351-1, SHEET 12INSTALL (N) BLOWOFF PER DETAIL 2, SHEET 12 1121819 SEE SHEET 8MATCHLINE STA: 88+00.00 SEE SHEET 6MATCHLINE STA: 81+00.00 NOTE:CONTRACTOR TO FIELD VERIFY LOCATION AND MATERIALOF EXISTING UTILITIES PRIOR TO EXCAVATION. ALLEXISTING UTILITIES SHALL BE PROTECTED IN PLACEUNLESS OTHERWISE NOTED. SHEET OFDRAWING NO. DATE: 3/30/2026DWG SCALE: AS NOTEDPROJECT NO: 124002APPROVED BY: KMCHECKED BY: EMDRAWN BY: CW REVISION RECORDDESCRIPTIONDATENO.BULLHEAD CITYSOUTH SUPPLY PIPELINESPHASE 3 WATER MAIN PLANS 14 IFB PLANS 3/30/2026 7C-104 710715720725730735740745750755760765770775 710715720725730735740745750755760765770775 EX 36" STORM DRAIN16" TRANSMISSION MAIN 700.0 LF 16" C900 PVC EXISTING GRADE 1 159.33 LF 10" C900 PVC(ADDITIVE ALTERNATIVE) ALL JOINTS RESTRAINED (16" MAIN) 3 88+00EG: 733.98TP: 728.74EG: 734.00TP: 729.12EG: 734.03TP: 729.49EG: 734.01TP: 729.8789+00EG: 734.63TP: 730.25EG: 735.05TP: 730.67EG: 736.00TP: 731.09EG: 736.00TP: 731.5190+00EG: 736.58TP: 731.93EG: 737.55TP: 732.35EG: 737.98TP: 732.77EG: 737.99TP: 733.1891+00EG: 738.00TP: 733.60EG: 738.71TP: 734.02EG: 739.74TP: 734.44EG: 739.92TP: 734.8692+00EG: 739.97TP: 735.28EG: 740.54TP: 735.70EG: 741.50TP: 736.12EG: 741.98TP: 736.5493+00EG: 742.00TP: 736.96EG: 742.81TP: 737.38EG: 743.23TP: 737.81EG: 743.92TP: 738.2694+00EG: 743.96TP: 738.70EG: 744.11TP: 739.15EG: 745.58TP: 739.59EG: 746.83TP: 739.7895+00EG: 747.96TP: 739.79 1.51% 1.68% 1.78%0.05%3.49% VERTICAL DEFLECTIONMIN 5' RESTRAINED BOTH SIDESSTA: 89+00.00TP: 730.25 16" 90° MJ X MJ ELBOWSTA: 93+34.94TP: 737.55 10" FLG X FLG TEE (4' OFFSET E)CONNECT TO EX 10" W(ADDITIVE ALTERNATIVE)SEE ENLARGED VIEW HERONSTA: 93+40.77TP: 735.11BLOWOFFSTA: 93+50.00TP: 735.4316" BUTTERFLY VALVESTA: 94+70.00TP: 739.77BLOWOFFSTA: 94+75.00TP: 739.78 16" VERTICAL DEFLECTIONSTA: 94+60.00TP: 739.77 10" DEFLECTION COUPLING(4' OFFSET E)(ADDITIVE ALTERNATIVE)STA: 94+60.00TP: 739.27 AVRVSTA: 94+65.00TP: 739.77 12 10" DISTRIBUTION MAIN(ADDITIVE ALTERNATIVE)(4' OFFSET E) 19 1817 10 19 ALL JOINTS RESTRAINED (10" MAIN) STA: 92+90.00 STA: 93+40.77 STA: 94+65.00 9 9 1 (720)(725) (730) (730) (730) (735) (735) (735) (740) (740) (740)(745) (745) (745) (745) (750) (750)(750) (750)(750)(750) (755) (755)(755) (755) 1 17 3N OATMAN RD ARCADIA BLVD 16" 90° MJ X MJ ELBOWSTA:93+34.94N: 1491006.46E: 451579.23 32'6.5'EX 10" PVC W EX 36" STORM DRAIN22.7' EX FH EX W PRV 25.2'36.8'3.8' 4' 10" TEE AND GATE VALVES(ADDITIVE ALTERNATIVE)SEE ENLARGED VIEW HEREON 12 EX 10" GATE VALVE BLOWOFF (24' OFFSET W)STA: 94+75.00N: 1491146.68E: 451556.16AVRV (24' OFFSET W)STA: 94+65.00N: 1491136.68E: 451556.11 16" BUTTERFLY VALVESTA: 94+70.00N: 1491141.52E: 451580.11 EX 10" DI W88+0089+0090+0091+0092+0093+00 94+00 95+0019 18 BLOWOFF (7' OFFSET)(ADDITIVE ALTERNATIVE)SEE ENLARGED VIEW HEREON 10" GATE VALVECONNECT DIRECTLY TO TEE(ADDITIVE ALTERNATIVE) 10" GATE VALVECONNECT DIRECTLY TO TEE(ADDITIVE ALTERNATIVE)EX 10" PVC W N OATMAN RDARCADIA BLVD 23' 5.9' 3.8'4' 31 8 9 8 17 EX 10" GATE VALVE10" FLG X FLG TEE (4' OFFSET E)CONNECT TO EX 10" W(ADDITIVE ALTERNATIVE)STA: 93+40.77N: 1491012.26E: 451583.2716" 90° MJ X MJ ELBOWSTA: 93+34.94N: 1491006.46E: 451579.23 BLOWOFF (7' OFFSET E)(ADDITIVE ALTERNATIVE)STA: 93+50.00N: 1491021.45E: 451590.33 EX 10" DI W93+00 19 N0'VERTICAL SCALE: 1" =8'HORIZONTAL SCALE: 1"=40'40'80' WATER MAIN PLAN AND PROFILE(STA 88+00.00 TO 95+00.00) 8 PLAN C-105 PROFILE CONSTRUCTION NOTESINSTALL (N) 16" C900 DR 14 PVC WATER MAIN. TRENCHAND BACKFILL PER MAG STD. DWGS. 200-1 AND 211,SHEET 11.INSTALL (N) 16" 90° DI BEND MJ X MJ.INSTALL (N) 10" GATE VALVE, (ADDITIVE ALTERNATIVE)INSTALL (N) 10" DI TEE FLG X FLG (ADDITIVEALTERNATIVE)INSTALL (N) 10" RESTRAINED DEFLECTION COUPLING.(ADDITIVE ALTERNATIVE)INSTALL (N) 16" BUTTERFLY VALVE WITH BLOCKING PERMAG STD. DWG 301, SHEET 11INSTALL (N) 10" C900 DR 14 PVC WATER MAIN. TRENCHAND BACKFILL PER MAG STD. DWGS. 200-1 AND 211,SHEET 11. (ADDITIVE ALTERNATIVE)INSTALL (N) 2" AVRV PER BHC STD DWG 351-1, SHEET 12INSTALL (N) BLOWOFF PER DETAIL 2, SHEET 12 13891012171819 SEE SHEET 9MATCHLINE STA: 95+00.00 SEE SHEET 7 MATCHLINE STA: 88+00.00 ENLARGED VIEW (10" W CONNECTION)SCALE: 1" = 10' NOTES:1.FROM STATION 94+50.00 TO STATION 106+80.95, VERTICALPROFILE HAS BEEN SET DEEPER THAN 4' MINIMUM TOMAINTAIN PRESSURE IN THE LINE DURING NON TANK FILLOPERATIONS. ANY PROPOSED CHANGES TO THE VERTICALALIGNMENT IN THIS SECTION, SHALL BE APPROVED BY THEENGINEER OF RECORD.2.CONTRACTOR TO FIELD VERIFY LOCATION AND MATERIALOF EXISTING UTILITIES PRIOR TO EXCAVATION. ALLEXISTING UTILITIES SHALL BE PROTECTED IN PLACEUNLESS OTHERWISE NOTED. 4' MIN SHEET OFDRAWING NO. DATE: 3/30/2026DWG SCALE: AS NOTEDPROJECT NO: 124002APPROVED BY: KMCHECKED BY: EMDRAWN BY: CW REVISION RECORDDESCRIPTIONDATENO.BULLHEAD CITYSOUTH SUPPLY PIPELINESPHASE 3 WATER MAIN PLANS 14 IFB PLANS 3/30/2026 730735740745750755760765770775 730735740745750755760765770775 95+00EG: 747.96TP: 739.79EG: 748.99TP: 739.80EG: 749.96TP: 739.81EG: 751.90TP: 739.8396+00EG: 751.98TP: 739.84EG: 753.38TP: 739.85EG: 753.86TP: 739.86EG: 755.29TP: 739.8897+00EG: 756.00TP: 739.89EG: 756.00TP: 739.90EG: 756.00TP: 739.91EG: 756.00TP: 739.9398+00EG: 756.00TP: 739.94EG: 756.00TP: 739.95EG: 756.00TP: 739.96EG: 756.00TP: 739.9899+00EG: 756.00TP: 739.99EG: 756.00TP: 740.00EG: 756.00TP: 740.01EG: 756.00TP: 740.03100+00EG: 755.99TP: 740.04EG: 755.99TP: 740.05EG: 755.98TP: 740.06EG: 755.97TP: 740.08101+00EG: 755.95TP: 740.09EG: 755.78TP: 740.10EG: 755.52TP: 740.11EG: 755.43TP: 740.13102+00EG: 754.76TP: 740.14EG: 754.08TP: 740.15EG: 754.03TP: 740.16EG: 753.96TP: 740.18103+00EG: 753.91TP: 740.19 1 17 800.0 LF 16" C900 PVC800.0 LF 10" C900 PVC (ADDITIVE ALTERNATIVE) EXISTING GRADE 16" TRANSMISSION MAIN10" DISTRIBUTION MAIN (4' OFFSET E) (ADDAITIVE ALTERNATIVE) 0.05% ALL JOINTS RESTRAINED (16" MAIN)STA: 95+79.00 17 1 ARCADIA BLVD BOOSTER DR(750) (750) (750) (750) (755) (755) (755) (755) (755) (755) (755) (755) (760)(760)(760)(760)(760)(760) 25.2' 36.8'3.8'4'95+0096+0097+0098+0099+00100+00101+00102+00103+0036.8'3.8' 4'34.2' N0'VERTICAL SCALE: 1" =8'HORIZONTAL SCALE: 1"=40'40'80' WATER MAIN PLAN AND PROFILE(STA 95+00.00 - 103+00.00) 9 PLAN C-106 PROFILE CONSTRUCTION NOTESINSTALL (N) 16" C900 DR 14 PVC WATER MAIN. TRENCHAND BACKFILL PER MAG STD. DWGS. 200-1 AND 211,SHEET 11.INSTALL (N) 10" C900 DR 14 PVC WATER MAIN. TRENCHAND BACKFILL PER MAG STD. DWGS. 200-1 AND 211,SHEET 11. (ADDITIVE ALTERNATIVE)117 SEE SHEET 8MATCHLINE STA: 95+00.00 NOTES:1.FROM STATION 94+50.00 TO STATION 106+80.95, VERTICALPROFILE HAS BEEN SET DEEPER THAN 4' MINIMUM TOMAINTAIN PRESSURE IN THE LINE DURING NON TANK FILLOPERATIONS. ANY PROPOSED CHANGES TO THE VERTICALALIGNMENT IN THIS SECTION, SHALL BE APPROVED BY THEENGINEER OF RECORD.2.CONTRACTOR TO FIELD VERIFY LOCATION AND MATERIALOF EXISTING UTILITIES PRIOR TO EXCAVATION. ALLEXISTING UTILITIES SHALL BE PROTECTED IN PLACEUNLESS OTHERWISE NOTED. MATCHLINE STA: 103+00.00SEE SHEET 10 SHEET OFDRAWING NO. DATE: 3/30/2026DWG SCALE: AS NOTEDPROJECT NO: 124002APPROVED BY: KMCHECKED BY: EMDRAWN BY: CW REVISION RECORDDESCRIPTIONDATENO.BULLHEAD CITYSOUTH SUPPLY PIPELINESPHASE 3 WATER MAIN PLANS 14 IFB PLANS 3/30/2026 720725730735740745750755760765770775780 720725730735740745750755760765770775780500.0 LF 16" C900 PVC450.0 LF 10" C900 PVC (ADDITIVE ALTERNATIVE) 116" TRANSMISSION MAIN 1736" STORM DRAINFUTURE/PROPOSEDHP GAS 19 10" DIST. MAIN(4' OFFSET E)(ADDITIVE ALTERNATIVE) ALL JOINTS RESTRAINED(10" MAIN) 12 ALL JOINTS RESTRAINED(16" MAIN) 103+00EG: 753.91TP: 740.19EG: 753.79TP: 740.20EG: 753.30TP: 740.21EG: 752.10TP: 740.23104+00EG: 752.05TP: 740.24EG: 751.62TP: 740.25EG: 750.07TP: 740.26EG: 750.03TP: 740.28105+00EG: 749.77TP: 740.29EG: 749.01TP: 740.30EG: 748.19TP: 740.31EG: 748.00TP: 740.33106+00EG: 747.65TP: 740.34EG: 746.84TP: 740.35EG: 746.47TP: 740.36EG: 747.36TP: 740.38107+00EG: 748.53TP: 740.78EG: 749.33TP: 741.85EG: 749.26TP: 742.93EG: 749.18TP: 744.01108+00EG: 749.18TP: 745.08EG:TP:EG:TP:EG:TP: 10" DEFLECTION COUPLING (4' OFSET E)STA: 105+90.00TP: 739.83 10" DEFLECTION COUPLING (4' OFSET E)STA: 106+38.00TP: 742.30 10" DI TEE FLG X FLG(FACING W)SEE ENLARGED VIEW HEREONSTA: 106+43.00TP: 742.30 AVRV (10" DIST. MAIN, 5' OFFSET E)SEE DETAIL 351-1, SHEET C202STA: 106+70.00TP: 742.3110" GATE VALVESTA: 106+75.00TP: 742.31 AVRV (16" TRANSMISSION MAIN, 5' OFFSET W)SEE DETAIL 351-1, SHEET C202STA: 106+75.00TP: 740.3816" BUTTERFLY VALVESTA: 106+80.00TP: 740.38 BLOWOFF (10" DIST. MAIN, 5' OFFSET 3)SEE DETAIL 2, SHEET C202STA: 106+80.00TP: 742.32 BLOWOFF (16" TRANSMISSION MAIN, 5' OFFSET W)SEE DETAIL 2, SHEET C202STA: 106+85.00TP: 740.38 10" 90° MJ X MJ ELBOWSTA: 106+85.88TP: 742.32 16" 90° MJ X MJ ELBOWSTA: 106+90.89TP: 740.38 16" & 10" END CAPSFOR FUTURE CONNECTIONSTA: 108+00.00116 18 3 15 198 18 5.13%0.05%1.98%4.31%0.05% STA: 104+71.00 STA: 105+85.00 10 210 BLACK MOUNTAIN RD ARCADIA BLVD (745)(745)(750)(750) (750) (750) (750) (750) (750) (750) (750)1248220-15-001A 2020220-05-023A 2003220-05-024B2004220-05-024A 220-04-122VACANT 220-02-050VACANT 17 1 15 EX 36" STORM DRAINFUTURE/PROPOSEDHP GAS FUTURE TANK SITE14 10" GATE VALVE AND STUBSEE ENLARGED DETAIL HEREON 10" MJ X MJ TEESEE ENLARGED DETAIL HEREON 116 316" 90° MJ X MJ ELBOWSTA:106+90.89N: 1492362.39E: 451588.29 10" 90° MJ X MJ ELBOWSTA:106+85.88N: 1492357.35E: 451592.26 10" END CAPFUTURE CONNECTION TO TANK SITE(DISTRIBUTION MAIN)STA:108+00.00N: 1492356.35E: 451697.34 36.8' 34.2' 3.8'4' 5'20' 16" END CAPFUTURE CONNECTION TO TANK SITE(TRANSMISSION MAIN)STA:108+00.00N: 1492361.35E: 451697.39 AVRV, 10" GATE VALVE, AND BLOWOFF,SEE ENLARGED DETAIL HEREON AVRV, 16" BUTTERFLY VALVE, ANDBLOWOFF, SEE ENLARGED DETAIL HEREON 103+00104+00105+00106+00 107+00 108+00108+00 ARCADIA BLVD BLACK MOUNTAIN RDFUTURE/PROPOSEDHP GAS 10" DISTRIBUTION MAIN10' REACH DIRECTED WCROSSES ABOVE 16" MAINALL JOINTS RESTRAINED(ADDITIVE ALTERNATIVE) 2 17 D D1 17 3.8'4' 23.3'9.7'10" DI TEE MJ X MJ (FACING W)(ADDITIVE ALTERNATIVE)STA: 106+43.00 (4' OFFSET E)N: 1492314.47E: 451591.97 10" RESTRAINED PLUG(ADDITIVE ALTERNATIVE)STA: 106+43.00N: 1492314.53E: 451581.97610" GATE VALVE MJ X MJ(ADDITIVE ALTERNATIVE)STA: 106+43.00N: 1492314.52E: 451584.47AVRV (5' OFFSET W)STA:106+75.00N: 1492346.52E: 451583.18 16" BUTTERFLY VALVESTA:106+80.00N: 1492351.49E: 451588.22 BLOWOFF(5' OFFSET W)STA:106+85.00N: 1492356.52E: 451583.25 BLOWOFF (5' OFFSET E)STA:106+80.00N: 1492351.43E: 451597.22 10" GATE VALVESTA:106+75.00N: 1492346.47E: 451592.18 AVRV (5' OFFSET E)STA:106+70.00N: 1492341.43E: 451597.15 12 8 106+00 107+00 8 19 18 18 19 N0'VERTICAL SCALE: 1" =8'HORIZONTAL SCALE: 1"=40'40'80' WATER MAIN PLAN AND PROFILE(STA 103+00.00 TO 108+00.00) 10 PLAN C-107 PROFILE CONSTRUCTION NOTESINSTALL (N) 16" C900 DR 14 PVC WATER MAIN. TRENCHAND BACKFILL PER MAG STD. DWGS. 200-1 AND 211,SHEET 11.INSTALL (N) 10" DI TEE FLG X FLG (ADDITIVEALTERNATIVE)INSTALL (N) 16" 90° DI BEND MJ X MJ.INSTALL (N) RESTRAINED END CAP, ROMAC ALPHA ECOR APPROVED EQUAL (ADDITIVE ALTERNATIVE)INSTALL (N) 10" GATE VALVE, (ADDITIVE ALTERNATIVE)INSTALL (N) 10" RESTRAINED DEFLECTION COUPLING.(ADDITIVE ALTERNATIVE)INSTALL (N) RESTRAINED END CAP, ROMAC ALPHA ECOR APPROVED EQUALINSTALL (N) 16" BUTTERFLY VALVE WITH BLOCKING PERMAG STD. DWG 301, SHEET 11TANK SITE LAYOUT IS CONCEPTUAL ONLY, TO BEDEVELOPED BY OTHERSINSTALL (N) 10" 90° DI BEND MJ X MJ (ADDITIVEALTERNATIVE)INSTALL (N) 10" C900 DR 14 PVC WATER MAIN. TRENCHAND BACKFILL PER MAG STD. DWGS. 200-1 AND 211,SHEET 11. (ADDITIVE ALTERNATIVE)INSTALL (N) 2" AVRV PER BHC STD DWG 351-1, SHEET 12INSTALL (N) BLOWOFF PER DETAIL 2, SHEET 12 123681011121415171819 SEE SHEET 9MATCHLINE STA: 103+00.00 ENLARGED VIEW (10" FUTURE CONNECTION)SCALE: 1" = 10' NOTES:1.FROM STATION 94+50.00 TO STATION 106+80.95, VERTICALPROFILE HAS BEEN SET DEEPER THAN 4' MINIMUM TOMAINTAIN PRESSURE IN THE LINE DURING NON TANK FILLOPERATIONS. ANY PROPOSED CHANGES TO THE VERTICALALIGNMENT IN THIS SECTION, SHALL BE APPROVED BY THEENGINEER OF RECORD.2.CONTRACTOR TO FIELD VERIFY LOCATIONS AND MATERIALOF EXISTING UTILITIES PRIOR TO EXCAVATION. ALLEXISTING UTILITIES SHALL BE PROTECTED IN PLACEUNLESS OTHERWISE NOTED. SHEET OFDRAWING NO. DATE: 3/30/2026DWG SCALE: AS NOTEDPROJECT NO: 124002APPROVED BY: KMCHECKED BY: EMDRAWN BY: CW REVISION RECORDDESCRIPTIONDATENO.BULLHEAD CITYSOUTH SUPPLY PIPELINESPHASE 3 WATER MAIN PLANS 14 IFB PLANS 3/30/2026 CIVIL DETAILS (1 OF 2) 11C-201 BACKFILLPIPE MARKING TAPESEE NOTE 1 12" PIPE ZONE NOTES: 6" SEEMIN.NOTE 3 FROM MIN. 6" BELOW BOTTOM OF PIPE TO MIN. 12"ABOVE TOP OF PIPE BACKFILL WITH THEFOLLOWING PER NOTE 4: WATER AND SEWER SERVICES(ALL UTILITY SERVICE AREAS)MINIMUM 6" SAND BEDDING AND 6" SANDSHADING. BACKFILL AS PER DETAIL. ·IN NON-SAW CUT AREAS TO BENATIVE MATERIAL SCREENED AT4" OR LESS.·IN SAW CUT AREAS TO BE ONESACK ABC SLURRY OR ASSPECIFIED BY CITY.·COMPACTION TESTINGREQUIRED TO 95%DETECTABLE LOCATING BALLS1.SEE THE CITY’S STD. DET. 350-1.LOCATING BALLS MANUFACTURED BYOMNI, 3M OR APPROVED EQUAL MUSTBE PLACED AT WATER MAIN ABOVEWATER SERVICE LINE.2.LOCATING BALLS SHOULD BE PLACEDNO DEEPER THAN 4’ BELOW GROUNDSURFACE. FROM MIN. 6” BELOW BOTTOM OF PIPE TO MIN. 12”ABOVE TOP OF PIPE BACKFILL WITH THE FOLLOWINGPER NOTE 4:A.WATER LINES-SAND PER MAG 701.3B.RECLAIMED WATER LINES-SAND PER MAG 701.3C.SEWER FORCE MAIN-SAND PER MAG 701.3D.GRAVITY SEWER LINES-ALL SERVICE AREAS – 3/4" MINUS ABC CRUSHEDROCK (NO REJECTS)1.TRENCH WILL BE IN ACCORDANCE WITH MAG SECTION 601.2.ONE SACK ABC SLURRY (CLSM) TO BE IN ACCORDANCE WITH MAG SECTION 728.3.DEPTH OF BURY TO BE MIN. 48” IN ALL STREETS. DEPTH OF BURY FOR WATER LINES INOTHER AREAS TO BE AS FOLLOWS:a. 36” MIN. FOR MAINS 8” DIAMETER AND SMALLERb. 48” MIN. FOR MAINS 10” DIAMETER AND LARGER4.WASHED, CRUSHED ROCK TO BE IN ACCORDANCE WITH MAG SECTION 716.2 AND TABLE716-2.a. SAND TO BE IN ACCORDANCE WITH MAG SECTION 701.3.b. ABC TO BE IN ACCORDANCE WITH MAG SECTION 702.2 AND TABLE 702-1.5.SEE THE CITY’S STD. DET. 350-1. LOCATING BALLS MANUFACTURED BY OMNI, 3M ORAPPROVED EQUAL MUST BE PLACED AT WATER MAIN ABOVE WATER SERVICE LINE.6.LOCATING BALLS SHOULD BE PLACED NO DEEPER THAN 4’ BELOW GROUND SURFACE. DETECTIBLE MARKING TAPE SHALL BE LOCATED 18INCHES BELOW GROUND SURFACE.WORDING PER M.A.G. SEC. 616 TO BE USED FOR ALLWATER, & RECLAIMED WATER LINES, AND SERVICES.THE MARKING TAPE SHALL BE PRINTED ON STANDARDCOLORED DETECTABLE TAPE. LETTERING SHALL BEBLACK, 1-1/2" HEIGHT MINIMUM.RECLAIMED WATER LINES SHALL USE PURPLE TAPE &SHALL READ "CAUTION: RECLAIMED WATER LINE"POTABLE WATER LINES SHALL USE BLUE TAPE & SHALLREAD "CAUTION: POTABLE WATER LINE"RAW & NON-POTABLE WATER LINES SHALL USEYELLOW TAPE & SHALL READ "RAW WATER MAINS"AND/OR "NON-POTABLE WATER MAINS".SEWER AND SERVICE LINES SHALL USE GREEN TAPE &SHALL READ "CAUTION: SEWER LINE". 3" Date:2355 Trane Rd.Bullhead City, AZ. 86442(928) 763-9400Detail No.November 2022PIPE TRENCH DETAIL350-1 SHEET OFDRAWING NO. DATE: 3/30/2026DWG SCALE: AS NOTEDPROJECT NO: 124002APPROVED BY: KMCHECKED BY: EMDRAWN BY: CW REVISION RECORDDESCRIPTIONDATENO.BULLHEAD CITYSOUTH SUPPLY PIPELINESPHASE 3 WATER MAIN PLANS 14 IFB PLANS 3/30/2026 * FOR 125 P.S.I WORKING PRESSURE16"#8 12"5' x 5' x 6' NOTES:1.CASING SPACERS SHALL BE ADVANCED PRODUCTS AND SYSTEMS INC. CASINGSPACERS, MODEL SS1 OR APPROVED EQUAL.2.END SEAL TO BE ADVANCED PRODUCTS AND SYSTEMS INC. MODEL AC PULL-ONTYPE OR APPROVED EQUAL.3.CASING SPACERS SHALL BE INSTALLED ON THE PIPE SUCH THAT THE PLASTICRUNNERS ARE LOCATED SYMMETRICALLY ABOUT THE VERTICAL AXIS OF PIPE.4.A CASING SPACER MUST BE INSTALLED 2' FROM EACH END OF PIPE5.MINIMUM CASING SIZE SHALL BE 12 INCHES LARGER THAN THAN OUTSIDEDIAMETER OF CARRIER PIPE6.RISER/RUNNER HEIGHT SHALL BE 4 INCHES MINIMUM7.FILL IN ANNULAR SPACE WITH SAND ANNULAR SPACETO BE FILLEDWITH SANDPVC C900 RESTRAINED JOINTFOR PRESSURE PIPE (EBAA 2800BELL RESTRAINT HARNESS FOR16" PIPE OR APPROVED EQUAL) CASING PIPE INSTALL CASING SPACER PERSPECIFICATIONSCARRIERPIPE A A CASING SECTIONN.T.S SECTION A-AN.T.S JOINT RESTRAINT CARRIER PIPE MODEL ACPULL-ON END SEAL MODEL ACPULL-ON END SEAL EBAA SERIES 5000 MEGASTOP(OR APPROVED EQUAL) STEEL CASING PIPE PERMAG SECTION 602 CIVIL DETAILS (2 OF 2) 12C-202 2" BALL VALVE (FORD B11-777-W-NL) STEEL METER BOXCOVER PER M.A.G. STD.DET. 311 (WITHOUT SLOT)BOX TO BE 1 INCHABOVE GRADECONCRETE WATERMETER BOX NO. 2 PERM.A.G. STD. DET. 320 2" MUNICIPEX (FORD C84-T1NL) LOCATEABLEMARKER BALL SEE CITY STD. DET. 100-3FOR APPROVED SADDLES.STREET ELBOW2" CORP STOP IPT(FORD FB 500 7NL) 2" PAC JOINT FITTING(FORD C84-77NL) NOTES:1.NO SOLDERED JOINTS2.CARSONITE MARKER REQUIRED.3.MUNICIPEX TO BE USED IN ROADWAY.LOCATION MARKERS:1.SEE THE CITY'S STD. DET. 350-1. LOCATING BALLS MANUFACTUREDBY OMNI, 3M OR APPROVED EQUAL MUST BE PLACED AT WATER MAINABOVE WATER SERVICE LINE.2.LOCATING BALLS SHOULD BE PLACED NO DEEPER THAN 4' BELOWGROUND SURFACE.3.LOCATED EVERY 500' ON TRANSMISSION MAINS.4.LOCATED ON EVERY JOINT ON CURVILINEAR ALIGNMENTS. 2TAPPING SADDLE AND BLOWOFFNOT TO SCALEC202 8" MINCLR. SPACE SCH 80 PVC 90° ELBOWSS.S. SCREEN (#24) WITHSS. CLAMPVANDAL ENCLOSURE,CENTER ON CONC. BASEMINIMUM 3000 PSI CONC. BASE -4" THICK. BASE DIMENSIONS 12"GREATER THAN INSIDEDIMENSIONS OF VANDALENCLOSURE AIR VACUUMRELEASE VALVE(CRISPIN/VALVEMATIC)BRASS NIPPLECURB STOPPAC-JOINT X IPT 2' MIN FROMBACK OFCURB ORSIDEWALK 2" MUNICIPEX, EXTEND LINEBEYOND PAVEMENT WHEN MAINLINE IS IN STREET. PROVIDE MIN. OF6" SAND SHADING. STREET ELBOW2" CORP STOP IPT(FORD FB 500 7NL)PAC-JOINT SEE CITY STD. DET. 100-3FOR APPROVED SADDLES. SLEEVE BETWEENPIPE AND CONCRETENOTES:SLAB1.VANDAL ENCLOSURE TO BE "QEM 1 GUARDSHACK" OR CITYAPPROVED EQUAL.2.MUNICIPEX FROM MAIN TO AIR RELEASE VALVE TO BEINSTALLED WITH POSITIVE SLOPE TO PREVENT BLOCKAGE.3.PROVIDE PER CITY'S WATER SPECIFICATIONS APPROVEDMATERIALS LIST.4.MAG STD. DET. 140-1 PROTECTION BOLLARDS IN TRAFFICAREAS.5.ALL ABOVE GROUND AIR RELEASE VALVES MUST BEPRE-APPROVED BY CITY. UNDERGROUND AIR RELEASEVALVES PER CITY'S STD. DET. 351-3.6.CONCRETE METER BOX PER MAG STD DET 320 BOX NO. 2 W/STEEL LID.7.PIPE FITTINGS AND APPURTENANCES TO MATCH AIR RELEASESIZE. LOCATABLEMARKER BALL VALVE AIR RELEASESUPPORTS VALVE CANW/ COVER 2% MINIMUM SLOPECTS INSERT ATPAC-JOINT Date:2355 Trane Rd.Bullhead City, AZ. 86442(928) 763-9400Detail No.November 2022MODIFIED POTABLE AIR VACUUM RELEASE VALVE351-1 2" AVRV(A.R.I.D-040, D-46OR EQUAL) 1CARRIER PIPE WITHIN CASINGNOT TO SCALEC202 6"MIN 12" MIN3' 3'SEENOTE 3 SEE NOTE 1PIPE MARKING TAPEDETECTIBLE MARKING TAPE SHALL BE LOCATED 18INCHES BELOW GROUND SURFACE.WORDING PER M.A.G. SEC. 616 TO BE USED FOR ALLWATER & RECLAIMED WATER LINES, AND SERVICES. THEMARKING TAPE SHALL BE PRINTED ON STANDARDCOLORED DETECTABLE TAPE. LETTERING SHALL BEBLACK, 1-1/2" HEIGHT MINIMUM.RECLAIMED WATER LINES SHALL USE PURPLE TAPE &SHALL READ "CAUTION: RECLAIMED WATER LINE"POTABLE WATER LINES SHALL USE BLUE TAPE & SHALLREAD "CAUTION: POTABLE WATER LINE"RAW & NON-POTABLE WATER LINES SHALL USE YELLOWTAPE & SHALL READ "RAW WATER MAINS"AND/OR "NON-POTABLE WATER MAINS".SEWER AND SERVICE LINES SHALL USE GREEN TAPE &SHALL READ "CAUTION: SEWER LINE". BACKFILL-IN NON-SAW CUT AREAS TO BENATIVE MATERIAL SCREENEDAT 4" OR LESS.-IN SAW CUT AREAS TO BE ONESACK ABC SLURRY OR ASSPECIFIED BY CITY.-COMPACTION TESTINGREQUIRED TO 95%DETECTABLE LOCATING BALLS1.SEE THE CITY'S STD. DET. 350-1LOCATING BALLS MANUFACTURED BYOMNI, 3M OR APPROVED EQUAL MUSTBE PLACED AT WATER MAIN ABOVEWATER SERVICE LINE.2.LOCATING BALLS SHOULD BE PLACEDNO DEEPER THAN 4' BELOW GROUNDSURFACE.PIPE ZONEFROM MIN. 6" BELOW BOTTOM OF PIPE TO MIN. 12"ABOVE TOP OF PIPE BACKFILL WITH THEFOLLOWING PER NOTE 4:A.WATER LINES-SAND PER MAG 701.3B.RECLAIMED WATER LINES-SAND PER MAG 701.3C.SEWER FORCE MAIN-SAND PER MAG 701.3D.GRAVITY SEWER LINES-ALL SERVICE AREAS - 34" MINUS ABCCRUSHED ROCK (NO REJECTS) NOTES:1.TRENCH WILL BE IN ACCORDANCE WITH MAG SECTION 601.2.ONE SACK OF ABC SLURRY (CLSM) TO BE IN ACCORDANCE WITH MAG SECTION 728.3.DEPTH OF BURY TO BE MIN. 48" IN ALL STREETS. DEPTH OF BURY FOR WATER LINES INOTHER AREAS TO BE AS FOLLOWS:a. 36" MIN. FOR MAINS 8" DIAMETER AND SMALLERb. 48" MIN. FOR MAINS 10" DIAMETER AND LARGER4.WASHED, CRUSHED ROCK TO BE IN ACCORDANCE WITH MAG SECTION 716.2 ANDTABLE 716-2.a. SAND TO BE IN ACCORDANCE WITH MAG SECTION 701.3b. ABC TO BE IN ACCORDANCE WITH MAG SECTION 702.2 AND TABLE 702-15.SEE THE CITY'S STD. DET. 350-1. LOCATING BALLS MANUFACTURED BY OMNI, 3M ORAPPROVED EQUAL MUST BE PLACED AT WATER MAIN ABOVE WATER SERVICE LINE.6.LOCATING BALLS SHOULD BE PLACED NO DEEPER THAN 4' BELOW GROUND SURFACE.WATER AND SEWER SERVICES(ALL UTILITY SERVICE AREAS)MINIMUM 6" SAND BEDDING AND 6" SANDSHADING. BACKFILL AS PER DETAIL 3JOINT TRENCH DETAILNOT TO SCALEC202 1 38" MIN 22.50°'22.50°' SHEET OFDRAWING NO. DATE: 3/30/2026DWG SCALE: AS NOTEDPROJECT NO: 124002APPROVED BY: KMCHECKED BY: EMDRAWN BY: CW REVISION RECORDDESCRIPTIONDATENO.BULLHEAD CITYSOUTH SUPPLY PIPELINESPHASE 3 WATER MAIN PLANS 14 IFB PLANS 3/30/2026 N OATMAN RD 25' MAXG20-2AZ61+0062+0063+0064+0065+0066+0067+00 W20-1 Pile PHASE 3ATRAFFIC CONTROL ENDSTA 92+4635' MAX25' MAX 45' MAX PHASE 3BREFER TO SHEET 14 FORTRAFFIC CONTROL W20-1 G20-2AZN OATMAN RD ARCADIA BLVD ARCADIA BLVD35' MAXCONESEPARATION45' MAXCONESEPARATION25' MAXCONESEPARATION35' MAXCONESEPARATION67+0068+0069+0070+0071+0072+0073+0074+0075+0076+0077+0078+0079+0080+0081+0082+0083+0084+0085+0086+0087+0088+0089+0090+0091+0092+0093+0094+00 95+00 96+00 97+00 N0'SCALE: 1"=100'100'200' TRAFFIC CONTROL ANDDETOUR PLAN - PHASE 3A 13 PLAN C-301 M4-10L 1.TRAFFIC CONTROL PLANS HIGHLIGHT MINIMUM REQUIREMENTS AND ARE FOR REFERENCEONLY. CONTRACTOR TO PREPARE TRAFFIC CONTROL PLAN FOR BULLHEAD CITY APPROVAL.THE TRAFFIC CONTROL PLAN SHALL INCLUDE TRENCH SHORING AND PLATING DURING NONWORKING HOURS, AND SHALL BE ENGINEERED SPECIFICALLY FOR JOB SITE CONDITIONSWITH TRAFFIC LOADING ON THE TRENCH WALL.2.THE CONTRACTOR IS TO COORDINATE WITH PROPERTY OWNERS TO DETERMINE ACCESSREQUIREMENTS DURING CONSTRUCTION.3.TEMPORARY CONSTRUCTION SIGNS SHALL BE MOUNTED ON WOOD POSTS OR ON TYPE IIBARRICADES WHERE APPROVED BY ENGINEER. EXISTING SIGNS ARE TO BE COVERED ANDREPLACED WITH TEMPORARY SIGNS.4.PLACEMENT OF TEMPORARY CONSTRUCTION AREA SIGNS SHOWN ON PLAN SHALL BE INCONFORMANCE WITH THE MUTCD. TRAFFIC CONTROL NOTES: W20-2W20-2aM4-10R R11-4W20-1G20-2AZ SIGNDIRECTION OF TRAVELTRAFFIC CONE MATCHLINE STA: 67+00.00SEE BELOW PLAN LEGENDWORK ZONE SPEED LIMIT CONE SPACING (MPH) (FT)253545253545 CONE SPACING TABLE N0'SCALE: 1"=100'100'200' SEE ABOVE MATCHLINE STA: 67+00.00 SHEET OFDRAWING NO. DATE: 3/30/2026DWG SCALE: AS NOTEDPROJECT NO: 124002APPROVED BY: KMCHECKED BY: EMDRAWN BY: CW REVISION RECORDDESCRIPTIONDATENO.BULLHEAD CITYSOUTH SUPPLY PIPELINESPHASE 3 WATER MAIN PLANS 14 IFB PLANS 3/30/2026M4-9S Pile PHASE 3BTRAFFIC CONTROL STARTSTA 92+46PHASE 3AREFER TO SHEET 13 FORTRAFFIC CONTROL TYPE III BARRICADER11-4 TYPE III BARRICADER11-4 TYPE III BARRICADER11-4 PHASE 3BTRAFFIC CONTROL ENDSTA 106+48 M4-10R 250' MIN 250' MINW-20-2W-20-2a N OATMAN RD BOOSTER DR BLACK MOUNTAIN RD ARCADIA BLVD W20-2AW20-2W20-1 500'500'500'M4-9S 84+0085+0086+0087+0088+0089+0090+0091+0092+0093+0094+00 95+00 96+00 97+00 98+00 99+00 100+00 101+00 102+00 103+00 104+00 105+00 106+00 107+00108+00108+00 M4-10L M4-10R M4-10R M4-10RN OATMAN RD BOOSTER DR BLACK MOUNTAIN RD MONTANA WASH WAY W20-2AW20-2W20-1 500'500'500' W20-2AW20-2W20-1 500'500'500' N0'SCALE: 1"=100'100'200' TRAFFIC CONTROL ANDDETOUR PLAN - PHASE 3B 14 PLAN C-302 M4-10L 1.TRAFFIC CONTROL PLANS HIGHLIGHT MINIMUM REQUIREMENTS AND ARE FOR REFERENCE ONLY.CONTRACTOR TO PREPARE TRAFFIC CONTROL PLAN FOR BULLHEAD CITY APPROVAL. THE TRAFFICCONTROL PLAN SHALL INCLUDE TRENCH SHORING AND PLATING DURING NON WORKING HOURS, AND SHALLBE ENGINEERED SPECIFICALLY FOR JOB SITE CONDITIONS WITH TRAFFIC LOADING ON THE TRENCH WALL.2.THE CONTRACTOR IS TO COORDINATE WITH PROPERTY OWNERS TO DETERMINE ACCESS REQUIREMENTSDURING CONSTRUCTION.3.TEMPORARY CONSTRUCTION SIGNS SHALL BE MOUNTED ON WOOD POSTS OR ON TYPE II BARRICADESWHERE APPROVED BY ENGINEER. EXISTING SIGNS ARE TO BE COVERED AND REPLACED WITH TEMPORARYSIGNS.4.PLACEMENT OF TEMPORARY CONSTRUCTION AREA SIGNS SHOWN ON PLAN SHALL BE IN CONFORMANCEWITH THE MUTCD. TRAFFIC CONTROL NOTES: W20-2W20-2aM4-10R R11-4W20-1G20-2AZ DETOUR ROUTESIGNDIRECTION OF TRAVELTRAFFIC CONE 2500' LEGENDWORK ZONETYPE III BARRIERM4-9S SHEET OFDRAWING NO. DATE: 3/30/2026DWG SCALE: AS NOTEDPROJECT NO: 124002APPROVED BY: KMCHECKED BY: EMDRAWN BY: CW REVISION RECORDDESCRIPTIONDATENO.BULLHEAD CITYSOUTH SUPPLY PIPELINESPHASE 3 WATER MAIN PLANS 14 IFB PLANS 3/30/2026 Bullhead City South Supply Pipelines Phase 3 Submittal Log Potholing Plan Utility Potholes-Keyhole Method MAG-355 Traffic Control Plan(s) Traffic Control MAG-401 Topsoil Topsoils MAG-425 C-900 PVC Water Pipe Water Line Construction MAG-610 Ductile Iron Pipe Water Line Construction/Ductile Iron Water Pipe and Fittings MAG-610/MAG-750 Butterfly Valve Water Line Construction/Tapping Sleeves, Valves, and Valve Boxes on Water Lines MAG-610/MAG-630 Gate Valve Water Line Construction/Tapping Sleeves, Valves, and Valve Boxes on Water Lines MAG-610/MAG-630 Corp Stop and Ball Valve (Blow Off) Water Line Construction/Tapping Sleeves, Valves, and Valve Boxes on Water Lines MAG-610/MAG-630 DI Fittings (Bends, Reducers, Tees, etc.) Water Line Construction/Ductile Iron Water Pipe and Fittings MAG-610/MAG-750 Couplings (Standard, Restrained, Deflection) Water Line Construction/Ductile Iron Water Pipe and Fittings MAG-610/MAG-750 AVRV Water Line Construction MAG-610/MAG-630 AVRV Enclosure Water Line Construction MAG-610/MAG-630 Pressure Testing Plan Water, Sewer, and Storm Drain Testing MAG-611 Valve Can and Cover Tapping Sleeves, Valves, and Valve Boxes on Water Lines MAG-630 Pipe Fittings (AVRV) Tapping Sleeves, Valves, and Valve Boxes on Water Lines MAG-630 Pipe Bedding Trench Excavation, Backfilling, and Compaction MAG-601 Bituminous Prime Coat Bituminous Prime Coat MAG-315 Tack Coat Tack Coat MAG-329 Aggregate Base Course Aggregate MAG-701 Base Base Materials MAG-702 Asphalt JMF Asphalt Concrete MAG-710 Slurry Seal Slurry Seal Materials MAG-715 Portland Cement Concrete Portland Cement Concrete MAG-725 Rebar Steel Reinforcement MAG-727 Controlled Low Strength Material Controlled Low Strength Material MAG-728 Expansion Joint Filler Expansion Joint Filler MAG-729 Grout Masonry Mortar and Grout MAG-776 Pavement Markings Paint MAG-790/SSP 361 Striping and Striping Plan Paint MAG-790/SSP 361 Import Material Landscape Material MAG-795 Trench Shoring Plan Engineering Trench Shoring Plan SSP 206 SWPPP/WPCP Stormwater Pollution Prevention Plan and Stormwater BMP's SSP 231 Carrier Pipe Annular Space Trenchless or Open Cut Installation of Steel Casing MAG-602 Bore and Receiving Pit Shop Drawings Trenchless or Open Cut Installation of Steel Casing MAG-602 Carrier Pipe installation Method Trenchless or Open Cut Installation of Steel Casing MAG-602 Welder Certification Trenchless or Open Cut Installation of Steel Casing MAG-602 Casing Pipe Letter of Certification Trenchless or Open Cut Installation of Steel Casing MAG-602 Casing Pipe End Seals Shop Drawing Carrier Pipe Placement SSP 602.5 Casing Spacers Shop Drawing Carrier Pipe Placement SSP 602.5 Bell Protection System Detail 1, Sheet C-202 C-202 Status Remarks Sub. No. Specification Title Spec. Reference Date Received D ate Reviewed Reviewer Submittal Page 1 of 1 Bullhead City – South Supply Pipelines Specificaons – Table of Contents MA RICOPA ASSOCIATION OF GOVERNMENTS (MAG) STANDARD SPECIFICATION S PART 200 – EARTHWORK 205 – Roadway Excavaon 206 – Structure Excavaon and Backfill PART 300 – STREETS AND RELATED WORK 301 – Subgrade Preparaon 310 – Placement and Construcon of Aggregate Base Course 315 – Bituminous Prime Coat 317 – Asphalt Milling 321 – Placement and Construcon of Asphalt Concrete Pavement 329 – Tack Coat 332 – Placement and Construcon of Asphalt Emulsion Slurry Seal Treatments 336 – Pavement Matching and Surfacing Replacement 340 – Concrete Curb, Gu0er, Sidewalk, Curb Ramps, Driveway and Alley Entrance 350 – Removal of Exisng Improvements 355 – Ulity Potholes-Keyhole Method PART 400 – RIGHT OF WAY TRAFFIC CONTROL 401 – Traffic Control 405 – Survey Monuments 424 – Parkway Grading 425 – Topsoils 430 – Landscaping 440 – Landscape Irrigaon PART 600 – WATER, SEWER, STORM DRAIN, AND IRRIGATION 601 – Trench Excavaon, Backfilling, and Compacon 602 – Trenchless or Open Cut Installaon of Steel Casing 604 – Placement of Controlled Low Strength Material 610 – Water Line Construcon 611 – Water, Sewer, and Storm Drain Tesng 630 – Tapping Sleeves, Valves, and Valve Boxes on Water Lines 631 – Water Taps and Meter Service Connecons PART 700 – MATERIALS 701 – Aggregate 702 – Base Materials 708 – Asphalt Pavement Core Bonding Materials 710 – Asphalt Concrete 711 – Paving Asphalt 712 – Liquid Asphalt 715 – Slurry Seal Materials 717 – Asphalt-Rubber Asphalt Concrete 718 – Preservave Seal for Asphalt 725 – Portland Cement Concrete 726 – Concrete Curing Materials 727 – Steel Reinforcement 728 – Controlled Low Strength Material 729 – Expansion Joint Filler 750 – Ducle Iron Water Pipe and Fi?ngs 790 – Paint 795 – Landscape Material Supplementary Special Provisions The following are Special Provisions to the Maricopa Associaon Of Governments Standard Specificaons for Public Works Construcon, 2026 Edion (MAG Standards). PART 100 – GENERAL CONDITIONS 104.1.1 General: To the first Paragraph ADD the foll owing: “The completed work will provide a fully funconal water transmission main extension from the intersecon of Riverview Drive and Kaibab Drive to 750 5 east of the Miracle Mile Drive and N. Oatman Road intersecon. ADD 109.10.1 Payment for Mobilizaon/Demobilizaon Mobilizaon/Demobilizaon shall be limited to 5% of total contract lump sum price (exclusive of price for Mobilizaon/Demobilizaon). PART 200 – EARTHWORK ADD 206.4.7 Engineered Trench Shoring Plan Engineered Trench Shoring Plan. Before excavang any trench 5 feet or more in depth, the Contractor shall submit a detailed Working Drawing (shoring plan) showing the design of the shoring, bracing, sloping, or other provisions used for the workers protecon. If the shoring plan varies from the shoring system standards, the shoring plan shall be prepared by a registered Structural or Civil Engineer. The shoring plan shall accommodate exisng underground ulies. No excavaon shall start unl the Engineer has accepted the shoring plan and the Contractor has obtained a permit from the Arizona Division of Occupaonal Safety and Health (ADOSH). A copy of this permit shall be submi>ed to the Engineer. If the Contractor fails to submit a shoring plan or fails to comply with an accepted shoring plan, the Contractor shall suspend work at the affected locaon(s). Such suspension shall not be the basis of a claim for Extra Work and the Contractor shall not receive addional compensaon or Contract me. When trenching, the contractor’s name and emergency telephone number shall be posted adjacent to the work at intervals and locaons approved by the Engineer. The method of marking shall be approved by the Engineer. Respond and iniate correcve acon in accordance with OSHA/ADOSH and within 24 hours of the noce of the nonconforming Work that poses an imminent threat to person or property. The Bid item for “Engineered Trench Shoring” shall include full compensaon for furnishing, installing, maintaining, and removing all sheeng, shoring, or bracing for any condions encountered that require shoring including the preparaon of engineered Shoring Plans. ADD 231 Stormwater Polluon Prevenon Plan (SWPPP) and Stormwater BMPs 231.1 SCOPE OF WORK Stormwater Polluon Prevenon Plan (SWPPP). Before excavang any trench, the Contractor shall submit a detailed Stormwater Polluon Prevenon Plan showing the methodology by which potenal environmental impacts associated with construcon- related stormwater runoff are migated. The SWPPP report shall include informaon on potenal polluons on the site, details on any/all erosion control best management pracces (BMPs) proposed as part of the SWPPP , as well as informaon on operaon and maintenance procedures. A copy of Noce of Intent (NOI) approval shall be provided to the engineer before commencement of work. 232.2 PAYMENT Payment for “Stormwater Polluon Prevenon Plan (SWPPP) and Stormwater BMPs” shall be made on a lump sum basis with payments prorated by work completed, and the bid item shall include full compensaon for report preparaon and approval, as well as furnishing, installing, maintaining, and removing all best management pracces and erosion control measures implemented throughout construcon. ADD 232 Construcon Staking 232.1 SCOPE OF WORK Construcon Staking. Before excavang any trench, the Contractor shall coordinate the placement of stakes and markings to provide offsets and elevaons to cut and fill in order to locate on the ground the designed improvements included in the Construcon Drawings. Construcon staking shall include staking easements and/or right of way if indicated on the plans. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omi>ed that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. 232.2 MEASUREMENT No measurement shall be made for this item. 232.3 PAYMENT Payment for “Construcon Staking” shall be made on a lump sum basis with payments prorated by work completed compared to total work included in the lump sum item. PART 300 – STREETS AND RELATED WORK 321 PLACEMENT AND CONSTRUCTION OF ASPHALT CONCRETE PAVEMENT 321.12 PAYMENT ADD: Payment for concrete curb, gu>er, sidewalk, curb ramps, driveway and alley entrance, Portland cement concrete, placement and construcon of asphalt emulsion slurry seal treatments, pavement matching and surfacing replacement, and preservave seal for asphalt shall be paid for under this pay item. ADD 361 Signage, Striping, and Pavement Markings 361.1 SCOPE OF WORK Signage, Striping, and Pavement Markings. Contractor shall replace any posted signage, striping, and/or pavement markings affected by construcon “in kind” so that exisng traffic pa>erns are maintained upon compleon of construcon. These items include (but are not limited to) posted street signage and associated posts, roadway lane markings and turn indicators, traffic signals, etc. All traffic control devices, signage, and pavement markings shall conform to and be installed in accordance with the Arizona Manual of Uniform Traffic Control Devices (AZ MUTCD) and ADOT Standard Specificaons. 361.2 MEASUREMENT No measurement shall be made for this item. 361.3 PAYMENT Payment for “Signage, Striping, and Pavement Markings” shall be made on a lump sum basis with payments prorated by work completed compared to total work included in the lump sum item. PART 600 – WATER, SEWER, STORM DRAIN AND IRRIGATION 601.2.9 Shoring and Sheathing: DELETE and REPLACE with the following: “The cost of the bracing, sheathing, or shoring, and the removal of same, shall be included in the unit price for the pipe or other item, which necessitated the work.” with “The cost for shoring and sheathing shall be per supplementary provision 206.4.7 Engineered Trench Shoring Plan.” 601.7 Payment: ADD: Payment for trench excavaon shall include storing of stockpiled material and off-haul of trench spoils. 602 TRENCHLESS OR OPEN CUT INSTALLATION OF STEEL CASING 602.5 CARRIER PIPE PLACEMENT REMOVE: Pressurized carrier pipes, (i.e. water, gas, force main) shall be placed using casing spacers, wood skids or steel pipes for rails. Casing spacers shall be installed 3 per joint minimum with 8-foot maximum spacing. The annular space between the casing and carrier line shall be le5 empty unless otherwise directed. When the annular space is to be filled, 3/8 inch pea gravel shall be used. ADD: Pressurized carrier pipes, (i.e. water, gas, force main) shall be placed using casing spacers. Casing spacers shall be installed 3 per joint minimum with 4-foot maximum spacing. The annular space between the casing and carrier line shall be filled with sand. REMOVE: Bulkheads consisng of brick and mortar or concrete shall be constructed on the ends of the casing; bulkheads shall be a minimum of 8-inches thick. Alternave casing end closures may be substuted for brick and mortar or concrete bulkheads if approved by the Engineer. ADD: End seals shall be Advanced Products and Systems Model AC pull-on type or approved equal. Secure end seals with 304 stainless steel pipe clamps. 610 WATERLINE CONSTRUCTION 610.4.3 BLOCKING AND RESTRAINTS REMOVE: Where restrained joints are specified on mains sixteen (16) inches in diameter and smaller, ducle iron pipe shall be used with an approved joint restraint method. ADD: Where restrained joints are specified on mains sixteen (16) inches in diameter and smaller, joint restraints shall be EBAA Iron Series 2800 or approved equal for 16-inch diameter C900 pipe and EBAA Iron Series 1900 for 12-inch diameter C900 pipe or approved equal. 610.16 (H) MEASUREMENT AND PAYMENT ADD: Payment for parkway grading, landscaping, landscape irrigaon, and landscaping materials shall be paid for under this pay item. 630.3.1 General: REMOVE: All valves, 2-inch through 54-inch, shall have a working pressure of 250 psi and be in conformance with AWWA C515 or AWWA C509. Valves 2-inch through 16-inch shall also meet the requirements for a UL lisng and Factory Mutual Standards 11.20 and 11.30 for gate valves. ADD: All valves, 2-inch through 54-inch, shall have a working pressure meeng or exceeding the adjacent pipe pressure class as specified on the plans and be in conformance with AWWA C515 or AWWA C509. Valves 2-inch through 16-inch shall also meet the requirements for a UL lisng and Factory Mutual Standards 11.20 and 11.30 for gate valves. WAGE RATE DETERMINATION 1 2 3 4 5 6 1 2 3 4 5 6 7 8 9     Contractor By:______________________________ ______ D a t e Name and Title:_____________________________ 10 11 12 13     Contractor By:______________________________ ______ D a t e Name and Title:_____________________________ 14

Document text

REV. 05/02/2024 
 
 
 
 
 
 
 
 
CITY OF BULLHEAD CITY, ARIZONA  
UTILITIES DEPARTMENT 
 
 
SPECIFICATIONS AND CONTRACT DOCUMENTS 
SOUTH SUPPLY LINE PHASE 3 
 
PROJECT NO. 26-U-006 
 
 
April 8, 2026 
 
 
  

Page 2 of 67 
 
REV. 05/02/2024 
 
 
 
 
TABLE OF CONTENTS 
 
Article 1 - INVITATION TO BID & BID DOCUMENTS .............................................. 4
 
Article 2 – BID PROPOSAL .................................................................................... 10 
Article 3 – BID SCHEDULE .................................................................................... 12 
Article 4 – BID BOND  ......................................... .................................................. 14 
Article 5 – BIDDER’S STATEMENT OF QUALIFICATIONS .................................. 15 
Article 6 – AGREEMENT........................................................................................ 20 
Article 7 – NOTICES & LIEN RELEASES .............................................................. 24 
Article 8 – GENERAL CONDITIONS ...................................................................... 28 
Article 9 – SPECIAL PROVISIONS ........................................................................ 53 
Article 10 – TECHNICAL SPECIFICATIONS ......................................................... 65 
Article 11 – CONSTRUCTION DRAWINGS ........................................................... 67 
 Article 12 – FEDERAL FUNDING REQUIREMENTS ............................................ 68 
 
Page 3 of 67 
 
REV. 05/02/2024 
City of Bullhead City, Arizona 
 
 
Construction Contract 
South Supply Line Phase 3 
Project No. 26-U-006 
 
THIS AGREEMENT, made and entered by and between CITY OF BULLHEAD CITY an Ariz ona municipal 
corporation, hereinafter designated the “CITY” and ____________ ___, Inc., an Arizona Corporation, 
hereinafter designated the "CONTRACTOR.”  
 
 
RECITALS 
 
 
A. The City Manager of the City o f Bullhead City, Arizona, is authorized and empowered by approval of the 
City Council to execute this contract for construction services. 
 
B. The Project involves the installation of an extension of a tank supply line for the Bullhead City public water 
supply system. 
 
C. The Contractor has  represented to the City the ability to co nstruct the Project and based on this 
representation the City has engaged _______________________________ to construct the Project.  
 
 
AGREEMENT 
 
 
 
NOW THEREFORE, for and in consideration of the mutual covenants  and considerations hereinafter 
contained, it is agreed by and between the City and the Contractor as follows: 
 

Page 4 of 67 
 
REV. 05/02/2024 
ARTICLE 1 - INVITATION TO BID & BID DOCUMENTS     PROJECT NO. 2 6-U-006 
 
1.0 INVITATION TO BID 
 
Req./Contract #:  26-U-006 
Project Name:  South Supply Line Phase 3 
Bid Due Date / Time: April 29, 2026 / 3:00 PM Arizona Time 
 
Project Description: The Project involves the installation of a pproximately 4700 feet of 16-inch transmission 
main per drawings and specifications. This project also includes an additive alternative to install approximately 
1450 feet of 10-inch distribution main per plans and specificat ions.  The alternative is to be installed in the 
same trench as the transmission main. 
 
Sealed bids for the project specified will be received by the B ullhead City Clerk’s Office at the First Floor 
Receptionist Desk, 2355 Trane R oad, Bullhead City, Arizona, 864 42-5966 on the time and date specified.  
Bidders shall submit one original of their bid. Bids received b y the correct time and date will be opened and 
read aloud shortly thereafter in the City of Bullhead City, City Clerk’s office.  
 
Bids must be in the actual possession of the City Clerk’s office on or prior to the exact time and date indicated 
above. Late bids will not be considered under any circumstances. 
 
Bids must be submitted in a sealed opaque envelope with the Pro ject Name and the bidder's name and 
address clearly indicated on t he envelope. All bids must be com pleted in ink or typewritten on the form 
contained within the specifications titled Invitation for Bid. 
 
For information or to obtain plans, specifications and bid docu ments or to submit questions concerning the 
IFB, contact Norm Bogenschild, 2355 Trane Road, Bullhead City, Arizona 86442-5966, at phone (928) 763-
9400, ext. 8889, or at nbogenschild@bullheadcityaz.gov. Brief procedural questions may be submitted and 
responded to informally. Technical questions regarding the substance of this IFB must be submitted in writing 
or by email and received no later than 3:00 p.m. on April 15, 2 026. Questions may then be responded to by 
written amendment to this document. Oral statements or instructions do not constitute an amendment to the 
IFB. Only those plan holders registered with the City of Bullhe ad City will receive any modifications to the 
plans, specifications and bid documents and any notices that are issued during bidding. The City of Bullhead 
City reserves the right to accept or reject any or all responses or parts thereto.  
 
Plans may be reviewed at: 
 
 City of Bullhead City, Utilities Department, 2355 Trane Road, Bullhead City, AZ 86442-5966, 
(928) 763-9400, ext. 8840 Fax (928) 763-0131  
 Performance Graphics Digital Printing, 4140 S. Lynn Drive, Sui te 107, Fort Mohave, AZ 86426, 
(928) 763-6860  
 Dodge Digital Plan Room, 300 American Metro Blvd, Ste 185, Ham ilton, NJ 08619  Phone (877) 
784-9556 
 Colorado River Building Industry Assoc., 2182 McCulloch Blvd, Suite #1, Lake Havasu City, AZ  
86403, (928) 453-7755  
 Yuma Southwest Contractors Assoc., 2741 S. Eighth Ave., Ste B,  Yuma, AZ  85364 (928) 539-
9035  Fax (928) 539-9036 
 Construction Notebook, 3131 Mea de Ave., Suite B, Las Vegas, NV 89102, (702) 876-8660  Fax 
(702) 876-5683 
 A&E Reprographics Plan Room, 1030 Sandretto Drive Suite F, Pre scott, AZ 86305, (928) 442-
9116  Fax (928) 776-1550 
 Sierra Plan Room, 3111 So. Valley View # B-120, Las Vegas, NV 89102, (702) 871-1077  Fax 
(702) 871-8220 
 Just Blueprints, 112 N. 8 th Street, Kingman, AZ 86401, (928) 753-0872     Fax (928) 753-0878 
 iSqFt/Grand Minority Contracts Planroom Partnership, 3301 N. 2 4th St., Phoenix, AZ 85016, 800-
364-2059  Fax (866) 570-8187

AI Analysis

Validation: Water supply line project; possible instrumentation and control needs. Medium fit.

Contract Type
Estimated Value
Bid Bond
Site Visit
Local Req
License
Construction
PLC Details
HMI/SCADA
Comms
Subcontractor
Pre-selected

Related

Similar RFPs

Digital Master Controller PLC Replacement and Recommissioning - KHC

AZ · Score 64

View

Digital Master Controller PLC Replacement and Recommissioning - KHC

AZ · Score 64

View

WATER TREATMENT PLANT PRESSURE FILTER MEDIA REHABILITATION PROJECT

AZ · Score 60

View

West Wastewater Treatment Plant (WWTP) - West WWTP 3.0 MGD MBR

AZ · Score 60

View

Booster Pump Station 55A Design Project

AZ · Score 60

View

Packages

Related Bid Packages