HomeMy WebLinkAbout39-83 RESOLUTIONRESOLUTION NO.
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE AN AGREEMENT FOR ENGINEERING SERVICES
WITH McGOODWIN, WILLIAMS & YATES, INC. TO IMPLEMENT
A SEWER SYSTEM INFLOW CORRECTION DEMONSTRATION PROJECT.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
That the Mayor and City Clerk are hereby authorized and
directed to execute an agreement for engineering services
with McGoodwin, Williams & Yates, Inc. to implement a sewer
system inflow correction demonstration project. A copy of
the agreement authorized for execution hereby,iseattached
hereto, marked Exhibit "A", and made a part hereof.
°PASSED'AND APPROVED this o?oZtday of 'MARCW;;1-983:
z
By: �X.Ge6 • a £
City Clerk
APPROVED:
By:
Mayor
dided/
AGREEMENT FOR ENGINEERING SERVICES
THIS AGREEMENT, entered into this c>7:21/0 day of . /41e 5
1983, by andbetween the City. of Fayetteville, Arkansas, hereinafter referred to
as the "City," and the engineering firm of McGoodwin, Williams and Yates, Inc.,
of Fayetteville, Arkansas, hereinafter referred to as the "Engineer;"
WITNESSETH THAT:
WHEREAS, the City has had a Sewer System Evaluation Survey (SSES) conducted
on its sewer system to determine needed rehabilitation work; and
WHEREAS, the Engineer has, under separate contract, completed construction
plans and specifications for all cost-effective rehabilitation work as set out
in the SSES report; and
WHEREAS, funds are not available at this time to complete all of the
sewer system rehabilitation planned; and
WHEREAS, the City has determined to implement a demonstration project
whereby rehabilitation for inflow correction would be completed on selected
portions of the system with flow monitoring being conducted before and after
said rehabilitation; and
WHEREAS, the City desires to employ the Engineer to provide engineering
services for this demonstration project;
NOW THEREFORE, in consideration of .the mutual covenants and agreements
herein contained, the City and the Engineer, the parties hereto, stipulate and
agree as follows.
Section I. Scope of the Project
The work covered by this agreement is limited to those engineering services
needed to implement a project to demonstrate the effectiveness of repairing
inflow sources only in Minisystems 2, 4, 7, 8, 11 and 16, all as set out in
the May 1980 Final Report of the Sewer System Evaluation Survey in the City of
Fayetteville, Arkansas, by McCullough Associates, Inc:, and for which detailed
construction plans and specifications have previously been prepared; said
plans and specifications entitled "Sanitary Sewer System Rehabilitation;
Contract Section I, Sanitary Sewer Line Reconstruction; Contract Section II,
Sanitary Sewer System Rehabilitation;" Plans No. Fy-101.
Section II.
Scope of Engineering Services
The Engineer shall provide at his own expense a suitable engineering
staff and the necessary equipment to perform the required tasks as set out
below. The engineering staff shall consist of engineers, engineering
technicians, inspectors, clerical workers and other assistants as may be
necessary to carry on the work in an efficient and expeditious manner.
All of the sewer line reconstruction in Minisystems 2, 4, 7, 8, 11 and
16 in Contract Section I of the plans and specifications will be completed.
The following line segments will be completed by force account methods by
city forces: 2-3, 2-4, 2-5, 7-1, 7-2, 7-5, 7-9, 7-11, 8-1, 8-2. The balance:
of the line segments will be completed by contract.
In addition to theline segment replacement, all point source repairs in
the above enumerated minisystems will be completed. The City will complete
by force account methods all Code 9, 20, 21, 22 and 26 repairs (codes as per
MWY plans and specifications for rehabilitation - Contract Section II).
Required engineering services then would include the following:
A. Flow Monitoring
The engineer shall furnish all labor and equipment and conduct flow
monitoring within the designated minisystems for a minimum of 30 days both
before and after completion of the rehabilitation work to determine the
effectiveness of the completed work. Flow monitoring shall be conducted
during and following at least one significant rainfallevent as needed to
accurately monitor the amount of inflow before and after completion of the
rehabilitation work.
A report will be prepared setting forth the results of the flow
monitoring and indicating the effectiveness of the rehabilitation. The
data will be presented in a way that will assist the City in making a deter-
mination as to the extent of further rehabilitation throughout the sewer system.
B. Preparation of Bid Documents and Engineering Surveillance of
Construction
The work proposed to be constructed by contract is included in previously
prepared plans and specifications and includes work in both Contract Sections
I and II. These plans, specifications and bid documents will be revised and
combined into one set of plans and specifications to provide for the work
actually proposed to be done.
Additionally, the Engineer will provide the following services:
1. Furnish to the City all necessary copies of approved plans,
specifications, notices to bidders and proposal forms.
2. Assist the City in the opening and tabulation of bids for
construction of the project and consult with the City as to
the proper action to be taken, based on the engineering
considerations involved.
3. Assist in the preparation of formal contract documents for the
contracts.
4. Furnish professional engineers to make periodic visits to
the site (as distinguished from the services of a resident
project representative) to observe the progress and quality of
the executed work and to determine in general if the work is
proceeding in accordance with the contract documents. In
performing these services, the Engineer will endeavor to protect
the City against defects and deficiencies in the work of the
contractor; but he cannot guarantee the performance of the
contractor, nor be responsible for the actual supervision of
construction operations or for the safety measures that the
contractor takes or should take.
5. Furnish the services of resident Project Representatives and other
field personnel for necessary on -the -site observation of con-
struction and for the performance of required construction layout
surveys. The authority and duties of such resident Project
Representatives are limited to examining the material furnished
and observing the work done and to reporting their findings to the
Engineer. The Engineer will use the usual degree of care and
prudent judgment in the selection of competent Project Representa-
tives, and the Engineer will use diligence to see that the Project
Representatives are on the job to perform their required duties.
It is agreed, however, that the Engineer does not underwrite,
guarantee, or insure the work done by the contractor; and, since
it is the contractor's primary responsibility to perform the work
in accordance with the contract documents, the Engineer is not
primarily responsible nor primarily liable for the contractor's
failure to do so. Failure by any Project Representative or other
personnel engaged in on -the -site observation to discover defects
or deficiencies in the work of the contractor shall not relieve the
contractor for primary liability therefor.
6. Consult and advise with the City; issue all instructions to the
contractor requested by the City; and prepare routine change orders
as required.
7. Review samples, catalog data, schedules, shop drawings, laboratory,
shop and mill tests of material and equipment and other data which
the contractor submits. This review is for the benefit of the City
to insure general conformance with the design concept of the project
and general compliance by the contractor with the information given
by the contract documents. It does not relieve the contractor of
any responsibility such as dimensions to be confirmed and correlated
at the job site, appropriate safety measures to protect workers and
the public, or the necessity to construct a complete and workable
facility in accordance with the contract documents.
8. Prepare and verify monthly and final estimates for payments to the
contractor and furnish to the City any necessary certifications as
to payments to contractors and suppliers; assemble written
guarantees which are required by the contract documents.
Conduct, in company with the City, a final inspection of the
project for conformance with the design concept of the project
and compliance with the contract documents, and approve in writing
final payment to the contractor.
10. Furnish to the City two copies of the revised contract drawings to
show the work as actually constructed.
P
Section III. Payment
In consideration of the performance of the foregoing, services by the
Engineer, the City shall pay to the Engineer as full compensation for such
services his actual cost plus a fixed fee. Cost shall mean direct salary,
plus salary times a multiplier to cover indirect costs, plus reimbursable
expenses at actual cost. The multiplier to cover indirect costs is hereby
established for this project at 1.4.
Reimbursable expenses shall include travel expenses when traveling
outside Northwest Arkansas in connection with the project, rental expenses
for equipment needed for completion ofthe work (for example, flow monitoring
equipment), purchase of material and other expenses directly attributable to
the project, including any work performed by subcontractors.
A costceiling of $65,000 is hereby established. In addition to cost
reimbursement, the City shall pay the Engineer a fixed fee in the amount of
$16,000. Neither the cost ceiling nor the fee shall be increased unless the
scope of the work is changed.
The cost ceiling and the fixed fee were established on the assumption that
work would be authorized so that the initial flow monitoring could commence
between March 15 and May 1 of 1983, thus allowing the monitoring to be conducted
during the period of normal spring rains. It was further anticipated that the
rehabilitation work wouldbe completed during the summer of 1983 and that the
final flow monitoring would commence at a time most likely to cover a period
of rainfall needed to effectively monitor the effectiveness of the rehabilitation.
It is hereby agreed that any material change in these dates would be cause for
renegotiation.
Payment shall be made monthly and shall be based on reimbursable costs
plus the pro rata share of the fixed fee.
Payment for engineering services under this agreement shall be made within
15 days after claim submittal and certification by the Engineer. Statements
shall be accompanied by adequate itemization to fully indicate the basis of
the charges.
If any of the work designed or specified is suspended for an extended
period of time or abandoned as a result of orders from the City, the Engineer
shall be paid for work actually completed; payment therefor to be based
insofar as possible upon the fees established herein.
Section IV. Other Provisions of the Contract
In connection with the project, the City's responsibilities shall include,
but not be limited to, the following:
1. Giving thorough consideration tb all documents presented by the
Engineer and informing the Engineer of all decisions within a
reasonable time so as not to delay the work of the Engineer.
r.
2. Making provision for the employees of the Engineer to enter public
and private lands as required for the Engineer to perform necessary
preliminary surveys and investigations.
3. Obtaining the necessary lands, easements and rights of way for the
construction of the work. The cost of all property descriptions
and surveys, appraisals and abstract work shall be borne by the
City.
Furnishing the Engineer such plans and records of construction
and operation of existing facilities, or copies of same, bearing
on the proposed work as may be in the possession of the City. Such
documents or data will be returned to the City upon completion of
the work or at the request of the City.
5. Paying the cost of making necessary soundings, borings, analyses
of materials and laboratory work.
6. Paying all plan review costs and all cost of advertising in
connection with the project.
7. Providing. legal, accounting and insurance counseling services
necessary for the project, legal review of the construction
contract documents and such auditing services as the City or
cooperating federal or state agencies may require.
8. Furnishing permits and approvals from all governmental authorities
having jurisdiction over the project and others as may be
necessary for completion of the project.
9. Giving prompt written notice to the Engineer whenever the City
observes or otherwise becomes aware of any defect in the project
or other event which may substantially alter the Engineer's
performance under this agreement.
10. In connection with the flow monitoring work, providing water usage
data by customer class for each minisystem on a monthly basis
The data should reflect normal winter time average usage for each
minisystem as well as usage during the flow monitoring period.
11. All drawings, specifications and documents prepared by the
Engineer under this contract shall become the property of the
City, to be used by the City for construction purposes, upon payment
ofthe consideration due the Engineer hereunder. The Engineer may
retain reproducible copies of all documents for his files and
further use.
'F•
This agreement shall be binding upon the parties hereto, their partners,
heirs, successors, administrators and assigns; and neither party shall assign,
Sublet or transfer his interest in this agreement without the prior written
consent of the other party hereto.
IN WITNESS WHEREOF, the City has caused these presents to be executed in
its behalf by its duly authorized representatives, and the said Engineer by its
duly authorized representatives, and the parties hereto have set their hands
and seals on the date heretofore set out.
a ^ ✓:i,
'Attest:._
Att
Olivia Kelly, City Clerk
Attest: .?
atl
•
:y. - .'1,.
Aare,,iT�11:( ADE
Jacqueline S.
Ross,
of
Secretary
CITY OF FAYETTEVILLE, ARKANSAS
McGOODWIN, WILLIAMS AND YATES, INC.
arl Ya r
E' r TTEVILLE, ARKANSAS
POSTAL DRAWER F
March 23; 1983
OFFICE OF CITY ATTORNEY
Mr. Carl Yates
McGoodwin, Williams & Yates, Inc.
909 Rolling Hills Drive
Fayetteville, AR 72701
•
72701 (501) 521-7700
Re: Engineering contractfor sewer rehabilitation
demonstration project
Dear Carl:
At the Board of Directors meeting on March 22, 1983,
there was a consensus among Board members that the contract
for the above referenced project, which was included in
the agenda, should be modified to clearly reflect that
flow monitoring would take place after significant rain
falls. I would suggest that the following sentence be
added to the._first paragraph on page 2 under the heading
"A. Flow Monitoring":
Flow monitoring shall be done following such periods
of.rain fall as are needed to accurately monitor the
amount of infiltration before and after completion
of the rehabilitation work.
If the above modification meets with your approval,
please incorporate it in the contract, execute the contract
on behalf of McGoodwin, Williams & Yates, Inc., and forward
the contract to the City Clerk for execution by the Mayor.
By carbon copy of this letter, I am requesting the City Clerk
to return one executed counterpart of the contract to you.
Should you have any questions or comments, do not hesitate
to contact me.
JNM/ts
cc: Mr. Don Grimes
City Manager
Ors. Olivia Kelly
City Clerk
Sincerely,
CITYIkTTORNEY
•
N. McCord
4.03
AGREEMENT FOR ENGINEERING SERVICES
THIS AGREEMENT, entered into this day of
1983, by and between the City of Fayetteville, Arkansas, hereinafter referred to
as the "City," and the engineering firm of McGoodwin, Williams and Yates, Inc.,
of Fayetteville, Arkansas, hereinafter referred to as the "Engineer;"
WITNESSETH THAT:
WHEREAS, the City has had a Sewer System Evaluation Survey (SSES) conducted
on its sewer system to determine needed rehabilitation work; and
WHEREAS, the Engineer has, under separate contract, completed construction
plans and specifications for all cost-effective rehabilitation work as set out
in the SSES report; and
WHEREAS, funds are not available at this time to complete all of the
sewer system rehabilitation planned; and
WHEREAS, the City has determined to implement a demonstration project
whereby rehabilitation for inflow correction would be completed on selected
portions of the system with flow monitoring being conducted before and after
said rehabilitation; and
WHEREAS, the City desires to employ the Engineer to provide engineering
services for this demonstration project;
NOW THEREFORE, in consideration of the mutual covenants and agreements
herein contained, the City and the Engineer, the parties hereto, stipulate and
agree as follows.
Section I. Scope of the Project
The work covered by this agreement is limited to those engineering services
needed to implement a project to demonstrate the effectiveness of repairing
inflow sources only in Minisystems 2, 4, 7, 8, 11 and 16, all as set out in
the May 1980 Final Report of the Sewer System Evaluation Survey in the City of
Fayetteville, Arkansas, by McCullough Associates, Inc., and for which detailed
construction plans and specifications have previously been prepared; said
plans and specifications entitled "Sanitary Sewer System Rehabilitation;
Contract Section I, Sanitary Sewer Line Reconstruction; Contract Section II,
Sanitary Sewer System Rehabilitation;" Plans No. Fy-101.
Section II. Scope of Engineering Services
The Engineer shall provide at his own expense a suitable engineering
staff and the necessary equipment to perform the required casks as set out
below. The engineering staff shall consist of engineers, engineering
technicians, inspectors, clerical workers and other assistants as may be
necessary to carry on the work in an efficient and expeditious manner.
U�/iiSr/l1 �'!J
•
•
.VY
All of the sewer line reconstruction in Minisystems 2, 4, 7, 8, 11 and
16 in Contract Section I of the plans and specifications will be completed.
The following line segments will be completed by force account methods by
city forces: 2-3, 2-4, 2-5, 7-1, 7-2, 7-5, 7-9, 7-11, 8-1, 8-2. The balance
of the line segments will be completed by contract.
In addition to the line segment replacement, all point source repairs in
the above enumerated minisystems will be completed. The City will complete
by force account methods all Code 9, 20, 21, 22 and 26 repairs (codes as per
MWY plans and specifications for rehabilitation - Contract Section II).
Required engineering services then would include the following:
A. Flow Monitoring
The engineer shall furnish all labor and equipment and conduct flow
monitoring within the designated minisystems for a minimum of 30 days both
before and after completion of the rehabilitation work to determine the
effectiveness of the completed work.?
A report will be prepared setting forth the results of the flow monitoring
and indicating the effectiveness of the rehabilitation. The data will be
presented in a way that will assist the City in making a determination as to
the extent of further rehabilitation throughout the sewer system.
B. Preparation of Bid Documents and Engineering Surveillance of
Construction
The work proposed to be constructed by contract is included in previously
prepared plans and specifications and includes work in both Contract Sections
I and II. These plans, specifications and bid documents will be revised and
combined into one set of plans and specifications to provide forthe work
actually proposed to be done.
Additionally, the Engineer will provide the following services:
1. Furnish to the City all necessary copies of approved plans,
specifications, notices to bidders and proposal forms.
2. Assist the City in the opening and tabulation of bids for
construction of the project and consult with the City as to
the proper action to be taken, based on the engineering
considerations involved.
3. Assist in the preparation of formal contract documents for the
contracts.
4. Furnish professional engineers to make periodic visits to
the site (as distinguished from the services of a resident
project representative) to observe the progress and quality of
the executed work and to determine in general if the work is
proceeding in accordance with the contract documents. In
performing these services, the Engineer will endeavor to protect
* Flow monitoring shall be done following such periods of rainfall as are
needed to accurately monitor the amount of infiltration before and after
completion of the rehabilitation work.
4.05
the City against defects and deficiencies in the work of the
contractor; but he cannot guarantee the performance of the
contractor, nor be responsible for the actual supervision of
construction operations or for the safety measures that the
contractor takes or should take.
•
5. Furnish the services of resident Project Representatives and other
field personnel for necessary on -the -site observation of con-
struction and for the performance of required construction layout
surveys. The authority and duties of such resident Project
Representatives are limited to examining the material furnished
and observing the work done and to reporting their findings to the
Engineer. The Engineer will use the usual degree of care and
prudent judgment in the selection of competent Project Representa-
tives, and the Engineer will use diligence to see that the Project
Representatives are on the job to perform their required duties.
It is agreed, however, that the Engineer does not underwrite,
guarantee, or insure the work done by the contractor; and, since
it isthe contractor's primary responsibility to perform the work
in accordance with the contract documents, the Engineer is not
primarily responsible nor primarily liable for the contractor's
failure to do so. Failure by any Project Representative or other
personnel engaged in on -the -site observation to discover defects
or deficiencies in the work of the contractor shall not relieve the
contractor for primary liability therefor.
.6. Consult and advise with the City; issue all instructions to the
contractor requested by the City; and prepare routine change orders
as required.
7. Review samples, catalog data, schedules, shop drawings, laboratory,
shop and mill tests of material and equipment and other data which
the contractor submits. This review is for the benefit of the City
to insure general conformance with the design concept of the project
and general compliance by the contractor with the information given
by the contract documents. It does not relieve the contractor of
any responsibility such as dimensions to be confirmed and correlated
at the job site, appropriate safety measures to protect workers and
the public, or the necessity to construct a complete and workable
facility in accordance with the contract documents.
8. Prepare and verify monthly and final estimates for payments to the
contractor and furnish to the City any necessary certifications as
to payments to contractors and suppliers; assemble written
guarantees which are required by the contract documents.
9. Conduct, in company with the City, a final inspection of the
project for conformance with the design concept of the project
and compliance with the contract documents, and approve in writing
final payment to the contractor.
10. Furnish to the City two copies of the revised contract drawings to
show the work as actually constructed.
•
•
4.06
Section III. Payment
•
In consideration of the performance of the foregoing services by the
Engineer, the City shall pay to the Engineer as full compensation for such
services his actual cost plus a fixed fee. Cost shall mean direct salary,
plus salary times a multiplier to cover indirect costs, plus reimbursable
expenses at actual cost. The multiplier to cover indirect costs is hereby
established for this project at 1.4.
Reimbursable expenses shall include travel expenses when traveling
outside Northwest Arkansas in connection with the project, rental expenses
for equipment needed for completion of the work (for example, flow monitoring
equipment), purchase of material and other expenses directly attributable to
the project, including any work performed by subcontractors.
A cost ceiling of $65,000 is hereby established. In addition to cost
reimbursement, the City shall pay the Engineer a fixed fee in the amount of
$16,000. Neither the cost ceiling nor the fee shall be increased unless the
scope of the work is changed.
The cost ceiling and the fixed fee were established on the assumption that
work would be authorized so that the initial flow monitoring could commence
between March 15 and May 1 of 1983, thus allowing the monitoring to be conducted
during the period of normal spring rains. It was further anticipated that the
rehabilitation work would be completed during the summer of 1983 and that the
final flow monitoring would commence at a time most likely to cover a period
of rainfall needed to effectively monitor the effectiveness of the rehabilitation.
It is hereby agreed that any material change in these dates would be cause for
renegotiation.
Payment shall be made monthly and shall be based on reimbursable costs
plus the pro rata share of the fixed fee.
Payment for engineering services under this agreement shall be made within
15 days after claim submittal and certification by the Engineer. Statements
shall be accompanied by adequate itemization to fully indicate the basis of
the charges.
If any of the work designed or specified is suspended for an extended
period of time or abandoned as a result of orders from the City, the Engineer
shall be paid for work actually completed; payment therefor to be based
insofar as possible upon the fees established herein.
Section IV. Other Provisions of the Contract
In connection with the project, the City's responsibilities shall include,
but not be limited to, the following:
1. Giving thorough consideration to all documents presented by the
Engineer and informing the Engineer of all decisions within a
reasonable time so as not to delay the work of the Engineer.
•
4.07
14.
2. Making provision for the employees of the Engineer to enter public
and private lands as required for the Engineer to perform necessary
preliminary surveys and investigations.
3. Obtaining the necessary lands, easements and rights of way for the
construction of the work. The cost of all property descriptions
and surveys, appraisals and abstract work shall be borne by the
City.
Furnishing the Engineer such plans and records of construction
and operation of existing facilities, or copies of same, bearing
on the proposed work as may be in the possession of the City. Such
documents or data will be returned to the City upon completion of
the work or at the request of the City.
5. Paying the cost of making necessary soundings, borings, analyses
of materials and laboratory work.
6. Paying all plan review costs and all cost of advertising in
connection with the project.
7. Providing legal, accounting and insurance counseling services
necessary for the project, legal review of the construction
contract documents and such auditing services as the City or
cooperating federal or state agencies may require.
8. Furnishing permits and approvals from all governmental authorities
having jurisdiction over the project and others as may be
necessary for completion of the project.
9. Giving prompt written notice to the Engineer whenever the City
observes or otherwise becomes aware of any defect in the project
or other event which may substantially alter the Engineer's
performance under this agreement.
10. In connection with the flow monitoring work, providing water usage
data by customer class for each minisystem on a monthly basis.
The data should reflect normal winter time average usage for each
minisystem as well as usage during the flow monitoring period.
11. All drawings, specifications and documents prepared by the
Engineer under this contract shall become the property of the
City, to be used by the City for construction purposes, upon payment
of the consideration due the Engineer hereunder. The Engineer may
retain reproducible copies of all documents for his files and
further use.
4.05
Trn
•
•
•
This agreement shall be binding upon the parties hereto, their partners,
heirs, successors, administrators and assigns; and neither party shall assign,
sublet or transfer his interest in this agreement without the prior written
consent of the other party hereto.
IN WITNESS WHEREOF, the City has caused these presents to tie executed in
its behalf by its duly authorized representatives, and the said Engineer by its
duly authorized representatives, and the parties hereto have set their hands
and seals on the date heretofore set out.
Attest:
Olivia Kelly, City Clerk
Attest:
Jacqueline S. Ross, Secretary
CITY OF FAYETTEVILLE, ARKANSAS
#41/
Paul R. Noland, Mayor
McGOODWIN, WILLIAMS AND YATES, INC.
L. Carl Yates, President
•
FArETTEVILLE, ARIlANSAS
P. 0. DRAWER F
Mr. Carl Yates
McGoodwin, Williams and Yates
909 Rolling Hills Drive
Fayetteville, Arkansas 72701
Dear Mr. Yates:
OFFICE OF CITY CLERK
72701
March 25, 1983
Enclosed is the resolution (No. 39-83), passed and approved by
the Board of Directors on March 22, 1983, along with a fully executed
copy of the agreement for engineering services to implement a sewer
system inflow correction demonstration project.
If I may be of any further assistance, please don't hesitate to
contact me.
Sincerely,
ate; >--ll4
Olivia Kelly
City Clerk
/oak
Enc.
1501] 521-7700
1-'
1
1
L."4
taert
1
SCANNED
'SPECIFICATIONS
SANITARY .'SEWER SYSTEM REHABILITATION
7
`3a=ANDT RECONSTRUCTION
- -
Wilk -SYSTEMS 2, 4--7:569-11 AND 16
gS 4V7 Ill • a I I :IC • CM;tC.-" 43° I °TH.
•
".
`FOR THE = CITY OF
wise
dr
1
1
FAYETTEVILLE , 'ARKANSAS R:
ra
1
16'.w.
PLANS NO. FY -116
'APRIL, 1983
McGOODWIN,. WILLIAMS, AND YATES, ..INC.
CONSULTING ENGINEERS
'FAYETTEVILLE. ARKANSAS
•
•
SPECIFICATIONS
SANITARY SEWER SYSTEM REHABILITATION
AND RECONSTRUCTION
MINI -SYSTEMS 2,4, 7, 8, 11, AND 16
FOR THE CITY OF
FAYETTEVILLE , ARKANSAS
PLANS NO. FY -116
APRIL, 1983
McGOODWIN,. WILLIAMS, AND YATES, INC.
CONSULTING ENGINEERS
FAYETTEVILLE, ARKANSAS
Advertisement
for Bids
Instructions to Bidders
Wage Rates
Proposal
Contract
TABLE OF CONTENTS
Performance Bond
Payment Bond
Section 009
Section 010-A
B
C
D
E
F
G
H
I
J
Section 011
Section 040
Section 050
Section 090
Section 095
Section 099
Section 100
K
L
M
N
General Conditions
Scope of the Work
Completion Date and Liquidated Damages
Sequence of the Work
Special Provisions of the Contract
Safety. and Health Regulations.
Quality of the Plans
Elevation Data
Lands and Rights of Way
Protecting and Replacing Utility Services
Traffic Control
Open Specifications
Notice to Proceed
Payment for Extra.Work
Continuing Responsibility of Contractor
General
Clearing Rights of Way, Cutting
and Repairing Fences
Storage and Handling of Materials
Bypass Pumping
Surface Removal
Replacement of Line Segments
Vitrified Clay Sewer Pipe and Vitrified Clay
Sewer Pipe Fittings
A General
B Materials
C Vitrified Clay Pipe Sewer Line Construction
i
Page No.
1-1
2-1
4-1
5-1
6-1
7-1
7-3
009-1
010-1
010-1
010-1
010-2
010-2
010-3
010L4.
010-4
010-4
010 4
010-4
010-7 •
010-7
010-7
011-1
040-1
050-1
090-1
095-1
099-1
100-1
100-1
100-2
1
1
1
1
1
1�
1
1
1
1
1
1
1
1
1
1
1
Page No.
Section 110 Ductile Iron Sewer Pipe and Ductile Iron
Sewer Pipe Fittings
A General 110-1
B Materials 110-1
C Ductile Iron Pipe Sewer Line Construction 110-2
Section 140 Acrylonitrile -Butadiene -Styrene (ABS)
Composite Sewer Pipe
Section 145
Section 146
A General 140-1
B Materials 140-1
C ABS Composite Pipe Sewer Line Construction 140-2
Manhole Rehabilitation
A General 145-1
B Classification of Manhole Rehabilitation 145-1
C Materials 145-1
D Construction 145-3
Placing Pipe Protection Cover and Backfill
A General 146-1
B Materials 146-1
C Construction 146-1
Section 150 Cast -In -Place Manholes
A General 150-1
B Materials 150-1
C Manhole Construction 150-1
Section 160 Classification of Excavated Materials 160-1
Section 180 Mandrel Test 180-1
Section,190 Low Pressure Air Testing for Sewer Lines 190-1
Section 300 Street Overlay.,Driving Surface, Sidewalk,
and Curb and Gutter
A General 300-1
B Materials 300-1
C Materials and Construction 300-1
D Construction 300-2
Section 500 Point Repairs
A General 500-1
B Classification of Point Repairs 500-1
C Materials
D Construction
Section 800 Concrete
Page No.
500-1
500-1
800-1
Section 810 Reinforcing Steel 810-1
Section 900 Pipeline Cleanup 900-1
Section 995 Final Inspection - 995-1
Section 1000 Methods of Measurement and Payment 1000-1
iii