Loading...
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