HomeMy WebLinkAbout71-90 RESOLUTION•
RESOLUTION NO. 7:-90
A RESOLUTION AUTHORIZING A CONTRACT BETWEEN
THE CITY OF FAYETTEVILLE, ARKANSAS AND
MOTOROLA C & E FOR THE WATER AND WASTEWATER
TELEMETRY (SCADA) EQUIPMENT AND APPROVING AN
BUDGET ADJUSTMENT IN THE AMOUNT OF $369,080.
RE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract between the City of
Fayetteville, Arkansas and Motorola C & E for water and wastewater
telemetry (SCADA) equipment. A copy of the contract authorized
for execution hereby is attached hereto marked Exhibit "A" and
made a part hereof.
Section 2. The Board of Directors hereby approves the
budget adjustment for the system in the amount $369,080.00. A
copy of the budget adjustment authorized for execution, hereby is
attached hereto marked Exhibit "B" and made a part hereof.
PASSED AND APPROVED this 1st day of May , 1990.
ATTEST:
By
APPROVED:
i
By: l Le "122,17. /11 7 .i
Mayor
•
CITY OF FAYETTEVILLE, ARKANSAS
IN -YEAR SUPPLEMENTAL BUDGET REQUEST
0I
Z
ACCOUNT INFORMATION
REQUIRING BOARD APPROVAL
DATE REQUESTED
0
1
to
ri
✓ '
ACCOUNT TITLE
Public Works
DEPARTMENT
Z
o a
ul C
•- e
�_ 0
CC
O 0.
BUDGET YEAR
• N
0 N
O U 0
•rl• l 00
u In In
• N w
U] Ulm men
Z I I
4 it In In
U JZ 1 1
ro ro F O O
J ) z r-
-1-%
it O In in
z
C CO
O O U O 00
U U0 arc
6 tri
0 0
00
r -I
O
r-
0 0 00
•
L'1 C
Mr
I r -I
to {n- yl
U
to N N
• N ›••
0 •d it
4 In
• 4• -1
▪ lI N
• H -H
--1
ai0
r fdd al o
.CNC
U lax
ro [ U
'0
• O N
•
ro +l •rl
'd it it N
0)a) 0)
O -rn0 N
d C E C
W 04:=1
y C LL `-'• 1
A N N r-1-1
,0 N .0 NI -I •r1
it y
O W Cil
en
11 N ° N
0." I 44
F3 MAIM
Oil U N 0 w
U Y W
ZO N 4 it O
1-4 rn ¢ 4-PAi�)
0Id V
N N 0
•rl 0 C N
cn •C 0 -rl 4
Services
Contract
PROJECT OR ITEM DELETED
ACCOUNT NUMBER
N
°
2
540-570-5-315.00
F
z
0
0
1
F, N
N N A N
it A
?i me)
U) r�-r1 r{
IT 14
0 •rI
C a 4-1
• r1 wo.04
N A ro o N
O m4 -o?
• rl N N 01
C f> N o 4)
44-
304-+N
o ma°0)
w rlN
W H • k C U
E 0 HI 0
N roil
ul •'dA
C +l
N Oro �Nr N
C O Ic en
F -04)-0
r -r1
1 to 3 0 A
ri •d co
to- O o
(n
a>113 ! 0
A U ro
Z N
U J.I N O
q N >1 N
in -
H A 0
C 44
c • lJ -rl•F A
O N e it
10 14 AG
Z C N U E
1-4
O itId O
(0 '0
3 N N C
A --1 N
H• '0 rox
en -el O U ro
=7 A-0 N4-1
BUDGET OFFICE USE ONLY
4 -3
0
a
1. THIS
day of May
Party of the
and
CONIRALT Atzi tFNDIT
CONTRACT »o AQRED EW, made and entered into this 24th
19gn, by and between the City of Fayetteville, Arkansas,
First Part, acting through it's duly authorized representative,
Motorola Communications &
Electronics, Inc.
1301 E. Algonquin Pd.
Schaumburg, IL 60:96
Party of the Second Parts
1N'INIESSETH:
That for and in consideration of the peTnents to be wade as hereinafter set
forth, the Party of the Second Part hereby agrees to furnish all tools,
labor, equipment, materials, and supplies rr Nixed to be furnished and to
construct the improvements designated as
Fayetteville Supervisory Control and Data Acauisition
SCADA System Water and Wastewa`er Telemetry
for the City of Fayetteville, Arkansas, in coact amordanoe with the Plans
on file at the Office of the City Engineer, and Specifications, P-^pcsals,
Stipulations, and Special Provisions attached hereto and made a pert hereof
as fully as though copied herein, wader the direction of and to the en ire
satisfaction of the Party of the First Part and is eacorder with the Isis
of the State of Arkansas.
2. It is further agreed and understood by a^d bet+'een the parties
hereunto that the Party of the First Part agrees to pay and the Party of the
Second Part agrees to accept as full and final ca enation for all work
done under this agreement, the Unit Prices and/or Lip Sm Price named in
* the Proposal which is hereto attached, such payment to be made in lawful
money of the United States, at the time and in the tanner set forth in the
Specifications.
3. The Party of the Second Part agrees, for the consideration
above expressed, to begin and complete the work vithin the time specified in
the Proposal. Time is expressly mode of the essence of this Contract If the
Party of the Second Part shall fail to complete the work in the time
specified he shall pay to the Party of the First Part, as liquidated
damages, ascertained and agreed, and not in the nature of a
* Alternative "C" of the attached Motorola Proposal dated March 23, 19,
is the :mutually agreed product and/or Service Contracted hereunder
for the amount of $560,089.00.
•
•
penalty, the amount specified in the Proposal for each day delayed, for each
Schedule delayed, which shall be deducted from the final amount to be paid
trader the Contract Drtensions of time may be granted with waiver of
liquidated damages as provided for in the Specifications.
4. The Party of the Second Part agrees to furnish a Bond, with an
approved Surety thereon, guaranteeing the performance of this Contract, as
required by the laws of the State of Arkansas, and for not less than one
hundred (M00) percent of the amount of this Contract Said Bond shall be
conditioned on full and complete performance of this Contract and acceptance
by the City of Fayetteville for the payment of all labor and materials
entering into or incident to the proposed improvements and shall guarantee
-sntee
the work against faulty workmanship or materials for a period of one (1)
year after completion. The Surety on said Bond shall be a Surety Cccmny of
financial resources satisfactory to the Party of the First Part, and
authorized to do business in the State of Arkansas
5. The Party of the second Part agrees also to carry Pubic Liability
I:su..an,.e, Property Dame Insurance, and Workman's Compensation Insurance
in amounts as required by these Specifications.
IMNES'S at MVOS THIS 241-.h DAY OF
WITSS \ 3 . . A n l --7m
Corporate Seal (if any)
CITY OF FAY
FAYE TE%
"lay
TIT.F
AMANS4S
, 1990
By . /i
thou
Motorola Communications &
E lectronics, Inc.
Contrastar
D enr�%= R. `/.:`.s (ViPresident
KezteadTitler
1301 F. Algonquin Rd.
Schaumburg, IL 6C196
Business Address
By
1,\17314)
"An Addendum to the Agreement effective May 24, 1990 is attached."
MOTOROL A
Commbnications and Electronics Inc.
Addendum
to
Contract Agreement
between
Motorola Communications and Electronics, Inc.
and
City of Fayetteville, Arkansas
This Addendum is in effect as of May 24, 1990 to modify and amplify the Contract
Agreement. if any term or condition of this Addendum is in conflict with those of the
Agreement, this Addendum shall prevail.
Motorola Communications and Electronics, Inc. (•'MOTOROLA") and the City of
Fayetteville ('PURCHASER") hereby agree to modify the Contract Agreement as follows:
1.) The word "incidental'' as it appears on the fifth line of the second paragraph
on page 21 of the bid specification is to be omitted.
ACCEI'1.1:D AND AGREED AS OF: ACCEPTED AND AGREED AS OF:
MOTOROLA PURCHASER
Motorola Communications & City of Fayetteville
Electronics, In.
By: 1 t'� By:
Name: Terrance W1 Jaron Name:
Title: Vice President and General Manager Title:
National Markets Division
Date: May 23 , 1990 Date: ( id_ 5 o
'.Ul: ?�qm :A.'•li.; v'au- Ir ry • I.e.. •
FROM ETC •ENGS-POLYSTRCTRS
aMe
•
•
MEI
PROPOSAL
5.22.1990 12'36 P. 2
Place Schaumburg, I11.
Date 23 March 1990
7
Proposal of -Motorola Communications and Electronics, Inc.
T
e corporation* organized and existing under the laws of the State of
Illinois , and qualified to do business in the State
of Arkansas; a Partnership* consisting of
an Individual* trading es
TO 7HE CITY OF FAYET7EYILLE. ARKANSAS:
The bidder in compliance with your invitation for bids for
the construction of Furnishing and Installing Supervisory
Control System and Data Acquisition System Tor Water Network
Waste Water Collection System, having examined the Plans and
Specifications with related documents and the site of the
proposed work, and being familiar with all the conditions
surrounding the work, including the availability of
materials and labor, hereby proposes to furnish all labor,
material, and supplies required to be furnished, and at the
prices stated below. These prices are to cover all expenses
incurred in performing the work required under the Contract
Documents, of which this proposal is a part.
Bidder hereby'egrees to commence work under this .ontract on a date to
be specified in a written "Work Order" of the Engineer. and to fully complete
the project within 230 _ consecutive calendar days.
Bidder acknowledges receipt of the following addenda:
Addendum 41
•
Addendum 42
•
• Fill out applicable blank
1
A
•
FROM ETC ENGS-POLYSTRCTRS
•
5.22.1990 12136
I7NIT EBIE ticcajv..e.
Project; Supervisory and Data Acquisition System
m Estimated Quantity, Uni£s
end Description
2. 1 Each
SCADA Software
Including Operating System
and all the Utility Programs
IIaLLEr ce Total
F<FTI -floc TMctsAPV)CI r HVNDZea S,sty
(Dollars)
1 Sa,5Go.oe
2. 1 Each
Master station iWEalry.FOUR Tk0CIA pp,Sty ,r,uNbecbfriy NINE
Computer, Monitor, Printer (Dollars)
Unintetruptable Power Supply
and, all necessary cables $ Z4,105, 00
3. 40 Hours
Additional Training
P. 3
s 4 Sto.co
Stymy Fovv .Lt At , SE1(ENTy Fve CENts -Ree 1 -lee
$ .75 Dollars)
4. 1 Each
Hot standby Computer, Monitor
Automatic Switch over
all necessary cables
S. 1 Each
Auxiliary Station Thurress ous a-- ,_11NoNme n Cary
Computer, Monitor, Printer (Dollars)
$ 13,24O,Do . $.„1 3 424-0 • ce
SiATEaN ToCSAND, NINtTEGN
$ 141140O
Dollars)
Uninterupptable Power Supply
and, all necessary cables
6. 2 Each
Monitoring Station
Computer, Monitor,
$ 2,990.0p
sib,o19.oO
Eic. r T+immswnm
Printer (Dollars)
$_8.121a oa _ $ 8,_L,+ moo
7. -1 Each
Yield Terminal ys'Traysaiub 1="c Nu be FcetV �MRes
(Dollars)
Otis 1-tomm.E Tr:aNW ONE
Lap Top Computer
with 2400 Baud Modem $3,543,141
8. 33 Each
Remote Teraina/ Unit (f2TU) NINE mrko0SAADI Ftt* (-lumber) 1`
all sensors, interfacing (Dollars)C°�TI'�D EACH
-.Firing, conduit. 5.9.442 C>7
J : .
r
$ 3 4 I, 570.Oo
FROM ETC ENGS-PCLYSTRCTRS
5.22.1990 12:37 P. 4
Project: Supervisory and Data Acquisition System
Item Estimated Quantity
lin_ and Descrittion ,Unit price
9. 1 Each
Master station NIMETNe,vsAau, NINE Hu,o .n Fisr!
Radio, Interface (Dollars)
to computer and
Antenna
10, 33 Each
Radio and all Required
20' Antenna, Mounting
Equipment
$ 9.950+00
Total
$ 9;95'0496
wiring CNs TNOcSAm ONE HONws NLurrI tOHE testi- .
(Dollars)
$ J091,0o-
11. 2 Each
Radio Repeater SEveNTcus4ND, 3q r Nukumzb C*& i YTwo EACH
Antenna, Mounting (Dollars)
quipment, Diagnostic
Software and Hardware $ 7136 2.00
12. 200 LF
Additional Antenna
"to tc.Liaaes, E10N7 Cewrb 'Pee nen-
(Dollars)
2.0,P
$, 39,300 ..09
$ 141764.00
$ 415.c
13. 1 Lump Sum
Local Area Networking +SINE T 0QJAND1 Finn #ummetb Ecom 1 sem
All Required Software (Dollars)
Hardware, Adaptors and Wiring
$ 9,Se3.Po
14. 1 Lump Sum
Additional Warranty
(Five Years)
klovoamStxrll-curTousau)FouitguNDeLDSevt&n q mac
(Dollars)
$ 14,4,47(.00
•
$, 9.5-23.c51
15. 1 Lump Sum
Bond, Mobilization and T,;cNr/ FavEThoesN,,TIEEE SuNDteb
Demobilization. (Dollars)
$ 231 3 o0. oo
TOTAL BASE BID
$144,4-11.o0
26-.3oo•oce
Slk HuNDCED }.i1NeZVt1*jHT'n fx3 tsDi root A m0zED Eistiv i *-tar
$ 4981425w
05
ITV
FROM ETC EhGS-POLYSTRCTRS
•
•
5.22.1998 12:37
P. 5
Project: Supervisory and Data Acquisition System
All bidders must complete the following schedule for the deductive
alternate. At its own discretion, the Owner may elect to reduce
quantity of bid item number fourteen (14) from the BASE BID. In this
event, the price schedule given below will be deducted from the TOTAL
BASE BID.
Reduce Quantity Item 14 of the Base Bid
to zero years of additional Warranty
TOTAL DEDUCTIVE ALTERNATE A R%HU5 out Num Srrf En- 0a. We 11ONPacV Sa taN ORE
$ - 144,411.c
NET BIb
(TOTAL BASE BID LESS TOTAL DEQJJCTlVE ALTERNATE)
Flu NugDeo 1nleTq FCURTscusAND, Moan Ft
$ S34,014,OD
FROM ETC ERGS-POLYSTRCTRS
5.22.1990 12130
P. 6
DE=TISALTERNATE B - Extended Warranty
Project: Supervisory and Data Acquisition System
All bidders must complete the following schedule for tha deductive
alternate. At its own discretion, the Owner may elect to reduce
quantity of bid item number fourteen (14) from the BASE BIb. In this
event, the price schedule given below will be deducted from the TOTAL
BASE BID.
Reduce Quantity Item 14 of the Base Bid
to zero years and provide additional three
years of Warranty
TOTAL DEDUCTIVE ALTERNATE B MINUS EibwrITki$gt"*No1:5A13bL 61GNT
NET BID
(TOTAL BASE DID LESS TOTAL DEDUCTIVE ALTERNATE)
Six llvMDni.A FIn nrritioSAub2 Fwk HuNz¢,Eb 5E4E01
S'evEN
$ 6 r s,41 7.00
FROM ETC ENGS-POLYSTRCTRS
•
5.22.1990 12138
P. 7
Project: Supervisory and Data Acquisition system
All bidders must complete the following schedule for the deductive
alternate. At its own discretion, the Owner may elect to reduce
quantity bid item number fourteen (14) from the BASE BID. In this
event, the price schedule given below will be deducted from the TOTAL
BASE BID,
Reduce quantity Item 14 of the Base Bid
to zero years and provide additional
one year Warranty.
TOTAL DEbucTIVE ALTERNATE C MMUS o.lg uut.inrub I Y••.Ew rt171wAub, nta /10111:1411
138,396.0o Nya�ty Sy
NET BID
(TOTAL BASE BID LESS TOTAL DEDUCTIVE ALTERNATE)
Fivt kmo RCD SoyT1<o17SAa, E'6t+ty J4'NE
S,sto,c89.00
•
a
•
NI
FROM ETC ERGS-POLYSTRCTRS
•
•
•
•
•• Unit Prices to be shown in
amount shown In words will govern.
The unfit prices shell include
overhead, profit. insurance. etc..
kinds called for.
5.22.1990 12'38 P. 8
words and figures. In case of discrerancy
all labor. materials. bailing. shoring.
_to cover the finished work of the sutra]
Bidder understands that the Owner reserves the right to reject any or
all bids and to waive any inforaulities in the bidding.
The Bidder agrees that this bid shall be good and ray not be withdrawn
for a period of sixty (70) calendar days after the scheduled closing time
fpr receiving bids.
•
Upon receipt of written notice of the acceptance of this bid, bidder will
execute the formal contract attached within ten (20) days and deliver the
Surety Bond or Bonds es required by Paregraph t of the General Conditions.
The bid security attached in the sum of 5% of Total Ambunt
is to become the property of the Owner in the event the contract and bond are
hot executed withfn the time above set forth. as liquidated dera:es for the
delay and additional expense to the Owner caused thereby.
...... t.
• �.�.r. I'1'/:1 .
%1 /
• 2.1 4 s.r; i- : f! bid Is by a corporation
' • `' �,
•,,,r,fi1111i 11 �\ •,.%
•
Respectfully Submitted:
4
Assistant Secretary
Motorola COmmuni rikt-i nnn AnA rl ret r9T1iCS, Ino
•
F-6% P'
ADDENDUM #3
SCADA PROJECT FAYETTEVJJj F, ARKANSAS
In response to the request of the contractor (attached), .tliis document shall serve as an
agreement between the Owner and the Contractor to enhance and .remedy the existing
flaws in' the SCADA system. Upon.signing,'this document shall become. part zoftthe
contract .and all provisions of the contract shall apply thereto:
The following items outline the necessary steps to complete the project:
Item .i: High traffic on system due to analog contention reporting
At the request of the contractor, the owner agrees to the reprograming of the field units
(RTU's) in such a manner that the majority of the manipulation takes place at the sides
rather than in the central computers. These changes shall include, tut not be.limited to,
the wetwell level, aid alarm reporting of the high and low.levels. The RTU.programing
shall be general and any customizing to a specific:ETU shall -be done over the central
computer. :The Contractor shall also incorporate miscellaneous changes requested by
the Owner which are pertinent to the RTU programing. The Miscellaneous Change
item are described below. (item 4)
This item will be perforated at no cost to the Owner. This item does not require a
change order.
Item 2: Repeater Configuration.
At the request of the Contractor, the Owner approves the relocation of one of the
repeaters tothe 450 feet tower which is located in the southeastern porion of the City of
Fayetteville, with the following conditions:
a_ The contractor will be fully responsible for the material and labor cosi
involved in the relocation of the repeater.
June 20, 1991 1 of 5
ADDENDUM #3
SCADA PROJECT FAYEI IEVILLE, ARKANSAS
In response to the request of the contractor (attached), this document shall serve as an
agreement between the Owner and the Contractor to enhance and remedy the existing
flaws in the SCADA system. Upon signing, this document shall become part of the
contract and all provisions of the contract shall apply thereto:
The following items outline the necessary steps to complete the project:
Item I: High traffic on system due to analog contention reporting
At the request of the contractor, the owner agrees to the reprograming of the field units
(RTU's) in such a manner that the majority of the manipulation takes place at the sites
rather than in the central computers. These changes shall include, but not be limited to,
the wetwell level, and alann reporting of the high and low levels. The RTU programing
shall be general and any customizing to a specific RTU shall be done over the central
computer. The Contractor shall also incorporate miscellaneous changes requested by
the Owner which are pertinent to the RTU programing. The Miscellaneous Change
item are described below. (item 4)
Thu item will be performed at no cost to the Owner. This item does not require a
change order.
Item 2. Repeater Configuration.
At the request of the Contractor, the Owner approves the relocation of one of the
repeaters to the 450 feet tower which is located in the southeastern portion of the City of
Fayetteville, with the following conditions:
a. The contractor will be fully responsible for the material and labor cost
involved in the relocation of the repeater.
June 20, 1991 1 of 5
b. Although the Contractor does not have to perfonn a radio survey from
the 450 feet tower to ensure full radio coverage of the entire system, the
Contractor is ultimately responsible for his claim of the full coverage.
c. The Contractor shall be responsible for all costs and paperwork involved
in the FCC relicensing at the new site.
d. The Contractor shall submit an official certificate guaranteeing the non-
interference with the existing 800 Mhz trunk system installed on the tower.
Furthermore, the Contractor shall not claim any malfunction of either
the SCADA system or 800 Mhz trunk due to the tower being utilized for
both purposes. However, if it is proven that any malfunction in either
systems is due to installation of the repeater on the 450 feet tower, the
Contractor shall absorb all the material and FCC licensing costs involved
in the repeater to an appropriate location.
e. The second repeater will be used as a control base for OMI, Inc and the
Maintenance Office stations.
This item will be at no cost to the Owner. Change order number one, attached to this
agreement, shows the no cost change.
Furthermore, according to the verbal agreement between the Engineer and the
Contractor, neither the existing setup nor the proposed setup will satisfy line item
number thirteen in the base bid. This item as described in the project book requires full
fledged networking of the computers on the SCADA system. Line item thirteen,
regarding local area networking, implicates there should be simultaneous updating of all
the computers if the system manager modifies the database on any one of the
computers. With the existing or the proposed setup the system manger has to modify the
database in all the computers, if any modification is needed. Change order number two
is associated with this matter.
June 20, 1991 2 of 5
•
Item 3: Frequency Shift due to High Temperatures.
The Owner approves installation of sun shields at the RTU sites to preclude direct
sunlight from striking the RTU cabinets. However, the Contractor shall submit a shop
drawing of the installation prior to the fabrication for the Engineer approval
This item will be at no cost to the City.
Item 4: Miscellaneous Changes.
The following concerns about the system shall be addressed while the above mentioned
modifications are in progress:
a. The Vibration Alann sensors do not work. The contractor shall either
change these sensors to a more suitable type of vibration measuring
device or demonstrate that they actually are capable of working in the
field. In the past few months experience has shown that in certain
instances the vibration alarm did not work even though the pumps were
vibrating excessively due to impeller stoppage. The contractor shall pay
special attention to this iten2 due to its importance in preventive
maintenance procedures.
b. The pressure switches utilized to measure discharge pressure frequently
plug up with debris from the flow media. The contractor shall address
this matter in such a way to either eliminate this problem or to reduce the
blockage. Furthermore, some of the sensors were installed in the field
lacking a clean out valve. These valves are necessary in performing
periodic cleaning of the pressure sensor.
June 20, 1991 3 of 5
4
•
c. Certain stations (Le. stations number six and twenty one) in the
wastewater .system are SCADA controlled stations. These stations have a
Local/Remote control switch installed at each site which requires the
operator to make a trip to the various stations to activate either of the
chosen options. The Contractor shall provide a relay to remotely perform
this task from the central computer.
d. The valve open/close indicator in station twenty one has not been
installed properly. Although the valve 'open" indication is valid, the
valve 'closed" indication does not necessarily mean that the valve is
indeed closed. The data base assumes that if the valve is not open then it
must be closed which very often may not be true because valve can be
partially open. The valve is equipped with valve open/close sensor, so
this problem can easily be resolved by transmitting these two signals.
•
e. The total run-time of pumps within the system goes only to 90.9 hours
and can only be reset manually. The contractor shall modify the
database to provide a maximum runtime of 9999 hours.
All the above mentioned changes will be on a no cost basis to the Owner.
TIME EXTENSION: The Owner accepts the Contractor's request on the ninety day
extension of the original contract time which shall start immediately upon the execution
of this document, and based upon the following conditions:
1. The system shall be thoroughly checked and all the above mentioned
changes shall be in effect at the end of the ninety day period.
2. The thirty day acceptance period shall start immediately after the ninety
day Time Extension period specifically mentioned above.
June 20, 1991 4 of 5
•
The Owner has agreed not to charge the Contractor liquidated damages during the
ninety day project time extension. However, if the system is not fully functional and all
the above mentioned changes are not in effect at the end of this period, the charges for
this ninety day period will be added to the current amount of liquidated damage.
APPROVED BY:
Lyle (IA
Consulting Engineer
DATE:
APPROVED BY: : ' ` (� j DATE:
/ 2c (P/1
APPROVED BY. ea� u(f e DATE: -7-3 - S
Contractor (Mo orola, Inc.)
E )i etc
June 20, 1991 5 of 5
•
CONTRACT CHANGE ORDER
THIS DOCUMENT SHALL BECOME AN AMENDMENT TO THE CONTRACT AND ALL
PROVISION OF THE CONTRACT SHALL APPLY THERETO:
OWNER: City nb Fayetteville
113 WoA.t Mountain Dni ve CHANGE ORDER NO: 1
Fayetteville, AR 72701
ARCHITECT/ENGINEER PROJECT: waate E teaetewaten Telemetry
ETC ENGINEERS, INC.
1510 South Broadway
Little Rock, AR 72202
PROJECT NO:
CONTRACTOR: DATE• 6/70/91
Motorola Communicat.con 1; Electnon.ica
cchqumhuty, 7!
CONTRACT DATE: 3/23/90
• THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES IN THIS CONTRACT:
•
Item
No.
Description of Change
Quantity
Unit EA.
Unit Price
in
Decrease
Contract
Increase
in
Contract
1
Item #11 £n the bane
bid - reduce numbers oli
nepeatens 64om two ea.
1
,each
$7,382.00
$7,382.00
to one each
2
Item #11 - telocation
og the repeater as
de'cn<bed .in addendum
N3, .item #2
lump
hum
$7,382.00
$7,382.00
Total (INCREASE)-(DECREASE)(UNCHANGED)
Not valid until signed by Owner and Architect/Engineer.
0.00
The original (contract sum) was
Net change by previously authorized change order
The (contract sum) prior to this change order was
$
$
The (contract sum) will be (INC-REAJED)(DEGREASED)(UNCHANGED)
by this order $
5A0,089.00
0.00
{b0»"k9 O,t
0.00
The new (contract sum) including this change order will be $
560.084.00
The contract time will be (INCREASED)(DE-GREAS€D)({JNEHA{ScD) by (9G ) calendar days.
Contingent upon cond<tionh deAcn.ibed in addendum 43
AUTHORIZED:
ENGINEER: A�� Date: 6 ^r. Oa I
CONTRACTOR: ii.aat". Date: 7 —3 — 9 /
OWNERS REPRESENTATIVE. ,� Date: //f
•
el Igo a 1. •
, 4
•
CONTRACT CHANGE ORDER
THIS DOCUMENT SHALL BECOME AN AMENDMENT TO THE CONTRACT AND ALL
PROVISION OF THE CONTRACT SHALL APPLY THERETO:
OWNER: City o,( Fayetteville
113 W. Mountain Wive
FayettevitLe, A'haneae 72701
ARCHITECT/ENGINEER
CHANGE ORDER NO: 2
PROJECT:watea/Wahtcwateh Teeemetay
ETC ENGINEERS, INC.
1510 South Broadway PROJECT NO:
Little Rock, AR 72202
CONTRACTOR. DATE 6/20/91
Mntnnnla Communication £
Flortacnir ,
Crhaumhu4y- 1!
CONTRACT DATE 3/23/90
THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES IN THIS CONTRACT:
Total (INOREASE) (DECREASE) (UNGHANGED)
Not valid until signed by Owner and Architect/Engineer.
$9,;83 00
The original (contract sum) was
Net change by previously authorized change order
The (contract sum) prior to this change order was
$
560,098.00
0.00
560,098.00
The (contract sum) will be (INCREASED)(DECREASED)(UNCHANGED)
by this order $
9,583.00
The new (contract sum) including this change order will be $ 550,515.00
The contract time will be (INCREASED)(DECREASED)(UNCHANGED) by ( ) calendar days.
AUTHORIZED:
1
ENGINEER: a !_ f7, ,-/
Date: �- . 1i1//
1
'�-- Date: 7-3 - 9/
OWNERS REPRESENTATIVE: '
//
/Z./%ece
Item
No.
Description of Change
Quantity
Unit EA.
Unit Price
Decrease
in
Contract
Increase
in
Contract
1
Eliminate item 1+13
in baee bid
1
, tamp
'sum
$9,583.00
$9,583.00
Total (INOREASE) (DECREASE) (UNGHANGED)
Not valid until signed by Owner and Architect/Engineer.
$9,;83 00
The original (contract sum) was
Net change by previously authorized change order
The (contract sum) prior to this change order was
$
560,098.00
0.00
560,098.00
The (contract sum) will be (INCREASED)(DECREASED)(UNCHANGED)
by this order $
9,583.00
The new (contract sum) including this change order will be $ 550,515.00
The contract time will be (INCREASED)(DECREASED)(UNCHANGED) by ( ) calendar days.
AUTHORIZED:
1
ENGINEER: a !_ f7, ,-/
Date: �- . 1i1//
1
'�-- Date: 7-3 - 9/
OWNERS REPRESENTATIVE: '
//
/Z./%ece
September 18, 1990
Mr. Hamid Joodi, Project Engineer
Environmental Technical Consultants, Inc.
1510 South Broadway
Little Rock, AR 72201
(501) 375-1786
RE: Fayetteville Permanent Flow Monitoring Project
C-AR-4.4-SVC
ADS Job #5577
Dear Mr. Joodi:
Enclosed are copies of the Acceptance Statement concerning the 1
year warranty and the 5 year additional warranty period. Please
note that one of these must be signed and returned to ADS as
official acknowledgement of the start of the warranty period.
Kelly Howard, Client Service Representative, will be the City of
Fayetteville's contact person during the Warranty Period. The
Electronic Repair Service Technician will be Robert McKendrick.
Kelly, Robert along with myself can be contacted at (205) 430-0220
extension 359, 458 and 401 respectively.
It has been a pleasure working with you on this program. Thank you
for all the help and assistance you provided Scott Alie and the
Field Crews on this project. Should you have any questions or
comments, please feel free to contact me.
Sincerely,
ADS Environmental Services, Inc.
Jay Hereford II ✓
Vice President, Operations
Southeast Region
xc: J. Garry Wood, ADS
Susan McCafferty, ADS
Scott Alie, ADS
Jim Rhodes, Trigon Engineering
Don Cochran, City of Fayetteville
ACCEPTANCE STATEMENT
City of Fayetteville, Arkansas
Fayetteville, Arkansas - Permanent Flow Monitoring System
ADS File #C -AR -4.4-901:.
The flow monitoring system is now complete for the Thirty (30) sites. These sites are more
fully described on the attached sheet. The undersigned hereby concur that the sites are
complete and that the one (1) year warranty shall become effective September 19, 1990 and
continue through September 18, 1991 and the additional five (5) year warranty shall become
effective September 19, 1991 and continue through September 18, 1996.
Typed Name and Titre
S E ronmental Services, Inc.
Jay Hereford II. Vice President
Typed Name and 'Title
J Trigon Engineering Company
Jim Rhodes, Vice President
Typed Name and Title
r
ADS ENVIRONMENTAL SERVICES, INC.
STATEMENT OF 1 YEAR WARRANTY
Flow Monitoring Equipment
Site
Monitor# Location
Phone
Number
1A
3819
On Leverett bet. Melmar & Poplar
(501)
443-0154
2A
3818
Intersection of 7th & Church
(501)
443-0363
2B
3820
327 Combs
(501)
443-0630
3B
3821
East of Willis at Berry
(501)
443-5742
4B
3822
S. of 3885 N. Shiloh Dr.
(501)
443-9103
4D
3823
W. of Old Missouri Rd.
(501)
443-0741
5A
3824
917 Cato Springs Rd.
(501)
443-0926
6A
3825
923 Cato Springs Rd.
(501)
443-1336
7A
3826
Lonnie St. bet. Wedington & Ora
(501)
443-9245
8A
3827
26C5 Azalea (backyard)
(501)
443-9324
8B
3829
N. of Township & Terry Rd.
(501)
443-9453
8C
3828
Bet. 1141 and 1145 Overcrest
(501)
443-9916
9A
3830
2329 Huntsville (Hwy 16 E.)
(501)
443-1576
9B
3831
W. of Church at Wyman & Hwy. 265
(501)
443-9632
11A
3850
Appleby, East of Springbrook Pk.
(501)
443-1629
11D
3837
2620 Gregg St. (in field)
(501)
443-9834
12A
3836
618 Frisco
(501)
443-1762
12C
3832
W. of College on Trenton Blvd.
(501)
443-9826
13B
3838
Garland, (S. of student bldg.)
(501)
443-7259
13C
3839
6th & Razorback (U of A property)
(501)
443-7866
14A
3840
Pettigrew & Stirman intersection
(501)
443-1809
15A
3849
Happy Hollow Rd. S. of Hwy 16
(501)
443-9927
15B
3841
1500 15th St.
(501)
443-9913
16A
3842
2031 Green Acres Rd.
(501)
443-2380
17A
3843
2706 Golden Oaks Dr.
(501)
443-2738
17D
3844
1617 Ramsey in street
(501)
443-5005
18A
3845
Bet. 7th & 9th in parking lot
(501)
443-5478
18B
3846
Center & University
(501)
443-5563
19A
3847
7th & 13th at Block St.
(501)
443-9914
20A
3848
Greenland Elem. (NE corner)
(501)
443-9049
Computer Equipment
COMPAQ Deskprc 286
COMPAQ 14" Color Video Monitor (VGA)
Epson LQ-2550 Printer
Hewlett-Packard 7550A Plotter
Zenith 286-E Laptop Computer
Serial if 4909AN.3BC138
Serial # 92414544A969
Serial if CHA1018834
Serial # 2936A43C24
Serial # 007DECC2632
STATEMENT OF 5 YEAR ADDITIONAL WARRANTY
ADS ENVIRONMENTAL SERVICES, INC.
This Warranty Statement Agreement defines the services offered
and the terms and conditions relating thereto with respect to the
Agreement entered into by and between ADS ENVIRONMENTAL SERVICES,
INC (ADS) and the CITY OF FAYETTEVILLE, (CITY), dated September 17,
1990.
Products
1. ADS will provide all service under the terms
Serviced
and conditions specified in this Agreement for
By ADS:
equipment listed in the Schedule of Equipment
(Appendix A).
Services
2. ADS will perform the following services on
Performed
equipment it services:
By ADS:
Repair
a. Repair services necessary to keep the
equipment operating. These services will
be performed at the ADS service facilities
in Huntsville, Alabama or other service
locations.
Repair Time
b. ADS will repair all equipment within 48
hours from time received at its repair
facility.
Service
c. ADS will provide a Statement of Repair
Statement
Service report for work performed.
Software
d. ADS will warranty the software as
Warranty
specified in the ADS Quadrascan Software
License Agreement.
Services
3. CITY agrees to perform the following functions
Performed By
in connection with this Agreement. CITY
CITY
agrees that certain activities must be
performed prior to ADS having any obligation
to perform services enumerated in Paragraph 2
hereof.
Notification a. To notify ADS of an equipment malfunction
within five (5) working days by phone or
in writing.
Removal b. When equipment malfunction occurs, the
CITY will remove the unit, package the
unit, then ship to a service destination
designated by ADS. CITY agrees to pay
shipping charges to and from the service
destination.
Reinstallation c. Upon receipt of the repaired unit, to re-
install it in the appropriate site and
notify the ADS customer representative.
Electronic Access d. To allow ADS
electronically
diagnostic te!
functions in
preventative
checkout.
to address the system
for purposes of running
;ts and performing other
the course of its
maintenance test and
Interface e. To make no changes in the equipment or
software that would preclude ADS from
being able to interface via telephone with
CITY's equipment unless agreed to by ADS
in writing.
Assistance f. To provide one (1) field crew consisting
of two (2) employees and transportation
for that crew when necessary to assist ADS
during performance of remote diagnostic
tests for repair service.
Monthly 4. The following equipment and services shall be
Service excluded from this Agreement:
Exclusions:
a. Communications line work external to the
equipment.
b. Changes or alterations in specifications
after system acceptance September 19,
1990.
C. Furnishing batteries, painting or
refinishing or furnishing materials
therefore.
d. Repairs made necessary by accident of the
CITY, its employees, agents, contractors
or invitees.
e. Repairs made necessary due to events
beyond ADS control (i.e. acts of God).
f. Service during holidays and non -business
hours (any time other than Monday through
Friday from 8:00 to 5:00 p.n.). Should
a unit fail during non -business hours,
the unit nay be shipped and the ADS
customer representative notified on the
next regular business day. Repair service
during a holiday period shall be at a time
and material rate agreed to otherwise in
writing.
g. Sending a field technician to the site.
If CITY requests this type of service,
charges will be based on a time and
materials rate.
Service 5. This Agreement shall be for a five (5) year
Contract term beginning September 19, 1991. Renewal of
Terms the Agreement will be at the current ADS
published price. ADS will notify CITY of the
current ADS published price 60 days prior to
the expiration of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement.
CITY
BY:
Title
TRIGON ENGINEERINC COMPANY
BY:
Title:
ADS ENVIRONMENTAL SERVICES, INC.
BY: ` iYL ; __
Title: £Kt4. I \jc€ wt fL "a
ADS ENVIRONMENTAL SERVICES, INC.
STATEMENT OF 5 YEAR ADDITIONAL WARRANTY
Appendix A
Schedule of Equipment
Site Monitor# Location Phone Number
1A
3819
On Leverett bet. Melmar & Poplar
(501)
443-0154
2A
3818
Intersection of 7th & Church
(501)
443-0363
2B
3820
327 Combs
(501)
443-0630
3B
3821
East of Willis at Berry
(501)
443-5742
4B
3822
S. of 3885 N. Shiloh Dr.
(501)
443-9103
4D
3823
W. of Old Missouri Rd.
(501)
443-0741
5A
3824
917 Cato Springs Rd.
(501)
443-0926
6A
3825
923 Cato Springs Rd.
(501)
443-1336
7A
3826
Lonnie St. bet. Wedington & Ora
(501)
443-9245
8A
3827
2605 Azalea (backyard)
(501)
443-9324
8B
3829
N. of Township & Terry Rd.
(501)
443-9453
Sc
3828
Bet. 1141 and 1145 Overcrest
(501)
443-9916
9A
3830
2329 Huntsville (Hwy 16 E.)
(501)
443-1576
9B
3831
W. of Church at Wyman & Hwy. 265
(501)
443-9632
11A
3850
Appleby, East of Springbrook Pk.
(501)
443-1629
11D
3837
2620 Gregg St. (in field)
(501)
443-9834
12A
3836
618 Frisco
(501)
443-1762
12C
3832
W. of College on Trenton Blvd.
(501)
443-9826
13B
3838
Garland, (S. of student bldg.)
(501)
443-7259
13C
3839
6th & Razorback (U of A property)
(501)
443-7866
14A
3840
Pettigrew & Stirman intersection
(501)
443-1809
15A
3849
Happy Hollow Rd. S. of Hwy 16
(501)
443-9927
15B
3841
1500 15th St.
(501)
443-9913
16A
3842
2031 Green Acres Rd.
(501)
443-2380
17A
3843
2706 Golden Oaks Dr.
(501)
443-2738
17D
3844
1617 Ramsey in street
(501)
443-5005
18A
3845
Bet. 7th & 9th in parking lot
(501)
443-5478
18B
3846
Center & University
(501)
443-5563
19A
3847
7th & 13th at Block St.
(501)
443-9914
20A
3848
Greenland Elem. (NE corner)
(501)
443-9049
COMPAQ Deskpro 286
Serial
#
4909AM3B0138
COMPAQ 14" Color Video Monitor (VGA)
Serial
#
92414544A969
Epson LQ-2550 Printer
Serial
#
OHA1018834
Hewlett-Packard 7550A Plotter
Serial
#
2936A43024
Zenith 286-E Laptop Computer
Serial
#
007DE002632
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
J
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
PROJECT BOOK
(PLANS AND SPECIFICATIONS)
FOR
FAYETTEVILLE SUPERVISORY
CONTROL AND DATA
ACQUISITION (SCADA) SYSTEM
WATER & WASTEWATER TELEMETRY
FEBRUARY 1990
ETC ENGINEERS, INC.
Consulting Engineers & Scientists
1510 South Broadway
Little Rock, Arkansas 72202
I
I
I
n
I
I
I
I
I
I
I
I
I
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
PROJECT BOOK
PLANS AND SPECIFICATIONS
FOR
SUPERVISORY CONTROL
AND
DATA ACQUISITION
SYSTEM (SCADA)
WATER AND WASTEWATER TELEMETRY
FEBRUARY 1990
Prepared by:
ETC ENGINEERS, INC.
Consulting Engineers & Scientists
1510 South Broadway
Little Rock, Arkansas 72202
I
I
I
I
I
L
I
I
I-1. Drawings and Specifications 1-1
1 I-2. Extent of Work 1-2
I-3. Planning and Execution of the Work 1-2
I-4. Lands and Right -Of -Way 1-3
I-5. Environmental Aspects 1-3
I-6. Equipment Furnished by Owner 1-3
I-7. Progress Schedule 1-3
I-8. Preconstruction Conference 1-4
• I-9. Copies of Drawings and Specifications 1-4
• I-10. Submission Requirements 1-4
I-11. Codes and Standards 1-5
' I-12. Protection of Materials and Equipment 1-5
I-13. Written Notices 1-5
I-14. As -Built Drawings 1-5
I-15. OSHA Compliance 1-6
I-16. Acceptance Test 1-6
INDEX
ADVERTISEMENT FOR BIDS
BID BOND
PROPOSAL
ARKANSAS PERFORMANCE AND PAYMENT BOND
CONTRACT AGREEMENT
INSTRUCTION TO BIDDERS
GENERAL CONDITIONS OF THE SPECIFICATIONS
DETAILED SPECIFICATION
PART I - CONTRACT STIPULATION
PART II - INSTALLATION SPECIFICATIONS
II -1. Planning and Execution of the Work 2-1
1 II -2. SCADA Equipment Installation 2-1
II -3. Terminal Work Station Installation 2-1
II -4. Cutting and Replacing Special Surfaces 2-2
1 II -5. Crossing Fences 2-3
II -6. Crossing and Paralleling Existing Utilities 2-3
II -7. Crossing and Paralleling Buried Telephone
Cables 2-4
1I-8. Clearing For Installation 2-4
• II -9. Concrete Encasement for Conduit 2-5
I
INDEX (Cont.)
PART III - SPECIFICATION FOR SCADA SYSTEM
III -1. General 3-1
III -2. Master Station 3-1
1. Computer 3-1
2. Random Access Memory 3-1
3. Uninterrupatable Power Supply 3-1
4. Mass Memory 3-2
'
5. Floppy Drives 3-2
6. Operator's Console 3-2
7. Printers 3-2
'• III -3. Auxiliary Station 3-3
1. Computer 3-3
2. Random Access Memory 3-3
' 3. Uninterruptable Power Supply 3-3
4. Mass Memory 3-3
5. Floppy Drive 3-3
6. Operator's Console 3-3
'• III -4. Monitoring Station 3-4
1. Computer 3-4
2. Mass Memory 3-4
' 3. CRT 3-4
III -5. Software 3-5
1. Monitoring 3-5
2. Control 3-5
3. Display 3-6
4. Alarms 3-6
5. Calculations 3-6
' 6. Computer Security Access 3-6
7. Data Base Operational Specifications 3-7
8. Data Base Operational Specifications 3-7
' 9. PC -DOS Application Programs 3-7
10. Statistics Package 3-8
III -6. System Features 3-8
1. Multi -Task System 3-8
'
2. Data Collection and Data Base
Operation 3-8
3. Data Management Features 3-9
III -7. Remote Terminal Unit 3-9
• III -8. Transducers 3-10
III -9. Radio 3-10
' 1. General 3-10
2. Master Station Radio/Repeater 3-11
3. Remote Station Radio 3-13
4. Radio Antennas 3-14
'
5. Transmission Cable 3-15
III -10 Lightning Arrestors: 3-15
I
INDEX (Cant.)
5. Transmission Cable 3-14
III -11 Lightning Arrestors: 3-15
PART IV - MEASUREMENT AND PAYMENT FOR WORK 4-1
IV -1. Intent of This Part of the Specifications 4-1
IV -2. Measurement and Payment For Work 4-1
DESCRIPTION OF WATER AND WASTEWATER SYSTEM
PROPOSAL DRAWINGS
GENERAL LOCATIONS OF WATER PUMP STATIONS, TANK
LOCATIONS AND WASTEWATER LIFT STATIONS
1A
MASTER STATION LOCATION (OPERATION AND MAINTENANCE),
AUXILIARY STATION LOCATION (OMI, Inc.) AND THE
MONITORING STATION LOCATION (THE CITY HALL)
lA
PROPOSED REPEATER SITES
lA
WATER STORAGE TANKS
2A
WASTEWATER LIFT STATIONS PLANS (lB - 29B)
W1
lB
W2
2B
W3
3B
W4
4B
W6
6B
W7
7B
W9
9B
W10
lOB
WW1
11B
WW2
12B
WW3
13B
WW4
14B
WW5
15B
WW6
16B
WW7
17B
WW8
18B
WW9
19B
WW10
20B
WW11
21B
WW12
22B
WW13
23B
WW14
24B
WW15
25B
WW16
26B
[I
I
INDEX (Cont.)
1
WW17 27B
WW18 28B
WW19 29B
WW20 30B
IPROPOSED TELEMETRY SYSTEM 1C
I
I
I
I
I
El
El
I
I
PRELIMINARY RADIO PATH STUDY
I
I
[I
I
I
I
I
Ti
I
H
I
I
City of Fayetteville
Advertisement for Bid #906
Notice is hereby give that the City of Fayetteville, hereinfafter called the Owner, will receive sealed bids
from pre -qualified candidates at the Purchasing Agents Office, City Administration Building, 113 W.
Mountain St., Fayetteville, Arkansas 72701 until 2 p.m.. on March 23, 1990, for the furnishing of all
tools, materials, labor, and equipment, and performing the necessary work to be done to complete
Supervisory Control And Data Acquisition System, consisting of 22 wastewater lift stations, five ater
tanks, five water pump stations, monitoring, auxilary, and master work stations.
Each hid must be accompanied by a surety bond in the amount equal to five percent (5%) of the whole
bid, said bond to be issued by a surety company licensed to do business in the State of Arkansas, said
bond to be retained as liquidated damages in case successful bidder fails, neglects or refuses to enter
into the contract for the constrpuction of said works, and furnish the necessary bonds within ten (10)
days from and after the date the award is made.
All envelopes containing the bid document must be sealed and designated as Supervisory Control And
Data Acquisition System (SCADA), Water and Wastewater Data Telemetry.
Attention is called to the fact that not less than the minimum salaries and wages as set forth in the
Contract Documents must be paid on this project, and the Contractor must ensure that employees and
applicants for employment are not discriminated against because of their race, color, religion, sex, or
national origin.
The Owner reserves the right to reject any or all bids, and to waive any formalities deemed to be in its
best interest.
Bids may be held by the City for a period not to exceed thirty (30) days from the date of the opening of
bids for the purpose of reviewing the bids and investigating the qualifications of Bidders, prior to
awarding of the contract.
The
City of Fayetteville does not discriminate
based on race, religion, aced, color or national
origin
and
encourages participation by minorities and
female -owned and operated businesses
and local
firms.
The attention of all bidders is called to the fact that if this contract exceeds $20,000 they must be
licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature, as amended, and that
this project may have to be scaled down to match budgeted funds, specifically in regard to the number
of installed permanent flow monitoring stations. Owner reserves the right to deduce the number of
I
I
installed flow monitoring stations and deduct the cost of each eliminated flow monitoring station from
the contract sum at the proposal unit cost for each.
CITY OF FAYETTEVILLE, ARKANSAS
I Date:
I
I
Purchasing Officer
Peggy Bates
I To:
I
I
I
I
L
11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Ii
I
I
I
I
I
t . _. j.
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
and firmly bound unto
in the penal sum of
$ Principal, and
as Surety, are hereby held
$ Owner
for the payment of which, well and truly to be made, we hereby jointly
and severally bind ourselves, our heirs, executors, ad-'inistrators,
successors and assigns. Signed this
19
day of
The condition of the above obligation is such that whereas the Principal
has submitted to
certain bid, attached hereto and hereby made a part hereof to enter into a
contract in writing, for the
NOW THEREFORE,
(a) If said Bid shall be rejected, or in the alternate.
(b) If said Bid shall be accepted and the Principal shall execute
and deliver a contract in the Form of Contract attached hereto
(properly completed in accordance with said Bid) and shall
furnish a bond for his faithful perfor-z nce of said contract,
and for the payment of all persons perforning labor or
furnishing materials in connection therewith, and shall in
all other respects perform the agreerant created by the
acceptance of said Bid.
then this obligation shall be void, otherwise the same shall remain in
force and effect; it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall, in no
event, exceed the penal amount of the obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that
the obligations of said Surety and its bond shall be in no way impaired
or affected by any extension of the time within which the Owner may
accept such Bid; and said Surety does hereby waive notice of any such
extension.
F1
Ii
2
I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
IN WITNESS WEEREOF, the Principal and the Surety have hereunto
set their hands and seals, and such of then as are corporations have
caused their corporate seals to be hereto affixed and these presents
to be signed by their proper officers, the day and year first set
forth above.
Principal
Surety
BY
3
I
I
I
I
I
I
Proposal of
PROPOSAL
Place Schaumburg, Ill.
Date 23 March 1990
Motorola Communications and Electronics, Inc.
a corporation* organized and existing under the laws of the State of
Illinois , and qualified to do business in the State
Iof Arkansas; a Partnership* consisting of
I
I
I
I
IT
L
I
an Individual* trading as
TO THE CITY OF FAYETTEVILLE, ARKANSAS:
The bidder in compliance with your invitation for bids for
the construction of Furnishing and Installing Supervisory
Control System and Data Acquisition System For Water Network
Waste Water Collection System, having examined the Plans and
Specifications with related documents and the site of the
proposed work, and being familiar with all the conditions
surrounding the work, including the availability of
materials and labor, hereby proposes to furnish all labor,
material, and supplies required to be furnished, and at the
prices stated below. These prices are to cover all expenses
incurred in performing the work required under the Contract
Documents, of which this proposal is a part.
Bidder hereby agrees to comrence work under this contract on a date to
be specified in a written "Work Order" of the Engineer, and to fully complete
the project within 130 consecutive calendar days.
Bidder acknowledges receipt of the following addenda:
Addendum 41
Addendum 42
' * Fill out applicable blank
I
I
I
I
UNIT PRICE SCHEDULE
Project: Supervisory and Data Acquisition System
' Item Estimated Quantity, Units
No. and Description Unit Price Total
' 1. 1 Each
SCADA Software QTY Fc�a He-, Five NJ•Dzcn S,xTv
' Including Operating System (Dollars)
and all the Utility Programs
$ 5456X'•cc $54,sbC_&0
' 2. 1 Each
Master Station TL.:e.tJTY FctiTNLctAND, S,x.Hu,.1ba b FiFTy NINE
Computer, Monitor, Printer (Dollars)
' Uninterruptable Power Supply
and, all necessary cables $_.4h,69.Ct $ ,2y,65y.cuw
3. 40 Hours
' Additional Training 5EVEN:V FAFMC-J.1Azs5r=vtvT�! Five ('FNT5'F e Hc, z
(Dollars)
$ 74.75 $ L9')o.ct
' 4. 1 Each
Hot Standby Computer, Monitor StAT__M iuisAMD, NINETEEN
Automatic Switch over (Dollars)
all necessary cables $ IE.,CI9.GG $ I(o,G19.Go
5. 1 Each
' Auxiliary Station THIY,TE.EMT,4t9iNu,-(wc' liuNnerD Fcery
Computer, Monitor, Printer (Dollars)
Uninterupptable Power Supply
' and, all necessary cables $ 13,24G.t•CC $ 13124O.cr;
6. 1 Each
Monitoring Station E,(xr1T T.4D4•5HNb, GN6 HUNDRED Tb cNTV GNE
Computer, Monitor, Printer (Dollars)
$ F5,12I.C+C $„121.GU
' 7. 1 Each
Field Terminal TneEE tw,sAPD. FvE Hus020' I-tay' 1NP.E
Lap Top Computer (Dollars)
' with 2400 Baud Modem $ 31543c& $ 3,543.o
8. 33 Each
Remote Terminal Unit (RTU) NINE Icu s.D. Foig HUNDfa K-mTY Tux EACH
all sensors, interfacing (Dollars)
wiring, conduit. $ 9,442 Uo $ 311, 570, 0
I
Project: Supervisory and Data Acquisition System
• Item Estimated Quantity
No. and Description Unit Price Total
9. 1 Each
Master Station NI.IE Ttu.i r,A Nb, Nl,to HukbRCD FlFr'l
' Radio, Interface (Dollars)
to computer and
Antenna $ 9,95c•cio $_ 9.950.x=
10. 33 Each
Radio and all Required wiring CND tj, LS&ND I CNE NeNDCED NIUETY CNE EAc N
20' Antenna, Mounting (Dollars)
' Equipment $ 1, 191 , cc $ 3`____cr
11. 2 Each
Radio Repeater SEV&N 1HCUsaNb, IHRZC HuNDrZED {1(eHTY Iv c E1. n
Antenna, Mounting (Dollars)
Equipment, Diagnostic
' Software and Hardware $_ 713E L.on $I4,764,CC.
12. 200 LF
Additional Antenna Twt DcLLAes, E16Hr CUN-F`) Pee «.r
' (Dollars)
$ 2. c8 $ 415.cx:
' 13. 1 Lump Sum LL T
Local Area Networking NINE THCC6AND, F v HUNDEED C1(a14 r1 i HRCE
All Required Software (Dollars)
Hardware, Adaptors and Wiring
$ 9.S'Eg. cX• $ 9,PnZ
14. 1 Lump Sum �
'• Additional Warranty ( C HVNDREDS1xrY F,:z T)la•SHRt,F c? NLNDi'c1)SttliK1Y ('Mr
(Five Years) (Dollars)
$ 164,471•c.c. $ I44,47i.cr,
' 15. 1 Lump Sum
Bond, Mobilization and IwENT' FivE ict≤j*b, �Npn %AuiDrrt,
Demobilization. (Dollars)
$ 2.5, 3co. no $ 25;3cc„(•c•
TOTAL BASE BID S:x "ctjD2ED NItEZr %i&t4TTfl00Akb.Pcc_t\a1nP D E'6HTY riha
$ tc9g,485.cc
I
L
L
L
I
I
L
L
L
L
I
L
L
I
I
I
I
L
DEDUCTIVE ALTERNATE A - Extended Warranty
Project: Supervisory and Data Acquisition System
All bidders must complete the following schedule for the deductive
alternate. At its own discretion, the Owner may elect to reduce
quantity of bid item number fourteen (14) from the BASE BID. In this
event, the price schedule given below will be deducted from the TOTAL
BASE BID.
Reduce Quantity Item 14 of the Base Bid
to zero years of additional Warranty
TOTAL DEDUCTIVE ALTERNATE A M9NUS CNt IUNDRah Ski Y Iu:a INCL'sAt.D, ri—u 2 FII7NDlED SE1J&NTV Lbt E
$_— t4,4,47i.00
NET BID
(TOTAL BASE BID LESS TOTAL DEDUCTIVE ALTERNATE)
I lv RuMDMD T„itT4 FcLaTt&CC'5NVJ, Fcc?flEN
$ 5341014,00
it
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DEDUCTIVE ALTERNATE B - Extended Warranty
Project: Supervisory and Data Acquisition System
All bidders must complete the following schedule for the deductive
alternate. At its own discretion, the Owner may elect to reduce
quantity of bid item number fourteen (14) from the BASE BID. In this
event, the price schedule given below will be deducted from the TOTAL
BASE BID.
Reduce Quantity Item 14 of the Base Bid
to zero years and provide additional three
years of Warranty
TOTAL DEDUCTIVE ALTERNATE B M1100 k,GNT4THQFFTfkc Ab, E'1c,Hr
$ s-'5jcc*,.cr,
NET BID
(TOTAL BASE BID LESS TOTAL DEDUCTIVE ALTERNATE)
SLY. fvubmlp FlFtc6N TnCCSOuD, Fc&.1z HuN'wwfl SnJEuT`i $ie%tN
$ IS477.00
I
r
' DEDUCTIVE ALTERNATE C - Extended Warranty
Project: Supervisory and Data Acquisition System
' All bidders must complete the following schedule for the deductive
alternate. At its own discretion, the Owner may elect to reduce
quantity bid item number fourteen (14) from the BASE BID. In this
event, the price schedule given below will be deducted from the TOTAL
BASE BID.
El
Reduce Quantity Item 14 of the Base Bid
to zero years and provide additional
one year Warranty.
TOTAL DEDUCTIVE ALTERNATE C MINUS ONt t1JWDR.Lb IMIRCY E14WTncttu.b,TatCc NUND .b
NI,Jtly St,
$ - 138,39e OC
NET BID
I
(TOTAL BASE BID LESS TOTALT DEDUCTIVE ALTERNATE)
Fnat (4o PA S.TY HOc neSb, 64 NINE
I
Li
I
I
I
I
H
I
LI
I
I
Li
I
Li
I
I
I
L
I
Ll
1
** Unit Prices to be shown in words and figures
amount shown in words will govern.
Jr. case of discrerancy
The unit prices shall include all labor, materials, bailing, shoring,
overhead, profit, insurance, etc., to cover the finished work of the several
kinds called for.
Bidder understands that the Owner reserves the right to reject any cr
all bids and to waive any informalities in the bidding.
The Bidder agrees that this bid shall be good and ray not be withdrawn
for a period of sixty (30) calendar days after the scheduled closing time
for receiving bids.
Upon receipt of written notice of the acceptance of this bid, bidder will
execute the formal contract attached within ten (10) days and deliver the
Surety Bond or Bonds as required by Paragraph 8 of the General Conditions.
The bid security attached in the sum of 5% of Total Ambunt
is to become the property of the Owner in the event the contract anc bend are
not executed within the time above set forth, as liquidated dar,.ages for the
delay and additional expense to the Owner caused thereby.
SEAL — if bid is by a corporation
Respectfully Submitted:
By I (
Assistant Secretary
Motorola Conmun-c-at;ons and V1an+rnnics,Inc.
I.,
ARKANSAS PERFORMANCE AND PAYMENT BOND
'
(14-604 Arkansas Statutes)
KNOW ALL MEN BY THESE PRESENTS: That we (1)
a (2) , hereinafter called "Principal" and
(3) °f , State of
hereinafter called the "Surety", are held and
firmly bound unto (4) hereinafter called
"Owner" in the penal sum of dollars ($ ),
in lawful money of the United States, for the payment of which suit well
and truly to be made, said principals and Surety bind themselves, their
' heirs, -administrators, executors, successors and assigns, jointly and
severally, by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the principal
' entered into a certain contract with the Owner, dated the
day of , 19 , a copy cf which is attached and made a part
hereof for the construction of:
1
I
I
I
1
1
IJ
I
H
I1
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform
its duties, all the undertakings, covenants, terms, conditions, and agree-
ment of said contract during the original term thereof, and any extensions
thereof which may be granted by the Owner, with or wit -bout notice to the
Surety, and if he shall satisfy all claims and demands incurred under such
contract, and shall fully indemnify and save harness the Owner from all
costs and damages which it may suffer by reason of failure to do so, and
shall reimburse and repay the Owner all outlay and expense which the Omer
may incur in making good any default, and shall promptly rake payment to all
persons, firms, subcontractors and corporations furnishing material for or
performing labor in the prosecution of the work provided for in such contract,
any authorized extension or modification thereof, all amounts due for,,.
but not limited to, materials, lubricants, oil, gasoline, coal and coke, .
repair on machinery, equipment and tools consumed or used in connection with
the construction of said work, fuel oil, camp equipment, food for men, feed
for animals, premium for bonds and liability and workmen's compensation
insurance, rentals on machinery, equipment and draft animals; also for taxes
or paynents due the State of Arkansas or any political subdivisions thereof
which shall have arisen on account of, or in connection with, the wages
earned by workmen covered by t -he bond; and for all labor performed in such
work whether by subcontractor or otherwise, then this obligation shall be
void, otherwise to remain in full force and effect.
1 7
I
IThe Surety agrees the terms of this bond shall cover the payment by
the principal of not less than the prevailing hourly rate of wages as
determined by the Arkansas Department of Labor or U. S. Secretary of
Labor, whichever is greater, to all workmen performing work under the
contract.
' PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alternation,
or addition to the terms of the contract or to the work to be performed
' thereunder of the specifications accompanying the same, shall in any wise
affect its obligation on this bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the
contract as to the work or to the specifications.
PROVIDED FURTHER, that no final settlement between the Owner and the
contractor shall abridge the right of any beneficiary hereunder, whose
' claim may be unsatisfied.
IN WITNESS Wr'.EREOF, this instrument is executed in six (6) counterparts,
' each of which shall be deemed an original, this day of
19 .
ATTEST:
(PRINCI?AL}
' BY
SECRETARY (PRINCIPAL) (TITLE)
' (SEAL)
(ADDRESS)
WIT ESS AS TO PRINCIPAL (SURETY)
' BY
ADDRESS ACANEY-I:r-TACT
ATTETT
ST:
'
ADDRESS
I
I
11I
L
SECRETARY (SURETY)
(SEAL)
WITNESS AS TO ATTORNEY -IN -FACT
ADDRESS
I
S
NOTE: Date of Bond must not be prior to date of Contract.
' (1) Correct name of Contractor
(2) A Corporation, a Partnership, or an individual, as case nay be
(3) Correct name of Surety
' (4) Correct name of Omer
(5) If Contractor is Partnership, all partners shall execute bond
(6) This bond must be filed with the Circuit Court of the County
' where the work is to be performed, prior to the start of const-
ruction
(7) Must be executed by Arkansas Local Resident Agency for Surety
1
U
I
I
I
I
I
I
I
I
L
I
9
I t a
1 - •
1. THIS CCthACT go Af32EESE*TT, made and entered into this 24th
day of May , 19n_, by and between the City of Fayetteville, Arkansas,
Party of the First Part, acting through it's duly authorized representative,
and
Motorola Communications &
Electronics, Inc.
1301 E. Algonquin Rd.
Schaumburc, I! 6019E
Party of the Second Part:
im= SSf"Iii:
That for and in consideration of the pe;aents to be cede as hereinafter set
forth, the Party of the Second Part hereby agrees to furnasb all tools,
labor, equipment, materials, and supplies required to be furri'Jted and to
construct the iaprovements designated as
Fayetteville Supervisory Control and Data Acquisition
SCADA System Water and Wastewater Telemetry
for the City of Fayetteville, Arkansas, in a ct axor ance with the Pans
on file at the Office of the City ETngineer, and Specification, Prepcsals,
Stipulations, and Special Provisions attached hereto and made a pert hereof
as fully as though copied herein, under the direction of and to the entire
satisfaction of the Party of the First Part and in as 'n ar ^e with the lass
of the State of Arkansas.
2. It is further agreed and understood by and between the parties
hereunto that the Party of the First Part agrees to pay and the Party of the
Second Part agrees to accept as full and final nsation for all work
done wader this agreement, the Unit Prices and/or L.mp Sum Price naned in
* the Proposal titich is hereto attached, such payment to be made in Iamyl
money of the United States, at the time and in the canner set forth in the
Specifications.
3. The Party of the Second Part agrees, for the consideration
above expressed, to begin and complete the work within the time specified in
the Proposal. Time is expressly made of the essence of this Contract. If the
Party of the Second Part shall fail to complete the work ,in the time
specified he shall pay to the Party of the First Part, ab-liquidated
damages, ascertained and agreed, and not in the nature of a V
* Alternative "C" of the attached Motorola Proposal dated parch 22, :99
is the mutually agreed product and/or Service Contracted hereunder
for the amount of $560,089.00.
penalty, the amount specified in the Proposal for each day delayed, for each
Schedule delayed, utich shall be deducted from the final amount to be paid
under the Contract. iktensions of time ray be granted with ia1ver of
liquidated damages as provided for in the Specifications.
4. 7be Party of the Serond Part agrees to furnish a Bond, with an
approved Surety thereon, gtimranteeing the performance of this Contract, as
required by the laws of the State of Arkansas, and for not less t' -an one
h snared (100) percent of the amount of this Contract. Said Bond shall be
conditioned on full and cc.lete performance of this Contract and acoeptanoe
by the City of Fayetteville for the payment of all labor and materials
entering into or incident to the proposed improvements and shall guarantee
the work against faulty workmanship or materials for a period of one (1)
year after completion. The Surety on said Bond shall be a Surety Coc-,.any of
financial resotrves satisfactory to the Party of the First Part, and
authorized to do business in the State of Arkansas.
5. The Party of the serand Part agrees also to carry Public Liability
ins u.^ance, Property Danage Issurance, and W'ork.man's Cocpen_.ation Ins u -a ice
in &=o'.nts as recl1ired by these Specifications.
u.771%S OVR r?A`.DS 7iUS 24th DAY OF rl_, 1990
Attes by City Clerk
A
flSkflj
Corporate Seal (if arks)
CITY CF FMLJs.STT1V
FAITT1'Ll 3 E, AFSA\SAS
rlror
Motorola Communications &
Electronics inc
Cont;cto
De S R. ice President
By
Nt and Tit
1301 F. Algonquin Rd.
Schaumburg, !L 6096
Business Adv:.ess
L1 'r'3/PJ
"An Addendum to the Agreement effective May 24, 1990 is attached."
MOTOROLA
Communications and Electronics Inc.
Addendum
to
Contract Agreement
between
'Motorola Communications and Electronics, Inc.
and
City of Fayetteville, Arkansas
This Addendum is in effect as of May 24, 1990 to modify and amplify the Contract
Agreement. If any term or condition of this Addendum is in conflict with those of the
Agreement. this Addendum shall prevail.
Motorola Communications and Electronics, Inc. ("MOTOROLA") and the City of
Fayetteville ("PURCHASER") hereby agree to modify the Contract Agreement as follows:
1.) The word "in:idental" as it appears on the fifth line of the second paragraph
on page 21 of the bid specification is to be omitted.
ACCEPTED AND AGREED AS OF:
MOTOROLA
Motorola Commtipications &
Electronics, I
By.
Name: T
Title: Vice President and General Mgr
National Markets Division
Date: May 23, 1990
A\f
ACCEPTED AND AGREED AS OF:
PURCHASER
City of Fayetteville
By:
Name:
Title:
Date: 6 i'r #D
'301 E Algonqu - Rd Scbarbu.c I L^•- • F"P° •3'2 3?- 10C:
I
CON7R4cr AI'wZF'C'C
1. THIS O)ti7RACT AM) AC EEE. 7, made and entered into this
day of , 19_, by and between the City of Fayetteville, Arkansas,
Party of the First Part, acting through it's duly authorized representative,
and
Party of the Second Part:
' b'Iihn"SSETH
That for and in consideration of the payments to be rde as hereinafter set
' forth, the Party of the Second Part hereby agrees to furnish all tools,
labor, equipment, materials, and supplies recuired to be furnished and to
construct the improvements designated as
' for the City of Fayetteville, Arkansas, in exact accordance with the Plans
on file at the Office of the City Engineer, and Specifications, Proposals,
Stipulations, and Special Provisions attached hereto and made a part hereof
as fully as though copied herein, under the direction of and to the entire
' satisfaction of the Party of the First Part and in ea:nc �rdae with the lass
of the State of Arkansas.
' 2. It is further agreed and understood by and between the parties
hereunto that the Party of the First Part agrees to pay and the Party of the
Second Part agrees to accept as full and final cctensation for all work
1 done under this ngrcement, the Unit Prices and/or Lump Sum Price named in
the Proposal which is hereto attached, such reyment to be made in lawful
money of the United States, at the time aid in the tanner set forth in the
Specifications.
' 3. The Party of the Second Part agrees, for the consideration
above expressed, to begin and complete the work within the time specified in
the Proposal. Time is expressly made of the essence of this Contract. If the
Party of the Second Part shall fail to emplete the work in the time
specified he shall pay to the Party of the First Part, as liquidated
damages, ascertained and agreed, and not in the nature of a
I
!J
' penalty, the amount specified in the Proposal for each day delayed, for each
Schedule delayed, which shall be deducted from the final amotmt to be paid
under the Contract. extensions of time may be granted with waiver of
t liquidated damages as provided for in the Specifications.
4. The Party of the Second Part agrees to furnish a Bond, with an
approved Surety thereon, guaranteeing the performance of this Contract, as
required by the laws of the State of Arkansas, and for not less than one
hundred (100) percent of the amotnt of this Contract. Said Bond shall be
conditioned on full and complete performance of this Contract and acceptance
' by the City of Fayetteville for the payment of all labor and materials
entering into or incident to the proposed improvements and shall guamntee
the work against faulty workmanship or materials for a period of one (1)
' year after completion. The Surety on said Bond shall be a Surety Cowpeny of
financial resources satisfactory to the Party of the First Part, and
authorized to do business in the State of Arkansas.
5. The Party of the second Part agrees also to carry Public Liability
Insurance, Property Damage Insurance, and Workman's Compensation Insurance
in amounts as required by these Specifications.
' W i. S OUR K6≥S THIS DAY OF , 1990
' CITY OF FAYrTIEVULE
FAYETFEVILLE, AR&ANSAS
Attest by City Clerk By
Myor
I
I
Contractor
I
I
El
I
WITNESS
Corporate Seal (if any)
US
Nabe ad Title
Business Address
I'
I
INSTRUCTIONS TO BIDDERS
1, QUALIF:CA^IONS OF cONTRACTORS:
Before submitting a bid, bidders must be licensed under the
terms of Act 150 of the 1965 Acts of the Arkansas General Assembly, and the
successful bidder must be legally qualified in all respects to do business
in the State of Arkansas.
I
2. LOCAL CONDITICNS:
Bidders shall read the Specifications, examine the Plans, and
' make their own estimates of the existing facilities and the difficulties
which will attend the execution of the work called for by the proposed
Contract, including local conditions, uncertainty of weather, and all other
' contingencies. Bidders shall satisfy themselves by personal examination of
the location of the proposed work, and by such means as they may choose, as
to actual conditions and requirements. Information derived from the Plans
and Specificaticrs or from the Engineer or his assistants shall not relieve
' the bidder of his responsibility.
3. PROPOSAL GUARANTEES:
Proposals must be accompanied by either a certified or cashier's
check, drawn on a National Bank or a bank having membership in the Federal
Reserve System, or a Bid Bond executed by a satisfactory Surety. The proposal
' guarantee shall be in an amount not less than five (5) percent of the bid
and made payable to the Contracting Authority to whcm the Proposal is made.
A lesser amount will not be accepted.
I The proposal guarantee, or other bid gaali_`ications, shall be sealed
in a separate envelope firmly attached to the outside of the sealed Proposal.
The outer envelope shall be opened first, and if the documents are not found
to be in order, the sealed Proposal shall be returned to the bidder unopened.
The amount of any check or bond shall be retained by the Contracting
Authority as liquidated damages in case the bidder neglects or refuses to
enter into a contract and to furnish the required contract bond within ten
(10) days after the prescribed contract and bond forms are presented for
' signature.
Checks of unsuccessful bidders will be returned i.-..mediately after
a contract has been executed.
I
I
I
1 12
4. PROPOSALS:
(a) Proposals shall be strictly in accord with the prescribed
forms, furnished with the Specifications. Any modifications or deviations
therefrom nay be considered sufficient cause for rejection.
(b) The bidde
unit prices for which he
Proposal. In case words
and the figures shall be
r shall state in words and figures the lump sum and
proposes to do each item of work covered by the
and fig,,=es do not agree, the words shall govern
disregarded.
CO It is to be understood that the lump sum recuired in the
Proposal is for the furnishing of all materials recuired to be furnished
and the doing of all work recuired under these Contract Documents, including
items for which no quantities are given, and the quantities given in the
"List of Variable Quantities" at the end of the Proposal. The "Unit Prices
for Variation of Quantities" recuired are for adjustment of the "Sasic
Bid" by reason of variation of actual variable quantities from the quantities
given in the "List of Variable Quantities' . In case unit prices are not
required, it is to be understood that the lump sum required in the Proposal
is for the furnishing of all ...aterials required to be furnished and the
doing of all work required under these Contract Documents.
(d) Proposals must be sicr.ed. in writing, by an individual
authorized to bind the bidder.
(e) Proposals must be s±mitted complete, with all other Contract
' Documents in their original binding as furnished by the Engineer. They
must be submitted at the place and on or before the tine specified in the.
Advertisement for Bids.
' (f) Proposals nust be smitted in sealed envelcpes addressed
to the Contracting authority, and clearly .narked on the outside of the
envelope, "Proposal for Ccnstructicn. Contract" to be opened at (date and
time). The Bidder's current Arkansas Ccntractor's license number rust be
narked on the envelope.
(9) The Contracting Authority will not consider bids covering
'
only a portion of these specifications.
(h) The unbalancing of bids will not be tolerated. Evidence of
' material unbalancing will be considered cause for rejection.
(1) The owner reserves the right to reduce the number
of remote telemetry units and radios at the unit price for
each as shown in the Contractor's proposal to match budgeted
' funds
S. MODIFICATIDN CF BIDS:
' No modification of bids already submitted will be considered
unless such modifications are received prior to the hour set for opening.
6. BID BONDS, CONTRACT BONDS, AND INSURANCE:
Attention of bidders is called to Act 82 of the 1935 Acts of the
Arkansas General Assembly, which requires that all bid bonds, performance
' bonds, labor bonds, employer's liability insurance, public liability
insurance, workmen's collective ins ance, and property damage insurance
must be secured through resident aunts of Arkansas.
7. CARIFICAT:ON OF CONTRACT DOCC:•ZNTS:
If any person contemplating submitting a bid for the proposed
contract is in doubt as to the true meaning of anypart of the uPlans, the
specifications, or other prepcsed Contract Documents, he .-..ay
Engineer a written request for any interpretation. '..hereof. The person
submitting the request will be responsthle for its prc-pt delivery. Any
interpretation of the proposed Docl:nentS will be made only by an ;,dcendun
duly issued, and a copy of such Addendu_*1 will be mailed to each person who
has previously secured or who subsequently secures a set of xcu-•ents. The
Contracting Authority will not be responsible for any other explanations
or interpretations of the proposed Docu-ants.
8. EXECt,77OV OF CO::TRACT DOLL- �^.S:
Following the award and within ten (10) days, provided
for in the Proposal, the successful bidder shall properly
execute five (5) counterparts of the Contract Docur.ents.
9. BASIS O� :
Bids will be considered on the basis of the total bid price or
' prices given in the Proposal. In the event Unit Prices are :egnired they
will not be considered except that evidence of serious u.-belar.cing of the
Unit Prices shall be considered cause for rejection of bids.
The Contract(s) will be awarded to the bidder (or bidders in the
case of tore than one Schedule of Work) submitting the lowest and best bid
(or eor..biaation of bids), considering the Contractor's experience and
t ability to do the work, and the character and quality of the ec:ip-ent
he proposes to furnish. The Contracting Authority reserves the right to
select such bids or combination of bids which in its opinion would serve
its interest best.
The Contracting Authority reserves the right to select bet•:een
any Alternatives in the proposal.
10. EXCEPTIONS TO INSTRUCTIONS TO BIDDERS:
if this contract is less than $ 20,OD0.O0 the following
exception applies:
' The Contract or is not required to be licensed under the
terms of Act 150 or the 1965 Acts of the General Asserbly.
11. TI? '.E OF COf2IETION AND LIQUIDATED DAMAGES:
Bidder must agree to commence work on or before a date to
' be specified in a written "Notice to Proceed" of the Qcner and to fully
complete the project within 110 consecutive calendar days thereafter.
Liquidated damages are hereby set at $300 per calendar day.
I
12. NOTICE OF SPECIAL CONDITIONS:
Attention is particularly called to those parts of the contract
' documents and specifications which deal with the following:
(a) Inspection and testing of materials.
(b) Insurance requirements.
(c) Wage rates.
(d) Special equipment which the Contractor Host use on the job.
' 13. SAFETY STRNDA.RDS AND ACCID-ZNT PREVENTION:
With respect to all work performed under this contract, the
Contractor shall:
' 1. Comply with the safety standards provisions of applicable laws,
building and construction codes and the 'Manual of Accident prevention
' in Construction" published by the Associated General Contractors of
America, the requirements of the Occupational Safety and Health Act of
1970 (Public Law 91-596), and the requirements of Title 29 of the
Code of Federal Regulations, Section 1518 as published in the "Federal
' Register", Volume 36, No. 75, Saturday, April 17, 1971.
' 2. Exercise every precaution at all tines for the prevention of
accidents and the protection of persons (including employees) and
property.
3. Maintain at his office or other well known place at the job site,
all articles necessary for giving first aid to the injured, and shall
' rake standing arrangements for the in -Mediate removal to a hospital or
a doctors care of persons (including employees), who may be injured on
the job site. In no case shall employees be permitted to work at a job
site before the enployer has made a standing arrangement for the removal
of injured persons to a hospital or a doctors care.
I
I
I
I
1
GEtit RAL CONDITIONS OF THE SPECIFICATIONS
1. GENZRAL DESCRIPTION:
The work embraced in these Contract Doccments consists of
the following:
Furnishing and Installing SupervisOrY Control and Data
., *...,tr and Waste Water
' Collection system
2. DEFINITION OF TERMS:
Wherever in these Documents the following terns are used,
they are understood to have the following meanings:
"ChNT_R" or "cONTRACTI`IG ;,UT!30RITY" shall mean the City of
• Fayetteville, Arkansas.
' "ENGINEERS" or "ENGINEER" shall mean: ETC Engineers,
Inc., 1510 South Broadway, Little Rock, Arkansas 72202
"CONTAC:O" shall mean the individual, partnership, or corporation
that may have entered into the contract with the Contracting „utho-_.l
to perform the work specified herein.
' "WORK" shall mean the furnishing of all necessary tools, tabor,
equipment, materials, and supplies required to be furnished by the
Contractor under these specifications.
3. LA'.+7S AND REGUlaTIONS:
All work shall be done in conformity with he laws of the
State of Arkansas, and any subdivision thereof, tunicipal and local laws
and ordinances, and all applicable federal statutes, laws or reculations.
I.
No convict labor shall be emp_oyed on this project.
4. C01 TRACT DOCC`StS:
I
I
The "Advertisement for Bids", the "proposal". the "Send"
the "instructions to Bidders", the "General Conditions", the "Detailed
Specifications", and the 'Plans", are each and all of the specifications
component parts to the agreements governing the work to be done and the
materials and equipment to be furnished.
I
M
I
The Contract Documents are complimentary, and what is called for
' by one shall be as binding as if called for by all. The intention of the
Documents is to include all tools, labor, equipment, materials and supplies
necessary for the proper execution of the work. Materials or work described
in words which so applied have a well-known Technical or Trade meaning shall
be held to refer to such recognized meaning.
The following copies of the executed Contract Documents will be
provided:
One for the Contracting Authority,
' One for the successful Bidder,
' One for the Engineer,
One for the Surety,
' One for filing with the Circuit Clerk in the County where the
Work is to be performed.
5. SUBCDN'_'RACTS:
The Contractor shall, as soon as practicable after the signing of
the Contract, submit to the Engineer, in writing, the names of any Sub-
, contractors he prcposes for any part of the work.
The Engineer's approval must be secured, in writing, on. all Sub-
' contracts before they are made and signed.
The Contractor shall be held fully responsible to the Contracting
Authority and the Engineer for the acts and omissions of his Subcontractors
'and of the persons directly or indirectly erployed by his Subccztractors.
Nothing contained in these Specifications or in the Contract
' Documents shall create any contractual relation between any Subcontractor
and the Contracting Authority.
6. THE CONTRACTOR:
It is understood and agreed that the Contractor has satisfied him-
self as to the nature and location of the work, the conformation of the
' ground, the character, quality, and quantity of the materials to be encountered,
the character of the equipment and facilities needed preliminary to and
during the prosecution of the work, the general local conditions, and all
other matters which can in any way affect the work under this Contract. No
verbal agreement or conversation with any officer, agent, or employee of
the Contracting Authority or Engineer, either before or after the execution
' of this contract, shall affect or modify any of the terms or obligations
herein contained.
I
I
I
I
7. THE ENGINEER:
The Contracting Authority contemplates and the Contractor shall
perrit and make possible a thorough inspection by the Engineer of all work
and materials furnished under the Contract Documents. The Contractor shall
' perform the work to the satisfaction of the Engineer. No work shall be
performed by the Contractor without the knowledge and approval of the Engineer.
The Contractor shall be an "independent contractor" with full
power and authority to select the means, methods and tanner of perforing
the work, being responsible to the Contracting Authority for all materials
' delivered and the results contracted for. The authority of any represen-
tative of the Contracting Authority of the Engineer is limited to such
determinations concerning the interpretation and perfonance of the Contract
Documents. The failure of any representative of the Contracting Authority
or of the Engineer to condemn or reject work or materials, cr otherwise to
exercise any function entrusted to him, shall not excuse the Contractor
from the faithful performance of this Contract, nor shall such action imply
' any acceptance by the Contracting Authority or by the Engineer of faulty
work or materials.
' The Engineer shall, within a reasonable tine after presentation,
rake decisions in writing on claims arising between the Contracting
Authority and the Contractor and shall make interpretations of plans and
specifications.
1 B. BOND:
' Coincident with the execution of the Contract, the Contractor shall
furnish a good and sufficient surety bond in the amount of ninety-five (95)
percent of the contract sum, guaranteeing the faithful performance of all
' covenants, stipulations, and agreements of the Contract, the payment of
all bills and obligations arising from the execution and performance of the
Contract, and guaranteeing the work against faulty workmanship and materials
during construction and for one year after completion, all provisions of
the bond to be complete and in full accordance with the statutory require-
ments. The bond shall be executed with the proper Sureties through a company
licensed and qualified to operate in the State and approved by the Con-
• tracting Authority. If at any time during the continuance of the Contractr
I.
the Surety on the Contractor's bond becomes irresponsible, the Contracting
Authority shall have the right to require additional sufficient Sureties
which the Contractor shall furnish to the satisfaction of the Contracting
' Authority within ten (10) days after the notice to do so. In default, thereof,
the Contract may be suspended, and all payments or money due the Contractor
withheld.
' The bond must be filed with the Circuit Clerk of the County in
which the work is to be performed before any work under the Contract is
1 performed.
A fort of this bond is attached hereto and made a part of these
Specifications.
1
1
I
' 9 . I NSURA.NCE :
' The Contractor shall maintain such insurance as will protect him
from claims under workmen's compensation acts and other employee benefits
and from claims for damages because of bodily injury, including death, and
from claims for damages to property which may arise out of operations or the
' work, whether such operations be by himself or by any subcontractor or any-
one directly or indirectly employed by either of them. The insurance shall
be written in companies authorized to do and doing business in Arkansas and
' for not less than the following limits:
Comprehensive General Public Liability with bodily
' injury limits of $ 100,000 and $ 300,000 and property
darace limits of $ 50,000;
Comprehensive Automobile Liability (ow-ned, hired
t and non -owned Vehicles) with bodily injury limits
of $ 100,000 and $ 300,000 and property damage limit
of $ SC .000 for each accident;
' Standard Workmen's Compensation and E.tployer's
Liability covering with statutory littits;
' Contractual liability insurance with bodily injury
limits of $ 100,000 and $ 300,000 and property da.-.age
limits of $ 50,000.
Certificates of such insurance shall be filed with the Engineer
before work commences under any contract or subcontract.
' 10. ROmLT_ES AND PATENTS:
The Contractor shall pay all royalties and license fees. He shall
defend all suits or claims for infringement of any patent rights, and shall
save the Contracting Authority from loss on account thereof.
Iii. INSPECTION:
The detailed manner and method of performing the work shall be
under the direction and control of the Contractor, but all work done shall
' at all times be subject to the inspection of the Engineer or his authorized
representative to see that it is done in accordance with the Contract
Documents.
Inspectors ray be appointed by the Engineer or Contracting
Authority and their duty shall be to guard the Contracting Authority against
' defects and deficiencies in the work and to see that the work is done in
accordance with the Contract Documents. Inspectors shall have authority,
subject to the final decision of the Engineer, to condemn and reject any
' the defective work and to suspend the work when it is not being done properly,
but responsibility for the work and compliance with the Contract Docu:nnents
and all applicable laws, rules and regulations shall be the Contractor's.
Inspectors shall have no authority to permit any deviation from
the Plans and Specifications except on written order from the Engineer, and
the Contractor will be liable for any deviation except on such written order.
I
' The inspector shall in no case act as foreman or perfcr=. other
duties for the Contractor, nor interfere with the nanagemert of the work
by the latter. Any advice which the inspector may give the Contractor
shall in no wise be construed as binding to the Engineer in any way or
releasing the Contractor from fulfilling all the tern of the Contract.
' All condemned work shall be promptly taken out and re__aced by
satisfactory work. Should the Contractor fail or refuse to comply with
instructions Sr. this respect, the Contracting Authority nay, upon certifi-
' cation by the Engineer, withhold payment or proceed to terminate the contract
as provided herein.
Any defective work may be rejected by the Engineer at any time
before final acceptance of the work, even though the sane may have teen
previously overlooked and estimated for payment.
12. WOR'C` _SHIP AND SL'PERINIENDENCE :
The Contractor shall keep on this work, during progress, a ccn;eter.t
' superintendent and any necessary assistants. The superintendent s.`.all
represent the Contractor in his absence and all directions given to him
shall be as binding as if given to the Contractor.
' The Contractor shall provide proper tools and ecu:pmen: and the
service of all workmen, mechanics, tradesmen, and other employees necessary
in the execution of the work contemplated herein. The employees of the
• Contractor shall be competent and willing to perform satisfactorily the
work recaired of them. Any employee who is disorderly, intemperate, cr in-
competent, or who neglects or refuses to perform his work in a saz:s=actory
' manner, shall be promptly discharged.
It is particularly called to the Contractor's attenticn that only
first-class workmanship will be acceptable.
13. POSITION, G?J,DIENT, AND ALIGN ?IT:
' The Engineer shall set such stakes to proper line and grade as ..-.,ay
be necessary for Guidance of the Contractor in the proper perfor...ance of
the work, and all work must conform closely to the lines and grades given.
It shall be the duty of the Contractor and his employees to call
the Engineer's attention to any stakes which may have been disturbed or
which seen to be off line or grade.
' The Contractor shall carefully preserve bench marks, reference
points, and stakes, and in case of willful or careless desruction, he shall
• be charged with the resulting expense and shall be responsible for any mis-
takes that nay be caused by their unnecessary disturbance or loss.
14. PROTECTION OF WORX, PROPERTY, AND PERSONS AND CONTRACTOR'S
' RES?O::SIBILITY FOR DAMAGE CLASIS:
The Contractor shall adequately protect the work, the Contracting
' Authority's property, adjacent property and the public from injury, damage
or loss arising in connection with the contract or the work.
1
20
The Contractor shall provide and maintain all passageways, guard
fences, lights or other facilities for safety and protection required by
any public authority or local conditions.
The Contractor assumes entire responsibility and liability for
any third party claims and actions based upon or arising ott of injuries,
including death to persons or damage to or destruction of property, sus-
tained or alleged to have been sustained in connection with or to have
arisen out of of Tnc dents te the perfo_nnance of this contract by the
Contractor, his agents and employees and his subcontractor, their agents
and employees, regardless of whether such claims or actions are fcu.-.ded in
whole or in part upon alleged negligence of the Contracting Aut crity,
Contracting Authority's representatives or the Engineer, or the e--lcyees,
agents or licensees thereof. The Contractor shall inde.-nify and hold
harmless the Contracting Authority and its representatives and the Engineer
and his representatives in respect to any such matters.
15. LEGAL RRESTRICTIONS AND PEPJ:ITS•
The Contractor shall procure at his own expense all necessary
licenses and permits of a temporary nature, and shall give due and adecuate
notices to those in control of all properties which may be affected by his
operations. Permits, licenses, and easements for permanent structures or
permanent changes in existing facilities will be provided by the CQntracti.-.g
Authority unless otherwise specified. The Contractor Lust obtain per-
mission from the Contracting Authority or other proper authority zefcre
blockading any roads or highways, and shall furnish all necessary barricades
and detour signs. The Contractor shall give all notices and cc-p:y with all
laws, ordinances, rules, and regulations bearing on the conduct of the
work as drawn. or specified.
16. ASSIG:U•^_•:Ts:
No assignment by the Contractor of the contract, or any part there-
of, or of the funds to be received thereunder by the Contractor, will be
recognized unless such assienment has had the written approval of the Con-
tracting Authority, and the Surety has been given due notice of the assign-
ment in writing.
No assignment, transfer, or subletting, even though consented to,
shall relieve the Contractor of his liabilities under this Contract. Should
any Assignee fail to perform the work undertaken by him in a satisfactory
manner, the Contracting Authority may, at its option, annul and te_-.inate
Assignee's contract.
17. OTHER CONTRACTS:
The Contracting Authority reserves the right to let other contracts
in connection with this work. The Contractor shall afford other Contractors
reasonable opportunity for the introduction and storage of their aaterials
and the execution of their work, and shall properly connect and coordinate
his work with theirs.
21
Whatever work being done by the Contracting Aut~crity's forces or
by any other Contractor is contiguous to work ccvered by this Contract, the
respective rights of the various interest involved shall be established
by the Engineer, in order to secure the completion of the various portions
of the work in general harmony.
is, SUSPENS:ON OF WORK:
The Contracting Authority may at any time suspend the work or any
part thereof by giving ten (10) day's notice to the Contractor in writing;
the work shall be resumed by the Contractor ten (10) days after the date
fixed in a written notice from the Contracting Authority to the Contractor
to do so.
If the work, or any part thereof, shall be stcpped by the notice
in writing aforesaid, and if the Contracting Authority does not give notice
in writing to the Contractor to resume work at a date within twenty (23)
days of the date fixed in the written notice to suspend, except in the
case of litigation, then the Contractor may abandon that perticn of the
work so suspended, and he will be entitled to the estimates a -,d paytents for
all work done on the portions so abandoned, if any.
19. Tr?E CO?c'R;CT_NO AUThORITn'S RIC4T TO 00 WORK:
If the Contractor should neglect to presecute the work properly cr
fail to perform any provision of this Contract, t.%e Contracting Aug ority
after three (3) day's written notice to the Contractor nay wit :out prejudice
to any other remedy it nay have, make good such deficiencies, and nay de-
duct the cost thereof from payments then or thereafter due the Contractor.
20. THE CO'.:T?ACTT?:0 AUTHOR:TY'S RIGT TO TER:{BATE Cc::T?ACT:
If the Contractcr should be adjudged a bankrupt, or if he should
make a general assignment for the benefit of his creditors, or if a receiver
should be appointed on account of his insolvency, or if he s'r.culd refuse or
should fail, except in case for which extension of time is provided to
supply enough properly skilled workmen or proper materials, cr if he should
fail to make prompt payment to Subcontractors or for material or labor, or
desregard laws, ordinances, or the instructions of the Engineer, or other-
wise be guilty of a substantial violation of any provision cf the Contract,
then the Contracting Authority, upon the certificate of the cngireer that
sufficient cause exists to justify such action, nay, without prejudice to
any other right or renedy and after giving the Contractor ten (1C) day's
written notice, terminate the employment of the Contractor as provided under
Paragraph 21, immediately following. In such case, the Contractor shall
not be entitled to receive any further payment until the work is finished.
If the unpaid balance of the contract price shall exceed the expense of
finishing the work, including compensation for additional managerial and
administrative services, such excess shall be paid to the Contractor. If
such expenses shall exceed such unpaid balance, the Contractor shall pay
the difference to the Contracting Authority. The expense incurred by the
Contracting Authority as herein provided and the damage incurred through
the Contractor's default, shall be certified by the Engineer.
Pending settlement of
the Engineer nay suspend action
Contractor shall not be entitle
reason of such delay, nor shall
although such extension of tine
deems it in the interest of the
disputes on any point of controversy,
on all or any part of the work. The
9 to any claim for loss or damage by
he be entitled to extension of time,
may be granted by the Encineer if he
work.
21. TERMINATION FOR ?R=ACY:
In the event that any of the provisions of this Contract
are violated by the Contractor or by any of his Subcontractors, the
Contracting Authority may serve written notice upon the Contractor and
the Surety of its intention to terminate such Contract, such notices to
contain the reasons for such intentions to terminate the Contract, and
unless within ten (10) days after the serving of such notice upon the
Contractor such violation shall cease and satisfactory arrangenents for
correction by made, the Contract shall, upon the expiration of said ten
(10) days, cease and terminate. In the event of any such termination,
the Contracting Authority shall ir..ediately serve notice thereof upon
the Surety and the Contractor, and the Surety shall have the right to
take over and perform the Contract, provided, hcwever, that if the
Surety does not co.- ..hence performance thereof within thirty (30) days
from the date of the mailing to such Surety of notice of terninat:on,
the Contracting Authority may take over the work and prosecute the
sa.ne-:to-completion by contract for the account and at the expense of
the Contractor, and the Contractor and his Surety shall be liable to the
Contracting Authority for any excess cost occasioned the Contracting
Authority thereby, and in such event the Contracting Authority may
take possession of and utilize in completing the work, such materials,
appliances, and plant as .r -ay be on the site of the work and necessary
therefor.
22. PAY"flTS ::n=.LD:
The Contractinc Authority may withhold or, on accout of
subsecuently discovered evidence, nullify the whole or part of any
certificate to such extent as may be necessary to protect the Ocntract-
ing Authority from loss on account of:
' (a) Defective work not remedied,
(b) Claims filed or reasonable evidence indicating
probable filing of claims,
' (c) Failure of the Contractor to make payments properly
to Subcontractor or for rsterial or labor,
(d) Damage to another Contractor,
' (e) Inco-plete work
When the above grounds are renoved, payment shall be made for amounts
withheld because of them.
' 23. DELAYS AND EXTE::SIONS OF TI:2:
' If, at any tine, the Contractor considers he is being delayed
by an act or neglect of the Contracting Authority or its employees, or
by any other Contractor employed by the Contracting Authority, or by any
changes or additions ordered in the work, or for any reason beyond his control,
he shall within ten (10) days from the beginning of such delay notify the
Engineer in writing of the causes of any such delay. Extensions of time,
with relief from responsibility for liquidated damages incurred by the
Contracting Authority on account of such delay, will be granted the
Contractor, when, in the opinion of the Engineer, the causes so called to
his attention warrant such extensions of time. No claims for delay will
be considered unless such notice has been filed with the Engineer within
the time specified above.
The Contractor will be required to furnish the Engineer two copies
of each purchase order for materials and equipment as they are issued. If.
the Contractor shall seek an extension of time because of delay in receiving
delivery of critical materials, such extension of time nay be granted when,
in the opinion of the Engineer, the extension is warranted and the delay is
in no way caused by the Contractor's financial status or by any act or
failure to act on the part of the Contractor. Failure to get items of
material or equipment not essential to the completion of those portions of
the work, which, in the opinion of the Engineer requires supervision, by an
Engineer, shall not be deemed justification for waiver of liquidated damages,
however, even though such delays are beyond the Contractor's control, and
even though such items of material or equipment may be essential to the
actual placing in operation of a portion of all of the project. When such
items of materials or equipment are delayed for reasons beyond the Contractor's
control, he shall complete all other work within the specified construction
period.
Extensions of time, without relief from responsibility for liqui-
dated damages incurred by the Contracting Authority on account of delays,
may be granted the Contractor on account of his failure to complete the work
within the time specified.
24. ADDI^IO`IAL, Or1ITTED, OR CPJL\GrC WORK:
The Contracting Authority, without invalidating the Contract nay
order additional work to be done in connection with the Contract or .tay alter
or deduct from the work, the Contract sun, to be adjusted accordingly.
Additional work shall be done as ordered in writing by the Engineer,
which order shall state the location, character, and atount of extra
work. All such work shall be executed under the conditions of the original
contract and subject to the same inspection and tests as though therein
included.
Compensation for additional, cmitted, or changed work shall be
adjusted as follows:
' Any changes in quantities of work for which unit prices are required
in the Proposal shall be at and for the price bid. Work for which prices
are not required shall be paid for or deducted, as the case nay be, upon
the basis of an estimate prepared by the Contractor and approved by the
Engineer, prior to the written order changing the quantity of work.
If the Contractor claims compensation for additional work not
' ordered as aforesaid, or for claims of damages sustained, he shall rake a
written statement of claims for compensation or damages to the Engineer,
1
24
which statement shall be in the hands of the Engineer within such time as
will allow a full consideration of the basis for such claim, and in no
case later than fifteen (15) days after the work has been complete_ or
damages sustained. The Contractc= shall furnish, if required, any accounts,
bills, or vouchers relating thereto. Unless such claims are made as re-
ruired, they shall be considered forfeited and invalid.
The Contracting
person or firm other than
Contractor's attention is
entitled to no claim for
the work to be omitted.
25. ARBITRATION:
Authority reserves the
the Contactor for any
especia'l'ly called to t
:anaces for anticipated
right to contract with any
or all extra work. The
le fact that he shall be
profits on any pertion of
(a) Demand for Arbitration. Any decision of the Engineer which
is subject to arbitration shall be submitted to arbitration upon the demand
of either party to the dispute.
The Contractor shall not cause a delay of the work beca_se of the
pendency of arbitration proceedir s, except with the written perr:ss:on of
the Engineer, and then only until the arbitrators shall have any c__cr-
tunity to determine whether or not the work shall continue until they decide
the matters in dispute.
' The demand fcr arbitration shall be delivered in writing :o the
Engineer and the adverse party, either personally cr by registered nail to
the last known address of each, within ten (10) days of them receipt of the
' Engineer's decision, and in no case after final payment has been ac:epted. the
e Engineer fails to make a decision within a reasonable tine, a demand
for arbitration may be made as if his decision had been rendered acsinst
the demanding party.
(b) Arbitrators. No one shall be no-dnated or act as an arbitra-
tor who is in any way financially interested in this Contract or in the
business affairs of the Contracting Authority, or the Contractor, e: the
Engineer, or otherwise connected with any of them. Each Arbitrator shall
be a person in general familiar with the work or the problem involved in
the dispute submitted to arbitration.
Unless other..ise provided by controlling statutes, the p=-rties may
agree upon one arbitrator; otherwise there shall be three, one named in
writing by each party to this Contract, to the other party, and the third
chosen by those two arbitrators.
If there be one arbitrator, his decision shall be bindint; if
three, the decision of any two shall be binding in respect to both the
matter submitted to and the proce?u a followed during the arbitration.
Such decision shall be a condition precedent to any right of legal action.
(c) Arbitration Proced_re. The arbitrators shall deliver a
written notice to each of the parties and to the Engineer, either personally
or by registered mail to the last known address of each, of the tie and
place for the beginning of the hearing of the matters submitted to them.
I
Each party may submit to the arbitrators such evidence and arguments as he
1• nay desire and the arbitrators may consider pertinent. The arbitrators
shall, however, be the judges of all natters of law and fact relating to
both the subject matters of and the procedure during arbitration and shall
not be bound by technical rules of law or procedure. They may hear
1 evidence in whatever form they desire. The parties may be represented
before then by such persons as each ray select, subject to the discipli-
nary power of the arbitrators if such representative shall interfere with
1 the orderly or speedy conduct of the proceedings.
Each party, and the Engineer, shall supply the arbitrators with
1 such papers and information as they demand, or with any witness whose move-
nents are subject to their respective control, and upon refusal or neglect
to comply with such demands, the arbitrator may render their decision
without the evidence which might have been solicited therefrom, and the
1 absence of such evidence shall afford no ground for challenge of the award
by the party refusing or neglecting to comply with such demand.
1 The submission to arbitration (the statement of the matters in
dispute between the parties to be passed upon by the arbitrators) shall be
writing duly acknowledged before a notary. Unless waived in writing by
1 both parties to the arbitration, the arbitrators, before hearing testimony,
shall be sworn by an officer authcrized by law to adiinister an oath,
faithfully and fairly to hear and examine the matters in controversy and to
make a just award according to the best of their understanding.
1 The arbitrators, if they deem the case demands it, are authorized
to award to the party whose contention is sustained such sums as they
shall consider proper for the time, expense, and trouble incident to the
arbitration, and if the arbitration was demanded without reasonable cause,
damages for delay, and other losses.
1 like a :The award of the arbitrators shall be in writing and acknowledged
deed to be recorded, and a duplicate shall be delivered personally
or by registered mail forthwith upon its rendition, to each of the parties
Ito the controversy and to the Engineer. Judgement may be rendered upon
the award by the Federal Court or by the highest State Court having juris-
diction to render sane.
The award of the arbitrators shall not be open to objection on
account of the form of the oroceedines or the award, unless otherwise
provided by the controlling statutes. In the event of such statutes pro-
viding on any matter covered by this article otherwise than as herein -
before specified, the method of procedure throughout and the legal effect
of the award shall be wholly in accord with said statutes, it being the
intention hereby to lay down a principle of action to be followed, leaving
its local application to be adapted to the legal requirements of the
jurisdiction having authority over the arbitration.
The Engineer shall not be deemed a party to the dispute. He is
given the right to appear before the arbitrators to explain the basis of
his decision and give evidence as they may require.
' 26. REFERENCE TO N.at.'UFAC URER OR 7?.AD_E
Whenever a material, article or piece of equipment is
' identified on the plans cr in the specifications by reference to
manufacturers' or vendors' naves, trade names, catalocue numbers, etc.,
it is intended merely to establish a standard; and, any material,
article, or equipment of other manufacturers and vendors which will perform
adequately the duties imposed by the general design will be considered
equally acceptable provided the material, article, or equipment so proposed,
' is, in the opinion of the Engineer, of equal substance and function. It
shall not be purchased or installed by the contractor without the Engineers'
written approval.
27. USE OF COMPLETED PORTIONS:
The Contracting Authority shall have the right to take
possession of and use any completed or partially completed portions
of the work, notwithstanding that the time for completing the entire work
on such portions may not have expired; but such taking possession and use
shall not be deemed an acceptance of any work not completed in accordance
with the Contract Documents. If such prior use of cor..pleted portaons
increases the cost of, or delays the work, the Contractor shall be entitled
to such extra cc-�ensation or extension of time, or both, as the Engineer
may determine.
The Contracting Authority, in taking possession of completed
portions, shall agree to accept the decision of the Encizeer, on m=atters
relating to responsibility for da-ages that may occur to any portion of
the work during the period of possession preceding acceptance and final
payment.
28. ACCE?TANCE AND FI`:AL PAYdENT:
As soon as the work has been substantially and satisfactorily
completed, the Engineer will rake a final estimate stating that the work
provided for under this Contract has been completed and is accepted by
him, under the terms and conditions thereof, with qualifications, if any,
as stated. If certain parts of the work are not completed or if certain
corrections must be made in the work even though the work is substantially
completed, the Engineer is authorized to determine the anount which in his
opinion is required for completion and/or correction of the work, and such
amount .:ay be withheld from the final payment to the Contractor, pending
the completion and correction as required. The balance found to be due the
Contractor shall be paid by the Contracting authority within forty (40)
days after the date of the final estimate. Prior to filing for final
estimates, the Contractor shall file with the Engineer a receipt in full
frcn each manufacturer, subcontractor, dealer and supplier for all equipment
and material used on the work and a complete release of all liens which may
have arisen from this Contract. In lieu thereof, the Contractor shall file
statements showing balance due or claimed on all accounts and the Contracting
Authority shall have the right, if it so elects, to withhold sufficient
money to pay such balances until receipts in full or satisfactory evidence
of final determination are filed with the Engineer who nay then make
the final estimate.
The making and acceptance of the final parent shall
constitute a waiver of all claims by the Contracting Authority, other than
those arising from incomplete or uncorrected work, unsettled liens, or
from faulty workmanship or materials, and of all claims by the Contractor,
except those previously made and still unsettled.
If the work has been partially but substantially completed
to the extent that all adjustments in the Contract sum may be trade, the
Engineer may, if material delay in completion is anticipated or if
otherwise deemed in the interest of the work, make the final estimate,
retaining, in addition to other rechirements which may be specified
under payments, an a^ount representing the cost of unfinished work.
Such payment shall be under the terms and conditions governing final
payment.
Neither the making of the final estimate, or final payrent,
' shall relieve the Contractor of his responsibility for faulty materials
or workmanship, and he shall remedy any defects and pay for any damage
resulting therefrom which shall appear within a period of one (1) year
from the date of substantial completion. The Cwner shall give r.ot:ce of
observed defects with reasonable promptness, and all questions arising
under this paragraph shall be decided by the Engineer.
' 29. PAY=1TS TO CC\-'RACTCR:
At least ten (10) days before each progress payment falls due (but not more often than once a
month), the contractor will submit to the ENGINEER a partial payment estimate filled out and signed by
the CONTRACTOR covering the WORK performed during the period covered by the partial payment
estimate and supported by such data as the ENGINEER may reasonably require. If the payment is
requested on the bases of material and equipment not incorporated in the WORK but delivered and
suitably stored at or near the site, the partial payment estimate shall also be accompanied by such
supporting data, satisfactory to the OWNER, as will establish the OWNER's title to the material and
equipment and protect his interest therein, including applicable insurance. The ENGINEER mill within ten
(10) days after receipt of each partial payment estimate, either indicate in writing his approval of payment
and present the partial payment estimate to the OWNER , or return the partial payment estimate to the
CONTRACTOR indicating in writing his reasons for 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 ten (10) days of presentation to him of an approved partial payment estimate, pay the
CONTRACTOR a progress payment on the basis of the approved partial payment estimate. The OWNER
shall retain (10) percent of the amount of each payment until final completion and acceptance of all work
covered by the CONTRACTOR DOCUMENTS. The OWNER at any time , however, after fifty (50)
percent of the WORK has been completed , if be finds that satisfactory progress is being made, shall reduce
retainage to five (5) percent on the current and remaining estimate. When the WORK is substantially
complete (operational or beneficial occupancy), the retained amount may be further reduced below five (5)
percent to only that amount necessary to assure completion. On completion and acceptance of the WORK
on which the price is stated separately in the CONTRACT DOCUMENTS, payment may be made in full,
including retained percentage, less authorized deduction.
The Contracting Authority may withhold or, on account of sub-
sequently discovered evidence, nullify the whole or part of any certificates
to such extent as may be necessary to protect the Contracting Authority
from loss on account of:
(a) Defective work not remedied,
(b) Claims filed or reasonable evidence indicating probable filing of
claim,.
(c) Failure of the Contractor to make payments Properly to Sub-
contractor or for material or labor,
(d) Damage to another Contractor,
(e) Incomplete work.
When the above grounds are renoved, paynent shall be made for amounts
withheld because of them.
30. SHOP AND ERECTICN DRAS.'INGS:
The Contractor shall furnish the Engineer with triplicate
copies of all shop and erection drawings for approval. These drawings
shall include the drawings prepared on structural and reinforcing steel,
special layout drawings of equipment or nachinery purchased under this
Contract, and other supplementary drawings required in the prosecution
of the work. One copy shall be returned to the Contractor and two
copies retained by the Engineer for field and office reference. The
approval of such drawings by the Engineer does not constitute an
acceptance of responsibility of their accuracy.
31. LF3CRATORY TESTS:
Al]. material entering into the work is subject to various
tests as .-.ay be required by the specifications. The cost of all such
tests shall be the responsibility of the Contractor furnishing such
material.
The Contractor shall also bear the cost of any tests arising
out of his desire to use materials which nay be questionable in the
opinion of the Engineer.
32. DRI:'ICING WATER A.ND SANITARY FACILIT'_ES:
The Contractor shall provide safe drinking .water for his
' workmen during the construction period. The water shall be delivered
through a spigot, angle jet fountain, or other approved device. Ccrnon
drinking cups will be prohibited.
The Contractor shall furnish adequate sanitary facilities
for workmen in the work area during the construction period.
' 33. CONSTRUCT_O= SA.=ETY:
Throughout these specifications, whenever engineering
decisions are to be made to ensure adequate construction in accordance
with the plans and specifications, such inspection and engineering
decisions are not to be construed as supervision of the Contractors'
• work force, nor nake the Engineer responsible for providing a safe place
for the performance of the work by the Contractor or the Contractors'
employees or those of the suppliers, his subcontractors, nor for access,
visits, use, work, travel, or occupance by any person, as these responsi-
bilities are covered under the provisions of the contract, the
Contractors insurance and performance bond and cannot be the responsi-
bility of the Engineer.
The above provision does not prevent the Engineer or his
11
I
29
I
personnel from requiring reasonable safety standards, if, in the
' course of their technical supervision, it comes to the attention of
the Engineer that reasonable safety standards are not being carried
out.
U
I
I
I
I
I
DETAILED SPECIFICATIONS
PART I - CONTRACT STIPULATIONS
I-1. DRAWINGS AND SPECIFICATIONS
The Drawings show the proposed location and details of
construction. All work shall be done in a workmanlike
manner in accordance with the Drawings and with these
Specifications.
These detailed Specifications are drawn with the
objective of securing first-class workmanship and materials
throughout the work embraced in this contract, and of
securing completed structures that are properly and well
constructed with regard to all local conditions.
The detailed Drawings and Plot Plans INCLUDED IN THIS
PROJECT BOOK consist of thirty-one (31) sheets generally
titled, and subtitled as follows:
' FAYETTEVILLE SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM
(SCADA)
FAYETTEVILLE, ARKANSAS
TITLE SHEET NO.
GENERAL LOCATIONS OF
WATER PUMP STATIONS,
TANK LOCATIONS
• AND WASTEWATER LIFT STATIONS 1A
MASTER STATION LOCATION
(OPERATION AND MAINTENANCE),
AUXILIARY STATION LOCATION
(OMI, INC.) AND MONITORING STATION
LOCATION (THE CITY HALL) 1A
PROPOSED REPEATER SITES 1A
WATER STORAGE TANKS 2A
WATER PUMP STATIONS AND TANKS PLANS (18 - lOB)
W1
lB
W2
2B
W3
3B
W4
4B
W6
6B
W7
7B
1- 1
TITLE SHEET NO.
W9 9B
W10 10B
WASTEWATER LIFT STATIONS PLANS (11B - 32B)
WW1
11B
WW2
12B
WW3
13B
WW4
14B
WW5
15B
WW6
16B
WW7
17B
WW8
18B
WW9
19B
WW10
20B
WW11
21B
WW12
22B
WW13
23B
WW14
24B
WW15
25B
WW16
26B
WW17
27B
WW18
288
WW19
29B
WW20
30B
PROPOSED TELEMETRY SYSTEM 1C
The Contractor will be furnished sufficient copies of
Drawings and Specifications for use in administration and
prosecution of the work.
I-2. EXTENT OF WORK
It is mutually agreed and understood that the Contractor
will furnish all tools, labor, equipment, materials, and
supplies required to be furnished, and will construct and
complete all work shown on the Drawings and required in
these Specifications and Specifications and drawing provided
by the Contractor and approved by the Engineer.
Any work or materials not specifically mentioned in the
Specifications, but designated on the Drawings or forming an
essential part of the work mentioned or designated, shall be
furnished as though specifically mentioned. The work
consists of the installation of a SCADA system for 1) the
Water System consisting of five (5) pump stations and five
(5) tanks; 2) the Wastewater Collection System which
1- 2
I
includes twenty-two (22) sewage lift stations. All the
radio telemetry equipment, the master work -station, the
auxiliary work -station and the monitoring station are
included. The work also consists of all local area
networking hardware and software necessary to have both the
master station and the auxiliary station monitor and control
the selected sites and also for the monitoring location to
have limited access to the system. (Monitoring alarm status
during night hours)
I-3. PLANNING AND EXECUTION OF THE WORK
1. General Requirement: The work included under these
Specifications shall be so planned and executed that the
various portions of the work will be carried on concurrently
and/or in logical sequence; and all work completed within
the time allowed.
• 2. Interference With Existing Electrical. Telephone
Gas. Sewage and Water Facilities: The work shall be so
' planned and undertaken such that there will be no need for
interruption of the operation of the existing utility
systems.
I-4. LANDS AND RIGHTS -OF -WAY
The owner will provide all permanent easements or
permits actually required for the installation of the work.
The Contractor shall lease, buy, or make satisfactory
provisions, without obligation to the Owner, for all other
temporary land easements or rights -of -way which he may
require for access or storage of materials or equipment.
I-5. ENVIRONMENTAL ASPECTS
1. General Requirement: The work shall be so planned
and executed so as to be in full compliance with the
requirements of the Arkansas Department of Pollution Control
and Ecology and with the U.S. Environmental Protection
Agency.
2. Noise Control: The work shall be so planned and
executed as to minimize noise on the construction site. All
appropriate measures for noise control as required by
applicable OSHA standards will be enforced.
1- 3
J
' I-6. EQUIPMENT FURNISHED BY THE OWNER
1. Furnished by the Owner: No equipment or materials
will be furnished by the owner to the Contractor except as
t noted in section I-10 Part II. All necessary materials and
equipment as required to construct the project will be
furnished and installed by the Contractor.
I-7. PROGRESS SCHEDULE
1. Schedule by Contractor: Before work is started, the
Contractor shall submit to the Engineer for approval a
detailed progress schedule indicating the sequencing of
work, time of starting and anticipated completion of each
part, and any unusual or critical aspects of the
construction scheduling. The typical "bar graph" will be
suitable.
I-8. PRECONSTRUCTION CONFERENCE
1. Specific Requirement: Within four (4) days after
the signing of the contract and before the issuance of the
Notice to Proceed, a preconstruction conference will be
attended by representatives of the Contractor (including
Project Superintendent), the Owner, and the Engineers.
Representatives of the EPA may also be in attendance. The
conference will be called at a specific time and date by the
Owner.
1 I-9. COPIES OF DRAWINGS AND SPECIFICATIONS
1. Plans to Contractor: The Owner will furnish the
Contractor four (4) sets of the Project Book, containing
both Drawings and Specifications at no cost. Additional
sets will be provided at the cost of reproduction and
delivery.
2. Plans to Subcontractors: The Owner will furnish to
any bonafide Subcontractor two (2) sets of the Project Book,
containing both Drawings and Specifications at no cost.
Additional sets will be provided at the cost of reproduction
and delivery.
I-10. SUBMISSION REQUIREMENTS
1. Contractor Responsibilities: Contractor shall
submit the shop drawings and plans for furnishing and
installing a SCADA system appropriate for the intended use,
including but not limited to, all required radio telemetry
1- 4
I
I
I
I
ET
I
I
I
I
I
I
equipment, all antennas, antenna mounting structures, and
transmission lines for radio telemetry equipment, and radio
telemetry base station equipment, and radio telemetry
repeater station, remote terminal units with NEMA 4X
cabinet, central terminal unit, central site computer, hot
standby computer, auxiliary computer, terminal at dispatcher
room, uninterruptable power supplies, printers, and a
portable computer for field terminal interrogation. All
items required by these Specifications and necessary for a
completed installation will be shipped F.O.B., City of
Fayetteville. Project shall include supplying all internal
wiring within the system, all engineering, drafting and
programming required to provide a complete operable system.
It is required to submit a list of pre -installation
requirements for each equipment location. And finally, the
project shall include furnishing on -site start-up and
testing.
2. City's Responsibilities: The Owner is responsible
for all AC power wiring and conduit, and all required space
for inside installation of master station equipment in an
accessible location. The Owner will obtain FCC licensing.
I-11. CODES AND STANDARDS
1. Applicability: The applicable codes and standards
referred to in these Specifications shall establish minimum
requirements for materials, equipment, and installation;
except where more stringent requirements are called for on
the Drawings or in other contract documents.
2. Conflicts: Any conflict between Drawings and
Specifications and Codes and Standards shall be resolved by
the Engineer, whose decision shall be binding upon all
parties.
' I-12. PROTECTION OF MATERIALS AND EQUIPMENT
I
I
The Contractor will protect all critical equipment,
materials, and other components from exposure to the weather
and damage from sun, rain, snow, water, wind, dust, or any
and all other contaminants during the process of unloading,
handling, hauling, storage, and installation. All materials
and equipment will be protected from damage by vehicular
traffic on the sites.
I
1- 5
I
C
I
I
I
J
I
I
I
r
I
I
I
I
I
I-13. WRITTEN NOTICES
Written notices when required by the contract, or for
the purposes of administration of the Project, will be
mailed by certified mail, return receipt requested:
a. If to the Owner, at: City of Fayetteville,
Department of Public Works, 113 West Mountain,
Fayetteville, Arkansas 72701.
b. If to the Engineers, at: ETC Engineers, Inc., 1510
South Broadway, Little Rock, Arkansas 72202.
c. If to the Contractor, at: address as stated in his
Proposal.
I-14. AS -BUILT DRAWINGS
The Engineer will be responsible for as -built drawings
for changes made by the Engineer. However, where a
substitution proposed by the Contractor is acceptable to the
Engineer but, in the opinion of the Engineer, renders the
original contract drawings concerning that item decidedly
inaccurate, the Contractor shall bear the cost of having the
original contract drawings revised to the point that, in the
opinion of the Engineer, they are technically accurate,
reflect actual conditions, and are commensurate with the
quality of the balance of the set of contract drawings for
the work.
I-15. OSHA COMPLIANCE
Strict compliance with all rules and regulations
established by the OSHA will be maintained. Any deviations
from these rules will be ample justification for the
Engineer to immediately shut down all work activity by the
Contractor until the situation is corrected.
I-16. ACCEPTANCE TEST
After start-up of all systems has been completed, the
system will be given a 30 -day acceptance test. The system
must run continuously for 30 consecutive days. During this
period, all system functions shall be exercised, and any
system interruption and accompanying component, subsystem,
or program failure shall be logged for cause of failure, as
well as time of occurrence and duration of each failure.
Failures shall be classified
' minor failure would be a small
failure which can be corrected
as either major or minor. A
and noncritical component
by operators. This occurrence
I
1- 6
I
shall be logged but shall not be grounds for nonacceptance
' unless the same or similar failure occurs repeatedly. A
major failure shall be considered to have occurred when a
component, subsystem, or program fault causes a halt in
operation of the system and/or when a Technician's work is
required to make a repair or to reinitiate operation of the
system.
IA major failure shall cause termination of the 30 day
acceptance test. When the cause of a major failure has been
corrected, a new 30 day acceptance test shall be started.
Substantial completion of the project shall not occur until
satisfactory completion of this 30 day test.
This section will supersede over section 28 of the General
' Condition if any discrepency found.
The retainage amount will be withheld until this acceptance.
El
I
I
J
P
I
I
I
I
1- 7
I
I
I
I
I
I
I
C'
LJ
LI
I
I
ri
Si
H
I
I
DETAILED SPECIFICATIONS
PART II - INSTALLATION SPECIFICATIONS
II -1. PLANNING AND EXECUTION OF THE WORK
The installation work included under these
specifications shall be so planned and executed that the
various portions of the work will be carried on concurrently
and the whole completed within the time allowed.
II -2. SCADA EQUIPMENT INSTALLATION
The installation of the instrumentation devices
shall be at locations shown on the Project Book Drawings.
Equipment shall be installed as shown on the Contractor's
Installation Drawings , as recommended by the manufactures
and as approved by the Engineer. All wiring between the
control panels and instrumentation and/or devices shall be
pulled into conduit. All wiring shall be color coded between
devices. The conduit and wire size and type shall be in
accordance with applicable electrical codes. Before
installation Contractor must submit and have approved all
installation equipment and shop drawings as specified in
section I-10.
Should the Contractor deviate from drawings and instructions
furnished by the manufacturer or supplier or plans prepared
by the Engineer for the purpose of installing the equipment,
approval by the manufacturer or supplier and the Engineer
must be secured. The Contractor shall furnish to the
Engineer an "as constructed" set of drawings on the
instrumentation.
The proposed repeater sites shown on drawing lA are solely
on basis of computer generated radio path survey. The
attached preliminary report on radio path study shows the
detailed study. It is the responsibility of the contractor
to verify the signal strengths at each remote site. This
task must be done within fifteen (15) days after awarding
the contract. In any case, if it is absolutely impossible
to communicate with one or two remote sites; the contractor
must get the Owner and the Engineer approval for alternative
such as leased line and furthermore the contractor is
responsible for all the arrangement.
I
2 - 1
II -3. MASTER. AUXILIARY and MONITORING STATION
INSTALLATION:
The Master Station shall be installed in the
Fayetteville Water and Sewer Operation and Maintenance
Office located at 1475 Catp Springs Road. The AuxilairyA
Station shall be installed in the OMI Inc. Building located
at 1500 N. Foxhunter Road and the Monitoring Station shall
be loctated at the Dispacher room in the City Hall located
at 113 West Mountain Drive. The specific rooms location
shall be as determined by the Owner. Contractor is to
provide Owner ten (10) days notice in writing before
commencing anticipated installation of the work -stations.
Contractor shall at this time also provide the Owner with a
drawing showing space, power, and telephone jack
requirements and recommended equipment arrangement. Owner
will provide a location sketch of the rooms within forty-
eight (48) hours of notice of intended installation.
If the Contractor chooses to use a leased line for
communication among the master computer station, the
auxiliary station and the monitoring station at the City
Hall; all necessary arrangements with the local telephone
utility shall be included.
I1-4. CUTTING AND REPLACING SPECIAL SURFACES
Whenever it becomes necessary in excavating for trenches
to disturb special surfaces, such as paved or gravel
streets, drives, walks, or parking areas, the original
surface shall be restored after completion of the backfill
operation. In these instances, special care shall be used
in making the backfill to eliminate future settlement. The
surface shall be restored using the same type of surfacing
materials that were used in the original surfacing. Asphalt
replacement to be a minimum thickness of 2 inches; and
concrete replacements to be a minimum thickness of 6 inches;
unless otherwise shown on the plans. All asphaltic material
to be "hot mix".
Any asphaltic or concrete surfacing replacement will be
placed on a minimum of 12 inches thickness of compacted
granular base course material (SB-2). Compaction of base
course material is to be accomplished with mechanical impact
compactors.
In gravel -surfaced roads or parking areas, the gravel
will be disturbed in excavating the trench. After the
backfill has been so placed that no further appreciable
settlement will occur, gravel surfacing shall be replaced to
the same compacted thickness as the original surfacing.
2 - 2
[1
I
During construction operations, the gravel on the remainder
' of the road not occupied by the trench may be disturbed and
covered with dirt from the excavation. After completion of
the backfill, such dirt shall be removed as completely as
possible and additional gravel placed on the road as
' directed by the Engineer until the road is satisfactorily
restored to its original condition.
' The cost cutting and replacing will be included in the
unit contract prices for the installation and no separate
payment will be made for it.
' II -5. CROSSING FENCES
The installation of the conduits may necessitate
crossing fences. These fences vary in type and quality.
Fences will be repaired by the Contractor so as to be
' equal or better than their original condition prior to
construction. Before cutting fences, adequate horizontal
bracing will be installed in the fence on each side of the
' cut so as to maintain the tension in the fence wire.
Replacement of fencing shall be in a workmanlike manner,
and wire shall be stretched tight and adequately secured to
posts by means of 1 -inch fencing staples. If necessary to
accomplish proper closure, the Contractor shall furnish and
install new fencing, posts, wire, etc. to properly restore
' the fence. Materials shall be of equal quality and size to
those as originally installed.
The Contractor shall be responsible for temporary
' fencing, gates, gaps, etc. to properly restore the fence.
Materials shall be of equal quality and size to those as
originally installed.
The Contractor shall be responsible for temporary
fencing, gates, gaps, etc. as necessary to maintain fences
' in a pet or stockproof condition during the installation of
the conduit until permanent fence repairs can be
accomplished. He shall take all necessary precautions and
will assume full responsibility to insure that pets or
' livestock do not stray or gain entry to cropped areas where
they could do damage.
' The cost will be included in the unit contract prices
for the installation and no separate payment will be made
for it.
II -6. CROSSING AND PARALLELING EXISTING UTILITIES
The construction of conduits may require crossing and
paralleling existing utilities including water lines,
I
2 - 3
I
I
natural gas lines, storm drains, and buried telephone
cables.
The owner of each utility line shall be contacted by the
' Contractor prior to the construction of any crossing or
parallel construction in close enough proximity to the
utility to possibly cause damage to it.
' The cost of all work as occasioned by the requirements
of this section of the Specifications will be included in
the installation unit price, and no separate or special
payment will be made.
' II -7. CROSSING AND PARALLELING BURIED TELEPHONE CABLES
The attention of the Contractor is called to the
instances where conduit lines will cross or will be
' constructed immediately parallel to buried telephone cable.
The locations of buried telephone cables are not shown on
the plans.
' Contractor will not cross any buried cable without
giving proper notice to the Telephone Company and allowing
time for a representative of the Telephone Company to
' physically locate the cable and supervise the trenching
operations across the cable.
' Conduit lines to be installed paralleling buried
telephone cables will be constructed with extreme caution to
avoid conflict with the cable. Contractor will plan his
' work so as to contact the Telephone Company prior to any
trenching operations paralleling telephone cable and allow
them time to have a representative on the job site before
commencing trenching operations. Contractor will coordinate
his activities and construction with a representative of the
Telephone Company so as to allow ample time for the
Telephone Company to precisely locate and mark buried cable
ahead of trenching operations.
II -8. CLEARING FOR INSTALLATION
Clearing operations will be confined within the
construction easements as obtained by the Owner for the
' work, and in all cases clearing will be kept to the absolute
minimum width as required for the proper stringing,
handling, and installation of conduit.
' All tree tops, limbs, logs, and other debris resulting
from the clearing operations will be properly disposed of by
the Contractor, and will not be "pushed aside" onto the
lands adjacent to the route of the lines.
I
2 - 4
I
The burning of combustible material on the site shall be
I done only with the permission of the responsible regulatory
body and in the manner directed by that body.
' Combustible material not burned on the site and non-
combustible material removed as herein required shall be
disposed of by the Contractor off the site. It shall be the
Contractor's responsibility to provide an area or areas for
I such off -site disposal or to arrange with the Local
Government for disposal in a public dumping ground.
The cost of clearing for installation will be included
in the unit contract prices for the installation and no
separate payment will be made for it.
I
I
I
I
I
I
11
I
I
LI
2 - 5
I
DETAILED SPECIFICATIONS
PART III - SPECIFICATION FOR SCADA SYSTEM
III -1. GENERAL
Only systems as previously proposed and approved in the
I
Prequalification Phase of this Project will be acceptable
for this Project.
The master station and the satellite station shall consist
of an operating system with hardware and software sufficient
to meet the requirements of these Specifications. In
general, the master station and satellite station shall on a
' continuous and automatic basis communicate with all other
parts of the system, cause the remote stations to report all
changes in the field, perform operator initiated functions,
and perform automatic operations as required.
III -2. MASTER STATION
At a minimum, the master station shall have the following
basic hardware:
' 1. Computer:
Compaq 386 (20 Mhz) Deskpro, IBM PS/2 Model 80,
' Unisys B38, or Mini -Computers such as DEC
Vaxserver 3100 or equivalent (The Engineer's
Approval is Required)
2. Random Access Memory:
Minimum of four (4) MegaByte Random Access Memory
and minimum memory expansion capability of sixteen
(16) MegaByte.
3. Uninterruptable power supply (UPS):
Uninterruptable power supply for the master
station equipment designed to provide complete
brownout and blackout protection. Minimum two
hours backup.
3-1
I
L
4. Mass Memory:
Mass memory storage system disk drive of
sufficient size for the operating data base.
Minimum of one hundred MegaByte (100) with thirty
(30) mSec or less access time.
5. Floppy Drives:
' A 5 1/4 inch double sided/double density floppy
disk drive having a storage capacity of 1.2
megabytes and a 5 1/4 inch double sided/double
density floppy drive with storage capacity of 360
' KByte.
6. Operator's Console:
Operator's console consisting of the following:
' A. A desk type enclosure of sufficient size
for the computer, CRT display, printers
and paper handling equipment and
' adequate desk type workspace.
B. A 14 inch non -glare color video monitor
' (CRT) providing 25 lines of text with 80
characters per line, a resolution of 640
x 480 color and 720 X 400 text and 256
color graphics. The CRT shall include
brightness and contrast controls.
C. Operator keyboard.
7. Printers:
Two graphics dot matrix printers with 80 column
width and minimum printer speed of 100 characters
per second for logging of the following system
data:
A. System alarms, date and time, and
' description of event.
B. Reports and other printed information.
Li
I
I
3-2
I
I
III -3 AUXILIARY STATION
At a minimum, the auxiliary station shall have the
following basic hardware:
1. Computer:
' Compaq 386 Deskpro, IBM PS/2 Model 80 , Unisys
B38, or Mini -Computers such as DEC Vaxserver 3100
or equivalent (The Engineer's Approval is
tRequired).
2. Random Access Memory:
Minimum of four (4) MegaByte Random Access Memory
and minimum memory expansion capability of sixteen
(16) MegaByte.
3. Uninterruptable Power Supply:
Uninterruptable power supply designed to provide
complete brownout and blackout protection. Minimum
two hours backup.
' 4. Mass Memory:
Mass memory storage system disk drive of
sufficient size for the operating data base.
' Minimum of forty MegaByte (40) with thirty (30)
mSec or less access time.
' 5. Floppy Drive:
A 5 1/4 inch double sided/double density floppy
disk drive having a storage capacity of 1.2
megabytes and a 5 1/4 inch double sided/double
density floppy drive with storage capacity of 360
' KByte.
6. Operator's Console:
Operator's Console consisting of the following:
A. A desk type enclosure of sufficient size
for the computer, CRT display, printers
and paper handling equipment and
adequate desk type workspace.
I
3-3
I
'J
B. A 14 inch non -glare color video monitor
(CRT) providing 25 lines of text with 80
characters per line, a resolution of 640
x 480 color and 720 X 400 text and 256
' color graphics. The CRT shall include
brightness and contrast controls.
C. Operator keyboard.
7. Printer:
'
Two graphics dot matrix printer with 80 column
width and printer speed of 100 characters per
' second for logging of the following system data:
A. System alarms, date and time, and
'• description of event.
B. Reports and other printed information.
III -4. MONITORING STATION
Ii. Computer:
Compaq 286 Deskpro, IBM PS/2 Model 50 , Unisys or
equivalent. (The Engineer's Approval is Required)
2. Mass Memory:
Mass memory storage system disk drive of
sufficient size for the operating data base.
' Minimum of one forty MegaByte (40) with thirty
(30) mSec or less access time.
' 3. CRT:
I
I
II
A 14 inch non -glare
providing 25 lines
line, a resolution
graphics. The CRT
contrast controls.
4. Printer:
color video monitor (CRT)
of text with 80 characters per
of 640 x 480 and multiple color
shall include brightness and
A graphics dot matrix printer with
and printer speed of 100 characters
logging of the System alarms, date
description of event.
80 column width
per second for
and time, and
I
3-4
II1-5. FIELD TERMINAL COMPUTER:
At minimum the monitoring station shall have the following
basic hardware:
1. Computer:
8086 or 80286 laptop computer such as Epson.
2. Mass Memory:
Minimum of twenty MegaByte (20) hard disk.
III -6. SOFTWARE
The central site software shall be capable of operating
the hardware described above and shall be a complete data
acquisition and control system with data communications,
data base management, data display, data analysis, control,
and alarm. Data summaries, graphical plots, data base
maintenance, system backup and system archiving shall be
provided.
The software shall automatically restart in the event of
power failure. All tables necessary for the operation of
the system shall be reloaded from mass memory. A copy of
the current state of each remote terminal unit shall also be
stored in mass memory and automatically reloaded at restart.
The software package shall incorporate the following
functions:
1. Monitoring:
Data gathering, storage and displaying analog and
status signals from remote locations. This should
include but not be limited to the following:
A.
Tank levels
B.
Pump off/on status
C.
System flow rates
D.
System pressures
E.
Flow direction
F.
Power failure
G.
Phase failure
H.
Alarms
I.
Temperatures
J.
Intrusion
3-5
L
J
L
I
I
2. Control:
Automatic or manual control should include but not
be limited to the following:
A. Pump start/stop based on tank level or
system demand
B. Valve open/stop/close
3. Displays:
User configured display CRT format, with the
following features:
A. Color presentation
B. Graphics
C. Multiple graphic overlays
D. Tabular displays
E. Daily summary report
4. Alarms:
Automatic display and reporting of the following
system alarms:
A. High and low tank
B. Above/below set point
C. Equipment failure
D. Intrusion
E. High/low temperature
F. High/low pressures
5. Calculations:
Automatic calculation of the following:
A. Flow rate based on mathematical equation
or look -up table
B. Pumping rate and pump run time by site
C. Pumping and storage for any given time
period
D. Storage by site and/or system.
6. Computer Security Access:
A. Assignable computer security access code
B. Multi -level access codes
3-6
L
C. Logged reports of entry and functions
performed by personnel
7. Data Base Operational Specifications:
The software shall incorporate the following
specifications:
IA. Automatic data recovery, formatting and
filing
B. Automatic error checking
'• C. Unlimited sensor expansion capability
D. Remote user communications (e.g.
telephone)
E. Text file transfer
F. Inter -computer communications capability
G. Menu driven operation
H. On-line user assistance
II. Data base utilities and editing
J. Powerful full -screen data base editor
K. Manual data entry
L. Event reporting and interrogation
capability
M. Manual and fully automatic control
N. Data archiving and retrieval capability
'
O. Data plots
text resolution
low and high resolution color
' user selectable data and time interval
P. System and site graphic displays
Q. Audio/visual alarm
' R. Complete line printer output of all
graphics
8. Data Base Operational Specifications:
The software shall be suppled with an operating
' system designed for real-time applications. It
shall be a full multi-user, multi -tasking real-
time networking operating system.
' A set of utility programs, a full screen editor,
and a language compiler shall be supplied. User
shall have the full ability to develop their own
programs.
' 9. PC -DOS Application Programs:
The system shall be supplied with a utility
' program that allows DOS programs to execute at the
same time as other applications. This application
' 3-7
II
L
program shall run as a task under the operating
system and, in addition, the operating system
programs shall read and write DOS files.
' 10. Statistics Package:
Ti
I
I
II1-7. SYSTEM FEATURES
' 1. Multi -Tasking System:
The central computer shall operate under a true
multi -tasking / multi-user operating system so
that the following functions take place
simultaneously:
a. Data retrieval
b. Data integrity check
' c. Data storage/archieving
d. Graphical and tabular representation of
data
e. Alarm display
If. Real time access and limited control by
other computer in remote location
g. Communication with a DOS based computer in
1 background to send or receive files
(hardwired or phone modem)
The statistics package shall be used to display
data from a single sensor or from a group of
sensors after doing a statistical analysis of the
data. The data display shall be for one or more
sensors and for one or more statistical analysis
of sensor data. This display shall show data
values for one or more periods that are definable
by the user.
' 2. Data Collection and Data Base Operation:
The software shall impose several quality control
' checks. Once data filing is complete, the
information shall be immediately available for
display. To retrieve any information on file,
' simple keystroke commands from the system shall be
all that is required.
3. Data Management Features:
Incoming data shall be formatted and filed
automatically. The system shall be able to use
' 3-8
I
I
I
I
El
7
I
optimum archival procedure for old data. Data
shall be instantly available for the user.
Alarms shall be able to be programmed to sound
when critical values are exceeded. For example,
if a water level exceeds the programmed level, an
alarm sounds and the video display flashes a
warning message. Internal and external alarms
shall be available. The internal alarm is used to
warn operators at the central site while an
optional external alarm can be added to warn
persons at a remote site.
The Master computer shall allow several users to
access the master computer simultaneously for
monitoring and limited and restricted control of
certain remote sites.
' III -8. REMOTE TERMINAL UNIT
El
I
I
El
[1
I
I
I
L
I
The remote terminal unit (RTU) shall be a simple,
flexible, reliable, microprocessor controlled instrument.
It shall be capable of monitoring normally-unattanded,
remote locations. It shall transmit/recieve changes of
status condition/alarms, and/or changes in variables to it's
associated master computer. Physically, the RTU shall be
modular in construction to facilitate expansion and/or
service. Inputs for sensing shall be via standard terminal
blocks with following specification:
A. All digital discrete (status/alarm) inputs
shall accept dry
B. All analog inputs
mA current loop.
contact closures.
shall accept standard 4-20
Outputs for control shall be via standard terminal block
with following specifications:
A. All digital discrete (control) shall be in
electrical or mechanical form.
B. All analog outputs (DAC) shall be standard, 4-
20 mA current source.
Each RTU shall be provided with a minimum of 8K RAM,
allowing for a data storage back-up system to be used in
case of transmission link or base station failure. The
stored back-up data shall be accessed either by
interrogation from the central site or by using a field
terminal interrogator (a portable computer). The field
terminal interrogator shall be set up to allow for transfer
of data to the central computer upon return to the control
center.
I
3-9
I
I
At two crucial points there will be a need for a so called
'
"smart RTU". The smart RTU shall be able to take over
preset functions temporarily if communication links fail. It
shall also be capable of issuing controls in response to
local conditions.
The power for operation of the remote station shall be
' supplied by the city. The supplier shall provide complete
protection against brownout and blackout.
' III -9. TRANSDUCERS
The pressure transducer at the tanks shall be a solid
state piezo-resistance sensor that produces a voltage change
as the input pressure is changed. The output signal from the
' transducer shall be conditioned by suitable electronics to
give non -interfacing span and offset adjustments and 4-20 mA
or 1-5 VDC process output signals. Pressure actuated
potentiometers or other devices which are spring loaded or
affected by changes in ambient temperatures are not
acceptable.
The low suction pressure cut-out at the pump station shall
be of the Type C Roto-Trol type with phosphor bronze bellows
with lever and weight assembly to transmit pressure changes
through rotation discs to mercury switches. Adjustable time
' delay relays shall be incorporated to prevent surge
interference. A low suction pressure alarm shall be
activated any time low suction condition causes the pumps to
' stop.
III -10. RADIO
1. GENERAL
' Each RTU used for the wastewater collection system (22
Units) and water distribution network (10) units shall
be capable of two-way communication in 928-952 MHz
range with the Master station through the repeater(s).
The RTU transmitting and receiving unit shall be
completely solid state with its own power source and
' will not be powered through the RTU. The minmum data
rate of 4800 buad is required.
Each radio shall be installed in the RTU cabinet or
installed near the RTU in its own cabinet to avoid long
wire lengths, thereby reducing stray signals from
entering the radio.
3-10
I
Each radio shall be earth grounded and signal wires
' shall be shielded to prevent RF interference.
Each radio shall meet all technical specifications
required by the Federal Communications Commission to
operate as a SCADA system.
2. MASTER / REPEATER STATION RADIO
IA. The unit should operate in the 928-952 MHz
frequency band. The unit should be capable of
operating in continuous duty cycle and can
operate in half -duplex, or full -duplex mode.
B. The unit should have redundant transceiver and
' power supplies operating in hot -standby mode.
It should provide automatic switchgear to the
standby equipment upon the detection of an
alarm in the on-line system.
C. Each repeater station and its assigned remote
' units should operate on a unique
transmit/receive frequency pair and on a non -
interfering basis with the other master/remote
' systems.
D. The unit should have an FCC type -acceptance
' under FCC rules Part 94 for operation in a
12.5 KHz bandwidth or 25 KHz bandwidth.
E. The unit should meet the following transmitter
requirements:
' a. Output Power: 5 watts (+37 dBm) maximum
b. Modulation Type: FM
C. Spurious/Harmonic Emissions: <-53 dB
' d. Transmitter Attack Time: 1.5 mSec or
less for 90% power within 1 KHz of
operating frequency.
' e. Stability: +/-0.00015% from -30 to +60
degrees C.
f. Output Impedance: 50 Ohms
F. Meet the following receiver requirements:
a. Type: Dual conversion
I
3-11
I
b. Sensitivity (at the antenna input port):
0.35 uV for 12 dB SINAD
'
c. Frequency Stability: 0.0003% from -25 to
+60 degrees C.
d. Selectivity: 85 dB, minimum at adjacent
' channel
e. Intermodulation : 55dB, minimum
IC. Meet the following general requirements:
a. Input Power: 115 VAC with battery backup
standard, 12, 24,and 48 ADC available
' b. Indicators: LED's for power transmitters,
receivers and alarms, located on front
panel
' H. Meet the following voice frequency parameter
requirements:
' a. Response (reference to 1 KHz): Bell C2
b. Input: Adjustable levels from -25 to
+10 dBM
co Interface: 4 -wire, 600 Ohms impedance,
• balanced
d. Data Rate: 300 to 9600 Baud
' I. Meet the following physical requirements:
Pa. Mounting: 19 inch EIA rack mount. Modular
construction. Front access or slide out
rack for adjustments and connections
b. Temperature Range: -30 to 60 degrees C.
' (Full Performance)
c. Humidity Range: 95% at 50 degrees C (non -
condensing)
J. The radio should include a loopback diagnostic
interface preferably accessible by IBM PC.
3. REMOTE STATION RADIO
IA. The unit should operate in the 928-952 MHz
frequency band. Each group of remote station
radios and their associated master station
' radio should operate on unique transmit/
receive frequency pairs on a non -interfering
basis with the other master/ remote stations.
' B. The unit should have an FCC type -acceptance
under FCC rules Part 94 for operation in a
12.5 KHz bandwidth or 25 KHz bandwidth.
' 3-12
C. The unit should meet the following transmitter
requirements:
' a. Output Power : 5 watts (+37 dBm)
maximum
'• b. Duty Cycle: Continuous
c. Transmitter Attack Time: 1.5 mSec or
less for 90% power within 1 KHz of
operating frequency.
d. Stability: +/-0.00025% from -30
to +60 degrees C.
D. Meet the following receiver requirements:
a. Type: Dual conversion
' b. Sensitivity (at the antenna input port):
0.35 uV for 12 dB SINAD
C. Frequency Stability: 0.0003% from -25
' to +60 degrees C.
d. selectivity: 85 dB, minimum at adjacent
channel
e. Intermodulation : 55dB, minimum
' E. Meet the following general requirements:
a. Input Power: 115 VAC with battery
backup standard, 12, 24 and 48 ADC
available
b. Indicators: LED's for power
' transmitters, receivers and alarms
located on front panel
F. Meet the following voice frequency parameter
requirements:
a. Response (reference to 1 KHz): Bell C2
'
b. Input: Adjustable levels from -25 to
+10 dBM
c. Interface: 4 -wire, 600 Ohms impedance,
' balanced
d. Data Rate: 300 to 9600 Baud
' G. Meet the following physical requirements:
a. Mounting: NEMA 4X enclosure
' b. Temperature Range: -30 to 60 degrees C.
(Full Performance)
c. Humidity Range: 95% at 50 degrees C
(non -condensing)
I
3-13
El
I
4. RADIO ANTENNAS
I
II
I
I
I
I
I
C
I
El
I
A. Repeater Station Antenna
The antenna system for the master station shall be an
omnidirectional antenna. The antenna system will
consist of antenna, main coaxial cable, lead-in coaxial
jumper, lightning arrestor, grounding clamps, and
associated connectors.
Antenna should meet the following requirements:
a. Frequency range: 925 to 960 MHz
b. Gain: 9.0 dB
c. VSWR: <1.5
d. Maximum power input: 500 Watt
B. Remote Station Antenna
The antenna system for remote stations shall be a
directional antenna. The antenna system will consist
of antenna, main coaxial cable, lead-in coaxial jumper,
lightning arrestor, grounding clamps, and associated
connectors.
Antenna should meet the following requirements:
a. Frequency range: 925 to 960 MHz
b. Gain: 10.0 dB
c. VSWR: <1.5
d. Maximum power input: 150 Watt
e. Front to back Ratio: at least 20 dB
f. Termination: Type N female
5. TRANSMISSION CABLES
A. Transmission Cable for the Repeater Station:
Transmission cable for the Repeater Station Antenna
should meet the following requirements:
a. Cable type: Heliax
b. Cable diameter: at least 3/4 inch
c. Dielectric type: Foam
d. Attenuation: Maximum 2.34 dB/ft. (at
1000 MHz)
e. Minimum coax length: 40 ft.
B. Transmission Cable for Remote Station Antenna
Meet the following requirements:
I
3-14
H
I
I
I
I
I
I
I
I
I
C
I
I
I
JI
I
a. Cable type: Heliax
b. Cable diameter: at least 1/2 inch
c. Dielectric type: Foam
d. Attenuation: Maximum 2.34 dB/ft. (at
1000 MHz)
III -11 Lightening Arrestors:
The Power supply shall be provided with a voltage suppressor
to provide immediate protection from hazardous transient
surge, high voltage or high line condition. The voltage
suppressor shall work in 5 nano seconds to suppress over -
voltages. After each transient, the protector shall
automatically reset to be ready for the next occurrence. The
maximum surge capacity shall be 12,000 watts. If the energy
in the transient over -voltage exceeds the power level, the
final stage opens an "in line" failsafe switch. The failsafe
opens only under the extreme conditions. Technical data for
the voltage suppressor:
A. Voltage: 110/120 VAC
B. Current: 15 Amp (Max)
C. Frequency: 50/60 and 400 Hz
D. Voltage Point: 200 Volts Peak
E. Transient Response: 5 Nano Seconds
F. Over -Voltage Response: 5 Seconds
G. Operating Temperature: -20O to +50OC
Antenna and DC telemetry side of equipment shall be provided
with a bulkhead style voltage suppressor. Voltage suppressor
shall provide protection from high voltage introduced from
the antenna or co -axial cable. Technical data for the
voltage suppressor:
A. Maximum Surge: 20,000 Amps
B. Turn on Time: 50 Nano Seconds After
Voltage Wave Front
Reaches DC Threshold
C. Through -Put Energy: 600 Joules
D. Frequency: 220-700 MHz
E. Power CW: 125 Watts
I
3-15
LJ
I
DETAILED SPECIFICATIONS
I
I
I
L
L
I
I
I
I
I
H
I
T
L
I
PART IV - MEASUREMENT AND PAYMENT FOR WORK
IV -1. INTENT OF THIS PART OF THE SPECIFICATIONS
It is the intent of this part of the Specifications to
stipulate the method of measurement and payment for those
items of work for which Unit Prices are stated in the
Proposals as made by the Contractor(s). Units of
measurement of items of work for which Unit Price stated
will be as herein subsequently defined.
IV -2. MEASUREMENT AND PAYMENT FOR WORK
All the equipment, hardware, software, construction
material and the installation shall include one full year of
warranty after the complete installation of the system.
During the year following installation any defects found in
materials, equipments, and operation of the system should be
covered by this warranty. The repair or replacement of the
defective part must be done by the Contractor's authorized
service personnel. The authorized area service center shall
keep an inventory of essential spare parts to avoid long
term down time. The maximum turn around time shall not
exceed 48 hours. The warranty shall include all parts and
labor for all the items supplied. Any damage caused by
lightning shall be included as a part of the warranty. As a
part of this warranty the Contractor shall provide a toll
free technical support hot-line with unlimited phone call
during office hours.
Measurement and Payment for Unit Price Items of Work as
stated in the Proposal of the Project will be as follows:
Software: This item as defined in Section III -5 -
"Equipment and Materials" shall be installed complete with
all necessary utility programs for Disk Operating System
compatibility. It shall also include unlimited site license
or network license for up to eight (8) work -stations. This
item will be measured and paid for as a Lump Sum.
Master Station Installation: This system as defined in
Section III -2 - "Equipment and Materials" shall be installed
complete with all necessary hardware, software, printers,
connection cables, modems, uninterruptable power supply and
accessories. This item shall include all installation costs
and labor, and will be measured and paid for as a Lump Sum.
This item shall also include forty (40) hours of on -site and
hands-on training which shall include complete operation of
I
4 - 1
Li
the system, such as utilizing all functions of the
software, familiarizing the City and OMI Inc. personnel with
' preventive maintenance procedures, minor repairs and
troubleshooting such as changing modular boards or main
boards in RTU's.
Additional Training: If the Contractor recommends and
the Owner and the Engineer approves, additional hours of
training will be paid for on hourly basis.
' Hot Standby Computer: This system as defined in Section
III -3 - "Equipment and Materials" shall be installed
t complete with all necessary hardware, automatic switchover
unit, connection cables, modem and accessories. This item
will be measured and paid for as a Lump Sum.
' Auxiliary Station Installation: This system as defined
in Section III -4 - "Equipment and Materials" shall be
installed complete with all necessary hardware and software.
' It shall include all necessary software and hardware for
networking with the master computer. This item will be
measured and paid for as a Lump Sum.
' Monitoring Station Installation: This item as defined
in Section III -5.- "Equipment and Materials" shall be
installed complete with all necessary hardware and software.
All networking hardware and software shall be included.
This item will be measured and paid for as Lump Sum.
'• Field Terminal Computer: This item as defined in
Section III -5. "Equipment and Materials" shall include all
the software and hardware necessary. This item will be
' measured and paid for Lump Sum.
Remote Terminal Unit / Antenna Installation: Each
Remote Terminal Unit Station Installation as called for in
'
the Proposal shall be measured and paid for at the unit bid
price as a single bid item each. It is the intent of this
bid item to include all sensors, transducer, power monitors,
' phase monitors, wiring, conduit and installation of a
complete remote terminal unit station. Each installation
shall include the following sub -components including all
' attendant labor, materials, and cost of equipment required
for a complete operational system:
a. Remote terminal unit station, backup battery, all
' securing hardware and devices, and all wiring inside the
RTU.
' b. Transducers, sensors, power monitors, phase monitors,
relay swatches, all required analog and digital convertors,
installation and mounting hardware complete.
c. All wiring and conduit from sensors to RTU.
' 4 - 2
n
I
d.
Connection
hardware,
fittings or
devices, couplings,
etc.
required
to provide
a complete
operational system.
I
I
H
'HJ
I
I
H
H
I
L
L
I
I'
I
The Master Station Radio (Remote Polling Station) shall have
the same configuration as the Repeater Station as defined in
Section III -10-2. "Equipment and Materials" . This Item
shall be installed complete with all necessary hardware. It
shall also include all the interfacing requirements to the
Master Computer (i.e. Central Terminal Unit). Each Master
Station Radio Installation as called for in the Proposal
shall be measured and paid for at the unit bid price as a
single bid item each. It is the intent of this bid item to
include all necessary wiring, conduit and interfacing with
the Master Computer. The Radio Antenna shall have the same
configuration as the Remote Radio Antenna as defined in
Section III -10-4-B. "Equipment and Materials". It shall be
installed complete with all required hardware. The
installation of radio antenna shall include up to twenty
feet long mast.
Remote Station Radio: This item as defined in Section
III -10-3. "Equipment and Material" shall be installed
complete with all necessary hardware. Each Remote Station
Radio Installation as called for in the Proposal shall be
measured and paid for at the unit bid price as a single bid
item each. It is the intent of this bid item to include all
necessary wiring, interfacing with Remote Terminal Unit and
conduit. Remote Station Radio Antenna as defined in Section
III -10-4-B. "Equipment and Material" shall be installed
complete with all required hardware. The installation of
antenna shall include up to twenty feet long mast.
Repeater Station: This item as defined in Section III -
10 -2. "Equipment and Material" shall be installed complete
with all necessary hardware. Each Repeater Station Radio
Installation as called for in the Proposal shall be measured
and paid for at the unit bid price as a single bid item
each. Repeater Station Radio Antenna as defined in Section
III -10-4-A. "Equipment and Material" shall be installed
complete with all required hardware. The installation of
antenna shall include up to twenty feet long mast.
Additional Antenna Length: If the Contractor after on -
site radio path survey determines that at some locations
there is a need of higher antenna, the additional length of
antenna will be measured and paid for as unit bid price.
Local Area Networking: All necessary hardware and
software for a complete networking among the three computers
with expanding capability up to eight computers. The
H
4 - 3
I
I
I
I
I
networking must not require a dedicated fileserver. This
item shall also include all the adaptor boards for work-
stations, adaptor for fileserver and the software. If
telephone leased lines to be used for communication among
the three work -stations, the data transfer rate shall be of
9600 buad rate. the Contractor will be responsible for all
the arrangement with the local telephone company and the
installation cost of the telephone line. This item will be
measured and paid for as Lump Sum upon complete operation of
the system.
' Additional Warranty: The extended warranty will be
effective from the date that the one year warranty expires.
It shall include all the item mentioned above in section IV -
2.
H
I
H
I
H
I
L
L
Li
I
Bond. Mobilization and Demobilization: The Lump Sum
prices as stated in the Proposal for Bond, Mobilization, and
Demobilization will be all inclusive prices to compensate
the Contractor for these elements of project costs. Payment
for this item as stated in the Proposal will be made in the
following manner:
60% of the
value of
the item will be
dispersed in the
first progress
payment
to the Contractor.
40% of the value of the item will be dispersed to the
Contractor upon conclusion of the work and within the Final
Estimate to the Contractor.
' 4 - 4
I
I
IDESCRIPTION OF EXISTING SYSTEMS
Water System - Pump Stations and Tanks
The City of Fayetteville water distribution network
consists of five water storage tanks and five pumping
stations. The source of water is the Beaver Regional Water
Treatment Plant which maintains a treatment plant 15 miles
north of the City. Water is pumped from the treatment plant
' into Fayetteville system by four 200 HP pumps. A master
meter keeps track of the amount of water pumped into the
system. There are five storage tanks within the city, two of
' which provide the majority of storage within the system.
The Bather Tank located on Summit Avenue has a total
capacity of six million gallons. The Rogers Tank is located
on Rogers Avenue and has a total capacity of eight million
gallons. Together these two tanks serve as the primary
reservoir for the City. Level sensors in these tanks are
connected to the Beaver Regional Water Treatment Plant by
dedicated telephone lines.
Booster pump stations are located at 24th Street, known as
'South Mountain, and the station at 4938 East Mission, known
as 45 East. These stations pump to the segments of the
water distribution system which contain no tanks, and
therefore must provide a constant pressure and operate at
all times. The Hyland Pump Station is activated by level
signals from the Mount Seqouyah Water Tank and provides
service for the Hyland Subdivision. The Ash Street Tank
' located at 116 Ash is controlled by the Township Tank.
Finally, the Summit Pump Station located at the old water
treatment plant in Fayetteville is controlled by the Mount
Seqouyah Tank. It also serves as a backup to the Hyland
Pump Station.
The following is a brief description of each pump station
and tanks:
E
L.
C
L
[Ti
I
I
I
SITE NUMBER:
• LONGITUDE:
• LATITUDE:
ELEVATION:
1. South Mountain or 24th Street Pump Station: This site
is located at 24th Street. It is in a 7' by 10' brick
building within a fenced area. It has four pumps three of
which are electrical and one which is a natural gas drive
pump. The natural gas pump comes on only in case of power
failure. Of the remaining three pumps, one is the primary
pump, one is the backup to primary pump, and the third pump
comes on only if the primary and backup pump are not
sufficient. The third pump stays on for a preset period of
time only. Existing controls shut off both primary and
secondary pump if the water line breaks.
C
L
Li.
LI
C
C'
I
II
I
I
Analog :
W1
36O 02' 14"
94O 09' 49"
1370 MSL
INPUTS
a. Flow Meter 1
b. Suction Pressure 1
c. Discharge Pressure 1
d. Building temperature 1
Total 4
Digital :
a. Pump Off/On 3
b. Bearing Temperature 4
c.
Vibration
4
d.
Intrusion
1
e.
Power Failure
1
f.
Phase Monitor
1
g.
Limit Switch for
Gas Pump 1
h.
Data failure
1
Total
L
2. Hyland Park Pump Station: This site is 1
intersection of Hyland and Crossover Street.
brick building approximately 12' by 8.5'. It
electric pumps that are triggered by a signal
Sequoyah Tank. The pumps operate alternately
simultaneously depending upon pressure level.
SITE NUMBER:
LONGITUDE:
LATITUDE:
ELEVATION:
Analog :
W2
360 04' 26"
940 07' 28"
1470 MSL
INPUTS
a. Flow Meter 1
b. Suction Pressure 1
C. Discharge Pressure 1
d. Building temperature 1
Total 4
Digital:
a.
Pump Off/On
2
b.
Bearing Temperature 2
c.
Vibration
2
d.
Intrusion
1
e.
Power Failure
1
f.
Phase Monitor
1
g.
Data failure
1
Total 10
OUTPUTS
Digital:
a. Pump 1 control 1
b. Pump 2 control 1
Total 2
ocated at the
It is in a
has two
from the Mount
or
I
I
I
I
I
I
I
C
3. 45 E. Pump Station: This booster station is located at
4938 E. Mission. It has two electric pumps, a back up
generator, and a Parajust AC variable speed control.
Presently only the pump that is controlled by the Parajust
runs continuously and the other pump can only be activated
manually. The city is considering adding a second Parajust
unit with automatic switch over.
SITE NUMBER:
LONGITUDE:
LATITUDE:
ELEVATION:
Analog:
W3
36° 05' 53"
940 05' 19"
1468 MSL
INPUTS
a. Flow Meter 1
b. Suction Pressure 1
c. Discharge Pressure 1
d. Building temperature 1
Total 4
Digital:
a.
b.
c.
Id.
e.
f.
g.
' To
C
1
I
I
Pump Off/On 2
Bearing Temperature 2
Vibration 2
Intrusion 1
Power Failure 1
Phase Monitor 2
Data failure 1
tal 11
Digital:
a.
Pump
1
control
1
b.
Pump
2
control
1
Total
RA
OUTPUTS
4. Ash Street Pump Station: This station is located at 116
Ash street. It has two electric pumps which run alternately
or simultaneously, according to needs. Township Tank
controls the pump functions.
SITE NUMBER:
LONGITUDE:
LATITUDE:
ELEVATION:
W4
360 05' 11"
940 08' 41"
1395 MSL
INPUTS
Analog:
a. Suction Pressure 1
b. Discharge Pressure 1
Total 2
Digital:
a.
Pump Off/On
2
b.
Bearing Temperature 2
c.
Vibration
2
d.
Intrusion
1
e.
Power Failure
1
f.
Phase Monitor
1
g.
Data failure
1
Total 10
OUTPUTS
Digital:
a. Pump 1 control 1
b. Pump 2 control 1
Total 2
5. Summit Pump Station: This station is within 250' of
Mount Sequoyah tank, located in the Old Water Plant. The
Control panel is hard wired to Mount Sequoyah Tank.
SITE NUMBER: W5
LONGITUDE: 36O 03' 48"
LATITUDE: 940 08' 57"
ELEVATION: 1580 MSL
INPUTS
Analog Signal:
a. Flow Meter 1
b. Suction Pressure 1
c.
Discharge Pressure 1
d.
Building temperature 1
Total 4
Digital:
a.
Pump Off/On 2
b.
Bearing Temperature 2
c.
Vibration 2
d.
Intrusion 1
e.
Power Failure 1
f.
Phase Monitor 2
g.
Data failure 1
Total 11
OUTPUTS
Digital:
a. Pump 1 control 1
b. Pump 2 control 1
Total 2
6. Baxter Lane Tank:
SITE NUMBER: W6
LONGITUDE: 36O 04' 34"
LATITUDE: 94O 09' 06"
BASE ELEVATION: 1540 MSL
ELEVATION: 1580 MSL (Overflow)
INPUTS
Analog Signal:
a. Level Meter
1
Total
4
Digital:
a. Temperature
1
b. Intrusion
1
c. Power Failure
1
d. Data failure
1
Total
4
El
I
7. Rodgers Drive Tank:
I
I
I
I
H
I
I
I
I
L
I
C
El
J
I
SITE NUMBER: W7
LONGITUDE: 36° 03' 41"
LATITUDE: 94O 08' 54"
BASE ELEVATION: 1542 MSL
ELEVATION: 1578 MSL (Overflow)
SAME CONFIGURATION AS SITE W6
I
E
I
I
I
I
I
I
I
C
I
I
I
I
I
1
1
1
1
914 3SI8 sv Noilva OI4NOJ awvs
(riot;zaAO) 'ISw SS'LLSI
:NOLLYA3'I3
'ISN
8661
:NOISYA3'I3 3SYfi
uSZ ,Lt
ot6
:3QfLLISY'I
use OEO
o9C
:3QfjLIou0'I
8M
:,dagxnN 3LIS
Z# e4FB ze;eedeg pesodozg :Xuvs ttiS mvgX%ZVK •8
I
I
L
LI
I
I
I
I
I
G
I
Ti
I
9M 3SIS SY NOIIY' MDI&NOO 3NVS
(Mol;nAo) 9j STET :NOISyA3'I3
'ISw SILT :NOIIVA3'I3 3SYH
' uL£ .80 o'6 :3QR,LIivi
11L6 ,£0 o9£ :3QIIS,IONO'I
6M :2i3fijRN 3,EIS
T# a4?S 3ageadag pasodoia qe o es •;uN Xuey euit Xs '6
IL
I
I
I
10. Township Rd. Tank:
I
SITE NUMBER:
• LONGITUDE:
LATITUDE:
BASE ELEVATION:
ELEVATION:
W10
36° 05' 47"
94O 08' 35"
1508 MSL
1625 MSL (Overflow)
' SAME CONFIGURATION AS SITE W6
J
I
I
I
I
I
I
I
I
I
I
I
L_
I
I
I
I
C
I
LI
I
I
I
I
I
I
I
B. Wastewater system - Pump Stations
The City of Fayetteville sewage collection system
currently utilizes 22 lift stations. All the lift station's
pump have on site control panels which trigger the pumps.
Level measurement instrument utilized in lift stations are
equally divided between air compressor driven Bubbler type
level meter and simple mechanical float.
The following is a brief description of each lift station:
I
1. Zion Road (Perimeter Plaza): This lift station is in a
brick building in a fenced area. Two pumps each 7.5 HP,
come on alterantly and are controlled by a float switch in
the wet well. The station has a local alarm system for
pump failure.
SITE NUMBER: WW1
LONGITUDE: 36O 07' 46"
LATITUDE: 94O 08' 38"
ELEVATION: 1259 MSL
INPUTS
Analog Signal:
a. Wet well level 1
Total 1
Digital:
a.
Pump Off/On
2
b.
Bearing Temperature 2
c.
Vibration
2
d.
Intrusion
1
e.
Power Failure
1
f.
Phase Monitor
1
g.
Data failure
1
Total 11
I
n
' 2. Steele Addition or (Millsao Road): This lift station is
located within a fenced area in a fiberglass container. The
station is relatively new. It has two 10 HP pumps. Wet
' well level is detected using a float type meter. This
station is equipped with a pump failure alarm system.
SITE NUMBER: WW2
'
LONGITUDE: 36° 06' 57"
LATITUDE: 94° 08' 50"
ELEVATION: 1223 MSL
SAME CONFIGURATION AS SITE WW1
L
L
L
I
I
I
I
L
I
I
I
I
I
' 3. Bishop Addition (Susan Carol Lane): This is a brick
building station with two pumps, each rated 3 -HP . The
level measuring device in the wet well is a float. Pumps
' either come on alterantly or simultaneously according to
wetwell level.
' SITE NUMBER: WW3
LONGITUDE: 36° 061 23"
LATITUDE: 94O 091 18"
ELEVATION: 1256 MSL
SAME CONFIGURATION AS SITE WW1
I
I
L
I
I
I
I
I
I
Li
4. Poplar Street: This station is in a brick building in a
fenced area and has three three 30 HP pumps. the control
panel is by Cutler -Hammer.
SITE NUMBER: WW4
LONGITUDE: 36O 05' 24"
LATITUDE: 94O 10' 00"
ELEVATION: 1262 MSL
INPUTS
Analog Signal:
a. Wet well level 1
Total 1
Digital:
a.
Pump Off/On
3
b.
Bearing Temperature 3
c.
Vibration
3
d.
Intrusion
1
e.
Power Failure
1
f.
Phase Monitor
1
g.
Data failure
1
Total 13
I
I
I
Ti
I
I
I
I
5. Gregg Avenue/Mud Creek: This site consists of two pump
stations. One is in a brick building which is old and
serves as a back up, the other one is about 15 feet
underground and serves as the primary station. This packaged
underground station has three 250 HP pumps which are
controlled by a bubbler type level meter. Control is very
similar to lift station #1. All three pumps can be running
simultaneously. The old station has three 100 HP pumps with
local controls and it serves as a backup to the primary
station.
SITE NUMBER:
LONGITUDE:
LATITUDE:
ELEVATION:
Analog Signal:
WW5
36° 07' 21"
94° 09' 45"
1178 MSL
a. Wet well level 1
' Total 1
I
a.
Pump Off/On
6
b.
Bearing Temperature 3
c.
Vibration
3
d.
Intrusion
1
e.
Power Failure
1
f.
Phase Monitor
1
g.
Data failure
1
Digital:
INPUTS
I
I
I
[1
C
Total
16
I
I
I
I
Li
H
I
I
L
SITE NUMBER: WW6
' LONGITUDE: 36O 06' 21"
LATITUDE: 94O 07' 43"
ELEVATION: 1275 MSL
INPUTS
6. Crossover/Old Wire Road: This station consists of an
old pump station and a newer pump station (packaged
underground pump station). The older pump station has two
200 HP pumps. It is in a brick building with motors on the
upper level and pumps in the bottom level. The new pump
station is in a room approximately 20' below ground with two
200 HP pumps. Water level in the wet well controls the
pumps. The level meter is a bubbler type meter, which
consists of two small air compressors. Air compressors come
on alterantly. Change in pressure controls the pump's
functions. For pressure under 40 psi all pumps are off. As
the pressure rises to 84 psi the lead pump will come on.
Pressure of 96 psi kicks the lag pump on. At 103 psi the
second lag pump will come on. Finally, at 118 psi an alarm
will go off. The control panel for all four pumps is
located in the new pump station , where the level meter is
also installed. The control panel has the option of
changing the pump's sequence.
' Analog Signal:
a. Wet well level 1
' b. Suction Pressure 1
c. Discharge Pressure 1
d. Building temperature 1
Total 4
' Digital:
a.
b.
c.
d.
e.
f.
g•
To
I
Pump Off/On 4
Bearing Temperature 4
Vibration 4
Intrusion 1
Power Failure 1
Phase Monitor 1
Data failure 1
tal 16
7
I
I
' 7. Hamstring Creek/Starr Valley: This is a two 40 HP pump
underground station. The wet well level is controlled by
USEMCO equipment using a bubbler type level meter. At 50
' psi the lead pump comes on, and at 59 psi the lag pump will.
There is no alarm system.
I
I
I
I
I
C
I
I
I
I
P
I
P
SITE NUMBER:
LONGITUDE:
LATITUDE:
ELEVATION:
WW7
36O 05' 28"
94O 14' 00"
1147 MSL
SAME CONFIGURATION AS SITE WW1
n
8. North Street: This station has three 30 HP pumps. The
Control panel is by the Allen Brady Co. It is in a brick
building within a fenced area. Level measuring is done
using a float.
SITE NUMBER:
WW8
LONGITUDE:
36° 04' 38"
LATITUDE:
94O 09' 20"
ELEVATION:
1305 MSL
Analog Signal:
a. Wet well level 1
Total 1
Digital:
a.
Pump Off/On
3
b.
Bearing Temperature 3
c.
Vibration
3
d.
Intrusion
1
e.
Power Failure
1
f.
Phase Monitor
1
g.
Data failure
1
Total 13
9. Porter Street: This site has three 100 HP pumps. The
level measuring device is a bubbler type with two air
compressors. The control panel is by Healy Ruff.
SITE NUMBER: WW9
LONGITUDE: 36° 04' 30"
LATITUDE: 94° 12' 03"
ELEVATION: 1253 MSL
Analog Signal:
a. Wet well level
Total
Digital:
a.
Pump Off/On
3
b.
Bearing Temperature 3
c.
Vibration
3
d.
Intrusion
1
e.
Power Failure
1
f.
Phase Monitor
1
g.
Data failure
1
Total 13
r
I
' 10. Maple Manor (Putrall Drive): This site has two pumps,
each 7.5 HP. The control panel is by Cutler Remmer.
SITE NUMBER: WW10
'
LONGITUDE: 360 02' 52"
LATITUDE: 940 13' 25"
ELEVATION: 1220 MSL
' SAME CONFIGURATION AS SITE WW1
I
I
I
I
I
I
E
I
I
11
I
I
I
C.
H
I
I
11. Highway 62 W. Farmington: This station has two 30 -HP
pumps, with a bubbler type level measuring device. It is
within a fenced area about 25' below ground. The control
panel is by USEMCO and the alarm is on a separate float
system.
SITE NUMBER: WW11
' LONGITUDE: 360 02' 52"
LATITUDE: 940 13' 25"
ELEVATION: 1580 MSL
ISAME CONFIGURATION AS SITE WW1
Li
H
H
H
H
C
FT
H
I
H
I
I
I
I
I
11
II
SITE NUMBER:
WW12
LONGITUDE:
360 03' 00"
LATITUDE:
940 15' 21"
ELEVATION:
1148 MSL
12. Double Spring Road: This station has two 30 -HP pumps.
It has a bubbler type level measuring device with an
auxiliary air compressor. At 23 psi both pumps are off, at
44 psi the lead pump comes on, and at 56 psi the lag pump
will activate.
ISAME CONFIGURATION AS SITE WW1
I
L
L
L
L
L
L
I
I
L
I
I
' 13. Stonebridge (Dead Horse Mtn.): N/A
SITE NUMBER: WW13
LONGITUDE: 36O 03' 13"
'
LATITUDE: 94O 07' 13"
ELEVATION: 1183 MSL
tSAME CONFIGURATION AS SITE WW1
11
I
I
I
I
I
I
�I
n
I
I
F
I
I
I
I
I
14. Industrial Park (Armstronc Ave): This location has two
15 HP pumps. It is in a brick building with no fence. The
control panel is by Master Level. A float dictates pump's
on / off functions.
SITE NUMBER:
LONGITUDE:
LATITUDE:
ELEVATION:
WW14
36O 02' 37"
94O 08' 08"
1195 MSL
' SAME CONFIGURATION AS SITE WW1
LJ
Li
I
I
I11
7
I11
I
I
I
I
I
I
I
H
I
I
I
I
C
I
C
1J
I
I
15. Country Club Estate (East 29th Circle): This site is
located in an old cement block building in a valley. It has
two 7.5 -HP pumps which are controlled by Furnas
Controllers.
SITE NUMBER:
LONGITUDE:
LATITUDE:
ELEVATION:
WW15
36O 02' 05"
94O 09' 51"
1455 MSL
SAME CONFIGURATION AS SITE WW1
j
I]
• 16. McCollum Ave. (Airport North): This is in brick
• building within a fenced area and has two 25 HP pumps by US.
Motors. A mercury Switch and float sets pumps on and off.
I
I
I
I
ET
H
H
C
C
I
I
I
H
I
SITE NUMBER:
LONGITUDE:
LATITUDE:
ELEVATION:
WW16
36O 00' 52"
94O 10' 06"
1230 MSL
SAME CONFIGURATION AS SITE WW1
H
I
I
17. Airport South
(Old Terminal):
This lift
station is
'•
underground with two pumps and
is
identical
to station #18
I
I
I
I
I
I
I
_1
I
I
L
I
SITE NUMBER:
LONGITUDE:
LATITUDE:
ELEVATION:
WW17
36° 00' 52"
94° 10' 20"
1244 MSL
SAME CONFIGURATION AS SITE WW1
L
I
I
' 18. Greenland (Ross Street): This site is identical to
Station #11.
I
I
I
ri
I
11
H
I
n
I
1J
I
Ll
I
SITE NUMBER
LONGITUDE:
LATITUDE:
ELEVATION:
WW18
35O 59' 46"
94O 10' 11"
1238 MSL
SAME CONFIGURATION AS SITE WW1
I
I
19. County Rd 195: N/A
SITE NUMBER: WW19
' LONGITUDE: 36O 03' 05"
LATITUDE: 94O 04' 47"
ELEVATION: 1170 MSL
' SAME CONFIGURATION AS SITE WW1
II
H
E
I
I
I
20. Highway 112/Clabber Creek: This station has two
submersible pumps designed to come on one at a time or
simultaneously if one is not sufficient. The control panel
is by Furnas Electric Company.
SITE NUMBER:
LONGITUDE:
LATITUDE:
ELEVATION:
WW20
36O 06' 37"
94O 10' 49"
1205 MSL
' SAME CONFIGURATION AS SITE WW1
I
I
I
I
E
I
11
I
Ii
r1
I
II
21. 1687 8. Happy Hollow Rd: This is a new station.
SITE NUMBER: WW21
LONGITUDE: 360 03' 14"
LATITUDE: 940 07' 38"
ELEVATION: 1200 MSL
• SAME CONFIGURATION AS SITE WW1
22. Al Creek: Two 40 -HP submersible pumps. This is a new
station within a fenced area equipped with an alarm.
Control is by Myers.
SITE NUMBER: WW22
LONGITUDE: 360 03' 47"
LATITUDE: 940 14' 40"
ELEVATION: 1215 MSL
INPUTS
Analog Signal:
a. Flow Meter 1
b. Suction Pressure 1
c. Discharge Pressure 1
d. Building temperature 1
Total 4
Digital:
a.
Pump Off/On
2
b.
Bearing Temperature 2
c.
Vibration
2
d.
Intrusion
1
e.
Power Failure
1
f.
Phase Monitor
2
g.
Data failure
1
Total 11
OUTPUTS
Digital:
a. Pump 1 control 1
b. Pump 2 control 1
Total 2
L
I
I
L
C
I
I
L
I
I
1 1
I
I
I
I
I
Wb(i
CL
W
Oo
O
__
a_
0
W
a
m 0
y
a
N
Vl
W h W
-o
Q¢
in
N
N¢
N W
(0
2
V
p
"I-
Y
W O ^
I h 0 0
T
O
Q
tIJ
> W M
f' S 2
O
A
- A J N
N
a
I m
i LL M1
O¢ J N 4i
LL W Y a
4 l
LL
Q
2 f
¢
N 2¢
Is
4 N N
2
V¢ 2 2
0 -t
O}
O
h
h
0 �'
0
p-
h
O I r
-p. J
'J
O W 4
O W Q O J
W Q
W J -
0
'O h J
W J
011t1
W}
J
04
Q
0
W¢ J
4 m
LL
W
J m
- -
I.-
-
400
0
40
QZ Q
-Nh Q
"ON Q
0
U/1
Q
040
Q
04
QN
0
m
0
W
IA
}V
W
N
m
h
m
N
p
N
p
N
OWS
w1
W 2 c
N
O
mN
_
_
N
QW
Ito
m
N
q
T
P
N
¢
QW
O W
h
P
O
-0
-O
02
O
_
_
-ii-n
0
0
N
O
C
> J
old
n
~
=
m
N
ON
O
O
h
-O
NQ
Q>
0
e
O
Q
h
m
O
Yi
c
015
N
N
_
P
W
-
00
OW
W
IO
O
O
W
O
W
2Q
24
W
Y
Oo
o
h
0h
ON
¢r
ON
¢O
Vy
W
W
J
W
-s
W
W
J
W
T
J
U
0
O
0
3
a
f
?
0
0
U
0
'$
N
N
W
-1
2
w
W
≥
J
Q
O
=
-
Z
3W
1pK
W
=Ia
_
°ijN
oN
3Y
33
I-
I-
x
Nf
V
CRY OF FAYETTEVILLE
SCADA SYSTEM
WATER STORAGE TANKS
ETC ENGINEERS, INC
FEBRUARY 1990
a
I
I
I
I
L
L
I
li
I
H
I
I
I
I
I I
I
7
4th STREET—"
--_ PROPERTY LINE
• -...-
SERVICE ROAD (GRAVEL) -7 TO 24th ST.— -
•.
Is•a R., a ass
—wig I t.. ,
Booster Slation
Both -up P I om
Pum
^1 Tn-! Iv l
EMERGENCY POWER
Pump t4 runs off gasoline
generator with manual start
- I_',1 ♦jl TO SOUTH NOUhTAIN-
1
23.0 •:.
of Tract %J '-Country Club (stoles
4
6
IN
CITY OF FAYETTEVILLE
SCADA SYSTEM
WATER PUMP STATION NO. W 1
SOUTH MOUNTAIN
E
ETC ENGINEERS, INC
FEBRUARY 1990
2B
CITY OF FAYETTEVILLE
SCADA SYSTEM
WATER PUMP STATION NO. W2
HYLAND PARK
ETC ENGINEERS, INC
FEBRUARY 1990
I
I
C
I
I
I
SE ME?
CITY OF FAYETTEVILLE
SCADA SYSTEM
WATER PUMP STATION NO. W3
HWY 45 EAST
ETC ENGINEERS, INC
FEBRUARY 1990
El
I
r
I
H
El
I
I
I
L
I
I-
L
I
I
I
CITY OF FAYETTEVILLE
SCADA SYSTEM
WATER PUMP STATION NO. W4
ASH STREET
Li
ETC ENGINEERS, INC
FEBRUARY 1990
OLO 6MrfA STREET 7AN
1,004000 GAL. STo,2AGE
i CI
CITY OF FAYETTEVILLE
SCADA SYSTEM
WATER TANK NO. W6
BAXTER STREET
ETC ENGINEERS, INC
FEBRUARY 1990
CITY OF FAYETTEVILLE
SCADA SYSTEM
WATER TANK NO. W7
RODGERS DRIVE
ETC ENGINEERS, INC
FEBRUARY 1990
C �
1'
-- jA
Lu
/ I
/ I
/ I
05KY LI N��
METHOD/ST A55EMBLY TANK
25P,00s GAL. 5TPRAGE
CITY OF FAYETTEVILLE
SCADA SYSTEM
WATER TANK NO. W9
SKYLINE
ETC ENGINEERS, INC
FEBRUARY 1990
Prc2erfy Lire,
I 1 I I' 4••
h I I I
PUMP 4.11®., •l1
I Chcir Lirk I
Fence '
I f in .. , :;. 1 I
�� '",�, I A 1 O
NI e _'IN L
I
Li
•
I I
R/WLine -_ _i R/WLine
I
'.. a m
1c 9
it
1I
III
U I
S
Ni...
LIFT STATION
- Chen Volvo
Diem I Flow -.
—Drain
• •• lift" •.
1
II 0
f4 4"D•o:Je
o —
L4'Suction Line
SECTION IAA'
LAspholll ZION ROAD
Top El.r 1258.5
NET WELL 1'
-- 1 Overflow Im.r 1253 5'
B Grovily In•.=1253 0
152,2;,H911 N'Per A1Qrm..1252.0. 2 Pumps On
1251.5•- One Pump On
1247.5- Pumps Off
16' '
•.: ;. Floor El.v 1246.0
W
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION NO. WW1
ZION ROAD
ETC ENGINEERS, INC
FEBRUARY 1990
FULBRIGHT EXPWt
Chain Link Fence
33.5'
' • e ._
I
I
I
I
4'C.I.
Suction
Line —
Concrete
tjt Wet INY. IN° 1216.
'i it Wellj/;
N1
_•'t I
Pump House
•' • �t
1 1
12'Dbl.Gate ;o N o
®SCALE: I"= 1O'
h•
I—Litl Station
r'r_4l
SECTION
SCALE: 1'•- 10'
a m;
In
1 �T
•3
I.
I MH
I.
o •
IF I o
Co...
•
.• N _
I.
L 25'Access Easement
23' TOP ELEV.
1216.80' WV. 60. GRAVIT Y
215.80 HIGH WATER
k121t.09' LCW WATER
L1208.59'FL00R ELEV.
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION NO. WW2
STEELE ADD. (MILLSAP RD.)
ETC ENGINEERS, INC
FEBRUARY 1990
El
8.0'
I
I
1
I _
8"V.C P.
' --------J at 0.40%
Ii
I
I
I
5O Future Street R/W
-, r—CIIyProperly(25'%25')
III 25'I
II
;��welwell— Lift Station
tvl I n (SeaceimIAbove SoCtionBelow)
1 n!
0of6" !s�v' 6"Vrp ,r nanoi
++' ; INV: P246.15'
25' r 25'Eosement Line —/'
4
ON SCALE: 120'
hr
5.8 2 Top E rev. Apt
15' Inv.6"S 8"
15'Floor Elev.
SECTION
SCALE:I 0
13B
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION NO. WW3
BISHOP ADDITION
I
ETC ENGINEERS, INC
FEBRUARY 1990
SECTI ON 'AA'
P0PLAR_STREET
nsynair�
— S00�
Chain Lint Fence
I, \ `
4 �w
// b
O ,L--Greeet�
4 Wei Wei
I.
i Q A..
. :•.. t Lift Stat
IA .^ I •FM
-'1
/� 50.0'
7 10/6, Black B, Porker s P/o!
of Volley View Acres?
E
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION NO. WW4
POPLAR STREET
ETC ENGINEERS, INC
FEBRUARY 1990
I
W
Lu
ix
C7
4'
DETAI L
SCALE. t :IIO
: tool
V /
(/(////{
i
15B
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION WW5
GREGG AVENUE/MUD CREEK
ETC ENGINEERS, INC
FEBRUARY 1990
I
O•e•flow
ELE%.•
Chain Link Fence
Wet
Well
DETAIL
• I I L.FT STATION
r; (See Cc loll Below)
We l
�. i y O
Will
Floor Ele.• _ "�
1248.O. ••.
N.0
N W i
a 99•S•a /s 20.0
/g.
12'ODI.GoIe
I.
Iv
.::
Jokier- ."/
OLjRE ROAD `e=PHALT—,
_
aFloet Controlr—cfl
e• I
Pump
e -a N
I'
Pump
e e
)Pump
ea r•n..•
18"Reducer
0
cx
tis
.as
:s
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION WW6
CROSSOVER RD -/OLD WIRE
ETC ENGINEERS, INC
FEBRUARY 1990
I
I
L
L
L
I
I
I
I
I
I
I
I
I-
II
• .., a
S.
°:: i.e. COUNTY RD. NO.877
-_-75.0. --- I.P. ,;;_Grove!__ O.
3.
•IO'DDLGate .�I e''...
O•
7
NN
I 's't:.- \ u
ni ; CIO' I. 12 D.1 P.-F.M.-
o
6 fl_j.j'FUtureF.M. •O
Lift Station O
o
15.0' 25.5' (See Plan Below)
O O
0
WI
@sC4Lf— 6 t_ 2p.
�Choin Link Fence -7
I,_ 75.0
• I
Wet WellII
1131.0' )j f•
1.E1.
PLAN•sCALE: t"=to'
Top Elev. 1147.40'—
I1137.94
di3
8=0•r I5L 2"
Wet Well
16"
1131.0 cpJ 'i..
SECTION
e'n 12"
GREEK
%MESS RING
,x12"Reducer / Np
12"D.1. - F. M.
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION WW7
HAMESTRING CRK.
STARR VALLEY
ETC ENGINEERS, INC
FEBRUARY 1990
■ A ;
I
I
I
I
I
I
I
SCALE
El
I
I
I
1J
I
I
J
NORTH STREET 1 -
_�__ �-�NorthSt. R/WLins dI
\
L
•
I3 1 'I
• 550II
•1 i�
19
•
•
locate iGrael1 1 1;
•
111
Chain Link Fence
I"= 20,
C�City Property
17701208 /
• 1 q �
°« LU1 Statio.,
_ _______ ¶
i_ _.• Wet Welt
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION WW8
NORTH STREET
ETC ENGINEERS, INC
FEBRUARY 1990
I
I
I
C
I
I
I
I
I
I
II
L
I
I
I
ISO•'
Inv 1231.3'
zPorl Lo/s /& 2 \\ `
Block 2
o ✓.R.Haltie/d Subdir
T
Q 24.5' 15.0' • • I `�',`:;.a„ Chain Link Fence
m, Well LLittg�t�
•• �HStotion
IC •. L 1' o
�� ' ..� .• �� ®SCALE: l":20'
. O . N m. <
I
10'Gote j B2.0
- .. ' _ _ ..� 1 "
Abnd.12F M.�7
7301 8" Inv. 122951.7': 1 141' 01 10•
.. IB"D1,•F.M. . HATFIELD ST.
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION WW9
PORTER ROAD
19B
J
ETC ENGINEERS, INC
FEBRUARY 1990
I
I
1
1
1
1
i
1
1
1
1
Fence— ---`---SECTI0N'AA'-
I
-r
LIFT STATION
*F�lur2 _ I (See Section AAA Above)
L
/ *v/
/ // •• in
/. ____
8:: C.1.-F.M.
12 /�/r
,e I
_ / __ __ __ •18�•D.I: F M. ..—,•
J
r o
c I
----- fw-
--- -- prrnpEK'jY LINE ; ------
SCALE: I•'- 10
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION W W 10
20B
MAPLE MANOR (FUTRALL DR
ETC ENGINEERS, INC
FEBRUARY 1990
I
U
0
T
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION WW1 1
HWY. 62 WEST
FARMINGTON BRANCH
ETC ENGINEERS, INC
FEBRUARY 1990
21B
I
- __
_
Lit station Station I .-T; � •' \ �C
J•
. u
v:
1:. /
VIM
PLAN
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION WW12
12
DOUBLE SPRINGS RD.
FARMINGTON
ETC ENGINEERS, INC
FEBRUARY 1990
163.59'
167.90'
I60Ad
SECTION
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION NO. WW13
13
STONEBRIDGE
DEAD HORSE MTN. RD.
ETC ENGINEERS, INC
FEBRUARY 1990
so No aS ai �i ri ii m r m �■s m �i m s■■� r
'U❑
D a c
r <
I S
H a r v,❑S
1 j z .4AC
m a tJ m Z
Ln r
z
�ro 0ry0�+4 00 p9
0
O
v-i
'till
y r
'
-r
D
Z
LOLL *A PCtvmet
m
m
P1
m
A
D
H
m
A �
❑ a jYJ�
—I N
r ❑
❑
Z D
r C3
v ❑ DZZ
❑
0 Z1
O
Z PA
O
I
N
n
r
C
-i
m
A
„ r
❑ v z Z
a
Z A
D
C
Z
ci
H
H
❑
Z
V
C y n
.-0
o£
Z J �N
2
V
x !Z
0
o
c1 -u ❑
rP. Zi
p.
p.
rn C3
o -v
L—UUM
A m a o z
o C
J cci N Y
z D 2
m
X z o
vi w
z
W -,-
L� Cu
t+ rr r In �, I
a r p o
o a
Y ri Iii H o S
d �^ +n ci p
o zz� C r
V)
{ H �
r
m r
I
I•
Notice: This portion of the specification is meant to be
used to aid the prospective bidder on the over all picture
of 928-952 Mhz radio communication in the area. The
successful bidder has to check the integrity of the results
physically. Neither the Engineer nor the City is liable for
• these results.
Preliminary Radio Path Survey:
The following drawing shows the computer generated radio
path analysis for two repeaters.
1. Repeater #1 : The proposed location is Mount Sequoyah
' Tank Structure with base elevation 1715 feet MSL. The
repeater antenna can be mounted at an elevation of 1795 feet
on the tank structure ladder.
2. Repeater #2 : Markham Hill Tank with base elevation of
1497 feet MSL. The drawings show the antenna to be
installed on the top of the tank structure at an elevation
of 1578 feet.
I
H
I
L
I
I
I
I
I
W
U
' LL
O
W
' U
Q
Z
W
F-
1 0
Z w
Q r�_
Z
Q Q
' c.a
Ui
I- - - -
1 C-,
a
'o Lc
W �
Er
II
Z
1
I
� }
O O ti�a
z
F -
w z co
' °
•
•
c4
Z
■
Ca E--.
I
I
I
r•-,
a
cc
r u-, cn
m c.o U)
c- 4 r,u
LC
I
I
I
Y
4
2
E
r
{
O O
Z C)
a
WU)
-
02
CC
L I
fi
-
s
�
c
�!
t
i
c =
t
P
r
m _s
-a-
£ .-
i
6
=
S
p
e
6
=
c
S
_
p
E_
[
=
i
i
=
i
i
c
-
i
v?.
=
a
i
-
=
[
i
C �
Y
Pet—
i
=_�_ =
-i
5
TL_
C
l� 55
L
_
_
.y I"l-2
ALT
9
Y
Z
2
e^
OO
ZO
-r
� =
Er
W
W
Cl)
Q
r c
W
Z
rr
f l
e
c F
CTS
Erg
ap
6 -t�
iC {
=
i_
-
L
C
C
•
i [
= v _
C
[
CF
I
C
` xa
E v
cam a
x
•
R
i
as `
_
F
T
{
i
T i -
F
Z J_
iE
E
-
•
{ f
a _
c
e
6
e
_-
F.S.
E
i
= v
a
F
=_ Ia=
=
C
4__i
T
_
F
- i
aa E
v i
=
c
a
E
-
{
C i
'
Fz
E i
F
i
a F
a a
—
v
F
C F
-
F
v
e
e`
i
F e
i
Fzs5
x
3
S
F
€
e
lxC
e
Lcc'
Fx
v =
c
—
i
_
fi t
C
i cC
r T =
Y
Z
LQ
`1O
O
ZQ
rM
/C
v
WUi
w
W Z
C
ftoo
/ice SD 2
C P.
C v
C
T�
C
r.arrC
c
Q �
C
�i JC
i F!
a
a
i
Ea
[
______J
fi llt='E Y�1
C i
j
CC
•
-
= C
L m
6
T__
r
L
-r
8
J'._
_
v
r —a
!fl
6
C
T C
C _
T C=
_t
C
V
z
cc
} r
O0
zp
¢w
W cA
az
S
4L
L >
e 5 r
:
Q -�
F P- — m 3
J L -
i Y p3J T -
p� L= L p Y
≤
—�I � Ci _
L =— TL cC
'1
�,-2% Slope to ip rn 6Foo0 v e
a /�'//� " r., �' Wet
Q3 / Q_� °SIO•IOn�P m
1 ;� '"t � n Well
---19"C.l - FM ''' .•- e
_ - '�R/WLi
1'�
/-Gravel '
D1ive7
a a
• o — ARMSTRONG -.s
SPHAL7—j ..
i.0
1.6
Ly*il[s1VAV!I
PLAN
Pin
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION NO. WW14
INDUSTRIAL PARK
(ARMSTRONG AVE.)
ETC ENGINEERS, INC
FEBRUARY 1990
Eo
Inv. In a 1455.O0' PtiMM 8-C.I P
IMV.DuI=
3
ay
SECTION
Chain Link
25.3
• L! f Station .jjj'Lt'
I
Glavel7
I
J�p
.50'
1452.0
r El: 1449.0'
j L-22' Db1. Gate
®SCALE: I'=10
25B
CRY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION NO. WW15
COUNTRY CLUB ESTATES
(E. 29th CIRCLE)
ETC ENGINEERS, INC
FEBRUARY 1990
� I
•
\� •
N MH /•
Cont.
• Bridge'.
•
• ♦i• `C , • •t
In aTn• 4, I.
�•;_••
v
4IZ CI?
I.
4�
Q
do // �0
No I
UI • �
• 69'
11
yW _
_ I�
• • rLIFT STATION
,
Wet See e. , .... •..•. •Well Detail SERVICE ROAD '--I
Below 9 r,. �••I 0
1� .. °
I J
11,0' I 15.5'
26.5' 4q '
QI ;:
NI
mI
••
e._Chein Link Fence
•
69.5' .•
I e•
•
' `_12"0.1. Force Main
•1
Wet
Well
Future Pump
loot EI.=1220.0
DETAIL
SCA� 0
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION NO. WWI6
McCOLLUM AVENUE
ETC ENGINEERS, INC
FEBRUARY 1990
24.0•
I.ri 9• Pimp C. -I
Wei Well r. ILEr.tranae t 'C F.M.
• Floor El.= 1228.0 :J I Tube
•'E. ': / I
_
• , 0 •. fix' y.' a
., . Pump •::o poi'
.... ••.••.. ... • . •... •. •... .p .;••.. .... '.. •. '. ..; .. �••�.. Q
o Foundations
Iob
p Oulline of Slab Above(10122')�
PLAN
ojM
oE
rnff _
CITY OF FAYtTTEVILLE
SCADA SYSTEM
LIFT STATION NO. WW17
AIRPORT SOUTH
(OLD TERMINAL)
ETC ENGINEERS, INC
FEBRUARY 1990
I
Air Release Vo!ve
___ Property Lire 1350'
8;6"Redacer-
•1..........
re
\\ams oyo Ro g,\\..�`!,
v'
c71 C.
r : :�
Lift
Stalio
' C1om Link Fence
-- Properly Line_ _- 135O• __
I
Li
[_l
'11
u
I
I
I
I
SECTION
.00'
m
13'
00'
Inv. Inc122573'
°
•� n
v
220.35' JA
SITE PLAN
4
b
CRY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION NO. WW18
GREENLAND (ROSS STREET)
ETC ENGINEERS, INC
FEBRUARY 1990
-8"CI.•FM
P.
I.. ..
60.0 " I.
.
•
•
COUNTY ROAD NO.195
Dbl.Gate t .i ! _.
INV.a 15
OUT=1151.IOr:
INEL=t1
DETAIL
SCALE:
I
I .' . I;.(O. LIFT STATION -�
(See Detail Below)
0
—Chain Link Fence
29B
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION NO. W W 19
BALDWIN
ETC ENGINEERS. INC
FEBRUARY 1990
SCALE: 1�� 20•
------- 5p.------
Easement
Volvo .1
Wet Well ••
l FI.EI=I189.0�
.
—Check Valve
p..
DETAIL
SCAL
ELEV. 1196.0 - ALARM ON
ELEV. 1193.64'- INV. of CGRAVITY LINE
ELEV.1194.00 BOTH PUMPS ON
ELEV. 1192.00- ONE PUMP ON
ELEV. 1189.50 -ALL PUMPS OFF
30B
CITY OF FAYETTEVILLE
SCADA SYSTEM
LIFT STATION NO. WW20
HWY. NO. 112
ETC ENGINEERS, INC
FEBRUARY 1990
•
l T �__La :--!_
C L
a Tr
—n T
P
Y
Z
IC
2
- }
O
Zp
WCI)
Q r
W=
cc
C- -
L
-E-E
L
F
_
r �L T CAL
C
L
C
L
C
L cL≥ S
c i f i PP
L
I
E
nfl
a
5_
a
e
a a
3$
a C
r
c
-a
C
J
f
Z
Q
L
a
[F
1—
� �(
C
6
O
{
S E —C s i
O
ZQ
I z @
.L L
WV)
€ f
£ L
I T q f
s
D/
a
I.v�
LPL �
'
E
IT -P E _ •
� a
{
}
C i
E a
m
Q T
_c - - • a e
T_
_
_
i
T
T
CM! T L _
p�
�4a C
—a C'
�sA f c
�� yr -
=
r
a�i
57
ZV 7l C
T
I
-rr
a
s—i
E
i
a
E�
a
£
(
2
£---
£
±
_
zF
;
E
a_
a — =
L_
C
r�I
ST'
_
C�
C _
(
=
F
E '
i
E
T±t
S
F
E E
£
E
f t:
=
i
± e
-
E
reTTci
i
(
.rT
±
°
t
T
_
C
e
E
=
e
c '•
E
•
(
� -
rte=
S
F
°
LE
a
—i
z
F
₹
er
E
__
-.(
a
i
�
�
a
C➢
c --a
L
_a___
`
=
T
`
a
•
T
_T—
_
_3
=
a
f
STS
L 5
?
i�
EL i
y
[_
�___
a
i
i=T
E
-
®
.-•
c_
Fa
e
[
i
±
- +
_ i
=
z
i
;
°
[
;
i
5
;
La
E
F
?
c
�
i
d_
E
Z
€
_
c
L
_c
6�
O
E
__
T Z,
i_
(
i
±e
a
3
Ce
e
�
•
i
e
F—
FL �
fi
t —e
i e
F
1Q1r1
(
L
LU Oo
E _
5
c 2
a
- z
E z
5
€
L_
a { a
E
a
:
�_
SL
i
a
£
c ms
a
z
Lia
_
E•
e
v
F (
I
E
p
5
±
e
_
_
c
_�
r
_
=tea
LC L
CC:
L=
�!
- f
_
c
r
Fe {
C
O
CYa
i
a
Z
IC
S_
Q
r}
E.
Z
LL W
WV)
LW�C3Z2
LC/
=
c c
CD
Sa
T j
—•
-�c
rV
c
c -
s=_
cc d L ct:Li CE fl ?c CL
L -
E
-
a
a
Y
z
LQ—
r
:T.
Q
oo
zp
mw a
w CO -`
z
woO)
�IDr
ITE
TIC
-
'9—
N —
cc __ to
'? e c n� a
za
C
t
�-
C
E '
EE
C
_
Lx E
F —
-
E
_ia
E
PcF
C
C
v
L•
`L
E
[
' {
�c
E
=
c
r —L
v
e
G
a
i L_
x
E
= i
2-
c E
i
L
r
=
ET
w
-
c
C
x
]
�
•F
mac=
c
_
=
i
�F
E
•'
'
C —T
]
iTF
E E
c
E i
i
L
i 6
=
—
E F
'
E
L L
I
°
C
3
x
E
I=
i
i
E �
F
PL
r
-p
(6
e cP2
t
6
E
F_
_
F
i
E
C
E
Ew a
C
t�
L
a
Li
E
e
fi
gxg
E !
6
L E
`
F
E
_
Ei E
a
F
=
i°
Ei
i
E
i
t a E
=
v
c
6
C
i
iv
E
'c
_
rc
F
{C
F
E
EF
c
e
E
rte]
€
{
F
F
r
5
=
€
jE
°
x
I
-a
'
¢
i
C F6] =
v -
6 T ]f
i rn
4'E
vi]
a ¢ T
Y
Z
LQ
Q 1
Z O
LW V) __
I—. Q
Z
WOO)
LL L
C @�
C yr -3r
T
•r=
!E9
rz
n
Pte
-
.= =_
- rte.
ri®
-�
1:
T
_�
P
i
I
€
i
� r
F -a
E
L
_
C
C
• -
c v e
a
_
3
Z
6
1
€ 1
L
[.P
S
_ t
i
( a
v
r
�
c
ti
Li L
_
€
T
--
E
C-
-7-
�
-
c
-9
T
C
t
1
C
_
T
CCr
Y
ITT.
i
Y
Z
Q =_
Y T
O0
z v
WV)
Q L A
W Z
cc 23_ {_
ELLL�
__
v C
T �
p �C(
_--YL
fJL
i
[
EE
i
v
L
IL t.
LL
5
a
IS
i
7
a
3
e
-
"s
_�
a
=_
i
z
v_
3 _
3
— �a T_
i 7
a
Lfl T �_
r
P
e r Z i S -
Lid [ G
i
CC L
r9
n
a
nfl
D
— —
C
aE
E_
e
E Ii
as
--
C!
'a
i i
E E
L
E E
E ➢ E
a
Ea
a E
a 5
aa La
E5 a a
a
a
t
-- Ea-=�
4-P
•- A
ga
—:
CC:
�Y Z
c
�'al C-i
C
C
—a
t a �
`•
z zV
¢'w
w V^ !
ffiOo
az
cc C J
C�
za
CL
E=s
a
F —ac
£s e$
ii E--
a[
[•
-
_
a E
E
i
C
{ F
--
E
Z
v
zE
i
�
e
i
=z
v
? —
—
v
i
—c=i
S
a
[
L
E[
______
E _
[
____
F
[
L=�
E
r
_
_
�
F
t=
Ec
F
_
T
S
a
[_
_
[
;
TC
z v
E
5
i
E
-
F
F
z {
e
E
c
F
E
e
i
'
-
[
(
z
'S
t
_
a
gF
9
_
.:Le
F
g•
8
E
-
F
a
i�r
E`
ve
i
e
i
i
[
_E•_
z[
e
i
E=
rte
t
l
li
9
a
S
E_
Fv
E
E
1
[ _
F
EF
E
_
F
r
F
i
E
_
'_
C
CdJ
y
�
e_
v
E
C
�
Tca
EE E_
Q
F
i
Z
- -
v—
°
Pty
E
•
iv
e
a
a
i i C
i_f
d
L
a
a
rt
Y
z
f
O
Z=-
WC/)
'_
rL
woo)
Y
C
I
2�
E T
t
Q=om
C
c6 c
C
-t
Ci
___8 <C.
Cdl �d
tI 7 S �7 CLC �"-
YY
_____ �C Y
�t
C
Y
Z
H
2
Q_
ZO
WV)
F
Z
[W O0)
cr
— c a
a L
y� S
C
C
ccr
a
=L_
_
i
Icam¢
a
_
`
__
b - 2-
Y •
i=
fl-
L
i
L
L
H
I
I
C
I
ii
Y
LZ
T O v=
z=
FL w
Q L a�
W Z
WSO
cr
C = 6
s@aa
Sv
€max
y�i C
e� c
2 Fa
r rP-E T
3
[
T=
T
L
E_
C
i_
.ti
s
e
a
I.
P�
y E
r
T•
__
EF
y i
r..
F
F
I i
�—�
vL
v
�
Y
[ as
•
r
_
mac=
i
C
v
_
- _
E
=L_
a
v
Fe
Ev
y6
�L
c
fi
c
ae,
Fi
v
e
FE
[
3-=
a
e
L
L
E
y
S_Y
F
'
_
E
�
F
a
�
L
LT
a
I
Li
L
�a
C
�
C
O
[
-
E
_
e
_
i•
E
_
E
—-—
[
i
4
tT
E
L
E
E
i
F
_
E1
t
i
E
E
i!
E
L
i
i
C E-5
—a
a
E
__
E
L
c
i
i L
i
!
�
fz c_
rcia
=
a
c
_
ti
t. i
_
_
a
E
S
E
[
E
i
I�
ao
S i
S
[
M1
Fac
E
_a
E
it
-
—c
E
L
C
p
t
i
E
`s
Z
i
L
F
i
E
I_
5
E
=
_E �
c
E
m
i a-
•
_�
E i5
E
CYr
[ L
E
fi
T
—
{
v
�
II
__
T=
i E
i
E--i_r -
i
r
E .
_
r
S
L
CSC
1 z
L
E
e
_ 3
q_
g
5 4 i
C
E
i
a
c rt
i
--
i
-fL
Y
75
E
Z
E
^v
TL
f
ac
t
C
E
LQ
E_
i._
c
L
=
Q
Ic
5
O
E_L
@
ExJ e
E
it
c
f
/Zip
LL W
LT
W
j
_31
j
C
Q Z
L
iFli
Ei E-
iin 5Z)
CSC
3 C C m
L
E
E
i
Cr..➢1
i
L
L
5F
_-'
C
E
Li
- —
to
ev
i
!
t
°
a
_-
=
i
f€
c
'
4m e_
�C _
_
i
i_ a a
C
� c
�4
S vac
Y
Z
T O
Za
W�
co
a
W =
Worn
LL L
6 r
®`l
te�act
i TaiT���
S!C
E 5-
L
!'_ E
Ce
E !
F Y
_-
S_=_
l :
F
S
! !
L
v
F
:
_ _p
tom_
!
9 Ci
L
v
a
r
= =
v
a
S
Y
Z
I
Z
O
WW s
Q Z
W Z
wOa
SD
cc L
c e T
E
a
-
f�
Tim T
- ZTi
P � f
er
C er
T C
e
i
['s
•
e
i
E
[
i
i
5
—
__�i
__
T
i
=-;-;
ri
.6_ 6
_
at
5
5
S
r
d
r
C t
a
C
` - E5
�
F n$�
r 5
Lt�
__
c_ eYa
fL
_
�a
_
W
U
FZ
IL
O
w
U
Z
r' 1
W f
Z '
Q { ,—at io
Z E'—.
1 In 1 i+b
i 1
zsz. --� ti
Q c9 1 j i
i a II
a
it
W ix
O i
i c..•
c .A 1 Cd) r ii
,r
o �+
�= I Q
C , +flC ► i
C` }
ar 1
N 1 1 i
il 11
Z H w i Q
o� '
Q =co i
'
1 w i �
w < i f
I
w_ �-
- -c
l rf
am
is
Z
— t'3 oa
E--• W w
c —. Lra Lrs cr cv)
.-.-0 --+ ---+ -1 ..�
CORD
i
r
xti-
I
VP
R
II
CC—,
r�
cam-. a
0I
CJO
CV %.O 0
Ct)
+--1
dw . d -4 +--4
co
CSi
0
LI
c�
C
Cr,
Cr,
C%3
0
I CJd
'/
a
i
Ii
3 I-
-t
�W
i9j
f:.
1 �'
�V
1
c
1
g�
iJ
■
�■
L+ry
f
I
i
y'
II
cv
, ¢
c rs
_
C..')
s
lam--
-41
ff 1
CYJ
CO1
C t)
-a
II
a
4 E-.
G
J~
Lti
I47C
fi
r
1
sue•-
';
t
_
i
1
I
tc
i
1
-
_—■
_
{r
1
Zua I
Fc:
i
�-
a
I11
1
i
w
way 1
o0
¢ <
r
c
rI
a
�
ire
■
■
■
W Z
CD
CIO
tic
0.
c'-i
C
c2+
oa
c F•
u-
u-
c7' ca"
C+7
R7
t
Gz' t CS_ L
.? G- l (I -
Cam+ ! ' t —
:
it
Oti cc 1 t
i c t i 1
W t cc ii r
= s=. ,
wzr
-i
c¢ ! a csa
t co
I i /
of
I
3 -rev,
oZ i = I
Q I
i C?: i
¢� -F
[ti]
aSI
s ! _ + Jr.
.- I a
,,a I
{
= i .i it
- :a C9.? — C5? C37 CD
H W Cn C%7 In CO ---4 am-
cnc-+ u'x u7 _
a• W --a -- - ,.--4 ---+ ---q
r_rsd
C-
0,
w
-� 4
---+
ttia
c+ry U-,
c
c+y
ctia ---I
W
Ii
ccm..
C v
t.b
Cry
O'+
In
C']
a-
--1
V'
t0
C3ti
C']
U-,
Y?
Cr'
C'
C']
C']
---i
.-.a
_--4
_--i
,'.-4
--4
C-
1 e
Tsy >~7 �a it j
ii'
o E—. II iii
CV I a C.•)
N I Cd)
I fs_ C=
fp�
iT
I T
1 w - �
_" , r`a it
� r II
s s�
a
1aar I crs f
`,
r—. a
CJf
1a f o
i
1 1
LI
C D i
NYC 6
O¢cx. a I
Wgrsa
a 1 , � !
¢ 1 �if
cr f
w i
r� •
s_ z iII
rr
w z rsa .o 0 .v
v o o- Cd)C
iii
4Jir
-
2--s
C
FrO
___ WgJJ
I - �Y SYl I G. ---1
i
— I 1 I
_
- H i1 r
C S _KVC,,
+--i w CY i 1
3 a cva i
N
--a- r T
jj Cr,
CI
w I - II fl
Q E-.
w^' mar a�
w 4 1 ti ctia
Inc a r
3 _ ti I
Zw >X
d
Q Y 1 r ft
I co
----
1
s r •1:
Y i~ I
I I I I I
ca
H Lz3 C% _ _ vO Cx� Cti7
K.ri H 1r> >rA C7' Cr} C3 CV