Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
44-91 RESOLUTION
I a •••:. —me WI "Nle RESOLUTION NO. 44-91 A.RESOLUTION APPROVING A CONTRACT WITH RJN ENVIRONMENTAL ASSOCIATES AND MCCLELLAND CONSULTING ENGINEERS FOR PHASE I OF THE SEWER SYSTEM EVALUATION STUDY. BE 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 in the amount of $500,611.00 with RJN Environmental Associates and McClelland Consulting Engineers for Phase I of the Sewer System Evaluation Study of the sewerswithinthe Illinois River Watershed. A copy of the contract and worie plan authorized for, execution hereby is attached hereto Marked Exhibit'"A"land. made.dloart hereof. PASSED ANDIAPFROVED:thias2 -5th day of March • • a •:-.ATTEST: 74. • 7.• 21 ,-_J ernefar w:citycPerk.*.:' 0:0-0-1fret .9,10;4 fitMW' APPROVED: ▪ By: , 1991. AC44//Alimeda,--_, ayor • • • AGREEMENT CITY OF FAYETTEVILLE, ARKANSAS AND RJN ENVIRONMENTAL ASSOCIATES, INC. DALLAS, TEXAS 9•1 THIS AGREEMENT made this day ofingt"-cA, , 1991 by and between the City of Fayetteville, hereinafter called OWNER and RJN ENVIRONMENTAL ASSOCIATES, INC., Dallas, Texas hereinafter called ENGINEER. WHEREAS, the ENGINEER has submitted a proposal dated January 4, 1991 to the OWNER, for engineering services related to conducting a Sewer System Study for the Illinois River Watershed. NOW, therefore, the OWNER hereby engages the ENGINEER to provide the following professional services as set forth in this agreement. Section I - Basic Services of ENGINEER The ENGINEER agrees to furnish and perform various professional engineering services related to conducting a Sewer System Study for the Illinois River Watershed. The Sewer System Study of the Illinois River Watershed will be divided into two Phases. Phase I activities will include flow monitoring of the entire wastewater collection system in the Illinois River Watershed and intensive survey activities and analysis in Mini Systems 4, 8, 11, 12, and 16 as defined by the City of Fayetteville. Phase I activities are further delineated in Exhibit A of this Contract. Phase II activities consist of intensive survey activities in Mini Systems 1, 3, 7, 17, and 22. Phase II activities are described in Exhibit A and will not be initiated without authorization from the City of Fayetteville. Section II - Future Services for ENGINEER The ENGINEER is available to furnish and perform, under a separately negotiated agreement, future engineering services as desired and authorized by OWNER for additional planning work, design, construction, and testing with respect to extensions of this Project or others. , 1991 1 1 AGREEMENT (Cont.) Section III - OWNER's Resmonsibility Mr. Don Bunn, P.E., or other designee of the City of Fayetteville shall be the OWNER's Representative, and is authorized to act with authority on behalf of the OWNER with respect to all work tasks of the Project for which services are to be rendered by the ENGINEER. As responsible agent and beneficiary of the Project, the OWNER's responsibilities shall include the following: • 1. Assist ENGINEER by placing at his disposal all available information pertinent to the Project including maps, records, and any other data relative to the ENGINEER's services. 2 Furnish to ENGINEER, as required for performance of ENGINEER's Basic Services, except to the extent provided by the ENGINEER's Basic Services, data prepared by or services of others, including without limitations any previous plans for the sewer system, maps, and other special data or consultations not covered in ENGINEER's Basic Services; all of which ENGINEER may rely upon in performing his services. 3. Arrange for access to and make all provisions for ENGINEER to enter upon public property, public easements, private property as possible, as required for ENGINEER to perform his services. 4. Examine studies, reports, sketches, drawings, specifications, proposals and other documents presented by ENGINEER, obtain advice of any attorney, insurance counselor and other consultants as OWNER deems appropriate for such examination and render in writing decisions'pertaining thereto within a reasonable time so as not to delay the services of ENGINEER. 5. Provide such accounting, independent cost estimating, and insurance counseling services as may be necessary for the Project, such legal services as OWNER may require or ENGINEER may reasonable request with regard to legal issues pertaining to the Project. 6. Give prompt written notice to ENGINEER whenever OWNER observes or otherwise becomes aware of any development that affects the scope or timing of ENGINEER's services. 7. Bear all costs incident to compliance with the requirements of this Section III. , 1991 2 AGREEMENT (Cont.) 8. Provide detail water usage records, as necessary, for the Illinois River Watershed. 9. Provide flow data including depth of flow, velocity of flow, and flow rate data for all permanent meter stations in the study area. 10. Provide copies of all available as -built records for sewer lines in study area. 11. Provide cleaning of selected sewer segments for the purpose of removing blockages and debris to allow field activities to proceed. 12. Location and exposure of missing or buried manholes as needed. 13. Furnish water for cleaning and dyed water flooding. 14. Provide assistance in placing rain gauges at locations such as fire stations, police stations, or other municipal property sites. Section IV - Schedule of Service The Sewer System Study of the Illinois River Watershed will commence in early March, 1991 based on execution of this Agreement on or before February 18, 1991. Based on this start- up, the draft engineering report will be submitted during December, 1991. Based on a two week review period by the City of Fayetteville, the Final report would be submitted by January 31, 1992. The work described shall be carried out as expeditiously as weather and other physical conditions permit. The ENGINEER shall not be liable to the OWNER, if delayed in, or prevented from performing the work as specified herein through any cause or causes beyond the control of the ENGINEER, and not caused by his own fault or negligence including acts of God, or the public enemy, inclement weather conditions, acts, regulations, or decisions of the Government or regulatory authorities after the effective date of this Agreement, fires, floods, epidemics, strikes, jurisdictional disputes, lockouts, and freight embargoes. , 1991 3 ••••%. AGREEMENT (Cont.) Section V - Fees and Payments Compensation to the ENGINEER by the OWNER for work set forth in this Agreement wall not exceed $500,611.00 without prior written approval of the OWNER. Compensation to the ENGINEER shall be on a unit cost basis as detailed in Exhibit B. Payments to the ENGINEER shall be made monthly upon receipt of the combined status report and invoice to be submitted to the OWNER by the ENGINEER. Invoices shall be due and payable to the ENGINEER within thirty (30) days of each billing. Section VI - General Considerations Standards of Performance The ENGINEER shall perform all services under this Agreement in accordance with the standards of the engineering profession. Estimate of Probable Cost Since the ENGINEER has no control over the cost of labor, materials, or equipment, or over the contractor's method of determining prices, or over competative bidding or market conditions, has opinions of prelimanary or probable construction cost or total project cost provided for herein are to be made on the basis of his experience and qualifications. These opinions represent his best judgement as an experienced and qualified professional engineer. However, the ENGINEER cannot and does not guarantee that actual project cost will not vary from opinions of cost by him. Reuse of Documents All data and documents including drawings, forms, computer programs, and specifications furnished by the ENGINEER pursuant to this Agreement are instruments of service with respect to the Project. They are not intended or represented to be suitable for reuse by the OWNER or others on extensions of this Project or on any other project. Any reuse without written verification or adaptation by the ENGINEER will be at the OWNER's sole risk and without liability or legal exposure to the ENGINEER. Verification or adaptation by the ENGINEER may entitle ENGINEER to further compensation at a rate agreed upon by the OWNER and the ENGINEER. 1 1991 4 AGREEMENT (Cont.) Termination of Services This Agreement may be terminated by either party in the event of substantial failure. Termination may not be effected unless the other party is given not less than ten (10) days written notice (delivered by certified mail, return receipt requested) or intent to terminate and an opportunity for consultation with the terminating party. Upon receipt of a termination action, the ENGINEER shall promptly discontinue all services affected (unless the notice directs otherwise) and deliver or otherwise make available to the OWNER (subject to "Reuse of Documents" provisions) all data, other information and materials accumulated by the ENGINEER in performing this Agreement, whether completed or in process. The OWNER shall compensate the ENGINEER for any termination settlement costs the ENGINEER incurs related to commitments which had become firm prior to the termination. Controlling Law and Disputes If any of the provisions of this Agreement are invalid under any applicable statute or rule of law, they are, to that extent, deemed omitted. This Agreement shall be governed by the laws of the State of Arkansas. Successors and Assigns The OWNER and the ENGINEER each binds itself and its partners, successors, executors, administrators, assigns and legal representatives of such other party, in respect to all covenants, agreements and obligations of this Agreement. Neither the OWNER nor the ENGINEER shall assign, sublet or transfer any rights under or interest in (including, but without limitation, moneys that may become due or moneys that are due) this Agreement without the written consent of the other, and except to the extent that the effect of this limitation may be restricted by law. Unless specifically stated to the contrary in any written consent to an assignment, no assignment will release this Agreement. Nothing contained in this paragraph shall prevent the ENGINEER from employing such independent consultants, associates, and subcontractors as he may deem appropriate to assist him in the performance of services hereunder. Nothing herein shall be construed to give any rights or benefits hereunder to anyone other than the OWNER and the ENGINEER. Insurance ENGINEER shall procure and maintain insurance for protection from claims under Workers' Compensation Acts, claims for damages because of bodily injury including personal injury, sickness, or 1991 AGREEMENT (Cont.) disease or death of any and all employees or of any person other than such employees, and from claims or damage because of injury to or destruction of property including loss of use resulting therefrom. ENGINEER shall procure and maintain professional liability insurance for protection from claims arising out of performance of professional services caused by any negligent error, omission or act for which the insured is legally liable; and certification indicating that such insurance is in effect will be submitted to the OWNER within three (3) days of contract execution by both parties. Certificates shall provide for not less than 30 days prior notice to the ENGINEER of any cancellations or in the amount of coverage in the policies for the ENGINEER. IN WITNESS THEREOF, the parties hereto have caused this Agreement to be executed and their seals to be hereto affixed, this 5 day of.>/rW.c4--- , 1991. For the OWNER: Name /2/71 Tit1,e9.' e ATTEST: § 5-74_ •-•/(C. r(seaLy •"1-ezte_a Attachments: For the ENGINEER: RJN ENVIRONMENTAL ASSOCIATES, INC. Name Title Exhibit Exhibit A a Work Plan Exhibit 8 a Cost Summary 1 1991 6 (Seal) 4". Exhibit A WORK PLAN This section is a detailed description of the Work Plan that would be implemented for this project. Specific work items were developed based on our understanding of the project needs, our familiarity with the City of Fayetteville's wastewater collection system, and our experience with many other similar projects. The current sewer system in the Illinois River Watershed is estimated to contain approximately 137 miles or 725,000 LF of sewer and 3,500 manholes. The sewer system study of the Illinois River Watershed will consist of two Phases. Phase I activities will include flow monitoring of the entire wastewater collection system in the Illinois River Watershed and intensive survey activities in Mini Systems 4, 8, 11, 12, and 16, which is further defined as the Study Area. The Phase I study area is estimated to contain 381,000 linear feet of sewer and 1,820 manholes. Phase II activities will include intensive survey activities in Mini Systems 1, 3, 7,17, and 22 and will not be initiated without authorization from the City. The Phase I and Phase II activities are further described in the following sections. Phase I Work Plan Major phases of the work program for Phase I are listed below with work item details shown on the following pages. Item I Project Initialization, Administration, and Management Item II Physical Survey and Flow Monitoring Item III Rainfall Simulation Item IV Interim Report/Cleaning and Internal Television Inspection Item V Analysis and Report The Phase I Work Plan for the City of Fayetteville includes all the necessary engineering, planning, and survey work for developing an Overflow Elimination Plan in Mini Systems 4, 8, 11, 12, and 16 of the Illinois Drainage Basin. • I. Proiect Initiation, Administration, and Management A. Project Initiation 1. Mobilize project team including personnel assignments, liaison requirements between City of Fayetteville and Engineer, and ordering of necessary field supplies and equipment for the project. 2 Review all existing materials, reports, etc., as needed for the study and developed for or by the City and provided by the City. 3 Review all applicable existing and proposed plans provided by the City (original design, storm sewer, as- builts appropriate for the investigation, for the drainage area. Notify City contact of all discrepancies found within these plans based on field observations and limited to general location of manholes, direction of flow, general depth of sewers, and any missing sewers or buried manholes. 4 Meet, initially, with the City staff to give briefing on the investigation strategy and to introduce key personnel. B. Project Administration 1. Meet with City staff on a periodic basis to update previous investigative work, to coordinate upcoming work, and to receive any input from staff. Provide a written report on the progress at these meetings and distribute to designated representatives. They will be held periodically at significant project milestones with written documentation of each meeting provided. 2. Prepare final schedule of work activities. 3. Perform general consultation with representative City staff on an as -needed basis. Provide general overview opportunities for City personnel for observing regularly scheduled field inspection and testing activities. 4. Perform administration and coordination of television inspection subcontractor including, but not limited to, contract finalization, performance coordination, and payment request verification. 5. Perform Engineer's internal project control procedures on a monthly basis including schedule and budget control, quality control review, and monthly progress reports. 6. During all phases of this investigation, the Engineer will notify the City of all major I/I defect sources that, if corrected in an expedient manner, will result in a significant reduction of I/I flows. Such I/I sources include, but are not limited to, storm sewer overflows and cross -connections. C. Public Relations 1. Engineer will prepare and deliver all notices or signs necessary for the public relations program as well as providing media announcements/relations techniques (e.g. smoke testing) and private sector contributions (e.g. dye water testing) in connection with City staff. 2. The City will designate the contact point for receiving, handling, and disposition of area resident inquiries during this project. D. Data Management Program 1. Perform final review of system maps to delineate preliminary boundaries of subdrainage areas and locations of additional flow monitoring sites. It is assumed that the City will provide maps of the designated system. 2. Perform field checks for final location and type of flow meters and ram gauges necessary to supplement city -owned permanent meters. 3 Establish manhole numbering system of each subdrainage area in accordance with the RJN CASS methodology. Update system as field activities are performed. 4 Prepare preliminary field map for project use. Existing sewer maps will be obtained from City records. Al]. drainage areas, sewers, and manhole numbering will be shown on the map. 5. Obtain preliminary sewer segment distances, sewer diameters, sewer slopes, available invert elevations for City sewers from existing City sewer as-builts. City will be notified of any missing elevation data or questionable data. 6. Determine estimated average base flows for each drainage area from water records to be provided by the City. 7. Fill out Hydraulic Network Forms for all City main and collector sewers in the Phase I study area and input to Engineer's computer system. 8. Obtain hydraulic network output reports for mains and collector sewers; review, correct as necessary. -4 srof. • 1.3 9. Obtain IDM (inch -diameter -miles) figures for mains and collectors in intensively surveyed areas; review, correct as necessary. 10. Review and modify hydraulic network as differences are found during field survey activities. 11. Obtain capacity output reports; review and correct as necessary. Develop computer model of the entire wastewater collection in the Phase I study area using RJN's CASS program. II. Flow Metering Activities/Physical Survey A. Temporary Flow Metering 1. Install, calibrate, service, and maintain temporary meters, as necessary to supplement the City's permanent meter stations for a period of 60 days. It is assumed that adequate weather conditions will be observed during the monitoring period so that dry and wet weather conditions, and at least three storm events of different rainfall intensities are monitored which do not result in surcharge conditions. Continuous recording meters with depth/velocity capability will be used on the gravity mains and collector sewer locations so that surcharge flows, if any, can be monitored. It is anticipated the wet weather monitoring and dry weather monitoring will be conducted consecutively to avoid reinstallation of equipment. A total of 8 flow meters are estimated to be required to supplement the City owned flow meters. 2. Install and service three rain gauges with 0.01 inch accuracy in the study area to obtain a continuous record of rainfall conditions during the flow monitoring 1 period. Rain gauges to be synchronized to the same flow monitoring clobk. 3. Evaluate and make recommendations to City for procurement of rain gauges for City's continuous use. Evaluate and make recommendations for placement of permanent raingauges. 4. Remove flow meters and rain gauges. Obtain final manual depth and velocity readings to compare to metered data. 5. Analyze flow data and develop base flow diurnal curves and base flow peaking factors. Correlate with water consumption records, if possible. 6. Analyze flow data and develop estimated peak groundwater infiltration rates if possible. 7. Analyze and tabulate rainfall data at three rain gauge sites. 8. Determine peak inflow rate for selected rainfall events and determine corresponding rainfall intensity for areas tributary to all flow monitoring locations. 9. Establish the relationship between peak inflow and rainfall (Q vs i) for each area tributary to a monitoring location. B. Analysis of Data From City Owned Flow Meters Flow data to be supplied by the City will be analyzed to determine dry and wet weather flow conditions for each permanent monitoring location. It is assumed that depth of flow, flow velocity, and flow rate data will be supplied by the City for each metering location. Flow data will be analyzed to determine where possible the following: 6 .1••• 6 a. Average base flow under dry weather and low ground water conditions, and Peak flow VaiiiS for each monitoring location. b. Determine infiltration rates under high ground water conditions if possible. c. Determine peak inflow rates under high groundwater conditions and develop relationship between peak inflow and rainfall intensity for area tributary to a flow meter. C. Below Ground Manhole/Visual Pipe Inspection The below ground manhole/visual pipe inspections will begin immediately after project initialization. For the purpose of the cost estimate it is assumed that 1,820 manholes in the Phase I Study Area will require inspection. 1. Perform comprehensive internal manhole and visual pipe inspection for manholes in the study area. Any manholes exposed or made accessible by the City within 60 days following notification by the Engineer will be inspected. A total of 1,820 manholes are estimated. 2. Input below ground/visual pipe inspection data to project computer files, assign flow rates, obtain output reports for I/I sources, I/I flows, and I/I rehabilitation costs. III. Rainfall Simulation A. Smoke Testing For the purpose of the cost estimate it is assumed 100 percent of the wastewater collection system in the Phase I study area will require smoke testing. • • 1. Area resident inquiries will be handled by the City. 2. Distribute smoke notices prior to performing field testing work in areas to be tested. Flyers will be distributed no more than five working days prior to the actual performance of the smoke testing. If weather conditions prevent smoke testing within this time frame, flyers will be passed out again. Notices will be provided by the Engineer. 3. Perform dual blower smoke testing with partial plugging of all sewers. Estimated 381,000 linear feet. 4. Input smoke data to computer files, obtain reports for potential cross connections or main sewer defects and develop recommendations for dyed water flooding. B. Dyed Water Flooding 1. Select locations for dyed water flooding based primarily on smoke testing results with supplemental locations based on the map review and reconnaissance survey. 2. Perform dyed water flooding on selective storm sewer sections; suspected overflows, stream and ditch sections, and other ponding areas in the public sector that may be contributing to inflow. It is estimated that 60 locations in the public sector will be dyed water flooded. 3. Perform dyed water flooding in private sector (drains, downspouts, etc.) with prior notification of the resident. It is estimated that 28 locations in the private sector will be dyed water flooded. 4. Input dyed water data to computer to obtain reports for cross connections and estimated flows. • IV. Interim Report/Cleaning and Internal Television Inspection A. Interim Report 1. Perform analysis of dyed water data and smoke test data, for internal television (TV) inspection recommendations. 2 Prepare brief interim report summarizing the justification and locations of sewers to be TV inspected. Submit and discuss report with City staff. B. Selective Clean and Television Inspection 1. Cleaning and TV inspection of selected sewer lines to be performed by subcontractor to Engineer with an Engineer's representative on location to observe the work and record the inspection data using the RJN LineMate Data Logger System. Data to be transferred to the source model for update of project files. It is estimated that approximately 19,050 linear feet will be cleaned and internally inspected as a result of dyed water flooding results. Provide television inspection results to the City of Fayetteville in electronic format for download to the City's existing Linemate system. 2 Perform concurrent dye water flooding at selected locations during TV inspection. It is estimated that approximately 30 setups will be concurrently dyed -water tested. V. Analysis and Report A. Inflow Flow Balancing 1. Compare monitored and source flows by basin using flow monitoring results and computerized listing of quantified defect flows. 2 Perform balancing of monitored flows and source flows based on evaluation of identified source flow rates and unaccounted remaining flow by basin. Adjust assigned rates by basin with distribution by line segment. B. Data Analysis 1. Update base flow rates in hydraulic model by line segment using measured flows compared to water consumption records. 2 Perform hydraulic analysis at base flow or dry weather conditions using the enhanced CASS program with time routing. 3. Perform hydraulic analysis at wet weather conditions at two (2) storm frequencies for existing conditions (no rehabilitation or relief sewers) with time routing and hydraulic grade line at critical locations. Elevation data for sewers and manholes, where needed will be obtained from existing City records or field surveys by Engineer, as required. 4. Develop rehabilitation and improvement costs for various types of infiltration/inflow defect repairs and sewer improvements including, but not limited to: a. Main Replacement b. Point Repair c. Chemical Grouting of Joints d . Sliplining e. Inversion Lining f . Expansion Lining g . Manhole Rehabilitation h . Manhole Replacement i. Relief Main Construction j. Rerouting Sewage Flows - 10 - • 5. Perform cost-effectiveness analysis for infiltration rehabilitation plan based on applicable rehabilitation method, material, and costs adjusted for life expectancy, using the CASS program. 6. Perform cost-effectiveness analysis for inflow rehabilitation and needed in -system relief sewers to transport remaining wet weather flow at one (1) design storm frequency. Costs for rehabilitation methods, materialland sewer improvements to be adjusted for life expectancy. Evaluation to be performed at multiple levels of inflow rehabilitation using the CASS program. Downstream transport and treatment costs to be provided by City staff with discussions by the Engineer for any possible adjustments. Quantify all public and private 1/I sources identified. 7. Perform selective hydraulic gradient analysis for critical capacity lines to estimate allowable level of surcharge. 8. Perform hydraulic sensitivity analysis of rerouting flows from overloaded sewers to sewers with available capacity such as adjacent parallel lines. 9. Develop recommendations for cost-effective rehabilitation of both public and private 1/I sources in priority order, cost estimates by individual rehabilitation type, and estimated I/I reduction as a result of the recommendations. C. Report 1. Prepare and submit a draft report, including, but not limited to: a. I/I investigation and findings. -11-- b. Cost estimates for each rehabilitation alternative. c. Rehabilitation schedule. d. Additional relief capacity required. Draft report of project which will include all items listed in the scope of work. Appendices to the report will include final computer outputs of all field investigations and analysis recommendations. I/I sources which were located and determined not to be cost-effective to rehabilitate will also be listed by public and private sector. . 2. Submit ten (10) copies of "draft" rehabilitation report to City of Fayetteville for review and comment and provide a presentation of results and recommendations. 3. Prepare "final" report based on review comments and submit to the City. Ten (10) copies of this report will be submitted to the City. 4. Transfer project database to CASS WORKS Oracle database. Provide software license for CASS WORKS Sewer application, Hydraulic modeling, and Physical Inspection Modules and provide software training. (Four days of training is anticipated). • - 12 - a • • Phase II Work Plan Major phases of the work program for Phase II are listed below with Item I work item details shown on the following pages. Item II - Item III - Item IV - Item V Project Initialization, Administration, and Management Physical Survey Rainfall Simulation Interim Report/Cleaning and Internal Television Inspection Analysis and Report The Phase II Work Plan for the City of Fayetteville includes all the necessary engineering, planning, and survey work for developing an Overflow Elimination Plan in Mini Systems 1, 3, 7, 17, and 22 of the Illinois River Drainage Basin. I. Proiect Initiation', Administration, and Management A. Proiect Initiation 1. Mobilize project team including personnel assignments, liaison requirements between City of Fayetteville and Engineer, and ordering of necessary field supplies and equipment for the project. 2. Review all existing materials, reports, etc., as needed for the study and developed for or by the City and provided by the City. 3. Review all applicable existing and proposed plans provided by the City (original design, storm sewer, as- builts appropriate for the investigation, for the drainage area. Notify City contact of all discrepancies found within these plans based on field observations and limited to general location of flow, general depth of sewers, buried manholes. - 13 - manholes, direction of and any missing sewers or • 1. 4. Meet, initially, with the city staff to give briefing on the investigation strategy and to introduce key personnel. B. Proiect Administration 1. Meet with City staff on a periodic basis to update previous investigative work, to coordinate upcoming work, and to receive any input from staff. Provide a written report on the progress at these meetings and distribute to designated representatives. They will be held periodically at significant project milestones with written documentation of each meeting provided. 2. Prepare final schedule of work activities. 3. Perform general consultation with representative City staff on an as -needed basis. Provide general overview opportunities for City personnel for observing regularly scheduled field inspection and testing activities. 4. Perform administration and coordination of television inspection subcontractor including, but not limited to, contract finalization, performance coordination, and payment request verification. 5. Perform Engineer's internal project control procedures on a monthly basis including schedule and budget control, quality control review, and monthly progress reports. 6. During all phases of this investigation, the Engineer will notify the City of all major I/I defect sources that, if corrected in an expedient manner, will result in a significant reduction of I/I flows. Such I/I sources include, but are not limited to, storm sewer overflows and cross -connections. - 14 - 7. Obtain IDM (inch -diameter -miles) figures for mains and collectors in intensively surveyed areas; review, correct as necessary. 8. Review and modify hydraulic network as differences are found during field survey activities. 9. obtain capacity output reports; review and correct as necessary. Develop computer model of the entire wastewater collection in the study area using RJN's CASS program. II. Flow Meterinq Activities/Physical Survey A. Below Ground Manhole/Visual Pine Inspection The below ground manhole/visual pipe inspections will begin immediately after Phasetl project initialization. For the purpose of the cost estimate it is assumed that 1,530 manholes in the Phase II Study Area will require inspection. Should areas be identified during the Phase I flow monitoring activities that do not contain excessive I/I, then these areas would be deleted from the investigation. 1. Perform comprehensive internal manhole and visual pipe inspection for manholes in the study area. Any manholes exposed or made accessible by the City within 60 days following notification by the Engineer will be inspected. A total of 1,530 manholes are estimated. 2. Input below ground/visual pipe inspection data to project computer files, assign flow rates, obtain output reports for I/I sources, I/I flows, and I/I rehabilitation costs. - 16 - . III.:.- Rainfall Simulation A. Smoke Testing It is assumed 264,000 linear feet of sewer in the Phase II study area will require smoke testing. If areas are identified that do not contain excessive I/I during Phase I flow monitoring activities, those areas would be eliminated from further study. 1. Area resident inquiries will be handled by the City. 2. Distribute smoke notices prior to performing field testing work in areas to be tested. Flyers will be distributed no more than five working days prior to the actual performance of the smoke testing. If weather conditions prevent smoke testing within this time frame, flyers will be passed out again. Notices will be provided by the Engineer. 3. Perform dual blower smoke testing with partial plugging of all sewers. Estimated 264,000 linear feet. 4. Input smoke to computer files, obtain reports for potential cross connections or main sewer defects and develop recommendations for dyed water flooding. B. Dyed Water Flooding 1. Select locations for dyed water flooding based primarily on smoke testing results with supplemental locations based on the map review and reconnaissance survey. 2. Perform dyed water flooding on selective storm sewer sections; suspected overflows, stream and ditch sections, and other ponding areas in the public sector - 17 - that may be contributing to inflow. It is estimated that 40 locations in the public sector will be dyed water flooded. 3. Perform dyed water flooding in private sector (drains, downspouts, etc.) with prior notification of the resident. It is estimated that 22 locations in the private sector will be dyed water flooded. 4. Input dyed water data to computer to obtain reports for cross connections and estimated flows. IV. Interim Report/Cleaning and Internal Television Inspection A. Interim Report 1. Perform analysis of dyed water data and smoke test data, for internal television (TV) inspection recommendations. 2. Prepare brief interim report summarizing the justification and locations of sewers to be TV inspected. Submit and discuss report with City staff. B. Selective Clean and Television Inspection 1. Cleaning and TV inspection of selected sewer lines to be performed by subcontractor to Engineer with an Engineer's representative on location to observe the work and record the inspection data using the RJN LineMate Data Logger System. Data to be transferred to the source model for update of project files. It is estimated that approximately 13,000 linear feet will be cleaned and internally inspected as a result of dyed water flooding results. Provide television inspection results to the City of Fayetteville in electronic format for download to the City's existing Linemate system. - 18 - :. I - 2. Perform concurrent dye water flooding at selected locations during TV inspection. It is estimated that approximately 20 setups will be concurrently dyed -water tested. V. Analysis and Report A. Inflow Flow Balancinq 1. Compare monitored and source flows by basin using flow monitoring results and computerized listing of quantified defect flows. 2. Perform balancing of monitored flows and source flows based on evaluation of identified source flow rates and unaccounted remaining flow by basin. Adjust assigned rates by basin with distribution by line segment. S B. Data Analysis 1. Update base flow rates in hydraulic model by line segment using measured flows compared to water consumption records. 2. Perform hydraulic analysis at base flow or dry weather conditions using the enhanced CASS program with time routing. 3. Perform hydraulic analysis at wet weather conditions at two (2) storm frequencies for existing conditions (no rehabilitation or relief sewers) with time routing and hydraulic grade line at critical locations. Elevation data for sewers and manholes, where needed will be obtained from existing City records or field surveys by Engineer, as required. - 19 - - 4• Develop rehabilitation and improvement costs for various types of infiltration/inflow defect repairs and sewer improvements including, but not limited to: a• Main Replacement b. Point Repair c• Chemical Grouting of Joints d• Sliplining e. Inversion Lining f. Expansion Lining g• Manhole Rehabilitation h• Manhole Replacement i• Relief Main Construction j. Rerouting Sewage Flows 5. Perform cost-effectiveness analysis for infiltration rehabilitation plan based on applicable rehabilitation method, material, and costs adjusted for life expectancy, using the CASS program• 6• Perform cost-effectiveness analysis for inflow rehabilitation and needed in -system relief sewers to transport remaining wet weather flow at one (1) design storm frequency. Costs for rehabilitation methods, material,and sewer improvements to be adjusted for life expectancy. Evaluation to be performed at multiple levels of inflow rehabilitation using the CASS program. Downstream transport and treatment costs to be provided by City staff with discussions by the Engineer for any possible adjustments. Quantify all public and private I/I sources identified. 7• Perform selective hydraulic gradient analysis for critical capacity lines to estimate allowable level of surcharge. - 20 - 0 8. Perform hydraulic sensitivity analysis of rerouting flows from overloaded sewers to sewers with available capacity such as adjacent parallel lines. 9. Develop recommendations for cost-effective rehabilitation of both public and private I/I sources in priority order, cost estimates by individual rehabilitation type, and estimated I/I reduction as a result of the recommendations. C. Report 1. Prepare and submit a draft report, including, but not limited to: a. I/I investigation and findings. b. Cost estimates for each rehabilitation alternative. c. Rehabilitation schedule. d. Additional relief capacity required. Draft report of project which will include all items listed in the scope of work. Appendices to the report will include final computer outputs of all field investigations and analysis recommendations. I/I sources which were located and determined not to be cost-effective to rehabilitate will also be listed by public and private sector. 2. Submit ten (10) copies of "draft" rehabilitation report to City of Fayetteville for review and comment and provide a presentation of results and recommendations. - 21 - a. 3. Prepare "final" report based on review comments and submit to the City. Ten (10) copies of this report will be submitted to the City. 4. Transfer project database to CASS WORKS Oracle database. 22 - Exhibit B Cost Summary Total Cost Task Description ($) Project Init., Admin., Data Mgt. $ 86,494 Continuous Flow Monitoring 39,978 (8 sites for 60 days) Analysis of City Flow Data 13,078 (15 sites) Below Ground Inspection 86,114 (1,820 manholes) Smoke Testing 98,659 (381,000 L.F.) Dyed Water Flooding 21,568 (88 test) TV Inspection 53,097 (19,050 L.F.) Data Analysis/Report 101,623 Unit Cost ($) 0.227/L.F. 83.29/meter day 872 per site 47.31 per MR 0.258 per L.F. 245.00 per test 2.79 per L.F. 0.266 per L.F. Total 500,611 1.313 per L.F. .. FEBRUARY 1, 1991 CITY OF F PAGE 1 ILLINOIS SEWER RJN ENVIRONI McClelland PRINCIPAL (PR) AYETTEV IL LE PROJECT MANAGER (PM) CIVIL ENGINEER (CE) RIVER WATERSHED FIELD SUPERVISOR (FS) SYSTEM STUDY FIELD TECHNICIAN (FT) 1ENTAL ASSOCIATES INC. COMPUTER/DRAFT SUPERVISOR(CS/DP) Consulting Engineers CLERICAL/OFFICE TECHNICIA(CL/OT) ...............................-----------__......--...--.----------.......---"------....... m-----------__ TOTAL TASK • .............•----HOURS ---------------•--.. TOTAL PRICE NUMBER DESCRIPTION PR PH CE FS FT CS/DP CL/OT HOURS (S) ___________________________________________________________________________•__-----______ I PROJECT INITIATION, ADMINISTRATION, & DATA MANAGEMENT A. Project Initiation 1. Mobilization 0 20 24 12 0 8 16 80 3,887 2. Review City Plans 4 18 48 0 0 24 48 142 6,548 3. Initial Meetings 8 16 16 0 0 0 0 40 2,599 4. Air Fare 2 trips 8 $300/trip 600 5. Car Rental 110 6. Per Diem 240 ------------'-------------------------------------------------------------------"--------------------------- Subtotal A 12 54 88 12 0 32 64 262 13,985 B. Project Administration 1. Meetings - Est. 6 9 48 60 0 0 0 18 135 7,705 2. Prepare Final Schedule 0 8 0 0 0 4 8 20 920 3. Consultation Meetings 4 9 22 0 0 0 0 35 2,135 4. Subcontractor Admin. - 0 18 8 0 0 0 8 34 1,842 5. Project Control 18 58 15 0 0 0 32 123 7,051 6. Defect Notification 0 4 8 0 0 0 8 20 932 7. Supplies and Printing 1,000 8. Air Fare 12 Trips D 300/trip 3,600 9. Car Rental 1,500 10. Per Diem 26 days 8 60/day 1,560 11. Phone & Utilities 10 months 8 200/mo. 2,000 12. Office Rental 7,000 •..........................................."------------------ -----------_-------------------------------- Subtotal B 31 145 113 0 0 4 74 367 37,244 C. Public Relations 1. Field Notices 0 4 8 0 0 0 8 20 932 2. Response to Inquiries 0 0 8 8 0 0 16 32 1,216 3. Supplies and Printing 1,000 ---------------------------------------------------------------------------------------------------------._-. Subtotal C 0 4 16 8 0 0 24 52 3,148 D. Data Management Program 1. Map Boundaries 0 2 4 0 0 0 0 6 350 2. Field Verification. 0 0 6 24 24 0 0 54 1,962k 3. MH Numbering System 0 6 10 0 0 0 28 44 1,751 4. Field Map 0 2 6 10 0 28 16 62 2,490 5. System Inventory 2 20 48 0 0 0 38 108 5,211 6. Est. Base Flow Rate 2 10 28 0 0 0 32 72 3,287 7. Hydraulic Network Input 0 10 16 0 0 0 64 90 3,385 5. . PRINCIPAL (PR) FEBRUARY 1, 1991 CITY OF FAYETTEV I LIE PROJECT MANAGER (PM) CIVIL ENGINEER (CE) PAGE 2 ILLINOIS RIVER WATERSHED FIELD SUPERVISOR (FS) SEWER SYSTEM STUDY FIELD TECHNICIAN (FT) RJN ENVIRONMENTAL ASSOCIATES INC. COMPUTER/DRAFT SUPERVISOR(CS/DP) McClelland Consulting Engineers CLERICAL/OFFICE TECHNICIA(CL/0T) ,. ________________________________________________________________________________________ TOTAL TASK ---•---------------HOURS --•-----•-•-•-•-•••- TOTAL PRICE NUMBER DESCRIPTION PR PM CE FS FT CS/DP CL/OT HOURS (S) ________________________________________________________________________________________ 8. Hydraulic Network Output 2 10 38 0 0 6 10 66 3,451 9. In/Dia/Mi 0 2 6 0 0 2 46 56 1,877 10. Field Network Update 0 4 10 12 0 6 6 38 1,704 11. Capacity Analysis 4 14 44 0 0 0 20 - 82 4,249 12. Computer Usage * 2,400 .•-------------------------------------------------------------------------------------'....----.--..-----.-- Subtotal D 10 80 216 46 24 42 260 678 32,117 ------------------------------------------------------------------------------•----------- SubtotaL Task Task I 53 283 433 66 24 78 422 1,359 86,494 II A. Flow Metering Activities 1. Flow Meter Instal./Monitor-8 0 16 20 68 68 - 0 16 188 7,227 2. Rain Gauge Instal./Monitor-3 0 0 4 8 8 0 0 20 764 3. Remove Equipment 0 0 0 8 8 0 0 16 544 4. Establish Base Flow 0 4 10 0 0 0 20 34 1,390 5. Establish Infil. Rates 1 4 20 0 0 0 4 29 1,561 6. Tabulate Rainfall Data. 0 0 0 0 0 0 4 4 116 7. Determine Peak Inflow 0 4 10 0 0 0 6 20 984 8. Q vs i Relationship 2 12 40 0 0 0 6 60 3,323 9. Meter/Rain Gauge Rental 21,000 8 - Flow Meters 3 - Rain Gauges 10. Vehicle Usage - 250 11. Per Diem 12 days B 60 days 720 12. Air Fare 4 trips B 300/trip 1200 13. Rental Car - 400 14. Misc. Supplies/Shipping 500 ------------------------------------------------------------------------------------------------------------ Subtotal A 3 40 104 84 84 0 56 371 39,978 B. Analysis of Permanent Flow Meter Data 1. Establish Base Flow 0 8 20 0 0 0 16 44 2,084 2. Establish Infit. Rates 0 8 40 0 0 0 12 60 3,067 3. Determine.Peak Inflow 0 12 40 0 0 0 4 56 3,095 4. 0 vs i Relationships 0 20 60 0 0 0 8 88 4,831 ----------------------------------------------------•--..___..-----....-_--_..--------------.._............._ Subtotal B 0 48 160 0 0 0 4D 248 13,078 PRINCIPAL (PR) FEBRUARY 1, 1991 CITY OF FAYETT E V I LIE PROJECT MANAGER (PM) CIVIL ENGINEER (CE) PAGE 3 ILLINOIS RIVER WATERSHED FIELD SUPERVISOR, (FS) SEWER SYSTEM STUDY FIELD TECHNICIAN (FT) RJN ENVIRONMENTAL ASSOCIATES INC. COMPUTER/DRAFT SUPERVISOR(CS/DP) McClelland Consulting Engineers CLERICAL/OFFICE TECHNICIA(CL/OT) TOTAL TASK -------------------HOURS --------------..---- TOTAL PRICE NUMBER DESCRIPTION IPR PM CE FS FT CS/DP CL/0T HOURS (S) C. Below Ground Manhole/Pipe Inspection 1. Internal Visual Inspection 6 40 92 810 810 0 34 1,792 64,231 2. Data Input/Analysis 8 22 48 0 0 32 24 134 6,788 3. Photographs 100 4. Computer Usage 600 5. Vehicle Usage 2,795 6. Per Diem 186 days a 60/day 6,600 7. Air Fare 25 Trips a 300 trip 3,900 8. Car Rental 500 9. Misc. Supplies 600 __________________________________________________ Subtotal C 14 62 140 810 810 32 58 1,926 86,114 -................................................................................ m --------------_----------- Subtotal Task II 17 150 404 894 894 32 154 2,545 139,170 III RAINFALL SIMULATION A. Smoke Testing 1. Smoke Test Notification 0 0 12 16 32 0 0 60 2,212 2. Perform Smoke Testing 4 18 44 610 1,220 0 10 1,906 63,378 3. Input/Output Comp. Data 6 18 54 0 0 36 86 200 8,654 4. Smoke Bombs - 560 dz. 12,000 5. Photographs - 250 6. Vehicle Usage 2,225 7. Printing/Shipping/Supplies 300 8. Computer Usage 600 9. Per Diem 138 days 2 60/day 5,040 10. Air Fare 20 trips a 300/trip 3,600 I1. Rental Car 400 ...........................................................:................................................. Subtotal A 10 36 110 626 1,252 36 96 2,166 98,659 B. Dye Water Flooding/Tracing 1. Select Dye Sites 0 4 8 0 0 0 0 12 700 2. Dyed Water Flood/Public 0 2 12 56 56 0 0 126 4,598 3. Dyed Water Flood/Private 0 4 10 120 120 0 0 254 8,969 4. Input/Output Comp. Data 4 6 16 0 0 18 34 78 3,351 5. Vehicle Usage 530 6. Computer Usage 300 7. Supplies 600 PRINCIPAL (PR) FEBRUARY 1, 1991 CITY OF FAYETTEVILLE PROJECT MANAGER (PM) CIVIL ENGINEER (CE) PAGE 4 ILLINOIS RIVER WATERSHED FIELD SUPERVISOR (FS) SEWER SYSTEM STUDY FIELD TECHNICIAN (FT) RJN ENVIRONMENTAL ASSOCIATES INC. COMPUTER/DRAFT SUPERVISOR(CS/DP) McClelland Consulting Engineers CLERICAL/OFFICE TECHNICIA(CL/OT) TOTAL TASK -------------------HOURS -------------------- TOTAL PRICE NUMBER DESCRIPTION PR PM CE FS FT CS/DP CL/OT HWRS (S) _________________________________________________________________________________________ 8. Per Diem 45 days a 60/day 1,680 9. Air Fare 4 Trips a 300/trip 600 10. Car Rental 240 ------------------------------------------------------------------'---.____.-_______..."'_______._ 0......__ Subtotal B 4 16 46 176 176 18 34 470 21,568 ------------------------------------------------------------------------------------------------------------- Subtotal Task III 14 52 156 802 1,428 54 130 2,636 120,227 IV INTERIM REPORT/CLEANING AND INTERNAL TV INSPECTION A. Interim Report 1. Review Field Results 4 6 14 0 0 0 4 28 1,616 2. Recomiend/Justify TV 4 8 14 0 0 0 6 32 1,804 3. Printing 300 ....................................................................... ....... ..........-- "'----------... Subtotal A 8 14 28 0 0 0 10 60 3,719 B. Clean & TV 1. Clean/TV Supv & LineMate 4 6 12 218 0 0 14 254 10,300 2. Concurrent Dye Flood 0 4 6 0 174 0 0 184 5,634 3. Clean/TV Subcontract - MBE 28,575 4. Vehicle Usage 640 5. Air Fare 6 Trips 2 300/trip 1,800 6. Per Diem 33 days a 60/day 1,980 7. Rental Car 200 8. Expenses 250 _______________________________________________________________________________ Subtotal B 4 10 18 218 174 0 14 438 49,378 ------------------------------------------------------------------------------------------------------------- Subtotal Task IV 12 24 46 218 174 0 24 498 53,097 V ANALYSIS AND REPORT A. Inflow Flow Balancing 1. Comp Monit/Source Flows 4 18 24 0 0 0 18 110 3,351 2. Source Flow Balance 2 24 42 0 0 0 20 88 4,619 3. Computer Usage 900 ------------------------------------------------------------------------------------------------------------- Subtotal A 6 42 66 0 0 0 38 198 8,870 FEBRUARY 1, 1991 CITY OF F PAGE 5 ILLINOIS SEWER RJN ENVIRONI McClelland PRINCIPAL (PR) AYETTEV It. LE PROJECT MANAGER (PM) CIVIL ENGINEER (CE) RIVER WATERSHED FIELD SUPERVISOR (FS) SYSTEM STUDY FIELD TECHNICIAN (FT) IENTAL ASSOCIATES INC. COMPUTER/DRAFT SUPERVISOR(CS/DP) Consulting Engineers CLERICAL/OFFICE TECHNICIA(CL/OT) TOTAL TASK ___________________HOURS TOTAL PRICE NUMBER DESCRIPTION PR PM CE FS FT CS/DP CL/OT HOURS (S) ________________________________________________________________________________________ B. Data Analysis 1. Water Use Balance 0 18 2. Hydraulic Analysis -Dry 4 14 3. Hydraulic Analysis -Wet 6 40 4. Rehabilitation Costs 2 6 5. Cost Analysis-Infil. 2 14 6. Cost Analysis -Inflow 8 24 7. Hydraulic Gradient 4 42 8. Flow Rerouting/Relief 12 48 9. I/1 Reduction Recommend 6 42 10. Computer Usage ......................................................... Subtotal B 1 44 248 24 0 0 0 18 60 3,011 38 0 0 8 16 80 4,139 48 0 0 16 20 130 7,000 9 0 0 0 6 23 1,229 28 0 0 4 6 54 2,961 38 0 0 10 10 90 5,039 52 0 0 12 14 124 6,839 76 0 0 18 22 176 9,712 32 0 0 8 12 100 5,683 4,200 345 0 0 76 124 837 49,813 C. Reports 1. Draft Report - 14 44 142 24 0 24 56 304 15,425 2. Report Presentation 4 12 12 0 0 0 8 36 2,012 3. Final Report 8 24 34 0 0 22 30 118 5,903 4. Printing 900 5. Aerial Photographs 400 6. Data Transfer/CASSWORKS License/Training 16,000 7. Air Fare 4 Trips a 300/trip 1,200 8. Per Diem 10 days a 60/day 600 9. Car Rental 500 ------------------------------------------------------------------------------------------------------------- Subtotal C 26 80 188 24 0 46 94 458 42,939 --------------------------------------•------------------___..-----------.___•-------...... ---------------- Subtotal Task V 76 370 599 24 0 122 256 1,493 101,623 -----------------------------------------------------------------------------------------------.._-.-... PROJECT TOTAL 172 879 1,638 2,004 2,520 286 986 8,531 500,611 4 � f V AP.Illalm .= CERTIFICATE OF INSURANCE UE 3/12 O PRODUCER - � THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND AVA Insurance Agency Inc. One Tower Lane, Suite 1500 Oakbrook Terrace, IL 60101 INSURED CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE LETTERNYA Security Ins. Co. of Hartford COMPANY LETTER COMPANY RJN Environmental Ascot., Ino. LETTER 12015 Shiloh Road COMPANY D Dallas TX LETTER` 75228 COMPANY E ETTER COVERAGES __.�_- -_.-.�_,� THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD `9NDICATEDTNOTWITHSTANDI NGANV REQUIREMENT,-TERM'OR"CONDITION-OF ANY CONTRACT"OROTHEFDOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Co TYPE OF INSURANCE POLICY NUMBER I POLICY EFFECTIVE POLICY EXPIRATION'' LIMITS LTR i DATE (MMIDD/YY) DATE (MMIDDIYY) GENERAL LIABILITY i GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG. $ CLAIMS MADE !OCCUR. ! I PERSONAL & ADV. INJURY $ ��_ .mom V_V4_y OWNER'S & CONTRACTOR'S PROT. - ��CH OCCURRENCE $ _.._ FIRE DAMAGE (Any one fire) $ i MED. EXPENSE (Any one person) $ LIABILITY I COMBINED SINGLE AUTOMOBILE ANY AUTO 4 LIMIT —--.-.----- $ _ ALL OWNED AUTOS I +jj BODILY INJURY SCHEDULED AUTOS ( i (Per person) $ HIRED AUTOS jBODILY INJURY $ NON -OWNED AUTOS (Per accident) GARAGE LIABILITY f PROPERTY DAMAGE $ t V EXCESS LIABILITY I EACH OCCURRENCE $ 111' + UMBRELLA FORM AGGREGATE $ -� aT ,OTHER THAN UMBRELLA FORM r _. '- I _ - •- - a -- .- =-aS—. —„ _.�. �WORKER'5 COMPENSATION � =__��� - - » .STATUTORY LIMITS' `- +._ -__--_- - ! EACH ACCIDENT $ AND T i 1 �- - I DISEASE—POLICY LIMIT $ EMPLOYERS LIABILITY I` I, DISEASE —EACH EMPLOYEE I $ I OTHER ! A PROFESSIONAL PL449241 112/16/901 12/16/91 PER CLAIM $1,000,000 LIABILITY # f AGGREGATE $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLESISPECIAL ITEMS Professional Engineering Services for Illinois River Watershed Sewer Study CERTIFICATE HOLDER - CANCELLATIONS - �_, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO City of Fayetteville . MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE ATTN:Mr. Don Dunn, P. E. I LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR City Engineer LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. 113 W. Mountain , AUTHORIZED REPRESENTATIVE Fayetteville AK 72%01 � I Mary C. Peterson ,727, ie -'( �}(- BX-_1 ACORD 25-S (7/90)--� , ©ACORD CORPORATION 1990