Loading...
2019-08-13 - Agendas -FinalCITY OF FAYETTEVILLE ARKANSAS MEETING AGENDA Water, Sewer, and Solid Waste Committee August 13, 2019 5:30 P.M. City Hall — Room 326 Committee: Chairman Mark Kinion; Council Member Sonia Gutierrez, Council Member Sloan Scroggin, Council Member Teresa Turk Copy to: Mayor Lioneld Jordan, Don Marr, Paul Becker, Sondra Smith, Susan Norton, Chris Brown, Alan Pugh, Terry Gulley, Peter Nierengarten, Jeff Coles, Brian Pugh, Mark Rogers, Corey Granderson, Aaron Watkins, Greg Weeks, Mayo Miller, Tim Luther From: Tim Nyander, Utilities Director CALL TO ORDER ROLL CALL OLD BUSINESS: 1. Nutrient Trading Update The Northwest Arkansas Nutrient Trading Research and Advisory Group (NANTRAG) met on June 21, 2019, and unanimously voted for a 60 -day pause on any action of the group concerning Draft Regulation 37. The reason for the pause was to schedule another meeting within the 60 -day timeframe to consider proposed revisions to the draft regulation from the Fayetteville Water, Sewer and Solid Waste Committee and from Beaver Water District. The 60 -day pause will be from June 21St to Tuesday, August 201h, 2019. The Fayetteville City Council passed a resolution on July 6th to forward comments for consideration to NANTRAG. The meeting to consider these comments will be held on Friday, August 16, 2019 at 1:30pm at the Illinois River Watershed Partnership offices, located at 221 S Main St, Cave Springs, AR 72718. All of NANTRAG's meetings have been publicly noticed and open to the public as will be the August 15th meeting. INFORMATON ONLY Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 2. Advanced Metering Infrastructure and Jacobs Engineering At the March and June 2019 Water & Sewer Committee Meeting, the committee was informed that the Utilities Department would be working toward transitioning to automated water metering in the future. AMI is a driver to increase efficiency, and it is a method by which the utility can have 2 -way communication with the water meter. This technology will allow the customer to track their water usage, assist the utility in leak detection and allow the billing and collection division to download usage directly into their system. On January 31, 2019, an engineering selection committee was convened, and Jacobs Engineering was selected to assist the City in implementing an AMI system. Jacobs has the expertise to assist the City in selecting a new metering system and implementing a customized program. A scope of services has been submitted, and the Utilities Department is requesting to move forward with Task 1, which includes defining the project, examining the meter inventory, evaluating available technologies, and estimating the costs. Update" After committee comments in June, City Staff met and further negotiated the applicable scope and effort associated with `Task 1' of this study. The cost of Task 1 is now reduced from $127,710 to $116,450. However, the full study and selection process consists of three overall task items, totaling $248,350. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL NEW BUSINESS: 1. Transfer Station Drainage Project Status The Recycling and Trash Division has secured the services of Multi Craft Contractors for the repair of the drainage system in the Division's Waste Transfer Facility. This work will be conducted between August 31St and September 8th. During this period, it will be necessary to close the facility to the public as well as outside commercial waste haulers. The City's waste collection trucks will still have access to the Transfer floor during this period in order to carry out normal collection and disposal operations. INFORMATON ONLY 2. Private Solid Waste Hauler Agreement — Orion Waste Solutions City Code 50.29 - Private Collectors; Contract With City Required No person, except a duly authorized agent or employee of the city, shall empty garbage or trash receptacles, or convey or transport garbage or trash on the streets or public thoroughfares of the city, without a written contract with the city. (Code 1965, §10-46; Ord. No. 1194, 4-6-59; Code 1991, §50.29) In accordance with this City Code, Orion Waste Solutions has submitted a request for contract to haul solid waste and recyclable material within the city limits of Fayetteville. There are currently 9 approved franchise haulers operating in the city of Fayetteville. The hauling contract will permit Orion Waste Solutions to collect and haul Class 1 and Class 4 solid waste and/or recyclables using open -top roll -off style containers with capacities of 20 cubic yards or greater, or roll -off style compactors with capacities of 20 cubic yards or greater. Source separated recyclables from industrial, large commercial or construction/demolition activities may also be collected using dumpsters with capacities of 6 cubic yards or greater. No unseparated recyclables, with the exception of construction/demolition waste, shall be hauled from any customer within the corporate limits of the City of Fayetteville. The agreement requires Orion Waste Solutions to pay a monthly fee to the City of Fayetteville of 10% of the gross revenue received for providing solid waste hauling services and 5% of the gross revenue received for providing the hauling of recyclables or construction/ demolition waste to a permitted construction and demolition waste sorting facility. The term of the agreement will be 2 years with automatic renewals for 2 additional 2 - year terms. Staff proposes approval for Inland Waste Solutions, LLC d/b/a Orion Waste Solutions to haul and dispose of solid waste and recyclable material within the City of Fayetteville. There will be no budget or staff impacts related to this request. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 3. Smart Metering Pilot Project In the past year, the city has experienced an uptick in radio -read water meter "no reads" in several areas of town. The meter malfunctions are to be expected, as the meters, batteries and other appurtenances have outlived their expected life span by many years. However, many of these meters and the associated technology cannot be repaired or replaced as it is obsolete and not available for purchase. To supplement the upcoming larger Automated Metering Infrastructure (AMI) study, City Staff recommends that a portion of our immediate purchasing needs for meter replacements be satisfied through a small-scale, smart -metering demonstration. This would include the purchase of 1,200 Badger Model M25 meters with associated service agreement to allow the meters to communicate to the "cloud", upload billing data, and provide a user -interface for customers. The cost of the meters and software engagement fee is $265,296.66 after sales tax. A monthly fee of $0.58 per meter would also be applied for access and use of the cloud -based software. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 4. Rebuild Pump & Motor at Hamestring Sewer Lift Station The Hamestring sewer lift station on Sunshine Road delivers over 85% of the West Side treatment facility's average 7+ MGD of wastewater influent. The station, first brought online in June 2008, utilizes a series of seven 350 hp Cornell -brand pumps that have been in operation for just over 11 years. Pump No.02 has been scheduled for maintenance rebuild as a 2019 CIP project following 48,000 hours or nearly 5.5 years of run-time service. Recently, Pump No. 2 was taken out of service and shipped to Jack Tyler Engineering, in Little Rock, for disassembly inspection and a rebuild cost proposal. A formal quote for rebuild services has not been received, but based on similar recent work, Jacobs Staff is confident this will not exceed $55,000.00. The exact amount of the repair will be presented when this item is taken before the City Council. Because it was necessary to have the repair facility disassemble the units to determine the extent of hidden and unknown damage to equipment already purchased, a bid waiver and/or formal sealed bidding is not necessary according to Ark. Code Ann. §19-11-203(14)(DD). Funds will be moved from the Sanitary Sewer Rehabilitation account to the Plant Pumps and Equipment account to cover the costs of the pump rebuild. Funds being moved are budgeted funds for sewer rehabilitation/replacement and maintenance. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 5. Baffle Installation at Sewer Lift Station #19; 5716 E Norman Murphy Rd The Mally Wagnon lift station at 5716 E. Norman Murphy Road (Lift Station #19) pumps untreated influent from residential areas near southeast Fayetteville along East Huntsville Road (Hwy. 16) and neighboring Elkins directly into the main gravity line to the Noland Treatment Facility. As wastewater drops from the inlet pipe, the subsequent fall positions the influent stream directly onto Pump #2. This area of turbulent mixing near the pump's intake results in both poor pump performance and significant cavitation damage to the impellor and pump housing. The Jacobs team has collaborated with the City's Utility Engineer for modifying the 18 -inch intake pipe by adding a baffle plate to the inlet pipe that would re -direct the incoming wastewater away from Pump #2 and prevent the undesirable turbulence near the pump's intake. Crossland Heavy Contractors has submitted a price proposal for accessing the Mally Wagnon lift station's wet well and installing a stainless steel baffle plate to the 18 -inch inlet pipe. Two other local contractors were contacted, and both replied with No Bid responses. Staff recommends completion of the proposed modifications by Crossland Heavy Contractors in the amount of $14,643.00. Taxes are estimated at $1,427.69 for a total cost of $16,070.69. Budgeted Funds will be moved from the Sanitary Sewer Rehabilitation account to the Upgrade/Replace Lift Stations account to cover the costs of the baffle plate installation. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 6. Biosolids Master Planning and Jacobs Engineering Currently undigested sludge from both the West Side Wastewater Treatment Plant (WWTP) and the Noland WWTP are dewatered with belt filter presses and the cake is hauled to the Biosolids Management Site (BMS) on the City owned farm (670 acres) across river from the Noland Plant. The BMS includes 6 Parkson Solar dryers (2011) and one Fenton batch indirect dryer (2012) that is powered by natural gas. The dried product is a Class A biosolids product which is sold to 25-30 farmers for $20/ton. In 2017, the BMS processed roughly 3200 tons of product. The solar drying system and the batch drying system are operating near capacity and periodically, these systems are unable to process all solids produced by the two WWTPs resulting in unclassified solids being hauled over 110 miles away for landfill disposal. Because of increasing solids production, the City's interest in energy optimization (Energy Action Plan), and the need to provide a more dependable and sustainable solids management system, a solids management plan is needed to identify management options consistent with achieving these goals. The steps to develop a solids management plan for the City includes the following activities. 1. Assessment of Existing Conditions 4 2. Evaluation Criteria Development and Identification of Appropriate Technology Solutions 3. Plant Simulation Evaluations 4. Cost Evaluations 5. Implementation Planning On May 7, 2019, Jacobs Engineering was formally selected to provide engineering planning services associated with this study. The not -to exceed fee associated with each task and the overall level of effort is $254,108.00. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 7. Utility Cost -Shares 1. Buffington Weir, LLC (Waterline) On October 23, 2018, the City Council approved a cost -share with Buffington for the construction of Rupple Road in association with the annexation and development of a 68.65 acre residential subdivision along the future portion of Rupple Road between Tanyard Drive and Weir Road. On March 25, Buffington received Planning Commission approval for the construction of this proposed subdivision and will be installing new 8" water mains within this development. This portion of Rupple Rd. is shown in the Water Master Plan as a portion of the 12" grid to serve this area of the city. The City of Fayetteville would benefit from the cost share as it will provide an extension of this 12" grid and the construction will be less expensive and less disruptive if done during the construction of the subdivision and Rupple Road. The City will be paying for 100% of the construction of this 12" water main and the developer will be responsible for 100% of the construction within the Magnolia Park Subdivision. This project is funded by the Water Impact Fee Improvements Fund. Water Impact Fee Improvement budgeted funds will be transferred to the Water System Improvement/ Replacement project to cover the cost of this project. Staff recommends the approval of a Cost Share Agreement with Buffington Weir, LLC in the amount of $206,070.00 for the installation of a 12" water main along Rupple Road between Tanyard Drive and Weir Road, approval of a project contingency of $20,600.00, and approval of a budget adjustment. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 2. Spring Street Cottages, LLC (Fire Hydrant) Infill residential development is proposed at 147 E. Spring St. necessitating several infrastructure improvements, including the installation of a fire hydrant along Spring Street. A hydrant in this location would also benefit the existing residential properties nearby. This water system improvement is appropriate for utility cost share dollars since the project will significantly increase residential density and falls within our downtown area. Specifically, the project will increase from one duplex to add an additional thirteen units in three separate buildings. During discussions with the project engineer, and subsequent bid solicitation, the hydrant installation costs and engineering fees were found to be unacceptably high. City staff coordinated with the City Attorney and the developer to offer a cost share benefit while reasonably limiting the City's expense. Instead of paying towards a private contractor and engineering fees for the hydrant installation, the city would provide all materials associated with the hydrant installation from our warehouse. These have been itemized and valued at $3,682.29. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 3. 3VOLVE Housing Co. (Sewerline) Infill residential development is proposed by 3VOLVE Housing Company on S. Curtis Avenue, just south of E. Huntsville Rd. on parcel 765-15071-000. This parcel has access to public water, but not public sewer. A sewerline extension from the south will be necessary to service this 1 -acre parcel. Engineering plans have been reviewed and approved for this 330 LF sewerline extension, and the developer has received 3 bids from contractors as follows: NEC, Inc. $ 50,338.94 Sweetser Construction, Inc. $34,755.00 Total Site Development, LLC $ 49,600.00 The engineering fees are estimated at $5,500, for a total qualifying project cost of $36,655.00. City Staff proposes a 50/50 cost share, with the city's portion being $18,327.50. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 4. Jack Otten; 2014 W. Maine St. (Sewerline) Infill residential development is proposed at 2014 W. Maine St. The original 0.6 -acre tract has been split into three lots and requires approximately 100 -LF of new sewerline to reach the lots for service connection. Engineering plans have been reviewed and approved for this sewerline extension, and the developer received three bids as follows: General Solutions Group $ 31,000.00 Total Site Development $ 35,300.00 Blazing Hogs Construction $ 23, 314.00 The engineering fees associated with the project are $4,500, for a total project cost of $27,814.00. City Staff proposes a 50/50 cost share, with the city's portion being $13,907.00. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 8. 2758 E. Hyland Park Sewer Damages Claim On July 18, 2019, at approximately 9:00 a.m. a root blockage caused a sanitary sewer backup into the home of Gary and Heather Prinz. City crews cleared the blockage and Servicemaster by Quality Restoration was contacted for cleanup. All of the three bedroom, three bathroom home was flooded with sewer. Cabinets, flooring, carpeting, and personal belongings had to be removed and disposed. Bathroom lavatories and the kitchen sink were reinstalled on temporary cabinets, disinfection of the complete home and contents salvageable, was completed. The Servicemaster bill is $20,619.57 for emergency remediation. We are requesting approval for payment to Servicemaster for this work. Bids for rebuilding the home are being collected and evaluated. Current city ordinance limits reimbursement for claims of this nature to $40,000 with mayoral approval and 2/3 majority council approval. The total cost for this claim is estimated to exceed $75,000. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 9. Overview of WRRF Monthly Report Discussion of Jacobs' June Monthly WRRF Report INFORMATION ONLY PRESENTATIONS ANNOUNCEMENTS ATTACHMENTS Capital Projects Status Table Jacobs Engineering AMI Agreement Draft Badger Meter Agreement Draft and Quote Picture of Hamestring Lift Station Dry Well Quotes and Schematic of LS 19 Baffle Biosolids Master Plan Agreement, Scope, and Fees Rupple Waterline Cost Share Agreement Documents Spring Street Cost Share Agreement Documents Curtis Avenue Cost Share Agreement Documents Maine Street Cost Share Agreement Documents Hyland Park Sewer Claim Servicemaster Invoice Jacobs' June WRRF Client Report ADJOURN Next Water, Sewer, Solid Waste Committee meets on Tuesday, September 10th, 2019, 5:30 p.m., Room 326. Capital Projects Update escription Location Contractor or Project Status Cost % No. Project DI Engineer Complete Construction 1 Hickory/Skelton Water Line Replacement Wards 1 & 3 Tri-Star Active Construction $595,791 84% 2 Masters Lift Station Removal Ward 1; City Lake Rd. Kajacs Active Construction $1,102,000 61% 3 Sang Avenue/Pleasant Woods/Maple-Oliver Wards 1, 2, & 4 Kajacs Active Construction $1,458,000 23% 4 Annual Cured in Place Pipe (sewer) Contract 2019 City Wide Insituform Active Construction $528,694 28% 5 Goshen Water Tank Improvements Wash. Co. Leher Enterprises Contract Awarded $238,777 0% Engineering Design 6 Electrical Improvements for the Noland WRRF (15kV Phase) Noland WRRF Allgeier Martin Bidding $515,049 100% Note: "Total Cost" includes future design phases forthcoming 7 Goshen/Benson Mtn. Water Tank Improvements Wash. Co. Hawkins -Weir Easement Acquisition $130,280 100% 8 1-49/Wedington Interchange Water & Sewer Relocations Wards 2 & 4 Burns & McDonnell Health Dept. Review $203,269 100% 9 Morningside Dr. 24" Waterline Replacement Ward 1 McClelland Health Dept. Review $84,627 95% 10 Utility Relocations Hwy 16 Ward 1 McClelland Easement Acquisition $107,145 95% 11 Kitty Creek Sewer Line Replacement Ward 3 McClelland Easement Acquisition $250,793 95% East Service Area Water System Improvements 1. Contract Section I - PSV's and PRV's 1 -Health Dept. Review 1-100% 12 2. Contract Section 11 - Gulley Road Tank Wards 2 & 3, Olsson 2-Engr. Design $630,635 2-60% Wash. Co 3. Contract Section III - Gulley & Goshen Improv's 3-Engr. Design 3-60% 4. Township Contract - New tank, pump station, mains 4-Engr. Design 4-60% 13 West Fork Lift Station & Sewer Lines Ward 1 McClelland Bidding $19,400 100% Note: This is a West Fork project with small Fayetteville cost -share 14 Hwy 170 Water & Sewer Relocations, Farmington Farmington Garver Engr. Design $265,975 30% 15 Waterline Replacements Wards 1 & 3 Garver Engr. Design $246,450 30% along S. Garland Ave. & Rolling Hills Dr. 16 Noland WRRF Aeration Basin Gates Noland WRRF Jacobs Contract Approval $71,150 0% Engineering Studies 17 2018 Water Tank Inspections and Water Quality Analysis City Wide Garver Disinfection Byproduct$154,000 85% Summer Testing 18 2018 Water Audit City Wide Black &Veatch Pressure Management$83,691 95% Investigation 19 North College Water Main Replacement Evaluation Wards 2 & 3 McClelland 716 Corridor Study $128,930 43% Coordination 20 Fulbright/Gregg Sewer Main Replacement Ward 3 Hawkins -Weir Staff Review $19,900 95% 21 Electrical Improvements at Water Pump Statons City Wide Allgeier Martin Electrical Analysis $46,144 59% 22 Fire Flow Improvements Within City Limits City Wide Hawkins -Weir Kickoff Meeting $134,720 0% 23 Automated Metering Infrastructure City Wide Jacobs Contract Pending TBD 0% 24 Biosolids Master Plan BMS & WRRF Sites Jacobs Contract Pending TBD 0% Note: % Complete for 'Under Construction' and 'Engineering Studies' represents actual invoice payments. However, for 'Engineering Design' the % Complete represents the phase of document completeness. JACOBS"' PROJECT NAME: Smart Metering Project PROFESSIONAL SERVICES PROJECT NUMBER: AGREEMENT CLIENT: City of Fayetteville ADDRESS: 113W. Mountain, Fayetteville, AR 72701 hereby requests and authorizes Jacobs Engineering Group Inc. ("Jacobs") to perform the following Services: SCOPE OF SERVICES: See Attachment A— Scope of Services -Smart Metering Project COMPENSATION to be on a basis of: a Lump Sum amount of $248,350.00. This Lump Sum includes all charges for professional services, which will be provided by Jacobs and all outside sources and an estimate of expenses. Should actual expenses exceed the Lump Sum amount, Jacobs will submit a statement within thirty (30) days of completion of Services for such expenses. Additional Services authorized in writing or otherwise confirmed by CITY will be billed in addition to the lump sum amount. The parties agree to the "Provisions" provided starting on page 2 of this authorization. Accepted for CITY OF FAYETTEVILLE Accepted for JACOBS ENGINEERING GROUP INC. By: By: Name: LIONELD JORDAN Name: Title: MAYOR Title: OFFICE MANAGER Attest Date: Date: File: PSA Provisions — JEG Page 1 of 6 City of Fayetteville. Ark GKD PROVISIONS ARTICLE 1. SCOPE OF SERVICES AND FEE JACOBS will perform the Scope of Services at the Fee set forth in Attachment A. ARTICLE 2. COMPENSATION CITY will compensate JACOBS for a fixed fee price. Work performed under this AGREEMENT may be performed using labor from affiliated companies of JACOBS. Such labor will be billed to CITY under the same billing terms applicable to JACOBS's employees. ARTICLE 3. TERMS OF PAYMENT CITY will pay JACOBS as follows: 3.1 Invoices and Time of Payment JACOBS will issue monthly invoices. Invoices are due and payable within 30 days of receipt. 3.2 Reserved ARTICLE 4. OBLIGATIONS OF JACOBS 4.1 Standard of Care The standard of care applicable to JACOBS's Services will be the degree of skill and diligence normally employed by professional engineers or consultants performing the same or similar Services at the time said services are performed. 4.2 Subsurface Investigations In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of JACOBS. 4.3 JACOBS's Personnel at Construction Site 4.3.1 The presence or duties of JACOBS's personnel at a construction site, whether as onsite representatives or otherwise, do not make JACOBS or JACOBS's personnel in any way responsible for those duties that belong to CITY and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. 4.3.2 JACOBS and JACOBS's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except JACOBS's own personnel. 4.3.3 The presence of JACOBS's personnel at a construction site is for the purpose of providing to CITY a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). JACOBS neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers of materials incorporated into the construction work. 4.4 Opinions of Cost, Financial Considerations, and Schedules In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, JACOBS has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, JACOBS makes no warranty that CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from JACOBS's opinions, analyses, projections, or estimates. 4.5 Reserved 4.6 Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. JACOBS is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. File: PSA Provisions — JEG Page 2 of 6 City of Fayetteville. Ark GKD 4.7 Access to JACOBS's Accounting Records JACOBS will maintain accounting records, in accordance with generally accepted accounting principles. These records will be available to CITY during JACOBS's normal business hours for a period of 1 year after JACOBS's final invoice for examination to the extent required to verify the direct costs (excluding established or standard allowances and rates) incurred hereunder. 4.8 JACOBS's Insurance JACOBS will maintain throughout this AGREEMENT the following insurance: (a) Worker's compensation and employer's liability insurance as required by the state where the work is performed. (b) Comprehensive automobile and vehicle liability insurance covering claims for injuries to members of the public and/or damages to property of others arising from use of motor vehicles, including onsite and offsite operations, and owned, nonowned, or hired vehicles, with $1,000,000 combined single limits. (c) Commercial general liability insurance covering claims for injuries to members of the public or damage to property of others arising out of any covered negligent act or omission of JACOBS or of any of its employees, agents, or subcontractors, with $1,000,000 per occurrence and in the aggregate. (d) Professional liability insurance of $1,000,000 per occurrence and in the aggregate. (e) CITY will be named as an additional insured with respect to JACOBS's liabilities hereunder in insurance coverages identified in items (b) and (c) and JACOBS waives subrogation against CITY as to said policies. ARTICLE 5. OBLIGATIONS OF CITY 5.1 CITY -Furnished Data CITY will provide to JACOBS all data obtained within the last five years and currently in CITY's possession relating to JACOBS's services on the PROJECT. JACOBS may request additional relevant data if necessary, for the PROJECT. JACOBS will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by CITY. 5.2 Access to Facilities and Property CITY will make its facilities accessible to JACOBS as required for JACOBS's performance of its services and will provide labor and safety equipment as required by Form 398 Fayetteville AR 5/2018 2 JACOBS for such access. CITY will perform, at no cost to JACOBS, such tests of equipment, machinery, pipelines, and other components of CITY's facilities as may be required in connection with JACOBS's services. 5.3 Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for JACOBS's services or PROJECT construction. 5.4 Timely Review CITY will examine JACOBS's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and render in writing decisions required by CITY in a timely manner. 5.5 Prompt Notice CITY will give prompt written notice to JACOBS whenever CITY observes or becomes aware of any development that affects the scope or timing of JACOBS's Services, or of any defect in the work of JACOBS or construction contractors. 5.6 Asbestos or Hazardous Substances 5.6.1 If asbestos or hazardous substances in any form are encountered or suspected, JACOBS will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. 5.6.2 If asbestos is suspected, JACOBS will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. 5.6.3 If hazardous substances other than asbestos are suspected, JACOBS will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. 5.6.4 Client recognizes that JACOBS assumes no risk and/or liability for a waste or hazardous waste site originated by other than JACOBS. 5.7 Contractor Indemnification and Claims 5.7.1 CITY agrees to include in all construction contracts the provisions of Article 4.3, JACOBS's Personnel at Construction Site, and provisions providing contractor indemnification of CITY and JACOBS for contractor's negligence. 5.7.2 CITY shall require construction contractor(s) to name CITY and JACOBS as additional insureds on the contractor's general liability insurance policy. 5.7.3 CITY agrees to include the following clause in all contracts with construction contractors, and equipment or materials suppliers: "Contractors, subcontractors, and equipment and material suppliers on the PROJECT, or their sureties, shall maintain no direct action against JACOBS, JACOBS's officers, employees, affiliated corporations, and subcontractors for any claim arising out of, in connection with, or resulting from the JACOBS's services performed. CITY will be the only beneficiary of any undertaking by JACOBS." 5.8 Reserved 5.9 Litigation Assistance The Scope of Services does not include costs of JACOBS for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by CITY. All such Services required or requested of JACOBS by CITY, except for suits or claims between the parties to this AGREEMENT, will be reimbursed as mutually agreed. 5.10 Changes- see Supplemental Terms ARTICLE 6. GENERAL LEGAL PROVISIONS 6.1 Authorization to Proceed Execution of this AGREEMENT by CITY will be authorization for JACOBS to proceed with the work, unless otherwise provided for in this AGREEMENT. 6.2 Reuse of PROJECT Documents All reports, drawings, specifications, documents, and other deliverables of JACOBS, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. 6.3 Force Majeure JACOBS is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of JACOBS 6.4 Limitation of Liability 6.4.1 To the maximum extent permitted by law, JACOBS's liability for CITY's damages will not, in the aggregate, exceed $1,000,000. Form 398 Fayetteville AR 5/2018 3 6.4.2 This article takes precedence over any conflicting article of this AGREEMENT or any document incorporated into it or referenced by it. 6.4.3 This limitation of liability will apply whether JACOBS's liability arises under breach of contract or warranty; tort; including negligence; strict liability; statutory liability; or any other cause of action, and shall include JACOBS's officers, affiliated corporations, employees, and subcontractors. 6.5 Termination 6.5.1 This AGREEMENT may be terminated by the City for convenience on 30 day's written notice by the City, or for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance within 5 business days of written notice and diligently complete the correction thereafter. 6.5.2 On termination, JACOBS will be paid for all authorized and satisfactory services performed up to the termination date. 6.6 Suspension, Delay, or Interruption of Work CITY may suspend, delay, or interrupt the Services of JACOBS for the convenience of CITY. In such event, JACOBS's contract schedule shall be equitably adjusted. 6.7 No Third -Party Beneficiaries This AGREEMENT gives no rights or benefits to anyone other than CITY and JACOBS and has no third -party beneficiaries. 6.8 Indemnification- See Supplemental Terms 6.9 Assignment This is a bilateral personal Services AGREEMENT. Neither party shall have the power to or will assign any of the duties or rights or any claim arising out of or related to this AGREEMENT, whether arising in tort, contract or otherwise, without the written consent of the other party. Any unauthorized assignment is void and unenforceable. These conditions and the entire AGREEMENT are binding on the heirs, successors, and assigns of the parties hereto. 6.10 Reserved 6.11 Reserved 6.12 Jurisdiction The substantive law of, the state of ARKANSAS, shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. See SUPPLEMENTAL TERMS for venue 6.13 Severability and Survival 6.13.1 If any of the Provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable, the enforceability of the remaining provisions shall not be impaired thereby. 6.13.2 Limitations of liability, indemnities, and other express representations shall survive termination of this AGREEMENT for any cause. 6.14 Materials and Samples Any items, substances, materials, or samples removed from the PROJECT site for testing, analysis, or other evaluation will be returned to the PROJECT site within 60 days of PROJECT close-out unless agreed to otherwise. CITY recognizes and agrees that JACOBS is acting as a bailee and at no time assumes title to said items, substances, materials, or samples. 6.15 JACOBS's Deliverables JACOBS's deliverables, including record drawings, are limited to the sealed and signed hard copies. Computer- generated drawing files furnished by JACOBS are for CITY or others' convenience. Any conclusions or Form 398 Fayetteville AR 5/2018 4 information derived or obtained from these files will be at user's sole risk. 6.16 Dispute Resolution The parties will use their best efforts to resolve amicably any dispute, including the possible use of alternative dispute resolution options. 6.17 Ownership of Work Product and Inventions All of the work product of the JACOBS in executing this PROJECT shall remain the property of JACOBS. CITY shall receive a perpetual, royalty -free, non -transferable, non-exclusive license to use the deliverables for the general purpose of the smart metering project. Any inventions, patents, copyrights, computer software, or other intellectual property developed during the course of, or as a result of, the PROJECT shall remain the property of the JACOBS subject to the City's free, perpetual, non-exclusive license to use for its purposes. ARTICLE 7. ATTACHMENTS, SCHEDULES, AND SIGNATURES This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A—SCOPE OF SERVICES Attachment B ---SUPPLEMENTAL TERMS IN WITNESS WHEREOF, the parties execute below: For CITY, CITY OF FAYETTEVILLE, ARKANSAS dated this day of Signature Attest: Name (printed) Lioneld Jordan Name Title Mayor Title For JACOBS, JACOBS ENGINEERING GROUP, INC., dated this day of Signature Name (printed) Title Form 398 Fayetteville AR 5/2018 5 Sondra Smith City Clerk ATTACHMENT A - SCOPE OF SERVICES Qualifications and experience Smart Metering Solutions at Jacobs Jacobs has extensive experience developing business case evaluations, conducting water meter evaluations, overseeing the implementation of customized AMI solutions, as well as operating and maintaining water meter infrastructure. We understand that the City of Fayetteville is focused on delivering water service, not just a technology project, so we take a holistic approach to delivering proven AMI solutions that improve not just meter -to -cash, but overall utility operations. • Our AMI technical team has expertise with all the top AMI systems and extensive hands-on experience implementing these systems for large water utilities. Our knowledge will enable us to develop an accurate technology assessment and procurement strategy that is based on actual performance rather than on potentially unwarranted vendor claims. We will also ensure that the technology selection and implementation plan maximize the City's opportunity for success. • Jacobs manages and operates water systems. From utility managers who have managed AMR/AMI system upgrades, to hands-on staff who have changed out meters, to specialists who manage customer service and billing activities, our folks have "been there and done that." We can provide these resources for lessons learned discussions and ongoing dialogue with City staff throughout the project so you can be sure your expectations are clearly defined, met, and even exceeded. Jacobs's Experience and References Jacobs is excited about the opportunity to assist the City in developing an AMI program. Jacobs takes great pride in our business and technical expertise on water AMI systems and having managed and implemented the most aggressive water AMI projects and programs nationwide. ■ Benet. WA Cleveland OH 40.000 ; J000 Delaware, OH Chicago, IL 12,()()0 Jordan valley. U7 a Franklin County. OH 0 10,000 Aurora, CO ■ 5.0t 80.0D0 Louisville. KY ■ 240.0,- Athens. GA 40 000 ■ We firmly believe that an in-depth LEGEND understanding of water utility c" operations is critical to these 5ixe projects and that gas or electric experience doesn't provide the full understanding necessary to excel in this space. The understanding of Highland Village, Tx_ • :),Uuu Uarttllpmery' AL Okakwsa. FL 90,000 35,000 Horth Naml Beach water, FL 33,000 Western VA water Authority. Roanoke, VA 56,000 Dwision Charlotte, HC Soo Columbia. SC 145.000 Hifton Head island. sc �. 12.000 South Island SC 9,000 Pembroke Pines. FL 43.000 St. Luria 0 60.000 inaccuracies in water metering and the impact on non -revenue water (NRW); residential water metering technologies such as PD, ultrasonic, and magnetic; cross connection protection of potable water systems; and devices that support remote valve operation and other advanced on -the -edge technologies are key differentiators specific to the water industry. Our team's experience implementing and managing these systems sets us apart from our peers. Client focused tasks such as developing implementation plans where realistic deployment schedules and constraints are analyzed, to helping utilities identify the long-term work order management system impacts, helps us differentiate and provide our clients real value in both overseeing and actively managing AMI implementations. Jacobs's selected team members and customized approach also differs from other consultants in that we start with the end in mind to help you make strategic decisions and realize benefits at every step. The resources and experience that we bring will provide the City with the information it requires for a defensible decision on next -generation metering technologies. Our team is available to start immediately and carry the project to completion. Project Understanding and Proposed Scope of Work A. Project Understanding Jacobs recognizes the initial need of the City is to identify functional requirements that will be used to select a potential new metering solution. Based on the information provided, Jacobs understands that the City is interested in evaluating implementation of a full AMI system to minimize re -reads, misreads and estimated bills, and provide detailed information to customers regarding their usage and potential leaks. To help make the best decisions possible, the City is soliciting help to identify costs associated with implementing an AMI system, to identify the most appropriate technologies, and to provide protections during the procurement process to establish a strong 20 -year partnership. We further understand that the City would like to understand how the implementation of an AMI system will enhance day-to-day operations, reduce costs, boost customer benefits, and better serve the residents. Jacobs is proposing a 5 -step roadmap for the City's AMI program as demonstrated in the following diagram. This proposal represents the first three steps. Existing inventory Oki a 2 Business objectives IT systems Release strategy Vendor Evaluation Communications Performance strategy requirements Full -life cost _ Budgetary cost Level of service Interview Schedule estimate requirements Demonstration Excessive failures Validation Communication Data analytics Evaluation criteria Selection Workflow Diurnal curves Schedule Negotiation Interfaces Hydraulic modeling Rollout Award Leakage and DMAs Validation Customer monitoring Acceptance Capital planning Meter optimization Figure 1: Jacobs'5-Step Approach to AMI B. Proposed Scope of Work Jacobs's assessment will begin with an initial data request to develop a meter register and understand the existing processes. Following analysis of the initial data, Jacobs will work with City staff to identify the City's goals and ambitions, and to develop functional objectives for an AMI system. During this phase of the project, potential AMI technologies will be discussed, and a deployment strategy will be developed. Once the initial assessment is complete and goals/objectives have been established, Jacobs will prepare a performance-based RFP with protective language to help identify and select the best -value system. The following tasks summarize our approach to the first three steps in the AMI roadmap. Task is Define the Project Understanding existing business and technical processes and anticipated improvements or changes to those processes is essential to successful deployment. Jacobs will work with process owners and subject matter experts to understand how the City intends to use the system and to identify key functional drivers. Task 1.1: Existing Metering Inventory Jacobs will begin this task by requesting an initial meter register from the City. This information will be used to assist City Staff in determining which assets should be replaced and/or migrated to the new system based on age, condition, and compatibility, with an interest in developing uniformity across the meter inventory. Task 1.2: Evaluation of Smart Metering Technologies As part of the metering needs assessment, Jacobs will develop functional objectives for a system that will support the goals and ambitions of the City; this is not a "one size fits all" technology. Developing the functional objectives for an AMI system is dependent upon the future processes that the City is willing and able to implement to leverage the interval data. In our experience, to leverage the investment in this technology, and harness the value drivers, it is very important to understand current and future utility and service operations, not just meter reading and billing. A key differentiator in our approach is that we perform both an operational assessment to determine functional objectives as well as a cultural assessment to confirm that the operational changes required to leverage and disseminate interval data throughout the enterprise will be possible. We will follow the meter inventory data request with a series of meetings with each functional area to discuss functional requirements. These discussions will address the City's vision for future communication architecture and explore fixed and mobile network technologies (RF, Cellular, LoRa, etc.) as well as one-way/two-way, licensed/unlicensed, mesh/star, etc. that meet the functional requirements that are identified. In addition, we will provide information on standards-based networks that could allow for third -party devices beyond meter reading to be 'heard' over the AMI network. We will not try to eliminate specific vendors but, rather, we will try to identify platform technologies that best fit the requirements of the City. Task 1.3: Budgetary Cost Estimate The outcome of Task 1.2 will be the identification of technology types (as opposed to specific vendors) that deliver key functional requirements (traditional AMI, cellular, and hybrid). Jacobs will develop cost estimates after identifying the specific type of technology that will support the requirements identified by the City. Jacobs will develop a budgetary cost estimate (inclusive of Capital and O&M) using actual market pricing for recent proposals for system of similar size in the region. The capital cost will include meters, registers, radios, pit lids, network devices, installation, IT integration, and program management. The O&M cost will include maintenance, software licenses and other IT fees, and recurring asset refresh as needed. Assumptions: • One onsite kickoff meeting will be conducted to introduce the team and meet strategic stakeholders. • We will conduct a series of workshop over 2 days to include meeting with each functional area. • A review workshop will be conducted to present findings and discuss any comments/changes from the City's project team. • Two additional conference calls with the project team for clarification on specific items has been included • Data provided in response to requests is assumed to be accurate. Deliverables: • Findings from this task will be documented in a draft memorandum (PDF format provided electronically). One set of consolidated review comments will be provided by the City. Comments will be addressed as appropriate and the revised findings will be included in a final report. Task 2: RFP Development Jacobs will develop an RFP document with performance-based specifications and evaluation criteria to encourage competitive pricing while meeting specific functional objectives as identified in Task 1. Task 2.1: Draft the RFP Jacobs will prepare the draft RFP language for each requirement and desired feature. In some cases, it is the combination of components (including the meter register) and software that creates a performance characteristic, such as tamper detection or leak indication. Jacobs will use our proven RFP template as a starting point and incorporate City -specific language and requirements; we will then review the draft document in detail with City staff and make revisions as necessary. Standard contract language, clauses, and legal wording will be the requirement of the City, its procurement staff, and its counsel. Existing meter population (quantity and sizes), customer addresses, and specific locations/height of city facilities will be required by the proposers and will be required of the City and its staff. Once the City has finalized the solicitation, Jacobs will provide a final review prior to the City posting and publicizing it in accordance with the City's standard contracting process. Task 2.2: Evaluation Criteria Before release of the RFP, Jacobs will also work with City staff to develop appropriate evaluation criteria and relative weights based on the City's identified goals and objectives as well as our experience with successful solicitations. Task 2.3: Support during Procurement Jacobs will review questions submitted in writing prior to the deadline and provide suggested responses for functional/specification related questions; legal or contractual issues will require a City response. The final response to proposers will be reviewed by Jacobs prior to posting of the addendum by the City. Task 2.4: Communications Strategy Jacobs will work with the City to identify key stakeholders (opponents, proponents) relevant to the program and characterize their current opinions and influence. Jacobs will then develop a communication and engagement strategy, in concert with the City's communication department, to enlist the positive participation of champion individuals, institutions, and groups while inoculating against possible resistance. Assumptions: • Jacobs will be onsite for up to three workshops to support the RFP development. • City will take the technical specifications provided by Jacobs to prepare the final RFP document for positing including City -standard language. Deliverables: • Jacobs will provide Request for Proposal technical specifications to the City. Task 3 — Vendor Evaluation Jacobs will review all technical proposals in detail and develop highlights, questions, and initial scoring recommendations based on industry expertise and knowledge of each vendors' specific technology. Task 3.1: Technical Scoring Jacobs will facilitate a scoring workshop with City staff where individual technical scores are compared and a consensus is reached (to introduce differentiation) per the evaluation criteria and weighing factors. Based on the results of the scoring workshops, a short list of vendors will be invited to present their technical solutions, including live demonstrations of their software. Task 3.2: Interviews Jacobs will be onsite during the vendor presentations to ask questions and hold each vendor accountable for both the positive and negative aspects of their systems. Jacobs will prepare a list of interview questions and topics for discussion resulting from the technical scoring workshop. After the presentations, vendors will be requested to submit firm price quotes. Task 3.3: Cost Evaluation Jacobs will evaluate the cost proposals to ensure an apples -to -apples cost comparison. Points will be assigned to costs based on a linear -declining scale, and a sensitivity analysis will be performed during a cost review workshop to provide confidence in the results. Once the evaluation is complete, Jacobs will recommend the highest ranked vendor to enter negotiations. Task 3.4: Vendor Negotiations Jacobs will review the highest ranked vendor's proposal and develop topics for negotiations, including City wish -list and other concerns. Jacobs will attend an initial workshop to review the list and negotiate action items for both City and vendor staff. Jacobs will be available to support the City during close out of outstanding items and to seek clarification on technical and price details, implementation timeline, contract terms, and performance requirements. Upon completion of outstanding items, Jacobs will review and cross reference the vendor's statement of work against the technical proposal and help finalize the master services agreement. Assumptions: • Jacobs will facilitate a technical scoring workshop over 2 days. • Jacobs will attend up to 4 interviews with AMI vendors, over 2 days. Deliverables: • Jacobs will provide results of the evaluation workshop with technical scores in .xls format • Jacobs will provide results of cost evaluation in .xIs format • Meeting minutes/notes in support in vendor negotiations Proposed Fee by Task Table 1 summarizes the proposed fee by task for the services described herein. This effort will be billed based on a lump sum fixed price fee, inclusive of travel related expenses. Invoices will be prepared monthly, based on a percent complete for each task. Table 1. ESTIMATED FEE BY TASK Task # Task Total Cost Task 1 Define the Project $ 116,450 Task 2 RFP Development $ 56,650 Task 3 Vendor Evaluation $ 75,250 Total Fee $ 248,350 ATTACHMENT B Smart Metering Project CITY OF FAYETTEVILLE, AR SUPPLEMENTAL TERMS Version: December, 2018 1. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 2. RIGHT TO AUDIT, FOIA, AND JURISDICTION: The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases between the City and said vendor. a. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. b. Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. c. Legal venue and jurisdiction to resolve any disputes shall be Washington County, Arkansas with Arkansas law applying to the case. 3. CITY INDEMNIFICATION: JACOBS agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, to the proportionate extent arising from negligence or willful misconduct or arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the services or any part thereof covered by this order, and such obligation shall survive acceptance of the services and payment thereof by the City. MAY 10, 2018 Total 644 $ 116,450 Role Rate $ 225 $ 190 $ 225 $ 100 Hours By Employee 168 140 72 264 Cost By Employee $ 37,800 $ 26,600 $ 16,200 $ 26,400 Hours Cost Task 1.1: Existing Inventory Assessment 168 $ 29,690 Kickoff Meeting and Data Request 48 $ 9,960 24 24 Review of prior studies 20 $ 3,220 4 8 8 Development of meter register 20 $ 2,500 4 16 Identify meter replacement quantities 20 $ 2,500 4 16 Review meter test data (if available) 24 $ 3,400 8 16 Draft findings (chapter 1) 36 $ 4,960 8 4 24 Expenses 1 1 $ 3,150 Task 1.2: Evaluation of Advanced Metering Technologies 208 $ 40,270 Cross-functional interviews 128 $ 23,680 32 32 32 32 Identify potential network solutions 16 $ 3,320 8 8 Draft findings (chapter 2) 64 $ 10,120 8 8 16 32 Expenses $ 3,150 Task 1.3: Budgetary Cost Estimate 268 $ 46,490 Develop Capital and O&M cost estimates 20 $ 3,360 8 4 8 Identify benefit elements 16 $ 2,460 4 4 8 Populate model 48 $ 5,800 8 40 QA/QC model and dashboard 16 $ 3,320 8 8 Evaluation Workshop 72 $ 12,360 24 24 24 Draft findings (chapter 3) 64 $ 10,120 8 8 16 32 Final memorandum incorporate Tasks 1-3 32 $ 5,920 8 8 8 8 Expenses I I I $ 3,150 Total 644 $ 116,450 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT This BEACON AMA MANAGED SOLUTION MASTER AGREEMENT ("Agreement") is entered into as of the day of , 2019 (the "Effective Date") by and between Badger Meter, Inc. , a Wisconsin corporation with offices located at 4545 W. Brown Deer Road, Milwaukee, Wisconsin 53223 ("Badger Meter") , and the City of Fayetteville, with offices located at 113 W Mountain St, Fayetteville, AR 72701, and as applicable its officers, directors, members, board members, governing members, trustees, commissioners, elected and appointed officials, employees, agents, consultants and other representatives ("City") (1) SERVICE. Badger Meter and its cellular service aggregator and data -hosting service providers ("Suppliers") have developed a hosted, on -demand, web -based service website ("Portal") accessible to its customers to provide metering and water usage service information, communicated through a cellular network, for its customers ("Service"), and documentation to assist customers in using the Portal and the Service ("Documentation"). (2) RIGHT TO ACCESS AND USE THE PORTAL AND SERVICE. In consideration of the payment of the Service Fees as set forth in Section (5), Badger Meter grants to City, its employees and contractors that City approves as users of the Service ("Authorized User") and City's approved end- user water customers ("Authorized Consumer") the right to remotely access and use the Service from the Portal (as currently configured) for City's internal business use and for the benefit of its Authorized Consumers in accordance with this Agreement. Any rights and obligations in this Agreement relative to City and its Authorized Consumers will only be in effect when City affirmatively enables the EyeOnWater Service. (3) OWNERSHIP OF PORTAL AND SERVICE. (a) Badger Meter Service. Badger Meter owns all rights, title and interest in the Portal, Service and Documentation, including all associated intellectual property rights. Neither City, nor its Authorized Users or Authorized Consumers will obtain any rights, title or interest in the Portal, Service, or Documentation or any associated intellectual property rights, other than the right to access and use the Portal, Service and Documentation, subject to the terms of this Agreement. (b) Suggestions. If City provides Badger Meter any suggested improvements ("Suggestions") to the Portal, Service or Documentation, City agrees that Badger Meter will own all rights, title and interest in and to the Suggestions, even if City has designated the Suggestions as confidential. Badger Meter will be entitled to use the Suggestions without restriction. By entering into this Agreement, City irrevocably assigns, conveys and transfers to Badger Meter all right, title and interest in and to the Suggestions and agrees to provide Badger Meter with commercially reasonable assistance to document, perfect and maintain Badger Meter's rights in the Suggestions. ©2019 Badger Meter, Inc. Page 1 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT (4) TERM. The term of this Agreement begins on the Effective Date and continues for a ten (10) year term unless earlier terminated in accordance with Sections (15) or (16) of the Agreement (the "Term'). (5) FEES. (a) Service Fees. In consideration for the right to access and use the Portal, Service and Documentation, City agrees to pay Badger Meter certain fees ("Service Fees") to obtain enterprise -wide access to the Portal, Service and Documentation, authorizing all of its Authorized Users and Authorized Consumers to use the Portal and Service and Documentation in accordance with the terms of this Agreement, pursuant to the pricing set forth in Exhibit 1 - Fees. (b) Taxes and Surcharges. City will be responsible to pay any sales, use, value added or excise taxes or surcharges resulting from use of the Portal, Service and Documentation by City, its Authorized Users or Authorized Consumers, excluding taxes due on Badger Meter's income. City will not be responsible for payment of taxes or surcharges resulting from its use of the cellular service included as part of the Service, as those charges are included in the Service Fees. (c) Updated Schedule of Fees. At least ninety (90) days prior to the expiration date of the Term ("Anniversary Date"), Badger Meter will provide City with an updated Schedule of Fees for the Service for the upcoming contract term. (6) RESTRICTIONS ON RIGHT TO USE. City agrees that City, its Authorized Users and Authorized Consumers will not use or permit or assist another to use the Portal, Service or Documentation in violation of this Agreement and will not knowingly: (a) Sell, license, resell, sublicense, or otherwise permit any third parties other than Authorized Users or Authorized Consumers to access or use the Portal, Service, or Documentation. (b) Remove patent, copyright, trademark or other intellectual property markings from the Portal, Service or Documentation. (c) Modify, alter, tamper with, repair or otherwise create derivatives from the Portal, Service or Documentation. (d) Copy, reverse engineer, disassemble or decompile the Portal, Service or Documentation or apply any other process or procedure to derive the source code from any software included in the Portal or Service. (e) Use the Portal or Service in a manner that violates any applicable international, federal, state or local laws, rules or regulations. ©2019 Badger Meter, Inc. Page 2 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT (f) Assert or authorize, assist or encourage any third party to assert against Badger Meter, its affiliates, customers, vendors, business partners, Servicers or licensors any intellectual property infringement Claim regarding the Portal, Service or Documentation. (g) Transmit content or messages that are illegal, fraudulent, threatening, abusive, defamatory, or obscene. (h) Make any unauthorized connection to Badger Meter's information technology architecture ("Network") (i) Communicate any unsolicited commercial, voice, SMS, or other message. (j) Upload or transmit any "virus," "worm," or malicious code or access, alter, or interfere with the communications of and/or information about another customer. (k) Take actions that could cause damage to or adversely affect Badger Meter, the Service, Portal, Suppliers, Network or the property or reputation of Badger Meter or its Suppliers. City and Badger Meter agree to make good faith efforts to minimize abuse or fraudulent use of the Portal and Service, to promptly report to each other any such abuse or fraudulent use of which they become aware, and to fully cooperate in any investigation or prosecution initiated by Badger Meter, its Suppliers or City related to abuse or fraudulent use of the Portal and Service. (7) CUSTOMER SUPPORT. Badger Meter will provide City the support services described in Exhibit 2 - Service Level Agreement. (8) CUSTOMER DATA. (a) Customer Data Defined. City, its Authorized Users and Authorized Consumers may provide Badger Meter and its Suppliers certain, customer billing information, personally identifiable information or other content ("Customer Data"). (b) Ownership. The Parties agree that the Customer Data is and shall remain the sole and exclusive property of Customer and/or its licensors or Authorized Consumers, including but not limited to any intellectual rights in the Customer Data. (c) Use of Customer Data by Badger Meter. City, its Authorized Users and Authorized Consumers consent to Badger Meter and its Suppliers' right to host, access, store, copy and use the Customer Data as reasonably necessary to provide, maintain, repair and enhance the Portal, Service and Documentation. Badger Meter may disclose certain Customer Data only to provide the Service to City, its Authorized Users and Authorized Consumers or to comply with the law or request of a governmental or regulatory body (including subpoenas or court orders as described in Section 9). ©2019 Badger Meter, Inc. Page 3 of 29 .3 Badger Meter (9) BADGER METER CITY OF BEACON AMA MANAGED SOLUTIONIV FAY E T T E V! L L E MASTER AGREEMENT ARKANSAS (d) City Responsibilities. City is solely responsible for the development, content, operation and maintenance of the Customer Data, including but not limited to the technical operation of the Customer Data, and ensuring that calls made to the Service from City's network are compatible with then -current API's for the Service. City is responsible to ensure that City, its Authorized Users and Authorized Consumers comply with the Badger Meter Terms of Use Policy, the Badger Meter Privacy Policy or any other policies referenced in this Agreement and the law. CONFIDENTIALITY. (a) Confidential Information Defined. For purposes of this Agreement, Confidential Information means all nonpublic information disclosed by one party to the other that is designated as confidential or that given the nature of the information or circumstances surrounding its disclosure, reasonably should be understood to be confidential, including but not limited to: (a) nonpublic information related to Badger Meter or its affiliates, Suppliers, business partners, technology, customers, business plans, intellectual property, promotional and marketing activities, finances and other business affairs; (b) third party information Badger Meter is obligated to keep confidential; (c) the content and existence of any discussions or negotiations between the parties; (d) Badger Meter's intellectual property used in providing the Portal, Service or Documentation; (e) Customer Data); and (f) Traffic Data, as defined below. (b) Protection of Confidential Information and Destruction of Records Upon Termination of Agreement. To the extent permitted by law, the parties agree to hold the other party's Confidential Information in strict confidence and will not copy, reproduce, give, sell, assign, license, market, transfer or otherwise dispose of the Confidential Information of the other party to any third parties or use the Confidential Information for any purposes whatsoever other than as contemplated by this Agreement. The Parties will take commercially reasonable steps to avoid disclosure, dissemination or unauthorized access to or use of the Confidential Information during the Term and for a period of five (5) years after the end of the Term, except that Confidential Information which is designated as a trade secret which shall continue to be subject to these confidentiality obligations in perpetuity. City agrees it will not misrepresent or embellish the relationship between the Parties (including by expressing or implying that Badger Meter supports, sponsors, endorses or contributes to City or its business endeavors) or express or imply any relationship or affiliation between Badger Meter and City or any other person or entity except as expressly permitted by this Agreement. Upon termination of this Agreement for any reason: (i) Badger Meter shall immediately cease providing Services to City, its Authorized Users and Authorized Consumers; (ii) Customer, its Authorized Users and Authorized Consumers will have no further right to use the Portal, Service or Documentation, will immediately cease using the Portal, Service and Documentation, and will receive no further Service; (iii) Customer will deliver to Badger Meter any Confidential Information of Badger Meter's in its possession or control, and (iv) Badger Meter shall ©2019 Badger Meter, Inc. Page 4 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT immediately cease gathering data from Customer's endpoints. Within a reasonable time period not to exceed thirty (30) days after termination, Badger Meter will scrub the personally identifiable information from the Customer Data. Customer must immediately return, or at Badger Meter's option, destroy all Documentation provided to Customer by Badger Meter. Customer will remain liable for any Service Fees incurred prior to termination. Badger Meter shall not knowingly, recklessly, or negligently release or disseminate any Customer Data to any party, except its web services provider to provide the service, not specifically authorized by City in writing. (c) Traffic Information. All de -identified data (generally, aggregated system data stripped of PII) generated or collected by Badger Meter through operation of the Portal and Service is referred to as the "Traffic Data." All Traffic Data shall be the Confidential Information of and owned exclusively by Badger Meter. (d) Third Party Requests for Confidential Information. Neither party may disclose the other party's Confidential Information except to a Supplier subject to the restrictions in this Agreement or an Authorized User or Authorized Consumer except as otherwise required by law. If a party receives a request for access to the other party's Confidential Information from a third party, the receiving party agrees to inform the disclosing party in writing within three (3) business days of receipt of the request unless prohibited by law. (e) Exclusions from Confidential Information. Confidential Information of a party shall not include information which: (i) is in or becomes part of the public domain through no fault of the receiving party; (ii) the receiving party can prove was known to it prior to its receipt from the disclosing party without reference to the Confidential Information; (iii) is independently developed by the receiving party outside of this Agreement without use of the disclosing party's Confidential Information; or (iv) is obtained by the receiving party from a third party which had no obligation of confidentiality to the disclosing party. (10) CITY'S REPRESENTATIONS AND WARRANTIES. City represents and warrants to Badger Meter that: (a) Authority. City has the right and authority to enter into this Agreement and to meet its financial and legal obligations under this Agreement. (b) Ownership. City, its licensors or its Authorized Consumers, own all rights, title and interest in and to the Customer Data. City has all rights in the Customer Data necessary to grant the rights to Badger Meter contemplated under this Agreement. (c) Compliance with Badger Meter Policies. None of the Customer Data or the use of the Customer Data, the Portal or Service by City, its Authorized Users or its Authorized Consumers will violate Badger Meter's BEACON Terms of Use https://beaconama.net/termsofuse.html or Privacy Policy https:/ /beaconama.net/privacy/privacy. The parties hereby agree that the ©2019 Badger Meter, Inc. Page 5 of 29 BADGER METER C t r Y OF BEACON AMA MANAGED SOLUTION FAY E T T E V I L L E Badger Meter IV ARKANSAS MASTER AGREEMENT governing law and jurisdiction shall be the State of Arkansas regardless of any changes to the Terms of Use and Privacy Policy. (d) Compliance with the Law. Neither City, the Authorized Users nor the Authorized Consumers will access or use the Portal, Service or Documentation in any manner that violates any applicable international, federal, state or local laws and/or regulations, including but not limited to all applicable data protection, intellectual property and privacy laws. (11) REPRESENTATIONS AND WARRANTIES OF BADGER METER. (a) Authority. Badger Meter represents and warrants to City that it has the right and authority to enter into this Agreement and to perform its obligations under this Agreement. (b) Service Warranty. Badger Meter represents and warrants to City that the Portal and Service will be provided pursuant to Exhibit 2 - Service Level Agreement. In providing the Portal and Service, Badger Meter will maintain sufficient data storage capacity to satisfy the technical requirements and required storage capacity to host the Portal and Service, in its reasonable discretion. If City allows unauthorized users to access the Portal, Service or Documentation, this express limited warranty will immediately become null and void. (c) Remedy for Breach of the Express Limited Warranty. If the Portal, Service or Documentation fail to meet the terms of the express limited warranty set forth in Section 11(b), City is required to notify Badger Meter promptly as defined in Exhibit 2 - Service Level Agreement. City's exclusive remedy for a breach of the express limited warranty is a Service credit to be calculated in accordance with Exhibit 2 - Service Level Agreement. (d) DISCLAIMER OF IMPLIED WARRANTIES. EXCEPT FOR THE EXPRESS LIMITED WARRANTY SET FORTH IN SECTION 11(b), BADGER METER MAKES NO OTHER EXPRESS OR IMPLIED REPRESENTATIONS OR WARRANTIES AS TO THE PORTAL, SERVICE OR DOCUMENTATION. BADGER METER EXPRESSLY DISCLAIMS ANY OTHER EXPRESS OR IMPLIED WARRANTIES WITH REGARD TO THE PORTAL, SERVICE OR DOCUMENTATION, INCLUDING, BUT NOT LIMITED TO, THE IMPLIED WARRANTIES OF MERCHANTABILITY, TITLE, NON -INFRINGEMENT, FITNESS FOR A PARTICULAR PURPOSE, QUIET ENJOYMENT, OR IMPLIED WARRANTIES ARISING FROM A COURSE OF DEALING, INDUSTRY PRACTICE OR USAGE OF TRADE. BADGER METER EXPRESSLY DISCLAIMS THAT THE PORTAL AND SERVICE WILL BE UNINTERRUPTED, ERROR FREE OR FREE OF HARMFUL COMPONENTS, AND EXPRESSLY DISCLAIMS ANY WARRANTIES AS TO THE RELIABILITY, QUALITY, SECURITY, CONDITION, DESIGN, SUITABILITY, INTER -OPERABILITY, AVAILABILITY, COMPLETENESS OF THE PORTAL OR SERVICE OR THAT ANY DATA, INCLUDING THE CUSTOMER DATA, WILL BE SECURE OR NOT OTHERWISE LOST OR DAMAGED. ©2019 Badger Meter, Inc. Page 6 of 29 BADGER METER C t T Y OF BEACON AMA MANAGED SOLUTION FAY E T T E V I L L E Badger Meter IV ARKANSAS MASTER AGREEMENT (e) ESSENTIAL TERMS. THE ENFORCEABILITY OF THIS SECTION (11) IS ESSENTIAL TO BADGER METER'S WILLINGNESS TO ENTER INTO THIS AGREEMENT WITH CITY. (12) LIMITATION OF LIABILITY (a) DIRECT DAMAGES. IF ANY PARTY DEFAULTS IN ITS OBLIGATIONS UNDER THIS AGREEMENT, THE NON -BREACHING PARTY WILL BE ENTITLED TO RECOVER FROM THE BREACHING PARTY ONLY THE ACTUAL AND DIRECT DAMAGES THAT THE NON -BREACHING PARTY MAY INCUR AS A RESULT OF SUCH BREACH. (b) CAP ON DAMAGES. NEITHER PARTY'S NOR ANY OF ITS RESPECTIVE AFFILIATES ANNUAL LIABILITY UNDER THIS AGREEMENT WILL EXCEED THE LESSER OF (A) THE AMOUNTS THE CUSTOMER ACTUALLY PAYS BADGER METER UNDER THIS AGREEMENT FOR THE SERVICE THAT GAVE RISE TO THE CLAIM DURING THE 12 MONTHS PRECEDING THE CLAIM, OR (B) US $250,000. NOTHING IN THIS SECTION 12 WILL LIMIT CUSTOMER'S OBLIGATION TO PAY BADGER METER FOR USE OF THE SERVICES PURSUANT TO SECTION 5. (c) LIMITS ON DAMAGES. EXCEPT FOR PAYMENT OBLIGATIONS ARISING UNDER SECTIONS (13) AND (14) (INDEMNIFICATION), NEITHER PARTY NOR ANY OF ITS RESPECTIVE AFFILIATES, SUPPLIERS OR LICENSORS WILL BE LIABLE TO THE OTHER PARTY, AN AUTHORIZED USER, AUTHORIZED CONSUMER OR ANY THIRD PARTY FOR ANY CLAIMS, DEMANDS, ACTIONS, LOSSES, DAMAGES, FINES, JUDGMENTS SETTLEMENTS, COSTS, EXPENSES, ATTORNEY'S FEES, AND COURT COSTS OR ANY OTHER LIABILITIES OF ANY NATURE WHATSOEVER, INCLUDING BUT NOT LIMITED TO THE PORTAL, SERVICE, DOCUMENTATION, OR THE SUBJECT MATTER OF THIS AGREEMENT ("CLAIM"). FURTHER, NEITHER PARTY NOR ANY OF EITHER PARTY'S RESPECTIVE AFFILIATES, SUPPLIERS OR LICENSORS SHALL BE LIABLE TO THE OTHER PARTY, AN AUTHORIZED CONSUMER OR ANY THIRD PARTY FOR ANY SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL, EXEMPLARY, PUNITIVE OR ENHANCED DAMAGES, LOST REVENUE OR PROFITS OR DIMINUTION OF VALUE, OR OTHER ECONOMIC ADVERSITY, CLAIMS RESULTING FROM LOSS OF CUSTOMER DATA, OR BREACH OF CONFIDENTIALITY, ARISING OUT OF, OR RELATING TO, AND/OR IN CONNECTION WITH ANY BREACH OF THIS AGREEMENT, REGARDLESS OF WHETHER SUCH DAMAGES WERE FORESEEABLE, WHETHER OR NOT THE PARTY WAS ADVISED OF THE POSSIBILITY OF SUCH DAMAGES, AND THE LEGAL OR EQUITABLE THEORY (CONTRACT, TORT OR OTHERWISE) UPON WHICH THE CLAIM IS BASED. NEITHER BADGER METER NOR ANY OF ITS AFFILIATES, SUPPLIERS OR LICENSORS WILL BE RESPONSIBLE FOR ANY COMPENSATION, REIMBURSEMENT OR DAMAGES ARISING IN CONNECTION WITH: (A) CUSTOMER'S INABILITY TO USE THE PORTAL ©2019 Badger Meter, Inc. Page 7 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT OR SERVICE, INCLUDING AS A RESULT OF ANY: (i) TERMINATION OR SUSPENSION OF THIS AGREEMENT OR CUSTOMER'S USE OF OR ACCESS TO THE SERVICE; OR (ii) WITHOUT LIMITING ANY OBLIGATIONS UNDER THE SERVICE LEVEL AGREEMENT, ANY UNANTICIPATED OR UNSCHEDULED DOWNTIME OF ALL OR A PORTION OF THE SERVICE FOR ANY REASON, INCLUDING BUT NOT LIMITED TO AS A RESULT OF A POWER OUTAGE, SYSTEM FAILURE OR OTHER INTERRUPTION; (B) THE COST OF PROCUREMENT OF SUBSTITUTE SERVICES; (C) ANY INVESTMENTS, EXPENDITURES OR COMMITMENTS MADE BY CUSTOMER IN CONNECTION WITH THIS AGREEMENT OR CUSTOMER'S USE OF OR ACCESS TO THE SERVICE OR (D) ANY UNAUTHORIZED ACCESS TO, ALTERATION OR THE DELETION, DESTRUCTION, DAMAGE, LOSS OR FAILURE TO STORE ANY OF CUSTOMER'S DATA. (13) CITY'S INDEMNIFICATION OBLIGATIONS. (a) Generally. To the extent permitted by law, and without waiving its sovereign immunity, City agrees to defend, indemnify, and hold harmless Badger Meter as well as its parents, subsidiaries, affiliates, officers, employees, agents, licensors, Suppliers, representatives and customers and each of their respective employees, officers, directors, members and representatives (the "Badger Meter Parties"), against any and all Claims made against the Badger Meter Parties by any third party arising out of or related to: (i) Customers, Authorized Users or Authorized Consumers access and use of the Portal, Service, or Documentation; (ii) the subject matter of this Agreement; (iii) violation of applicable law by Customer, its Authorized Users or Authorized Consumers; or (iv) a dispute between Customer and any Authorized User or Authorized Consumer. (b) Procedure for Indemnification. Upon receipt of a Claim, Badger Meter will provide prompt written notice to City of the Claim for which the Badger Meter Parties seek indemnification. Badger Meter's failure to promptly notify City will only affect City's obligation to indemnify the Badger Meter Parties to the extent such failure causes actual prejudice to City 'sability to defend the Claim. The notice must include a description of the Claim with reasonable detail of the facts giving rise to the Claim. Upon receipt of notice of a Claim, Customer shall be obligated to assume and control the defense of such Claim at its own expense. The Badger Meter Parties may retain their own counsel to cooperate in defending the Claim, at their own expense. The Badger Meter Parties agree to cooperate with City in defending the Claim and in making available to City all witnesses, records, materials and information in their possession or control to assist in the defense of the Claim, as is reasonably requested by City. City may not settle or compromise any Claim or consent to the entry of any judgment unless Badger Meter provides prior written consent and the Badger Meter Parties are given an unconditional written release from City with respect to the Claim. In the event City fails to defend, indemnify, and hold the Badger Meter Parties harmless, after notice of a request for indemnification, the Badger Meter Parties shall be entitled to assume the defense and seek ©2019 Badger Meter, Inc. Page 8 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT reimbursement from City for all losses with regard to the Claim and all attorneys' fees and litigation costs expended by the Badger Meter Parties in defending the Claim. (14) BADGER METER'S INDEMNIFICATION OBLIGATIONS. (a) Generally. Subject to the limitations of liability provisions set forth in Section (12) of this Agreement, Badger Meter agrees to indemnify, defend and hold harmless City, and as applicable its officers, directors, members, board members, governing members, trustees, commissioners, elected and appointed officials, employees, agents, consultants and other representatives ("City Parties") from and against any legal proceedings filed against the City Parties by a third party based upon the allegations that the Portal, Service or Documentation infringes or violates a third party's patent, copyright or other intellectual property rights ("Intellectual Property Dispute"). (b) Mitigation. If the Portal, Service or Documentation becomes the subject of an Intellectual Property Dispute and is enjoined, Badger Meter will have the right to (i) procure for City the right to continue using the Portal and Service; (ii) modify the Portal and Service to avoid allegations of infringement, provided the modification does not materially change the functionality of the Portal and Service; (iii) replace the Portal and Service with an equally suitable, functionally equivalent, non -infringing Portal and Service; or (iv) immediately terminate this Agreement and provide City with a refund of any unused pre -paid portion of the Service Fees. (c) Exclusions. Badger Meter assumes no liability for and City will not be entitled to receive indemnification from Badger Meter for any Intellectual Property Dispute which results directly and solely from (i) City's failure to use the Portal or Service in conformity with the Documentation; (ii) City's actions in combining the Service with any third party software, technology, hardware or data; or (iii) City's violation of access granted in Section (2). (d) Procedure for Indemnification. Upon receipt of an Intellectual Property Dispute, City will provide prompt written notice to Badger Meter of the Intellectual Property Dispute for which the City Parties seek indemnification. City's failure to promptly notify Badger Meter will only affect Badger Meter's obligation to indemnify the City Parties to the extent such failure causes actual prejudice to Badger Meter's ability to defend the Claim. The notice must include a description of the Intellectual Property Dispute with reasonable detail of the facts giving rise to the Intellectual Property Dispute. Upon receipt of notice of an Intellectual Property Dispute, Badger Meter shall be obligated to assume and control the defense of such Intellectual Property Dispute at its own expense. City may retain its own counsel to cooperate in defending the Intellectual Property Dispute, at its own expense. City agrees to cooperate with Badger Meter in defending the Intellectual Property Dispute and in making available to Badger Meter all witnesses, records, materials and information in City's possession or control to assist in the defense of the Intellectual Property Dispute as is reasonably requested by Badger Meter. Badger Meter may not settle or compromise any Intellectual Property Dispute or consent to the entry of any judgment unless City provides prior written consent and the City is given an unconditional 02019 Badger Meter, Inc. Page 9 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT written release from Badger Meter with respect to the Intellectual Property Dispute. In the event Badger Meter fails to defend, indemnify, and hold the City Parties harmless, after notice of a request for indemnification, City shall be entitled to assume the defense and seek reimbursement from Badger Meter for all losses with regard to the Intellectual Property Dispute and all attorneys' fees and litigation costs expended by City in defending the Intellectual Property Dispute. (15) TERMINATION. (a) Termination for Convenience. City may terminate this Agreement for any reason by providing Badger Meter written notice of termination at least ninety (90) days in advance of the effective date of such termination. Badger Meter shall be entitled to receive just and equitable compensation for any services performed hereunder through the date of the termination. After receipt of a notice of termination for convenience, Badger Meter will exercise reasonable diligence to accomplish the cancellation or diversion of related services and settle all outstanding liabilities associated with the cancellation of such commitments. (b) Termination for Cause. A party is in default under this Agreement if it materially breaches or materially fails to perform its obligations under this Agreement, which includes any failure to make undisputed payments pursuant to Section (5) ("Event of Default"). (c) Opportunity to Cure. Upon the occurrence of an Event of Default, the non -defaulting party shall deliver a written notice describing the Event of Default (the "Cure Notice"). If the receiving party has not cured the Event of Default within thirty (30) days after receipt of the Cure Notice, then the non -defaulting party shall have the right to terminate this Agreement, at its option, by delivering to the defaulting party a written notice of termination (the "Termination Notice"). (d) Immediate Right to Terminate. Badger Meter shall have the right to immediately terminate this Agreement: (i) in order to protect its Confidential Information, or its Intellectual Property Rights in the Portal or Service; (ii) in order to comply with applicable law (iii) if City makes any representation or warranty which is materially untrue as of the Effective Date or at any time during the Term; or (iv) upon an assignment for the benefit of creditors, if City suffers or permits the appointment of a receiver for its business or assets, or avails itself of, or becomes subject to, any proceeding under any statute relating to insolvency or for the protection of creditor rights or if a party becomes insolvent or technically bankrupt. (e) Reserved. (f) Post - Termination Assistance. At either the expiration of the Term without renewal, or upon termination for any reason, Badger Meter will, within ten (10) days, provide to City, at no cost, an export of Customer Data that will include, at a minimum, account number, full name, ©2019 Badger Meter, Inc. Page 10 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT email address, street address, and phone number in a comma delimited .txt file. If City desires data beyond this list, Badger Meter can assist at the invoice rate of $200/hour. (g) Reinstatement Fee. If City desires to reinstate access to the Portal and Service after termination, a reinstatement fee of $7.50 per endpoint reinstated will apply. (16) SUSPENSION OF SERVICES. (a) Nonpayment. Badger Meter may suspend the Service and access to the Portal and shall not be obligated to provide access to the Portal and Service to City, its Authorized Users or Authorized Consumers until all outstanding undisputed invoices for the Service have been paid in full, including any fees associated with suspension of the Service. (b) Network Protection. City acknowledges that Badger Meter (and any of its Suppliers) may restrict, or suspend all or a portion of the Service or limit the Service as may be reasonably necessary to prevent or limit suspected fraud or any problem that materially and adversely affects the performance of the Service and/or is likely to do substantial damage to Badger Meter, Badger Meter's customers or Suppliers. Some of these actions may interrupt or prevent legitimate communications and usage. Such situations may arise: (a) if a device deployed on the Service is materially out of compliance with the technical requirements; (b) in case of actual or suspected fraudulent use; or (c) in case of disruptive or damaging operation. (c) Notification. In the event that Badger Meter or one of its Suppliers restricts, suspends or cancels any portion of the Service or limits the operation of the Service, Badger Meter shall (i) notify City in advance or within thirty (30) minutes of the discovery of any issue that affects either Service or access to the Portal by displaying the notification on the portal; (ii) provide reasonable information regarding its identification of the issue that resulted in the actions taken; and (iii) reinstate Service upon resolution of the issue as soon as practicable and in any case within a reasonable timeframe. (d) Immediate Suspension. Badger Meter may suspend City's or an Authorized Users or Authorized Consumers right to access or use the Service immediately upon notice to City if Badger Meter determines: (i) Use of the Service poses a security risk to the Service, the Network or any third party, adversely impacts the Service, the Network or data of any other Badger Meter customer, or subjects Badger Meter or any third party to liability or fraud. (ii) City or one of its Authorized Users or Authorized Customers is in breach of this Agreement or is delinquent on its payments for more than thirty (30) days. ©2019 Badger Meter, Inc. Page 11 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT (iii) Badger Meter ceases to operate in the ordinary course, has an assignment for the benefit of creditors or similar disposition of its assets or becomes the subject of any bankruptcy, reorganization, liquidation dissolution or similar proceeding. (e) Reinstatement. Badger Meter will use commercially reasonable efforts to restore City's rights to use and access those portions of the Service or accounts that gave rise to the suspension promptly after City has resolved the problem giving rise to the suspension. (f) Effect of Suspension. If Badger Meter suspends City's right to access or use all or any portion of the Service or the Portal: (i) City remains responsible for all Service Fees and undisputed charges incurred through the date of suspension. (ii) City remains responsible for any applicable Service Fees and charges for any Services to which City has continued access as well as applicable fees and charges. (iii) City will not be entitled to any service credits under the Service Level Agreement for any period of suspension. (iv) Badger Meter's right to suspend the Services is in addition to Badger Meter's right to terminate this Agreement. (17) COMPLIANCE WITH REGULATIONS; DATA PRIVACY. Each party is responsible for complying with industry standards and such applicable laws and regulations, including, but not limited to, the generally accepted practices in the information technology service management industry for providing secure data handling and management, including meeting or exceeding Information Technology Infrastructure Library (ITIL) standards for logical and physical security and all requirements regarding the protection of data in its possession or under its control. A party will not be liable for any failure of the other party to comply with this requirement. (18) DATA SECURITY AND RECOVERY. (a) Data Security. In order to protect the Customer Data and prevent unauthorized access to or use of the Customer Data, Portal or Service, Badger Meter has implemented commercially reasonable internal procedures and systems designed to protect the privacy and security according to the requirements set forth in Exhibit 3 - BEACON AMA Managed Solution Security Policy ("Security Standards"), consistent with applicable international, federal, state and local laws. The purpose of the security policy is to identify reasonably foreseeable and internal risks to security and unauthorized access to Badger Meter's Network and minimize security risks, including through risk assessment and regular testing. Badger Meter will designate one or more employees to coordinate and be accountable for the security program. ©2019 Badger Meter, Inc. Page 12 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT (b) Protection of Customer Data. Badger Meter will implement reasonable and appropriate measures for the Badger Meter Network designed to help City secure the Customer Data against accidental or unlawful loss, access or disclosure in accordance with Badger Meter's Security Standards. Badger Meter may modify its Security Standards from time to time but will continue to provide at least the same level of security as described in the Security Standards as of the Effective Date. The security and data privacy provisions in this Section contain Badger Meter, and its Suppliers entire obligation regarding the security, privacy and confidentiality of the Customer Data. (c) Data Storage. Badger Meter will employ commercially reasonable storage (including backup, archive and redundant data storage) and commercially reasonable precautions to prevent the loss of or alteration of Customer Data, but does not guarantee against any such loss or alteration. Badger Meter will not serve as City's official record keeper. City will maintain source documents of the Confidential Information (such as billing information) hosted by Badger Meter under this Agreement. (d) City Responsibilities. City is responsible for properly configuring and using the Service and taking steps to maintain appropriate security, protection and backup of the Customer Data, including but not limited to the use of encryption technology to protect Customer Data from unauthorized access and will perform routine archiving of the Customer Data. Further, City is responsible for regularly auditing its Authorized Users, and will enact internal procedures to remove Authorized Users from the Service if their job duties change and access is no longer appropriate, or if an Authorized User separates from City. (e) Data Transmission Risks. (i) Cellular Transmissions. Badger Meter cellular endpoints conform to the AES256 encryption standards or the latest AES standard in effect. City acknowledges that neither Badger Meter nor its Suppliers can guarantee the privacy or security of any cellular transmissions as part of the Service. City acknowledges that cellular transmissions are capable of being intercepted by third parties without the knowledge or permission of Badger Meter or its Suppliers. Badger Meter and its Suppliers shall not be liable to City, the Authorized Users, the Authorized Consumers or any third party for interception or unauthorized use of any data transmitted through the cellular network, as part of the Service. (ii) Internet Transmissions. City acknowledges that security of transmissions over the Internet cannot be guaranteed. Badger Meter is not responsible for: (i) City's access to the Internet; (ii) interception, unauthorized use or interruptions of communications through the Internet; or (iii) changes or losses of data through the Internet, in each case other than to the extent caused solely by Badger Meter. In order to protect Customer Data, Badger Meter may suspend City, City's Authorized Users or Authorized Consumers access to or use of ©2019 Badger Meter, Inc. Page 13 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT the Badger Meter Portal or Service via the Internet immediately, without prior notice, pending an investigation of any potential security breach. (f) Coverage Availability. The Service is provided using a wireless network. Actual signal availability in the Service Area will depend on the device used to access the Service as well as coverage for the applicable wireless network provided in specific geographic regions. Coverage may be refused, interrupted or limited by environmental factors such as signal strength, buildings, weather, geography, topography, or by factors affecting the Suppliers, such as usage concentration or by facilities changes, modifications, updates, relocations, repairs, maintenance or other similar activities necessary for the proper or improved operation of the Supplier's facilities. Any such factors may result in dropped and blocked connections or slower data speeds. Neither Badger Meter nor any of its Suppliers will be responsible to City or any of City's Authorized Users or Authorized Consumers for any such lapses in or obstructions to coverage. The Service Area is subject to change from time to time. Should Badger Meter receive notice from its Supplier that such Supplier intends to discontinue its support for the Badger Meter Service in all or part of the Service Area, Badger Meter will provide City with as much advance notice as practicable under the circumstances. (g) Password Protection. City, its Authorized Users and Authorized Consumers will be required to select and use certain user names, passwords or codes to access and use the Service and Portal. City assumes sole responsibility for the selection, management and use of any codes or passwords as may be permitted or required for the access to and use of the Portal and Service by City, its Authorized Users and its Authorized Consumers. City agrees to maintain the privacy of usernames and passwords associated with the Badger Meter Portal and Service. City shall remain responsible for all activities that occur under City's password or Internet account. City will immediately notify Badger Meter of any unauthorized use of City's password or Internet account or any other breach of security, and ensure that City exits from City's Internet account at the end of each session. Badger Meter shall not be liable for any damages incurred by City or any third party arising from City's failure to comply with this Section. (h) Third Party Access. To the extent that City requests that Badger Meter provide any Customer Data to Authorized Users, Authorized Consumers or third parties or any non -U.S. location, City represents that it has acquired any consents or provided any notices required to transfer such content or information and that such transfer does not violate any applicable international, federal, state or local laws and/or regulations. (i) Security Breach. If Badger Meter becomes aware of a security breach or that compromises the security, confidentiality or integrity of the Customer Data ("Breach"), Badger Meter will promptly notify City in writing and take appropriate actions to resolve the Breach. Badger Meter will reasonably cooperate with City to investigate the nature and scope of any Breach. In its initial notification to City, Badger Meter will provide City with: (i) a description of the Breach; (ii) the estimated impact of the Breach on City's Data; (iii) the name and contact information of the person at Badger Meter who will be primarily responsible for resolving the ©2019 Badger Meter, Inc. Page 14 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT issues for City; and (iv) the investigation taken and the suggested corrective action. Badger Meter will provide commercially reasonable cooperation to City in investigating, assisting with notification of the Breach and taking corrective action as requested by City. (j) Notification of Breach. In the event that applicable law requires notification to individuals of an Breach or if requested by City, Badger Meter will take additional mitigation steps for the benefit of City, including, but not limited to, providing reasonable assistance with drafting and sending of required notifications. (19) CHANGES. (a) Right to Make Changes. Badger Meter may from time to time make changes, without City's approval, to the Terms of Use, the Privacy policies, the Portal, Service or Documentation, provided that such changes: (i) do not increase City's total costs of accessing and using the Portal and Service during the Term of this Agreement; (ii) do not require City to make any material changes to its systems, software, equipment, policies or procedures; (iii) do not have a material adverse impact on the functionality, interoperability, performance, reliability, security or resource efficiency of the Portal and Service; (iv) do not materially reduce the scope of the Portal and Service; and (v) are otherwise consistent with this Agreement. Badger Meter will publicize any changes by a notice given to City or by a prominent announcement on the Portal. Any such changes will not take effect until thirty (30) days after posting of notice on the Portal. By continuing to use the Service after the effective date of the modification to a policy, City agrees to be bound by the modified policies. It is City's responsibility to check the Badger Meter site regularly for modifications to the policies. (b) Emergency Changes; System Improvement. Notwithstanding the foregoing, Badger Meter and its Suppliers may make temporary changes to the Portal and Service required by an emergency or threat to the security or integrity of the Portal or Service, to respond to Claims, litigation or loss of license rights related to third party intellectual property rights or to comply with the law or requests of a government entity, as well as take actions deemed reasonably necessary to protect or optimize the Service. Some of these actions may interrupt or prevent legitimate communications and usage, including, for example, use of message filtering/ blocking software to prevent SPAM or viruses, limitations on throughput, and scheduled maintenance. Badger Meter will provide notice by sending a message to the email address then associated with City's account and by posting it on Badger Meter's Portal. Badger Meter will provide City with: (i) at least thirty (30) days' advance notice of planned maintenance by Badger Meter; and (ii) as much advance notice as reasonably possible of emergency changes or maintenance by Badger Meter or its Suppliers. Any actions resulting in permanent changes shall only be made in compliance with Section (19) (a). (20) RIGHT TO SUBCONTRACT. Badger Meter may subcontract the performance of any of its cellular or web -services duties or obligations under this Agreement, and will use commercially ©2019 Badger Meter, Inc. Page 15 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT reasonable efforts to subcontract only with subcontractors that have the requisite skills to perform any subcontracted obligations in accordance with the terms of this Agreement. (21) GENERAL. (a) Binding Agreement. This Agreement is binding upon and will inure to the benefit of the parties and their respective successors and assigns. (b) Affiliates. This Agreement covers only the employees and agents of City. If City wishes to have any entity that directly or indirectly controls, is controlled by or is in common control with City to access the Portal and use the Service, City's Affiliate must execute a separate agreement with Badger Meter. (c) Assignment. Either party may assign its rights and obligations under this Agreement with the express written consent of the other party, which consent will not be unreasonably withheld or delayed. Any purported assignment or transfer in violation of this Section will be null and void. Notwithstanding the foregoing, Badger Meter may assign its rights and obligations under this Agreement without the consent of City: (i) upon a sale of a majority of its outstanding capital stock to an affiliate or third party; (ii) if it sells all or substantially all of its assets; (iii) in the event of a merger; or (iv) in the event of a similar change of control. (d) No Waiver. The waiver or failure of either party to exercise any right or remedy provided under this Agreement will not be deemed a waiver of any further right or remedy. All waivers must be in writing to be effective. (e) Severability. If any portion of this Agreement is held to be invalid or unenforceable, the remaining portions of this Agreement will remain in full force and effect. Any invalid or unenforceable portions of this Agreement will be interpreted to effectuate the intent of the original Agreement. If such construction is not possible, the invalid or unenforceable portion of the Agreement will be severed from this Agreement, and the remainder of the Agreement will remain in full force and effect. (f) Independent Contractors. The Parties agree that they are independent contractors and that neither party nor any of their respective affiliates, is an agent of the other for any purpose or has the authority to bind the other. (g) Savings Clause. The invalidity of any provision of this Agreement shall not affect the validity and binding effect of the remaining provisions. (h) No Third Party Beneficiaries. Nothing express or implied in this Agreement shall confer any rights, remedies, obligations or liabilities whatsoever to third parties which are not signatories to this Agreement. ©2019 Badger Meter, Inc. Page 16 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT (i) Governing Law. To the extent permitted by law, the terms of this Agreement are governed by the laws of the State of Arkansas, without reference to its conflict of laws principles. The United Nations Convention for the International Sale of Goods does not apply to this Agreement. (j) No Claims Against or Liability of Badger Meter Suppliers. City acknowledges that the Service utilizes services that are furnished to Badger Meter and one or more Suppliers pursuant to agreements between Badger Meter and its Suppliers. Neither City nor any Authorized Users or Authorized Consumers has a contractual relationship with Badger Meter's Suppliers and neither City nor its Authorized Users or Authorized Consumers is a third party beneficiary of or will have any claim against Badger Meter's Suppliers in the event any such agreement expires or is terminated. City further acknowledges that the Suppliers disclaim all liability of any nature, whether legal or equitable, to City, its Authorized Users or Authorized Consumers, whether direct, indirect, incidental or consequential, arising out of the use of Badger Meter Portal or Service by City, its Authorized Users or Authorized Consumers, including any liability for personal injury or death, failure to be able to use the Service or otherwise. City agrees that neither it nor any Authorized Users or Authorized Consumers shall have any Claim against the Supplier of any kind with respect thereto, whether arising out of breach of contract, warranty, negligence, and tort or otherwise. Badger Meter agrees that it is responsible for all claims and liability arising out of, or that could arise out of, breach of contract, warranty, negligence, tort or otherwise with respect to Badger Meter's suppliers. (k) Dispute Resolution and Initial Resolution Efforts. The parties shall act in good faith and use commercially reasonable efforts to promptly resolve any claim, dispute, controversy or disagreement (each a "Dispute") between the parties or any of their respective subsidiaries, affiliates, successors and assigns under or related to this Agreement or any document executed pursuant to this Agreement or any of the transactions contemplated hereby. Thereafter, any claims, disputes, or suits shall be submitted to a court of competent jurisdiction in Washington County, Arkansas. Neither party waives its right to a jury trial. (22) INJUNCTIVE RELIEF: Notwithstanding the provisions of Section 21, to the extent permitted by law, Badger Meter shall have the right to pursue injunctive, declaratory or other relief by the state and federal courts sitting in Fayetteville, Arkansas and waive any objection that they would otherwise have to venue in such courts. (23) NOTICES. All notices shall be in writing and delivered to the other party by means of: (a) personal delivery set forth below; (b) courier (signature required upon delivery); (c) recognized overnight courier, at the following address; (d) fax with proof of delivery; or (e) via electronic mail with proof of delivery: Notices sent by email will be effective when sent and notices posted on Badger Meter's Portal will be effective upon posting. All notices must be provided in the English language. ©2019 Badger Meter, Inc. Page 17 of 29 BADGER METER .3 Badger Meter BEACON AMA MANAGED SOLUTION IV MASTER AGREEMENT If to Badger Meter: Legal Department, Attn: Assistant General Counsel 4545 W. Brown Deer Road. Milwaukee, WI 53223 If to City: City of Fayetteville 113 W Mountain St. Fayetteville, AR 72701 CITY OF FAYETTEVILLE ARKANSAS (24) SURVIVABILITY. Any provision of this Agreement which by its nature should survive termination or expiration of this Agreement shall survive its expiration or termination. (25) LIMITATION OF CLAIMS. No action arising under or in connection with this Agreement, regardless of the form, may be brought by City more than five (5) years after City becomes aware of or should reasonably have become aware of the occurrence of events giving rise to the Claim. (26) FORCE MAJEURE. Neither party shall be liable to the other or any third party by reason of any failure or delay of its obligations under this Agreement where the delay or failure results from any cause beyond its reasonable control, including, but not limited to, acts of God, fires, storms, floods or other acts of nature, explosions, systemic electrical telecommunications or other utility failures, earthquakes, hurricanes, tornados, natural disasters, strikes, shortage of materials, work stoppage or other labor dispute, embargoes, riots, insurrections, acts of war or terrorism, or any action or restraint by court order or public or governmental authority ("Force Majeure Event"). The party subject to the Force Majeure Event agrees to use commercially reasonable efforts to minimize the impact of the Force Majeure Event on the other party. (27) AMENDMENT. This Agreement may only be amended by a written document signed by both parties. Badger Meter will not be bound by and specifically objects to any term, condition or other provision which is different from or in addition to the provisions of this Agreement (whether or not it would materially alter this Agreement) and which is submitted by City in any receipt, acceptance, confirmation, agreement, purchase order, correspondence or other documentation. If the terms of this Agreement are not consistent with the terms contained in any policy, the terms contained in this Agreement will control, except that the Service Terms will control over this Agreement. (28) ENTIRE AGREEMENT. This Agreement, including all applicable Exhibits and policies, constitutes the entire agreement between the parties with regard to its subject matter. This Agreement supersedes all prior or contemporaneous agreements, discussions, negotiations, undertakings, communications, representations or proposals, whether written or oral. (29) ORIGINALS, COUNTERPARTS. This Agreement may be executed in several counterparts, each of which shall be deemed an original and all of which together will be deemed to constitute one ©2019 Badger Meter, Inc. Page 18 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V l L L E Badger Meter IV ARKANSAS MASTER AGREEMENT and the same document. This Agreement may be executed and delivered by facsimile signature or portable document format (.pdf) by electronic mail. IN WITNESS WHEREOF, the authorized representatives of the parties hereby bind the parties to this BEACON AMA Managed Solution Master Agreement by signing below: BADGER METER, INC Signature Kimberly K Stoll Printed Name VP - Sales and Marketing Title Date Signature Printed Name Title Date ©2019 Badger Meter, Inc. Page 19 of 29 . BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E 011114Badger Meter IVARKANSAS MASTER AGREEMENT EXHIBIT 1 FEES 1. Service Fees. City agrees to pay the following Service Fees, as consideration for the right to access and use the Portal, Service and Documentation during the Term, as well as applicable Taxes. 2. Invoicing. Badger Meter shall issue invoices to City for Service and Support Fees on a monthly basis. Undisputed payments are due within thirty (30) days of the date of the invoice. 3. Interest and Costs. City agrees that it will be responsible to pay Badger Meter for any collection expenses incurred by Badger Meter permitted by law, and reasonable attorneys' fees and court costs incurred by Badger Meter in enforcing its rights under this Agreement. BEACON Monthly Endpoint Subscription Fee 15 -minute interval data; 22 scheduled communications per week: Badger Meter's standard price for service units is $.89; Badger Meter will provide quantity discounted pricing to Fayetteville via a 10 - year quote that will match the term of this agreement. Invoicing for monthly endpoint subscription fee starts at time of endpoint activation or six (6) months from date of shipment, whichever comes first. ©2019 Badger Meter, Inc. Page 20 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT EXHIBIT 2 SERVICE LEVEL AGREEMENT This Service Level Agreement ("SLA") will go into effect upon completion of Endpoint Provisioning, which is the point during meter installation when the endpoint is installed and verified to provide data to the BEACON AMA Managed Solution. 1. CUSTOMER SUPPORT. Service Levels. Within one (1) hour after a request for Customer Support Services from City, Badger Meter will respond to such request in accordance with the procedures set forth below. City may report the problem by phone, email or website provided by Badger Meter to City. Badger Meter will use commercially reasonable efforts to meet the response and resolution times set forth below: Severity Level Response Time Resolution Time Level 1- Service is one (1) hour six (6) hours unavailable Level 2 - certain twenty-four (24) hours twenty-four (24) hours interruptions but service is still available Level 3 - minor twenty-four (24) hours three (3) days intermittent malfunction Level 4 - suggestions twenty-four (24) hours Evaluated, scheduled and for new features or prioritized for potential enhancements to inclusion in upcoming BEACON Portal and releases. Service ©2019 Badger Meter, Inc. Page 21 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter ARKANSAS MASTER AGREEMENT 2. BEACON PORTAL AND SERVICE AVAILABILITY PROMISE. Badger Meter will use commercially reasonable efforts to fulfill the following Service Promise: BEACON Portal and Service Availability of 99% within each calendar month, excluding any Emergency Downtime, Scheduled Downtime, any unavailability of the Portal and Service due to any Force Majeure Event and any unavailability of the Portal and Service less than fifteen (15) minutes in duration following written notice thereof. Definitions "Availability" is the monthly uptime percentage with normal functionality of the Portal and the Service, calculated as described below. "Emergency Downtime" means any unavailability of the Portal or Service due to a temporary suspension by Badger Meter to perform maintenance to address any, urgent and unexpected issue with the Portal or Service. "Scheduled Downtime" means any unavailability of the Portal or Service due to scheduled maintenance. Scheduled maintenance may occur between 10:00 p.m. on Saturday to 4:00 a.m. on Sunday (Pacific Time) every week. Badger Meter shall have the right to change the scheduled maintenance times upon notice to City posted on the BEACON Portal. CALCULATION of BEACON Portal and Service Availability: Availability is measured by Badger Meter through standard monitoring software that tests the application availability at least every five (5) minutes and logs unavailability incidents (date and UTC time) for each monitored component. Availability is calculated as the percentage of uptime in the applicable calendar month, excluding scheduled downtime: Where Total Unavailability Minutes 1 Total Minutes of Service Month — Total Minutes of Approved Downtime "Total Unavailability Minutes" is the cumulative unavailability time in minutes in the applicable month where the Portal and Service are not available due to unplanned outages or from systematic errors on the part of Badger Meter, "Total Minutes of Service Month" is the cumulative time in minutes in the month in question, calculated by taking the number of days in month x 24 hours/ day x 60 minutes/hour, and ©2019 Badger Meter, Inc. Page 22 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT "Total Minutes of Approved Downtime" is the cumulative time in minutes in the applicable month where the Supplier applications are not available due to scheduled downtime; other planned scheduled outages, or approved exclusion conditions as defined in this Agreement. In order to be included within the Total Unavailability Minutes: (a) City shall notify Badger Meter, in writing, via email(techsupport@badgermeter.com) of the unavailability of the Portal or the Service; (b) such unavailability shall be greater than fifteen (15) minutes in duration following Badger Meter's receipt of such notice; and (c) City shall notify Badger Meter, in writing, via email within twenty-four (24) hours of such unavailability that it should be included within the Total Unavailability Minutes unless such unavailability is due to any Emergency Downtime, Scheduled Downtime, or any unavailability of the Services due to any Force Majeure Event. Service Credits If Badger Meter fails to meet the BEACON Portal and Service Availability Promise, the following Service Credits will be calculated as follows: Service Credit = Endpoint Service Units Consumed in the Month * (1- Availability) rounded to the next whole number For example; Availability Service Credit (Service Units per 1,000 Service Units consumed in the month 95% 50 90% 100 80% 200 70% 300 60% 400 50% 500 Service Credit will be added to City's account in the form of pre -paid Service Units for the same endpoint type(s). ©2019 Badger Meter, Inc. Page 23 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT 3. MONTHLY BILLING DATA SERVICE PROMISE. Badger Meter will use commercially reasonable efforts to fulfill the following Service Promise: • The BEACON AMA Managed Solution will successfully provide Monthly Billing Data for at least 97.0% of provisioned accounts at the time of billing request to the BEACON AMA Managed Solution. Definitions "Managed Solution" is a system that consists of a network deployment using fixed network and/or cellular endpoints, where Badger Meter maintains the responsibility for managing the reading hardware and software for system operation over the Term of the Agreement. "Provisioned Accounts" are accounts with cellular or fixed network endpoints that are discovered by the network, fully able to communicate with the network, and completely entered correctly in the BEACON AMA Managed Solution. "Monthly Billing Data" is a valid meter reading obtained within three (3) days of the billing as performed through the BEACON AMA Managed Solution to provisioned accounts. CALCULATION of Monthly Billing Data Service Promise for Provisioned Accounts: Monthly Billing Data success rate is calculated by the count of accounts in the billing cycle with meter read data within three (3) days ("Count of Billing Reads") divided by the number of active and Provisioned Accounts in the billing cycle ("Count of Total Billing Cycle"). Count of Billing Reads Count of Total Billing Cycle Where: "Count of Billing Reads" is the total number of accounts in the billing file with valid data that a billing quality reading is supplied for managed solution endpoints. "Count of Total Billing Cycle" is the total number of accounts with valid data in the billing file being processed for managed solution endpoints. ©2019 Badger Meter, Inc. Page 24 of 29 .9 Badger Meter BADGER METER BEACON AMA MANAGED SOLUTION MASTER AGREEMENT CITY OF JUM FAYETTEVILLE ARKANSAS If City suspects that the Monthly Billing Data Service Promise has not been met for a particular Billing Cycle, (a) City shall notify Badger Meter, in writing, within twenty-four (24) hours of the occurrence, via email (techsupport@badgermeter.com) of the Count of Billing Reads and Count of Total Billing Cycle of managed solution endpoints; (b) the specific time and date when the billing read file was generated. Service Credits If Badger Meter fails to meet the Monthly Billing Data Service Promise, Service Credits will be calculated as follows: Service Credit = Managed Solution Endpoint Service Units Consumed in the Month * (1- Monthly Billing Data Success Rate) rounded to the next whole number For example; Monthly Billing Data Success Rate Service Credit (Service Units per 1,000 Service Units consumed in the month 95% 50 90% 100 80% 200 70% 300 60% 400 50% 500 Service Credit will be added to City's account in the form of pre -paid Service Units for the same endpoint type(s). ©2019 Badger Meter, Inc. Page 25 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT 4. MISCELLANEOUS. Exclusions The BEACON Portal and Service Availability Promise and Monthly Billing Data Service Promise do not apply to any of the following performance issues, in addition to other exclusions herein: (i) Resulting from any actions or inactions of City, its Authorized Users or Authorized Consumers; (ii) Resulting from City or its suppliers equipment, software, or other technology and/or City's third party equipment, software, or other technology outside of Badger Meter's control; (iii) Caused by failures, including, but not limited to, internet connectivity, port availability, firewall configuration, or cellular networks at City's location; (iv) Resulting from City's breach of any term or condition under the Agreement; (v) Caused by unexpected or unintentional RF interference or signal obstruction caused by sources not present or not in use during endpoint installation; (vi) Caused by intentional RF interference or signal obstruction not present during endpoint installation, caused by third parties; (vii) Caused by City, an Authorized User's or an Authorized Consumer's misuse or abuse of the Portal or Service; (viii) During an event triggering a declared disaster recovery and for a twenty-four (24) hour period after the resumption of the Service following such an event to allow for the system to return to normal operating ranges; (ix) Arising from Badger Meter's suspension or termination of City's right to use the BEACON Managed Solution in accordance with the Agreement; (x) Arising from failure of City to follow Badger Meter's published installation, operation and maintenance instructions and Clarifications from Badger Meter's Preliminary Network Design; (xi) When outdoor temperatures either exceed or are below the endpoint operating temperature range as described in the applicable product data sheet. (xii) Accounts read using manual, touch read, handheld and mobile technology are not included as part of the Monthly Billing Data Service Promise, as these reading technologies are outside of Badger Meter's control. In the event Badger Meter does not meet a Service Promise hereunder, Badger Meter will conduct a commercially reasonable root cause analysis of the Service promise failure. If Badger Meter's analysis is inconclusive, or if Badger Meter concludes that circumstances outside of Badger Meter's control caused the Service promise failure, or if Badger Meter concludes that a failure falls under any other exclusions described hereunder, City will not be entitled to a Service Credit. If Badger Meter's analysis is conclusive and that circumstances within Badger Meter's control caused the Service failure, City will be eligible to receive a Service Credit as described above. EXCEPT AS EXPRESSLY PROVIDED IN THIS SLA, THE SERVICE CREDITS SPECIFIED IN THIS SLA WILL BE CITY'S SOLE AND EXCLUSIVE REMEDY FOR BADGER METER'S FAILURE TO MEET THE SERVICE PROMISE SPECIFIED IN THIS SLA. ©2019 Badger Meter, Inc. Page 26 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E Badger Meter IV ARKANSAS MASTER AGREEMENT Badger Meter will report Service Promises and applicable Service Credits upon request and upon a commercially reasonable frequency. Following each report, upon City request, the parties will discuss such performance and the extent to which any Service Credits either are appropriate or should be modified due to circumstances not captured by the reporting methodology. Upon agreement concerning the Service Credits due, such Service Credits will be applied against Badger Meter's charges in the months following the month in which the credits were incurred. ©2019 Badger Meter, Inc. Page 27 of 29 . BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E 011114Badger Meter IVARKANSAS MASTER AGREEMENT EXHIBIT 3 BEACON AMA MANAGED SOLUTION SECURITY POLICY 1. BEACON AMA Portal and Service Information Security Program. Badger Meter maintains an information security program (including the adoption and enforcement of internal policies and procedures) designed to (a) support the BEACON AMA Managed Solution, (b) identify reasonably foreseeable and internal risks to the BEACON Portal and Service security and unauthorized access to the Badger Meter Network, and (c) minimize security risks. The BEACON Portal and Service information security program includes the following measures: 1.1 Network Security. The Badger Meter Network is electronically accessible to employees, and contractors necessary to provide the Portal and Service. Badger Meter maintains access controls and policies to manage what access is allowed to the Badger Meter Network from each network connection and user, including the use of firewalls or functionally equivalent technology and authentication controls. Badger Meter maintains corrective action and incident response plans to respond to potential security threats. 1.2 Physical Security. 1.2.1 Physical Access Controls. Physical components of the Badger Meter Network are housed in nondescript facilities (the "Facilities"). Physical barrier controls are used to prevent unauthorized entrance to the Facilities both at the perimeter and at building access points. Passage through the physical barriers at the Facilities requires either electronic access control validation (e.g., card access systems, etc.) or validation by human security personnel (e.g., contract or in-house security guard service, receptionist, etc.). Employees and contractors are assigned photo -ID badges that must be worn while the employees and contractors are at any of the Facilities. Visitors are required to sign in with designated personnel, must show appropriate identification, and are assigned a visitor ID badge that must be worn while the visitor is at any of the Facilities, and are continually escorted by authorized employees or contractors while visiting the Facilities. 1.2.2 Limited Employee and Contractor Access. Badger Meter provides access to the Facilities to those employees and contractors who have a legitimate business need for such access privileges. When an employee or contractor no longer has a business need for access privileges, the access privileges are promptly revoked, even if the employee or contractor continues to be an employee of Badger Meter or its affiliates. 1.2.3 Physical Security Protections. All major access points (other than main entry doors) are maintained in a secured (locked) state. Access points to the Facilities are monitored by video surveillance cameras designed to record all individuals accessing the Facilities. All physical access to the Facilities by employees and contractors is logged and routinely audited. 1.2.4 Pre -Employment Screening. Badger Meter conducts criminal background checks, as permitted by applicable law, as part of pre-employment screening practices for ©2019 Badger Meter, Inc. Page 28 of 29 . BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAY E T T E V! L L E 011114Badger Meter IV ARKANSAS MASTER AGREEMENT employees commensurate with the employee's position and level of access to the Facilities. Badger Meter will not permit an employee to have access to the non-public Customer Data or perform material aspects of the Service if such employee has failed to pass such background check. 2. Continued Evaluation. Badger Meter will conduct periodic reviews of the security of its Badger Meter Network and adequacy of its information security program as measured against industry security standards and its policies and procedures. Badger Meter will continually evaluate the security of its Badger Meter Network and associated Service to determine whether additional or different security measures are required to respond to new security risks or findings generated by the periodic reviews. 3. City Responsibilities. System security is a shared responsibility between Badger Meter and City. City shall assign a systems service administrator to be responsible for establishing access and usage policies. City shall develop commercially reasonable policies and procedures to insure physical security, establishing account access approvals and procedures, conduct regular reviews of access rights, and provide security awareness training for staff using the Service. The administrator shall also be responsible for policies and procedures related to Authorized Consumers access to their individual data resident on the Network. 24549447_7.DOCX 032016 ©2019 Badger Meter, Inc. Page 29 of 29 QUOTATION FROM HENARD UTILITY PRODUCTS, INC. P.O. Box 9238 SEARCY, ARKANSAS 72145 PHONE (501)268-1987 FAX (501)268-7437 www.henardutility.com TO Fayetteville Water & Sewer Attn: Harlan Henson Email: hhenson@ci.fayetteville.ar.gov WE ARE PLEASED TO QUOTE AS FOLLOWS: INQUIRY NO: 07292019-1 DATE 29 July 2019 TERMS Net 30 Days DELIVERY TBD PRICES ARE QUOTED F.O.B. Fayetteville, AR QTY. DESCRIPTION j PRICE EA. j AMOUNT 1,200 Badger Model M25 — 5/80/4 Low Lead Bronze Positive $196.96 $236,352.00 Displacement Meter — Plastic Bottom — HR -E 8 Dial Encoder — LTE -M Beacon Cellular Endpoint - US Gallons — Twist Tight Connector. Serial Number to be Stamped on Outside of Lids. 1 Beacon Engagement Fee. Covers up to 50K Customers $4,465.00 $4,465.00 1 Eye -On -Water Customer Portal is Included. $0.00 $0.00 Subtotal $240,817.00 Sales Tax @ 9.75% $23,479.66 Total $265,296.66 Billed Directly by Badger Meter Beacon LTE Service Units — $0.58 Per Month. Per Endpoint. Quote is good for 1 year from 7/26/2019 to 7/26/2020 QUOTED BY: George Clayton gemecAhenardutility.com CROSSLAND HEAVY CONTRACTORS Fayetteville West Side WWTP — Fayetteville, AR 501 S. East Ave, P.O. Box 350 Columbus, KS 66725 Tel: 620.429.1410 Fax: 620.429.2977 June 21, 2019 Mr. Jeremy LaCoe Maintenance Supervisor 1400 N Foxhunter Rd. Fayetteville, AR. 72701 Reference: Elkins Wet Well Diverter Plate Installation & Confined Space Entry Mr. LaCoe, Crossland Heavy Contractors is pleased to provide to you a quotation to complete the installation of a fabricated stainless steel diverter plate as approved on 6/10/2019. Safety is the primary concern for Crossland Heavy, an outline of our safety plan is below. Crossland Heavy Contractors has collaborated with our internal Safety Management team to coordinate the most safe and reliable method for entry to the described site as possible. Project phasing will progress as such; prior to any work taking place, personnel entering the Elkins Wet Well will be subject to a physical examination to assess cardiovascular & respiratory fitness at the Arkansas Occupational Health clinic in Springdale. In addition to the fitness test Crossland Safety Management team will hold a full training on confined space entry for all personnel at the project location. Crossland Heavy will be utilizing SCBA equipment for assisted breathing, SCBA equipment utilizes a self-contained breathing device which feeds outside fresh air into a sealed mask worn by the occupant of the confined space. For entry into the space CHC will utilize a tripod and winch set for each entrant with two or more observers remaining at ground level to assist with entry and extraction. Work will be performed from fabricated scaffolding and/or ladders while remaining tied off to the tripod. Flow from the 18" force main will be blocked and bypassed during the working period by a trailer pump capable of pumping 260 GPM. The total cost of construction to safely remove the specified section of piping: Complete Total Cost - $14,643.00 Total Working Days Required — 1 Day/1 Day Safety Training If there are any questions or concerns regarding this matter please feel free to give me a call. Respectfully, Garrett Street 620-202-1834 Project Manager Crossland Heavy Contractors From: Brad Guthrie To: LaCoe, Jeremy/FAY Cc: Hickle, Jeff/FAY Subject: [EXTERNAL] RE: LS 19 Wet Well Repairs Date: Monday, August 05, 2019 11:16:30 AM Jeremy, at this time, Nabholz Industrial Services will be unable to provide a bid for the LS19 Wet Well repair. Please keep us in mind for other upcoming projects. Thank you, Brad Brad Guthrie Project Manager w: +1 (479) 659-7956 1 m: +1 (479) 422-1257 brad.guthrie(@nabholz.com From: LaCoe, Jeremy/FAY <Jeremy.LaCoe@jacobs.com> Sent: Monday, August 5, 2019 11:13 AM To: Brad Guthrie <brad.guthrie@nabholz.com> Cc: Hickle, Jeff/FAY <Jeff.Hickle@jacobs.com> Subject: LS 19 Wet Well Repairs This Message originated outside your organization. Brad, As we discussed on the phone, could you please respond about a quote on LS 19 wet well repair. Thank you for your time and I apologize for any miss communication, Jeremy LaCoe, CMRT, CRL, CMRP JACOBS Maintenance Supervisor 918-851-7019 mobile 479-443-5613 fax Jeremy.lacoeC@iacobs.com 1400 N Foxhunter Rd Fayetteville, AR 72701 www.jacobs.com NOTICE - This communication may contain confidential and privileged information that is for the sole use of the intended recipient. Any viewing, copying or distribution of, or reliance on this message by unintended recipients is strictly prohibited. If you have received this message in error, please notify us immediately by replying to the message and deleting it from your computer. The information contained in this communication is confidential, is intended only for the use of the recipient named above, and may be legally privileged or contain trade secret or proprietary information. If the reader of this message is not the intended recipient, you are hereby notified that any dissemination, distribution or copying of this communication is strictly prohibited. If you have received this communication in error, please reply to the sender and delete the original message or any copy of it. From: LaCoe, Jeremy/FAY To: Hickle, Jeff/FAY Subject: Fwd: LS 12 Farmington, LS19 Molly Wagon Date: Monday, August 05, 2019 12:18:40 PM Attachments: imaae001.ona Get Outlook for Android From: Michael J. Sizemore Sent: Monday, August 5, 12:15 PM Subject: [EXTERNAL] LS 12 Farmington, LS19 Molly Wagon To: LaCoe, Jeremy/FAY Cc: Kevin R. McDonald Jeremy I have been asked by our safety department to not get involved in the repair or modification of these two stations due to the fact that they have uncontrolled flow infeed as well as the confined space aspects of the projects. They both will require men to work from ladders on slippery floors and during the late night hours while the flow is minimized. Both projects have too much potential for possible injuries. We don't mind the confined space but are cautious about what we take on. We can't access either of these from a crane basket due to the small space or overhead structures. Please allow me to pass on these but I look forward to working on future projects. Thank you sir. Michael Sizemore Mechanical Est./Proj.Mngr msizemore(@multi-craft.net (479) 419-8124 MCC Crafr� Mr. �1-,, r*nar� For more than 40 years, Multi -Craft Contractors has been saving industrial and commercial clients both time AND money by solving complex contracting challenges. For all your commercial and industrial needs, contact Multi -Craft Contractors today at 479.751.4330, toll-free 800.793.6224 or e-mail info@multi- craft.net. This email message, including any attachment (s), is for the sole use of the intended recipient and may contain confidential information. If you are not the intended recipient, please contact the sender immediately and destroy this message and any attachment (s). "No job is so important and no work is so urgent that we cannot take time to perform it safely" 12' —DISCHARGE • CL ELEV. �1170.50 4 OF— DRAIN. LINE WITH --J :D TO WELL ;ACE ANCHORED TO PACING AND DETAILS ZECOMMENDATIONS) DISCHARGE PIPE DRAWING E3 FOR TRICAL DETAILS _E SEWAGE PUMP MANUFACTURER - --� MANUFACTURER ELEVATION 1138.50 CONCRETE FILLET J CES GR Out i , PIPE WI Th NON—SHRINK GROUT a I GUIDE .` RAIL PUMP A' MFG'R. r •' 12'-0" 8" F -PE D.I. WALL PIPE 16"X16" 8" PVC VENT PIPE 12" FLANGED C ADAPTER TWO S.S. PIPE i (ANCHOR TO W� S.S. WEDGE AN( PROPOSED 12'- CONCRETE WETS ELEV. 1155.00 a. u. 4 'a PROPOSED 18" S 1 ` INVERT ELEV. 114 4 o : ° CLASS "B" a I CONC. FILLET ;. 1'-0" z 135 12'-0 0 8" MIN. CRUSHEI STONE BACKFILL Diverter Plate: " SS Welded Const. AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And JACOBS ENGINEERING GROUP INC. THIS AGREEMENT is made as of , 2019, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and Jacobs Engineering Group Inc. (hereinafter called ENGINEER). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the evaluation, design, and/or construction supervision of capital improvement projects. Therefore, CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows: ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those assignments to which this Agreement applies and shall give consultation and advice to CITY OF FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed under the direction of a professional engineer registered in the State of Arkansas and qualified in the particular field. SECTION 1 - AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of ENGINEER. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of ENGINEER. 1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. SECTION 2 - BASIC SERVICES OF ENGINEER 2.1 Perform professional services in connection with the Project as hereinafter stated. 2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in Appendix A attached hereto and made part of this Agreement. 2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE. ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for the engineering services. Jacobs_Biosolids Master Plan- Professional Engineering Services 190606.doc SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE 3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of ENGINEER. 3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to perform its services under this Agreement. 3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by ENGINEER and render in writing decisions pertaining thereto. 3.1.5 The Utilities Director is the CITY OF FAYETTEVILLE's project representative with respect to the services to be performed under this Agreement. The Utilities Director shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 3.1.6 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide written comments to ENGINEER in a timely manner. SECTION 4 - PERIOD OF SERVICE 4.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. 4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. ENGINEER will proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. The anticipated schedule for this project is included as Appendix A. SECTION 5 - PAYMENTS TO ENGINEER 5.1 The maximum not -to -exceed amount authorized for this Agreement is $254,108.00. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on a Not to Exceed basis as described in Appendix A. 5.2 Statements 5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for professional services consistent with ENGINEER's normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Jacobs_Biosolids Master Plan- Professional Engineering Services 190606.doc 2 Applications for payment shall be made in accordance with a format to be developed by ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated project schedule as the basis for determining the value earned as the work is accomplished. Final payment for professional services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the study and report for the Project. 5.3 Payments 5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE shall advise ENGINEER in writing of the basis for any disputed portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the invoice is approved, however, payment within 30 days is not guaranteed. 5.4 Final Payment 5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by ENGINEER to be set forth therein. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against ENGINEER or his sureties under this Agreement or applicable performance and payment bonds, if any. SECTION 6 - GENERAL CONSIDERATIONS 6.1 Insurance 6.1.1 During the course of performance of these services, ENGINEER will maintain (in United States Dollars) the following minimum insurance coverages: Type of Coverage Workers' Compensation Employers' Liability Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage Limits of Liability Statutory $500,000 Each Accident $1,000,000 Combined Single Limit $1,000,000 Combined Single Limit Jacobs_Biosolids Master Plan- Professional Engineering Services 190606.doc 3 Professional Liability Insurance $1,000,000 aggregate ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the specified insurance within ten days of the date of this Agreement and upon each renewal of coverage. 6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their officers, directors, agents, or employees for damage covered by property insurance during and after the completion of ENGINEER's services. 6.2 Professional Responsibility 6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in accordance with standard of care recognized for professionals performing the same or similar services in the performance of ENGINEER's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly report to ENGINEER any defects or suspected defects in ENGINEER's services of which CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of ENGINEER or ENGINEER'S failure to exercise reasonable skill, care, and diligence in performing contractual services. JACOBS makes no warranty, expressed or implied, beyond its professional responsibilities as set forth in this subsection. 6.3 Cost Opinions and Projections 6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on ENGINEER's experience, qualifications, and judgment as a design professional. Since ENGINEER has no control over weather, cost and availability of labor, material and equipment, labor productivity, construction Contractors' procedures and methods, unavoidable delays, construction Contractors' methods of determining prices, economic conditions, competitive bidding or market conditions, and other factors affecting such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by ENGINEER. 6.4 Changes 6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of ENGINEER's services, with an appropriate change in compensation and schedule only after Fayetteville City Council approval of such proposed changes and, upon execution of a mutually acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE and the duly authorized officer of ENGINEER. 6.5 Termination 6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through Jacobs_Biosolids Master Plan- Professional Engineering Services 190606.doc 4 no fault of the terminating party, provided that no termination may be effected unless the other party is given: 6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.1.2 An opportunity for consultation with the terminating party prior to termination. 6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that ENGINEER is given: 6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.2.2 An opportunity for consultation with the terminating party prior to termination. 6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default. 6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to ENGINEER for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by ENGINEER relating to commitments which had become firm prior to the termination. 6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER shall: 6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise), 6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by ENGINEER in performing this Agreement, whether completed or in process. 6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. 6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is determined that ENGINEER had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such Jacobs_Biosolids Master Plan- Professional Engineering Services 190606.doc event, adjustments of the agreement price shall be made as provided in Paragraph 6.5.4 of this clause. 6.6 Delays 6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER shall be entitled to additional compensation and time for reasonable costs incurred by ENGINEER in temporarily closing down or delaying the Project. 6.7 Rights and Benefits 6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 6.8 Dispute Resolution 6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or ENGINEER in the performance of this Agreement, and disputes concerning payment. 6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied with. 6.8.3 Notice of Dispute 6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice. 6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give ENGINEER written Notice at the address listed in Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. 6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of ENGINEER and the Mayor of CITY OF FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. Jacobs_Biosolids Master Plan- Professional Engineering Services 190606.doc 6 6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to ENGINEER for services rendered by ENGINEER. 6.10 Publications 6.10.1 Recognizing the importance of professional development on the part of ENGINEER's employees and the importance of ENGINEER's public relations, ENGINEER may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to ENGINEER's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to ENGINEER CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of ENGINEER's activities pertaining to any such publication shall be for ENGINEER's account. 6.11 Indemnification 6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the Contractors, or their employees, agents, Subcontractors, and Suppliers. 6.12 Ownership of Documents 6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings, estimates, field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of other documents. 6.12.2 Engineering documents, computer models, drawings, specifications and other hard copy or electronic media prepared by ENGINEER as part of the Services shall become the property of CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services rendered, provided, however, that ENGINEER shall have the unrestricted right to their use. ENGINEER shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of ENGINEER. 6.12.3 Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. ENGINEER makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. Jacobs_Biosolids Master Plan- Professional Engineering Services 190606.doc % 6.13 Notices 6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate party at the following addresses: CITY OF FAYETTEVILLE's address: 113 West Mountain Street Fayetteville, Arkansas 72701 ENGINEER's address: 401 S Boston Ave. Suite 330 Tulsa, OK 74103 6.14 Successor and Assigns 6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors, executors, administrators, and assigns to the other parry of this Agreement and to the successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. 6.15 Controlling Law 6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 6.16 Entire Agreement 6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal management of its operations. SECTION 7 - SPECIAL CONDITIONS 7.1 Additional Responsibilities of ENGINEER 7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services shall be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. Jacobs_Biosolids Master Plan- Professional Engineering Services 190606.doc g 7.1.2 ENGINEER shall be and shall remain liable, in accordance with this Agreement and applicable law, for all damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty materials, equipment, or work. 7.2 Remedies 7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. 7.3 Audit: Access to Records 7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. ENGINEER shall also maintain the financial information and data used by ENGINEER in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. ENGINEER will provide proper facilities for such access and inspection. 7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 7.3.3 This right of access clause (with respect to financial records) applies to: 7.3.3.1 Negotiated prime agreements: 7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: 7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: Jacobs_Biosolids Master Plan- Professional Engineering Services 190606.doc 9 7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of ENGINEER; 7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; 7.3.3.3.3 If the subagreement is terminated for default or for convenience. 7.4 Covenant Against Contingent Fees 7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by ENGINEER for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 7.5 Gratuities 7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of ENGINEER's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to ENGINEER terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs ENGINEER incurs in providing any such gratuities to any such officer or employee. 7.6 Arkansas Freedom of Information Act 7.6.1 City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, ENGINEER will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. Jacobs_Biosolids Master Plan- Professional Engineering Services 190606.doc 10 7.7 LIMITATION OF LIABILITY. 7.7.1 Notwithstanding any other provision of this Agreement, neither party shall have liability to the other for contingent, consequential or other indirect damages including, without limitation, damages for loss of use, revenue or profit; operating costs and facility downtime; or other similar business interruption losses, however the same may be caused. The limitations and exclusions of liability set forth in this Article shall apply regardless of the fault, breach of contract, tort (including negligence), strict liability or otherwise of either party or their respective employees, or subconsultants. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and Jacobs Engineering Group Inc., by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY OF FAYETTEVILLE, ARKANSAS By: Mayor, Lioneld Jordan ATTEST: By: City Clerk JACOBS ENGINEERING GROUP INC. By: Robert Frear PRINTED NAME & TITLE OF PERSON SIGNING Title: Manager of Projects END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Jacobs_Biosolids Master Plan- Professional Engineering Services 190606.doc I I JACOBS Appendix A — Biosolids Master Plan Scope of Services Project Description The City of Fayetteville currently hauls dewatered sludge from the West Side Waste Water Treatment Plant (WWTP) and the Noland WWTP to a Biosolids Management Site (BMS) on a City owned farm. The sludge is dried at the BMS and roughly 3,200 tons per year of Class A biosolids are sold to local farmers for $20 per ton. The dryers at the BMS are operating near capacity and sometimes sludge from the WWTPs must be hauled to a landfill. Two goals listed in the City's Energy Action Plan are to install renewable energy generation technologies at the WWTPs to offset the high cost of electricity and to reduce greenhouse gas emissions 40% by the year 2030. A biosolids master plan is needed to identify solutions for the increasing solids production, energy optimization, and to improve the dependability and sustainability of the City's solids management system for the future. Jacobs' Biosolids Master Plan will provide the City a coarse level assessment and comparative analysis of alternatives for decision-making. The biosolids master plan will be the basis for subsequent phases to provide detailed analysis, costing alternatives, and firm budgetary estimates. The biosolids master plan will be developed through a series of meetings, workshops, and technical memorandums (TMs). The tasks to complete the Biosolids Master Plan Project include: I. Assessment of existing conditions II. Evaluation criteria development and identification of appropriate technology solutions III. Plant simulation evaluations IV. Cost evaluations V. Implementation planning These tasks are described in detail in the following sections. A TM will be completed during each task, and each the TMs listed below will become a chapter in the overall Final Master Plan delivered with the completion of the final task. I. TM 1 — Planning Criteria Memo ll. TM 2 — Results of Modeling and Short List Alternatives III. TM 3 — Cost Evaluations and Alternative Analysis IV. TM 4 — Phasing and Implementation City staff and WWTP operations will play an integral role throughout the development of the Biosolids Master Plan Report. Jacobs is relying on their attendance and participation during portions of the site visits and all workshops. The project schedule is built on Jacobs' execution and timely input and responses from key City staff. 1.1 Task 1: Assessment of Existing Conditions This task includes an evaluation of all solids handling processes at both WWTPs to determine performance, capacities and conditions of existing equipment at the solids thickening, pumping, dewatering and drying facilities. Monthly operations reports, supplied by Plant Operations, will provide the majority of required data. Estimates of future quantities of solids production will be made to determine appropriate sizing of solids management equipment in the near term (next 5 years) and into the future (20 years). This analysis will be used to develop appropriate sizing criteria for all solids handling system components such that any deficits in capacity needs and the timing of equipment upgrades to eliminate those deficits will be identified for future planning tasks. Jacobs has been informed by the City that biosolids treatment systems after dewatering cannot be performed at the West Side plant due to promises made when the West Side plant was sited and built in 2008. Therefore, the focus of capacity and options analysis will be on those systems available at the Noland plant and the BMS facilities. Appendix A - Fayetteville Biosolids Master Plan Scope of Services 190613.docx JACOBS. Biosolids Master Plan Scope of Services 1.1.1 Task 1 Deliverables • Project Kick-off and site visit and evaluation of existing solids handling facilities o Planned for four (4) Jacobs employees to attend site visit: Project Manager, Senior Technical Consultant, Project Engineer, and Technician o Duration is expected to be five (5) days • Draft and final TM 1 summarizing: o Estimated solids production over next 5-20 years from both West Side and Noland WWTPs o Establish equipment sizing criteria for solids handling facilities o Solids handling capacity analysis of Noland WWTP systems and BMS facilities • Conference call with City of Fayetteville Staff to review TM 1 findings 1.2 Task 2: Evaluation Criteria Development and Identification of Appropriate Technology Solutions Criteria used in previous City planning exercises will be used to develop appropriate evaluation criteria for comparing potential solids management alternatives. These criteria will be defined in Workshop #1 with City stakeholders and the relative importance of these criteria determined for use in future non -monetary scoring of various alternatives. In Workshop #2, a wide range of biosolids management options as compared to the status quo will be identified for consideration by the stakeholder team. These potential technology solutions will be defined in a collaborative process to identify those options that should be considered further. The evaluation criteria previously defined will then be applied against the remaining potential technology solutions aimed at meeting City goals. For example, since energy reduction is a substantial goal, biosolids management options which have potential to recover energy would score more favorably. The ability of a solution to manage not only WWTP solids, but other suitable wastes (such as fats, oils and grease (FOG) or clean source -separated food wastes) will be considered to allow future waste management synergies between the City and those of other local institutions such as the University of Arkansas. Identification of options that utilize or re -purpose existing assets to achieve desired goals will be considered. At the conclusion of this criteria development and technology options identification, a list of up to six (6) potentially viable alternatives will be developed for further evaluation. 1.2.1 Task 2 Deliverables • Delivery of Workshop # 1 and meeting summary o Planned for four (4) Jacobs employees to attend workshop: Project Manager, Senior Technical Consultant, Project Engineer, and Technician o Workshop duration is expected to be one (1) day Delivery of Workshop # 2 and meeting summary o Planned for four (4) Jacobs employees to attend workshop: Project Manager, Senior Technical Consultant, Project Engineer, and Technician o Workshop duration is expected to be one (1) day • Memo summarizing up to six (6) potential alternatives for further evaluation Appendix A - Fayetteville Biosolids Master Plan Scope of Services 190613.docx Biosolids Master Plan Scope of Services JACOBS 1.3 Task 3: Plant Simulation Evaluations The existing whole plant simulation models for the West Side and Noland WWTPs will be updated and modified to analyze and evaluate the alternatives identified in Task 2 to determine overall impacts on process performance, energy recovery and use of existing assets (tankages and equipment). Outputs of the simulations will include overall energy balances, greenhouse gas emissions, and process performance compared to status quo. The outputs of this modeling exercise will be presented in a third workshop and used to define a short list of 3 alternatives for further investigation and refinement. 1.3.1 Task 3 Deliverables • Whole plant simulation model development of the alternatives identified in task 2. • Workshop # 3 to present results of modeling o Planned for four (4) Jacobs employees to attend workshop: Project Manager, Senior Technical Consultant, Project Engineer, and Technician o Workshop duration is expected to be one (1) day • Draft and Final TM 2 summarizing results of modeling and suggest short list of up to 3 alternatives for further investigation 1.4 Task 4: Cost Evaluations The simulation models will form the basis for conducting capital, O&M and life -cycle cost analysis of the remaining short-listed alternatives identified in Task 3. Comparative cost evaluations will be developed to include vendor quotes for large equipment and cost estimating data from Jacobs project experience. Jacobs cost estimating tools will be used to compare capital, O&M and life -cycle costs for each alternative. These costs will then be considered alongside the non -monetary evaluation criteria identified in Task 2 to develop a cost -benefit analysis. A fourth interactive workshop will be held with City stakeholders to fully vet the alternatives and select the best biosolids management solutions for the City. 1.4.1 Task 4 Deliverables • Cost analysis of the short-listed alternatives identified in task 3. • Workshop # 4 to present results of cost analysis o Planned for four (4) Jacobs employees to attend workshop: Project Manager, Senior Technical Consultant, Project Engineer, and Technician (if required) o Workshop duration is expected to be one (1) day • Draft and Final TM 3 summarizing results of cost evaluations and alternatives analysis 1.5 Task 5: Implementation Planning Implementation of selected alternative(s) will be further defined in terms of phasing, scheduling and budget planning to ensure the design and building of appropriate technology solutions with the right capacity will be developed at the right time to meet the City's near-term and long-term needs. 1.5.1 Task 5 Deliverables • Draft and Final TM 4 summarizing phasing and implementation plan Appendix A - Fayetteville Biosolids Master Plan Scope of Services 190613.docx JACOBS • Draft and Final Master Plan Report Biosolids Master Plan Scope of Services • Meeting to discuss next steps and deliver Final Master Plan Report including all TM's. o Planned for two (2) Jacobs employees to attend workshop: Project Manager and Senior Technical Consultant o Meeting duration is expected to be one (1) day o Jacobs will prepare PowerPoint slides with an executive summary on the findings and recommendations of the Final Master Plan Report for presentation to the Water, Sewer, and Solid Waste Committee. o Jacobs' Project Manager and Senior Technical Consultant will attend the Water, Sewer, and Solid Waste Committee meeting, assuming it is scheduled the same day as the final meeting. 1.6 Project Management Project coordination and management will take place through a combination of status reporting and regular phone and e-mail communications with key project personnel. The project team will review project management protocols as described in the Project Management Plan (PMP), discuss deliverables and the project schedule, and address project concerns throughout the project duration. Jacobs will be responsible for submitting invoices and accompanying status reports. One kick-off meeting will be conducted prior to the start of Task 1. This meeting will include key personnel from both the Jacobs team and City staff and will review project scope and communication plans and identify a tentative schedule of activities. 1.6.1 Deliverables • Project Management Plan (PMP) — including defined client and Jacobs project organization, communication, project cost control procedures, document control, engineering health and safety considerations, change management, and other project management requirements • Project schedule • Monthly or milestone reports 1.6.2 Schedule The attached preliminary schedule, Enclosure 1 to Appendix A, provides dates from notice to proceed through the final report. 1.6.3 Compensation Compensation shall be on a Not to Exceed basis, and the total project compensation will not exceed $254,108 without written authorization from the Client Project Manager. Refer to Enclosure 2 to Appendix A for a detailed man-hour and cost breakdown. An organizational chart for Jacobs employees working on the project is provided in Enclosure 3 to this Appendix. Appendix A - Fayetteville Biosolids Master Plan Scope of Services 190613.docx BIOSOLIDS MASTER PLAN PRELIMINARY SCHEDULE Appendix A Enclosure 1 ID (Task Name (Duration (Start (Finish Predecessors 2020 1 Biosolids Master Plan 223 days Agenda Items due for Water, Sewer, and Solid 0 days Waste Committee Meeting Fayetteville Water, Sewer, and Solid Waste 0 days Committee Meeting City Council Meeting 0 days Process Engineer Contract 15 days Notice to Proceed 0 days Task 1: Assessment of Existing Conditions 20 days Facility Site Visit and Evaluation 5 days Future Solids Production Esimate 5 days Develop Sizing Criteria 5 days Develop Draft TM 1 5 days Develop Final TM 1 5 days Task 2: Evaluation Criteria Development 34 days Development of Evaluation Criteria 5 days Identification of Appropriate Technology Solut 5 days Workshop 1 and 2 Preparation 4 days Workshop 1 1 day Workshop 2 1 day Consideration of Repurposing Exisint Assets 5 days Develop memorandum of six options 5 days Finalize memorandum 2 days Task 3: Plant Simulations Evaluations 33 days Modification and update of PRO2D 5 days PRO2D Updates for Graphic Outputs 5 days Modeling of Six Options and Rough Costing 10 days Workshop 3 Preparation 2 days Workshop 3 1 day Develop Draft TM 2 5 days Develop Final TM 2 5 days Task 4: Cost Evaluations 44 days Capital, O&M, and Life Cycle Cost of Three Alt(20 days Compare Cost to Non -monetary Criteria for 20 days Cost -benefit Outputs Workshop 4 Preparation 5 days Fri 7/5/19 Tue 6/9/20 Fri 7/5/19 Fri 7/5/19 Tue 7/9/19 Tue 7/9/19 Tue 8/6/19 Tue 8/6/19 Tue 8/6/19 Mon 8/26/19 4 Mon 8/26/19 Mon 8/26/19 5 Mon 9/16/19 Fri 10/11/19 Mon 9/16/19 Fri 9/20/19 6FS+13 days Mon 9/23/19 Fri 9/27/19 8 Mon 9/23/19 Fri 9/27/19 8 Mon 9/30/19 Fri 10/4/19 9,10 Mon 10/7/19 Fri 10/11/19 11 Tue 10/15/19 Mon 12/9/19 Tue 10/15/19 Mon 10/21/1S 12 Tue 10/15/19 Mon 10/21/1512 Tue 10/22/19 Fri 10/25/19 15 Tue 10/29/19 Tue 10/29/19 16FS+1 day Thu 11/14/19 Thu 11/14/19 17FS+10 days Fri 11/15/19 Thu 11/21/19 18 Fri 11/22/19 Thu 12/5/19 19 Fri 12/6/19 Mon 12/9/19 20 Tue 12/10/19 Thu 2/6/20 Tue 12/10/19 Mon 12/16/1521 Tue 12/10/19 Mon 12/16/15 21 Tue 12/17/19 Fri 1/10/20 24,23 Mon 1/13/20 Tue 1/14/20 25 Thu 1/23/20 Thu 1/23/20 26FS+5 days Fri 1/24/20 Thu 1/30/20 27 Fri 1/31/20 Thu 2/6/20 28 Fri 2/7/20 Thu 4/9/20 Fri 2/7/20 Fri 3/6/20 29 Fri 2/7/20 Fri 3/6/20 29 Mon 3/9/20 Fri 3/13/20 32 ♦ 7/5 ♦ 7/9 ♦ 8/6 ♦ 8/26 ■ 1 1 ■ 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 JACOBSSplit Task Milestone ♦ Summary I Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task I Duration -only Manual Summary Rollup Manual Summary I Start -only Deadline Finish -only Progress External Tasks Manual Progress I External Milestone ID Task Name Workshop 4 Develop Draft TM 3 Develop Final TM 3 Task 5: Planning Considerations Develop Phasing and Scheduling Plan Prepare Draft TM 4 and Master Plan Report Prepare Final TM 4 and Master Plan Report Final Meeting Duration 2 days 10 days 5 days 42 days 15 days 10 days 5 days 1 day 34 35 36 37 38 39 40 41 BIOSOLIDS MASTER PLAN PRELIMINARY SCHEDULE Appendix A Enclosure 1 Start Finish Predecessors I Manual Task I Start -only E Deadline JACOBSSplit Wed 3/18/20 Thu 3/19/20 33FS+2 days Fri 3/20/20 Thu 4/2/20 34 Fri 4/3/20 Thu 4/9/20 35 Fri 4/10/20 Tue 6/9/20 Inactive Summary Fri 4/10/20 Thu 4/30/20 36 Fri 5/1/20 Thu 5/14/20 38 Fri 5/15/20 Thu 5/21/20 39 Tue 6/9/20 Tue 6/9/20 40FS+11 days 2020 I 2 Task Project Summary I Manual Task I Start -only E Deadline JACOBSSplit Inactive Task Duration -only Finish -only 7 Progress Milestone ♦ Inactive Milestone Manual Summary Rollup I External Tasks Manual Progress Summary Inactive Summary Manual Summary I External Milestone 2 BIOSOLIDS MASTER PLAN PROJECT Appendix A Enclosure 2 notal 1539 $ 254,108.00 JACOBS 6/13/2019 Role Imc U a` c C N a` U F V w in U _ U -p C _j U F N in U c E N a` I o C N 1 0- r 0 CL CL fA y N > 1 o Rate $225 $160 $190 $125 $190 $85 $130 $140 $85 Hours by Employee 29 202 276 576 76 68 262 10 40 Cost by Employee $6,525 1$32,320 1$52,440 1$72,000 1$14,440 $5,780 1$34,060 1 $1,400 $3,400 Task Hours Cost Task 1- Assessment of Existing Conditions 312 $ 55,077.00 Facility Site Visit and Evaluation 128 $ 19,080.00 8 40 40 40 Future Solids Production Estimate 50 $ 7,530.00 4 6 10 10 20 Develop Sizing Criteria 34 $ 4,860.00 4 6 8 16 Develop Draft and Final TM 100 $ 13,980.00 4 16 16 24 8 24 8 Expenses $ 9,627.00 Task 2 - Evaluation Criteria Development and Identification of Appropriate Technology Solutions 288 $ 51,859.00 Development of Evaluation Criteria 16 $ 2,460.00 2 6 8 Identification of Appropriate Technology Solutions 28 $ 4,160.00 4 8 16 Workshop 1 Preparation and Delivery 66 $ 9,960.00 10 16 24 4 12 Workshop 2 Preparation and Delivery 66 $ 9,960.00 10 16 24 4 12 Consideration of Repurposing Existing Assets 38 $ 5,700.00 6 16 8 8 Development of TM with Six Short-listed Options 74 $ 10,240.00 6 12 32 4 12 8 Expenses $ 9,379.00 Task 3 - Plant Simulation Evaluations 386 $ 60,549.00 Modification and update of PRO2D 16 $ 2,520.00 8 8 PRO2D Updates for Graphic Outputs 24 $ 3,460.00 2 6 16 Modeling of Six Options and Rough Costing 162 $ 23,120.00 2 16 80 24 40 Prepare Workshop Materials 40 $ 5,560.00 8 24 8 Workshop 3 Preparation and Delivery 64 $ 9,520.00 12 16 24 12 Develop Draft and Final TM 80 $ 10,950.00 2 8 8 30 10 10 4 8 Expenses $ 5,419.00 Task 4 - Cost Evaluations 282 $ 44,789.00 PRO2D Updates for Graphic Outputs 104 $ 14,300.00 4 16 60 24 Modeling of Three Options and Rough Costing 16 $ 2,390.00 6 10 Prepare Workshop Materials 22 $ 3,160.00 6 12 4 Workshop 3 Preparation and Delivery 52 $ 7,960.00 12 16 24 Develop Draft and Final TM 88 $ 11,560.00 2 6 12 32 10 18 8 Expenses $ 5,419.00 Task 5 - Implementation Planning 166 $ 25,789.00 Develop Phasing and Scheduling Plan 24 $ 3,660.00 4 8 12 Prepare Draft and Final Report 98 $ 12,470.00 4 8 8 34 4 24 8 8 Final Meeting 44 $ 7,760.00 8 12 16 8 Expenses $ 1,899.00 Project Management 105 $ 16,045.00 Project Management Plan 16 $ 2,750.00 2 12 2 Progress Reports 55 $ 7,725.00 5 24 16 10 Coordination 34 $ 5,570.00 2 32 notal 1539 $ 254,108.00 JACOBS 6/13/2019 APPENDIX A ENCLOSURE 3 BIOSOLIDS MASTER PLAN PROJECT ENGINEERING ORGANIZATIONAL CHART JACOBS Principal Manager Area Manager Bob Frear Greg Weeks MI Project Manager Luke Lenard Todd Williams Amanda George Sharon Davis Rebecca Little 'T� Lead Project Engineer Adrian Romero Sr. Technical Consultant Mike Ross Technician Michael Yang Other Technical Resources as Needed JUNE 12, 2019 BLUEGRASS PIAU COST SHARE AREA 1111111111111111111111UScale: 1 300' II EXHIBIT B 41 ED 0 PROJECT) (LOCATIONF-\ 16 m flisNorth Rupple Road North Rupple Road IWIP 41 w Oil, IN IV 9 Iwo 46 ED (D so cf) 5 ED 0 to, P{111 S 0 41 9 % %,A, 11 seems w 0 0 o 0 11 1061111 logo 4 w 41 CL tip Mologic 0 *solo 00 • North Salem Road 0 qp 0 0 V L 11? 0 oil ff gill v so: qp GA CONTRACTUAL AGREEMENT FOR COST SHARE OF WATER MAIN UPGRADE COSTS This Agreement, made and entered into on this 3rd day of September, 2019, by and between the City of Fayetteville, Arkansas ("City") and Buffington Weir, LLC (`Buffington"), witnesseth: WHEREAS, on October 23, 2018, the City Council approved a cost -share with Buffington for the construction of Rupple Road in association with the annexation and development of a 68.65 acre residential subdivision along the future portion of Rupple Road between Tanyard Drive and Weir Road: and WHEREAS, on March 25, Buffington received Planning Commission approval for the construction of this proposed subdivision and will be installing new 8" water mains within this development; and WHEREAS, this portion of Rupple Rd is shown in the Water Master Plan as a portion of the 12" grid to serve this area of the city; and WHEREAS, the City of Fayetteville would benefit from the cost share as it will provide an extension of this 12" grid and the construction will be less expensive and less disruptive if done during the construction of the subdivision and Rupple Road; NOW, THEREFORE, the City of Fayetteville, Arkansas and Buffington Weir, LLC agree as follows: 1. The City of Fayetteville, Arkansas agrees to: A. Reimburse Dixie Landing, LLC for 100% of the cost to install approximately 2,000 linear feet of 12 -inch water main in the area identified in Attachment "A" up to a maximum -not -to -exceed amount of $206,070.00 with a contingency fund not -to -exceed $20,600.00.as was estimated by the builder's representative and shown on Attachment "B", attached. B. Remit payments due to Buffington Weir, LLC within sixty (60) days after receipt of valid invoices. 2. Buffington Weir, LLC agrees to: A. Provide the necessary and normal project management, inspection, and testing as necessary for a complete and acceptable water main installation, including submittal of plans and specifications to the City's Engineering Department, per their standard procedures. B. Provide a copy of the invoices from the Contractor upon City approval of the water main upgrade. C. Pay for the water main installation (with reimbursement of 100% of the cost by the City of Fayetteville in a not -to -exceed amount of $206,070.00 with a contingency fund not -to -exceed $20,600.00. 3. It is further understood that the contract for construction of the water main upgrade is between Buffington Weir, LLC and its Contractor and that the City has no contractual obligation with either the Contractor or the Engineer. The City's only obligation shall be to participate in this agreement with a not -to -exceed reimbursable amount of $206,070.00 for the water main installation, with a contingency fund not -to -exceed $20,600.00. IN AGREEMENT WITH ALL THE TERMS AND CONDITIONS ABOVE, WE SIGN BELOW: BUFFINGTON WEIR, LLC, CITY OF FAYETTEVILLE, ARKANSAS By: By: LIONELD JORDAN, Mayor ATTEST: ATTEST: SONDRA SMITH, City Clerk EXHIBIT A ENGINEER'S ESTIMATE Water Line (City Only Cast) 12" PVC Class 0900 DR14 Class 305 Water Main 2,002 L.F. $60.00 $120,120 8" PVC Class C900 DR14 Class 305 Water Main 265 L.F. $40.00 $10,600 12"x8" Cross 1 EA. $1,500.00 $1,500 12"X8" Tee 2 EA. $1,000.00 $2,000 8"x8" Tapping Sleeve and Valve 1 EA. $3,500.00 $3,500 8"x12" Reducer 1 EA. $750.00 $750 8" Gate Valve 6 EA. $1,750.00 $10,500 12" Butterfly Valve 5 EA. $2,000.00 $10,000 12" Plug 1 EA. $500.00 $500 Fire Hy drant Assembly 4 EA. $5,000.00 $20,000 8"x22.5 Degree Bend 2 EA. $750.00 $1,500 12"x45 Degree Bend 2 EA. $750.00 $1.500 Single Set Water Service (Near Side) 2 EA. $1,000.00 $2,000 24" Steel Casing 40 L.F. $100.00 $4,000 16" Steel Casing 140 L.F. $90.00 $12,600 inspection anci resting of Water Lines anci bervice Lines 1 L.SUM $5,000.00 $5.000 Water Line Total $206,070 CONTRACTUAL AGREEMENT FOR COST SHARE OF FIRE HYDRANT INSTALLATION COSTS This Agreement, made and entered into on this day of September, 2019, by and between the City of Fayetteville, Arkansas ("City") and Spring Street Cottages, LLC, witnesseth: WHEREAS, Spring Street Cottages, LLC has requested that the City share in the cost of installing fire hydrant and water main near the intersection of East Spring Street and North Washington Avenue; and WHEREAS, installing this fire hydrant will improve fire service in the area and allow Spring Street Cottages, LLC to develop the properties located at 132 and 144 North Washington Avenue. NOW, THEREFORE, the City of Fayetteville, Arkansas and Spring Street Cottages, LLC agree as follows: 1. The City of Fayetteville, Arkansas agrees to: A. Provide materials valued at $3,682.29 as shown in Exhibit "A", attached. 2. Spring Street Cottages, LLC agrees to: A. Provide the necessary and normal project management, inspection, and testing as necessary for a complete and acceptable fire hydrant and water main installation in the area shown on Exhibit `B", including submittal of plans and specifications to the City's Engineering Department, per their standard procedures. B. Submit all required plans and specifications to the City and receive approval from the City's Engineering and Utilities Departments prior to commencing work on the project. C. Pay for the fire hydrant and water main installation with the exception of the materials provided by the City of Fayetteville, Arkansas. IN AGREEMENT WITH ALL THE TERMS AND CONDITIONS ABOVE, WE SIGN BELOW: SPRING STREET COTTAGES, LLC CITY OF FAYETTEVILLE, ARKANSAS BRIAN TEAGUE, Owner ATTEST: m. LOW LIONELD JORDAN, Mayor ATTEST: W. SONDRA SMITH, City Clerk EXHIBIT A COST OF MATERIALS 6" Ductile Iron Pipe, 20' Stick ($21.30/FT) $ 426.00 12" x 6" Tapping Sleeve $ 691.52 6" Valve $ 459.97 Fire Hydrant $ 1,698.00 Mega Lug ($54.00 EA / QTY 4) $ 216.00 T -Bolts ($7.95 EA / QTY 24) $ 190.80 Total $ 3,682.29 CL u EXHIBIT B 1s6 156 0 144 I C 0 4w 0 C wkj 132 '120 201 Spring St � Proposed Fire Hydrant and Water Main e A e a a e a a e a a e° a d d _ x:71►. �' 1G1::11.\■ a a d a d a e ° e e e e e d e 0W OM4110t 1�12"W W 12 W 12 W 121W-- 9 ° d a a e e e A d a EN STI NG OvEF+EAC? uTIuTY D4STINGG'aS MAJN- ATT TO F;ELCCATE- EXSTING POLE II OCNTRACTCRTO INSTALL 4" aASS50 DUCTILE IRON RPETO R(31T a= VVAY LINE 8" STEEL B\)CASBVIBVT 10' 8THERSIDE CF SEAEP\ MAIN PER DETAIL VVI6 N I OCNTPP=TOTAP EMSTINGVVA MAI N PER DETAI L VVI 4 AND I NSTALL 4" N GvE VALVE PER DETAI L V\5 I I NISTINGPAVeV1BVFR8'AIRF 111 — PER DEFAILST8 (15 UNEAR FIEF+ /-) \AS aTYTO INSTALL METER VUTH DEMAF; ATICN VALVE PER DETAI L VV11 CR VVI 3 Fly PAID BYOAbJFzR ATRICHTCFVVAYUN� CCNTRACTCRTO INSTALL 4" T8= N VVTH TV104' DBMAF;CAflCN 3 �° VALVES. VALVE BCXTO BE FED AND READ "FIRE' aTYT01NS7ALL SBAERSBRACES I 3 DEFAIL S17 FBS PAID BYOANR ° OCNTRA,TCR TO OCNNEGT TO SL AIEt SERACE PBRDEFAIL S19 cn3 cn AEPT01 NSTALL ° TR*S:CR\AERCN ENSTINGF CLE TO SERVE BUI LDI NG A Ln GTYT0INSTALL SBAEREEMA 3 PBPDErAIL S17 Fly PAID BYOANIER I OCNTPAGTCRTO CCNNECT TO N SLSSB;,MCE PER DETAIL S19 c° EMS11NGUTIUTYPCLE ANDSTF�T • • I B1:' • •' : ■ =""� ► . ■ • 1W1H Ail •- :0. -� ■ : • IMP 1210 r A% AS GAS a SAS d GAS a GAS a a GAS GA ti da H a vr►� °GAS°�— —a J u a a ae a ae ed a d e °ed e e e e e e e a e e d A — ° i0 a c D4STINGPAVEIBVFFEPAIR ❑ ❑ a ❑ ❑ ❑ ly, 407 FEW FED PER DEFAILST8(12 a I 0 UNEARFEET+ e � e — — — — — — — — — EXISTING SANITARY ` 4 — J L — _ 6 .A(JC>S SEWER SERVICE UNIT 102EASEMENT ❑ < ENTRY ENTRYIT103 I I Q I EXISTING WATER METER ❑ I EXISTING WATER METER 1 I d ---p le J d a 1Z D4STINGPSFASBVIB\IT UNIT 101 J I H/ ENTRY PFS BLDGC - ❑ I 168 N1VVASINGTMAVE °� 8 d e d a UNITS 101, 102,103 l < I 3,G i , a ,a —--------------------- - - 5yy,� d .i/S I a I -- -- I I A 4 d I° A ed C d I °I ° ` F�765-12694000 5' E�STINGPB76'1RAN SSSI PA ArxE]SSAw U11uTYFASEMB\J TI I 0.19 ACS Ald a � I 16 D4S11NG F0/ FF;CM CEZEaJNE alta= FAYEf-EILLEST u-nuN community -by -design WATER 1M ve ■ ■■o �■1, • o i ■ ■ ■n .■■ „16� ' I F�AIFZSDIJETOVAATERSESERTAPSVULLBEMADEBYTFE0.MR�=TF-EFPAIRSFWLLBEIN PAF4CEL765-12695-002 A ANCE VV TH TI -E aTYS STAI\DAFD T- PATCH DEFAI L AND SHALL OCaJRVUTHI N 14 CALE\DAR • ■ ■ � - � TOWN PLANNING.URBAN ENGINEERING ,aFCSSINGT0BEM-MR0)ERSR4R I 0.07 AC r •/ I rig -A'•L 765-12695-000 1 ... .� BVO NBERS CALCU ATICN ESTI MATES 3.79 I Zai R- U 1 1 ' •'S ZI• E ' �� • ► C tea=Ca/ER C /E 2 SANITAW MAI N AT N VVASH. \1� '156 / I I aF039% 0CNTR4,TCR TO VBRt1 FY FR CR p BU LDI NG B 144 fel 101, 201 EM ■ - r ,TOINSTALLAflCN a= WATERMAIN VVASH. AVE , OCNTRA=TO MAINTAIN 3 a= OU/ER Cvff�VVATB� MAI N UNTS 201, 202, 203,101,102 I I ' I /r I I u JIT I I INS I • •.• r ' r• I IIIIIII'� 0CNRACTCRTO INSTALL UNIT 102 I I I _� L 2-45 DC�BB\DS r ENTRY I I I . ,_�-���. J � I 16 D4S11NG F0/ FF;CM CEZEaJNE alta= FAYEf-EILLEST u-nuN community -by -design WATER 1M ve ■ ■■o �■1, • o i ■ ■ ■n .■■ „16� ' I F�AIFZSDIJETOVAATERSESERTAPSVULLBEMADEBYTFE0.MR�=TF-EFPAIRSFWLLBEIN PAF4CEL765-12695-002 A ANCE VV TH TI -E aTYS STAI\DAFD T- PATCH DEFAI L AND SHALL OCaJRVUTHI N 14 CALE\DAR • ■ ■ � - � TOWN PLANNING.URBAN ENGINEERING ,aFCSSINGT0BEM-MR0)ERSR4R I 0.07 AC BVO NBERS CALCU ATICN ESTI MATES 3.79 I Zai R- U I I = tea=Ca/ER C /E 2 SANITAW MAI N AT I I aF039% 0CNTR4,TCR TO VBRt1 FY FR CR p BU LDI NG B 144 fel I ,TOINSTALLAflCN a= WATERMAIN VVASH. AVE , OCNTRA=TO MAINTAIN 3 a= OU/ER Cvff�VVATB� MAI N UNTS 201, 202, 203,101,102 I I ' I /r I I u JIT I I INS I • I ENTRY 0CNRACTCRTO INSTALL UNIT 102 I I I L 2-45 DC�BB\DS r ENTRY I I I L-------- J UNIT 203 --- PRVATE FIRE LINETO BUILDING 4 4"W 1 171 1 1 71 J I I 411 4'w I UNIT 202 1 d �4 d I I — — — — ENTRY I--- � I I _ UNIT 101 INS IINS CCNTRA=TOINSTALL ENTRY ° ° WINI I MAINTAIN 15' MIN 1 UNIT 2-45 DEGREBB\DS BETVVEIEN 1 201 BLDGAND of I ENTRY PARCEL 765-12695-001 14 d I I L— 0.08 ACFES I I IINS ZCT\ED RI- U I I I INS - I 1 d d I PFS BUILDINGA I I 132 Irl VVAS-L AVE °° I a a I I a i UNTS 201, 202, 203, 101 AND 102. d a d I PFS LCCATICN FCRVVALL MCtNT® UNIT 1 a • ' I � FI RE DEPARTMB�1T OCINNETT CN 102 I d a a� ENTRY a d ------ UNIT203 --------I F a ENTRY I L -J• sss SSS -/ L— — — — � �����—■■ � I 16 D4S11NG F0/ FF;CM CEZEaJNE alta= FAYEf-EILLEST u-nuN community -by -design WATER 1M ve ■ ■■o �■1, • o i ■ ■ ■n .■■ „16� O ITISlF-ENENR7JGYa=lF-EC Ya FAYI=TTE�ILLEV\ATER&SEAMDIV1SMT ATPLLSTF�T • • ■ i i ■••1 ■�•� t •■ r-•+► ..ate ...�•. «« F�AIFZSDIJETOVAATERSESERTAPSVULLBEMADEBYTFE0.MR�=TF-EFPAIRSFWLLBEIN • • Z■ ! ■ ■� �� r # � WISLA A ANCE VV TH TI -E aTYS STAI\DAFD T- PATCH DEFAI L AND SHALL OCaJRVUTHI N 14 CALE\DAR • ■ ■ � - � TOWN PLANNING.URBAN ENGINEERING DA'(Sa TF-E0CMFLEl1CNCFTl-EV\AIT SEAERTAP. V\All SEA RTAPO34\ff7CNFEEBAS LL A R THS NENPC1JCY 0 2017 STNI)AMV\ATBRSPBDRCATICNS& DEFAILSAFPLY- AMB\DHOBYaTYGUNN\ICE6148 DATES 2/5/2019 AND CERiIR® SUCH I BRAN TE4G- E CN 4/3/ 19. 0 PRCRTOC13TAINNGATBVEFa:;PWV\ATERMEIHRFCRTESTINGCRSERACEa Fa AOCMIAFCR I TO SF E\1aNERNGDEFARiMBVF: TH$EAFENOCUTSTANJINGISS.113\ ITHSITERE�IJIFEME\JTSOR0JTS)*DWGffc ICN Oa\1TU1 VDATIONS. TF-EVVATBRMAINMUSTBEINSTALL *DARN6LINSEC,TaVF ®BYTF-ER- JC VAS I VVATBRDEPARTMENT AT\D DEBC-N B\GNERAI\D TF -E ITBVFS CN TF -E FINAL R NO -I -JSTGDVIRLEF®. THE STR)C�MUST BECCN\EC ED TOPUBUCSANTARYS&xfl:;,, IFANENMAIN, THE SA!\1TAFNSEVVED MAIN MUST BEI A FINAL IfVSf1CN PB�CFdVI®BYTIf FU31JC V" F I A!\D DESIGN D\013 AI\D TFE ITEMS ON THE RNAL FLINCH LIST OCMPiEfED ONE(1)SETA ASBULTM5,VVNGSOFTIfINSTALLEDUTllJTIESASAH4M CPYAI\DINRDF FCR,4AT, IFTFEBVTIFEFRDIECTISNC WADYFCRAOCEPTN\CE, FROIDEAUVTFRCE CCNS1FdJZTIOV 03STS AND A MAIMH\IANCE BCT`D IN THEAIVFaIVT OF 100% OF THE PLBLIC LfnUTYIMFFUvl3MEVF5(VVATBRAI\DMAMTOTF-EaTY.THSBCTDVULLBEr;E A D VUTHTI-E"PF0JEL7 Ba\DV+ENTHE PRDIKTISOCMR-EFEAI\DACEP= (SB=BELGIV =17CA11CNTHATTFEVATBRMAA, FIFELJNE AI\DSEAERLJNES, EPC, \Aff INSTALL® FBRAPFRUvEDFLANS AI\D aTYa= FAYEFFBA LLE RE:IJIF;VFBVfS. THE FFCIECTISM8DYFCRTBVPCF E 1RC4TEa O0aPX\LY(TCQ. IFNOTTF-E METBRVULL BE INSTALL® TOALLONFCRTE511NGCN YAI\D 7UR\ID CFF UVTFL TI-ET1701S ISSLJ®. 0 sB:?\ACETAPSCND4sTENGMAINsSHWLLBEMADEBYTHEaTY,N!DFEES PAD BYCVTER 0 INC THBAWERVALVEB,M*faES,AAD FIFE H117R SI-IC1.LDBEPLACIDTOAD BEING LOCATED WTHN THE R1TLFE SI DEAR K 0 FASBVIRJSAFEFEWF;E)AMINMUV1a 10FE=FFFCMEACH,9DEa VATBRAI\DSB/ERUNES. IF TF -E DBTTH IS CTUATER7F-M 10' FB=FTI-E EASBVFBVFVULL NBA TOINCSEASE PFUDM lCN6L TOTI E DB'TH a= THER' POSEDMWN O VVATBRANDSE ERMWNSSH6LLBECD\S1FdJC,'TIDATAMINMUVIDBTTHa 36' ASMEAS];E)RT-M TFETCP OF C1F8 CR FITM THE REQ GUM B—B A11CN, V\HIaHE� F E LJLTS IN THE LOA\,EST FELA11VE R-B/A11aV O ALLMEIHRBoN<4UYAMU ELOC4TCNSFCRMLLT-FAMILYSYSTBv1SMUSTBEAPFRa/EDBYDCN CSBJ;NCFTFEaTYCFFAY�LLEMEIHRaDEPAl1a\ISDMS1a1(575-8384). SI-IOJVYAFULINESCN DPAVUNGS. 0 ALL MEIHRLOCATICNSNCB60aLONPFEvEVTICNFCRTFERFESPRN4JE2SYSTBV1SML)STBE AFPRa/EDBYDCNCEBiFNcFTI EaTYCFFAYEFI I I FMEIHRaDB:?4T1CNSDMSla,1(575-8384)- FIFE sPRNQE2CCN RACTCRISFUaJFEDTOSIBMITSITEPLANSTOBVGN E RNGFCRFEMBIVNCBOCKFLO/VTO METE RaDEPATICNS FCR FEMBNBEFCFESUBMITTAL TOI-EALTH DEPARTMENT. 0 PLPNSFCRTFEFIFELIN-MUSTBESLBMITTEDTOMNBEdNGAI\DTH-FULTHDEPARTMENTFER FEABNPI\DAPPRa/AL (AS BULTSAFER3:IJ FED) SBAE R O IT ISTHE NEN PC1JGYCFTFEaTYCFFAYETTEIALLEV\A,TBR& mAfPDimscJTHATALLST}U--T RSA F;S DLETOVVATERSEVURTAPS VVLL BE MADE WTHECCNIRACTCR THE RPAIRSI-WLL BE IN ANCEVUTHTHEaTYssTAI\mmT-PATaiDEFAILAI\DSHWLL00a-RVUTHIN14CALB\DAR DAYSCFTHEOC R EITCNCFTHEV\ATERSEVERTAP. VATERSBAERTAPOCN 3:;TICNFTSAS vu a scY 0 2017STN\DAFDSANTARYSBAERSPEORCA-flCNS&DETAILSAFELY.-Al PUDBYaTYCFDNANCEf REVIEWED FOR MINIMUM _COMPLIANCE WITH CITY OF FAYETTEVILLE ENGINEERING DESIGN CRITERIA Jonathan Ely, P.E/. 0�471161 019 CITY OF . FAYETTEVILLE ARKANSAS OF MMMUVITY LU _ BYDESIGN _ E C) # 1504 �Sq S KAAY2018 FAY ETEILL , WASHINGTM Oaj\ITY ARWEPS alY PLAT PxT-485 ISSUED FCR F EMEVV ENSINEER BT DPAV\N BY AH DATE 1/31/19 SCALE 1"= 10'(22'M4") IIIIISCALE IN FEET iiiiiio,�iiiiiia, UnUT Y PLAN SHEEF 3 a=10 CONTRACTUAL AGREEMENT FOR COST SHARE OF SEWER MAIN INSTALLATION COSTS This Agreement, made and entered into on this day of September, 2019, by and between the City of Fayetteville, Arkansas ("City") and 3VOLVE Housing Company, witnesseth: WHEREAS, 3VOLVE Housing Company has requested that the City share in the cost of extending a 8 -inch sewer main along a portion of South Curtis Avenue south of East Huntsville Road, a distance of approximately 330 feet; and WHEREAS, constructing this segment of 8 -inch sewer main will allow 3VOLVE Housing Company to obtain sewer service to develop a property located along South Curtis Avenue, Parcel No. 765-15071-001, and also allow for ample future capacity which the City recognizes will be necessary for the area that is served by this sewer main. NOW, THEREFORE, the City of Fayetteville, Arkansas and 3VOLVE Housing Company agree as follows: 1. The City of Fayetteville, Arkansas agrees to: A. Reimburse 3VOLVE Housing Company for 50% of the cost to install approximately 330 linear feet of 8 -inch sewer main in the area identified in Exhibit "A" up to a maximum -not -to -exceed amount of $18,327.50, as was estimated by the builder's representatives and shown on Exhibit `B", attached. B. Payments due to 3VOLVE Housing Company, shall be remitted within sixty (60) days after receipt of valid invoices upon completion of the project. 2. 3VOLVE Housing Company agrees to: A. Provide the necessary and normal project management, inspection, and testing as necessary for a complete and acceptable sewer main installation, including submittal of plans and specifications to the City's Engineering Department, per their standard procedures. B. Submit all required plans and specifications to the City and receive approval from the City's Engineering and Utilities Departments prior to commencing work on the project. C. Provide a copy of the invoices from the Contractor upon City approval of the sewer main upgrades. D. Pay for the sewer main installation (with reimbursement of 50% of the cost by the City of Fayetteville in the not -to -exceed amount of $18,327.50. IN AGREEMENT WITH ALL THE TERMS AND CONDITIONS ABOVE, WE SIGN BELOW: 3VOLVE HOUSING COMPANY : ZARA NIEDERMAN, Owner ATTEST: CITY OF FAYETTEVILLE, ARKANSAS LIONELD JORDAN, Mayor ATTEST: Lm SONDRA SMITH, City Clerk *K9 2425 S. Sth Place Rogers, AR 72758 To: Bates & Associates, Inc. Contact: Address: 7230 S. Pleasant Ridge Drive Phone: 479-442-9350 Unit Fayetteville, AR 72704 Fax: Project Name: Curtis Ave Sewer Bid Number: Project Location: $1,559.31 Bid Date: 8/8/2019 We appreciate the chance to bid this work with you. Please call with any questions for clarification. Item # Item Description Estimated Quantity Unit Unit Price Total Price 1 Mobilization 1.00 LS $1,559.31 $1,559.31 2 Layout And Staking 1.00 LS $1,063.00 $1,063.00 3 General Cleanup 1.00 LS $2,442.80 $2,442.80 10 Connect To Existing Manhole 1.00 LS $2,012.29 $2,012.29 11 Sanitary Sewer (SDR -26) 325.00 LF $52.63 $17,104.75 12 Sewer Manholes 2.00 EACH $3,286.82 $6,573.64 13 Sewer Services 5.00 EACH $2,537.45 $12,687.25 20 Curb And Sidewalk Repair 1.00 LS $3,409.78 $3,409.78 21 Curtis Ave 6" Concrete Under Asphalt 1.00 LS $3,486.12 $3,486.12 Total Bid Price: $50,338.94 Notes: • EXCLUSIONS: Traffic Control, Concrete Retaining Walls, Building Utility Connections, Concrete footings of any kind, Fencing, Testing, Bonding, Striping, Signage, Landscaping, Topsoil other than rough -in, Street clean-up that is not due to our scope, Imported Select Fill, Rock Excavation, Gutter Downspout Connections other than what is shown on the Civil Drawings, or work that is not included in this detailed bid tab. Earthwork quantities are based upon the assumptions detailed in the Geotech Report and grades or notes on the Civil Drawings. Additional mass undercut and backfill will not be covered within this proposal. TERMS AND CONDITIONS: Allowing N.E.C., Inc. to commence work or preparation for work will constitute acceptance by Customer of this bid proposal. If N.E.C., Inc. and Customer execute a form to memorialize their agreement, this bid proposal shall be incorporated by reference into the final contract. In event of any conflict between the terms of this bid proposal and any other documents stating terms of the final contract, this bid proposal shall govern. If N.E.C., Inc.'s work is dependent upon or must be undertaken in conjunction with the work of others, such work shall be so performed and completed as to permit us to perform our work hereunder in a normal uninterrupted shift operation. N.E.C., Inc. shall be entitled to equitable adjustments of the contract price, including but not limited to any increased costs of labor, supervision, equipment or materials, and reasonable overhead and profit, for any modification of the project schedule differing form the schedule at the time the project was bid, and for any other delays, acceleration, out of sequence work and schedule changes beyond its reasonable control, including but not limited to those caused by labor strikes, fires, floods, acts of nature or government, wars, embargos, vendor priorities and allocations, transportation delays, suspension of work for non-payment or as ordered by the Customer, or other delays caused by Customer or others. Should work be delayed by any of the aforementioned causes for a period exceeding ninety (90) days, N.E.C., Inc. shall be entitled to terminate the contract. A Force Majeure is in effect on this quote. A change in the price of an item of material or fuel of more than 5% between the date of this bid proposal and the date of installation shall warrant an equitable adjustment in the contract price. Any changes from the specification or modification to this contract or of the terms hereof and any extra or incidental work, or reductions in work, shall be set forth in writing and signed by both parties prior to the making of such a change. Any increase or decrease in the contract price resulting from such change shall be included in such writing. N.E.C., Inc. may also claim damages for cumulative impact of multiple changes affecting N.E.C., Inc.'s production efficiency. 8/8/2019 10:02:03 AM Page 1 of 2 • All warranty claims must be received by N.E.C., Inc. not more than one (1) year after date of substantial completion of N.E.C., Inc.'s scope of work performed hereunder, and N.E.C., Inc. must be provided a reasonable opportunity to inspect and make corrections, or such warranty claims are barred. N.E.C., Inc. is not responsible for special, incidental, or consequential damages. N.E.C., Inc. is not responsible for damage to its work by other parties, and any repair work necessitated by such damage is to be considered extra work. • N.E.C., Inc. shall not be responsible for, and the Customer agrees to hold us harmless from any liability resulting from damage or deterioration of any of our work whether completed or in process resulting from any cause or causes beyond our control, including but not limited to failure or inadequacy of any material or workmanship not furnished and installed by us, whether or not such failure or inadequacy was or could have been known at the time our work was undertaken. • All required testing must be completed within fifteen (15) days after completion of work. NEC Inc. must be notified twenty-four (24) hours prior to the performance of any test, and reserves the right to be present during all test procedures. • All claims, disputes, and matters in question arising out of, or relating to this accepted bid or the breach thereof shall be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then in effect unless the parties mutually agree otherwise. This agreement to arbitrate shall be specifically enforceable under the prevailing arbitrator(s) and shall be final, and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction. There will be no continuation of work on this agreement during arbityration unless mutually agreed in writing between N.E.C., Inc. and Customer. • This Agreement shall be governed by the laws of the State of Arkansas. The parties specifically consent and submit to the jurisdiction of Benton County, Arkansas, State Courts and Western District of Arkansas Federal Courts, for purposes of any legal action which may be necessary to enforce the terms of this Agreement. Payment Terms: N.E.C., Inc. does not accept the risk of Customer's receipt of payments from any source. Payment in full for all work performed hereunder during any month shall be made not later than the tenth (10) day of the next month following submittal of payment application. N.E.C., Inc.'s schedule of values shall be used to determine progress payments. Final and complete payment for all work performed hereunder shall be made not later than fifteen (30) days after the completion of such work. If testing is required, payment is due fifteen (30) days from the day in which testing was performed. All sums not paid when due shall bear interest at the rate allowable in the state of Arkansas per month from due date until paid or the maximum rate permitted by law whichever is less; and all costs of collection, including attorney's fee, shall be paid by Customer. If the above meets with your (Customer) acceptance, please sign and return this proposal. Upon timely receipt of the proposal, signed by you (Customer), N.E.C., Inc. will sign it and return a copy to you. When signed by both parties, this proposal including the Terms and Conditions constitute an agreement between us. ACCEPTED: CONFIRMED: The above prices, specifications and conditions are satisfactory and N.E.C., Inc. are hereby accepted. Buyer: Signature: Date of Acceptance: 8/8/2019 10:02:03 AM Authorized Signature: Estimator: Page 2 of 2 Estimate In ROW July 24, 201' n04�F.P-AL MNr RAi': "-k • I JC:Ff7kt%f.1 f • irogJFt[1] 5% WBrei rON'L AM • rALrLTT NU.LE AIL rxTim ifEU. irH1 rlt4gIti'.'._:=1d•irixWTV1+91-0Y119 Alt h: z Niederrmn Re; Curtis Aver) ue Seger kVFSIE D} Zr Moose $-e-e xhe fol Icrwin$ items that are included I -rt the prk-e. Tie in to existi ngmanhol a, tw G neer inanhol4n, S* Sanitary Sewer line, th-ree 40 services, open cart trench and T- patch.. std & qtr-aw, to rrip. SrgQ pfotuliurkr te5tif4& mtifization. Totat Nice: $34+7$5,00 Ded urt for the til ree 4n s -e rvires -$16N.00 +► Ktaliol -$1.2000) 1r20G.00 Trm Fr+ ecWn Few - M7�M 9d7.00 P44-rikk Tr- In• - J ea P 3,50QM 1,5WAO Marihtk, 2 em. @ 3.40OX)D 6.0=0 r Se'pr Lie* 536 LF @ 45 -W 15,2A&DO SVVUs -a 422 0 j.2MW 3.M31) T-,PbMh- lea @ �,1WM -Unix 'Seetl OM waw I'SwM T£uIna- $OOM EM1D 74341 P1r[P_ ' ,TR5r4Q This pri re does not Irl-cl Lido anyt ine FiDr zt a ki rig, -e rusion control, nxk eKca aflon or Pe rmits that rnaV t�e reps, I rte_ Tfiank:51 1 1 4�r'tr- 4-� Gir Charhes W- Mmilter Estimate In R.O.W Ia�al. Sue 1op�erl LLC rdGh P.O. Say 1�9 L., GcAwl riR72735 I %Tob,�, Quote Dkdft QUMM Rum* MJ �A — kEN Bates r�kl Associates.inc. me JO - Civil Engineering • Land Surveying • Landscape Architecture 7230 S. Pleasant Ridge Dr. / Fayetteville, AR 72703 PH: 479-442-9350 / FAX: 479-521-9350 January 21, 2019 Zara Niederman Fayetteville, AR 72703 RE: Civil Proposal for sewer main extension Dear. Mr. Niederman, We appreciate the opportunity to provide you with engineering and surveying services for the proposed 350' sewer main extension on S. Curtis Avenue in Fayetteville Arkansas. It is my understanding that we are to provide you with construction plans for a sewer main extension. We propose to provide the following services: 1. Construction Plans • Prepare grading application forms Prepare topographic survey in construction area • Prepare site & utility plan o Show all existing utilities o Show proposed utility locations o Show water & sewer service line locations o Add state plane coordinates to two fire hydrants o Show setback and utility easements o Show existing and proposed buildings • Prepare Plan and Profile Sheets. • Prepare Detail Sheets. • City Engineering Review o Make revisions to the plans per city comments • Submit to Arkansas Department of Health o Make revisions to the plans per comments 2. Construction • Prepare letter to City engineering for performance bonds • Set up and attend pre -construction meeting • Construction observation for public improvements o Full time for water and sewer I Close out items before for Final acceptance by City • Preliminary walk-through and prepare punch list for city • Final walk-through with City • As -built plans of public improvements • As -built survey of public improvements • Prepare letter to City engineering with unit price construction cost for public improvements to get number for 2 year maintenance bond. • Certifications o Engineering certification of public improvements o Surveying certification of compliance Professional Fee proposal: We proposed to provide the above information for: $1,000 Topographic strip survey $3,000 Construction plans (item 1) $1,500 Inspection and closeout (item 2-3) $5,500 The proposal does not include the following items: • City or state review fee's • Construction Staking (to be provided by Bates & Associates once site is designed and staking estimate will be provided to the owner). Should you have any questions or require any additional information, please feel free to contact us at your convenience. If this Proposal is satisfactory to you, please sign below for our authorization to begin working. Sincerely, Bates & Associates, Inc Geoffrey H. Bates, P.E. President of Engineering Owner Signature Address for invoicing By signing above, I agree to pay Bates & Associates, Inc. the fee as stated above within 30 days of receiving invoice. This Agreement consisting of the proposed services stated above, constitutes the entire agreement between Owner and Engineer and supersedes all prior written or oral understandings. This Agreement may only be amended, supplemented, modified, or canceled by a duly executed written instrument. c w �a m /x 0 CD CD rn V) a> � a� o o co 0 a) p F_c� FAYETTEVILLE, ARKANSAS GENERAL NOTES TO CONTRACTOR: 1. THE CONTRACTOR IS SPECIFICALLY CAUTIONED THAT THE LOCATION AND/OR ELEVATION OF EXISTING UTILITIES AS SHOWN ON THESE PLANS IS BASED ON RECORDS OF THE VARIOUS UTILITY COMPANIES, AND WHERE POSSIBLE, MEASUREMENTS TAKEN IN THE FIELD. THE INFORMATION IS NOT TO BE RELIED ON AS BEING EXACT OR COMPLETE. THE CONTRACTOR MUST CONTACT THE APPROPRIATE UTILITY COMPANIES AT LEAST 72 HOURS BEFORE ANY EXCAVATION TO REQUEST EXACT FIELD LOCATION OF UTILITIES. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO RELOCATE UTILITIES WHICH CONFLICT WITH THE PROPOSED IMPROVEMENTS SHOWN ON THE PLANS. 2. CONTRACTOR SHALL VERIFY HORIZONTAL AND VERTICAL LOCATION OF ALL EXISTING UTILITIES PRIOR TO STARTING CONSTRUCTION. 3. EXISTING GRADE CONTOURS ARE AT ONE FOOT INTERVALS. 4. PROPOSED CONTOURS ARE AT FINISH GRADE AND ARE AT ONE FOOT INTERVALS. 5. PROPOSED SPOT ELEVATIONS ARE TOP OF FINISH CURB UNLESS OTHERWISE INDICATED OR SHOWN. 6. THE CONTRACTOR SHALL ADHERE TO ALL TERMS AND CONDITIONS AS OUTLINED IN THE GENERAL N.P.D.E.S. PERMIT FOR STORMWATER DISCHARGE ASSOCIATED WITH CONSTRUCTION ACTIVITIES. 7. CONTRACTOR TO INSTALL MUD ABATEMENT ENTRANCES ANYWHERE PROPOSED STREETS ENTER EXISTING PUBLIC STREETS. ENTRANCE TO BE CONSTRUCTED A MIN. OF 50' IN LENGTH BY WIDTH OF PROPOSED STREET AND TO A DEPTH OF 8 INCHES. 8. CONTRACTOR TO INSTALL EROSION CONTROL FENCING PRIOR TO BEGINNING ANY CONSTRUCTION. FENCING SHALL BE MAINTAINED & REPAIRED AS NECESSARY BY THE CONTRACTOR DURING CONSTRUCTION. 9. CONTRACTOR TO INSTALL STRAW EROSION CONTROL BARRIERS AROUND CURB INLETS UNTIL PAVING BASE COURSE IS IN PLACE AND TOPS HAVE BEEN PLACED ON INLETS. 10. CONTRACTOR SHALL ASSURE POSITIVE DRAINAGE AWAY FROM BUILDINGS FOR ALL NATURAL AND PAVED AREAS. 11. CONTRACTOR SHALL ADJUST AND/OR NEATLY CUT EXISTING PAVEMENT TO ASSURE A SMOOTH FIT AND TRANSITION. 12. ALL CONCRETE TO HAVE A MINIMUM 28 DAY COMPRESSION STRENGTH OF 3500 PSI. 13. EXISTING DRAINAGE STRUCTURES TO BE INSPECTED AND REPAIRED AS NEEDED AND EXISTING PIPES TO BE CLEANED OUT TO REMOVE ALL SILT AND DEBRIS. 14. DAMAGE DURING CONSTRUCTION TO ANY EXISTING STRUCTURES TO REMAIN SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO REPAIR AND/OR REPLACE. 15. ALL STORM SEWER STRUCTURES SHALL HAVE A SMOOTH AND UNIFORM POURED MORTAR INVERT. 16. ALL STORM PIPES ENTERING STRUCTURES SHALL BE GROUTED TO ASSURE A WATERTIGHT CONNECTION. 17. STORM PIPE SHALL BE AS FOLLOWS UNLESS OTHERWISE NOTED: TYPE 1: RCP, CLASS III PER ASTM C-76, WITH FLEXIBLE PLASTIC BITUMEN GASKETS AT JOINTS. TYPE 2: SPIRAL RIB METAL PIPE TYPE 1R: ALUMINIZED OR BITUMINOUS COATED AS SPECIFIED. TYPE 3: ADS N-12 CORRUGATED HDPE PIPE 18. THE CONSTRUCTION AND INSTALLATION OF WATER AND SANITARY SEWER UTILITIES SHALL BE IN COMPLIANCE WITH THE CITY OF FAYETTEVILLE'S WATER AND SEWER SPECIFICATIONS, PROCEDURES AND DETAILS. 19. IN GENERAL ALL WATER VALVES MANHOLES AND FIRE HYDRANTS SHALL BE PLACED TO AVOID BEING LOCATED WITHIN THE PROPOSED SIDEWALK WHERE APPLICABLE. 20. ALL MATERIALS AND CONSTRUCTION SHALL COMPLY WITH ALL APPLICABLE GOVERNING CODES AND BE CONSTRUCTED TO SAME. 21. ALL MATERIALS AND CONSTRUCTION SHALL COMPLY WITH THE CITY OF FAYETTEVILLE'S REQUIREMENTS. IN THE CASE OF CONFLICTS, THE CITY'S CRITERIA SHALL GOVERN. 22. ALL SIDEWALKS AND HANDICAP RAMPS SHALL BE BUILT TO THE CURRENT STANDARDS OF THE AMERICANS WITH DISABILITIES ACT REQUIREMENTS. 23. CONTACT CHUCK RUTHERFORD (ADA ADMINISTRATOR 575-8291) AND REQUEST AN INSPECTION PRIOR TO POURING ANY SIDEWALK OR DRIVEWAY IN THE RIGHT-OF-WAY. APPROVAL OF CITY REQUIREMENTS IN AHTD RIGHT OF WAY DOES NOT GUARANTEE APPROVAL OF AHTD. SCHEDULE JOINT MEETING TO BE CERTAIN. 24. CONTACT CHUCK RUTHERFORD (ADA ADMINISTRATOR 575-8291) AND REQUEST AN INSPECTION PRIOR TO POURING ANY ADA ACCESSIBLE PARKING/LOADING STALL AND ACCESS TO STRUCTURE. MAXIMUM SLOPE IN ANY DIRECTION IS 2%. 25. LOCATE & PROPERLY ABANDON EXISTING WATER & SANITARY SEWER SERVICE LINES. THE SEWER MUST BE CUT & CAPPED AT THE MAIN. THE WATER MUST BE REMOVED TO THE CORP STOP AND THE CORP STOP MUST BE TURNED OFF. CONTACT WATER & SEWER DIVISION FOR COORDINATION (575-8386) 26. CONTACT SOLID WASTE TO IDENTIFY LIMITS OF HEAVY DUTY PAVEMENT. 27. CONTRACTOR SHALL BE CONFINED TO THE LIMITS OF CONSTRUCTION SHOWN ON THIS GRADING PERMIT APPLICATION. PROVIDE FENCING TO IDENTIFY LIMITS OF DISTURBANCE. ADJACENT PROPERTY SHALL NOT BE USED WITHOUT MODIFYING THE GRADING AND EROSION CONTROL PLAN THROUGH THE DESIGN ENGINEER. 28. ANY DAMAGE TO THE EXISTING PUBLIC STREET DUE TO CONSTRUCTION SHALL BE REPAIRED/REPLACED AT THE OWNER/DEVELOPERS EXPENSE. 29. WATER AND SEWER IMPACT FEES WILL APPLY FOR THE ADDITIONAL IMPACT TO THE SYSTEM. THE FEES WILL BE BASED ON THE PROPOSED METER SIZE AND WILL BE CHARGED AT THE TIME OF METER SET. 30. FIRE LINE MONTHLY FEES WILL BE APPLIED BASED ON THE SIZE OF THE RISER PENETRATING THE SLAB. SEE CHAPTER 51.136 OF THE UNIFIED DEVELOPMENT CODE FOR A TABLE OF FEES ASSOCIATED WITH PIPE DIAMETER. 31. COMMERCIAL STRUCTURES THAT MAY REQUIRE A FIRE SPRINKLER SYSTEM MUST OBTAIN A FIRE FLOW STUDY SUBMITTED AND APPROVED BY THE FIRE DEPARTMENT PRIOR TO APPROVAL OF THE PROJECT. 32. ALL MATERIAL DELIVERIES, CONSTRUCTION STAGING, AND WORKER PARKING MUST OCCUR ON YOUR SITE AND OUTSIDE THE PUBLIC STREETS DURING ALL PHASES OF THE PROJECT. 33. SIGNAGE IS NOT REVIEWED BY THE ENGINEERING DEPARTMENT. APPROVAL OF THESE PLANS DOES NOT IMPLY OR GUARANTEE APPROVAL OF YOUR PROPOSED SIGNAGE. STANDARD REQUIREMENTS 1. A GRADING AND DRAINAGE PERMIT WILL NOT BE ISSUED UNTIL: a. A COPY OF THE SWPPP IS PROVIDED TO THE CITY. THE SWPPP WILL BECOME PART OF THE GRADING AND DRAINAGE PERMIT. (IN PDF FORMAT) b. THE PERIMETER EROSION CONTROLS, CONSTRUCTION EXIT, AND SWPPP/GRADING PERMIT BOX HAVE BEEN INSPECTED AND APPROVED BY THE ENGINEERING DIVISION. (APPLICANT IS RESPONSIBLE FOR CONTACTING AND SCHEDULING THE EROSION CONTROL INSPECTION BY CALLING THE ASSIGNED PWI) c. THE ENGINEER OF RECORD SHALL REVIEW AND APPROVE MATERIAL SUBMITTALS (APPROVED SUBMITTALS SHALL BE SUBMITTED TO THE CITY FOR CONCURRENCE BEFORE PRECONSTRUCTION CONFERENCE AND MATERIAL IS ORDERED) d.A PRECONSTRUCTION CONFERENCE HAS TAKEN PLACE. a. CONTACT DON OSBURN OF THE CITY OF FAYETTEVILLE METER OPERATIONS DIVISION (575-8384) PRIOR TO THE PRECONSTRUCTION MEETING TO DISCUSS THE DOMESTIC AND/OR IRRIGATION WATER SERVICE DEMAND TO VERIFY SIZE OF METER PROPOSED. b. PROVIDE ONE BOUND SET OF WATER & SEWER SPECIFICATIONS INCLUDING DETAILS FOR EACH THE INSPECTOR AND THE CONTRACTOR'S USE TO BE STAMPED BY ENGINEERING AT THE PRE -CONSTRUCTION CONFERENCE. c. ALL CONTRACTORS/SUBS INSTALLING PUBLIC INFRASTRUCTURE (INCLUDING FIRELINE) MUST BE PRESENT ALONG WITH THE INSPECTOR FROM ENGINEER OF RECORD. d. IF THE SUPERINTENDENT ON SITE CHANGES AFTER THE CITY OF FAYETTEVILLE PRE -CONSTRUCTION MEETING, AN ADDITIONAL PRE -CONSTRUCTION MEETING WILL BE REQUIRED WITH THE NEW SUPERINTENDENT. e. A COPY OF THE APPROVAL LETTER FROM THE ARKANSAS DEPARTMENT OF HEALTH IS OBTAINED AND FORWARDED TO THE ENGINEERING DIVISION. 2. PRIOR TO PROJECT ACCEPTANCE (LOT SPLIT) THE FOLLOWING ITEMS MUST BE PERFORMED OR PROVIDED TO THE SATISFACTION OF THE ENGINEERING DEPARTMENT: a. THE WORK SHOWN ON THE CIVIL SITE PACKAGE MUST BE COMPLETE AND THE ITEMS ON THE FINAL PUNCH LIST COMPLETED. b. VEGETATION MUST BE ESTABLISHED IN ACCORDANCE WITH SECTION 169.06 OF THE UDC AND PERIMETER CONTROLS REMOVED. C. ONE (1) SET OF AS -BUILT DRAWINGS OF THE COMPLETE PROJECT (EXCLUDING DETAILS) AS A HARD COPY, DIGITAL FILE .DWG, AND PDF FORMAT; 1. PROFESSIONAL SURVEYOR SHALL PROVIDE STAMP DRAWINGS SPECIFICALLY IDENTIFYING THE LIMITS OF AS -BUILT SURVEY PERFORMED. 2. PUBLIC INFRASTRUCTURE AND SERVICES SHALL BE SURVEYED AFTER INSTALLATION IN RELATION TO EASEMENTS, PROPERTY LINES, AND RIGHTS-OF-WAY. i. MORE THAN 2 FT DEVIATION OF DESIGN ALIGNMENT OF SHALL REQUIRE NEW EASEMENT DEDICATION OR ADJUSTMENT OF THE UTILITY/STORM DRAIN. 3. SANITARY SEWER, AND STORM DRAINAGE (INCLUDING PRIVATE) ELEVATIONS MUST BE VERIFIED AND UPDATED. (ELEVATIONS OUT OF DESIGN TOLERANCE MUST BE CORRECTED) 4. STREET CENTERLINE, WIDTH, PROFILES AND CROSS SLOPES SHALL BE VERIFIED. ii. MORE THAN 6 INCHES DEVIATION OF DESIGN ALIGNMENT OF SHALL REQUIRE NEW RIGHT OF WAY DEDICATION OR ADJUSTMENT OF THE STREET SECTION. 5. ADEQUATE VERIFICATION SURVEY TO CONFIRM ACCURACY OF DRAINAGE REPORT. 6. AS-BUILTS SHOULD INCLUDE THE FOLLOWING INFORMATION IN A TABLE: i. NEW PUBLIC STREETS (LINEAR FEET) ii. SIDEWALK (LINEAR FEET, CATEGORIZED BY WIDTH iii. WATERLINE (LINEAR FEET) iv. SANITARY SEWER (LINEAR FEET V. NEWLY DEDICATED RIGHT-OF-WAY (SQUARE FEET) d. UNIT PRICE CONSTRUCTION COSTS FOR REVIEW AND APPROVAL AND A SINGLE 2 YEAR MAINTENANCE BONDS IN THE AMOUNT OF 25% OF THE PUBLIC INFRASTRUCTURE. e. CERTIFICATION THAT THE STREETS, SIDEWALK, STORM SEWER, WATER, FIRE LINE, AND SEWER LINES, ETC., WERE INSTALLED PER APPROVED PLANS AND CITY OF FAYETTEVILLE REQUIREMENTS; 1. PROVIDE ALL INSPECTION REPORTS; APPROVED SUBMITTALS; DATA FORMS FROM UTILITY SPECIFICATIONS (INCLUDING CONSULTANTS SEWER TV REPORT); COMPACTION TEST RESULTS, ETC* f. CROSS SECTIONS, VOLUME CALCULATIONS, AND CERTIFICATION RETENTION/DETENTION PONDS ARE IN ACCORDANCE WITH THE APPROVED DRAINAGE REPORT. g. SURVEYOR'S CERTIFICATION OF COMPLIANCE FOR MONUMENTS AND PROPERTY PINS. h. THE AS- BUILT FINAL DRAINAGE REPORT IN PDF FORMAT UPDATED PER AS -BUILT INVERT, SLOPE, INLET OPENING, ROAD PROFILE, CROSS SLOPE, ETCO OWNER5HIP OF DOGUMENT5 THI5 DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN. AS AN INSTRUMENT OF PROFESSIONAL SERVICES. I5 THE PROPERTY OF BATES + A550GIATE5. ING.. AND 15 NOT TO BE USED, IN WHOLE OR PART. FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF BATES + ASSOCIATES. INC. 5AFETY NOTICE TO CONTRACTOR IN ACCORDANCE WITH GENERALLY ACCEPTED CONSTRUCTION PRACTICES. THE CONTRACTOR WILL BE 50LELY AND COMPLETELY RESPONSIBLE FOR CONDITIONS OF THE JOB SITE, INCLUDING SAFETY OF ALL PERSONS AND PROPERTY DURING PERFORMANCE OF THE WORK. THI5 REQUIREMENT WILL APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS. THE DUTY OF THE ENGINEER TO CONDUCT CONSTRUCTION REVIEW OF THE CONTRAGTOR'S PERFORMANCE 15 NOT INTENDED TO INCLUDE REVIEW OF THE ADEQUACY OF THE GONTRAGTOR'5 SAFETY MEASURES, IN, OR NEAR THE CONSTRUCTION SITE. ENGINEER'5 NOTICE TO GONTRACTOR THE EXISTENCE AND LOCATION OF ANY UNDERGROUND UTILITY PIPES OR STRUCTURES SHOWN ON THESE DRAWINGS ARE OBTAINED BY A SEARCH OF THE AVAILABLE RECORDS. TO THE BEST OF OUR KNOWLEDGE THERE ARE NO EXISTING UTILITIES EXCEPT AS SHOWN ON THESE DRAWINGS AND WE A55UME NO RESPONSIBILITY AS TO THE ACCURACY OF THEIR DEPICTED LOCATION ON THESE DRAWINGS. THE CONTRACTOR IS REQUIRED TO TAKE DUE PRECAUTIONARY MEASURES TO PROTECT THE UTILITY LINES SHOWN, AND ALL OTHER LINES NOT OF RECORD OR NOT SHOWN ON THESE DRAWINGS BY VERIFICATION OF THEIR LOCATION IN THE FIELD PRIOR TO THE INITIATION OF THE ACTUAL PORTION OF THEIR WORK. /D�Gi O� -1 Obi W m T7 J) O m 0-48'2 �n VICINITY MAP. Q LEGAL DESCRIPTIONS: INDEX OF DRAWINGS 01 COVER 5HEET 02 51TE + UTILITY PLAN 03 SEWER PLAN + PROFILE 04 TREE PRE SERVATI ON PLAN 05 -OG DETAIL5 PLAT PAGE: 564 PROJECT SITE ADDRESS: 1427 E HUNTSVILLE RD 1429 E HUNTSVILLE RD FAYETTEVILLE, AR PARCEL NUMBER: 765-15071-001 ZONING CLASSIFICATION: CS (COMMERCIAL SERVICES) PROPOSED USE TOTAL SITE AREA: PROPERTY OWNER: DEVELOPER: ENGINEER/SURVEYOR: PARENT TRACT (PARCEL #765-15071-001) A PART OF THE NORTHEAST QUARTER OF THE NORTHEAST QUARTER OF SECTION 22, TOWNSHIP 16 NORTH, RANGE 30 WEST, WASHINGTON COUNTY, ARKANSAS, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS, TO -WIT: BEGINNING AT AN EXISTING REBAR ON THE SOUTH RIGHT-OF-WAY OF EAST HUNSTVILLE ROAD WHICH IS WEST 2760.36' AND SOUTH 34.60' FROM THE NORTHEAST CORNER OF THE NORTHWEST QUARTER OF SECTION 23 IN SAID TOWNSHIP AND RANGE, AND RUNNING THENCE SOUTH 195.40' TO AN EXISTING PIPE, THENCE S89°43'44"W 116.06' TO AN EXISTING REBAR ON THE EAST RIGHT-OF-WAY OF SOUTH CURTIS AVENUE, THENCE ALONG SAID RIGHT-OF-WAY N00°07'57"W 199.45' TO AN EXISTING REBAR ON THE SOUTH RIGHT-OF-WAY OF EAST HUNTSVILLE ROAD, THENCE ALONG SAID SOUTH RIGHT-OF-WAY S88°16'43"E 116.57' TO THE POINT OF BEGINNING, CONTAINING 0.52 ACRES, MORE OR LESS. SUBJECT TO ALL EASEMENTS AND RIGHTS-OF-WAY OF RECORD. TRACT A: A PART OF THE NORTHEAST QUARTER OF THE NORTHEAST QUARTER OF SECTION 22, TOWNSHIP 16 NORTH, RANGE 30 WEST, WASHINGTON COUNTY, ARKANSAS, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS, TO -WIT: COMMENCING AT NORTHEAST CORNER OF THE NORTHWEST QUARTER OF SECTION 23 IN SAID TOWNSHIP AND RANGE, AND RUNNING THENCE WEST 2760.36', THENCE SOUTH 34.60' TO THE SOUTH RIGHT-OF-WAY OF EAST HUNSTVILLE ROAD, THENCE ALONG SAID RIGHT-OF-WAY N88°16'43"W 61.57' TO THE TRUE POINT OF BEGINNING, THENCE LEAVING SAID RIGHT-OF-WAY SOUTH 98.35', THENCE WEST 54.74' TO THE EAST RIGHT-OF-WAY OF SOUTH CURTIS AVENUE, THENCE ALONG SAID RIGHT-OF-WAY N00°07'57"W 100.00' TO AN EXISTING REBAR ON THE SOUTH RIGHT-OF-WAY OF EAST HUNSTVILLE ROAD, THENCE ALONG SAID RIGHT-OF-WAY S88°16'43"E 55.00' TO THE POINT OF BEGINNING, CONTAINING 0.12 ACRES, MORE OR LESS. SUBJECT TO ALL EASEMENTS AND RIGHTS-OF-WAY OF RECORD. TRACT B: A PART OF THE NORTHEAST QUARTER OF THE NORTHEAST QUARTER OF SECTION 22, TOWNSHIP 16 NORTH, RANGE 30 WEST, WASHINGTON COUNTY, ARKANSAS, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS, TO -WIT: COMMENCING AT NORTHEAST CORNER OF THE NORTHWEST QUARTER OF SECTION 23 IN SAID TOWNSHIP AND RANGE, AND RUNNING THENCE WEST 2760.36', THENCE SOUTH 34.60' TO THE SOUTH RIGHT-OF-WAY OF EAST HUNSTVILLE ROAD, THENCE ALONG SAID RIGHT-OF-WAY N88°16'43"W 11.57' TO THE TRUE POINT OF BEGINNING, THENCE LEAVING SAID RIGHT-OF-WAY SOUTH 96.85', THENCE WEST 49.98', THENCE NORTH 98.35' TO THE SOUTH RIGHT-OF-WAY OF HUNTSVILLE ROAD, THENCE ALONG SAID RIGHT-OF-WAY S88°16'43"E 50.00' TO THE POINT OF BEGINNING, CONTAINING 0.11 ACRES, MORE OR LESS. SUBJECT TO ALL EASEMENTS AND RIGHTS-OF-WAY OF RECORD. TRACT C: A PART OF THE NORTHEAST QUARTER OF THE NORTHEAST QUARTER OF SECTION 22 TOWNSHIP 16 NORTH RANGE 30 WEST WASHINGTON COUNTY Q Q , ARKANSAS, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS, TO -WIT: BEGINNING AT AN EXISTING REBAR ON THE SOUTH RIGHT-OF-WAY OF EAST HUNSTVILLE ROAD WHICH IS WEST 2760.36' AND SOUTH 34.60' FROM THE NORTHEAST CORNER OF THE NORTHWEST QUARTER OF SECTION 23 IN SAID TOWNSHIP AND RANGE, AND RUNNING THENCE SOUTH 195.40' TO AN EXISTING PIPE, THENCE S89°43'44"W 116.06' TO AN EXISTING REBAR ON THE EAST RIGHT-OF-WAY OF SOUTH CURTIS AVENUE THENCE ALONG SAID RIGHT-OF-WAY NOO.07 57 W 99.45',THENCE LEAVING SAID RIGHT-OF-WAY EAST 104.72 THENCE NORTH 96.85' TO THE SOUTH RIGHT-OF-WAY OF EAST HUNTSVILLE ROAD, THENCE ALONG SAID RIGHT-OF-WAY S88°16'43"E 11.57' TO THE POINT OF BEGINNING, CONTAINING 0.29 ACRES, MORE OR LESS. SUBJECT TO ALL EASEMENTS AND RIGHTS-OF-WAY OF RECORD. UTILITY CONTACT INFORMATION CABLE: COX COMMUNICATIONS JOSH BARGER 4901 S. 48th STREET SPRINGDALE, AR 72762 PHONE: (479) 841-2492 ELECTRIC: OZARKS ELECTRIC MIKE PHIPPS P.O. BOX 848 FAYETTEVILLE, AR 72702 PHONE: (479) 684-4696 GAS: ARKANSAS WESTERN GAS RANDY DRAKE 1083 SAIN RD. FAYETTEVILLE, AR 72703 PHONE: (479) 582-8604 TELEPHONE: SOUTHWESTERN BELL SUE CLOUSER 627 WHITE RD. SPRINGDALE, AR 72766 PHONE: (479) 442-3107 WATER/SEWER: FAYETTEVILLE WATER & SEWER 2435 S INDUSTRIAL DR FAYETTEVILLE, AR 72701 PHONE: (479) 575-8384 CITY CONTACT INFORMATION THE CONTRACTOR IS RESPONSIBLE TO CONTACT EACH DISCIPLINE BELOW AND REQUEST A CERTIFICATE OF OCCUPANCY INSPECTION AND APPROVAL AT LEAST A WEEK IN ADVANCE: BUILDING SAFETY ENGINEERING FIRE BACKFLOW PREVENTION METER OPERATIONS PLANNING SIDEWALK RECYCLING AND TRASH TREE & LANDSCAPE MATTHEW CABE 575-8229 rn MCABE@FAYETTEVILLE-AR.GOV JONATHAN ELY 575-8206 diriut�n Y]r 05F....m1)5-143C'421�QF' _l L I f PA NE JOSH BOCCACCIO 575-8206 JBOCCACCIO@FAYETTEVILLE- AR. GOV 008 T 1 L ` 4 P". St Lata'. e :St 575-8239 - �� LSicksual St I .. I It� � ! 5 � ,qur � RANDY BOLINGER 575-8382 PI�S��.1 GIT Sryu gSFah RBOLINGER@FAYETTEVILLE-AR.GOV JAYCE BRANSON 684-4723 JBRANSON@FAYETTEVILLE-AR.GOV ANDREW GARNER 575-8267 AGARNER@FAYETTEVILLE- AR. GOV JONATHAN CURTH 575-8267 '� BATES & JCURTH@FAYETTEVI LLE- AR. GOV HARRY DAVIS 575-8267 (D HDAVIS@FAYETTEVI LLE- AR. GOV .._..� H ilpe 575-8291 qty 4 :112 4 MAURY NELSON 575-8398 _ Ji:_ _ 15th s t MN ELSON @FAYETTEVILLE- AR.GOV JOHN SCOTT PANEL c ' v 15F ;' 1 0514$Q0220F - 444-3486 008 ,- eff.5/16.+2008. �.._.._�.._.._.._. d 71 -- np a Ad f; . Ln 1 pS 0 gr QZ U w 0 0 VICINITY MAP. Q LEGAL DESCRIPTIONS: INDEX OF DRAWINGS 01 COVER 5HEET 02 51TE + UTILITY PLAN 03 SEWER PLAN + PROFILE 04 TREE PRE SERVATI ON PLAN 05 -OG DETAIL5 PLAT PAGE: 564 PROJECT SITE ADDRESS: 1427 E HUNTSVILLE RD 1429 E HUNTSVILLE RD FAYETTEVILLE, AR PARCEL NUMBER: 765-15071-001 ZONING CLASSIFICATION: CS (COMMERCIAL SERVICES) PROPOSED USE TOTAL SITE AREA: PROPERTY OWNER: DEVELOPER: ENGINEER/SURVEYOR: PARENT TRACT (PARCEL #765-15071-001) A PART OF THE NORTHEAST QUARTER OF THE NORTHEAST QUARTER OF SECTION 22, TOWNSHIP 16 NORTH, RANGE 30 WEST, WASHINGTON COUNTY, ARKANSAS, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS, TO -WIT: BEGINNING AT AN EXISTING REBAR ON THE SOUTH RIGHT-OF-WAY OF EAST HUNSTVILLE ROAD WHICH IS WEST 2760.36' AND SOUTH 34.60' FROM THE NORTHEAST CORNER OF THE NORTHWEST QUARTER OF SECTION 23 IN SAID TOWNSHIP AND RANGE, AND RUNNING THENCE SOUTH 195.40' TO AN EXISTING PIPE, THENCE S89°43'44"W 116.06' TO AN EXISTING REBAR ON THE EAST RIGHT-OF-WAY OF SOUTH CURTIS AVENUE, THENCE ALONG SAID RIGHT-OF-WAY N00°07'57"W 199.45' TO AN EXISTING REBAR ON THE SOUTH RIGHT-OF-WAY OF EAST HUNTSVILLE ROAD, THENCE ALONG SAID SOUTH RIGHT-OF-WAY S88°16'43"E 116.57' TO THE POINT OF BEGINNING, CONTAINING 0.52 ACRES, MORE OR LESS. SUBJECT TO ALL EASEMENTS AND RIGHTS-OF-WAY OF RECORD. TRACT A: A PART OF THE NORTHEAST QUARTER OF THE NORTHEAST QUARTER OF SECTION 22, TOWNSHIP 16 NORTH, RANGE 30 WEST, WASHINGTON COUNTY, ARKANSAS, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS, TO -WIT: COMMENCING AT NORTHEAST CORNER OF THE NORTHWEST QUARTER OF SECTION 23 IN SAID TOWNSHIP AND RANGE, AND RUNNING THENCE WEST 2760.36', THENCE SOUTH 34.60' TO THE SOUTH RIGHT-OF-WAY OF EAST HUNSTVILLE ROAD, THENCE ALONG SAID RIGHT-OF-WAY N88°16'43"W 61.57' TO THE TRUE POINT OF BEGINNING, THENCE LEAVING SAID RIGHT-OF-WAY SOUTH 98.35', THENCE WEST 54.74' TO THE EAST RIGHT-OF-WAY OF SOUTH CURTIS AVENUE, THENCE ALONG SAID RIGHT-OF-WAY N00°07'57"W 100.00' TO AN EXISTING REBAR ON THE SOUTH RIGHT-OF-WAY OF EAST HUNSTVILLE ROAD, THENCE ALONG SAID RIGHT-OF-WAY S88°16'43"E 55.00' TO THE POINT OF BEGINNING, CONTAINING 0.12 ACRES, MORE OR LESS. SUBJECT TO ALL EASEMENTS AND RIGHTS-OF-WAY OF RECORD. TRACT B: A PART OF THE NORTHEAST QUARTER OF THE NORTHEAST QUARTER OF SECTION 22, TOWNSHIP 16 NORTH, RANGE 30 WEST, WASHINGTON COUNTY, ARKANSAS, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS, TO -WIT: COMMENCING AT NORTHEAST CORNER OF THE NORTHWEST QUARTER OF SECTION 23 IN SAID TOWNSHIP AND RANGE, AND RUNNING THENCE WEST 2760.36', THENCE SOUTH 34.60' TO THE SOUTH RIGHT-OF-WAY OF EAST HUNSTVILLE ROAD, THENCE ALONG SAID RIGHT-OF-WAY N88°16'43"W 11.57' TO THE TRUE POINT OF BEGINNING, THENCE LEAVING SAID RIGHT-OF-WAY SOUTH 96.85', THENCE WEST 49.98', THENCE NORTH 98.35' TO THE SOUTH RIGHT-OF-WAY OF HUNTSVILLE ROAD, THENCE ALONG SAID RIGHT-OF-WAY S88°16'43"E 50.00' TO THE POINT OF BEGINNING, CONTAINING 0.11 ACRES, MORE OR LESS. SUBJECT TO ALL EASEMENTS AND RIGHTS-OF-WAY OF RECORD. TRACT C: A PART OF THE NORTHEAST QUARTER OF THE NORTHEAST QUARTER OF SECTION 22 TOWNSHIP 16 NORTH RANGE 30 WEST WASHINGTON COUNTY Q Q , ARKANSAS, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS, TO -WIT: BEGINNING AT AN EXISTING REBAR ON THE SOUTH RIGHT-OF-WAY OF EAST HUNSTVILLE ROAD WHICH IS WEST 2760.36' AND SOUTH 34.60' FROM THE NORTHEAST CORNER OF THE NORTHWEST QUARTER OF SECTION 23 IN SAID TOWNSHIP AND RANGE, AND RUNNING THENCE SOUTH 195.40' TO AN EXISTING PIPE, THENCE S89°43'44"W 116.06' TO AN EXISTING REBAR ON THE EAST RIGHT-OF-WAY OF SOUTH CURTIS AVENUE THENCE ALONG SAID RIGHT-OF-WAY NOO.07 57 W 99.45',THENCE LEAVING SAID RIGHT-OF-WAY EAST 104.72 THENCE NORTH 96.85' TO THE SOUTH RIGHT-OF-WAY OF EAST HUNTSVILLE ROAD, THENCE ALONG SAID RIGHT-OF-WAY S88°16'43"E 11.57' TO THE POINT OF BEGINNING, CONTAINING 0.29 ACRES, MORE OR LESS. SUBJECT TO ALL EASEMENTS AND RIGHTS-OF-WAY OF RECORD. UTILITY CONTACT INFORMATION CABLE: COX COMMUNICATIONS JOSH BARGER 4901 S. 48th STREET SPRINGDALE, AR 72762 PHONE: (479) 841-2492 ELECTRIC: OZARKS ELECTRIC MIKE PHIPPS P.O. BOX 848 FAYETTEVILLE, AR 72702 PHONE: (479) 684-4696 GAS: ARKANSAS WESTERN GAS RANDY DRAKE 1083 SAIN RD. FAYETTEVILLE, AR 72703 PHONE: (479) 582-8604 TELEPHONE: SOUTHWESTERN BELL SUE CLOUSER 627 WHITE RD. SPRINGDALE, AR 72766 PHONE: (479) 442-3107 WATER/SEWER: FAYETTEVILLE WATER & SEWER 2435 S INDUSTRIAL DR FAYETTEVILLE, AR 72701 PHONE: (479) 575-8384 CITY CONTACT INFORMATION THE CONTRACTOR IS RESPONSIBLE TO CONTACT EACH DISCIPLINE BELOW AND REQUEST A CERTIFICATE OF OCCUPANCY INSPECTION AND APPROVAL AT LEAST A WEEK IN ADVANCE: BUILDING SAFETY ENGINEERING FIRE BACKFLOW PREVENTION METER OPERATIONS PLANNING SIDEWALK RECYCLING AND TRASH TREE & LANDSCAPE MATTHEW CABE 575-8229 rn MCABE@FAYETTEVILLE-AR.GOV JONATHAN ELY 575-8206 JELY@FAYETTEVI LLE -AR. GOV JOSH BOCCACCIO 575-8206 JBOCCACCIO@FAYETTEVILLE- AR. GOV BRIAN SLOAT 718-7636 BSLOAT@FAYETTEVILLE-AR.GOV RODNEY COLSON 575-8239 RCOLSON@FAYETTEVILLE-AR.GOV RANDY BOLINGER 575-8382 * p No. 9810 �� RBOLINGER@FAYETTEVILLE-AR.GOV JAYCE BRANSON 684-4723 JBRANSON@FAYETTEVILLE-AR.GOV ANDREW GARNER 575-8267 AGARNER@FAYETTEVILLE- AR. GOV JONATHAN CURTH 575-8267 '� BATES & JCURTH@FAYETTEVI LLE- AR. GOV HARRY DAVIS 575-8267 (D HDAVIS@FAYETTEVI LLE- AR. GOV CHUCK RUTHERFORD 575-8291 m CRUTHERFORD@FAYETTEVILLE-AR.GOV MAURY NELSON 575-8398 9�k4,vsAS ENS\N��� MN ELSON @FAYETTEVILLE- AR.GOV JOHN SCOTT 444-3470 v JSCOTT@FAYETTEVILLE- AR. GOV MELISSA EVANS 444-3486 MEVAN S@FAYETTEVILLE- AR. GOV SEWER MAIN EXTENSION 0.52 ACRES± HUNTSVILLE TRUST 1530 HOTZ DR FAYETTEVILLE, AR 72701 ZARA NIEDERMAN BATES & ASSOCIATES, INC. 7230 PLEASANT RIDGE DR FAYETTEVILLE, AR 72704 PHONE: (479) 442-9350 FAX: (479) 521-9350 EMAIL: GEOFF@BATESNWA.COM BASIS OF BEARING: GPS OBSERVATION AR NORTH ZONE FLOOD CERTIFICATION: NO PORTION OF THIS PROPERTY IS LOCATED IN ZONE "A" OR "AE", AS DETERMINED BY THE NATIONAL FLOOD INSURANCE PROGRAM FLOOD INSURANCE RATE MAP FOR WASHINGTON COUNTY, ARKANSAS. (FIRM PANEL #05143CO220F. DATED MAY 16, 2008) NOTE: COORDINATES SHOWN HEREON ARE INTERPOLATED FROM THE WASHINGTON COUNTY GIS MAP AND SHOULD NOT BE USED TO ESTABLISH OR RE-ESTABLISH THE LOCATION OF ANY PROPERTY LINE OR PROPERTY CORNER. REFERENCE DOCUMENTS: 1) FINAL PLAT OF MCBROOM ADDITION TO THE CITY OF FAYETTEVILLE 2) WARRANTY DEED FILED IN BOOK 2015 AT PAGE 1981 3) WARRANTY DEED FILED IN BOOK 2013 AT PAGE 10774 4) WARRANTY DEED FILED IN BOOK 855 AT PAGE 352 -BUILDING SETBACKS: FRONT A BUILD -TO -ZONE THAT IS LOCATED BETWEEN 10ft AND A LINE 25ft FROM THE FRONT PROPERTY LINE SIDE 00ft SIDE 15ft (CONTIGUOUS TO A SINGLE-FAMILY RESIDENTIAL DISTRICT) REAR 00ft REAR 15ft (CONTIGUOUS TO A SINGLE-FAMILY RESIDENTIAL DISTRICT) GENERAL SURVEY NOTE: THE UNDERGROUND UTILITIES SHOWN HAVE BEEN LOCATED FROM FIELD SURVEY INFORMATION AND EXISTIN( DRAWINGS THE SURVEYOR MAKES NO GUARANTEES THAT THE UNDERGROUND UTILITIES SHOWN ARE IN THE EXACT LOCATION INDICATED, ALTHOUGH THE SURVEYOR DOES CERTIFY THAT THEY ARE LOCATED AS ACCURATELY AS POSSIBLE FROM INFORMATION AVAILABLE. THE SURVEYOR HAS NOT PHYSICALLY LOCATED THE UNDERGROUND UTILITIES. STANDARD NOTES: 1. THE REVIEW BY THE ENGINEERING DIVISION WAS FOR GENERAL COMPLIANCE AND DOES NOT WARRANT YOUR DESIGN AND DOES NOT RELIEVE THE OWNER FROM ANY ITEMS DISCOVERED DURING CONSTRUCTION OR FURTHER REVIEW, WHICH ARE DEEMED NECESSARY TO COMPLY WITH CITY ORDINANCES AND CRITERIA. THE APPROVAL OF THE ENGINEERING ITEMS ON THE PLANS FOR WATER, SEWER, DRAINAGE, AND GRADING IS NOT A GUARANTEE OF APPROVAL OF THIS PROJECT BY OTHER CITY DIVISIONS. 2.ANY DAMAGE TO THE EXISTING PUBLIC STREET OR OTHER PUBLIC INFRASTRUCTURE DUE TO CONSTRUCTION SHALL BE REPAIRED/REPLACED AT THE OWNER/DEVELOPERS EXPENSE. 3.ALL MATERIAL DELIVERIES, CONSTRUCTION STAGING, AND WORKER PARKING MUST OCCUR ON YOUR SITE AND OUTSIDE THE PUBLIC STREETS DURING ALL PHASES OF THE PROJECT. 4.ALL PUBLIC SIDEWALKS AND RAMPS MUST MEET ADA GUIDELINES. ANY EXISTING SIDEWALKS THAT DO NOT CONFORM TO ADA GUIDELINES MUST BE REMOVED AND REPLACED TO CORRECT THE ISSUE. COORDINATE WITH THE ENGINEERING DEPARTMENT FOR INSPECTION OF EXISTING SIDEWALKS TO DETERMINE ADA COMPLIANCE. 5.PRIOR TO ANY CLEARING TO INSTALL EROSION CONTROL STRUCTURES, TREE PRESERVATION FENCING MUST BE INSTALLED BY THE CONTRACTOR AND INSPECTED BY THE URBAN FORESTER (444-3469) 6.WATER AND SEWER IMPACT FEES WILL APPLY FOR THE ADDITIONAL IMPACT TO THE SYSTEM. THE FEES WILL BE BASED ON THE PROPOSED METER SIZE AND WILL BE CHARGED AT THE TIME OF METER SET. 7.THE ENGINEER OF RECORD SHALL PROVIDE "FULL TIME" INSPECTION FOR UTILITIES AND "PART TIME" INSPECTION FOR THE STORM DRAINAGE AND ROADWAY CONSTRUCTION FOR THIS PROJECT. THE ENGINEER OF RECORD SHALL ALSO REVIEW AND APPROVE MATERIAL SUBMITTALS (APPROVED SUBMITTALS SHALL BE SUBMITTED TO THE CITY FOR CONCURRENCE BEFORE PRECONSTRUCTION MEETING AND BEFORE MATERIAL IS ORDERED) - DAILY INSPECTION REPORTS SHOULD BE SUBMITTED WEEKLY TO THE CITY OF FAYETTEVILLE'S PUBLIC WORKS INSPECTOR (PWI). &ALL MATERIALS AND CONSTRUCTION SHALL COMPLY WITH THE CITY OF FAYETTEVILLE'S REQUIREMENTS. IN THE CASE OF CONFLICTS, THE CITY'S CRITERIA SHALL GOVERN. 9.THE PUBLIC WORKS INSPECTOR SHALL BE NOTIFIED NO LESS THAN 48 HOURS PRIOR TO THE INSTALLATION OF PUBLIC UTILITIES, INFRASTRUCTURE, ROADWAY, ETC. TESTING SHALL BE COORDINATED WITH THE PWI BY THE ENGINEER OF RECORD. 10. CONTACT CHUCK RUTHERFORD (ADA ADMINISTRATOR 575-8291) AND REQUEST AN INSPECTION PRIOR TO: a.POURING ANY SIDEWALK, TRAIL, OR DRIVEWAY IN THE RIGHT-OF-WAY OR PUBLIC EASEMENTS. b.PLACING ANY PAVEMENT FOR ADA ACCESSIBLE PARKING/LOADING AREAS. c.POURING ANY SIDEWALK THAT IS A CONNECTION FROM ADA ACCESSIBLE PARKING AREAS TO THE STRUCTURE. 11. CONTRACTOR SHALL BE CONFINED TO THE LIMITS OF CONSTRUCTION SHOWN ON THIS GRADING PERMIT APPLICATION. ADJACENT PROPERTY SHALL NOT BE USED WITHOUT MODIFYING THE GRADING AND EROSION CONTROL PLAN THROUGH THE ENGINEER OF RECORD AND OBTAINING WRITTEN APPROVAL FROM THE CITY ENGINEERING DIVISION. 12. CONTRACTOR SHALL BE RESPONSIBLE TO NOTIFY EACH HOME OWNER IN ADVANCE (MINIMUM OF 24 HOURS, AFTER INITIAL CONTACT OF 48 HOURS) OF PERFORMING WORK THAT AFFECTS ACCESS (ROADWAY AND DRIVEWAY) AND THAT AFFECTS UTILITY SERVICES (SPECIFICALLY WATER AND SEWER) BUT NOT LIMITED TO PUBLIC UTILITIES. 0 z w 0 w w Z STATE OF rn ARKANSAS V I w REGISTERED m PROFES I IN R x w * p No. 9810 �� U) r Ag wEY H 6P 0 F q Uti ,, U) 06 U, P O; w C-) '� BATES & m L� _- ASSOCIATES, INC, (D } X1335 0 O m V) 3 9�k4,vsAS ENS\N��� L Q 0 v o L.LJ Z rn rn C) V I w L.LJ x z Z W Q w Ljj Q N (D Q O V) W 0 L.LJ N Ln uj 0 QZ U w 0 0 V) U Q OOf U U) > W L J J � Q m °' m cn C/-) N Z C) V I L.LJ x z Z W Q w Ljj W Q O V) W L.LJ uj 0 QZ U w O V) U Q OOf U DRAW 01 N O n / o Q0 Q)M x �r � N w Q /m CN m N C Q O om oQ CD /cn �w 0 z� U) a o x 6u —. - U O �(n D LEGEND PROPOSED EXISTING DESCRIPTION O ASPHALT (EDGE) REGISTERED ASPHALT (SURFACE) �1fl1Jlf11-Z= BUILDING p No. 9810 — — BUILDING SETBACK LINE cry 0 0 BOLLARD UGTV UGTV CABLE TV (UNDERGROUND) ASSOCIATES, INC. OH TV CABLE TV (OVERHEAD) - - - - CENTERLINE q,p'�ANSAS ENG�N��� L CONCRETE SURFACE U ------------------- CONDUIT 1255 1255— CONTOURS == CURB & GUTTER UGE UGE ELECTRICAL (UNDERGROUND) GHE OHE ELECTRICAL (OVERHEAD) W ELECT. TRANSFORMER - - EASEMENT z X X X FENCE (WIRE/WOOD/CHAIN) w - FO FIBER OPTIC CABLE FIRE HYDRANT ASSEMBLY 4— FLOWLINE FM FM FORCE MAIN GAS GAS GAS MAIN © GAS METER U GRAVEL SURFACE (EDGE) (� - GRAVEL SURFACE Q O IRON PIN (5/8" RE -BAR) LL_ LIGHT ❑ 13 MONUMENT (CONCRETE) POND U POWER POLE — — — — PROPERTY LINE (EXTERNAL) RETAINING WALL ----------- RIGHT-OF-WAY 0"ss a"ss SANITARY SEWER PIPE 0 9 SANITARY SEWER MANHOLE —ssv SSv Ssv- SSv SANITARY SEWER SERVICE - - - SECTION LINE • ., ...... SIDEWALK 4 SIGN SILT FENCE SPOT ELEVATION ___ STORM SEWER PIPE ❑� ;i STORM SEWER INLET STORM SEWER BALES �T �T TELEPHONE PED/MANHOLE UGT UGT TELEPHONE (UNDERGROUND) OHT - TELEPHONE (OVERHEAD) TREE LINE CANOPY TREE/TREE TO BE REMOVED - - UTILITY EASEMENT 0"w - .°; WATER MAIN PIPE ►/ WATER VALVE O WATER METER ► D WATER THRUST BLOCK ► D WATER MAIN REDUCER m WATER MAIN BLOWOFF VALVE ADJACENT PROPERTY OWNERS: 1) MRS ASSETS LLC 4804 S TURNER ST SPRINGDALE, AR 72764 PARCEL #765-15075-000 ZONED: RSF-4 2) WALLACE, CHARLES E REV TRUST PO BOX 1045 FAYETTEVILLE, AR 72702 PARCEL #765-15073-000 ZONED: RSF-4 3) WALLACE, CHARLES E REV TRUST PO BOX 1045 FAYETTEVILLE, AR 72702 PARCEL #765-15073-001 ZONED: RSF-4 4) GUZMAN, JOSE & ANA 18602 1/2 BRYANT ST NORTHRIDGE, CA 91324 PARCEL #765-19794-000 ZONED: RMF -24 5) CLELDER LLC 4902 S THOMPSON SPRINGDALE, AR 72764 PARCEL #765-15068-000 ZONED: RSF-4 & RMF -24 6) H&H PROPERTIES OF FAYETTEVILLE 1546 S ROBERTS RD FAYETTEVILLE, AR 72701 PARCEL #765-15071-000 ZONED: RMF -24 7) HUNTSVILLE TRUST 849 S WASHINGTON AVE FAYETTEVILLE, AR 72701 PARCEL #765-15071-001 ZONED: RMF -24 STREETS: 1. THE CONTRACTOR SHALL PROVIDE ADVANCE SIGNAGE PLAN PER MUTCD FOR LANE CLOSURE FOR ENGINEERING REVIEW PRIOR TO SUBMITTING PERMIT APPLICATION. CONTACT MELISSA ELMORE -575-8280 FOR PERMIT (1 WEEK NOTICE). 2. THE CONTRACTOR SHALL PROVIDE ADVANCED SIGNAGE PLAN FOR DETOURS PER (MUTCD) REQUIRED FOR ANY REQUESTED STREET CLOSURE FOR ENGINEERING REVIEW PRIOR TO SUBMITTING PERMIT APPLICATION. 2.1. CITY REQUIRES SPECIAL PERMIT -( 2 WEEK PROCESS)- CONTACT MELISSA ELMORE -575-8280 2.2. U OF A APPROVAL FOR BUS ROUTE IMPACT 2.3. ATHD PERMIT REQUIRED WHEN WORKING ON STATE ROUTE OR ADJACENT SIDE ROAD WORK WITH ADVANCED WARNING SIGNS. 3. THE ENGINEER OF RECORD SHALL PERFORM "PART TIME" INSPECTION FOR THE DRAINAGE INSTALLATION AND STREET CONSTRUCTION. THE PUBLIC WORKS INSPECTOR MUST BE PRESENT FOR TESTING. CONTRACTOR IS RESPONSIBLE FOR SCHEDULING TESTING. 4. PROVIDE A SMOOTH LINE BY FULL DEPTH SAW CUT FOR STREET WIDENING (TYP) 5. MINIMUM DENSITY FOR ASPHALT SHALL BE 92% OF MAXIMUM THEORETICAL DENSITY. 6. SCHEDULE A SITE VISIT WITH CHUCK RUTHERFORD 575-8291 TO ESTABLISH THE CONDITION OF THE EXISTING CURB. ALL EXISTING CURB CUTS WILL BE REMOVED AND REPLACED WITH STANDARD CURB, ANY CURB TO REMAIN THAT IS CURRENTLY DAMAGED OR CRACKED SHALL BE REMOVED AND REPLACED WITH STANDARD CURB, AND CURB DAMAGED DURING CONSTRUCTION SHALL BE REMOVED AND REPLACED. 7. THE STORM SEWER DROP INLET AND JUNCTION BOX LIDS SHALL HAVE AN APPROVED ENVIRONMENTAL STATEMENT ON THEM. 8. STEPS ARE REQUIRED IN STORM DRAIN MANHOLES THAT ARE AT 4 FT OF DEPTH AND GREATER. CENTERLINE OF MANHOLE LID SHALL BE 2 FT FROM THE WALL WHERE STEPS ARE LOCATED. STEPS SHALL BE COPOLYMER POLYPROPYLENE PLASTIC WITH STEEL CORE. 9. SUBGRADE (HILLSIDE) SHALL BE COMPACTED TO 95% OF STANDARD PROCTOR. PROCTOR CURVE DATA SHALL BE SUPPLIED TO THE CITY ON ALL MATERIAL BY THE ENGINEER OF RECORD. WITHOUT THE COPY OF THE SITE SPECIFIC PROCTOR CURVE, MOISTURE CONTENT MUST BE WITHIN 2% OF OPTIMUM WHEN TESTED. 10. BASE COURSE (CLASS 7 AGGREGATE BASE) 10.1. SHALL BE COMPACTED TO 95% OF MODIFIED PROCTOR ON LOCAL AND RESIDENTIAL STREETS. 10.2. SHALL BE COMPACTED TO 100% OF MODIFIED PROCTOR ON COLLECTOR, MINOR OR PRINCIPAL ARTERIAL STREETS. 11. CURBS MUST BE CAULKED BEFORE BACKFILLED AND STREET PAVED. ACCEPTABLE SUPPLIERS ARE: OMNI SEAL 50, PERCORA 864 AND 865, DOW CORNING 888, OR PRE -APPROVED EQUAL. SEWER: 1. IT IS THE NEW POLICY OF THE CITY OF FAYETTEVILLE WATER & SEWER DIVISION THAT STREET REPAIRS DUE TO WATER/SEWER TAPS WILL BE MADE BY THE CONTRACTOR. THE REPAIR SHALL BE IN ACCORDANCE WITH THE CITY'S STANDARD T -PATCH DETAIL AND SHALL OCCUR WITHIN 14 CALENDAR DAYS OF THE COMPLETION OF THE WATER/SEWER TAP. 1.1. WATER/SEWER CONNECTION FEES AS PUBLISHED WILL NOT CHANGE, HOWEVER, THE CITY WILL NOT CHARGE FOR A "STREET REPAIR" UNDER THIS NEW POLICY. 2. 2017 STANDARD SANITARY SEWER SPECIFICATIONS & DETAILS APPLY. (DOCUMENT AVAILABLE AT WWW.ACCESSFAYETTEVILLE.ORG/GOVERNMENT/ENGINEERING) 3. SERVICE TAPS ON EXISTING MAINS OR MANHOLES SHALL BE MADE BY THE CITY, AND FEES PAID BY THE OWNER. 4. IF EXISTING SEWER LINE IS CLAY, THAT SECTION OF PIPE MUST BE REPLACED WITH PLASTIC PRIOR TO INSTALLING PROPOSED MANHOLE. 5. SEPARATE PLUMBING PERMIT WILL BE REQUIRED FOR THE INSPECTION OF SEWER SERVICE LINES UNDER PLUMBING CODE. NORTH 0 30 60 GRAPHIC SCALE IN FEET S 87014117" E 150.00' - ---- I---------- ---------- I ---------- POB --------- o I POB TRACT A PARENT TRACT r. I & TRACT C w #765-15074-000 POB o TRACT B 0 I O v rl p� I O M Mh O 06 ° oo m Z I � O `O ° z I TRACT A TRACT B COO 0.12 ACRES+/- 0.11 ACRES+/- , 17.50 I I III if N I---- ---- ---- - -- 132.69' - I II I --- N 87°16 ----- 141" W— - ;- �— I III Ili III 54.74'49.98' I � I III III r i oo III iii N 87029'05" W o I I III k0 1 O III III h 104.72' ON I I 1 N I ,I III III icq `�' Z if 1 I u I i - PR MH2 � III �° 75000 #765-150 - { x III ill o II I TRACT C I i III :III I Z I EX. 8" WATEj1LINE iii 0.29 ACRES+/- o (APPROX. ii (OC.) iii ss� `M° #765-15071-001 #765-15072-000 I LI O I 045.221,� iii ° w ' R/W i it 0 EX. ASPHALT I II III v II' I1 III i O I I I III I N � i f' I p l i cn c I 1 I. i L fill III O Ilr 31.01' III ss� -III N 88018133" W 132.64' Ilx °' III N 88018'45" W 268.14' i In III -III I r °I III �� III l tii II I a a., III I :I III U III I I F _I'�I _I u r"� I I S 04 I u I PROPOSED 4" SEWER I I l EX. CONCRETE 3 i iii I SERVICE LINE (TYP) NI if W iii I -III ¢ a I III o #765-15073-000 j 01' 2 °� iU'i u i �- -- -iii MINIMUM 10' SEPARATION I w N'I-7- EX. WAT METER II III EX. CONCRETE #765-15071-000 l i �l III I -- -- N 88°2 " r I u �- - --- 3 59 W 132.5 i III III PROPOS ---- ---- 7ss ED 8 — SEWER LINE LOT 6 --- I Ir EX. CONCRETE i i l u LOT s- --- I i r iII EX. GAS i I METER (TYP)l,'�i I EX. 8" WATER LINE is i iii iii I (APPROX. LOCATION) I I II I_ _ III I I� � - II l III I III I I 3 r� I I II I #765-15073-001 0 li -i iii i ii I ss o I i III a n �L 6 `I III 1►► #765-15071-000 I JII � PROPOSED OPEN i i iii i if I o I •I III I CUTlu ASPHALT r a III 0- - I III 0 II I III I I I i III I o PR MH1 I u I EX. CONCRETE I i III ssLI -- --- 111 II II --- I I I 5' N 88°17'17" W 132.50' ---- EX MH II r -- -- r-•-=- #765-19794-000 r I III i i -- LI l II — 25' U.E. (14-15) � -I II I #765-15068-000 PROPOSED CURB, GUTTER & SIDEWALK REPAIR I W I I I� 3 u I X00 -482—$i �C) O z w 0 tY tZ w Q m C-6 w LJ z 0 z w r - C14 O I 5T ATE OF � N 0 ARKANSAS SAS O REGISTERED PROFES I Tx NI R p No. 9810 12 AllEyH • 6P cry Noj ,,,,,,..... A,U a 06 BATES & �= ASSOCIATES, INC. c o(- :1335 0 N Q q,p'�ANSAS ENG�N��� L U w I— Q 0 � N 0 o LO 0 O V) ) U) cry LL_j cry z Q w z Q Q O W O _ c W W —� z C�d w LLJ z w W O LL_j U (� Q LL_ U J J Q Q m m N C0 N z O V) ) z cry LL_j cry z Q w z Q Q LL_j W O _ c W W —� z C�d w LLJ z w Q O LL_j U (� Q LL_ U C �� M N� CO) c w o C N 405 A �Q IL C � W o ti �i Vj 0 E e al 3 3 )HAWING NO 02 C) 0 c co x � N iMm N m O Q I O O U i CD O Q O j) �Q) lil N m E z � a, z D X N F? Ego ��N O N u 00 N b34'� a - U O � N D S 87014117" E 150.00' I �IEl1 _o I wl YI #765-15074-000 I o I o 0 o ° O z I I I POB TRACT A w kn kn � o M M 00 ° p� N 0 z TRACT A TRACT B 0.12 ACRES+/- 0.11 ACRES+/- 17.50' I I I I-- SII I 1132.69'_--- ,�� N87°16'41" W I --___ --- 54 S II 'li ill i i x o�� III Iit I z Iit 1 Xz-OCON.CRET E I 127,1,- 0, I >I 1111 c�1 74 49 98' N 87029'05" W 104.72' PR MH2 I #765-15075-000 \\ '--,, , All' TRACT C SS ___ J, M I I I � III 'II--- -LII II + III o I i - II 1 II I I I j III - o o w IIII�I �II O 0 a ---- (y EX. TREE v J z -__ EX. ASPHALT --"' EX' 5.22 f/W CANOPY ASSOCIATES, INC. �_ F ------- -I X1335 0 N �o- 00 1270 - ------__-- I I N 88°18'33" W 132.6' _"- x I= �' 74 49 98' N 87029'05" W 104.72' PR MH2 I C"i N 0 TRACT C SS ___ 0.29 ACRES+/- #765-15071-001 PROFES I � a 0 No. 9810 o w FREY H 6P 0 a ---- - EX. TREE v J z zBATES & CANOPY ASSOCIATES, INC. �_ c X1335 0 N �o- �L CL 1270 - U I I �QF - ° I 10' I r`----------� Irnl nl I N 88 18 45" W 268.14' POB PARENT TRACT & TRACT C POB TRACT B 00m � o w E2 #765-15072-000 I EX. N WN CRETE, � �-' I I � PROPOSED 138 LF I , I + TREE PROTECTION II I O1 I oo #765-15073-000 Wr ioi I I' I SS------- I� �, .-• w o, a I I I � EX. - � T000 1265 coo METER it , I N - S EX:%C"ONCRETEI � i o ✓ O I MINIMUM 10' SEPARATION It a W _------ II #765-15071-000 — — N 88023'59" W 132.5726-----��/-- -- -- LOT 6 I i ESC. CONCRETE LOT 8 — — — — PROPOSED 8 SEWER LINE I � EX. I� I II rte- - - --�� „ I GAS LIQ ii, Iii O - EX. 8 WATER LINE I ME ER�fiYPj� i itI 1 M (APPRO LOCATION) I #765-15073-001 00 li III ---I-� ss tzi o0 III � �4 �� #765-15071-000 I ,I I Iw PROPOSED OPEN CUT i I 0 a PROPOSED 4" SEWER I ASPHALT REPAIR l + SERVICE LINE (TYP) o .I- X. CONCRETEssL 1� S 1� N 88°17'17" W EXMH�� I #765-19794-000 I , Q PR MH1 25' U.E. (14-15)I I #765-15068-000 III i IL 1111--�- util � '/ ,�►I- I 1 I I'�I I � W A U I m 00 Q0 N O O 00 I PROPOSED CLASS 7 AGGREGATE BASE COURSE BACKFILL COMPACT TO 95% MODIFIED PROCTOR DENSITY 0 30 60 GRAPHIC SCALE IN FEET GI qR�� �un O z m m v, 0-482�ag�� 0 z U w 0 ry r w Q m z Li Li z z Ll r - CN 0 I rn ST A T E OF C"i N 0 ARKANSAS SAS 0 REGISTERED PROFES I IN R 0 No. 9810 c/� FREY H 6P pF x v J z zBATES & ASSOCIATES, INC. �_ c X1335 0 N �L CL U 0 II jl O z C�d Q W C) U � < a- U' z > z 1275 LLJ W LLJ Q 0 3:>- cn U 1275 /W v J W o U J z J Q Q N tY LO 1270 II Ln N1270 m I w O O I N O r7 Ln S C/') EX. GRADE - -N N 1265 0 -t �� 11 � o 41 N 1265 + Oj Q :2 > > =O II 6n Nz0 — Z 0- C/) — 1260 Q w c~i� >> z z EX. SIDE ALK - �F OF „ 05. 1260 SDR_ 6 ____________ yj ------------ 1255 0 LLI 0 1255 I F OF B" O O O O o O 0 0g.55 1250 R- o oo o o z o I'l z o n63.03% z 1250o J+ J+ J J J O O O C/)II O cnII O N � O c/) N O n U) II 0- cn 0- cn a_ cn II a_ cn II a_ cn II o Q o Q o Q o Q o Q o Q ft� � -- ft� � F-- ft� � I— ft� � F-- 0!� � F-- 0:� � -- 1245 cn a_ Itcn a_ �cr) a- ,I- c/) a- ;I- c/) 0- `l -In 1245 -0+20 0+00 0+20 0+40 0+60 0+80 1+00 1+20 1+40 1+60 1+80 2+00 2+20 2+40 2+60 2+80 3+00 3+20 3+40 3+60 PROPOSED CLASS 7 AGGREGATE BASE COURSE BACKFILL COMPACT TO 95% MODIFIED PROCTOR DENSITY 0 30 60 GRAPHIC SCALE IN FEET GI qR�� �un O z m m v, 0-482�ag�� 0 z U w 0 ry r w Q m z Li Li z z Ll r - CN 0 I rn ST A T E OF C"i N 0 ARKANSAS SAS 0 REGISTERED PROFES I IN R 0 No. 9810 c/� FREY H 6P pF x v J z zBATES & ASSOCIATES, INC. �_ c X1335 0 N �L CL U w Q D C"i N 0 o Ln 0 0 u/ z w c/� x v J z z C) z 0 z C�d Q W C) U � z w LLJ W LLJ Q 0 3:>- cn U Q /W v J �L U J J Q Q m m N C/') - -0 41 N z 0 u/ z w c/� x v J z C) z z C�d Q W C) U � z w LLJ LLJ Q 0 3:>- cn U Q /W v J �L U +RAWING NO 03 CONTRACTUAL AGREEMENT FOR COST SHARE OF SEWER MAIN INSTALLATION COSTS This Agreement, made and entered into on this day of September, 2019, by and between the City of Fayetteville, Arkansas ("City") and Jack Otten, witnesseth: WHEREAS, Jack Otten has requested that the City share in the cost of extending a 6 -inch sewer main along a portion of West Maine Street between South Sang Avenue and Cross Street, a distance of approximately 100 feet; and WHEREAS, constructing this segment of 6 -inch sewer main will allow Jack Otten to obtain sewer service to develop the property located at 2014 West Main Street, and also allow for ample future capacity which the City recognizes will be necessary for the area that is served by this sewer main. NOW, THEREFORE, the City of Fayetteville, Arkansas and Jack Otten agree as follows: 1. The City of Fayetteville, Arkansas agrees to: A. Reimburse Jack Otten for 50% of the cost to install approximately 100 linear feet of 6 -inch sewer main in the area identified in Exhibit "A" up to a maximum -not - to -exceed amount of $13,907.00, as was estimated by the builder's representative and shown on Exhibit `B", attached. B. Payments due to Jack Otten, shall be remitted within sixty (60) days after receipt of valid invoices upon completion of the project. 2. Jack Otten agrees to: A. Provide the necessary and normal project management, inspection, and testing as necessary for a complete and acceptable sewer main installation, including submittal of plans and specifications to the City's Engineering Department, per their standard procedures. B. Submit all required plans and specifications to the City and receive approval from the City's Engineering and Utilities Departments prior to commencing work on the project. C. Provide a copy of the invoices from the Contractor upon City approval of the sewer main upgrades. D. Pay for the sewer main installation (with reimbursement of 50% of the cost by the City of Fayetteville in a not -to -exceed amount of $13,907.00. IN AGREEMENT WITH ALL THE TERMS AND CONDITIONS ABOVE, WE SIGN BELOW: JACK OTTEN JACK OTTEN, Property Owner ATTEST: CITY OF FAYETTEVILLE, ARKANSAS 10 LIONELD JORDAN, Mayor ATTEST: LE SONDRA SMITH, City Clerk .z FAYETTEVILLE, ARKANSAS GENERAL NOTES TO CONTRACTOR: 1. THE CONTRACTOR IS SPECIFICALLY CAUTIONED THAT THE LOCATION AND/OR ELEVATION OF EXISTING UTILITIES AS SHOWN ON THESE PLANS IS BASED ON RECORDS OF THE VARIOUS UTILITY COMPANIES, AND WHERE POSSIBLE, MEASUREMENTS TAKEN IN THE FIELD. THE INFORMATION IS NOT TO BE RELIED ON AS BEING EXACT OR COMPLETE. THE CONTRACTOR MUST CONTACT THE APPROPRIATE UTILITY COMPANIES AT LEAST 72 HOURS BEFORE ANY EXCAVATION TO REQUEST EXACT FIELD LOCATION OF UTILITIES. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO RELOCATE UTILITIES WHICH CONFLICT WITH THE PROPOSED IMPROVEMENTS SHOWN ON THE PLANS. 2. CONTRACTOR SHALL VERIFY HORIZONTAL AND VERTICAL LOCATION OF ALL EXISTING UTILITIES PRIOR TO STARTING CONSTRUCTION. 3. EXISTING GRADE CONTOURS ARE AT ONE FOOT INTERVALS. 4. PROPOSED CONTOURS ARE AT FINISH GRADE AND ARE AT ONE FOOT INTERVALS. 5. PROPOSED SPOT ELEVATIONS ARE TOP OF FINISH CURB UNLESS OTHERWISE INDICATED OR SHOWN. 6. THE CONTRACTOR SHALL ADHERE TO ALL TERMS AND CONDITIONS AS OUTLINED IN THE GENERAL N.P.D.E.S. PERMIT FOR STORMWATER DISCHARGE ASSOCIATED WITH CONSTRUCTION ACTIVITIES. 7. CONTRACTOR TO INSTALL MUD ABATEMENT ENTRANCES ANYWHERE PROPOSED STREETS ENTER EXISTING PUBLIC STREETS. ENTRANCE TO BE CONSTRUCTED A MIN. OF 50' IN LENGTH BY WIDTH OF PROPOSED STREET AND TO A DEPTH OF 8 INCHES. 8. CONTRACTOR TO INSTALL EROSION CONTROL FENCING PRIOR TO BEGINNING ANY CONSTRUCTION. FENCING SHALL BE MAINTAINED & REPAIRED AS NECESSARY BY THE CONTRACTOR DURING CONSTRUCTION. 9. CONTRACTOR TO INSTALL STRAW EROSION CONTROL BARRIERS AROUND CURB INLETS UNTIL PAVING BASE COURSE IS IN PLACE AND TOPS HAVE BEEN PLACED ON INLETS. 10. CONTRACTOR SHALL ASSURE POSITIVE DRAINAGE AWAY FROM BUILDINGS FOR ALL NATURAL AND PAVED AREAS. 11. CONTRACTOR SHALL ADJUST AND/OR NEATLY CUT EXISTING PAVEMENT TO ASSURE A SMOOTH FIT AND TRANSITION. 12. ALL CONCRETE TO HAVE A MINIMUM 28 DAY COMPRESSION STRENGTH OF 3500 PSI. 13. EXISTING DRAINAGE STRUCTURES TO BE INSPECTED AND REPAIRED AS NEEDED AND EXISTING PIPES TO BE CLEANED OUT TO REMOVE ALL SILT AND DEBRIS. 14. DAMAGE DURING CONSTRUCTION TO ANY EXISTING STRUCTURES TO REMAIN SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO REPAIR AND/OR REPLACE. 15. ALL STORM SEWER STRUCTURES SHALL HAVE A SMOOTH AND UNIFORM POURED MORTAR INVERT. 16. ALL STORM PIPES ENTERING STRUCTURES SHALL BE GROUTED TO ASSURE A WATERTIGHT CONNECTION. 17. STORM PIPE SHALL BE AS FOLLOWS UNLESS OTHERWISE NOTED: TYPE 1: RCP, CLASS III PER ASTM C-76, WITH FLEXIBLE PLASTIC BITUMEN GASKETS AT JOINTS. TYPE 2: SPIRAL RIB METAL PIPE TYPE 1R: ALUMINIZED OR BITUMINOUS COATED AS SPECIFIED. TYPE 3: ADS N-12 CORRUGATED HDPE PIPE 18. THE CONSTRUCTION AND INSTALLATION OF WATER AND SANITARY SEWER UTILITIES SHALL BE IN COMPLIANCE WITH THE CITY OF FAYETTEVILLE'S WATER AND SEWER SPECIFICATIONS, PROCEDURES AND DETAILS. 19. IN GENERAL, ALL WATER VALVES, MANHOLES AND FIRE HYDRANTS SHALL BE PLACED TO AVOID BEING LOCATED WITHIN THE PROPOSED SIDEWALK, WHERE APPLICABLE. 20. ALL MATERIALS AND CONSTRUCTION SHALL COMPLY WITH ALL APPLICABLE GOVERNING CODES AND BE CONSTRUCTED TO SAME. 21. ALL MATERIALS AND CONSTRUCTION SHALL COMPLY WITH THE CITY OF FAYETTEVILLE'S REQUIREMENTS. IN THE CASE OF CONFLICTS, THE CITY'S CRITERIA SHALL GOVERN. 22. ALL SIDEWALKS AND HANDICAP RAMPS SHALL BE BUILT TO THE CURRENT STANDARDS OF THE AMERICANS WITH DISABILITIES ACT REQUIREMENTS. 23. CONTACT CHUCK RUTHERFORD (ADA ADMINISTRATOR 575-8291) AND REQUEST AN INSPECTION PRIOR TO POURING ANY SIDEWALK OR DRIVEWAY IN THE RIGHT-OF-WAY. APPROVAL OF CITY REQUIREMENTS IN AHTD RIGHT OF WAY DOES NOT GUARANTEE APPROVAL OF AHTD. SCHEDULE JOINT MEETING TO BE CERTAIN. 24. CONTACT CHUCK RUTHERFORD (ADA ADMINISTRATOR 575-8291) AND REQUEST AN INSPECTION PRIOR TO POURING ANY ADA ACCESSIBLE PARKING/LOADING STALL AND ACCESS TO STRUCTURE. MAXIMUM SLOPE IN ANY DIRECTION IS 2%. 25. LOCATE & PROPERLY ABANDON EXISTING WATER & SANITARY SEWER SERVICE LINES. THE SEWER MUST BE CUT & CAPPED AT THE MAIN. THE WATER MUST BE REMOVED TO THE CORP STOP AND THE CORP STOP MUST BE TURNED OFF. CONTACT WATER & SEWER DIVISION FOR COORDINATION (575-8386) 26. CONTACT SOLID WASTE TO IDENTIFY LIMITS OF HEAVY DUTY PAVEMENT. 27. CONTRACTOR SHALL BE CONFINED TO THE LIMITS OF CONSTRUCTION SHOWN ON THIS GRADING PERMIT APPLICATION. PROVIDE FENCING TO IDENTIFY LIMITS OF DISTURBANCE. ADJACENT PROPERTY SHALL NOT BE USED WITHOUT MODIFYING THE GRADING AND EROSION CONTROL PLAN THROUGH THE DESIGN ENGINEER. 28. ANY DAMAGE TO THE EXISTING PUBLIC STREET DUE TO CONSTRUCTION SHALL BE REPAIRED/REPLACED AT THE OWNER/DEVELOPERS EXPENSE. 29. WATER AND SEWER IMPACT FEES WILL APPLY FOR THE ADDITIONAL IMPACT TO THE SYSTEM. THE FEES WILL BE BASED ON THE PROPOSED METER SIZE AND WILL BE CHARGED AT THE TIME OF METER SET. 30. FIRE LINE MONTHLY FEES WILL BE APPLIED BASED ON THE SIZE OF THE RISER PENETRATING THE SLAB. SEE CHAPTER 51.136 OF THE UNIFIED DEVELOPMENT CODE FOR A TABLE OF FEES ASSOCIATED WITH PIPE DIAMETER. 31. COMMERCIAL STRUCTURES THAT MAY REQUIRE A FIRE SPRINKLER SYSTEM MUST OBTAIN A FIRE FLOW STUDY SUBMITTED AND APPROVED BY THE FIRE DEPARTMENT PRIOR TO APPROVAL OF THE PROJECT. 32. ALL MATERIAL DELIVERIES, CONSTRUCTION STAGING, AND WORKER PARKING MUST OCCUR ON YOUR SITE AND OUTSIDE THE PUBLIC STREETS DURING ALL PHASES OF THE PROJECT. 33. SIGNAGE IS NOT REVIEWED BY THE ENGINEERING DEPARTMENT. APPROVAL OF THESE PLANS DOES NOT IMPLY OR GUARANTEE APPROVAL OF YOUR PROPOSED SIGNAGE. STANDARD REQUIREMENTS 1. A GRADING AND DRAINAGE PERMIT WILL NOT BE ISSUED UNTIL: a. A COPY OF THE SWPPP IS PROVIDED TO THE CITY. THE SWPPP WILL BECOME PART OF THE GRADING AND DRAINAGE PERMIT. (IN PDF FORMAT) b. THE PERIMETER EROSION CONTROLS, CONSTRUCTION EXIT, AND SWPPP/GRADING PERMIT BOX HAVE BEEN INSPECTED AND APPROVED BY THE ENGINEERING DIVISION. (APPLICANT IS RESPONSIBLE FOR CONTACTING AND SCHEDULING THE EROSION CONTROL INSPECTION BY CALLING THE ASSIGNED PWI) c. THE ENGINEER OF RECORD SHALL REVIEW AND APPROVE MATERIAL SUBMITTALS (APPROVED SUBMITTALS SHALL BE SUBMITTED TO THE CITY FOR CONCURRENCE BEFORE PRECONSTRUCTION CONFERENCE AND MATERIAL IS ORDERED) d.A PRECONSTRUCTION CONFERENCE HAS TAKEN PLACE. a. CONTACT DON OSBURN OF THE CITY OF FAYETTEVILLE METER OPERATIONS DIVISION (575-8384) PRIOR TO THE PRECONSTRUCTION MEETING TO DISCUSS THE DOMESTIC AND/OR IRRIGATION WATER SERVICE DEMAND TO VERIFY SIZE OF METER PROPOSED. b. PROVIDE ONE BOUND SET OF WATER & SEWER SPECIFICATIONS INCLUDING DETAILS FOR EACH THE INSPECTOR AND THE CONTRACTOR'S USE TO BE STAMPED BY ENGINEERING AT THE PRE -CONSTRUCTION CONFERENCE. c. ALL CONTRACTORS/SUBS INSTALLING PUBLIC INFRASTRUCTURE (INCLUDING FIRELINE) MUST BE PRESENT ALONG WITH THE INSPECTOR FROM ENGINEER OF RECORD. d. IF THE SUPERINTENDENT ON SITE CHANGES AFTER THE CITY OF FAYETTEVILLE PRE -CONSTRUCTION MEETING, AN ADDITIONAL PRE -CONSTRUCTION MEETING WILL BE REQUIRED WITH THE NEW SUPERINTENDENT. e. A COPY OF THE APPROVAL LETTER FROM THE ARKANSAS DEPARTMENT OF HEALTH IS OBTAINED AND FORWARDED TO THE ENGINEERING DIVISION. 2. PRIOR TO PROJECT ACCEPTANCE (LOT SPLIT) THE FOLLOWING ITEMS MUST BE PERFORMED OR PROVIDED TO THE SATISFACTION OF THE ENGINEERING DEPARTMENT: a. THE WORK SHOWN ON THE CIVIL SITE PACKAGE MUST BE COMPLETE AND THE ITEMS ON THE FINAL PUNCH LIST COMPLETED. b. VEGETATION MUST BE ESTABLISHED IN ACCORDANCE WITH SECTION 169.06 OF THE UDC AND PERIMETER CONTROLS REMOVED. c. ONE (1) SET OF AS -BUILT DRAWINGS OF THE COMPLETE PROJECT (EXCLUDING DETAILS) AS A HARD COPY, DIGITAL FILE .DWG, AND PDF FORMAT; 1. PROFESSIONAL SURVEYOR SHALL PROVIDE STAMP DRAWINGS SPECIFICALLY IDENTIFYING THE LIMITS OF AS -BUILT SURVEY PERFORMED. 2. PUBLIC INFRASTRUCTURE AND SERVICES SHALL BE SURVEYED AFTER INSTALLATION IN RELATION TO EASEMENTS, PROPERTY LINES, AND RIGHTS-OF-WAY. i. MORE THAN 2 FT DEVIATION OF DESIGN ALIGNMENT OF SHALL REQUIRE NEW EASEMENT DEDICATION OR ADJUSTMENT OF THE UTILITY/STORM DRAIN. 3. SANITARY SEWER, AND STORM DRAINAGE (INCLUDING PRIVATE) ELEVATIONS MUST BE VERIFIED AND UPDATED. (ELEVATIONS OUT OF DESIGN TOLERANCE MUST BE CORRECTED) 4. STREET CENTERLINE, WIDTH, PROFILES AND CROSS SLOPES SHALL BE VERIFIED. ii. MORE THAN 6 INCHES DEVIATION OF DESIGN ALIGNMENT OF SHALL REQUIRE NEW RIGHT OF WAY DEDICATION OR ADJUSTMENT OF THE STREET SECTION. 5. ADEQUATE VERIFICATION SURVEY TO CONFIRM ACCURACY OF DRAINAGE REPORT. 6. AS-BUILTS SHOULD INCLUDE THE FOLLOWING INFORMATION IN A TABLE; i. NEW PUBLIC STREETS (LINEAR FEET) ii. SIDEWALK (LINEAR FEET, CATEGORIZED BY WIDTH iii. WATERLINE (LINEAR FEET) iv. SANITARY SEWER (LINEAR FEETI v. NEWLY DEDICATED RIGHT-OF-WAY (SQUARE FEET) d. UNIT PRICE CONSTRUCTION COSTS FOR REVIEW AND APPROVAL AND A SINGLE 2 YEAR MAINTENANCE BONDS IN THE AMOUNT OF 25% OF THE PUBLIC INFRASTRUCTURE. e. CERTIFICATION THAT THE STREETS, SIDEWALK, STORM SEWER, WATER, FIRE LINE, AND SEWER LINES, ETC., WERE INSTALLED PER APPROVED PLANS AND CITY OF FAYETTEVILLE REQUIREMENTS; 1. PROVIDE ALL INSPECTION REPORTS; APPROVED SUBMITTALS; DATA FORMS FROM UTILITY SPECIFICATIONS (INCLUDING CONSULTANTS SEWER TV REPORT); COMPACTION TEST RESULTS, ETC,.. f. CROSS SECTIONS, VOLUME CALCULATIONS, AND CERTIFICATION RETENTION/DETENTION PONDS ARE IN ACCORDANCE WITH THE APPROVED DRAINAGE REPORT. g. SURVEYOR'S CERTIFICATION OF COMPLIANCE FOR MONUMENTS AND PROPERTY PINS. h. THE AS- BUILT FINAL DRAINAGE REPORT IN PDF FORMAT UPDATED PER AS -BUILT INVERT, SLOPE, INLET OPENING, ROAD PROFILE, CROSS SLOPE, ETC... OWNER5HIP OF DOGUMENT5 THI5 DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN. AS AN INSTRUMENT OF PROFE55IONAL SERVICES. I5 THE PROPERTY OF BATES + A550GIATE5. ING.. AND 15 NOT TO BE USED, IN WHOLE OR PART. FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF BATES + ASSOCIATES. INC. 5AFETY NOTICE TO CONTRACTOR IN ACCORDANCE WITH GENERALLY ACCEPTED CONSTRUCTION PRACTICES. THE CONTRACTOR WILL BE 50LELY AND COMPLETELY RESPONSIBLE FOR CONDITIONS OF THE JOB SITE, INCLUDING SAFETY OF ALL PERSONS AND PROPERTY DURING PERFORMANCE OF THE WORK. THI5 REQUIREMENT WILL APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS. THE DUTY OF THE ENGINEER TO CONDUCT CON5TRUGTION REVIEW OF THE CONTRAGTOR'S PERFORMANCE 15 NOT INTENDED TO INCLUDE REVIEW OF THE ADEQUACY OF THE GONTRAGTOR'5 SAFETY MEASURES, IN, OR NEAR THE CONSTRUCTION SITE. ENGINEER'5 NOTICE TO GONTRACTOR THE EXISTENCE AND LOCATION OF ANY UNDERGROUND UTILITY PIPES OR STRUCTURES SHOWN ON THESE DRAWINGS ARE OBTAINED BY A SEARCH OF THE AVAILABLE RECORDS. TO THE BEST OF OUR KNOWLEDGE THERE ARE NO EXISTING UTILITIES EXCEPT AS SHOWN ON THESE DRAWINGS AND WE A55UME NO RE5PON51BILITY AS TO THE ACCURACY OF THEIR DEPICTED LOCATION ON THESE DRAWINGS. THE CONTRACTOR IS REQUIRED TO TAKE DUE PRECAUTIONARY MEASURES TO PROTECT THE UTILITY LINES SHOWN, AND ALL OTHER LINES NOT OF RECORD OR NOT SHOWN ON THESE DRAWINGS BY VERIFICATION OF THEIR LOCATION IN THE FIELD PRIOR TO THE INITIATION OF THE ACTUAL PORTION OF THEIR WORK. /D�Gi O� -1 Obi W m 7� 0-48'2 � FRONT25ft i I �i •5} + PROJECT JELY@FAYETTEVI LLE -AR. GOV � L SIDE CGRAN DERSON@FAYETTEVI LLE -AR. GOV 575-8206 LOCATION � JBOCCACCIO@FAYETTEVILLE- AR. GOV `� I� I �f` N�rttlesnlp� ti'4llrll=[;r BSLOAT@FAYETTEVILLE-AR.GOV I PROFES I RCOLSON@FAYETTEVILLE- AR. GOV 575-8382 IN R RBOLINGER@FAYETTEVILLE-AR.GOV 684-4723 c `, 0rl3nao Dr ' - W Maine St _ .VV , 13 r 7 AGARN ER@FAYETTEVI LLE- AR. GOV L Lr, �,Bedfory CJ , y, - - JCU RTH@FAYETTEVI LLE -AR. GOV ti Q C �r QTHOMPSON@FAYETTEVILLE-AR.GOV JJ i HDAVI S@FAYETTEVI LLE -AR. GOV LU ASSOCIATES, INC. �= CRUTHERFORD@FAYETTEVILLE-AR.GOV 575-8398 X1335 0 MNELSON@FAYETTEVILLE-AR.GOV 444-3470 } ARF-AOF MINI h.+1�AL FL0 D 1-1 -�' D_'!z .r •,,.; rel a pl z D r 9�kgNSNGvOO AS E �� �I WVenusSt J ,Wi. i` L •' Io' � SM�,ti W .r. °,r W >O I, l • W OJd Fal ITprl tC]Tl FSU J rs Uj V) r i • Z U W biamond Dr ¢ NlTro-ti4n ,Vrfla!gr.L= Dr xC Tr r W:Hud=cyn!Dr °Ir'-'- a 0 0 �_ z R EL JJ :.I nc:l n G,biiel`Ir "�3S 'F1+ay;C Ln_ . Meetj h I It l t = rt= Los An ele y `l Zo f l .- A'E'.. o Y! vl JY� G -vel)tLlra PI m ui 1IU Ba�'-: 1:.x -_ F IjIJ VICINITY MAP Q LEGAL DESCRIPTIONS: PARCEL #765-11945-000: LOTS 22, 23, 24 AND 25 IN BLOCK 1 OF WEST END ADDITION TO THE CITY OF FAYETTEVILLE, ARKANSAS, AS DESIGNATED UPON THE RECORDED PLAT THEREOF. SUBJECT TO ALL EASEMENTS AND RIGHTS-OF-WAY OF RECORD. NEW TRACT 1: ALL OF LOT 25 AND A PART OF LOT 24 IN BLOCK 1 OF WEST END ADDITION TO THE CITY OF FAYETTEVILLE, WASHINGTON COUNTY, ARKANSAS, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS, TO -WIT: BEGINNING AT THE NORTHWEST CORNER OF SAID LOT 25 AND RUNNING THENCE N87°31'27"E 66.61', THENCE S01°30'18"E 138.32', THENCE S87°31'27"W 66.46', THENCE N01'33'58"W 138.32' TO THE POINT OF BEGINNING, CONTAINING 0.21 ACRES, MORE OR LESS. SUBJECT TO THAT PORTION IN WEST MAINE STREET MASTER STREET PLAN RIGHT-OF-WAY ON THE SOUTH SIDE OF HEREIN DESCRIBED TRACT AND ALSO SUBJECT TO ALL OTHER EASEMENTS AND RIGHTS-OF-WAY OF RECORD. NEW TRACT 2: A PART LOTS 23 AND 24 IN BLOCK 1 OF WEST END ADDITION TO THE CITY OF FAYETTEVILLE, WASHINGTON COUNTY, ARKANSAS, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS, TO -WIT: BEGINNING AT A POINT WHICH IS N87°31'27"E 66.61' FROM THE NORTHWEST CORNER OF LOT 25 OF SAID BLOCK 1 AND RUNNING THENCE N87°31'27"E 66.61', THENCE S01°26'35"E 138.33', THENCE S87°31'27"W 66.46', THENCE N01°30'18"W 138.32' TO THE POINT OF BEGINNING, CONTAINING 0.21 ACRES, MORE OR LESS. SUBJECT TO THAT PORTION IN WEST MAINE STREET MASTER STREET PLAN RIGHT-OF-WAY ON THE SOUTH SIDE OF HEREIN DESCRIBED TRACT AND ALSO SUBJECT TO ALL OTHER EASEMENTS AND RIGHTS-OF-WAY OF RECORD. ilvlrww •w w.w"r A A PART OF LOT 23 AND ALL OF LOT 22 IN BLOCK 1 OF WEST END ADDITION TO THE CITY OF FAYETTEVILLE WASHINGTON COUNTY ARKANSAS BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS, TO -WIT: BEGINNING AT A POINT WHICH IS N87'31'27"E 133.22' FROM THE NORTHWEST CORNER OF LOT 25 OF SAID BLOCK 1 AND RUNNING THENCE N87°31'27"E 66.61', THENCE S01°22'47"E 138.33', THENCE S87°31'27"W 66.46', THENCE N01°26'35"W 138.33' TO THE POINT OF BEGINNING, CONTAINING 0.21 ACRES, MORE OR LESS. SUBJECT TO THAT PORTION IN WEST MAINE STREET MASTER STREET PLAN RIGHT-OF-WAY ON THE SOUTH SIDE OF HEREIN DESCRIBED TRACT AND ALSO SUBJECT TO ALL OTHER EASEMENTS AND RIGHTS-OF-WAY OF RECORD. UTILITY CONTACT INFORMATION CABLE: COX COMMUNICATIONS JOSH BARGER 4901 S. 48th STREET SPRINGDALE, AR 72762 PHONE: (479) 841-2492 ELECTRIC: OZARKS ELECTRIC MIKE PHIPPS P.O. BOX 848 FAYETTEVILLE, AR 72702 PHONE: (479) 684-4696 GAS: ARKANSAS WESTERN GAS RANDY DRAKE 1083 SAIN RD. FAYETTEVILLE, AR 72703 PHONE: (479) 582-8604 TELEPHONE: SOUTHWESTERN BELL SUE CLOUSER 627 WHITE RD. SPRINGDALE, AR 72766 PHONE: (479) 442-3107 WATER/SEWER: FAYETTEVILLE WATER & SEWER 2435 S INDUSTRIAL DR FAYETTEVILLE, AR 72701 PHONE: (479) 575-8384 CITY CONTACT INFORMATION THE CONTRACTOR IS RESPONSIBLE TO CONTACT EACH DISCIPLINE BELOW AND REQUEST A CERTIFICATE OF OCCUPANCY INSPECTION AND APPROVAL AT LEAST A WEEK IN ADVANCE: BUILDING SAFETY ENGINEERING FIRE BACKFLOW PREVENTION METER OPERATIONS PLANNING SIDEWALK RECYCLING AND TRASH TREE & LANDSCAPE MATTHEW CABE JONATHAN ELY COREY GRANDERSON JOSH BOCCACCIO BRIAN SLOAT RODNEY COLSON RANDY BOLINGER JAYCE BRANSON ANDREW GARNER JONATHAN CURTH QUIN THOMPSON HARRY DAVIS CHUCK RUTHERFORD MAURY NELSON JOHN SCOTT MELISSA EVANS 575-8229 FRONT25ft MCABE@FAYETTEVILLE-AR.GOV 575-8206 SIDE JELY@FAYETTEVI LLE -AR. GOV 575-8206 SIDE CGRAN DERSON@FAYETTEVI LLE -AR. GOV 575-8206 REAR JBOCCACCIO@FAYETTEVILLE- AR. GOV 718-7636 REAR BSLOAT@FAYETTEVILLE-AR.GOV 575-8239 PROFES I RCOLSON@FAYETTEVILLE- AR. GOV 575-8382 IN R RBOLINGER@FAYETTEVILLE-AR.GOV 684-4723 * p No. 9810 �� JBRANSON @FAYETTEVILLE-AR.GOV 575-8267 H' 6P AGARN ER@FAYETTEVI LLE- AR. GOV 575-8267 JCU RTH@FAYETTEVI LLE -AR. GOV 575-8267 6 � QTHOMPSON@FAYETTEVILLE-AR.GOV 575-8267 '� BATES & r_a HDAVI S@FAYETTEVI LLE -AR. GOV 575-8291 ASSOCIATES, INC. �= CRUTHERFORD@FAYETTEVILLE-AR.GOV 575-8398 X1335 0 MNELSON@FAYETTEVILLE-AR.GOV 444-3470 JSCOTT@FAYETTEVILLE- AR. GOV 444-3486 9�kgNSNGvOO AS E M EVAN S@FAYETTEVI LLE -AR. GOV INDEX OF DRAWINGS 01 COVER 5HEET 02 5EWER PLAN + PROFILE 03 DETAIL 5 PLAT PAGE: 520 PROJECT SITE ADDRESS: 2016 W MAIN STREET FAYETTEVILLE, AR PARCEL NUMBER: 765-11945-000 ZONING CLASSIFICATION: RMF -24 HHOD PROPOSED USE: TOTAL SITE AREA: OWNER: ENGINEER/SURVEYOR: SEWER MAIN EXTENSION 0.63 ACRES± JOHN M & LESA S OTTEN 4190 E CANVAS ROAD FAYETTEVILLE, AR 72701 BATES & ASSOCIATES, INC. 7230 PLEASANT RIDGE DR FAYETTEVILLE, AR 72704 PHONE: (479) 442-9350 FAX: (479) 521-9350 EMAIL: GEOFF@BATESNWA.COM BASIS OF BEARING: FINAL PLAT OF SUNBRIDGE CENTER FILED IN BOOK 13 AT PAGE 60 NO PORTION OF THIS PROPERTY IS LOCATED IN ZONE "A" OR "AE", AS DETERMINED BY THE NATIONAL FLOOD INSURANCE PROGRAM FLOOD INSURANCE RATE MAP FOR WASHINGTON COUNTY, ARKANSAS. (FIRM PANEL #05143CO215F. DATED MAY 16, 2008) UVILUIIVV JLIUYi I,f\J `I\IVII -L-7l. FRONT25ft (BUILD -TO -ZONE) SIDE 05ft (SINGLE OR TWO FAMILY - SHOWN) SIDE 08ft (OTHER USES) REAR 05ft (SINGLE FAMILY - SHOWN) REAR 20ft (OTHER USES) NOTE: REFERENCE DOCUMENTS: COORDINATES SHOWN HEREON ARE INTERPOLATED FROM 1) PLAT OF WEST END ADDITION FIELD IN THE WASHINGTON COUNTY GIS MAP AND SHOULD NOT BE BOOK 5 AT PAGE 75 USED TO ESTABLISH OR RE-ESTABLISH THE LOCATION OF 2) WARRANTY DEED FILED IN BOOK 2017 AT ANY PROPERTY LINE OR PROPERTY CORNER. PAGE 31297 GENERAL SURVEY NOTE: THE UNDERGROUND UTILITIES SHOWN HAVE BEEN LOCATED FROM FIELD SURVEY INFORMATION AND EXISTING DRAWINGS THE SURVEYOR MAKES NO GUARANTEES THAT THE UNDERGROUND UTILITIES SHOWN ARE IN THE EXACT LOCATION INDICATED, ALTHOUGH THE SURVEYOR DOES CERTIFY THAT THEY ARE LOCATED AS ACCURATELY AS POSSIBLE FROM INFORMATION AVAILABLE. THE SURVEYOR HAS NOT PHYSICALLY LOCATED THE UNDERGROUND UTILITIES. STANDARD NOTES: 1. THE REVIEW BY THE ENGINEERING DIVISION WAS FOR GENERAL COMPLIANCE AND DOES NOT WARRANT YOUR DESIGN AND DOES NOT RELIEVE THE OWNER FROM ANY ITEMS DISCOVERED DURING CONSTRUCTION OR FURTHER REVIEW, WHICH ARE DEEMED NECESSARY TO COMPLY WITH CITY ORDINANCES AND CRITERIA. THE APPROVAL OF THE ENGINEERING ITEMS ON THE PLANS FOR WATER SEWER, DRAINAGE, AND GRADING IS NOT A GUARANTEE OF APPROVAL OF THIS PROJECT BY OTHER CITY DIVISIONS. 2.ANY DAMAGE TO THE EXISTING PUBLIC STREET OR OTHER PUBLIC INFRASTRUCTURE DUE TO CONSTRUCTION SHALL BE REPAIRED/REPLACED AT THE OWNER/DEVELOPERS EXPENSE. 3.ALL MATERIAL DELIVERIES, CONSTRUCTION STAGING, AND WORKER PARKING MUST OCCUR ON YOUR SITE AND OUTSIDE THE PUBLIC STREETS DURING ALL PHASES OF THE PROJECT. 4.ALL PUBLIC SIDEWALKS AND RAMPS MUST MEET ADA GUIDELINES. ANY EXISTING SIDEWALKS THAT DO NOT CONFORM TO ADA GUIDELINES MUST BE REMOVED AND REPLACED TO CORRECT THE ISSUE. COORDINATE WITH THE ENGINEERING DEPARTMENT FOR INSPECTION OF EXISTING SIDEWALKS TO DETERMINE ADA COMPLIANCE. 5.PRIOR TO ANY CLEARING TO INSTALL EROSION CONTROL STRUCTURES, TREE PRESERVATION FENCING MUST BE INSTALLED BY THE CONTRACTOR AND INSPECTED BY THE URBAN FORESTER (444-3469) 6.WATER AND SEWER IMPACT FEES WILL APPLY FOR THE ADDITIONAL IMPACT TO THE SYSTEM. THE FEES WILL BE BASED ON THE PROPOSED METER SIZE AND WILL BE CHARGED AT THE TIME OF METER SET. 7.THE ENGINEER OF RECORD SHALL PROVIDE "FULL TIME" INSPECTION FOR UTILITIES AND "PART TIME" INSPECTION FOR THE STORM DRAINAGE AND ROADWAY CONSTRUCTION FOR THIS PROJECT. THE ENGINEER OF RECORD SHALL ALSO REVIEW AND APPROVE MATERIAL SUBMITTALS (APPROVED SUBMITTALS SHALL BE SUBMITTED TO THE CITY FOR CONCURRENCE BEFORE PRECONSTRUCTION MEETING AND BEFORE MATERIAL IS ORDERED) - DAILY INSPECTION REPORTS SHOULD BE SUBMITTED WEEKLY TO THE CITY OF FAYETTEVILLE'S PUBLIC WORKS INSPECTOR (PWI). &ALL MATERIALS AND CONSTRUCTION SHALL COMPLY WITH THE CITY OF FAYETTEVILLE'S REQUIREMENTS. IN THE CASE OF CONFLICTS, THE CITY'S CRITERIA SHALL GOVERN. 9.THE PUBLIC WORKS INSPECTOR SHALL BE NOTIFIED NO LESS THAN 48 HOURS PRIOR TO THE INSTALLATION OF PUBLIC UTILITIES, INFRASTRUCTURE, ROADWAY, ETC. TESTING SHALL BE COORDINATED WITH THE PWI BY THE ENGINEER OF RECORD. 10. CONTACT CHUCK RUTHERFORD (ADA ADMINISTRATOR 575-8291) AND REQUEST AN INSPECTION PRIOR TO: a.POURING ANY SIDEWALK, TRAIL, OR DRIVEWAY IN THE RIGHT-OF-WAY OR PUBLIC EASEMENTS. b.PLACING ANY PAVEMENT FOR ADA ACCESSIBLE PARKING/LOADING AREAS. c.POURING ANY SIDEWALK THAT IS A CONNECTION FROM ADA ACCESSIBLE PARKING AREAS TO THE STRUCTURE. 11. CONTRACTOR SHALL BE CONFINED TO THE LIMITS OF CONSTRUCTION SHOWN ON THIS GRADING PERMIT APPLICATION. ADJACENT PROPERTY SHALL NOT BE USED WITHOUT MODIFYING THE GRADING AND EROSION CONTROL PLAN THROUGH THE ENGINEER OF RECORD AND OBTAINING WRITTEN APPROVAL FROM THE CITY ENGINEERING DIVISION. 12. CONTRACTOR SHALL BE RESPONSIBLE TO NOTIFY EACH HOME OWNER IN ADVANCE (MINIMUM OF 24 HOURS, AFTER INITIAL CONTACT OF 48 HOURS) OF PERFORMING WORK THAT AFFECTS ACCESS (ROADWAY AND DRIVEWAY) AND THAT AFFECTS UTILITY SERVICES (SPECIFICALLY WATER AND SEWER) BUT NOT LIMITED TO PUBLIC UTILITIES. 0 z w 0 w w z STATE OF ARKANSAS V w REGISTERED m PROFES I IN R X w * p No. 9810 �� U) r wEY H' 6P Ag U) 06 6 � 0 n1l C-) '� BATES & r_a ASSOCIATES, INC. �= c } X1335 0 � m 3 9�kgNSNGvOO AS E L Q ,,,,,,,,,, o v o z O V w V) Q X Q z ~ LLL o N o rn o 0 Uj U Of W W >O W Uj V) Z U V) 0 o 0 0 U z 1�j_. O O O O (l7 LJ W L CD v w z J ~ w w ~ co m cn m m o 0 W W C/-)cn cn cn N of C2 z O V W V) Q X Q z LLL 0 Uj U Of W W >O W Uj V) Z U V) 0 W W U z 1�j_. Q DRAW 01 N U C) o W� x c � � N iM�m �m �Q io U i CD CD a �j) �w a ai m z � (7)m D X LEGEND PROPOSED EXISTING DESCRIPTION E -------------- ASPHALT (EDGE) w REGISTERED j � w -25�B ASPHALT (SURFACE) 0 Z�JIIIIII���' BUILDING 0.63 ACRES +/- w O BUILDING SETBACK LINE 0 0 BOLLARD ucry ucry CABLE TV (UNDERGROUND) ca OH TV CABLE TV (OVERHEAD) — (ABANDONED) CENTERLINE *= o I p CONCRETE SURFACE == =======~= t ______________ CONDUIT 1255 1255— CONTOURS 'n = CURB & GUTTER o 0 O fl�� J cwn UGE UGE ELECTRICAL (UNDERGROUND) OHE OHE ELECTRICAL (OVERHEAD) ACE <r ,� + ELECT. TRANSFORMER o — — EASEMENT w O X X X FENCE (WIRE/WOOD/CHAIN) <rACHM FO FIBER OPTIC CABLE I 1 w FIRE HYDRANT ASSEMBLY > • • • FLOWLINE FM - FM FORCE MAIN GAS GAS GAS MAIN GAS METER EX. CONCRETE U GRAVEL SURFACE (EDGE) Z + _- PROPOSED GRAVEL SURFACE • O IRON PIN (5/8" RE -BAR) z LIGHT ❑ 13 MONUMENT (CONCRETE) POND POWER POLE — — — — PROPERTY LINE (EXTERNAL) RETAINING WALL — — — — — — — RIGHT-OF-WAY C� 0"ss a"ss SANITARY SEWER PIPE o 9 SANITARY SEWER MANHOLE ssv ssv SSV SANITARY SEWER SERVICE SECTION LINE a .,.. ..._a _ °tea=ems SIDEWALK 4 SIGN SILT FENCE SPOT ELEVATION _______ STORM SEWER PIPE ❑� -fin, STORM SEWER INLET STORM SEWER BALES OT OT TELEPHONE PED/MANHOLE UGT UGT TELEPHONE (UNDERGROUND) w OHT TELEPHONE (OVERHEAD) `.;, TREE LINE CANOPY TREE/TREE TO BE REMOVED — UTILITY EASEMENT I' 0"w 12°W WATER MAIN PIPE ►1 WATER VALVE 0 O WATER METER ► D WATER THRUST BLOCK ► I D WATER MAIN REDUCER 0 S WATER MAIN BLOWOFF VALVE ADJACENT PROPERTY OWNERS: 1) FARRIS, FELICIA 2215 HASKELL HEIGHTS FAYETTEVILLE, AR 72701 PARCEL #765-11945-100 ZONED: RMF-24/HHOD 2) DAVIS, GINGER & MICHAEL TRUST 156 IRELAND STREET SPRINGDALE, AR 72762 PARCEL #765-11944-000 ZONED: RMF-24/HHOD 3) RPH LLC 20 E SPRING ST STE 201 FAYETTEVILLE, AR 72701 PARCEL #765-11969-000 ZONED: RMF-24/HHOD 4) BROWN, TOM PO BOX 2827 FAYETTEVILLE, AR 72702 PARCEL #765-11968-000 ZONED: RMF-24/HHOD 5) KENT, JOHN L JR & TINA M 2573 N FOX TRAIL FAYETTEVILLE, AR 72703-2962 PARCEL #765-11965-000 ZONED: RMF-24/HHOD 6) MEADOW BROOK APARTMENTS, A LIMITED PARTNERSHIP 1165 E JOYCE BLVD FAYETTEVILLE, AR 72703-5183 PARCEL #765-14590-000 ZONED: RMF-24/HHOD STREETS: 1. THE CONTRACTOR SHALL PROVIDE ADVANCE SIGNAGE PLAN PER MUTCD FOR LANE CLOSURE FOR ENGINEERING REVIEW PRIOR TO SUBMITTING PERMIT APPLICATION. CONTACT MELISSA ELMORE -575-8280 FOR PERMIT (1 WEEK NOTICE). 2. THE CONTRACTOR SHALL PROVIDE ADVANCED SIGNAGE PLAN FOR DETOURS PER (MUTCD) REQUIRED FOR ANY REQUESTED STREET CLOSURE FOR ENGINEERING REVIEW PRIOR TO SUBMITTING PERMIT APPLICATION. 2.1. CITY REQUIRES SPECIAL PERMIT -( 2 WEEK PROCESS)- CONTACT MELISSA ELMORE -575-8280 2.2. U OF A APPROVAL FOR BUS ROUTE IMPACT 2.3. ATHD PERMIT REQUIRED WHEN WORKING ON STATE ROUTE OR ADJACENT SIDE ROAD WORK WITH ADVANCED WARNING SIGNS. 3. THE ENGINEER OF RECORD SHALL PERFORM "PART TIME" INSPECTION FOR THE DRAINAGE INSTALLATION AND STREET CONSTRUCTION. THE PUBLIC WORKS INSPECTOR MUST BE PRESENT FOR TESTING. CONTRACTOR IS RESPONSIBLE FOR SCHEDULING TESTING. 4. PROVIDE A SMOOTH LINE BY FULL DEPTH SAW CUT FOR STREET WIDENING (TYP) 5. MINIMUM DENSITY FOR ASPHALT SHALL BE 92% OF MAXIMUM THEORETICAL DENSITY. 6. SCHEDULE A SITE VISIT WITH CHUCK RUTHERFORD 575-8291 TO ESTABLISH THE CONDITION OF THE EXISTING CURB. ALL EXISTING CURB CUTS WILL BE REMOVED AND REPLACED WITH STANDARD CURB, ANY CURB TO REMAIN THAT IS CURRENTLY DAMAGED OR CRACKED SHALL BE REMOVED AND REPLACED WITH STANDARD CURB, AND CURB DAMAGED DURING CONSTRUCTION SHALL BE REMOVED AND REPLACED. 7. THE STORM SEWER DROP INLET AND JUNCTION BOX LIDS SHALL HAVE AN APPROVED ENVIRONMENTAL STATEMENT ON THEM. 8. STEPS ARE REQUIRED IN STORM DRAIN MANHOLES THAT ARE AT 4 FT OF DEPTH AND GREATER. CENTERLINE OF MANHOLE LID SHALL BE 2 FT FROM THE WALL WHERE STEPS ARE LOCATED. STEPS SHALL BE COPOLYMER POLYPROPYLENE PLASTIC WITH STEEL CORE. 9. SUBGRADE (HILLSIDE) SHALL BE COMPACTED TO 95% OF STANDARD PROCTOR. PROCTOR CURVE DATA SHALL BE SUPPLIED TO THE CITY ON ALL MATERIAL BY THE ENGINEER OF RECORD. WITHOUT THE COPY OF THE SITE SPECIFIC PROCTOR CURVE, MOISTURE CONTENT MUST BE WITHIN 2% OF OPTIMUM WHEN TESTED. 10. BASE COURSE (CLASS 7 AGGREGATE BASE) 10.1. SHALL BE COMPACTED TO 95% OF MODIFIED PROCTOR ON LOCAL AND RESIDENTIAL STREETS. 10.2. SHALL BE COMPACTED TO 100% OF MODIFIED PROCTOR ON COLLECTOR, MINOR OR PRINCIPAL ARTERIAL STREETS. 11. CURBS MUST BE CAULKED BEFORE BACKFILLED AND STREET PAVED. ACCEPTABLE SUPPLIERS ARE: OMNI SEAL 50, PERCORA 864 AND 865, DOW CORNING 888, OR PRE -APPROVED EQUAL. SEWER: 1. IT IS THE NEW POLICY OF THE CITY OF FAYETTEVILLE WATER & SEWER DIVISION THAT STREET REPAIRS DUE TO WATER/SEWER TAPS WILL BE MADE BY THE CONTRACTOR. THE REPAIR SHALL BE IN ACCORDANCE WITH THE CITY'S STANDARD T -PATCH DETAIL AND SHALL OCCUR WITHIN 14 CALENDAR DAYS OF THE COMPLETION OF THE WATER/SEWER TAP. 1.1. WATER/SEWER CONNECTION FEES AS PUBLISHED WILL NOT CHANGE, HOWEVER, THE CITY WILL NOT CHARGE FOR A "STREET REPAIR" UNDER THIS NEW POLICY. 2. 2017 STANDARD SANITARY SEWER SPECIFICATIONS & DETAILS APPLY. (DOCUMENT AVAILABLE AT WWW.ACCESSFAYETTEVILLE.ORG/GOVERNMENT/ENGINEERING) 3. SERVICE TAPS ON EXISTING MAINS OR MANHOLES SHALL BE MADE BY THE CITY, AND FEES PAID BY THE OWNER. 4. IF EXISTING SEWER LINE IS CLAY, THAT SECTION OF PIPE MUST BE REPLACED WITH PLASTIC PRIOR TO INSTALLING PROPOSED MANHOLE. 5. SEPARATE PLUMBING PERMIT WILL BE REQUIRED FOR THE INSPECTION OF SEWER SERVICE LINES UNDER PLUMBING CODE. NORTH EX. SERVICE LINE IN(N)=1350.32 IN(N)=1348.92 n3 EX. 4" SEWER REPAIR (SEE DETAIL ST -8) SERVICE LINE EX. UNDERGROUND OCABLE/TELEPHONE LINE EX. MANHOLE --\, PROPOSED 8" SDR -26 0 20 40 -_ _ _ _ GRAPHIC SCALE IN FEET EX GAS LINE– – _ _ — — MIN – – – CIL SEPARATION- N 88°26'5 – 0 O N 88027'0 "Ell, 75.07' - ss ss ss 8 SS EX. WATER SERVICE LINE 1350- -.-_ � o __- ♦ 6' SEWER LINE 6.46'- 6 61 Ln EX. 2 WATER LINE- (APPROX. LOC.) �\� _ \� _ —' J _--V) ---- _ X. 2T. -W ER LIN---- _ M s P' EX. (2) GA METE _ - — - - - — - �ggd6,L-0�') (ABAf DONED � 60 I I EX. WATER l a I gl METER EX. 4" SEWER SE�VICE LINE TO O I� BE DISCOS NECTEII AND SEALED a I. TOTAL ACREAGE o N NC0 w w E E w w REGISTERED j � w -25�B 0 0 EX. 4" SEWER REPAIR (SEE DETAIL ST -8) SERVICE LINE EX. UNDERGROUND OCABLE/TELEPHONE LINE EX. MANHOLE --\, PROPOSED 8" SDR -26 0 20 40 -_ _ _ _ GRAPHIC SCALE IN FEET EX GAS LINE– – _ _ — — MIN – – – CIL SEPARATION- N 88°26'5 – 0 O N 88027'0 "Ell, 75.07' - ss ss ss 8 SS EX. WATER SERVICE LINE 1350- -.-_ � o __- ♦ 6' SEWER LINE 6.46'- 6 61 Ln EX. 2 WATER LINE- (APPROX. LOC.) �\� _ \� _ —' J _--V) ---- _ X. 2T. -W ER LIN---- _ M s P' EX. (2) GA METE _ - — - - - — - �ggd6,L-0�') (ABAf DONED � 60 I I EX. WATER l a I gl METER EX. 4" SEWER SE�VICE LINE TO O I� BE DISCOS NECTEII AND SEALED a I. TOTAL ACREAGE o N NC0 AT MANALE (SEE DETAI�14) Q U I p I w w REGISTERED j � w -25�B Cn � I L�j L > 0.63 ACRES +/- w O I L-' z "On' pF q��-,, I w EX. GAS METER BATES & ca - ASSOCIATES, INC. �_ as c a(- X1335 0 (ABANDONED) 9 �LCL o I p U I o o I O 'n PROPOSED cnN 3" o 0 O fl�� J cwn O J m Iw 1360 ` O � SUR L ACE <r ,� + 0; o � + o 1360 I L w O . <rACHM > I 1 w V) M cl� ~ z O p4 CO N 00 LiJ EX. CONCRETE U w Z + z PROPOSED 6" w � < w � _ < o 00 z o `2 z zo CONCRETE 3000 PSI N + II II - LLJ Ln =or2 z <�>> C� o 1355 ,X � z z Q > 1355 O w `.;, I' 1350 I:. °' :BACKF�f L• % J I 1350 U Of n 0 J Q m Of 3:: 1345 0= O = 1345 w w z 0^ z z ~ _ -i N 0 LO f::)J D O w w + cn iw m m o 0 O O O O O O 000 =„ w w 11 w II w> II a-> V) cn Q 0� <0[y <0 1340 --0 cn a_ U) ccn a_ cwn c~n I a_ M 1340 -0+20 0+00 0+20 0+40 0+60 0+80 1+00 1+20 EX. 4" SEWER REPAIR (SEE DETAIL ST -8) SERVICE LINE EX. UNDERGROUND OCABLE/TELEPHONE LINE EX. MANHOLE --\, PROPOSED 8" SDR -26 0 20 40 -_ _ _ _ GRAPHIC SCALE IN FEET EX GAS LINE– – _ _ — — MIN – – – CIL SEPARATION- N 88°26'5 – 0 O N 88027'0 "Ell, 75.07' - ss ss ss 8 SS EX. WATER SERVICE LINE 1350- -.-_ � o __- ♦ 6' SEWER LINE 6.46'- 6 61 Ln EX. 2 WATER LINE- (APPROX. LOC.) �\� _ \� _ —' J _--V) ---- _ X. 2T. -W ER LIN---- _ M s P' EX. (2) GA METE _ - — - - - — - �ggd6,L-0�') (ABAf DONED � 60 I I EX. WATER l a I gl METER EX. 4" SEWER SE�VICE LINE TO O I� BE DISCOS NECTEII AND SEALED a I. TOTAL ACREAGE o N NC0 AT MANALE (SEE DETAI�14) Q �J I p I 21B.T.z. PARCEL #765-11945-000 REGISTERED j � w -25�B Cn � I L�j L 0.63 ACRES +/- Q I L-' z "On' pF q��-,, I w EX. GAS METER BATES & ca - ASSOCIATES, INC. �_ as c a(- X1335 0 (ABANDONED) 9 �LCL o I p U I o o I O o 0 Iw >< as U Q o1 I L � W 6 > I 1 w V) M cl� ~ z w N 00 0 LiJ EX. CONCRETE U w I z cry PAD W z„ z ___`H w •. EX. CONCRETE RETAINING WALL a � II p 11 II pp 11 > 5 & z z EX. EDGE OF ASPH-AL-T SEX. WATER VALVE D MA I1 E'STREET (LbCAL) f DTH�VA TF_,&, o 50' °SER Nf S.,� Py'-�S p po EX.\ASPHALT I EX. CONCRE-TE O, o 0 - - - --6-6.46- - - - - E--C9NCRETE- DR AIN `O `/ --- – – f EXG-4T&T-LZ�355 o I� a E� O a K. MANHOLE PROPOSED 4" SEWER SERVICE LINE (TYP) wI 00 . a N :"' M p 00 M M 0 I 25' B.T.Z. EX. STAIRS N00 �n M M 00 M M 0 O r" 0 1 CA z P kn EX. 24" WATER MAIN (APPROX. LOC.) EX. FIRE HYDRANT A (APPROX. LOC.) � O 00 �EX. 6" WATER LINE o p (APPROX. LOC.) Q EX. 08" WATEA0E (APPRQX. 10C.)� p 4 Nz, EX. 2" WATER LINE (APPROX. LOC.) EX. 8" WATER LINE (APPROX. LOC.) EX. 24" WATER MAIN (APPROX. LOC.) OX� �IGI �un O W 7- m m m v 4 1 800-482-ag�0 0 z w 0 ry r w m c� Li Li z z Ll 0 0 m z Q 0 ST A T E OF o N NC0 ARK NA SAS n CF) O 0 �J REGISTERED PROFES ll � R 0 No. 981020 Q FREY H 6P z "On' pF q��-,, W BATES & ca - ASSOCIATES, INC. �_ as c a(- X1335 0 N 9 �LCL U w < 0 o N NC0 � ":I- O 0 n CF) O 0 � -OD 'C u� z L� � I Q z LL W Q O U Q � W cl— > V) cf) cl� ~ z w u� 0 LiJ W U w Q z cry LL W z LLJ C� O w z % J U Of J Q LLJ Of 3:: w w ~ _ a- cn m m o 0 =„ w w V) cn cn --0 www N Of Of z 0 u� z L� � I Q z LL W Q LLJ U Q � W cl— W LiJ cf) cl� ~ z w u� 0 LiJ W U w Q z cry LL Q 0 M Ncq y IVm 0 Qnr-- IR, v� CD CD N ti a� � a CDai a� C a •5 LU 0o y IL J) ■� N M LL S 00 DU +RAWING NO 02 General Construction Solutions, Inc. 1951 Electric Ave. Springdale, AR 72764 Phone: 479-751-8868 Fax: 479-751-7650 Contractor License #: 0214550518 Bid Proposal Job Name: Submit To: Jim Rapert Site Location: Main St. Sewer Ext. Bailey Park Properties, LLC 2018 W. Main 2308 N Fox Trl. Fayetteville, AR Fayetteville, AR 72703 Scone Of Work: GCS will provide Equipment, Material, and Labor to: Install Approx. 851f of 8" SDR -26 PVC Sewer Pipe, One Manhole Complete, 3 20' Sewer Services Complete, Plug an Existing Sewer Service @ Manhole, Repair Street and General Clean up. Price includes all Road signs and detour routes while work is being performed. ......................................................................Contract Price: S 31,000.00 Exclusions: Slaking Materials Testing Unforeseen Conditions such as: Unsuitable Soils, Underground Utilities. Bonds Payment Terms: All materials, equipment and labor are guaranteed to be as specified, and the above work will be performed in accordance with the specifications provided to GCS. All work will be completed in a professional workman like manner. Payment for performed duties will be due and payable Net 15. Signature: Date: Z ustomer Signature: I/ Date: : ene racoon Solutions, Inc. . Wes Taylor e 479-530-3577 E-mail: wtavlot a enwa.com President, General Construction Solutions, Inc. Steve Miller Cell: 479-957-8807 E-mail: smillernaas&nwa.com General Manager, General Construction Solutions, Inc. Total Site Development LLC Total Site (iDmIop-ot P.O. Box 199 Goshen, AR 72735 Name / Address Jack Ottcn Quote Date Quote # 2/27/2019 TSD -1025 Phone # 479-530-9687 Signature TO: MAINE STREET SEWER - FAYETTEVILLE, AR JACK OTTEN PHONE: 479-409-8203 EMAIL: JOTTEN@WCIGLOBAL.COM DRAW 2 REQUEST. $12,064.00 EXHIBIT B FROM: BLAZING HOGS CONSTRUCTION LLC CODY KENNAN PHONE: 479-531-7226 EMAIL: BLAZINGHOGSCONSTRUCTION@COX.NET MAINE STREET SEWER FAYETTEVILLE, AR :......................... Draw 1 % : Draw 2 to date Pymts Due Total Contract 1. EX MAN HOLE CORE AND PATCH 2,000.00; 100%: 0.00: 100% 2,000.00 2,000.00 2. 8" DR 26 8,064.001 100%: 0.00 100% 8,064.00 8,064.00 3. 5' MANHOLE 3,500.001 100%: 0.00 100% 3,500.00 3,500.00 4. DISCONNECT AND SEAL EXISTING SERVICE LINE 2,000.00: 100W 0.00: 100% 2,000.00 2,000.00 5. SERVICES 6,750.001 100W 0.00: 100% 6,750.00 6,750.00 6. T -PATCH APPROX 100 FT X 4 FT 8,250.00: 100%: 0.00: 100% 8,250.00 8,250.00 7. TESTING 0.001 0%: 1,500.00: 100% 100% 1,500.00 1,500.00 TOTAL 30,564.00 1,500.00: 32,064.00 32,064.00 ..................................: Payments Made on 6/25/19 -------- 20,000.00 ........................................... 12, 064.00 :.........................................: Service Lines Removed: $23,314.00 kEN Bates r�kl Associates.inc. me JO - Civil Engineering • Land Surveying • Landscape Architecture 7230 S. Pleasant Ridge Dr. / Fayetteville, AR 72703 PH: 479-442-9350 / FAX: 479-521-9350 September 27, 2018 Jack Otten 2016 W. Maine Street Fayetteville, AR RE: Civil Proposal for sewer main extension Dear. Mr. Otten, We appreciate the opportunity to provide you with engineering and surveying services for the proposed sewer main extension on Maine Street in Fayetteville Arkansas. It is my understanding that we are to provide you with construction plans for a sewer main extension. We propose to provide the following services: 1. Construction Plans • Prepare grading application forms Prepare topographic survey in construction area Prepare site & utility plan o Show all existing utilities o Show proposed utility locations o Show water & sewer service line locations o Add state plane coordinates to two fire hydrants o Show setback and utility easements o Show existing and proposed buildings • Prepare Plan and Profile Sheets. • Prepare Detail Sheets. • City Engineering Review o Make revisions to the plans per city comments • Submit to Arkansas Department of Health o Make revisions to the plans per comments 2. Construction Prepare letter to City engineering for performance bonds Set up and attend pre -construction meeting Construction observation for public improvements o Full time for water and sewer I Close out items before for Final acceptance by City • Preliminary walk-through and prepare punch list for city • Final walk-through with City • As -built plans of public improvements • As -built survey of public improvements • Prepare letter to City engineering with unit price construction cost for public improvements to get number for 2 year maintenance bond. • Certifications o Engineering certification of public improvements o Surveying certification of compliance Professional Fee proposal: We proposed to provide the above information for: $ 500 Topographic strip survey $2,500 Construction plans (item 1) $1,500 Inspection and closeout (item 2-3) $4,500 The proposal does not include the following items: • City or state review fee's • Construction Staking (to be provided by Bates & Associates once site is designed and staking estimate will be provided to the owner). Should you have any questions or require any additional information, please feel free to contact us at your convenience. If this Proposal is satisfactory to you, please sign below for our authorization to begin working. Sincerely, Bates & Associates, Inc Geoffrey H. Bates, P.E. President of Engineering Owner Signature Address for invoicing By signing above, I agree to pay Bates & Associates, Inc. the fee as stated above within 30 days of receiving invoice. This Agreement consisting of the proposed services stated above, constitutes the entire agreement between Owner and Engineer and supersedes all prior written or oral understandings. This Agreement may only be amended, supplemented, modified, or canceled by a duly executed written instrument. SerV CeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 Insured: City of Fayetteville Property: 2758 E. Hyland Park Rd Fayetteville, AR 72701 Claim Rep.: Weston Bryant Estimator: Weston Bryant Claim Number: Date Contacted: 7/18/2019 9:47 AM Date of Loss: 7/18/2019 Date Inspected: 7/18/2019 11:00 AM Policy Number: Price List: ARFA8X_JUL19 Restoration/Service/Remodel Estimate: CITY OF FAY 2758 HYL Home: (479) 601-5506 Business: (479) 530-6081 E-mail: weston.bryant@servicemasterqr. corn Business: (479) 530-6081 E-mail: weston. bryant@servicemasterqr.com Type of Loss: Sewage Date Received: 7/18/2019 9:47 AM Date Entered: 7/31/2019 9:36 AM Thank you for allowing ServiceMaster by Quality Restoration to meet your mitigation needs. Tax ID: 20-1283784 PSP Code: 215592 SerV CeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 i 1 Door �.4„ Z'S"y T2'3" B3 clst (1) h I j6'7" 1 r-" 9" � Door DESCRIPTION CITY_OF_FAY_2758_HYL Main Level Bedroom 3 Height: 8' 356.67 SF Walls 146.00 SF Ceiling 502.67 SF Walls & Ceiling 146.00 SF Floor 16.22 SY Flooring 43.83 LF Floor Perimeter 48.33 LF Ceil. Perimeter 2' 6" X 6' 8" Opens into HALLWAY Subroom: B3 clst (1) Height: 8' 142.27 SF Walls 20.77 SF Ceiling 163.03 SF Walls & Ceiling 20.77 SF Floor 2.31 SY Flooring 17.45 LF Floor Perimeter 19.45 LF Ceil. Perimeter 2' X 6' 8" Opens into BEDROOM -3 QTY REMOVE REPLACE TAX TOTAL 40. Apply anti -microbial agent to the 166.77 SF 0.00 0.18 2.93 32.95 floor 41. Tear out trim and bag for disposal - 61.28 LF 0.68 0.00 4.06 45.73 up to Cat 3 42. Tear out wet non -salvageable 93.00 SF 0.60 0.00 5.44 61.24 carpet, cutibag - Cat 3 water 43. Tear out wet carpet pad, cut/bag - 93.00 SF 0.57 0.00 5.17 58.18 Category 3 water 44. Tear out trim 14.00 LF 0.35 0.00 0.48 5.38 casing 45. Clean floor -Heavy 93.00 SF 0.00 0.45 4.08 45.93 46. Air mover (per 24 hour period) - 15.00 EA 0.00 26.01 38.04 428.19 No monitoring 5 air movers, 3 days 54. Water extraction from carpeted 93.00 SF 0.00 1.09 9.88 111.25 floor - Category 3 water Totals: Bedroom 3 70.08 788.85 CITY_OF_FAY_2758_HYL 8/9/2019 Page:2 SerV CeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 ~-12'9"Bedroom 2 r -n Bedroom 2 r j 5'2" �2' ' 4' 9 w Nr (2) X5'4^H�way -4"1IV � Door Door DESCRIPTION Height: 8' 340.67 SF Walls 149.00 SF Ceiling 489.67 SF Walls & Ceiling 149.00 SF Floor 16.56 SY Flooring 41.33 LF Floor Perimeter 48.83 LF Ceil. Perimeter 21611 X 618" Opens into HALLWAY Subroom: B2 clst (1) Height: 8' 149.33 SF Walls 168.17 SF Walls & Ceiling 2.09 SY Flooring 22.83 LF Ceil. Perimeter 5'X6'8" QTY REMOVE 18.83 SF Ceiling 18.83 SF Floor 17.83 LF Floor Perimeter Opens into BEDROOM -2 REPLACE TAX TOTAL 47. Apply anti -microbial agent to the 80.00 SF 0.00 0.18 1.40 15.80 surface area 48. Tear out wet non -salvageable 80.00 SF 0.60 0.00 4.68 52.68 carpet, cutibag - Cat 3 water 49. Tear out wet carpet pad, cut/bag - 80.00 SF 0.57 0.00 4.45 50.05 Category 3 water 50. Tear out trim and bag for disposal - 59.17 LF 0.68 0.00 3.92 44.16 up to Cat 3 51. Tear out trim 14.00 LF 0.35 0.00 0.48 5.38 casing 52. Clean floor -Heavy 80.00 SF 0.00 0.45 3.51 39.51 53. Water extraction from carpeted 80.00 SF 0.00 1.09 8.50 95.70 floor - Category 3 water 55. Air mover (per 24 hour period) - 15.00 EA 0.00 26.01 38.04 428.19 No monitoring 5 air movers, 3 days Totals: Bedroom 2 64.98 731.47 CITY_OF_FAY_2758_HYL 8/9/2019 Page:3 SerV CeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 jBedroom' Master Bedroom 502.00 SF Walls '777.40 SF Walls & Ceiling 30.60 SY Flooring 68.17 LF Ceil. Perimeter Door 2' X 618" Door 2' X 6' 8" Door 2' 6" X 6' 8" DESCRIPTION QTY REMOVE Height: 8' 275.40 SF Ceiling 275.40 SF Floor 61.67 LF Floor Perimeter Opens into MASTER BATH Opens into MASTER CLOSE Opens into HALLWAY REPLACE TAX TOTAL 1. Apply anti -microbial agent to the 75.00 SF 0.00 0.18 1.32 14.82 surface area 3. Water extraction from carpeted floor 75.00 SF 0.00 1.09 7.97 89.72 - Category 3 water 4. Tear out wet non -salvageable 75.00 SF 0.60 0.00 4.39 49.39 carpet, cut/bag - Cat 3 water 5. Tear out wet carpet pad, cutibag - 75.00 SF 0.57 0.00 4.17 46.92 Category 3 water 6. Tear out trim and bag for disposal - 33.00 LF 0.68 0.00 2.19 24.63 up to Cat 3 7. Tear out trim 60.00 LF 0.35 0.00 2.05 23.05 door casing 8. Air mover (per 24 hour period) - No 6.00 EA 0.00 26.01 15.22 171.28 monitoring 2 air movers, 3 days 9. Dehumidifier (per 24 hour period) - 4.00 EA 0.00 77.46 30.21 340.05 Large - No monitoring 1 dehu, 4 days 28. Clean floor -Heavy 75.00 SF 0.00 0.45 3.29 37.04 Totals: Master Bedroom 70.81 796.90 CITY_OF_FAY_2758_HYL 8/9/2019 Page:4 SerV CeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 u 6" 5'2"--0 „ 4' ya4' (2) 81-5'4�_��4' 11"3" - tk&) is T6" 1"S"9'a�2'91. 1'4 8' 5 va ty B2) Master closet Door Missing Wall Door Door Door z� T T uelstT b, N N tV 1 1 5" Door Door DESCRIPTION Hallway 248.00 SF Walls 308.69 SF Walls & Ceiling 6.74 SY Flooring 41.83 LF Ceil. Perimeter 2'X6'8" 3'2"X8' 2'6"X6'8" 2'6"X6'8" 2'6"X6'8" Subroom: hall clst 2 (2) 58.00 SF Walls 62.50 SF Walls & Ceiling 0.50 SY Flooring 8.50 LF Ceil. Perimeter 1'6"X6'8" Subroom: hall clst (1) 30. Water extraction from hard surface floor - Cat 3 water 31. Tear out trim and bag for disposal - up to Cat 3 32. Tear out trim door casing 33. Tear out non-salv wood floor & bag - Category 3 water 34. Add for glued down application over concrete substrate 36. Clean floor -Heavy CITY_OF_FAY_275 8_HYL 53.73 SF Walls 56.98 SF Walls & Ceiling 0.36 SY Flooring 8.38 LF Ceil. Perimeter 2'X6'8" QTY REMOVE Height: 8' 60.69 SF Ceiling 60.69 SF Floor 28.83 LF Floor Perimeter Opens into HALL -BATH Opens into LIVING ROOM Opens into BEDROOM -2 Opens into BEDROOM -3 Opens into MASTER BEDRO Height: 8' 4.50 SF Ceiling 4.50 SF Floor 7.00 LF Floor Perimeter Opens into HALLWAY Height: 8' 3.25 SF Ceiling 3.25 SF Floor 6.38 LF Floor Perimeter Opens into HALLWAY REPLACE TAX TOTAL 68.44 SF 0.00 0.66 4.40 49.57 42.22 LF 0.68 0.00 2.80 31.51 84.00 LF 0.35 0.00 2.87 32.27 68.44 SF 3.61 0.00 24.09 271.16 68.44 SF 1.05 0.00 7.01 78.87 68.44 SF 0.00 0.45 3.00 33.80 8/9/2019 Page:5 SerV CeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 CONTINUED - Hallway DESCRIPTION QTY REMOVE REPLACE TAX TOTAL 37. Air mover (per 24 hour period) - 16.00 EA 0.00 26.01 40.58 456.74 No monitoring 4 air movers, 4 days Totals: Hallway 84.75 953.92 Hallway � 8,19.11_ Master closet Height: 8' Fhall 230.67 SF Walls 57.51 SF Ceiling Master closet 288.18 SF Walls & Ceiling 57.51 SF Floor 6.39 SY Flooring 28.50 LF Floor Perimeter m a " 5 n (1) Tubi (B2) 'R+b Q 30.50 LF Ceil. Perimeter i e Door 2' X 6' 8" Opens into MASTER BEDRO DESCRIPTION QTY REMOVE REPLACE TAX TOTAL 10. Apply anti -microbial agent to the 57.51 SF 0.00 0.18 1.01 11.36 floor 11. Water extraction from carpeted 57.51 SF 0.00 1.09 6.11 68.80 floor - Category 3 water 12. Tear out wet non -salvageable 57.51 SF 0.42 0.00 2.35 26.50 carpet, cut & bag for disp. 13. Tear out wet carpet pad and bag 57.51 SF 0.40 0.00 2.24 25.24 for disposal 14. Tear out trim and bag for disposal - 28.50 LF 0.68 0.00 1.89 21.27 up to Cat 3 15. Air mover (per 24 hour period) - 6.00 EA 0.00 26.01 15.22 171.28 No monitoring 2 air movers, 3 days 27. Clean floor -Heavy 57.51 SF 0.00 0.45 2.52 28.40 Totals: Master closet 31.34 352.85 CITY_OF_FAY_2758_HYL 8/9/2019 Page:6 SerV CeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 Door Master Bath Height: 8' 316.00 SF Walls 82.59 SF Ceiling 398.59 SF Walls & Ceiling 82.59 SF Floor 9.18 SY Flooring 17.08 LF Floor Perimeter 42.83 LF Ceil. Perimeter 2' X 618" Opens into MASTER BEDRO Subroom: Linen (1) Height: 8' Totals: Master Bath 73.49 827.19 CITY_OF_FAY_2758_HYL 8/9/2019 Page:7 T3, 72.93 SF Walls 7.14 SF Ceiling 1„ '° en ,'fl, Tab1 80.07 SF Walls & Ceiling 7.14 SF Floor 0.79 SY Flooring 8.78 LF Floor Perimeter 10.78 LF Ceil. Perimeter M: Door 2' X 6' 8" Opens into MASTER BATH DESCRIPTION QTY REMOVE REPLACE TAX TOTAL 16. Apply anti -microbial agent to the 89.73 SF 0.00 0.18 1.57 17.72 floor 17. Water extraction from hard surface 89.73 SF 0.00 0.66 5.77 64.99 floor - Cat 3 water 18. Tear out trim and bag for disposal - 25.87 LF 0.68 0.00 1.72 19.31 up to Cat 3 19. Tear out wet drywall, cleanup, bag - 20.00 SF 0.98 0.00 1.91 21.51 Cat 3 20. Tear out cabinetry - vanity 10.00 LF 6.14 0.00 5.99 67.39 21. Remove Countertop - Granite or 20.00 SF 3.78 0.00 7.37 82.97 Marble 23. Remove Sink -single 1.00 EA 13.14 0.00 1.28 14.42 25. Clean floor -Heavy 89.73 SF 0.00 0.45 3.94 44.32 29. Air mover (per 24 hour period) - 16.00 EA 0.00 26.01 40.58 456.74 No monitoring 4 air movers, 4 days 38. Clean tub and surround - Heavy 1.00 EA 0.00 34.46 3.36 37.82 Totals: Master Bath 73.49 827.19 CITY_OF_FAY_2758_HYL 8/9/2019 Page:7 SerV CeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 v hall bath Height: 8' 1.2'9„4-2, 2) 5 T I 217.33 SF Walls 47.08 SF Ceiling Se` _ = 264.42 SF Walls & Ceiling 47.08 SF Floor bath 5.23 SY Flooring 20.83 LF Floor Perimeter (B2 N °bs(al) 1 28.83 LF Ceil. Perimeter -5 4. ictrr Rath Door 2' X 6' 8" Opens into HALLWAY DESCRIPTION QTY REMOVE REPLACE TAX TOTAL 57. Apply anti -microbial agent to the 47.08 SF 0.00 0.18 0.83 9.30 floor 58. Water extraction from hard surface 47.08 SF 0.00 0.66 3.03 34.10 floor - Cat 3 water 59. Tear out trim and bag for disposal - 9.00 LF 0.68 0.00 0.60 6.72 up to Cat 3 60. Tear out wet drywall, cleanup, bag - 9.00 SF 0.98 0.00 0.86 9.68 Cat 3 61. Tear out cabinetry - vanity 4.00 LF 6.14 0.00 2.39 26.95 62. Remove Countertop - Granite or 8.00 SF 3.78 0.00 2.95 33.19 Marble 63. Remove Sink -single 1.00 EA 13.14 0.00 1.28 14.42 64. Clean floor -Heavy 47.08 SF 0.00 0.45 2.07 23.26 65. Air mover (per 24 hour period) - 12.00 EA 0.00 26.01 30.43 342.55 No monitoring 3 air movers, 4 days 66. Clean tub and surround - Heavy 1.00 EA 0.00 34.46 3.36 37.82 Totals: hall bath 47.80 537.99 -3'-12' 8" N7.77 1 m N s �(2) } iving Rooms 5• Q„ r10'S"ti 1'1" Missing Wall - Goes to Floor Missing Wall Door Missing Wall Door CITY_OF_FAY_275 8_HYL Living Room 575.11 SF Walls 1,098.76 SF Walls & Ceiling 58.18 SY Flooring 81.75 LF Ceil. Perimeter 3'X6'8" 10'9"X8' 3'X6'8" 3'2"X8' 5'10"X6'8" Height: 8' 523.65 SF Ceiling 523.65 SF Floor 59.92 LF Floor Perimeter Opens into KITCHEN Opens into DINING_ROOM Opens into Exterior Opens into HALLWAY Opens into Exterior 8/9/2019 Page:8 SerV CeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 DESCRIPTION CONTINUED - Living Room QTY REMOVE REPLACE TAX TOTAL 67. Apply anti -microbial agent to the 523.65 SF 0.00 0.18 9.19 103.45 floor 165.49 3.61 0.00 65.28 734.83 68. Water extraction from hard surface 523.65 SF 0.00 0.66 33.70 379.31 floor - Cat 3 water 69. Tear out non-salv wood floor & 421.65 SF 3.61 0.00 148.41 1,670.57 bag - Category 3 water 70. Add for glued down application 421.65 SF 1.05 0.00 43.17 485.90 over concrete substrate 71. Tear out trim and bag for disposal - 59.92 LF 0.68 0.00 3.97 44.72 up to Cat 3 72. Tear out wet drywall, cleanup, bag, 71.00 LF 2.55 0.00 17.65 198.70 per LF - up to 2' tall 73. Tear out trim 14.00 LF 0.35 0.00 0.48 5.38 74. Clean floor -Heavy 523.65 SF 0.00 0.45 22.97 258.61 75. Air mover (per 24 hour period) - 16.00 EA 0.00 26.01 40.58 456.74 No monitoring 4 air movers, 4 days 76. Dehumidifier (per 24 hour period) - 4.00 EA 0.00 77.46 30.21 340.05 Large - No monitoring dehu, 4 days Totals: Living Room 3' 6" V 6'-6' Kitchen 1) Ca- Kitchen - Door Missing Wall - Goes to Floor Missing Wall - Goes to Floor DESCRIPTION 446.67 SF Walls 675.14 SF Walls & Ceiling 25.39 SY Flooring 62.50 LF Ceil. Perimeter 2'6"X6'8" 2'6"X6'8" 3'X6'8" QTY REMOVE 101. Apply anti -microbial agent to the 228.47 SF floor 102. Water extraction from hard 228.47 SF surface floor - Cat 3 water 103. Tear out non-salv wood floor & 185.47 SF bag - Category 3 water CITY_OF_FAY_275 8_HYL 350.33 3,943.43 Height: 8' 228.47 SF Ceiling 228.47 SF Floor 29.09 LF Floor Perimeter Opens into LAUNDRY Opens into DINING _ROOM Opens into LIVING ROOM REPLACE TAX TOTAL 0.00 0.18 4.01 45.13 0.00 0.66 14.70 165.49 3.61 0.00 65.28 734.83 8/9/2019 Page:9 SerV CeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 CONTINUED - Kitchen DESCRIPTION QTY REMOVE REPLACE TAX TOTAL 104. Add for glued down application 185.47 SF 1.05 0.00 18.99 213.73 over concrete substrate 105. Content Manipulation charge - 1.00 HR 0.00 28.05 2.73 30.78 per hour 106. Tear out trim and bag for disposal 29.09 LF 0.68 0.00 1.93 21.71 - up to Cat 3 107. Clean floor -Heavy 228.47 SF 0.00 0.45 10.02 112.83 108. Tear out wet drywall, cleanup, 4.00 LF 2.55 0.00 0.99 11.19 bag, per LF - up to 2' tall 109. Tear out trim 14.00 LF 0.35 0.00 0.48 5.38 casing 110. Remove Countertop - Granite or 43.00 SF 3.78 0.00 15.85 178.39 Marble 111. Tear out cabinetry - lower (base) 12.58 LF 6.14 0.00 7.53 84.77 units 112. Air mover (per 24 hour period) - 24.00 EA 0.00 26.01 60.86 685.10 No monitoring 6 air movers, 4 days Totals: Kitchen 203.37 2,289.33 �12'4"moo Dining Room Height: 8' N 11. 8" N 293.33 SF Walls 152.49 SF Ceiling Dining Room = : a - 445.82 SF Walls & Ceiling 152.49 SF Floor _ 16.94 SY Flooring 36.25 LF Floor Perimeter 1 l 38.75 LF Ceil. Perimeter 3,6„12,6„i---6, 3• Ty Ll Missing Wall 10'9" X 8' Opens into LIVING ROOM Missing Wall - Goes to Floor 2' 6" X 6' 8" Opens into KITCHEN DESCRIPTION QTY REMOVE REPLACE TAX TOTAL 77. Apply anti -microbial agent to the 152.49 SF 0.00 0.18 2.68 30.13 floor 78. Water extraction from hard surface 152.49 SF 0.00 0.66 9.81 110.45 floor - Cat 3 water 79. Tear out non-salv wood floor & 152.49 SF 3.61 0.00 53.67 604.16 bag - Category 3 water 80. Add for glued down application 152.49 SF 1.05 0.00 15.61 175.72 over concrete substrate 81. Clean floor - Heavy 152.49 SF 0.00 0.45 6.69 75.31 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 10 SerV CeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 DESCRIPTION CONTINUED - Dining Room QTY REMOVE REPLACE TAX TOTAL 82. Tear out trim and bag for disposal - 19.00 LF 0.68 0.00 1.26 14.18 up to Cat 3 83. Tear out trim 14.00 LF 0.35 0.00 0.48 5.38 casing 84. Air mover (per 24 hour period) - 8.00 EA 0.00 26.01 20.29 228.37 No monitoring 2 air movers, 4 days Totals: Dining Room Laundry N �t�j 'ry( V ��3 > 190.22 SF Walls 8„^ r h 237.70 SF Walls & Ceiling ^ 6" Laundry bier } 5.28 SY Flooring st 5 �5' 4^ 31.00 LF Ceil. Perimeter Door 2' X 618" Door 2' 8" X 6' 8" Door 2' 6" X 6' 8" Subroom: clst (1) ~3 8 77.41 SF Walls _ esti,>ric�l� 82.42 SF Walls &Ceiling i 0.56 SY Flooring 9.68 LF Ceil. Perimeter Powder bath Subroom: clst (2) 56.38 SF Walls T T 60.68 SF Walls & Ceiling N c 2' " 2' 2" v 0.48 SY Flooring 1-2' 6" � 8 30 LF Ceil Perimeter Door 1' 6" X 6' 8" DESCRIPTION QTY REMOVE 110.49 1,243.70 Height: 8' 47.48 SF Ceiling 47.48 SF Floor 22.33 LF Floor Perimeter Opens into POWDER BATH Opens into GARAGE Opens into KITCHEN Height: 8' 5.01 SF Ceiling 5.01 SF Floor 9.68 LF Floor Perimeter Height: 8' 4.30 SF Ceiling 4.30 SF Floor 6.80 LF Floor Perimeter Opens into LAUNDRY REPLACE TAX TOTAL CITY_OF_FAY_2758_HYL 8/9/2019 Page: 11 SerV CeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 CONTINUED - Laundry DESCRIPTION QTY REMOVE REPLACE TAX TOTAL 85. Apply anti -microbial agent to the 56.78 SF 0.00 0.18 1.00 11.22 floor 86. Water extraction from hard surface 56.78 SF 0.00 0.66 3.65 41.12 floor - Cat 3 water 87. Tear out trim and bag for disposal - 38.81 LF 0.68 0.00 2.57 28.96 up to Cat 3 88. Content Manipulation charge - per 0.25 HR 0.00 28.05 0.68 7.69 hour 90. Tear out wet drywall, cleanup, bag, 38.81 LF 2.55 0.00 9.65 108.62 per LF - up to 2' tall 91. Tear out trim 77.00 LF 0.35 0.00 2.63 29.58 door casing 92. Air mover (per 24 hour period) - 9.00 EA 0.00 26.01 22.82 256.91 No monitoring 3 air movers, 3 days 94. Clean floor -Heavy 56.78 SF 0.00 0.45 2.49 28.04 Totals: Laundry 45.49 512.14 -2� 11"- Powder bath Height: 8' ��ar�_ 1 153.33 SF Walls 19.33 SF Ceiling e 172.67 SF Walls & Ceiling 19.33 SF Floor aundry } 2.15 SY Flooring 12.75 LF Floor Perimeter 20.83 LF Ceil. Perimeter r2' 9"ti Door 2' X 6' 8" Opens into LAUNDRY DESCRIPTION QTY REMOVE REPLACE TAX TOTAL 93. Apply anti -microbial agent to the 19.33 SF 0.00 0.18 0.34 3.82 floor 95. Tear out trim and bag for disposal - 12.75 LF 0.68 0.00 0.85 9.52 up to Cat 3 96. Water extraction from hard surface 19.33 SF 0.00 0.66 1.24 14.00 floor - Cat 3 water 97. Remove Sink -single 1.00 EA 13.14 0.00 1.28 14.42 98. Tear out cabinetry - vanity 4.00 LF 6.14 0.00 2.39 26.95 99. Tear out wet drywall, cleanup, bag, 12.75 LF 2.55 0.00 3.17 35.68 per LF - up to 2' tall 100. Air mover (per 24 hour period) - 8.00 EA 0.00 26.01 20.29 228.37 No monitoring CITY_OF_FAY_2758_HYL 8/9/2019 Page: 12 SerV CeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 CONTINUED - Powder bath DESCRIPTION QTY REMOVE REPLACE TAX TOTAL 2 air movers, 4 days Totals: Powder bath 29.56 332.76 Textile Restoration DESCRIPTION QTY REMOVE REPLACE TAX TOTAL 121. CLEANING 1.00 EA 0.00 3,091.23 0.00 3,091.23 Totals: Textile Restoration 0.00 3,091.23 Miscellaneous DESCRIPTION QTY REMOVE REPLACE TAX TOTAL 113. Emergency service call - during 1.00 EA 0.00 113.39 11.06 124.45 business hours 114. Equipment setup, take down, and 8.75 HR 0.00 40.88 34.88 392.58 monitoring (hourly charge) 115. Dumpster load - Approx. 12 1.00 EA 474.80 0.00 46.29 521.09 yards, 1-3 tons of debris 116. Equipment decontamination 3.00 EA 0.00 24.27 7.10 79.91 charge - per piece of equipment extraction machine, 2 dehu's 117. Hazardous Waste/Mold Cleaning 32.00 HR 0.00 49.20 153.50 1,727.90 Technician - per hour bacteria cleaning 119. HAZARDOUS MATERIAL 1.00 EA 0.00 500.00 48.75 548.75 REMEDIATION set deodorization and sanitation bomb 120. HAZARDOUS MATERIAL 1.00 EA 0.00 750.00 73.13 823.13 REMEDIATION bacteria testing Totals: Miscellaneous 374.71 4,217.81 Total: Main Level 1,557.20 20,619.57 Line Item Totals: CITY OF FAY 2758 HYL CITY_OF_FAY_275 8_HYL 1,557.20 20,619.57 8/9/2019 Page: 13 SerV CeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 Grand Total Areas: 5,182.28 SF Walls 2,405.97 SF Floor 0.00 SF Long Wall 2,405.97 Floor Area 1,955.44 Exterior Wall Area 0.00 Surface Area 0.00 Total Ridge Length 2,405.97 SF Ceiling 267.33 SY Flooring 0.00 SF Short Wall 2,569.71 Total Area 235.67 Exterior Perimeter of Walls 0.00 Number of Squares 0.00 Total Hip Length 7,588.25 SF Walls and Ceiling 561.01 LF Floor Perimeter 735.42 LF Ceil. Perimeter 5,182.28 Interior Wall Area 0.00 Total Perimeter Length CITY_OF_FAY_2758_HYL 8/9/2019 Page: 14 SerV CeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 Line Item Total Total Sales Tax Replacement Cost Value Net Claim Summary for Dwelling Weston Bryant 19,062.37 1,557.20 $20,619.57 $20,619.57 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 15 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 1-DSCF1793 Date Taken: 7/23/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 16 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 2-DSCF 1794 Date Taken: 7/23/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 17 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 3-DSCF1795 Date Taken: 7/23/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 18 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 4-DSCF1796 Date Taken: 7/23/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 19 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 5 -IMG -01 12 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 20 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 6 -IMG -0 113 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 21 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 7 -IMG -0 114 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 22 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 8 -IMG -0115 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 23 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 9 -IMG -0116 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 24 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 10 10 -IMG 0117 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 25 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 11 ll -IMG -0118 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 26 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 12 12 -IMG -0 119 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 27 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 13 13 -IMG 0120 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 28 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 14 14 -IMG 0121 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 29 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 - W, MMMMMI;w 15 15 -IMG 0122 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 30 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 16 16 -IMG 0123 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 31 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 17 17 -IMG 0124 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 32 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 P 4b jd;j Nw C' 18 18 -IMG 0125 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 33 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 19 19 -IMG 0126 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 34 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 20 20 -IMG 0127 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 35 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 21 21 -IMG 0128 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 36 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 22 22 -IMG 0129 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 37 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 23 23 -IMG 0130 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 38 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 24 24 -IMG -0 131 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 39 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 25 25 -IMG 0132 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 40 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 26 26 -IMG 0133 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 41 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 27 27 -IMG 0134 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 42 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 28 28 -IMG 0135 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 43 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 29 29 -IMG 0136 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 44 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 30 30 -IMG 0137 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 45 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 31 31 -IMG 0138 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 46 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 32 32 -IMG 0139 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 47 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 33 33 -IMG 0140 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 48 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 34 34 -IMG 0141 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 49 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 35 35 -IMG 0142 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 50 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 36 36 -IMG 0143 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 51 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 37 37 -IMG 0144 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 52 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 38 38 -IMG 0145 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 53 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 39 39 -IMG 0146 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 54 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 40 40 -IMG -0 147 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 55 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 41 41 -IMG 0148 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 56 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 42 42 -IMG 0149 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 57 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 I 43 43 -IMG 0150 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 58 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 /40 44 44 -IMG 0151 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 59 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 45 45 -IMG 0152 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 60 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 46 46 -IMG -0 154 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 61 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 47 47 -IMG 0155 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 62 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 48 48 -IMG 0156 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 63 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 49 49 -IMG 0157 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 64 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 50 50 -IMG 0158 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 65 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 51 51 -IMG 0159 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 66 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 52 52 -IMG 0160 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 67 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 53 53 -IMG 0164 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 68 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 54 54 -IMG 0165 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 69 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 55 55 -IMG 0166 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 70 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 56 56 -IMG 0167 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 71 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 57 57 -IMG 0168 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 72 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 58 58 -IMG 0169 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 73 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 59 59 -IMG 0170 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 74 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 60 60 -IMG 0171 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 75 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 61 61 -IMG 0172 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 76 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 62 62 -IMG 0173 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 77 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 63 63 -IMG 0174 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 78 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 64 64 -IMG 0175 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 79 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 65 65 -IMG 0176 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 80 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 66 66 -IMG 0177 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 81 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 67 67 -IMG 0178 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 82 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 68 68 -IMG 0179 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 83 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 69 69 -IMG 0180 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 84 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 70 70 -IMG 0181 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 85 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 71 71 -IMG -0 182 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 86 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 72 72 -IMG 0183 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 87 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 73 73 -IMG 0184 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 88 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 74 74 -IMG 0185 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 89 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 75 75 -IMG 0186 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 90 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 76 76 -IMG 0187 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 91 ServiCeMASTER ServiceMaster by Quality Restoration Clean 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 77 77 -IMG 0188 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 92 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 78 78 -IMG 0189 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 93 ServiCeMASTER ServiceMaster by Quality Restoration Clean, 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 79 79 -IMG 0190 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 94 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 80 80 -IMG 0191 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 95 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 81 81 -IMG 0192 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 96 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 82 82 -IMG 0193 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 97 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 83 83 -IMG 0194 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 98 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 84 84 -IMG 0195 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 99 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 85 85 -IMG 0196 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 100 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 86 86 -IMG 0197 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 101 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 87 87 -IMG 0198 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 102 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 88 88 -IMG 0199 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 103 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 89 89 -IMG 0200 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 104 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 90 90 -IMG 0201 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 105 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 91 91 -IMG 0202 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 106 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 92 92 -IMG 0203 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 107 ServiCeMASTER ServiceMaster by Quality Restoration Clean 93 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 93 -IMG 0204 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 108 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 .L 94 94 -IMG 0205 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 109 Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 95 95 -IMG 0206 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 110 ServiceMASTER Clean ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 96 96 -IMG 0207 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: III Clean, Servicemsm ServiceMaster by Quality Restoration 4208 Johnson Rd. Springdale, AR 72762 (479) 756-4169 97 97 -IMG 0208 Date Taken: 7/19/2019 CITY_OF_FAY_2758_HYL 8/9/2019 Page: 112 Main Level 12' 4" � �fc3iDlIC1 N ki Main Level CITY_OF_FAY_2758_HYL 8/9/2019 Page: 113 JACOBS MONTHLY REPORT -JUNE 2019 Jacobs Monthly Report—June 2019 PREPARED FOR: Tim Nyander COPYTO: City: Don Marr / Lynn Hyke / Cheryl Partain / Marsha Hertweck / Pam Henson / Cory Granderson / Peter Nierengarten / Water & Sewer Committee Jacobs: Steve Carpenter/ Mayo Miller/ Lisa Clancy PREPARED BY: Greg Weeks DATE: July 22, 2019 Executive Summary This monthly report is provided as an accounting of the performance of the Water Resource Recovery Facilities (WRRF) operated by Jacobs. Please review and let me know if you have any questions regarding the operation. Our appreciation goes out to the city accounting staff for providing the June electrical usage data, contained herein. We are committed in our pursuit of excellence in every scope of service that we provide and in remaining a leader in our industry. With this focus as our core philosophy, we will provide the service that continues to enrich the environment and community today, while keeping future regulations and technologies in our sights. We will be making this report more narrative around what we are doing for operations and maintenance, but will also include more information on sustainability, energy efficiency, capital programs, and community involvement. We value your feedback regarding format and content with the goal of making this report more responsive to your needs. Thank you again for your business and our trusted relationship. FAYETTEVILLE PROJECT-JACOBS JACOBS MONTHLY REPORT -JUNE 2019 Table of Contents Jacobs Monthly Report —June 2019........................................................................................................1 PlantOperations......................................................................................................................... 3 ProcessControl.............................................................................................................. 3 OzoneHyDOZ Summary................................................................................................. 3 BiosolidsProcess............................................................................................................4 Compliance.................................................................................................................... 4 Successes....................................................................................................................... 4 Issues/Resolutions.......................................................................................................... 4 Revenue......................................................................................................................... 6 Maintenance............................................................................................................................... 6 Key Performance Indicators/Measures...........................................................................7 Laboratory/Industrial Pretreatment............................................................................................8 Sustainability.............................................................................................................................. 9 WoolseyWet Prairie................................................................................................................. 10 Health& Safety......................................................................................................................... 10 CommunityUpdates................................................................................................................. 11 AppendixA............................................................................................................................... 12 FAYETTEVILLE PROJECT-JACOBS JACOBS MONTHLY REPORT -JUNE 2019 Plant Operations Process Control The Noland and West Side WRRF effluent discharges were 100% in compliance with the National Pollutant Discharge Elimination System (NPDES) permit. Details of effluent quality, influent loadings, and electrical usage are shown in Appendix A. June marks the beginning of the most restrictive permit compliance season for the Noland and West Side facilities. Noland will operate using both aeration basins for an extended aeration, which will aid in breaking down the more complex carbon compounds that are responsible for the increase in effluent CBOD after ozonation. Summer peak load shedding began in June and will continue through the end of September. This process involves running generators to bear the electrical load during peak hours. On average this has and savds the City more than $250,000 in electrical costs, annually. The Noland WRRF, West Side WRRF, and Hamestring lift station generators have been inspected for proper start-up and load-bearing ability. Several high flow events were observed in the month of June. The first was a 3 -day event that produced 2.27 inches of rain to the area. Influent flow peaked at 26 MGD at the West Side facility and 22 MGD at the Noland facility. The second event was a 4 -day episode that resulted in 4.29 inches of rain. During this time, the West Side influent flow peaked at 41.67 MGD with 36 MGD going through the Noland facility. Extra equipment was brought on-line, and both facilities were staffed during these events. On June 26th, the West Side on-site operator discovered a quantity of process wastewater overflowed from the filter cell when the programmable logic controller (PLC) initiated a backwash sequence for filter cells #1, #2, and #3, simultaneously. Normal automatic sequencing allows for only one filter cell backwash, at a time. The backwash start-up of closing influent gates on multiple filter -cells left too much process flow going through the remaining filter cells #4, #5, and #6. The flow volume was unable to pass through the three remaining filters, which overflowed portions of the influent feed channel and the filter cell containment wells. Maintenance staff exhaustively investigated the PLC command sequencing, looking for any logic errors, but no program errors were discovered. The PLC command programming was reinstalled, and no further backwash command glitches have occurred. It was estimated that 12,000 gallons of highly -diluted, partially treated wastewater, was released from the filter cells onto facility grounds. Ozone HyDOZ Summary Optimization of the ozone system continues with the monitoring of data results for fecal coliform, dissolved oxygen, and carbonaceous biochemical oxygen demand. This process of optimization has resulted in a higher quality of water going through the ozone system while reducing the electrical demand for disinfection. There were several ozone system shutdowns in the month of June. Most of the interruptions involved communication faults that were related to a 4-20 mA sensor fault on oxygen concentrator #2. The sensor was replaced, and the system began operating as designed. A leaking quadblock was also discovered and disabled to save on electrical costs and gas usage. The ozone system test of finding optimal operating conditions between the liquid oxygen unit (LOX) and the oxygen concentrators continues. To save electrical consumption and LOX usage, one quadblock rack for the LOX side was disabled. The LOX test will continue through the summer to get a greater comparison of the wear on the quadblocks between the LOX feed and the concentrated oxygen feed. FAYETTEVILLE PROJECT-JACOBS JACOBS MONTHLY REPORT -JUNE 2019 Biosolids Process During the month of June, the WRRF's produced 1,711 wet tons of biosolids with approximately 316 wet tons of biosolids sent into the solar houses prior to the thermal dryer and 1,395 wet tons processed directly through the thermal dryer. The biosolids drying operation saved an estimated $46,115 in disposal costs this month, compared to landfill disposal. Approximately 11 tons of biosolids were taken to the landfill due to a polymer overload in a West Side trailer. The polymer issue was corrected and pressing was able to resume the next day. Compliance Compliance samples were collected on June 13th for the 60 -day biosolids fertilizer data analysis requirement and all samples passed the parameters for fertilizer use. The samples are tested for MPN/ fecal coliform, percent dry solids, and 503 regulated metals content. The results of these tests demonstrate compliance to the State and Federal regulations governing biosolids processing and the continued classification of Exceptional Quality Class A fertilizer for the City of Fayetteville customers. Successes Hay harvest began on June 3rd and 754 round bales have been harvested from 200 acres. The total weight is estimated at 264 tons. The acreage produced 3.77 bales per acre or approximately 1.32 tons of hay per acre. The New Holland Speedrower 260 swather is proving to be very efficient. An experienced operator at BMS harvested approximately 16 acres of hay per hour. The conditioning rollers in the Speedrower appear to be an improvement over the previous hay cutting equipment. The hay processed so far "dried down" or cured more uniformly, providing a consistent 17% to 18% moisture content when baling. Issues/Resolutions On Saturday night, June 1st, a driver traveling west on Wyman Road failed to maneuver the corner at the BMS entrance. The vehicle left the road, struck a power pole, went through the barbed wire fence, and rolled onto the passenger side against a tree. Damage consisted of several "T" fence posts, broken barbed wire and a broken water tap vault. The vehicle was removed from City of Fayetteville property on Monday afternoon. The current unusual weather pattern continues to hamper Water Treatment Residual (WTR) application, irrigation, crop management, and hay harvesting activities. During April and May, the BMS had 25 precipitation events totaling 12.91 inches. Saturated soils and muddy field conditions continued through June with 13 precipitation events totaling 7.98 inches. Rainfall on June 22nd and 23rd totaled 4.83 inches with 98% of that total falling on the 23rd alone. This event caused the White River to flood areas 7, 8, and 15. The flood waters pushed much of the growing vegetation flat upon the ground and inspection of the flooded areas revealed several trees that will require FAYETTEVILLE PROJECT-JACOBS 4 JACOBS MONTHLY REPORT -JUNE 2019 cutting and removal, as well as, the removal of debris and sediment piles. An estimated 30 to 40 labor hours will be required for the cleanup. The U.S. Climate Data states Fayetteville averages 14.25 inches of rainfall for the months of April, May, and June. For these three months in 2019, the BMS has received 20.89 inches, or 47% above average. The saturated ground conditions are exhibited in poor forage growth, standing water, and immobile harvest equipment. The water table is so high in places that driving harvest equipment across the ground forces water to the surface. BMS staff familiar with seasonally wet areas are avoiding these distended locations to limit the amount of disturbance to the soil created by the harvest equipment. Some areas will not be harvested for weeks, even if the precipitation returns to seasonally normal levels. The first fertilizer application is late, and some locations will not be fertilized. WTR was not applied in May or June, due to saturated soils and forage height. FAYETTEVILLE PROJECT-JACOBS Revenue Table 1: Revenue Generated from the BMS JACOBS MONTHLY REPORT -JUNE 2019 Tons Sold/Received Revenue Hay 0 $0 Fertilizer 336 $6,725 Water Treatment Residuals 0 $0 Revenue Generated from the BMS $80,000 $70,000 $60,000 $50,000 $40,000 $30,000 $20,000 $10,000 elol I . Monthly —0—Cumulative Year to Date Figure 1: Revenue Generated from the BMS via Hay, Fertilizer, and WTR Maintenance Capital projects and upcoming endeavors proceeded in June. Unscheduled repairs were completed on critical equipment to circumvent imminent failure. Maintenance endured several major rain events in the month of June. Long hours in flooding conditions were covered with no major incidents. West Side WRRF —A wasting tank blower was found to be in critical status by utilizing the predictive maintenance practice of vibration analysis. The blower was removed and sent to a designated rebuilder for hidden damage inspection. Upcoming capital projects for the West Side WRRF include the rebuild of the grit/scum removal unit sweep arms and the installation of a rebuilt drive unit with electrical repairs to bio units 1 and 2. Noland WRRF - Contractors completed the rehabilitation of one sand filter cell and returned it to full service. Two aerator gear boxes and motors were installed and aligned using a shaft laser alignment procedure. The backup generator at Noland successively passed a required emissions test. Upcoming capital projects for the Noland facility include the installation of the remaining two aerator gearboxes and motors for the east aeration basin. Lift Stations - The automatic transfer switch in lift station 16 at Airport North was replaced and lift station 22 at Double Springs Road -Owl Creek received a new pump. A 24 -inch control valve at lift station 7 Hamestring was rebuilt and reinstalled. Upcoming projects for lift stations include the installation of a new automatic transfer switch for lift station 22, the rebuild and reinstallation of motor 3 at Hamestring, and the installation of new pumps at lift stations 24 Airport East and 32 Silverthorne. Lift station 12 at Double Springs Road -Farmington West pumps all the flow from the City of Farmington to the West Side WRRF using three pumps. One of the three pumps was in the shop for repairs when the second pump experienced a motor issue. Emergency purchase orders were issued for the repair of one FAYETTEVILLE PROJECT-JACOBS JACOBS MONTHLY REPORT -JUNE 2019 pump and the purchase of a second. Normal July flows are low enough that one pump could potentially manage the station, but with the unusually high summer flows, an emergency bypass pump rental was employed. The rebuilt pump will be returned and installed in late July and the new pump will be delivered in 8 to 12 weeks. Key Performance Indicators/Measures Figure 2: Chart displays the total number of work orders by type for a total of 1742 work orders. Figure I Total man hours worked per work order type. Chart shows more time was spent performing reactive tasks for Corrective Emergencies, Corrective Non -Emergencies and Corrective PM/Pd M. All other WO types displayed are Proactive. FAYETTEVILLE PROJECT- JACOBS JACOBS MONTHLY REPORT -JUNE 2019 Laboratory/Industrial Pretreatment Lead Laboratory Analyst, Nicolas King conducted procedure development for Low Level Phosphorus analysis to prepare for a lower detection limit scheduled to begin August 1st. A site visit and inspection at the new OurPharma pharmaceutical compounding facility was conducted to verify the no -discharge status, thereby eliminating the need for an Industrial User Permit. The notable technology being employed and the knowledgeable OurPharma staff were very much appreciated. Annual compliance sampling was completed at Elkhart Products (EPC), Marshalltown Tools (MTT), and Superior Industries (SUP). The annual septic waste hauler authorization letters were sent to the haulers to allow for licensing of the trucks by the Washington County Health Department. Industrial Pretreatment Program (IPP) Back -to -Basics training in Classifying IU's was provided by the Jacobs Compliance & Reporting Team. Upon completion of research and consultation from Jacobs corporate experts, it was determined that Acanza Medical Marijuana Dispensary would not require a Fayetteville Industrial User Permit. There are no regulations that would require a permit and the facility engineer is utilizing best practices and technology to limit any environmental impacts. 4W The repeated occurrence of a blue-green influent sample was discovered to be from American Air Filter (AAF). Laboratory Directory, Bruce Richart and Industrial Pretreatment Coordinator, Ashley Gregg made a site visit to discusse discharge characteristics with Eric Henderson, Production Manager. NM -- To comply with Final Rule 40 CFR 266 Subpart P RCRA Hazardous Waste Pharmaceuticals (HWP), 250 compliance reports were prepared for mailing. Monthly surcharge and waste hauler reports were completed and sent to the City for billing. For revenue generated from the IPP, see Table 2 and Figure 4. FAYETTEVILLE PROJECT-JACOBS JACOBS MONTHLY REPORT—JUNE 2019 Table 2: Revenue Generated from the IPP Revenue Generated Industrial Pretreatment Program $700,000 $600,000 $500,000 $400,000 $300,000 $200,000 $100,000 $- 0 '('(s, Monthly Surcharge Fees plus Hauled Waste Fees tCumulative Fees Figure 4., Revenue Generated from the Industrial Pretreatment Program via Surcharges, Fees, and Fines Sustainability A Thrive Wellness workshop was held to highlight techniques on dealing with stress and anxiety and discuss supplements and food groups that can trigger or enhance health and well-being. On Saturday, June 8th, Environmental Specialist, Jeff Hickle, Laboratory Analyst, Matt Benton, and University of Arkansas (UA) summer intern, Olivia Groeber provided 18 volunteer hours to participate in a Botany Blitz at the border of the Woolsey Wet Prairie Sanctuary. The event drew crowds of naturalists and experts to help identify botanical species and develop a comprehensive baseline report to aid in the protection of the prairie land. A Return on Investment (ROI) calculation was performed with the assistance of UA summer intern, Julie Halveland, on the Variable Frequency Drive (VFD) controllers that are part of the forthcoming electrical upgrade at the Noland facility. It is conservatively estimated that the VFD controllers will pay for themselves within 2 years of installation and process optimization. FAYETTEVILLE PROJECT-JACOBS 9 Revenue Surcharges on May data $86,731.76 Fees from hauled waste accepted in June $1,550.00 Other Fees paid in June $0.00 Fines assessed in June $0.00 Violations on May data HD pH <5.0 s.u. Revenue Generated Industrial Pretreatment Program $700,000 $600,000 $500,000 $400,000 $300,000 $200,000 $100,000 $- 0 '('(s, Monthly Surcharge Fees plus Hauled Waste Fees tCumulative Fees Figure 4., Revenue Generated from the Industrial Pretreatment Program via Surcharges, Fees, and Fines Sustainability A Thrive Wellness workshop was held to highlight techniques on dealing with stress and anxiety and discuss supplements and food groups that can trigger or enhance health and well-being. On Saturday, June 8th, Environmental Specialist, Jeff Hickle, Laboratory Analyst, Matt Benton, and University of Arkansas (UA) summer intern, Olivia Groeber provided 18 volunteer hours to participate in a Botany Blitz at the border of the Woolsey Wet Prairie Sanctuary. The event drew crowds of naturalists and experts to help identify botanical species and develop a comprehensive baseline report to aid in the protection of the prairie land. A Return on Investment (ROI) calculation was performed with the assistance of UA summer intern, Julie Halveland, on the Variable Frequency Drive (VFD) controllers that are part of the forthcoming electrical upgrade at the Noland facility. It is conservatively estimated that the VFD controllers will pay for themselves within 2 years of installation and process optimization. FAYETTEVILLE PROJECT-JACOBS 9 Woolsey Wet Prairie Vegetation management at Woolsey Wet Prairie benefited from a very productive month in June with a strong focus on the two highest priority species, namely Sericea lespedeza and johnsongrass. Other managed species receiving attention included nodding and bull thistles, knapweed, white sweet clover and isolated patches of small carpetgrass. Herbicide JACOBS MONTHLY REPORT -JUNE 2019 treatments of Sericea and johnsongrass will continue into July with the focus shifting towards large patches of small carpetgrass. Expansion of the plant species distribution was further enhanced by transplanting several native seedlings into the West Side Rain Garden. The successful relocation of prairie doc, compass plant, lyre -leaf sage, rose verbena, prairie blazing star, pale -purple coneflower, and tall coreopsis into the rain garden will further enrich plant biodiversity and improve the habitat aesthetics. Through the management of desired species, the area will further build resiliency against invasive encroachment and increase the beneficial ecosystem services of pollinator nectar sources, caterpillar and butterfly host plants, and food sources and shelter for birds. In one such example, just over 30 chicks were fledged in May and June from nest boxes positioned within Woolsey and the West Side Rain Gardens. Species this year include bluebirds, tree swallows and chickadees. Consistently full occupancy of the nest boxes, with a variety of bird species, is a relatively easy way of capturing and monitoring habitat productivity. Finally, June experienced approximately 8 inches of rainfall in an area with a normal monthly average of 5.0 inches. This marks a very wet start to the summer season. Greater than average precipitation resulted in standing surface water in all wetland cells and weir overflows from all water control structures. Health & Safety The month of June proved to be productive for Health and Safety at the facilities. The Safety Committee completed 100% of the scheduled weekly inspections with only one issue discovered. The practice of weekly inspections is one of the many tools the Fayetteville team uses to gauge its safety performance. While safety is a progressive science that is always evolving with advances in technology, one tool that continues to stand out with Jacobs is the Safety Observation Report (SOR). The SOR is a spontaneous department site visit to observe associates performing their daily tasks. The SOR's purpose is to assess for at -risk behaviors occurring while performing the job assignment by watching for trends that can lead to future incidents. The onsite management team is required to submit at least one SOR per week. The SOR provides real data to company management and the site safety professional. Monthly department meetings impart another safety tool by allowing time to provide training opportunities. The monthly training provides a valuable review of hazards associated with the distinct functions of the job. Examples FAYETTEVILLE PROJECT-JACOBS 10 JACOBS MONTHLY REPORT -JUNE 2019 of monthly training sessions include: Lock-Out/Tag-Out of Hazardous Energy, Confined Space Entry, Hot Work, and Ergonomics. The Fayetteville team enjoyed remarkable success during the month of June by breaking 440 days without a recordable incident. This accomplishment is a true credit to the management and the associates. Community Updates Washington County Search and Rescue utilized the BMS property for training K-9 rescue officers. Administrative Assistant, Christy Taylor taught a First Aid/CPR/AED class and certified eight employees. On Saturday, June 15th, Laboratory Director, Bruce Richart, Laboratory Analyst, Matt Benton, Operator, Maddie Graham, and Laboratory Analyst, Donna McChristian operated the hydration station on the corner of East and Dickson for the NWA Pride Parade. Diversity and Inclusion is a core component of the Jacobs' Plan Beyond Sustainability Strategy with offices around the globe participating in local events. FAYETTEVILLE PROJECT-JACOBS 11 JACOBS MONTHLY REPORT -JUNE 2019 Appendix A Table 3: White River Effluent Characteristics ITrA _WR t �� TSS Phos LM n a Ammonia Avg Min Max ColiformmopH Fecal Permit Limit 5.7 599 5.0 525 1.0 105.0 0.5 53 11.0 6.0 9.0 200 8.0 2.5 164 1.3 84 0.1 6.8 0.1 10 14.5 7.2 7.5 7 9.1 2.9 222 1.8 139 0.1 8.0 0.3 27 13.6 7.1 7.4 39 7.0 3.2 178 2.5 139 0.1 7.3 0.1 6 13.4 7.2 7.4 56 4.7 3.2 171 2.1 111 0.2 8.9 0.1 6 14.2 7.2 7.5 64 10.6 3.3 279 3.5 293 0.2 16.2 0.1 9 15.6 7.4 7.6 84 7.1 3.8 220 2.5 144 0.2 12.2 0.1 7 15.1 7.5 7.8 94 7.7 3.1 206 2.3 152 0.2 9.9 0.1 11 14.4 7.3 7.6 57 Table 4: White River Effluent Characteristics - Minerals 500 52,542 119 12,505 report report 320 21,298 64 3,523 3 143 320 24,152 60 3,643 3 170 340 19,323 65 3,047 3 150 326 17,775 60 3,818 3 204 331 28,521 57 4,906 5 413 335 19,449 59 3,198 3 163 m�&m==AE Am� 329 21,753 61 3,689 3 207 FAYETTEVILLE PROJECT- JACOBS 12 JACOBS MONTHLY REPORT -JUNE 2019 Table 5: Goose Creek Effluent Characteristics 1.8 154.6 1.0 85 0.1 9.2 1.9 145.2 1.0 76 0.1 7.8 2.3 224.0 1.0 101 0.2 17.0 1.0 83.4 6.9 6.0 9.0200 i 0.1 9.5 10.8 7.2 7.5 5 _-1 10.8 7.1 _M- 0.2 19.1 10.7 7.2 7.5 5 0.19 22.6 9.5 7.2 7.8 9 --- 7.3 m- 10.5 1.9 169.6 1.0 87 0.2 14.6 0.1 14.3 10.2 7.2 7.6 6 Table 6: Paul R. Noland Influent Characteristics 8.9 70.9% 19,046 64.2% 11,435 49.3% 229 30.0% 64.9°/=I 16,487 55.6°/M' 10,825 46.7% 290 ■I 38.0% 7.4 58.4% 15,661 52.8% 9,679 41.7% 210 27.4% -I 58.2°/JL 14,998 50.6° 10,861 46.8% 262 34.3% 8.7 69.2% 15,809 53.3% 12,411 53.5% 247 32.3% -E 63.9°/=I 13,546 NEW 12,990 56.0% 318 41.6% -& ML J111111111111111 8.1 64.3% 15,925 53.7% 11,367 49.0% 259 33.9% FAYETTEVILLE PROJECT- JACOBS 13 West Side WRRF Monthly Average Flow (MGI Designed (Annual 10.0 11.1 9.6 Table 7: West Side Influent Characteristics 110.8% 13,481 96.0% 12,641 92.4% 86.6% 9.5 94.7% 11,722 80.3% 9.7 97.0% 82.3% 11.9 118.6% 11,025 75.5% 11.3 112.8% 62.6% �L -i 10.5 105.0% 11,669 80.0% JACOBS MONTHLY REPORT -JUNE 2019 TSS PO4 PO4 Loading Loading o.ding (lbs/d) (lbs/d) �. r Design 14,595 584 �L 16,189 110.9% 229 39.2% 86.5% &2 36.6% 13,206 90.5% 213 36.5% 15,578 �pw 314 53.8% 13,044 89.4% 224 38.4% 12,273 84.1% 170 29.0% 13,819 94.7% 227 38.9% FAYETTEVILLE PROJECT- JACOBS 14 JACOBS MONTHLY REPORT -JUNE 2019 Table 8: Monthly Energy Usage and Expenditure 2018 - June KWH Electric Cost CCF Gas Cost Million Gallons Total Cost Cost per Million gallons Noland 789,600 $44,784.10 30,263 $21,761.75 174 $66,545.85 $382.95 West Side 477,600 $29,103.95 992 $899.23 174 $30,003.18 $172.59 Hamstring 146,700 $10,418.41 5,607 $10,418.41 Totals 1,413,900 $84,306.46 31,255 $22,660.98 347.6 $106,967.44 $307.72 2019 - June KWH Electric Cost CCF Gas Cost Million Gallons Total Cost Cost per Million gallons Noland 931,200 $50,413.84 35,870 $22,553.86 242 $72,967.70 $301.91 West Side 617,580 $40,045.68 1,410 $1,234.62 338 $41,280.30 $122.03 Hamstring 617,580 $40,045.68 5,607 $40,045.68 Totals 2,166,360 $130,505.20 37,280 $23,788.48 580.0 $154,293.68 $266.03 FAYETTEVILLE PROJECT-JACOBS Electric Million Cost per Million Variance KWH Cost CCF Gas Cost Gallons Total Cost gallons Noland $5,629.74 $792.11 68 $6,421.85 $94.56 141,600 5,607 West Side $10,941.73 $335.39 164 $11,277.12 $68.57 139,980 418 Hamstring $29,627.27 $29,627.27 470,880 Totals 752,460 $46,198.74 1 6,025 $1,127.50 232 $47,326.24 $203.67 FAYETTEVILLE PROJECT-JACOBS JACOBS MONTHLY REPORT -JUNE 2019 Table 9: Labor Status Employee Fayetteville% Department AMUM .Name FTE Admin Area Manager Greg Weeks 95.00% Admin Assistant Project Manager Mayo Miller 80.00% Admin - Operations Operations Manager Tim Luther 100.00% Admin - Maintenance Maintenance Manager JD Turley 95.00% Admin - Operations Operations Supervisor Thom Vinson 80.00% Admin Environmental Specialist Jeff Hickle 100.00% Admin Health, Safety, Compliance Professional Wes Cloud 70.00% Admin Project Coordinator Michelle Strange 70.00% Admin Administrative Assistant Brandi Miller-DeWeese 100.00% Admin Administrative Assistant VACANT 100.00% BMS Lead Operator Jerry Genz 100.00% BMS Lead Operator John Tenberge 100.00% BMS Administrative Assistant Christy Taylor 100.00% BMS Equipment Operator Johnnie Deason 100.00% BMS Equipment Operator Anthony DeJesus 100.00% BMS Equipment Operator David Swaffar 100.00% BMS Equipment Operator Rick Witherspoon 100.00% BMS Equipment Operator Chris Howard 100.00% BMS Operator David Dajani 100.00% BMS Operator In Training Ben Shondelmyer 100.00% BMS Operator In Training Pete Burrow 100.00% BMS Operator In Training VACANT 100.00% LAB Laboratory Director Bruce Richart 75.00% LAB Industrial Pretreatment Coordinator Ashley Gregg 100.00% LAB Lead Laboratory Analyst Nicholas King 100.00% LAB Laboratory Analyst Donna McChristian 100.00% LAB Laboratory Analyst Matt Benton 100.00% Maint Maintenance Supervisor Jeremy LaCoe 100.00% Maint Administrative Assistant Judi Sample 50.00% Maint Lead Mechanic Brian Daniels 80.00% Maint Lead Electrician Tim Marr 100.00% Maint Mechanic Kevin Inkster 100.00% Maint Mechanic Buddy Carter 100.00% Maint Mechanic Steve Cook 100.00% Maint Mechanic Michael Spohn 100.00% Maint Mechanic Philip Beach 100.00% Maint Utility Worker VACANT 100.00% Operations Operations Supervisor Paul Frisbie 100.00% Operations Operator Anthony Ramsfield 100.00% Operations Operator Shawn Santellanes 100.00% Operations Operator Travis Patton 100.00% Operations Operator In Training John Hatch 100.00% FAYETTEVILLE PROJECT-JACOBS 16 JACOBS MONTHLY REPORT -JUNE 2019 Operations Operator Justin Sweeney 100.00% Operations Operator Matt White 100.00% Operations Operator In Training Taylor Hensley 100.00% Operations Operator In Training Madeline Graham 100.00% SCADA Instrument & Control Tech Pat Cooley 92.00% SCADA Instrument & Control Tech VACANT 100.00% Authorized Positions= 47.5 Filled Positions= 44.0 Filled FTE's= 41.9 Admin Temp (PT) Chrissa Hickle 18.00% BMS Engineering Intern, U of Olivia Groeber 100.00% Maint Engineering Intern, U of Julie Halveland 100.00% SPECIAL PROJECTS (Performed in scope) Network Upgrade Area I Reason Name Hours SCADA Network Upgrade ATKINS, JERRY 8 SCADA Network Upgrade BASS, EDWARD LEE 2.75 SCADA Network Upgrade CAMPOS, EDGAR 38.5 SCADA Network Upgrade ESPY, DAVID 4 SCADA Network Upgrade PASTRANA, AMY L. 12 Admin Access Database Support COLLAVO, ROBERT D. 9.5 FAYETTEVILLE PROJECT-JACOBS 17 Paul R. Noland WRRF 2019 Average BOD Loadings BOD loading (lbs/d) Organic Loading Percent of Design Designed 29,666 January 19,046 64.7% February 16,487 55.6% March 15,661 52.8% April 14,998 50.6% May 15,809 53.3% June 13,564 45.7% July August September October November December Progress Codes Status None no action to date EvaI evaluating options OUTLINED Break -In Work Quote Req quotes requested Quote Rec quotes received W&S Apvd Water & Sewer approved Ag Apvd Agenda Session approved CC Apvd Council approved PO Issued Purchase Order issued WIP Work in progress Complete Work complete 2019 Fayetteville WRRF Thru: 06/30/19 CIP Projects List 2019 Total: $ 2,347,007 2019 Approved: $ 1,084,513 2018 Carry -Over to Complete: $ 129,415 2019 Complete: $ 48,395 WIP: $ 585,495 PO Issued: $ 106,345 CC Apvd: $ 134,088 Ag Apvd: $ 142,630 W&S Apvd: $ 115,954 Break Ins S 259.214 PLANT PUMPS & EQUIPMENT LOC Description Progress Costs ALL - SCADA Security Hardening, Phase II Complete $ 57,000 BMS - Thermal Dryer Bearings, Swivel Assmb. & Misc. Parts (AIT) - Lrg. Generator Emmissions Repairs - Filter Building Air Compressor/Motors WIP $ 129,415 $ 34,575 $ 13,820 NL Complete NL Complete NL - Lrg. Generator Bi -fuel Retrofit Po Issued $ 96,026 NL - IPS#1 (Vault) Pump Replacment-Rebuild WIP $ 25,166 NL - Oxic Aerator Sm. Gearbox Rebuilds (3 units) WIP $ 114,128 NL - Oxic Aerator Lrg. Gearbox Rebuilds (1 units) WIP $ 40,018 NL - Oxic Aerator 100 & 50 hp Motor Rebuilds (4 total) Complete $ 14,082 Mill NL/WS - Clarifier & GSRU Drive Rebuilds WIP $ 63,490 NL - IPS#2 Critical Spare Pump Rebuild -Kit Install WIP $ 14,694 BMS - Solar Panel Replacements Quote Req TBD NL - Anoxic Mixer Rebuild W&S Apvd $ 18,150 ws - GSRU Sweep Rebuild CC Apvd $ 18,088 NL - Maci Pump Re -Build Critical Spare Parts (2 Kits, 300-350 Series) WIP $ 27,243 BMS - Thermal Dryer Natural Gas Sub -meter Replacement Ag Apvd $ 12,015 NL/WS - BFP Feed Pumps Rebuild Parts Quote Req $ 30,000 NL - Odor Scrubber 2, Stage 2/3 Pump Replacement Quote Rec $ 13,000 WS - Clarifier Blanket Detectors On Hold $ 21,364 NL - Clarifier Scum Pump Replace Ag Apvd $ 22,726 BMs BS - Replace Dryer's Fill Auger #2 & Scrubber -Condenser (AIT -Fab.) WIP $ 47,745 BMS - Install Dryer Bearing, Swivel Assem., Sprockets & Misc. Parts (AIT) CC Apvd $ 45,000 BMS - Install Dryer's Fill Auger #2 & Scrubber -Condenser (Local Vendor) W&S Apvd $ 10,342 BMs - Critical Spare Mole Unit ws - Wasting Tank Blower #1 & #5 Rebuilds Quote Rec Quote Rec $ 53,131 $ 43,730 ws - Basins 1 & 2 Electrical Rewire/Conduit Fix Quote Rec $ 20,500 WS - Aerator VFD Replacements, 4 Units (Basins 3&4) Quote Req $ 36,794 ws - Obsolete/Failing UV System PLC Eval $ 30,000 WS - 4 Flow Meters (LS07 - 24", 30" ; LS12 & LS22) Installations Quote Req $ 25,000 Iws - Critical Spare Breakers WIP $ 63,353 NL/WS - SCADA Phase III Eval $ 250,000 NL - Aeration Basin Gate Engineering - Influent/Effluent Autosamplers - W3 Flow Meter (BMS Irrigation) cc Apvd $ 71,000 ws Ag Apvd $ 16,463 $ 15,000 NL Eval NL/Bs - EPS W3/Irrigation ( to BMS) Pumps/Plumbing Rehab Eval $ 125,000 BMs - Carbon scrubber System Mechanical -Plumbing Improvement Quote Rec $ 95,000 $ 1,478,249 + Plus TBD's Building Improvements LOC Description Progress Costs NL - Bulk Chemical Tank Replacement & Delivery Quotes Rec $ 56,000 NL - Bulk Chemical Tank Removal & Installation Quotes Rec $ 5,000 NL - Bulk Chemical Tank Secondary Containment Repairs Quotes Req TBD NL - Admin Building Energy Efficiency Improvements Eval TBD $ 200,000 WS - Clarifier Launder Epoxy Coating & Concrete Spalling -Aeration Basin Exterior EXP -Joint Leaks - Clarifier Launder Epoxy Coating Eval NL Eval TBD NL Eval $ 80,000 BMs I— - Dried Product Room Dust Control, Evaluate -Select Alternatives Eval I $ 150,000 491,000 + Plus TBD's LIFT STATIONS LOC Description Progress Costs 12 LS 12 — Farmington Generator wIP $ 115,940 10 LS 10 — Futrall Dr Generator wIP $ 28,969 22 LS 22 — Owl Creek Electrical Transfer Switch 12 Farmington LS — Pump Replacement wIP $ 11,148 Ag Apvd $ 55,000 12 Farmington LS — Pump #1 Replair Ag Apvd $ 36,426 7 Hamestring LS — Pump #2 VFD Upgrade Quote Req $ 18,937 Multi Lift -station Controller (PLCs) Upgrades wIP $ 19,518 22 Owl Creek LS — Pump Replacement PO Issued $ 10,320 19 Mally Wagnon LS — Wet -well Diffusion Plate Quote Rec $ 16,500 12 Farmington LS — Wet -well Mixers & Invert Pipe Modification Eval TBD 7 Hamestring LS — Pump #2 Motor/Pump Rebuild None $ 35,000 # Mt Robinson COMM Towers LED Lighting Upgrade Quote Rec $ 30,000 377,758 + Plus TBD's