Loading...
HomeMy WebLinkAbout2024-05-14 - Agendas - Final 1 Water, Sewer, and Solid Waste Committee 14 May 2024 5:30 P.M. (Or immediately following Equipment Committee Meeting) Committee: Council Member Teresa Turk, Council Member D’Andre Jones, Council Member Mike Wiederkehr, Council Member Scott Berna Copy to: Mayor Lioneld Jordan, Paul Becker, Steven Dotson, Susan Norton, Kara Paxton, Kit Williams, Chris Brown, Alan Pugh, Terry Gulley, Ross Jackson, Peter Nierengarten, Brian Pugh, Corey Granderson, Aaron Watkins, Cody Ashworth, Greg Weeks, Ryan Harrold, Mayo Miller, Josh Alleman From: Tim Nyander, Utilities Director ______________________________________________________________________ CALL TO ORDER UPDATES Aaron Watkins, Water & Sewer Operations Manager will update the committee on the requested changes to the various fees that will soon be coming to the City Council. These include tapping fees and street cut fees. PRESENTATIONS 1. Overview of March WWTP Monthly Report Ryan Harrold - Jacobs Engineering OLD BUSINESS: NEW BUSINESS: 2. NWALT Contract Amendment for Habitat Restoration and Management Services for the West Side Prairie Due to their expertise in habitat restoration and management, Northwest Arkansas Land Trust was selected in 2020 to perform these services at the West Side Prairie on behalf of the City of Fayetteville. Services to be provided include: 1. Use adaptive restoration strategies to restore the site to native tall grass prairie and savannah habitat. 2. Use adaptive management strategies to properly manage habitat for native tall grass prairie and savanna species. 2 3. Install and manage appropriate infrastructure for public access. 4. Administer and manage work schedules, vendors, and contractors, and coordinate with proper City of Fayetteville staff. Staff recommends the approval of a Contract Amendment for Habitat Restoration and Management of West Side Prairie in an amount not to exceed $10,000.00 for a term of one year. Funds are available on the 2023 Purchase Order with NWALT to cover the expenses for the year. This agreement may be renewed for 4 additional one (1) year terms with mutual agreement of the parties. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 3. Bid #24-29, Crossland Heavy Contractors, Inc. – Gulley and Goshen Pressure Plane Improvements The East Water Service Area Improvements project consists of several phased sub- projects, namely: Contract Sect. 1: Pressure Sustaining Valves Rehabilitation (Completed 2022) Contract Sect. 2: Gulley Road Water Tank (Completed 2022) Contract Sect. 3: Gulley & Goshen Pressure Plane Improv. (Award June 2024) Contract Sect. 4: Township Tank & Improvements (Completed 2023) All of these projects were recommended in the City’s 2017 Water Distribution Master Plan recommendations. Contract Section No. 3 consists of a new water pump station on Gulley Road as well as 7,746-feet of 18-inch waterline and 8,560-feet of 12-inch waterline. This project will allow the two largest eastern pressure planes to be split into three distinct pressure planes, each served by individual water tanks. This will increase capacity to meet current and future demands and replace aging infrastructure. On April 10th, 2024 the City of Fayetteville accepted sealed competitive bids for the Gulley and Goshen Pressure Plane improvements project. Crossland Heavy Contractors, Inc. is the lowest responsive bidder. All responsive bids are shown here: Crossland Heavy Contractors, Inc. $8,318,668.00 Kajacs Contractors, Inc. $9,324,463.50 Brothers Construction, Inc. $9,808,063.00 Staff recommends awarding Bid #24-29 and approving a construction contract with Crossland Heavy Contractors, Inc. in the amount of $8,318,668.00 for construction of a water pumping station and various waterlines for the Gulley and Goshen Pressure Plane Improvements project. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR 3 CONSIDERATION FOR APPROVAL 4. Amendment No. 6 to the Agreement Between the City of Fayetteville and Olsson, Inc. for Engineering Services Related to the East Fayetteville Water System Improvements Project On January 2, 2018, the City Council passed Resolution 19-18 to approve a professional engineering services agreement with Olsson, Inc. to begin design work on this project. The project consists of four sub-parts that were each be bid separately. Namely: Contract Sect. 1: Pressure Sustaining Valves Rehabilitation (Completed 2022) Contract Sect. 2: Gulley Road Water Tank (Completed 2022) Contract Sect. 3: Gulley & Goshen Pressure Plane Improv. (Award June 2024) Contract Sect. 4: Township Tank & Improvements (Completed 2023) Amendment No. 1 was passed administratively utilizing contingency dollars to adjust the project scope. Amendment No. 2 was passed via Res. 266-19 to account for engineering time related to permitting and re-design delays. Amendment No. 3 was passed via Res. 203-20 for construction phase services related to Contract Section 2, the elevated water storage tank. Amendment No. 4 was passed via Res. 239-20 for construction phase services related to Contract Section 1. Amendment No. 5 was passed via Res. 219-21 for construction phase services related to contract Section 4, the Township water tank project. Amendment No. 6 will provide funding for construction phase services associated with Contract Section 3 which was recently bid, pending contract award to Crossland Heavy Contractors. Olsson will be involved with all project aspects during construction, including onsite daily observations and inspections per engineering best practices and state law. This amendment also includes fees related to additional design and coordination work along Gulley Road and additional services on the Township Tank project. The total costs for proposed Amendment No. 6 are based on Olsson’s fee schedule and level of effort per task, not to exceed $516,515.00. This will raise the overall engineering project fees from $1,294,605.00 to $1,811,120.00. Staff recommends approval of Amendment No. 6 to the agreement between the City of Fayetteville and Olsson, Inc. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 5. Engineering Services Agreement with Olsson, Inc. for the Mally Wagnon Lift Station Improvements Project The City’s Mally Wagnon sewer lift station is located at 5716 E. Norman Murphy Road. This station receives sewer flow from several residential areas east of the West Fork of the White River along Highway 16. The station also receives 100% of sewer from the City of Elkins, metered wholesale to the Fayetteville from a lift station owned by Elkins. The City of Elkins is actively upgrading their sewer pumping capabilities and the City of Fayetteville will not be able to accept their max flows until this Mally Wagnon lift station is upgraded. The first step towards upgrades at this station will be a Preliminary Engineering Report which details expected combined flows that would come to the station and performs a high-level analysis of viable options to upgrade and expand the station. Afterwards, amendments would be 4 necessary to move the project into full engineering design such that the project could be advertised and bid. On January 9th, 2024, the City of Fayetteville conducted a formal Engineering Selection meeting. Olsson was selected to negotiate this contract (RFQ 23-01, Selection #10). The cost is based on engineering level of effort, hourly by position rates, not to exceed $45,000.00. Staff recommends approval of the agreement with Olsson, Inc. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 6. Cost-Share Request for Waterline Extension at 269 E. Rock Street Flintlocklab is working with Tommie Flowers and Aaron and Megan Caldwell to develop property on East Rock Street. The existing waterline ends before fronting the properties, making water service inaccessible. A cost-share is being requested to install a 2-inch waterline approximately 325 feet from South Willow Avenue east toward the proposed development, and to supply water to the Caldwell build site. The request is for the City to pay 50% and two entities to pay the remaining 50%. The preliminary cost is based off a single bid of $19,000. Based on this estimate, the City’s portion would be $9,500. Utilities Engineer Corey Granderson will discuss details of the request. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 7. Bid Award 24-33 fpr Noland Plant Influent Pump Station, Pump #2 Noland Water Resource Recovery Facility has two Influent Pump Stations (IPS), known as IPS01 and IPS02. IPS01 has six (6) dry-pit submersible pumps. IPS02 has three (3) wet well submersible pumps. Two of the IPS02 pumps are run from VFD’s to maintain a predetermined wet well elevation, and the third pump is run off a Soft Start as a backup. These pumps run continuously, maintaining flow through the treatment facility. Pump No. 1 in IPS02 is the original pump from the Noland 2007 upgrade. It has been pulled for repair 4 times in the last 6 years. These repairs range from $30,000 to $40,000. The City solicited formal bids for replacing Pump No. 1 at IPS02. Jack Tyler Engineering was the only bidder and meets the specifications required for the pump replacement. Staff recommends approving the purchase of a submersible pump in the amount of $85,770.04 plus applicable taxes and freight charges. Funds are available in the Plant Pumps and Equipment – WWTP account within the Water & Sewer fund. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 5 PRESENTATIONS March WWTP Report ATTACHMENTS March 2024 WWTP Report NWALT Contract for West Side Prairie East Fayetteville Improvements Vicinity Map East Fayetteville Improvements Bid Tabulation Crossland Heavy Submittal Olsson Amendment 6 Olsson Agreement for Mally Wagnon Lift Station Improvements Flowers Cost Share Request Caldwell Cost Share Request Cost Share Detail Noland Influent Pump Bid Tabulation Noland Influent Pump Vendor Submittal ADJOURN Next Water, Sewer, Solid Waste Committee meets on Tuesday, June 11th, 2024, at 5:30 p.m. City of Fayetteville Client Monthly Report for March 2024 Prepared by: April 18, 2024 Client Monthly Report Paul R. Noland Water Resource Recovery Facility Administration Building Fayetteville, AR March 2024 Monthly Report Jacobs - Fayetteville i Table of Contents 1. Executive Summary.................................................................................................................................... 2 1.1 Fayetteville Team ...................................................................................................................................................... 2 1.2 Compliance .................................................................................................................................................................. 2 1.3 Financials ...................................................................................................................................................................... 2 Table 1.1: Year to Date Budget .......................................................................................................................................... 2 2. Plant Operations ......................................................................................................................................... 3 2.1 Noland ............................................................................................................................................................................ 3 2.2 West Side ....................................................................................................................................................................... 3 3. Laboratory .................................................................................................................................................... 4 4. Biosolids Management Site ..................................................................................................................... 5 4.1 Biosolids Operations ................................................................................................................................................. 5 4.2 Water Treatment Residuals .................................................................................................................................... 5 4.3 Dryer Operation .......................................................................................................................................................... 5 4.4 Revenue ......................................................................................................................................................................... 6 Table 4.1: Revenue generated from the BMS .............................................................................................................. 6 5. Maintenance ................................................................................................................................................ 7 5.1 West Side ....................................................................................................................................................................... 7 5.2 Noland ............................................................................................................................................................................ 8 5.3 Key Performance Indicators/Measures ............................................................................................................. 9 Figure 5-1: Labor Hours by Work Order Type ............................................................................................................... 9 Figure 5-2: Work Order Count by Type............................................................................................................................ 9 5.4 Capital Improvement Projects (CIP) ................................................................................................................ 10 6. Industrial Pretreatment ......................................................................................................................... 11 Table 6.1: Industrial Pretreatment Program (IPP) Revenue Summary .......................................................... 11 7. Safety .......................................................................................................................................................... 13 Site Safety Professional, Mike Muenich, with Firefighters from the Goshen Fire Department ................ 13 8. Woolsey Wet Prairie ................................................................................................................................ 14 Appendix A: Noland Effluent & Influent Report ............................................................................................ 15 Appendix B: West Side Effluent & Influent Report ........................................................................................ 16 Appendix C: Jacobs Employee Vacancy and Project Status Report .......................................................... 17 March 2024 Monthly Report Jacobs - Fayetteville ii 1. Executive Summary 1.1 Fayetteville Team In March, the Fayetteville team consisted of 45 full-time staff members. Of the 51 authorized employees, 95.73% of the labor hours are dedicated to the Fayetteville facilities and 4.27% labor hours are dedicated to other Jacobs projects. There were six open positions and the Regional Support team assisted with work order backlog, capital improvement projects, and various special projects. The Employee Vacancy and Project Status Report is presented in Appendix C. 1.2 Compliance 1.2.1 Noland and West Side The Noland and West Side facilities met all discharge permit parameter limits throughout March. There were no sanitary sewer overflows reported at the facilities or at the lift stations. The March effluent discharge limitations and data summary tables are presented in Appendices A-B. 1.3 Financials The month ended with a negative financial variance. The non-labor and labor expenses were under budget. The March YTD projected budget variance is ($128,509) as seen in the Budget Performance Table below. Table 1.1: Year to Date Budget ` March 2024 Monthly Report Jacobs - Fayetteville iii 2. Plant Operations The Noland and West Side Water Resource Recovery Facilities (WRRF) met all discharge permit parameter limits within the National Pollutant Discharge Elimination System (NPDES) permits. Details of effluent quality and influent loadings are shown in Appendices A and B. The summary tables for effluent permit parameter limitations were updated to reflect March effluent discharge limitations. Fayetteville received 3.6 inches of rain and the average temperature for the month was 55°F. Note: temperature obtained from https://www.weather.gov/wrh/Climate?wfo=tsa Note: rainfall totals obtained from https://www.weather.gov/wrh/Climate?wfo=tsa 2.1 Noland The Noland facility treated a total of 178.93 MG (Million Gallons) of influent. The average daily flow was 5.77 MGD (Million Gallons per Day) and the peak flow was calculated at 28.64 MGD on the 26th. The West Aeration Basin was placed online to prepare for the upcoming permit change in April, and to accommodate the higher influent flows typically seen in the spring. This will increase the detention time and allow for the processing of more ponds return to draw down the storage ponds before the rainy season. Jar Testing was completed on a new type of polymer for the Sludge Dewatering Belt Presses. To improve dewatering efficiency, new belts were placed on the available belt presses and replaced all parts in the wash water belt cleaning systems. Noland Ozone Discharge was stopped multiple times across a two-day period to relocate the air compressor for the Ozone system inside the building. 2.2 West Side The West Side Facility treated a total of 283.73 MG (Million Gallons) of influent. The average daily flow was 9.15 MGD (Million Gallons per Day). Peak Daily flow was calculated at 22.38 MGD on the 26th, and March rainfall total was 3.6 inches. The offline Biounits were drained for inspection and refilled with W3 clarifier effluent to be placed in standby. The perforated roller for belt filter press #2 was pulled and sent out for repairs. Belt filter press #1 belts were replaced and adjustments were made with the emulsion water feed going into the static mixer to increase solids dewatering efficiency. March 2024 Monthly Report Jacobs - Fayetteville iv 3. Laboratory As required by Title 40 of the Code of Federal Regulations (CFR), Part 503 Biosolids Rule to meet Class A Exceptional Quality certification, Noland belt filter press cake, and West Side belt filter press cake samples were collected and analyzed for metals (arsenic, cadmium, chromium, copper, lead, mercury, molybdenum, nickel, selenium, and zinc) and percent total solids. All results were statistically within scope and exhibited no unusual trends. The laboratory began a comparison study between two methods by testing %Total Solids (%TS) on belt filter press cake and dried biosolids samples from the solar houses. The EPA approved methodology, from Standard Methods for the Examination of Water and Wastewater, involves drying the sample overnight at 104ºC followed by a 1-hour drying step for confirmation. The samples are then tested for %TS on the Ohaus Balance to confirm the reliability of the Ohaus readings. The Ohaus MB27 balance uses a Halogen heating lamp with a precision weight balance for a faster 1-hour percent solid determination. Results show a consistent comparison can be drawn from the EPA approved method to the faster Ohaus method and the data produced by the Ohaus balances can be accepted as being accurate, reliable, and comparable to the approved method. March 2024 Monthly Report Jacobs - Fayetteville v 4. Biosolids Management Site 4.1 Biosolids Operations During the month of March, the WRRF’s produced 2,109 wet tons of belt filter pressed biosolids. Approximately 1,786 tons were partially dried in solar houses or processed through the Griffin sludge dryer. Roughly 1,174 partially dried tons were disposed of at the landfill. By partially drying biosolids through the solar houses and the Griffin sludge dryer, the BMS (Biosolid Management Site) managed to remove 613 tons of water before landfilling. An estimated $29,521 were saved in tipping fees. The landfill expense for March is estimated to be $72,102. 4.2 Water Treatment Residuals In March, we received 3.7” of rain with 2.2” coming on the 25th. In total, the BMS team applied just over 657 tons of water treatment residuals or 38 dump truck loads. The land application efforts generated $21,180. 4.3 Dryer Operation Throughout the beginning of March, the BMS continued to test the effects of material handling on Griffin dryer performance. We concluded the conveyance augers, and the chain-drag elevator were having a negative impact on dryer performance. To remedy these issues, the sludge dryer operation was halted for five days. The chain-drag elevator was converted to a belt- elevator. Material handling performance, resulting from these changes, was very impressive with an immediate observation of good dryer-belt coverage. Dryer operations resumed and process efficiency improved immediately. The converted belt-elevator eliminates the effect of excess handling caused by the chain-drag elevator and augers. March 2024 Monthly Report Jacobs - Fayetteville vi The BMS also observed the material's age impacts dryer performance. Biosolids older than 10-12 hours will ball-up and reform as one solid mass on the dryer belt. To solve this issue, a new trucking schedule was adopted, which requires drivers to pick up biosolid loads at the beginning and end of their shifts. Both loads have shown a peak process window of 8-12 hours. While the alterations have dramatically improved our ability to dry biosolids through the Griffin dryer, sludge balls are still forming throughout the drying operation. We are only able to process up to 1.5 tons per hour in ideal conditions and the percent solids of the final product is averaging around 75% dry. 4.4 Revenue The staff land applied 657 tons of WTR (Water Treatment Residuals) this month. There was no fertilizer sold or received during the month. Table 4.1: Revenue generated from the BMS Product Tons Sold/Received Revenue Generated Hay 7.49 $853 Fertilizer 0 $0 Water Treatment Residuals 657 $21,180 Even distribution of biosolids across belt March 2024 Monthly Report Jacobs - Fayetteville vii 5. Maintenance 5.1 West Side West Side biological unit #4 was taken offline for cleaning and removal of sedimentation with heavy loading equipment. The blades were cleared of rags and the unit was filled with W3 water to be returned to service. West Side Bio Unit #4 Cleaning March 2024 Monthly Report Jacobs - Fayetteville viii 5.2 Noland The Noland west bio unit was cleaned for the installation of three anoxic mixers. The floating aerator was repaired, and the west basin was brought back online. Noland west bio unit cleaned and repaired. The denitrification pump on the east bio unit was received back from repair services and maintenance staff coordinated with a crane vendor to install the pump and return the basin to operation. March 2024 Monthly Report Jacobs - Fayetteville ix 5.3 Key Performance Indicators/Measures Figure 5-1: Labor Hours by Work Order Type Figure 5-2: Work Order Count by Type 118 3 860 30 472 72 8 administrative corrective maintenance emergency corrective maintenance non emergency corrective maintenance from pm/pdm preventive maintenance project safety 14, 1%1, 0% 107, 7% 10, 1% 1337, 91% 2, 0%4, 0%administrative corrective maintenance emergency corrective maintenance non emergency corrective maintenance from pm/pdm preventive maintenance project safety March 2024 Monthly Report Jacobs - Fayetteville x 5.4 Capital Improvement Projects (CIP) 5.4.1 Planned Projects 5.4.1.1 BMS Repairs to the dryer discharge conveyer belt at BMS. 5.4.1.2 Lift Stations Work to begin on pumps at Lift Stations 7-Hamestring and 13-Stonebridge. 5.4.1.3 Noland Replacement of Noland RAS pump # 1 and pond return pump # 2 is pending. 5.4.1.4 West Side Repairs on the West Side belt filter press. March 2024 Monthly Report Jacobs - Fayetteville xi 6. Industrial Pretreatment Quarterly Industrial Surcharge sample collection and analysis was completed. As outlined in the National Pollutant Discharge Elimination System (NPDES) permit for the Paul R. Noland Water Resource Recovery Facility (WRRF), quarterly industrial surcharge samples were collected from Hiland Dairy, ConAgra Brands, Tyson, and EcoTech for analysis of pH, Total Suspended Solids, Total Phosphorus and Biochemical Oxygen Demand (BOD). An additional EcoTech sample was collected for annual Total Metals and sent to Eurofins for analysis. Elkhart was not able to be sampled due to numerous process issues and discharge shutdowns. Surcharge fee reports were generated by the pretreatment department using self-generated industrial data and data from the Noland laboratory. Monthly surcharge and waste hauler reports were completed and submitted for billing. For revenue generated from the IPP, see Table 6.1 and Figure 19. Table 6.1: Industrial Pretreatment Program (IPP) Revenue Summary REVENUE $150,759.00 Surcharges on February data $2,150.00 Fees from hauled waste accepted in March $0.00 Other fees paid in March $0.00 Fines assessed in March No Violations Violations on February data March 2024 Monthly Report Jacobs - Fayetteville xii Figure 19: Revenue Generated from the Industrial Pretreatment Program via Surcharges, Fees, and Fines Figure 20: Number of hauled waste loads, by hauler $- $50,000 $100,000 $150,000 $200,000 Revenue Generated Industrial Pretreatment Program 2023 Monthly Surcharge Fees plus Hauled Waste Fees 2024 Monthly Surcharge Fees plus Hauled Waste Fees 0 10 20 30 40 50 60 70 Hauled Waste Summary 2023 APT 2024 APT 2023 BJ 2024 BJ 2023 CIC 2024 CIC 2023 Total 2024 Total March 2024 Monthly Report Jacobs - Fayetteville xiii Safety March started off very well with a productive visit from the Goshen Fire Department, who conducted a pre- incident planning assessment. Several firefighters were accompanied by Mike Muenich, Fayetteville‘s site safety professional, to tour the process areas of the facility looking for potential hazards and to plan for a potential incident. The fire department was appreciative of the collaboration and identified a few action items to address on-site. The project safety team met on March 7 and continued to discuss ongoing ozone monitoring and mitigation along with new Beyond Zero Observation (BZO) requirements for the project. Specifically, all project personnel—not just supervisors—are now required to submit BZOs (Beyond Zero Observations) on a quarterly basis. These observations will ensure that hazards are identified and mitigated promptly before they can cause incidents. Finally, a tremendous effort was made by the safety team and the entire project to ensure the facility was clean and made as safe as possible. No recordable incidents or injuries were reported in March. As of 4/9/2024, the project has gone more than 6 months (195 days) without a recordable incident. This is a significant achievement for the entire project team. Site Safety Professional, Mike Muenich, with Firefighters from the Goshen Fire Department March 2024 Monthly Report Jacobs - Fayetteville xiv 7. Woolsey Wet Prairie The continuation of unseasonably dry conditions persists at Woolsey Wet-Prairie with March receiving less than 3.5 inches of rainfall compared to a monthly normal average of 4-inches. Comparing rainfall records more closely, September 2023 through March 2024 marks the driest 7-month stretch since a comparable timeframe seven years ago from August 2016 through February 2017. While the 2016-2017 rainfall shortage was an astounding 13-inches from normal averages, the current 2023-2024 rainfall deficit is comparatively smaller at just over 7-inches. Dry weather has significantly diminished typical spring-time levels of surface water retention, but not enough to negatively impact wetland conditions such as extended soil saturation or vegetation diversity to an observable degree. Jacobs staff welcomed a great opportunity to engage local wildlife enthusiasts during a Saturday nest box monitoring workshop organized for local volunteers working on gaining training hours towards their Master Naturalist certifications. Participants spent the morning receiving training on nest box stewardship basics and learning about academic research activities supported by Woolsey Wet Prairie. The day ended with the installation of four wood duck boxes in Woolsey Wet Prairie near Goose Creek. By the end of March, bluebirds were already taking advantage of nest boxes within facility rain gardens. Nest box monitoring offers an encouraging glimpse into early spring activities as bluebirds benefit from the rain garden habitats for rearing young chicks. Facility nest boxes, and occupying birds, act as easily observable habitat indicators that reflect the diverse benefits produced by the stormwater assets, such as facility rain gardens and bioswales. Master Naturalists Nest Box Workshop at Woolsey Wet Prairie Sanctuary Appendix A: Noland Effluent Report White River Average Daily Effluent Report Flow CBOD CBOD Load TSS TSS Load Total P Total P Load NH3 NH3 Load D.O (min)pH (min)pH (max) Fecal Coliform Geo Mean Month MGD mg/L Lbs mg/L Lbs mg/L Lbs mg/L Lbs mg/L SU SU CFU/100 mL Permit Limit Dec-Mar 20.0 2,102 15.0 1,576 1.0 105.0 4.0 420 >8.7 >6.0 <9.0 1,000 Mar 2024 6.832 3.8 191 <3.1 <167 0.2 10.8 0.06 2.7 15.0 7.4 7.7 <36 Feb 2024 5.231 4.4 194 4.5 191 0.2 9.5 0.08 19.4 13.2 6.7 7.6 >510 Jan 2024 4.539 2.3 85 <1.7 <64 <0.1 <4.5 0.12 11.7 16.1 7.4 7.6 27 Dec 2023 4.478 <2.1 <78 <1.7 <61 <0.1 <5.4 0.06 1.7 16.8 7.4 7.7 <22 Nov 2023 5.484 2.4 113 <2.2 <103 0.3 12.1 0.06 3.0 14.5 7.4 7.6 112 Oct 2023 5.419 2.8 126 <1.8 <83 <0.2 <9.5 <0.03 <2.2 14.3 7.4 7.6 <122 Sep 2023 5.459 2.2 100 <1.1 <52 0.1 6.7 0.04 1.7 14.4 7.5 7.6 33 Aug 2023 4.579 2.8 112 <1.0 <42 <0.2 <6.3 <0.05 <1.0 7.9 7.5 7.7 127 Jul 2023 3.949 3.3 119 <1.3 <50 0.4 12.9 0.07 2.0 12.6 7.1 7.7 63 Jun 2023 5.509 3.2 148 2.8 128 0.3 12.8 0.05 3.0 14.0 7.0 7.7 31 May 2023 6.131 2.9 144 <1.4 <70 0.4 22.1 0.30 5.8 14.8 7.0 7.6 21 Apr 2023 6.275 3.5 186 <1.9 <103 <0.1 <7.4 0.35 4.2 14.2 7.4 7.6 37 Mar 2023 7.907 3.0 201 <1.5 <101 <0.1 <8.8 0.05 4.4 13.3 7.4 7.5 <37 White River Average Daily Effluent - Minerals Report TDS TDS Load Sulfate Total As So4 Sulfate Total Load As So4 NO3 (Nitrate) NO3 (Nitrate) Load Month mg/L Lbs/dy mg/L Lbs/day mg/L Lbs Permit Limit Dec-Mar 500 52,542 119 12505 report report Mar 2024 358 14,822 61 2,798 Feb 2024 323 17,809 57 3,199 Jan 2024 326 11,390 54 1,954 Dec 2023 393 16,327 62 2,435 Nov 2023 335 15,702 54 2,531 Oct 2023 353 16,829 49 2,289 Sep 2023 332 14,655 49 2,007 Aug 2023 383 18,164 68 3,335 Jul 2023 362 11,092 61 1,948 Jun 2023 358 17,502 100 5,271 May 2023 360 16,754 52 2,450 Apr 2023 323 19,575 56 3,423 Mar 2023 308 24,645 60 3,568 Appendix A-1: Noland Influent Report Flow Hydraulic Loading CBOD Load Orangic Loading TSS Loading TSS Loading PO4 Loading PO4 Loading NH3 Loading NH3 Loading Month MGD %Lbs %Lbs %Lbs %Lbs % Design Annual Average 12.60 29,666 23,198 765 2,250 Mar 2024 5.77 45.8 14,098 47.5 8,489 36.6 277 36.3 1,129 50.2 Feb 2024 6.00 47.6 14,626 49.3 10,281 44.3 207 27.1 944 41.9 Jan 2024 7.00 55.5 20,414 68.8 8,983 38.7 255 33.4 1,002 44.5 Dec 2023 5.29 42.0 14,114 47.6 10,303 44.4 208 27.3 805 35.8 Nov 2023 4.62 36.7 13,933 47.0 9,536 41.1 215 28.1 928 41.3 Oct 2023 4.68 37.1 11,217 37.8 7,126 30.7 201 26.2 873 38.8 Sep 2023 4.90 38.9 15,241 51.4 8,882 38.3 222 29.0 1,047 46.5 Aug 2023 4.49 35.6 12,396 41.8 8,602 37.1 201 26.3 840 37.3 Jul 2023 4.42 35.0 10,145 34.2 7,494 32.3 165 21.6 662 29.4 Jun 2023 4.11 32.6 12,964 43.7 8,088 34.9 182 23.8 730 32.5 May 2023 5.39 42.8 12,756 43.0 7,321 31.6 210 27.4 760 33.8 Apr 2023 4.68 37.1 15,926 53.7 8,507 36.7 227 29.7 917 40.8 Mar 2023 9.08 72.1 17,506 59.0 10,561 45.5 286 37.4 1,098 48.8 Appendix B: West Side Effluent Report Goose Creek Average Daily Effluent Report Flow CBOD CBOD Load TSS TSS Load Total P Total P Load NH3 NH3 Load DO (min)pH (min)pH (max) Fecal Coliform Geo Mean Month MGD mg/L Lbs mg/L Lbs mg/L Lbs mg/L Lbs mg/L SU SU MPN/100 mL Permit Limit Dec-Mar 10.0 13.3 1,109.2 15.0 1,251 1.0 83.4 3.7 341.9 >8.7 >6.0 <9.0 1,000 Mar 2024 9.1 <1.9 <199.2 1.1 91 0.1 7.5 0.1 9.8 10.0 7.3 7.6 <6 Feb 2024 9.3 <1.9 <144.5 1.1 84 <0.1 7.6 0.0 3.7 10.1 7.3 7.5 <6 Jan 2024 10.1 <1.9 <148.8 1.0 84 <0.1 5.1 <0.0 <3.6 10.6 7.1 7.6 <5 Dec 2023 8.4 <1.9 <127.3 1.0 72 <0.1 4.7 <0.1 <5.7 10.1 7.4 7.6 <8 Nov 2023 8.1 <1.9 <129.0 1.0 69 <0.1 3.5 <0.0 <2.8 9.4 7.4 7.7 <14 Oct 2023 8.3 <2.0 <157.3 1.0 70 <0.1 4.5 <0.0 <1.9 8.9 7.2 7.7 <13 Sep 2023 8.3 <1.9 <133.5 1.0 68 <0.1 3.5 <0.0 <1.9 8.6 7.4 7.7 <6 Aug 2023 8.1 <2.3 <138.2 1.0 69 <0.1 3.7 <0.1 <7.8 8.5 7.4 7.8 <7 Jul 2023 8.0 <2.0 <132.2 1.0 65 0.1 6.1 <0.0 <2.5 8.6 7.3 7.8 <5 Jun 2023 7.8 <2.0 <138.6 1.0 64 0.1 7.8 <0.1 <4.9 8.9 7.2 7.7 <5 May 2023 9.0 <2.0 <161.7 1.0 74 <0.1 5.9 0.3 25.7 9.3 7.3 7.6 <5 Apr 2023 8.7 <2.0 <149.0 1.0 72 <0.1 5.3 0.1 8.0 9.8 7.0 7.4 <12 Mar 2023 13.3 <2.0 <129.7 1.0 103 0.1 8.9 0.1 5.4 10.3 6.9 7.4 <13 Appendix B-1: West Side Influent Report Flow Hydraulic Loading BOD Load Orangic Loading TSS Load TSS Loading Total P Load PO4 Loading NH3 Load NH3 Loading Month MGD %Lbs %Lbs %Lbs %Lbs % Design Annual Average 10.0 14,595 14,595 584 1,918 Mar 2024 9.1 91.5 11,480 78.7 11,496 78.8 289 49.6 1,353 70.5 Feb 2024 9.3 92.9 11,001 75.4 11,743 80.5 276 47.3 1,418 74.0 Jan 2024 10.1 100.5 10,964 75.1 10,328 70.8 275 47.2 1,263 65.9 Dec 2023 8.4 83.8 11,806 80.9 15,655 107.3 287 49.1 1,231 64.2 Nov 2023 8.1 81.1 12,297 84.3 12,911 88.5 269 46.0 1,394 72.7 Oct 2023 8.3 83.3 11,632 79.7 15,514 106.3 274 46.8 1,363 71.1 Sep 2023 8.3 82.6 10,683 73.2 12,584 86.2 281 48.1 1,377 71.8 Aug 2023 8.1 81.4 10,442 71.5 12,891 88.3 275 47.1 1,312 68.4 Jul 2023 8.0 79.9 9,164 62.8 14,506 99.4 250 42.9 1,253 65.3 Jun 2023 7.8 78.0 10,595 72.6 13,072 89.6 274 46.9 1,261 65.7 May 2023 9.0 90.1 10,842 74.3 12,133 83.1 281 48.1 1,261 65.7 Apr 2023 8.7 87.5 10,393 71.2 11,139 76.3 249 42.6 1,374 71.7 Mar 2023 13.3 133.2 10,374 71.1 14,426 98.8 276 47.3 1,341 69.9 Department Job Title Employee Name Fayetteville % FTE Admin Project Manager Ryan Harrold 82.00% Admin Assistant Project Manager Mayo MIller 100.00% Admin Health, Safety, Compliance Professional Mike Muenich 70.00% Admin Project Coordinator Brandi Miller-DeWeese 90.00% Admin Administrative Assistant Christy Taylor 100.00% Admin Administrative Assistant Kassandra Foster 100.00% Admin Project Specialist Sarah Garrison 100.00% BMS BMS Supervisor Peter Burrow 100.00% BMS Lead Operator Mike Reed 100.00% BMS Operator I David Dajani 100.00% BMS Equipment Operator Charlie Boger 100.00% BMS Equipment Operator Anthony DeJesus 100.00% BMS Equipment Operator Jerime Dickey 100.00% BMS Operator In Training Robert Donnell 100.00% BMS Operator In Training Christopher Cox 100.00% BMS Operator In Training Vacant 100.00% BMS Operator In Training Vacant 100.00% BMS Mechanic Vacant 100.00% Admin Process & Compliance Supervisor Thom Vinson 90.00% Admin Environmental Specialist Jeff Hickle 100.00% LAB Laboratory Director Donna McChristian 90.00% LAB Industrial Pretreatment Coordinator John Byrd 100.00% LAB Lead Laboratory Analyst Matt Benton 100.00% LAB Laboratory Analyst Walter Chodor 100.00% Maint Maintenance Supervisor Joshua Alleman 100.00% Maint Lead Mechanic Buddy Carter 95.00% Maint Lead Electrician Tim Marr 70.00% Maint Electrician Brian Daniels 100.00% Maint Mechanic Robert Ingram 100.00% Maint Mechanic Michael Spohn 100.00% Maint Mechanic Paul Goolsby 100.00% Maint Mechanic Rick Dollarhide 100.00% Maint Mechanic in Training Broc Burus 100.00% Maint Mechanic in Training David Post 100.00% Maint Mechanic in Training Caleb Wheeler 100.00% Maint Utility Worker - Temp Vacant 100.00% Maint Utility Worker - Temp Vacant 100.00% Operations Operations Supervisor Shawn Santellanes 100.00% Operations Lead Operator Travis Patton 100.00% Operations Operator I Anthony Ramsfield 100.00% Operations Operator I Justin Sweeney 100.00% Operations Operator Tom Meunier 100.00% Operations Operator Chandler Smothers 100.00% Operations Operator Brittney Doyel 100.00% Operations Operator In Training Michael Stout 100.00% Operations Operator In Training Ezra Maglothin 100.00% Operations Operator In Training Jacob Ratliff 100.00% SCADA Instruct and Control Tech Christopher Merrit 100.00% SCADA Instrument & Control Tech Pat Cooley 95.00% SCADA Instrument & Control Tech Preston Jones 100.00% SCADA Information & Operational Tech James Mason 50.00% Authorized Positions = 51.0 Filled Positions = 46.0 Filled FTE's= 44.3 REGIONAL SUPPORT and SPECIAL PROJECTS (Performed in scope) Area Reason Name Hours SCADA Scada Support Scada Regional Support 18.75 Maintenance Maintenance, Reporting, and IT Related Activities Various Regional Staff 97 BMS Dryer Installation Project Staff & Regional Support 101 Noland Master Plan Data Request and Sampling Planning Staff 0 Appendix C. Employee Vacancy and Project Status Report 1 CONTRACT FOR HABITAT RESTORATION AND MANAGEMENT OF WEST SIDE PRAIRIE BETWEEN THE CITY OF FAYETTEVILLE, ARKSNSAS AND NORTHWEST ARKANSAS LAND TRUST WHEREAS, City of Fayetteville, Arkansas is the owner of property known as West Side Prairie located in Fayetteville, Arkansas and; WHEREAS, the City of Fayetteville, Arkansas desires to contract for Habitat Restoration and Management services for West Side Prairie and; WHEREAS, on February 18, 2020, the Northwest Arkansas Land Trust was selected by the City Council to perform Habitat Restoration and Management services for the City of Fayetteville, Arkansas at West Side Prairie due to their expertise in habitat restoration and management and; WHEREAS, Northwest Arkansas Land Trust is a local, accredited land trust with expertise in habitat restoration and management, public access infrastructure and maintenance, and who follows current standards and practices as established by the Land Trust Accreditation Commission to help ensure, among other things, the proper stewardship and permanence of lands protected by conservation easements and; WHEREAS, the City Council of Fayetteville, Arkansas has approved a contract with Northwest Arkansas Land Trust for Habitat Restoration and Management of West Side Prairie, NOW THERFORE: In consideration of the mutual promises contained in this Agreement and other good and valuable consideration, 1. Agreement is made this day of , 2024 between the City of Fayetteville, Arkansas located at 113 W. Mountain, Fayetteville, Arkansas 72701 and the Northwest Arkansas Land Trust located at 1725 S. Smokehouse Trail, Fayetteville, Arkansas 72701. 2. Term: This agreement shall be for a term of one (1) year. This contract may be cancelled by either party within 30 days of written notice. 3. Renewals: This agreement may be renewed for 4 additional one (1) year terms with mutual agreement of the parties. 4. Appendix and Attachments: The Contract documents which comprise this contract between the City of Fayetteville and Northwest Arkansas Land Trust consist of this Contract and the following documents attached hereto, and made part thereof: a. Appendix A- Northwest Arkansas Land Trust Scope of Services for Restoration and Management of West Side Prairie b. Attachment B- Survey of West Side Prairie 5. Services to be Provided: During the terms of the Agreement, Northwest Arkansas Land Trust shall: 2 a. Use adaptive restoration strategies to restore the site to native tall grass prairie and savannah habitat. b. Use adaptive management strategies to properly manage habitat for native tall grass prairie and savanna species. c. Install and manage appropriate infrastructure for public access. d. Administer and manage work schedules, vendors, and contractors, and coordinate with proper City of Fayetteville staff. 6. Fees and Expenses: The City of Fayetteville agrees fees for service shall be paid upon invoice as follows: a. Services shall be invoiced for each quarter not to exceed $10,000.00 for the term. b. Northwest Arkansas Land Trust will track and report all expenses related to this Agreement along with the invoice for payment for each quarter. c. Invoices shall be itemized. 7. Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if addressed and mailed, certified mail, postage paid, delivery, or overnight courier. 8. Applicable Law: The Agreement shall be governed by and construed in accord with the laws of the State of Arkansas. 9. Entire Agreement: This Agreement sets forth the entire agreement and understanding of the parties on the subject matter of this Agreement. Neither party shall be bound by any conditions, definitions, representations, or warranties with respect to the subject matter of this Agreement other than those as expressly provided herein. 10. Amendments and Waivers: 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 of scope, cost, or fees. No modification of this Agreement shall be binding unless made in writing and executed by both parties. No waiver by either party or any breach or obligation of the other party under this Agreement shall constitute a waiver or any other of any other prior or subsequent breach or obligation. 11. Deliverables: Northwest Arkansas Land Trust shall provide the following deliverables. One: Adaptive Habitat Restoration and Management of Historic Prairie & Savanna In keeping with an adaptive approach to habitat management as outlined in the 2020 Habitat Conservation & Management Plan, NWALT will employ a variety of plant management techniques to control invasive and exotic plant species on the site. Routine maintenance shall include but not be limited to spot treating with herbicides, mulching, top cutting for seed control, and prescribed fire. Informal botanical surveys will be conducted seasonally to document new occurrences of exotic species as well as previously unobserved native plant species. NWALT will regularly survey for and remove litter and refuse from along roadways and within the prairie as necessary. Deliverables: Adaptive plant management and litter pickup 3 Two: Public Access Infrastructure NWALT will regularly maintain the established 1-mile trail loop within the prairie. This will primarily consist of mowing and may include the addition of seasonal wet weather crossings as outlined in the Public Access Plan. NWALT will install 3 strategically placed interpretive signs along the trail loop to interpret the natural history of the prairie. NWALT will continue to work with the City to design and install an appropriate parking area for the prairie as outlined in the Public Access Plan and in accordance with the 2020 conservation easement guidelines. NWALT will install a trailhead kiosk at the parking area to interpret the site with regulatory language to protect conservation values and purposes on both Westside Prairie and the adjacent Woolsey Wet Prairie Sanctuary. Deliverables: Maintenance of trail, installation of signs, installation of parking area and kiosk Three: Administration and Reporting NWALT will manage all facets of work under this scope of services including but not limited to work timelines, communications, contractors, vendors, staff, and volunteers (if used). NWALT will submit one annual report to include work performed, updates for any new plant species observed, and recommendations for future management actions. Deliverables: Project management and oversight, annual report 12. Contract Administration: The Mayor or his/her Designated Representative shall be the Contract Administrator for this contract. The Northwest Arkansas Land Trust Executive Director or her/his Designated Representative shall be the primary contact for all matters pertaining to this contract. 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, Northwest Arkansas Land Trust 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. 4 IN WITNESS WHEREOF, the parties have executed this Agreement. Northwest Arkansas Land Trust By: Date: Grady Spann, Executive Director/CEO Witness: Date: The City of Fayetteville, Arkansas By: Date: Lioneld Jordan, Mayor Attest: Date: Kara Paxton, City Clerk/Treasurer 5 6 7 Bid 24-29 Addendum 2 Crossland Heavy Contractors, Inc. Supplier Response Event Information Number:Bid 24-29 Addendum 2 Title:Construction - East Fayetteville Water Improvements Type:Invitation to Bid Issue Date:3/17/2024 Deadline:4/10/2024 02:00 PM (CT) Notes:The City of The City of Fayetteville is accepting sealed bids from properly licensed firms for the construction of a new pump station and the installation of 8-inch, 12-inch, and 18-inch PVC and DIP water lines. The work also includes, but is not limited to, five (5) bores across state highways and paved county roads, and miscellaneous improvements. Questions regarding this bid should be addressed to Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss@fayetteville- ar.gov . Contact Information Contact:Amanda Beilfuss - Sr. Purchasing Agent Address:Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email:abeilfuss@fayetteville-ar.gov Vendor: Crossland Heavy Contractors, Inc.Bid 24-29 Addendum 2Page 1 of 8 pages Crossland Heavy Contractors, Inc. Information Contact:Amy Harlos Address:501 S. East Ave Columbus, KS 66725 Phone:(620) 429-1410 Email:aharlos@heavycontractors.com By submitting your response, you certify that you are authorized to represent and bind your company. Amy Harlos aharlos@heavycontractors.com Signature Email Submitted at 4/10/2024 01:46:50 PM (CT) Requested Attachments Bid 24-29, Bid Bond CHC Bid Bond - East Fayetteville Pump Station.pdf Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Bid 24-29, Required Signature Forms CHC Bid Form - East Fayetteville Pump Station.pdf Please attach your completed forms. These documents can be found in the Project Manual or as a convenience file in the 'Attachments' tab titled File #00. Response Attachments Ark 2024 License.pdf CHC Arkansas Contractor's License 2024 Current Contracts on Hand-03-22-24.xlsx CHC Current Contracts Construction Experience of Key Individuals CHC.pdf Construction Experience - Key Individuals Reference Projects of Similar Experience CHC.pdf Reference Projects Corporate Resolution - D. Thompson Signature.pdf Corporate Resolution CHC Bidder's Qualification Statement - East Fayetteville Pump Station.pdf CHC Bidder's Qualification Statement CHC East Fayetteville - Suppliers and Materials.pdf CHC Suppliers and Materials Bid Attributes 1 Arkansas Secretary of State Filing Number: 100205582 Vendor: Crossland Heavy Contractors, Inc.Bid 24-29 Addendum 2Page 2 of 8 pages 2 Arkansas Contractor License Number: 0067301124 3 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Yes, I agree No, I don't agree 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. Yes, I agree No, I don't agree 5 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. I agree Bid Lines 1 Package Header Base Bid Items Quantity:1 UOM:EA Total:$817,000.00 Package Items 1.1 Mobilization (Not to Exceed 5% of Base Bid, not including bonds and insurance) Quantity:1 UOM:LS Price:$400,000.00 Total:$400,000.00 1.2 Bonds and Insurance Quantity:1 UOM:LS Price:$400,000.00 Total:$400,000.00 1.3 Trench and Excavation Safety Systems, as required by Act 291 of the 1993 Arkansas General Assembly Quantity:1 UOM:LS Price:$17,000.00 Total:$17,000.00 2 Package Header Bid Schedule A - Gulley Road Improvements Quantity:1 UOM:EA Total:$5,308,923.00 Vendor: Crossland Heavy Contractors, Inc.Bid 24-29 Addendum 2Page 3 of 8 pages Package Items 2.1 Tie to Existing 18-Inch Waterline at Station 0+00, complete in place Quantity:1 UOM:LS Price:$38,000.00 Total:$38,000.00 2.2 18-Inch Ductile Iron Pipe, complete in place Quantity:7746 UOM:LF Price:$192.00 Total:$1,487,232.00 2.3 18-Inch Ductile Pipe Testing & Sterilization, complete in place Quantity:7746 UOM:LF Price:$2.00 Total:$15,492.00 2.4 Compact Ductile Iron Fittings (C153), complete in place Quantity:20019 UOM:LBS Price:$14.00 Total:$280,266.00 2.5 18-inch Butterfly Valves, complete in place Quantity:16 UOM:EA Price:$20,000.00 Total:$320,000.00 2.6 Fire Hydrant Assembly, complete in place Quantity:16 UOM:EA Price:$10,500.00 Total:$168,000.00 2.7 4-Inch Combination Air Release and Vacuum Valve Assembly, complete in place Quantity:3 UOM:EA Price:$21,000.00 Total:$63,000.00 2.8 Gulley Road Bore No.1 - Station 21+30 +/-, complete in place Quantity:1 UOM:LS Price:$80,000.00 Total:$80,000.00 2.9 Gulley Road Bore No.2 - Station 37+50 +/-, complete in place Quantity:1 UOM:LS Price:$190,000.00 Total:$190,000.00 2.10 Hwy. 45 Bore - Station 73+00 +/-, complete in place Quantity:1 UOM:LS Price:$230,000.00 Total:$230,000.00 2.11 Tie to Existing 12-Inch Waterline - Station 74+97 +/-, complete in place Quantity:1 UOM:LS Price:$2,000.00 Total:$2,000.00 2.12 Prefabricated Pump Station, complete in place Quantity:1 UOM:LS Price:$1,680,000.00 Total:$1,680,000.00 2.13 Bank Stabilization/Rip Rap for Creek/Ditch Crossings, complete in place Quantity:1 UOM:LS Price:$55,000.00 Total:$55,000.00 2.14 Creek Crossing - Station 59+78 +/-, complete in place Quantity:1 UOM:LS Price:$90,000.00 Total:$90,000.00 2.15 Asphalt/Concrete Pavement Road/Driveway Repair, complete in place Quantity:107 UOM:SY Price:$575.00 Total:$61,525.00 2.16 Gravel Road/Driveway Repair, complete in place Quantity:10 UOM:EA Price:$330.00 Total:$3,300.00 2.17 Gulley Road Pavement Repair - Station 29+50 to 32+50 +/- & 46+50 to 59+50 +/-, complete in place Quantity:3534 UOM:SY Price:$62.00 Total:$219,108.00 2.18 McBride Driveways (2 Total) - Plan Sheet C12, complete in place Quantity:1 UOM:LS Price:$32,000.00 Total:$32,000.00 Vendor: Crossland Heavy Contractors, Inc.Bid 24-29 Addendum 2Page 4 of 8 pages 2.19 Goshen Control Valve & Vault - Sheet C18, complete in place Quantity:1 UOM:LS Price:$150,000.00 Total:$150,000.00 2.20 Radar Level Meter - Existing Gulley Road Tank, complete in place Quantity:1 UOM:LS Price:$14,000.00 Total:$14,000.00 2.21 Chapel View Drive System Connection, complete in place Quantity:1 UOM:LS Price:$25,000.00 Total:$25,000.00 2.22 Sediment and Erosion Control Quantity:1 UOM:LS Price:$105,000.00 Total:$105,000.00 3 Package Header Bid Schedule B - Goshen Improvements Quantity:1 UOM:EA Total:$2,192,745.00 Package Items 3.1 12-Inch C900 DR14 Class 305 Pipe Installation, complete in place Quantity:8560 UOM:LF Price:$150.00 Total:$1,284,000.00 3.2 12-Inch Pipe Testing & Sterilization, complete in place Quantity:8560 UOM:LF Price:$2.00 Total:$17,120.00 3.3 Compact Ductile Iron Fittings (C153), complete in place Quantity:8305 UOM:LBS Price:$25.00 Total:$207,625.00 3.4 12-Inch Butterfly Valves, complete in place Quantity:14 UOM:EA Price:$9,500.00 Total:$133,000.00 3.5 Fire Hydrant Assembly, complete in place Quantity:9 UOM:EA Price:$9,000.00 Total:$81,000.00 3.6 3-Inch Combination Air Release and Vacuum Valve Assembly, complete in place Quantity:3 UOM:EA Price:$19,000.00 Total:$57,000.00 3.7 Tie to Existing System - Stations 13+70 +/- & 13+91 +/-, complete in place Quantity:1 UOM:LS Price:$17,000.00 Total:$17,000.00 3.8 Tie to Existing System - Station 39+68 +/-, complete in place Quantity:1 UOM:LS Price:$12,000.00 Total:$12,000.00 3.9 Tie to Existing System - Station 55+32 +/-, complete in place Quantity:1 UOM:LS Price:$9,000.00 Total:$9,000.00 3.10 Reconnect Existing Water Meter Service, complete in place Quantity:11 UOM:EA Price:$2,000.00 Total:$22,000.00 3.11 Cut and Cap Existing Water Main, complete in place Quantity:1 UOM:LS Price:$11,500.00 Total:$11,500.00 3.12 Bank Stabilization/Rip Rap for Creek/Ditch Crossings, complete in place Quantity:1 UOM:LS Price:$60,000.00 Total:$60,000.00 3.13 Blue Springs Road Bore, complete in place Quantity:1 UOM:LS Price:$55,000.00 Total:$55,000.00 Vendor: Crossland Heavy Contractors, Inc.Bid 24-29 Addendum 2Page 5 of 8 pages 3.14 Highway 45 Bore, complete in place Quantity:1 UOM:LS Price:$95,000.00 Total:$95,000.00 3.15 Tie to Existing System - Station 85+55 +/-, complete in place Quantity:1 UOM:LS Price:$9,000.00 Total:$9,000.00 3.16 Asphalt/Concrete Pavement Road/Driveway Repair, complete in place Quantity:34 UOM:SY Price:$600.00 Total:$20,400.00 3.17 Gravel Road/Driveway Repair, complete in place Quantity:11 UOM:EA Price:$800.00 Total:$8,800.00 3.18 Sugg / Blair Driveway Replacement - Plan Sheet C22, complete in place Quantity:293 UOM:SY Price:$100.00 Total:$29,300.00 3.19 Sediment and Erosion Control Quantity:1 UOM:LS Price:$64,000.00 Total:$64,000.00 4 Package Header Bid Schedule C - Guy Terry Road West Improvements Quantity:1 UOM:EA Total:$348,712.00 Package Items 4.1 Ties to Existing System (2 Total), complete in place Quantity:1 UOM:LS Price:$6,500.00 Total:$6,500.00 4.2 8-Inch C900 DR14 Class 305 Pipe Installation, complete in place Quantity:2200 UOM:LF Price:$74.00 Total:$162,800.00 4.3 8-Inch Pipe Testing & Sterilization, complete in place Quantity:2200 UOM:LF Price:$2.00 Total:$4,400.00 4.4 Compact Ductile Iron Fittings, complete in place Quantity:1334 UOM:LBS Price:$24.00 Total:$32,016.00 4.5 Gate Valves and Boxes, complete in place Quantity:1 UOM:EA Price:$2,800.00 Total:$2,800.00 4.6 Fire Hydrant Assembly, complete in place Quantity:3 UOM:EA Price:$8,500.00 Total:$25,500.00 4.7 3-Inch Combination Air Valve Assembly, complete in place Quantity:1 UOM:EA Price:$16,000.00 Total:$16,000.00 4.8 Single Meter Setting, complete in place Quantity:3 UOM:EA Price:$3,100.00 Total:$9,300.00 4.9 1-Inch Meter Setting, complete in place Quantity:3 UOM:EA Price:$3,100.00 Total:$9,300.00 4.10 Remove Existing Meter Setting Quantity:6 UOM:EA Price:$600.00 Total:$3,600.00 4.11 Reconnect Existing Water Meter Service, complete in place Quantity:2 UOM:EA Price:$2,100.00 Total:$4,200.00 Vendor: Crossland Heavy Contractors, Inc.Bid 24-29 Addendum 2Page 6 of 8 pages 4.12 Cut and Cap Existing Water Main, complete in place Quantity:1 UOM:LS Price:$3,800.00 Total:$3,800.00 4.13 Bank Stabilization/Rip Rap for Creek/Ditch Crossings, complete in place Quantity:1 UOM:LS Price:$32,000.00 Total:$32,000.00 4.14 Asphalt/Concrete Pavement Road/Driveway Repair, complete in place Quantity:24 UOM:SY Price:$600.00 Total:$14,400.00 4.15 Gravel Road/Driveway Repair, complete in place Quantity:8 UOM:EA Price:$262.00 Total:$2,096.00 4.16 Sediment and Erosion Control Quantity:1 UOM:LS Price:$20,000.00 Total:$20,000.00 5 Package Header Bid Schedule D - Guy Terry Road East, Sassafras Hill Road, and Hunters Ridge Road Improvements Quantity:1 UOM:EA Total:$1,090,264.00 Package Items 5.1 Ties to Existing System, complete in place Quantity:1 UOM:LS Price:$65,000.00 Total:$65,000.00 5.2 8-Inch C900 DR14 Class 305 Pipe Installation, complete in place Quantity:5045 UOM:LF Price:$92.00 Total:$464,140.00 5.3 8-Inch Pipe Testing & Sterilization, complete in place Quantity:5045 UOM:LF Price:$2.00 Total:$10,090.00 5.4 Compact Ductile Iron Fittings (C153), complete in place Quantity:2989 UOM:LBS Price:$20.00 Total:$59,780.00 5.5 Gate Valves and Boxes, complete in place Quantity:10 UOM:EA Price:$2,800.00 Total:$28,000.00 5.6 Fire Hydrant Assembly, complete in place Quantity:8 UOM:EA Price:$8,500.00 Total:$68,000.00 5.7 3-Inch Combination Air Valve Assembly, complete in place Quantity:4 UOM:EA Price:$16,000.00 Total:$64,000.00 5.8 Highway 45 Bore - Hunters Ridge, complete in place Quantity:1 UOM:LS Price:$70,000.00 Total:$70,000.00 5.9 Single Meter Setting, complete in place Quantity:7 UOM:EA Price:$2,300.00 Total:$16,100.00 5.10 Double Meter Setting, complete in place Quantity:2 UOM:EA Price:$3,600.00 Total:$7,200.00 5.11 Remove Existing Meter Setting Quantity:9 UOM:EA Price:$500.00 Total:$4,500.00 5.12 Reconnect Existing Water Meter Service, complete in place Quantity:14 UOM:EA Price:$8,000.00 Total:$112,000.00 Vendor: Crossland Heavy Contractors, Inc.Bid 24-29 Addendum 2Page 7 of 8 pages 5.13 Cut and Cap Existing Water Main, complete in place Quantity:1 UOM:LS Price:$10,600.00 Total:$10,600.00 5.14 Asphalt/Concrete Pavement Road/Driveway Repair, complete in place Quantity:48 UOM:SY Price:$600.00 Total:$28,800.00 5.15 Gravel Road/Driveway Repair, complete in place Quantity:5 UOM:EA Price:$350.00 Total:$1,750.00 5.16 Hunters Ridge Road Pavement Repair - Sta.3+00 to 4+22 +/- Quantity:602 UOM:SY Price:$52.00 Total:$31,304.00 5.17 Sediment and Erosion Control Quantity:1 UOM:LS Price:$49,000.00 Total:$49,000.00 6 Package Header Deductive Alternates Quantity:1 UOM:EA Total:$6,175,961.00 Package Items 6.1 DEDUCTIVE ALTERNATE #1: Bid Schedule D (Includes all bid items included in Schedule D) Quantity:1 UOM:LS Price:$1,090,264.00 Total:$1,090,264.00 6.2 DEDUCTIVE ALTERNATE #2: Bid Schedule D + Bid Schedule C (Includes all bid items included in Schedule D + Schedule C) Quantity:1 UOM:LS Price:$1,438,976.00 Total:$1,438,976.00 6.3 DEDUCTIVE ALTERNATE #3: Bid Schedule D + Bid Schedule C + Schedule B. Additionally, Schedule A - Bid Item 19 - Goshen Control Valve and Vault will include a connection to the existing 6" water line with stub outs for future connection to the Goshen 12" line. Quantity:1 UOM:LS Price:$3,646,721.00 Total:$3,646,721.00 Response Total: $15,933,605.00 Vendor: Crossland Heavy Contractors, Inc.Bid 24-29 Addendum 2Page 8 of 8 pages 1. Name of Bidder: Crossland Heavy Contractors, Inc. 2. Permanent main office address: PO Box 350, 501 S. East Avenue, Columbus, KS 66725 3. When organized: April 1993 If a corporation, where incorporated: Kansas 4. General character of work performed by your company: Water & Wastewater Treatment Plants, Lift & Pump Stations, Water & Sewer Lines, Storm Drainage, Earthwork, Concrete, Bridge, Roads 5. Bonding Capacity: $1.5 Billion 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) See attached Listing 7. Have you ever been late on a project or deaulted on a Contract? If so, where and why? 8. Have you ever been fined or had you license suspended by a Contracor's Licensing Board? If so, where and why? 9. Have you ever had liquidated damages imposed? If so, provide explanantion. 10. List all municipal projects and provide firm's experience in water utilities construction work in excess of $3,000,000 within the last 5 years. Provide owner references for at least three water utility projects in the last 2 years. See attached listing 11. Provide schedule of your current contracts on hand. Indicate the project title, owner, contract amount and start/finish dates. See attached listing 12. Provide names of and summary experience of the superintendent that will be assigned to the project, including construction value projects. See attached listing STATEMENT OF BIDDER'S QUALIFICATIONS Current Projects in Progress/Contracts On Hand 03/22/24 OWNER CONTRACT AMOUNT EXPECTED COMPLETION 2022 Wastewater Treatment Facility Improvements City of Osawatomie $2,538,564.00 12/22 2 Inch Waterline Replacement - NW Tulsa Tulsa Metropolitan Utility Authority $1,538,000.00 9/23 2ND &Bryant City of Edmond $7,478,800.00 6/22 8th St Corridor Improvements City of Bentonville $28,193,021.80 7/24 8th & Easy Tunnel City of Rogers $4,838,330.00 5/24 AA TIA Wet Utilities City of Tulsa $8,000,000.00 AB Jewell Clarifier No. 2 Imps Tulsa Metropolitan Utility Authority $8,922,000.00 7/22 AB Jewell Clarifier No. 3 Improvements Tulsa Metropolitan Utility Authority $12,717,000.00 7/23 AB Jewell WTP Maint and Rehab City of Tulsa $1,912,000.00 7/23 AB Jewell Sodium Hydroxide Improvements Tulsa Metropolitan Utility Authority $1,763,623.00 3/24 ADA Main Street Improvements City of Ada, OK $8,003,458.22 6/22 Airport Fire Pump Replacement Johnson County $97,000.00 6/23 Alpena Wastewater System Improvements Town of Alpena, Arkansas $4,284,865.81 5/23 American Airlines TUL Base Power Supply American Airlines $3,500,000.00 12/23 Arcadia Lake WTP Residuals Handling & Imps Edmond Public Works Authority $39,372,169.57 8/22 Bartlesville Effluent Pump Station City of Bartlesville $1,738,000.00 11/22 Black Bob Pipe Abandonment City of Olathe $10,000.00 2/23 Black Bob Pump Station Site and Piping Imp City of Olathe $581,000.00 03/24 BPU WaterOne Interconnect Piping BPU Water Engineering $93,278.00 12/22 BWD Raw Water Main Improvements Lowell, AR $576,000.00 3/23 BWD Western Corridor Pump Station Lowell, AR $38,373,465.00 12/25 Caney River Raw Water Intkae Improvements City of Bartlesville $1,302,206.93 5/22 Cedar Lake Lift Station Improvements City of Olathe $2,488,133.40 7/22 Citywide LS Imp West Bank LS City of Tulsa OK $478,500.00 Clear Creek Lift Station Upgrades City of Springdale $2,868,238.00 2/23 Contracto 4 High Service Pump Station & Clearwell City of Lexington $1,304,114.00 9/22 COT 2 INCH Waterline TMUA-W 11-08, C5 Tulsa Metropolitan Utility Authority $1,897,000.00 1/23 COT 2 Waterline 31st to Howard Tulsa Metropolitan Utility Authority $2,162,000.00 7/22 COT 7th and 8th St Aerterial Rehab City of Tulsa $3,510,904.00 5/23 COT NA 8063 City of Tulsa $3,870,000.00 6/23 COT NA MZ 1153 City of Tulsa $4,784,000.00 11/23 COT NA ZONE 4031 City of Tulsa $12,534,085.97 7/23 DLSMB InDense Pilot Johnson County Wastewater $55,394.00 3/23 Eagle Bend Irrigation System Improvements City of Lawrence $723,000.00 2/23 Facility 2 Filer No. 27 Rebuild WaterOne $239,000.00 4/23 Har-Ber Ave. Ext. - 40th St. to Gutensohn Rd.City of Springdale $9,985,694.00 7/23 Hefner Surge Enhancements City of Oklahoma City Water Utilities Trust $2,109,985.00 5/23 Hefner WTP Ozone Expansion City of Oklahoma City Water Utilities Trust $44,432,000.00 7/25 Henson Addition Un-Sewered Area Extend Sanitary Sewer City of Tulsa $441,000.00 7/24 Jenks WWTP City of Jenks, Oklahoma $11,917,000.00 1/23 Joplin High Service PS Replacement Missouri American Water Company $7,249,212.00 12/22 Junction City WTP Improvements Phase 2 City of Junction City $14,099,012.00 12/22 Kaw Point Control Room Stairs Replacement Unified Government of Wyandotte County $63,759.00 12/22 Kaw WTP Electrical & Mechaincal Imps Contract 2 City of Lawrence $4,457,000.00 4/22 Larson Building Demo Johnson County Wastewater $105,940.00 2/23 Lime Silo Slaker Addition City of Independence Water Department $3,748,400.00 2/25 Little Cedar Creek Stabilization City of Olathe $484,500.00 5/22 Little Osage Trib 2 Drainage Improvements City of Bentonville $3,392,063.00 4/23 LLWWTP UV Disinfection Improvements Broken Arrow Municipal Authority $5,841,000.00 8/22 Lynn Lane Blower Replacement Broken Arrow Municipal Authority $259,000.00 9/22 Madison County Booster Pump Station Rehab Madison County Water Facilities $669,940.00 2/22 Main Lift Station & Forcemain Improvements City of Eudora $26,066,450.00 12/22 Marshalltown - Armstrong Earthwork & Storm Drain Columbus, KS $1,226,759.00 10/23 Middle Basin Misc Electrical Improvement Johnson County Wastewater $203,459.00 5/23 Missouri River Intake HVAC Improvements & Roof Replacement Water District No. 1 of Johnson County $1,560,000.00 6/23 Mohawk WTP - RAW Water Bldg Augur Removal Tulsa Metropolitan Utility Authority $181,000.00 4/23 Mulberry WTP City of Mulberry AR $7,498,080.00 NA St Rehab MZ 2065Z, 2065C City of Tulsa $3,518,000.00 11/24 NA St Rehab and WL Repl in MZ 4021 Tulsa, OK $2,908,000.00 5/24 NA ST MZ 5040 Tulsa, OK $700,000.00 03/24 NE J Street Early Site Preparation Bentonville, AR $716,963.00 3/23 Nelson WWTP Improvements Package 4 Mission, KS $1,744,000.00 5/23 NEO CM North Groove - North Lake WNP Pump Station Nabholz Construction Corporation $792,169.00 12/22 NEO CM South Lake and Green Groove - Outfall Structure Nabholz Construction Corporation $347,118.00 4/23 Norman WRF Dewatering Imp City of Norman OK $3,000,000.00 04/25 Northland II Pump Station Impr Phase I and II City of Topeka $1,092,955.00 10/23 NSWWTP Digester Improvements Project Tulsa Metropolitan Utility Authority $2,589,000.00 6/23 NW 9th and D Street Bentonville, AR $6,529,392.00 5/24 Olathe Sodium Hypo Tank Replacement City of Olathe $349,815.00 5/23 Olathe WTP 1 Demolition City of Olathe $743,000.00 10/22 Olathe WTP2 Chemical Feed Olathe, KS $14,150,000.00 5/24 Osage Bartlesville Crossland Construction Company $1,621,749.00 12/22 Osage Pawhuska - Site Concrete 32A Crossland Construction Company, Inc.$851,100.00 10/22 Owasso 116th and Garnett Intersection City of Owasso $4,284,000.00 6/22 Owasso 116th Widening Garnett to 129th City of Oswasso $8,603,000.00 6/23 Owasso WWTP & Main Lift Station Owasso Public Works Authority $21,187,879.00 2/23 Pensacola Ventilation Design GRDA City of Tulsa OK $1,240,000.00 Pinnacle Hills Roundabouts and Uptown Street Improvements City of Rogers $10,857,450.00 8/24 Prairie Grove WWTP Expansion City of Prairie Grove $7,358,000.00 7/23 Prairie Grove WWTP Lift Station City of Prairie Grove $1,235,200.00 10/22 Roof Repl AB Jewell Maintenance Building City of Tulsa OK $427,000.00 Route 66 Rapid Bus Transit Stations - Phase 1 City of Tulsa OK $3,400,000.00 05/25 RMUA WPC 22-2 Regional Metropolitian Utility Authority $484,000.00 8/23 S. Dixieland Rd. Ext.Lowell, AR $7,741,107.00 1/24 Sapulpa WWTP Imp - Aeration Equipment City of Sapulpa OK $500,000.00 Sand Springs WTP Influent 14" Filter Butterfly Valve City of Tulsa OK $100,000.00 Sand Springs WWTP SBR Blower Repl City of Sand Springs OK $1,485,715.00 Slaughter Pen East Emergency Access Trail Trailblazers + ETHIC $432,080.00 10/22 Slaughter Pen West Parking Lot NWA Trailblazers $789,856.00 5/22 South Canadian WWTP Improvements City of Oklahoma City Water Utilities Trust $213,851,000.00 1/27 S. Delaware Ave and WL Repl City of Tulsa OK $1,421,000.00 South Cedar Creek Elliptical Pipe City of Olathe $333,512.00 9/22 Springdale Water Utilities Wastewater TF Phase 1 Improvements City of Springdale Water and Sewer $51,394,137.00 2/25 Stillwater Pump Station City of Stillwater, OK $25,627,000.00 06/25 Topeka WTP West Plain Basin Rehab City of Topeka $10,249,300.00 5/23 Tulsa County Posey Creek Bridge Tulsa County $2,005,506.00 5/22 Turkey Creek WWTF Miscellaneous Improvements Johnson County Wastewater $2,145,500.00 5/23 Via Emma Waterline Extension Blue Crane $44,463.00 5/22 Walton Blvd Intersection (RFP 23-47)City of Bentonville $10,000,000.00 02/25 War Eagle Bridge Repair Benton County $9,353.00 4/22 Warner WTP Filter Medial Replacement Warner Utilities Authority $48,610.00 5/22 Wastewater Treatment Plant Improvements Phase 2 Junction City, KS $56,406,000.00 12/25 WaterOne Misc. Improvemen City of Kansas City $1,373,123.00 4/23 WMHO 10th Street Pedestrian Tunnel Retainage Walls APAC-Central, Inc.$240,413.00 6/22 WRWA Landside Wayfinding Oklahoma City Airport Trust $5,570,110.00 11/22 Wyss Pumping Station Engine Generator Facilities WaterOne $5,776,500.00 12/23 3. Bonded Projects Currently Under Contract CONTRACT EXPECTED PROJECT Owner Engineer Surety Type of Work AMOUNT COMPLETION Hefner WTP Chemical Feed Imps Oklahoma Water Utilities Trust CP&Y Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Plant $14,321,601.00 9/16 420 W. Main, STE 500 1820 Regal Row Zurich American Insurance Co Oklahoma City, OK 73102 Dallas, TX 75235 Agent: IMA, Inc: 51 Corporate Woods 405-297-2399 214-640-1721 9393 West 110th St, Suite 600, Overland Park, KS 66210 Bellview Road North City of Rogers McClelland Consulting Enginners Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Road $11,576,033.00 12/16 301 West Chestnut St PO BOX 1229 Zurich American Insurance Co Rogers, AR 72756 Fayetteville, AR 72702 Agent: IMA, Inc: 51 Corporate Woods 479-621-1186 479-443-2377 9393 West 110th St, Suite 600, Overland Park, KS 66210 Middle Fork White River Bridge AHTD AHTD Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Bridge $7,978,831.90 9/17 3526 N Highway 112 3526 N Highway 112 Zurich American Insurance Co Fayetteville, AR 72704 Fayetteville, AR 72704 Agent: IMA, Inc: 51 Corporate Woods 479-251-9266 479-251-9266 9393 West 110th St, Suite 600, Overland Park, KS 66210 Union County WTP Expansion Union County Water Conservation Board GBMc & Associates Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Plant $2,989,375.00 10/16 441 West Cedar 219 Brown Lane Zurich American Insurance Co El Dorado, AR 71730 Bryant, AR Agent: IMA, Inc: 51 Corporate Woods 870-862-1244 501-847-7077 9393 West 110th St, Suite 600, Overland Park, KS 66210 Wolcot WTP Engine Generator Water District No. 1 of Johnson County Black & Veatch Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Plant $8,899,888.00 10/16 10747 Renner Blvd 8400 Ward Parkway Zurich American Insurance Co Lenexa, KS 66219 Kansas City, MO Agent: IMA, Inc: 51 Corporate Woods 913-895-5826 913-458-3464 9393 West 110th St, Suite 600, Overland Park, KS 66210 Clinton Raw Water Pump Station Improvements City of Lawrence Black & Veatch Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Pump Station $1,527,000.00 11/16 8400 Ward Parkway Zurich American Insurance Co Kansas City, MO Agent: IMA, Inc: 51 Corporate Woods 913-458-3464 9393 West 110th St, Suite 600, Overland Park, KS 66210 61st and Memorial Arterial Street City of Tulsa PEC Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Road $5,894,000.00 12/16 2317 S Jackson 4150 S 100th E Ave Suite 401 Zurich American Insurance Co Tulsa, OK Tulsa, OK 74146 Agent: IMA, Inc: 51 Corporate Woods 918-596-9615 918-664-5400 9393 West 110th St, Suite 600, Overland Park, KS 66210 Maple & Lafayette Bridge City of Fayetteville, AR McClelland Consulting Engineers Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Bridge $1,725,071.42 10/16 113 W Mountain St PO BOX 1229 Zurich American Insurance Co Fayetteville, AR Fayetteville, AR Agent: IMA, Inc: 51 Corporate Woods 479-444-3424 479-443-2377 9393 West 110th St, Suite 600, Overland Park, KS 66210 Clinton WTP Taste & Odor City of Lawrence Burns & McDonnell Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Plant $3,879,000.00 1/17 PO BOX 708 9400 Ward Parkway Zurich American Insurance Co Lawrence, KS 66044 Kansas City, MO 64114 Agent: IMA, Inc: 51 Corporate Woods 785-832-7812 816-822-3218 9393 West 110th St, Suite 600, Overland Park, KS 66210 WPC 16-3 Southside Boiler Replacement Tulsa Metro Utility Authority City of Tulsa Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Plant $714,840.00 5/17 175 E 2nd Street, Suite 260 5300 S. Elwood Zurich American Insurance Co Tulsa, OK 74106 Tulsa, OK 74107 Agent: IMA, Inc: 51 Corporate Woods 918-591-4482 918-591-4482 9393 West 110th St, Suite 600, Overland Park, KS 66210 Hefner WTP Sludge Handling Facilities Oklahoma Water Utilities Trust CP&Y Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Plant $35,183,541.00 10/17 420 W Main, Ste 500 1820 Regal Row Zurich American Insurance Co Oklahoma City, OK 73102 Dalla, TX 75235 Agent: IMA, Inc: 51 Corporate Woods 405-297-2399 214-640-1721 9393 West 110th St, Suite 600, Overland Park, KS 66210 Decatur WWTP - Design Build Expansion City of Decatur McClelland Consulting Engineers Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Plant $10,000,000.00 2/17 310 Maple Ave 1801 N. College Ave Zurich American Insurance Co Decatur, AR 72722 Fayetteville, AR Agent: IMA, Inc: 51 Corporate Woods 479-752-3912 479-433-2377 9393 West 110th St, Suite 600, Overland Park, KS 66210 Remington Estates Subdivision Riggins Commercial Const & Development ESI- Engineer Services Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Utilities $1,135,581.25 10/16 1204 E Joyce Blve #102 1207 S Old Missouri Rd Zurich American Insurance Co Fayetteville, AR 72703 Springdale, AR 72764 Agent: IMA, Inc: 51 Corporate Woods 479-582-9597 472-751-8733 9393 West 110th St, Suite 600, Overland Park, KS 66210 New Hope Road Trial & Bridge City of Rogers CEI Engineering Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Bridge $1,167,951.00 12/16 301 W Chestnut St 3108 SW Regency Parkway, Suite 2 Zurich American Insurance Co Rogers, AR 72765 Bentonville, AR 72712 Agent: IMA, Inc: 51 Corporate Woods 479-621-1186 479-273-9472 9393 West 110th St, Suite 600, Overland Park, KS 66210 Village on the Creeks Trail City of Rogers CEI Engineering Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Misc $1,630,409.10 1/17 301 W Chestnut St 3108 SW Regency Parkway, Suite 2 Zurich American Insurance Co Rogers, AR 72765 Bentonville, AR 72712 Agent: IMA, Inc: 51 Corporate Woods 479-621-1186 479-273-9472 9393 West 110th St, Suite 600, Overland Park, KS 66210 Porum WTP Improvements City of Porum Neal, Harvell & Associates Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Plant $682,362.00 12/16 105 South Arkansas St 123 North Oak Zurich American Insurance Co Porum, AR 74455 Sallisaw, OK 74955 Agent: IMA, Inc: 51 Corporate Woods 918-484-2516 918-775-7731 9393 West 110th St, Suite 600, Overland Park, KS 66210 Durant State Fish Hatchery Improvements State of OK- Construction & Properties Garver Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Misc $2,548,640.00 6/17 2401 N. Lincoln, Suite 212 3010 Gaylord Parkway, Suite 190 Zurich American Insurance Co Oklahoma City, OK 73152-3448 Frisco, TX 75034 Agent: IMA, Inc: 51 Corporate Woods 405-522-8896 214-619-9047 9393 West 110th St, Suite 600, Overland Park, KS 66210 Northside WWTP Nitrification Improvements City of Tulsa Greeley & Hansen Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Plant $4,110,130.00 8/17 5665 N. 105th Ave 100 South Wacker Drive Zurich American Insurance Co Tulsa, OK 74117 Chicago, IL 60606 Agent: IMA, Inc: 51 Corporate Woods 918-591-4555 312-558-9000 9393 West 110th St, Suite 600, Overland Park, KS 66210 Grove Downtown Enhancements Oklahoma Department of Transportation Oklahoma Department of Transportation Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Road $865,014.99 11/16 Zurich American Insurance Co Agent: IMA, Inc: 51 Corporate Woods 9393 West 110th St, Suite 600, Overland Park, KS 66210 Non-Arterial Street Rehab Maintenance Zone 7133 City of Tulsa AAB Engineering Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Road $707,064.00 10/16 2317 S. Jackson 200 E Mathew Brady St Zurich American Insurance Co Tulsa, OK 74107 Tulsa, OK 74103 Agent: IMA, Inc: 51 Corporate Woods 918-596-9578 918-584-8689 9393 West 110th St, Suite 600, Overland Park, KS 66210 Non-Arterial Zone 8103 City of Tulsa MCE Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Road $1,444,700.00 2/17 2317 S. Jackson 501 E Alliance Rd Zurich American Insurance Co Tulsa, OK 74107 Sand Springs, OK 74063 Agent: IMA, Inc: 51 Corporate Woods 918-596-9578 918-245-9563 9393 West 110th St, Suite 600, Overland Park, KS 66210 Non-Arterial Zone 2055 City of Tulsa Alexander Engineering Co Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Road $1,048,849.00 11/16 2317 S. Jackson 708 West Freeport Zurich American Insurance Co Tulsa, OK 74107 Broken Arrow, OK 74012 Agent: IMA, Inc: 51 Corporate Woods 918-596-9578 918-455-3859 9393 West 110th St, Suite 600, Overland Park, KS 66210 Kaw Point & Wolcott Pump Replacement Unified Government Alfred Benesch & CO Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Plant $303,000.00 11/16 701 North 7th St, 7th Floor 11010 Haskall Ave, Suite 200 Zurich American Insurance Co Kansas City, KS 66101 Kansas City, KS 66109 Agent: IMA, Inc: 51 Corporate Woods 913-573-5700 913-441-1100 9393 West 110th St, Suite 600, Overland Park, KS 66210 Legendary Subdivision Mohuma Six, LLC ESI- Engineering Services Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Utilities/Road $698,194.00 10/16 1207 S Old. Missouri Road 1207 S. Old Missouri Road Zurich American Insurance Co Springdale, AR 72764 Springdale, AR 72764 Agent: IMA, Inc: 51 Corporate Woods 9393 West 110th St, Suite 600, Overland Park, KS 66210 Johnson, Robinson Lane & Brush Creek Lift Station Springdale Water Utilities McGoodwin, Williams and Yates, Inc Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Lift Station $4,113,200.00 5/17 526 Oak Ave 302 Milsap Zurich American Insurance Co Springdale, AR 72765 Fayetteville, AR 72703 Agent: IMA, Inc: 51 Corporate Woods 479-443-3404 9393 West 110th St, Suite 600, Overland Park, KS 66210 Benton County Booster Pump Station No. 2 Benton Washington Regional Public Water Authority Crist Engineers Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Pump Station $572,700.00 11/16 15531 Woods Lodge Rd 205 Executive Court Zurich American Insurance Co Rogers, AR 72756 Little Rock, AR 72205 Agent: IMA, Inc: 51 Corporate Woods 9393 West 110th St, Suite 600, Overland Park, KS 66210 Sheridan Rd 81st to 91st City of Tulsa Poe & Associates Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Road $1,509,000.00 3/17 2317 S Jackson 4606 S Garnett Zurich American Insurance Co Tulsa, Ok 74107 Tulsa, OK 74146 Agent: IMA, Inc: 51 Corporate Woods 918-596-7814 918-665-8800 9393 West 110th St, Suite 600, Overland Park, KS 66210 36th St N and Lewis Ave City of Tulsa Tetra Tech Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Road $7,535,215.00 5/18 2317 S Jackson 7645 E 63rd St Suite 301 Zurich American Insurance Co Tulsa, OK 74107 Tulsa, OK 74133 Agent: IMA, Inc: 51 Corporate Woods 918-596-7814 918-249-3909 9393 West 110th St, Suite 600, Overland Park, KS 66210 N/A Street Maint Zone 3003 City of Tulsa Cyntergy Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Road $806,890.00 12/16 2317 S Jackson 810 S Cincinnati Zurich American Insurance Co Tulsa, OK 74107 Tulsa, OK 74119 Agent: IMA, Inc: 51 Corporate Woods 918-596-7814 918-877-6000 9393 West 110th St, Suite 600, Overland Park, KS 66210 67th & E Ave. Drainage Imps & Ute Street Maint City of Tulsa Meshek & Associates Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Street Drainage $463,100.00 12/16 2317 S Jackson 1437 S Boulder Ave Zurich American Insurance Co Tulsa, OK 74107 Tulsa, OK 74119 Agent: IMA, Inc: 51 Corporate Woods 918-596-7814 918-392-5620 9393 West 110th St, Suite 600, Overland Park, KS 66210 Hugo WWTP Improvements Hugo Municipal Authority Wall Engineering Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Street Drainage $4,708,800.00 10/17 201 S 2nd St 325 W Evergreen Zurich American Insurance Co Hugo, OK 74743 Durant, OK 74702 Agent: IMA, Inc: 51 Corporate Woods 580-326-2722 580-317-4107 9393 West 110th St, Suite 600, Overland Park, KS 66210 Pump Station 18 Improvements Unified Government of Wyandotte Co Black & Veatch Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Pump Station $898,785.00 1/17 701 North 7th Street, 7th Floor 8400 Ward Parkway Zurich American Insurance Co Kansas City, KS 66101 Kansas City, MO 64114 Agent: IMA, Inc: 51 Corporate Woods 913-573-5700 913-458-3696 9393 West 110th St, Suite 600, Overland Park, KS 66210 Hansen Water Treatment Plant Water Dist No 1 of Johnson Co Water Dist No 1 of Johnson Co Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Water Treatment Pla $644,825.00 4/17 7601 Holiday Drive 7601 Holiday Drive Zurich American Insurance Co Kansas City, KS 66106 Kansas City, KS 66106 Agent: IMA, Inc: 51 Corporate Woods 913-895-5828 913-895-5828 9393 West 110th St, Suite 600, Overland Park, KS 66210 Norwood & Montara Pump Station City of Topeka Bartlett & West Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Water Treatment Pla $1,088,500.00 9/17 215 SE 7th St 1200 SE Executive Drive Zurich American Insurance Co Topeka, KS 66603 Topeka, KS 66615 Agent: IMA, Inc: 51 Corporate Woods 785-368-2448 785-228-3132 9393 West 110th St, Suite 600, Overland Park, KS 66210 Mckissic Lift Station City of Bentonville Garver, LLC Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Waste Water Plant $393,000.00 12/16 117 West Central 2049 E Joyce Blvd Zurich American Insurance Co Bentonville, AR 7271 Fayetteville, AR 72703 Agent: IMA, Inc: 51 Corporate Woods 479-271-6720 479-527-9100 9393 West 110th St, Suite 600, Overland Park, KS 66210 Tyson Waste Water Upgrade Design-Build Tyson Foods Inc Reid Engineering Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Wast Water Plant $2,929,000.00 4/17 2200 Don Tyson Parkway 1210 Princess Anne Street Zurich American Insurance Co Springdale, AR 72762 Fredericksburg, VA 22401 Agent: IMA, Inc: 51 Corporate Woods 479-290-4000 540-371-8500 9393 West 110th St, Suite 600, Overland Park, KS 66210 Monte Ne Road Realignment City of Rogers McGoodwin, William & Yates Federal Insurance Co/ Fidelity & Deposit CO of Maryland/Road $9,345,617.30 8/18 Major Projects Completed in past 5 years Owner Project Description Location Contract Amount Completion Date Engineer Contact City of Monett Monett Water Treatment Facility Monett, MO $11,365,000.00 02/15 Allgeier Martin & Associates Peter Rauch (Monett) 217 5th Street construction of new water treatment facility with a production capacity 7231 East 24th St, PO Box 2627 Eric Degruson (AM) Monett, MO 65708 of 4MGD Joplin, MO 64803 417-235-3300 417-680-7200 Grove Municipal Services Authority Grove WTP Imrprovements, Phase 3 Grove, OK $7,881,000.00 11/14 Rose & McCrary Jack Bower (Grove) 104 W 3rd Street water plant, new sedimentation basin, clearwell and chemical building,2125 S Broadway St Garrett Ball (R&M) Grove, OK 74344 filter building addition and modification to the existing site Grove, OK 74344 918-786-6107 918-786-6350 City of Broken Arrow Broken Arrow Water Treatment Plant Broken Arrow, OK $57,792,270.45 3/15 HDR Roger Hughes 1700 W Detroit addition to replace existing plant - new membrane building, 17111 Preston Road, Ste 200 Joel Cantwell Broken Arrow, OK 74013 pretreatment basin, presedimentation basin, high service pump building Dallas, TX 75248 918-259-8429 972-960-4400 North Littlerock Wastewater Utility Five Mile Creek Wastewater Treatment Plant Improvements North Little Rock, AR $5,355,200.00 7/14 Marlar Engineering Co, Inc Marc E Wilins PO Box 17898 sewer plant, new influent pump station, parshall flume structure,5318 John F Kennedy Blvd North Little Rock, AR 72117 junction box, misc yard pipe, bar screen replacement North Little Rock, AR 72116 501-945-7186 501-753-1987 City of Fort Smith Lake Fort Smith Water Treatment Plant: Contract No. 3 Mountainburg, AR $31,804,043.00 03/12 Burns & McDonnell Jack Dillion 3900 Kelley Highway 40 MGD water treatment plant improvements 9400 Ward Parkway Steve Yonker (B&M) Fort Smith, AR 72904 Kansas City, MO 64114 479-784-2231 816-822-3218 018-0031 & 018-0032 Amendment No.6 Page 1 AMENDMENT NO. 6 To AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And OLSSON, INC. (formerly McGOODWIN, WILLIAMS, AND YATES, a DIVISION OF OLSSON ASSOCIATES) EAST FAYETTEVILLE AND TOWNSHIP PRESSURE PLANE IMPROVEMENTS WHEREAS, on January 2, 2018, the City of Fayetteville, Arkansas (CITY OF FAYETTEVILLE) and Olsson (formerly McGoodwin, Williams and Yates, a Division of Olsson Associates) of Fayetteville, Arkansas (ENGINEER) entered into an Agreement for engineering services in connection with the East Fayetteville and Township Pressure Plane Improvements (the “Project”); and WHEREAS, on August 13, 2018, the CITY OF FAYETTEVILLE and the ENGINEER agreed to Amendment No.1 that included the ENGINEER providing services in connection with the evaluation, design and/or construction administration for a 12-inch waterline along Highway 45; and WHEREAS, on December 3, 2019, the CITY OF FAYETTEVILLE and the ENGINEER agreed to Amendment No.2 that included the ENGINEER providing additional services for the East Fayetteville and Township Pressure Plane Improvements. The work included meetings with Washington County Road Dept., Arkansas Department of Health, property owners, East Fayetteville Contract Section I redesign, geo-technical borings for the new Gulley Rd. and Township tanks, easement acquisition services, and miscellaneous analyses and infrastructure designs; and WHEREAS, on August 4, 2020, the CITY OF FAYETTEVILLE and the Engineer agreed to Amendment No.3 that included the Engineer providing Construction Administration services for the East Fayetteville Service Area Improvements, Contract Section II New Elevated Water Tank project. The work includes project management, onsite meetings with contractor, field survey staking, observation of construction, and field and lab material testing; and WHEREAS, on October 6, 2020, the CITY OF FAYETTEVILLE and the Engineer agreed to Amendment No.4 that included the Engineer providing Construction Administration services for the East Fayetteville Service Area Improvements, Contract Section I Existing Infrastructure Modifications project. The work shall include project management, onsite meetings with contractor, field survey staking, observation of construction, and field and lab material testing; and WHEREAS, on September 7, 2021, the CITY OF FAYETTEVILLE and the Engineer agreed to Amendment No.5 that included Construction Administration services for the Township Pressure Plane Improvements – Phase 1 project as well as the Richland Creek Crossing. The work included project management, onsite meetings with contractor, field survey staking, observation of construction, and field and lab material testing. Scope of work to also include additional design services for the East Fayetteville Service Area Improvements, Contract Section III New Pump Station and Waterline Improvements, creation of standalone projects for the Township Pressure Plane Improvements and Richland Creek Crossing, survey and design of an 8-inch waterline along Sassafras Hill Road and geo-technical borings at Richland Creek; and WHEREAS, the CITY OF FAYETTEVILLE now wishes to increase the scope of work to include Construction Administration services and requested additional work for the East Fayetteville Service Area Improvements, Contract Section III New Pump Station and Waterline Improvements project. The work 018-0031 & 018-0032 Amendment No.6 Page 2 for the East Fayetteville Service Area Improvements project shall include project management, onsite meetings with contractor, field survey staking, observation of construction, and field and lab material testing. Scope of work includes additional design services related to property owner requests and meetings, geotechnical bores, and re-packaging of project for bid purposes. Work also includes additional construction administration services for the Township Pressure Plane Improvements – Phase I tank project; and WHEREAS, the current Agreement must now be amended to provide the additional scope and amount of compensation to the ENGINEER for the additional work; and NOW THEREFORE, in consideration of the mutual covenants and Agreements herein contained, CITY OF FAYETTEVILLE and the ENGINEER, the parties hereto, stipulate and agree that the Agreement for Engineering Services dated January 2, 2018, and amended on August 13, 2018, December 3, 2019, August 4, 2020, October 6, 2020, and September 7, 2021, is hereby amended in the following particulars: SECTION 5 – PAYMENTS TO ENGINEER 5.1 The maximum not-to-exceed amount authorized for this Agreement is $1,811,120.00. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on a Unit Price or Lump Sum basis as described in Appendix A. APPENDIX A – SCOPE OF SERVICES Add the following Paragraphs: A.2.9 Construction Administration Services – East Fayetteville Service Area Improvements, Contract Section III New Pump Station and Waterline Improvements: Olsson shall provide a suitable staff to perform the Construction Administration services for the East Fayetteville Service Area Improvements, Contract Section III project. Work includes the following: 1. Project Management – Includes submittals, RFI’s, change orders, work change directives, review of contractors monthly pay estimates, etc. Services also include coordination with contractor, preparation and attending a kick-off meeting as well as monthly progress meetings and Engineer site visits. 2. Survey – Includes construction staking for the new pump station site and waterlines and setting control points. 3. Resident Project Representative (RPR) – Duties of RPR include project observation and reporting and maintaining record of construction activity. Scope based on RPR on site approximately four (4) hours per day during construction activities. 4. Material Testing – Work includes performing field material testing including concrete slump, air content tests, making concrete cylinders for strength tests, and soil density testing. Lab work to include concrete cylinder breaks, grout prisms, soil and aggregate proctors, gradation and Atterberg tests. Work to also include evaluation of building and pavement subgrades associated with the new pump station and installation of pipelines in roadways. 018-0031 & 018-0032 Amendment No.6 Page 3 5. Mechanical, Electrical and Instrument & Controls – Scope detailed below includes work associated with the pump station, Gulley Tank level transmitter and then new Goshen valve and vault: a. Review of shop drawings for all instrumentation and control system related submittals. b. Review and respond to RFIs for all instrumentation and control system related RFIs. c. Attendance of virtual monthly construction progress meetings (15) throughout the construction period. d. Provide coordination between the Owner, the control system integrator, and the equipment manufacturer for instrumentation and control system equipment and configuration questions. e. Scope includes two (2) site visits during construction. One (1) for substantial completion walkthrough and one (1) for final completion. Each site visit to include travel and the walkthrough on the same day. f. Provide record drawings to include incorporation of RFI adjustments and Contractor redlines. g. Scope does NOT provide control system integration services. 6. Environmental Services – Scope of work includes the following: a. Stormwater Pollution Prevention Plan (SWPPP) b. Short-Term Activity Authorization (if necessary) 7. Post Construction – Work includes creation of project close-out documents, site visit/final walk through, plans of record, etc. Compensation for these tasks is based on a construction timeline of 420 days to Substantial Completion and 450 days to Final Completion. If project construction runs longer that the aforementioned times, ENGINEER shall invoice CITY OF FAYETTEVILLE the standard hourly billing labor rate charged for those employees actually performing the work, plus reimbursable expenses if any. ENGINEER shall not commence work without CITY OF FAYETTEVILLE’S prior written approval. The staff shall consist of engineers, engineering technicians, and other assistants as may be necessary to carry on the work in an efficient and expeditious manner. A.2.10 Design Services – East Fayetteville Service Area Improvements, Contract Section III New Pump Station and Waterline Improvements: Additional design services, including the following: a. Revision to plans and specifications due to property owner requests b. Research for septic field relocation and meeting with property owner c. Geotechnical borings d. Re-packaging of plans for bidding A.2.11 Construction Administration Services – Township Pressure Plane Improvements – Phase I: Additional construction administration services, including the following: 1. Additional RPR and project engineer construction administration services due to project construction duration extending beyond original construction times. 018-0031 & 018-0032 Amendment No.6 Page 4 2. Post Construction – Work includes creation of project close-out documents, site visit/final walk through, plans of record, etc. A.4 Compensation Add the following Paragraphs: A.4.8 Construction Administration Services – East Fayetteville Service Area Improvements, Contract Section III New Pump Station and Waterline Improvements: 1. The maximum not-to-exceed amount for services described in Section A.2.9 Construction Administration Services – East Fayetteville Service Area Improvements, Contract Section III New Pump Station and Waterline Improvements is $470,815.00. A.4.9 Design Services – East Fayetteville Service Area Improvements, Contract Section III: 2. The maximum not-to-exceed amount for services described in Section A.2.10 Design Services – East Fayetteville Service Area Improvements is $25,700.00. A.4.10 Construction Administration Services – Township Pressure Plane Improvements – Phase 1: 3. The maximum not-to-exceed amount for services described in Section A.2.11 Construction Administration Services – Township Pressure Plane Improvements – Phase 1 is $20,000.00. For clarification purposes, Amendment No. 6 increases the maximum not-to-exceed amount of the project by $516,515.00. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and ENGINEER, by its authorized officer have caused this Amendment to be duly executed this ______ day of ___________, 2024. CITY OF FAYETTEVILLE, ARKANSAS OLSSON, INC. By: By: Mayor, Lioneld Jordan W. Chris Hall, P.E. Water Market Leader ATTEST: By: By: ______ City Clerk Brad Hammond, Local Area Leader END OF AMENDMENT NO. 6 TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Date:06-May-24 Job: East Service Area Improvements-CSIII Phase/ Task Description of Work Total Man-Days Total Labor Fee Total Expense Fee Total Fee 100 CSIII Additional Work Plan Revisions (Prop. Owner Requests, Coord. w/Jacobs, etc.)- 12,500.00$ -$ 12,500.00$ Evironmental Evaluations - 5,200.00$ -$ 5,200.00$ Septic System Research - 3,000.00$ -$ 3,000.00$ Meetings w/Property Owners, City of Goshen, etc.- 5,000.00$ -$ 5,000.00$ 200 CSIII Construction Administration Services Project Management 62.50 91,440.00$ 1,012.00$ 92,452.00$ Submittals 8.75 11,608.00$ -$ 11,608.00$ Change Orders, RFI's & Work Change Directives 9.25 12,280.00$ -$ 12,280.00$ Kick-Off and Progress Meetings 8.25 13,040.00$ -$ 13,040.00$ Property Owner Meetings 3.50 6,140.00$ -$ 6,140.00$ Survey 30.00 36,100.00$ -$ 36,100.00$ Electrical 19.00 22,600.00$ -$ 22,600.00$ Instrument & Control 16.50 19,830.00$ -$ 19,830.00$ Environmental 6.00 8,000.00$ -$ 8,000.00$ Bat Survey 10.50 12,500.00$ -$ 12,500.00$ Inspection 185.00 178,235.00$ -$ 178,235.00$ Lab / Field Material Testing (Asphalt, Concrete, Subgrade)36.50 43,830.00$ -$ 43,830.00$ Project Closeout/Post Construction Services 10.75 14,200.00$ -$ 14,200.00$ 300 Township Additional Field Inspection (FOPS)- 15,000.00$ -$ 15,000.00$ PM, Project Closeout/Post Construction Services - 5,000.00$ -$ 5,000.00$ 406.50 515,503.00$ 1,012.00$ 516,515.00$ GRAND TOTAL TOTALS AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And OLSSON INC. MALLY WAGNON SEWER LIFT STATION UPGRADES Olsson Contract Mally Wagnon Sewer Lift Station Upgrades 1 THIS AGREEMENT is made as of , 2024, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and Olsson, Inc. (hereinafter called ENGINEER). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the evaluation, design, and/or construction administration 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. Olsson Contract Mally Wagnon Sewer Lift Station Upgrades 2 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 Provide such professional legal, accounting, financial, and insurance counseling services as may be required for the Project. 3.1.6 The City Engineer is the CITY OF FAYETTEVILLE’s project representative with respect to the services to be performed under this Agreement. The City Engineer 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. 3.1.7 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 $45,000.00. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on an hourly NTE basis 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. Applications for payment shall be made in accordance with a format to be developed by Olsson Contract Mally Wagnon Sewer Lift Station Upgrades 3 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 Limits of Liability Workers’ Compensation Statutory Employers’ Liability $500,000 Each Accident Commercial General Liability Bodily Injury and $1,000,000 Combined Single Limit Property Damage Automobile Liability: Bodily Injury and $1,000,000 Combined Single Limit Property Damage Professional Liability Insurance $1,000,000 Each Claim Olsson Contract Mally Wagnon Sewer Lift Station Upgrades 4 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 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. 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 no fault of the terminating party, provided that no termination may be affected 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. Olsson Contract Mally Wagnon Sewer Lift Station Upgrades 5 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 affected 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 affected by ENGINEER, or if termination for convenience is affected 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 After payment in accordance with Paragraphs 6.5.3 and 6.5.4 above, deliver or otherwise make available to CITY OF FAYETTEVILLE all project deliverables at the latest stage of completion (e.g. 30%, 90%, etc.) CITY OF FAYETTEVILLE shall have the limited right to use the deliverables subject to the provisions of Paragraph 6.12.2. 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 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. Olsson Contract Mally Wagnon Sewer Lift Station Upgrades 6 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. 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 Olsson Contract Mally Wagnon Sewer Lift Station Upgrades 7 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 The CITY OF FAYETTEVILLE acknowledges the Engineer’s plans and specifications, including all documents on electronic media (“delivered documents”), as instruments of professional service. Nevertheless, the delivered documents prepared under this Agreement shall be delivered to and become the property of the CITY OF FAYETTEVILLE upon completion of the services and payment in full of all monies due to the Engineer . Except for the Engineer’s services provided for by this Agreement as related to the construction and completion of the Project, the ENGINEER accepts no liability arising from any reuse of the delivered documents by the CITY OF FAYETTEVILLE, unless the Engineer is retained by CITY OF FAYETTEVILLE to make modifications or otherwise reuse the delivered documents. Except where the CITY OF FAYETTEVILLE reuses the delivered documents subsequent to the completion of the Project, nothing contained in this paragraph shall alter the Engineer’s responsibilities and obligations under this Agreement. 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. 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: 3537 North Steele Blvd. STE 310 Fayetteville, Arkansas 72703 Olsson Contract Mally Wagnon Sewer Lift Station Upgrades 8 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 party 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. 7.1.2 ENGINEER shall be and shall remain liable, in accordance with 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, counterclaims, 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. Olsson Contract Mally Wagnon Sewer Lift Station Upgrades 9 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: 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. Olsson Contract Mally Wagnon Sewer Lift Station Upgrades 10 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 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. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY OF FAYETTEVILLE, ARKANSAS OLSSON, INC. By: By: Mayor, Lioneld Jordan Chris Hall, PE, Water Market Leader ATTEST: By: By: City Clerk Chris Dougherty, PE, Group Leader END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com Appendix A SCOPE OF SERVICES Corey Granderson Utilities Engineer City of Fayetteville, Arkansas PROJECT DESCRIPTION AND LOCATION Project will be located at: 5716 E Norman Murphy Road, Fayetteville, AR Project Description: Mally Wagnon Sewer Lift Station Upgrades SCOPE OF SERVICES Olsson hereby agrees to provide the following services (“Scope of Services”) to the City of Fayetteville (“Client”) for the Project: PHASE 100 PROJECT ADMINISTRATION Project Management Project management includes coordination of the various disciplines that have involvement in the project, tracking work completion, maintenance of project schedule, billings, and miscellaneous communication with the Client and internal staff. Project Kickoff Meeting Olsson will schedule and attend an in-person project kickoff meeting with the Client. The purpose of the meeting will be to establish the project chain of communication, discuss and clarify the Scope of Services, and finalize the project schedule. Olsson will make a formal data request at the kickoff meeting to identify additional information from the Client to complete the project. The information request is anticipated to include, but is not limited to, the following: • Existing Pump Data for Elkins Lift Station • Existing Pump Data for Mally Wagnon Lift Station • Shop Drawing information for Mally Wagnon Lift Station mechanical and electrical equipment • Previous Inspection Reports • Facility Plans Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com Olsson will provide the Meeting Agenda and generate and distribute meeting minutes within two days of the meeting’s conclusion. Monthly Progress Meetings Olsson will schedule monthly in-person progress meetings involving its project staff and the Client’s personnel. The purpose of these meetings will be to keep all parties informed concerning project status and to provide an opportunity to exchange information. Olsson will provide the Meeting Agenda and generate and distribute meeting minutes within two days of the meeting’s conclusion. PHASE 200 PRELIMINARY DESIGN Project Site Visit Olsson personnel shall visit site to conduct inspection of existing mechanical, structural, and electrical systems. Engineers will discuss with Operations and Maintenance personnel the normal operating schedules and procedures for the equipment to be upgraded. Data Collection Olsson will r eview current and past studies, design memorandums and reports, contract record drawings, approved shop drawings, and other related documents associated with the Elkins Lift Station that is operated by the City of Elkins, AR and for the Mally Wagnon Lift Station operated by the City of Fayetteville, AR. Collect field data to verify dimensions, operating characteristics, and physical condition of equipment, structures, and electrical systems. Design Analysis Olsson will analyze collected data to determine current and future pumping capacity requirements. Develop a list of potential improvements that could be implemented to meet these requirements. Develop conceptual cost estimates for the potential improvements an d provide upgrade recommendation to the City of Fayetteville. Preliminary Engineering Report Compile results from research and analysis activities into a Preliminary Engineering Report that will be submitted to the Client for review. Preliminary Engineering Report will follow report requirements of Recommended Standards for Wastewater Facilities Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com (10 state standards) issued by Great Lakes-Upper Mississippi River Board of State and Provincial Public Health and Environmental Managers as required by Arkansas Department of Health. Quality Control Review Olsson will conduct an internal quality control review of the Preliminary Engineering Report before it is forwarded to the Client for review. Review Meeting and Follow Up Olsson will schedule and attend a review meeting with the Client to discuss the Preliminary Engineering Report. Olsson will provide the Meeting Agenda and generate and distribute meeting minutes within one week of the meeting’s conclusion. The Preliminary Engineering Report will be revised in accordance with agreements reached at the review meeting and a revised final draft will be submitted. PHASE 300 DETAILED DESIGN Detailed Design services are not included. These services are additional and shall be addressed by a Contract Amendment if requested. PHASE 400 BIDDING SERVICES Bidding Services are not included. These services are additional and shall be addressed by a Contract Amendment if requested. PHASE 500 ENGINEERING CONSTRUCTION ADMINISTRATION Services for Engineering Construction Administration are not included. These services are additional and shall be addressed by a Contract Amendment if requested. PHASE 600 CONSTRUCTION OBSERVATION AND TESTING SERVICES Construction Observation and Testing Services are not included. These services are additional and shall be addressed by a Contract Amendment if requested. PROJECT SCHEDULE • Water, Sewer Committee: Tuesday, May 14, 2024 • Council Approval: Tuesday, June 4, 2024 • Kickoff Meeting: Wednesday, June 12, 2024 • Draft Preliminary Engineering Report 60 Days Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com • Client Review 14 Days • Final Preliminary Engineering Report 7 Days COMPENSATION Client shall pay to Olsson for the performance of the Scope of Services, the actual hourly labor rates of personnel performing such services on the project times a factor of 3.20, and all actual reimbursable expenses in accordance with the Reimbursable Expense Schedule attached to this agreement. Olsson shall submit invoices monthly, and payment is due within 30 calendar days of invoice date. Olsson’s Scope of Services will be provided on a time-and-expense basis not to exceed $45,000.00. ADDITIONAL SERVICES Should Client request work in addition to the Scope of Services, Olsson shall invoice Client for such additional services (Optional Additional Services) at the standard hourly billing labor rate charged for those employees performing the work, plus reimbursable expenses if any. Olsson shall not commence work on Optional Additional Services without Client’s prior written approval. Optional Additional Services shall include, but not be limited to, the following: • Detailed design services • Bidding services • Construction testing, administration, and observation services Olsson agrees to provide its services in a timely, competent, and professional manner, in accordance with applicable standards of care, for projects of similar geographic location, quality and scope. EXCLUSIONS AND LIMITATIONS This Scope of Services is limited to the items listed in the Tasks above. Excluded services include: For this project the analysis shall commence with the introduction of flow into the Mally Wagnon Lift Station wet well and shall conclude at the point where the force main discharges into the 36” and 42” gravity service lines. Analysis of the capacity of these gravity sewer lines is not included within this Scope of Services. Description Range Principal $140.00 -$463.00 Project Manager $129.00 -$274.00 Project Professional $95.00 -$242.00 Assistant Professional $71.00 -$178.00 Designer $90.00 -$216.00 CAD Operator $59.00 -$137.00 Administrative/Clerical $47.00 -$206.00 Survey $56.00 -$210.00 * Construction Services $49.00 -$279.00 * 1. 2. Olsson 2024 Billing Rate Schedule Note: Special Services not included in above categories will be provided on a Special Labor Rate Schedule Rates subject to change based upon updates to Billing Rates for upcoming year. Eff. 01/2023 Eff. 01/2024 Page 1 of 1 REIMBURSABLE EXPENSE SCHEDULE The expenses incurred by Olsson or Olsson's independent professional associates or consultants directly or indirectly in connection with the Project shall be included in periodic billing as follows: Classification Cost Automobiles (Personal Vehicle) $0.67/mile* Suburban’s and Pick-Ups $0.75/mile* Automobiles (Olsson Vehicle) $95.00/day Other Travel or Lodging Cost Actual Cost Meals Actual Cost Printing and Duplication including Mylars and Linens In-House Actual Cost Outside Actual Cost+10% Postage & Shipping Charges for Project Related Materials including Express Mail and Special Delivery Actual Cost Film and Photo Developing Actual Cost+10% Telephone and Fax Transmissions Actual Cost+10% Miscellaneous Materials & Supplies Applicable to this Project Actual Cost+10% Copies of Deeds, Easements or other Project Related Documents Actual Cost+10% Fees for Applications or Permits Actual Cost+10% Sub-Consultants Actual Cost+10% Taxes Levied on Services and Reimbursable Expenses Actual Cost *Rates consistent with the IRS Mileage Rate Reimbursement Guidelines (Subject to Change). 528 N College Ave | Fayetteville, AR 72701 479.305.4807 3 May, 2024 TO: Tim Nyander, Utilities Director Corey Granderson, Utilities Engineer Fayetteville City Council Dear Mr. Nyander, Mr. Granderson, and Councilmembers, We respectfully request the City consider sharing the cost for a water line installation. The proposed line facilitates immediate infill development, expands service opportunities for this and multiple adjacent parcels left without service after the City abandoned a previously active water line, and supports the City’s 2040 goals. This line addition will provide water to six new 1-bedroom units on +/- 0.16 acres of irregularly-shaped buildable area within a +/- 0.46 acre property zoned RMF-24. That makes 1 unit per 0.078 gross acres, including green space, parking, and walkways – or more than 12 units per acre. Yet these six units only occupy 2,252 SF (+/- 0.05 acres), leaving almost the entire remaining 0.41 acres as natural open space. These attainable housing units are naturally more affordable by virtue of their small size and will readily serve the approximately 2/3rds of Fayetteville’s demographic that consist of 1- 2 person households (and more suitably than the predominance of 3-4 bedroom units currently available). The line will also benefit rate payers by providing direct access for another three properties that could bear additional units with their existing zoning through lots splits, ADUs, or other developments. Since initially pursuing this cost share, the owner of the no-longer-developed property (parcel 765-06319-000) that is NE catty-corner to the property independently reached out to us about jointly requesting a line extension. He is seeking to build a single-family residence for his young family at the property but is currently unable to since the abandonment of a 1” line in Rock St. By extending the designed line extension farther up the alley, the proposed extension would immediately serve his property and allow for the development of another adjacent undeveloped and unserved parcel (765-06327-000). In discussion at the last Water-Sewer committee, the question arose whether or not this development would require installation of a hydrant for fire safety, which would then require a 6” line . The property line is within 100’ of the existing fire hydrant on Rock St at the north end of Mill Ave (see included graphic) and allows pulls of less than 300’ to all proposed structures, which we understand to be adequate for even more dense multi-family developments. We are still awaiting confirmation from the Fire Marshal of this understanding but will be happy to revise the request prior to Council approval should this be required. The proposed development adds an efficient density of units within the downtown Tier 1 Center in Fayetteville’s 2040 plan growth concept map. It’s directly adjacent to two public parks and walkable to downtown and public transit. It supports and directly enables the City’s following 2040 Plan goals: • 1. We will make appropriate infill and revitalization our highest priority • 2. We will discourage suburban sprawl o 3.2.2. Direct capital improvements into infrastructure that encourages and supports infill and revitalization. • 3. We will make compact, complete, and connected development the standard • 6. We will create opportunities for attainable housing o 3.6.1 Increase housing choices by encouraging a mixture of housing types and sizes dispersed throughout the city and in proximity to transit and active transportation networks. 528 N College Ave | Fayetteville, AR 72701 479.305.4807 An initial bid for the designed extension is outlined below, adjusted for recent developments: A-CO Construction Bid (9-27-2023) Materials and Labor $16,000 Engineering $1,500 Subtotal $17,500 Anticipated Cost Increases to Serve Additional Parcel Additional 40' of 2" PVC at $25/LF $1,000 Engineering $500 Subtotal $1,500 TOTAL EXPECTED COST $19,000 Reasonable Contingency $3,800 TOTAL REQUEST Direct Cost $9,500 Contingency $1,900 We request the City contribute 50% of this cost ($9,500) with an additional pricing contingency of up to $1,900. In addition to advancing the City’s goals, this collaboration will help to realize not only the aspirations of a young family to build a home but also the multi-generational dreams of the property owner, Tommie Flowers Davis, who grew up in this historic Fayetteville neighborhood, to develop her property to the benefit of her community. Gratefully, Hunter Adkisson Flintlock LAB 528 N College Ave | Fayetteville, AR 72701 479.305.4807 Parcel #s: 765-06328-000, 765-06329-000 Zoning: RMF – 24 Infill Priority: 7 + 8 TO: Tim Nyander, U�li�es Director Corey Granderson, U�li�es Engineer Fayeteville City Council Dear Mr. Nyander, Mr. Granderson, and Councilmembers, We are writing to lend our support of the cost sharing request proposed by Flintlock Labs, on behalf of Tommie Flowers Davis, for a water line to service the undeveloped properties along E Rock Street near the Spout Spring Branch. Endorsing a 50% cost sharing arrangement with the city, we have also committed to sharing the remaining 50% with Tommie Flowers Davis. This proposed request aligns with the City of Fayetteville’s articulated aspirations for 2040, particularly emphasizing the imperative of infill development and revitalization. The proposed cost-sharing arrangement for the water line would enable my young family to realize our dream of building our own home. Despite initial assurances from our realtor and the seller, we recently discovered from city officials that this water line is unusable. Our parcel, resulting from a split of 281 E Rock St, lacks access to water due to its configuration. The lack of clarification on the approval of this parcel split is troubling, as it has left us with a non-conforming lot. The proposed water line, with the City's financial support, would resolve this predicament. This waterline and proposed development align with the overarching principles of infill development outlined in City Plan 2040. As recently underscored by the City Council, Fayetteville grapples with a severe housing crisis, resulting in escalating living expenses. The introduction of this water line alone would enable the construction of six new residences between our property and the Flowers property, with potential for further expansion at the Mayfield property and additional dwelling units along the alleyway. These initiatives will augment the neighborhood's housing inventory, consequently mitigating the surge in housing costs. We also believe this proposal would benefit the city as well as the property owners. The city will certainly get a return on its investment for this water line through increased property tax revenue from the parcels that will be developed. For historical comparison, the city approved a cost share for the 11th street cottages with an estimated total cost to the city of $47,834.30. This project at the Spout Spring Branch would cost approximately 80% less ($9,500) than the 11th street cottage ($47,834.30) proposal. In conclusion, we hope that the City of Fayetteville will consider the cost sharing request as proposed by Flintlock Labs as it will help Fayetteville residents trying to actualize infill development and aligns with the City of Fayetteville’s stated goals. Sincerely, Aaron R. Caldwell and Megan E. Rosa-Caldwell 4261 NE Meadow Creek Cir, APT 101 Fayetteville, AR, 72703 Bid 24-33 Addendum 2 JACK TYLER ENGINEERING INC JACK TYLER ENGINEERING INC Supplier Response Event Information Number:Bid 24-33 Addendum 2 Title:Noland IPS Pump #2 Type:Invitation to Bid Issue Date:4/7/2024 Deadline:4/30/2024 02:00 PM (CT) Notes:The City of Fayetteville is seeking bids from qualified vendors for the purchase of one (1) submersible non-clog wastewater pump. This bid is for the purchase of equipment only; installation will be the responsibility of the City. Any questions concerning the bidding process should be directed to Kenny Fitch, City of Fayetteville Purchasing Agent, at kfitch@fayetteville-ar.gov or by calling (479) 575- 8258. Contact Information Contact:Kenny Fitch Purchasing Agent Address:Purchasing Room 306 City Hall 113 West Mountain Street - Room 306 Fayetteville, AR 72701 Email:kfitch@fayetteville-ar.gov Vendor: JACK TYLER ENGINEERING INC Bid 24-33 Addendum 2Page 1 of 3 pages JACK TYLER ENGINEERING INC Information Address:6301 S. University LITTLE ROCK, AR 72209 Phone:(501) 562-2296 Fax:(501) 562-4273 Toll Free:(800) 562-2296 Web Address:jteng.com By submitting your response, you certify that you are authorized to represent and bind your company. Mariah Qualls mqualls@jteng.com Signature Email Submitted at 4/30/2024 11:26:16 AM (CT) Supplier Note **attach customer supplied KSB discharge flange Requested Attachments Bid 24-33, Bid Form and Signature Pages Bid Submission.pdf Please attach your signed, completed form. This can be found in the 'Attachments' tab. Bid Attributes 1 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Yes No 2 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. Yes No 3 Addendum Acknowledgement: By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. I agree Bid Lines Vendor: JACK TYLER ENGINEERING INC Bid 24-33 Addendum 2Page 2 of 3 pages 1 Submersible Non-Clog Wastewater Pump Quantity:1 UOM:EA Price:$85,770.04 Total:$85,770.04 Response Total: $85,770.04 Vendor: JACK TYLER ENGINEERING INC Bid 24-33 Addendum 2Page 3 of 3 pages © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ACORD 25 (2016/03) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSDADDL WVDSUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER E-MAIL ADDRESS: INSPERITYCERTS@LOCKTONAFFINITY.COM FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Acct#:3014194 3/26/2024 Lockton Companies, LLC 888-828-8365 3657 Briarpark Dr., Suite 700 Houston, TX 77042 Indemnity Insurance Co. of North America 43575 JACK TYLER ENGINEERING INCORPORATED 6301 S UNIVERSITY AVE LITTLE ROCK, AR 72209-2143 A C55796956 10/1/2023 10/1/2024 X 1,000,000 1,000,000 1,000,000 CITY OF FAYETTEVILLE 113 WEST MOUNTAIN STREET FAYETTEVILLE, AR 72701 03/26/2024 Parsons Insurance 124 W. Capitol Ave. Suite 1500 Little Rock AR 72201 Mary Jo Zakrzewski (501) 621-5918 mj@parsons-ins.com Jack Tyler Engineering Incorporated J. Tyler Construction, LLC 6301 South University Ave. Little Rock AR 72209 State National Insurance Company, Inc.012831 23/24 A Contractual Liability Included XCU Included HLM51CL0621816-05 10/01/2023 10/01/2024 1,000,000 100,000 5,000 1,000,000 2,000,000 2,000,000 A HLM51CL0621816-05 10/01/2023 10/01/2024 1,000,000 A 10,000 HLM51CL0621816-05 10/01/2023 10/01/2024 5,000,000 5,000,000 A Installation Floater HLM51CL0621816-05 10/01/2023 10/01/2024 $10,000 Limit $1,000 Deductible City of Fayetteville 113 W. Mountain St. Fayetteville AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY City of Fayetteville, AR Bid 24 -33, Noland IPS Pump #2 Page 1 | 1 Bid 24-33, Addendum 1 Date: Friday, April 26, 2024 To: All Prospective Vendors From: Kenny Fitch – 479.575.8258 – kfitch@fayetteville-ar.gov RE: Bid 24-33, Noland IPS Pump #2 This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERS SHALL ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. • QUESTION: Can Fayetteville provide the 12" discharge flange and claw from the existing failed KSB pump for adaptation to a new pump? o ANSWER: Yes, the existing 12” discharge flange and claw can be provided for adaptation to a new pump. City of Fayetteville, AR Bid 24 -33, Noland IPS Pump #2 Page 1 | 1 Bid 24-33, Addendum 2 Date: Tuesday, April 30, 2024 To: All Prospective Vendors From: Kenny Fitch – 479.575.8258 – kfitch@fayetteville-ar.gov RE: Bid 24-33, Noland IPS Pump #2 This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERS SHALL ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. • CLARIFICATION: o All the bid documents reference this bid being for the purchase of one (1) submersible non-clog wastewater pump. There was an error on the line items listing the quantity as two (2). The error was corrected on the line item to match the bid documents. The intention of this bid is to purchase one pump. ENGINEERED SOLUTIONS FROM PEOPLE WHO CARE 6301 S University Ave., Little Rock, AR 72209 PH: (501) 562.2296 www.jteng.com BID: Bid 24-33, Noland IPS Pump #2 ENGINEERED SOLUTIONS FROM PEOPLE WHO CARE 6301 S University Ave., Little Rock, AR 72209 PH: (501) 562.2296 www.jteng.com Tuesday, April 30, 2024 To: City of Fayetteville Subject: 011624MQA Scope of Supply Bid Date: April 30, 2024 Addendum Acknowledgement: Addendum 1: April 26, 2024 Addendum 2: April 30, 2024 Jack Tyler Engineering, Inc. is pleased to offer the following items for your inclusion in the above referenced project. If you would like us to supply any items not listed below, please inform us as soon as possible. Please continue reading below for our detailed scope of supply. We look forward to working with you. Line Item #1 – Submersible Non-Clog Wastewater Pump Qty Description 1 Flygt NX 3301 70HP 460/3, FM, 626 Imp 1 Mini CAS Relay 1 Socket 35 Chain, 5/8", Type 316 SS 2 Shackle, Screw Pin, 5/8" 1 Freight Item Price: $85,770.04 APPLICABLE TAXES ARE NOT INCLUDED IN QUOTED PRICE DELIVERY: 14-16 WEEKS AFTER APPROVED SUBMITTALS ATTACH CUSTOMER SUPPLIED KSB DISCHARGE FLANGE Respectfully Submitted, Mariah Qualls Bid Coordinator Jack Tyler Engineering, Inc. JACK TYLER ENGINEERING, INCORPORATED 6301 S. UNIVERSITY AVENUE, LITTLE ROCK, ARKANSAS 72209 (501) 562-2296 • FAX (501) 562-4273 • ARKANSAS WATS 1-800-562-2296 STATEMENT OF TERMS AND CONDITIONS TERMS/PAYMENTS: Our terms of payment are net cash 15 days from date of the invoice subject to Seller’s prior credit approval. If the Buyer shall fail to make any payments in accordance with the terms and conditions of sale, the Seller, in addition to its other rights and remedies, but not in limitation thereof, may, at its option, without prior notice, cancel this order as to any undelivered products or defer shipments or deliveries hereunder, or under any other agreement between Buyer and Seller, except upon Seller’s receipt of cash before shipment or such security as Seller considers satisfactory. Seller reserves the right to impose an interest charge of 16%on the balance of each invoice not paid on its due date for the period from the due date to the date of receipt of payment by Seller. In the event Buyer’s failure to make timely payments to Seller results in Seller incurring additional costs, including but not limited to collection expenses and attorneys’ fees, said costs shall be added to the amount due Seller from Buyer. Buyer shall have no right to any discount or retainage and shall not withhold payment as a set-off on Seller’s invoice in any amount. Visa, MasterCard, Discover, and American Express credit card purchases are accepted. SHIPMENT:The date of shipment is subject to our receiving your order with complete information at our office, final approval of any prints or drawings as may be required, credit approval, and the acceptance of your order by the company. Freight Charges are not included in the quoted price. EXPIRATION:Quotation expires 30 days from the date of proposal and, in the interim, is subject to change without notice. TAXES:Unless otherwise stated in the proposal, the prices quoted herein are exclusive of all sales, use and similar taxes and, wherever applicable, such taxes will be added to the invoice as separate items. SPECIAL NOTE: THIS PROPOSAL IS BASED ON CURRENT PRICES. EQUIPMENT IS SUBJECT TO THE SAME PERCENTAGE INCREASE AS MADE BY OUR SUPPLIERS AND THE INVOICE WILL REFLECT PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS SPECIFICALLY EXCEPTED. WE WILL NOT ACCEPT RETAINAGE ON ANY OF OUR INVOICES! ***** A $50.00 minimum order charge will apply ***** WARRANTY: “The products sold by Jack Tyler Engineering, Inc. hereunder are manufactured by others, and the only warranties that apply to these products are those of the manufacturer of the products which can be passed on by Jack Tyler Engineering, Inc. to its customers. No other warranty of any kind is given in connection with the sale of any of the above products, and JACK TYLER ENGINEERING, INC. MAKES NO WARRANTY OF ANY KIND, EXPRESS OR IMPLIED, AS TO MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, OR AS TO ANY OTHER MATTER RESPECTING THESE PRODUCTS. Jack Tyler Engineering, Inc. shall not be liable in connection with the sale of the above products for any incidental or consequential damages of any kind.” An electronic copy of the latest version is available online at www.jteng.com. Form No. 41-1 Rev. 07 - 07/12/19 RETURNS/REFUNDS:Items wished to be returned are subject to prior approval and must be accompanied by a Return Merchandise Authorization (RMA). Items returned without proper approval and/or paperwork will be returned to the customer at their expense. Returns past 30 days of initial receipt will not be accepted. All returned items are subject to a restocking fee. The customer's credit will be equal to the credit Jack Tyler Engineering, Inc. receives from the vendor, minus orginal freight and freight back to the vendor. Please note that all items must be returned to JTEI, who will return the item to the vendor. Credit will only be issued once JTEI receives credit from the vendor.