Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2025-12-09 - Agendas - Final
1 Water, Sewer, and Solid Waste Committee 9 December 2025 5:30 P.M. City Hall Room 101 (Or immediately following City Council Agenda Session) Committee: Council Member Teresa Turk, Council Member Mike Wiederkehr, Council Member Scott Berna, Council Member Bob Stafford Copy to: Mayor Molly Rawn, Keith Macedo, Steve Dotson, Kara Paxton, Kit Williams, Chris Brown, Alan Pugh, Jonathan Curth, Terry Gulley, Peter Nierengarten, Brian Pugh, Corey Granderson, Drake Vineyard, Aaron Watkins, Cody Ashworth, Scott Murphy, Brian Rowland From: Tim Nyander, Utilities Director ______________________________________________________________________ CALL TO ORDER UPDATES PRESENTATIONS: 1. Overview of November’s WRRF Monthly Operations Scott Murphy – WRRF Project Manager, Inframark 2. Overview of November’s Water & Sewer Operations Tim Nyander – Utilities Director OLD BUSINESS: 3. Water & Sewer Rate Study and Impact Fee Study Update Stephen Dotson – Chief Financial Officer INFORMATION ONLY 4. West Transmission Waterline Update Corey Granderson – Utilities Engineer INFORMATION ONLY 2 5. Revised Water Service and Extension Policy The Water Service and Extension Policy provides that the cost of extending water mains to land developments and the cost of constructing all water facilities within a development shall be the financial responsibility of the applicant or the developer. The revisions to this policy include adding definitions, clarifying who is responsible for costs, and when a proposed water extension need City Council approval. This item was presented at the November committee meeting, however the committee requested additional time to review the policy. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL NEW BUSINESS: 6. Cost Share for Upgrades to the Owl Creek Sewer Lift Station (LS-22) The Owl Creek Sewer Lift Station is located at 630 N. Double Springs Road and serves a basin along the Wedington corridor east to Rupple Road. This lift station was identified as needing capital upgrades in approximately 2030. However, due to development in this basin, upgrades are needed sooner. A group of developers led by Calara Land (AR); LLC has approached the City with a cost share proposal to expedite this needed improvement. The existing firm capacity of the lift station is 0.9 million gallons per day (MGD) and the 2030 target flow from master planning was 1.8 MGD. Updated modelling, however, agrees with the development team’s proposal to upgrade the station to a capacity of 2.4 MGD. The proposal is for the increased capacity to be split between the development group and the City. The existing flows and excess capacity available would be the City’s portion at approximately 83% cost. All professional services and engineering costs would be borne by Calara Land (AR), LLC. With an overall project cost anticipated just under $1,000,000, the City’s portion would be funded through available Wastewater Impact Fee funds in an approximate amount of $830,000 plus contingencies. One bid has been received by Calara Land (AR), LLC which aligns with these costs. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 7. Sewer Tap Request for Residence on E. Skillern Rd. Sewer service for a proposed new home in Washington County has been requested. A sewer main Extension across Skillern Road from Charleston Xing would be required to service this property. City Council approval is necessary for any sewer connections outside the corporate city limits of Fayetteville, Farmington, Greenland, or Johnson. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 3 8. ARDOT Hwy-112 Utility Relocations – Construction Engineering Amendment The Arkansas Department of Transportation has requested utility relocations to prepare for the widening of Highway 112 from Truckers Drive to Howard Nickell Road. Amendments 1 & 2 with Hawkins-Weir were related to ARDOT initiated design changed throughout the design phase of the project. Amendment No. 3 will provide funds for construction management and field observation throughout the construction duration. Per the original relocation agreement with ARDOT, this project is 90.74% reimbursable to the City of Fayetteville. Staff recommends approval of Amendment No. 3 to the engineering services agreement with Hawkins-Weir Engineers, Inc. for professional services associated with ArDOT Project 040746 Utility Relocations along Highway 112 in an amount not to exceed $976,480.00. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL PRESENTATIONS November’s WRRF Report November’s Water & Sewer Operations Report ATTACHMENTS Water & Sewer November Operations Report Water Service and Extension Policy Revised Draft Owl Creek List Station Drainage Basin Map Owl Creek Lift Station Cost Share Upgrade Request Skillern Road Vicinity Map Skillern Sewer Main Extension Exhibit ADJOURN Next Water, Sewer, Solid Waste Committee meets on Tuesday, January 13th, 2026, at 5:30 p.m. Water/Sewer/Meter Operations Report November 2025 16” cast iron pipe leak on S Locust Ave and W 7th St. (Left) Senior Crew Leader Devyne Beasley and Field Supervisor David Longley use a pipe cutting chainsaw to cut out the bad section of pipe. 40 feet of new PVC pipe was installed. The in-house line laying project in the N Crestwood Drive/ Ridgeway Dr area Crew Leader Steven Aldama (right) and new employee Alex Castillo install pipe on Crestwood Drive. Over 2,000 feet of new pipe has been installed so far! Monthly Statistics 107 polyethylene service lines replaced 73 work orders completed related to distribution system maintenance 25 fire hydrants repaired 12,866 feet of sewer mains inspected via CCTV 53,058 feet of sewer main washed/jetted 2 point repairs on sewer mains 7 new service taps made Year-To -Date 673 polyethylene service lines replaced 1045 – Distribution system work orders completed 132 hydrants repaired 857,313 feet of sewer mains washed 289,596 feet of sewer mains inspected via CCTV 64 point repairs on sewer mains 169 new service taps 29,701 total cellular meters installed § 51.112 Water Service and Extension Policy (A) Extensions of Water Transmission Lines The cost of extending adequate water transmission lines from existing water mains to land developments and the cost of constructing all water facilities within a development according to specifications and location prescribed by the Utilities Director shall be the financial responsibility of the applicant or the developer. The City may require larger size transmission lines to be installed by the developer and then shall pay the excess material cost of facilities of a size larger than required to service the development when such excess size is specified and required by the Utilities Director for the general benefit of the water system. All water facilities installed by the developer shall become the property of the city after inspection and acceptance by the Utilities Director. (B) Water Service Within the City Limits of Fayetteville Fayetteville shall endeavor to maintain and operate a municipal water system capable of delivering potable domestic use water and firefighting flow water under adequate pressure to city residents, institutions and businesses which have service lines connected to city mains. (C) Water Service Outside the City Limits of Fayetteville (1) Cities which have Water Contracts with Fayetteville. (a) Domestic Potable Water. Elkins, West Fork, Goshen, and a southern area of Johnson, have contractual rights with City of Fayetteville for domestic potable water delivered to the city for its delivery to its residents and businesses. Farmington, Greenland and Goshen have water delivered directly to those cities’ residents and businesses. Fayetteville shall endeavor to maintain and operate a municipal/regional water system capable of delivery of potable domestic water under adequate pressure both to the wholesale cities or directly to the residents, institutions, and businesses of these cities which have a current, valid contract with the City of Fayetteville to provide this new domestic water. (b) Firefighting Water. Firefighting flow of water may be provided by the City of Fayetteville to such cities pursuant to a current, valid contract. Connections to new development in the cities seeking new firefighting flows of water should be evaluated by the City of Fayetteville to ensure that current water service customers will not be adversely affected by this potentially large use of water outside Fayetteville’s city limits and also ensure all necessary improvements to city transmission lines and storage facilities to enable this increased flow will be completely paid for by the city, entity, or person seeking to receive the additional capacity and transmission needs to provide firefighting water. (2) Unincorporated Areas. (a) Domestic Potable Water. Unincorporated areas within our water service area but without a contractual right to receive domestic potable water may only receive domestic potable water after approval by the Utilities Director who may require limitations or restrictions upon such water supply to ensure existing water service customers will not be adversely affected by this new water service usage. The Utilities Director may require that an applicant for new water service contractually agree that any and all necessary improvements to city transmission lines, pumping facilities, and storage facilities to ensure that current water customers are not adversely affected by the newly requested service be fully paid for by the entity or person seeking this new water service. (b) Firefighting Water. Unincorporated areas within our water service area but without express contractual rights to larger volume firefighting flows of water may only receive such firefighting flows of water to new construction pursuant to a contract for such water approved by the City Council. Such contract should ensure that current water service customers will not be adversely affected by this potentially large use of water outside Fayetteville’s city limits and also ensure all necessary improvements to city transmission lines, pumping facilities, and storage facilities to enable this increased flow without adversely affecting current water service customers will be the financial responsibility of the entity or person seeking to receive the additional pumping, capacity, and transmission needs to provide firefighting water. (3) Irrigation Meters and Meters Exceeding 5/8 Inch. No irrigation meter or meter exceeding 5/8 of an inch shall be allowed without the express written approval of the Utilities Director. The Utilities Director may place restrictions and limitations of use of an approved irrigation meter and larger meter when, in the sole discretion of the Utilities Director, use of an irrigation meter or use of a three quarters (3/4) inch or larger meter might cause problems for other domestic water users. The Utilities Director may use all powers described in (2). (4) Long Range Water Service Storage and Transmission Plan. The Utilities Department and Water Sewer Division will be guided by our long range water service storage and transmission plan for extensions of our water mains, increase of our pumping and storage capability and service to new areas within our water service area and to enhance or enlarge our infrastructure when new needs for domestic potable water appear. All new water mains, water storage facilities and pumping facilities shall be dedicated to and will become the property of the City of Fayetteville except for mains in or owned by the City of Elkins or West Fork. Fayetteville may also reject ownership of any such facility or main. (5) No connection to Large Transmission Lines. No service connections will normally be made to water transmission lines having a diameter larger than twelve (12) inches, except when a prior easement from the owner to the city provides for such. The Utilities Director has discretion and authority to allow a connection for unusual and justified situations. (6) Service Connections. Service connections to treated water mains may be made by the city to residences, businesses, and industries which are adjacent to any existing treated water main. In order to be considered adjacent, direct parcel frontage to the main is normally required. However, the Utilities Director has discretion and authority to allow an alternative connection in unusual and justified situations. (7) Utilities Director Authorized to Allow Water Service. The Utilities Director is hereby authorized to make water connections for domestic potable water outside the corporate limits of the city. Such water connections shall meet the same specifications of construction as used within the corporate limits of the city at the time the water connection is made. The plumbing to which a water connection is made under this section shall meet all applicable plumbing regulations and requirements of the city in effect at the time the connection is made. All costs for this connection shall be the landowner’s responsibility. (8) Service Request for Water Main Access. Before any water connection is made pursuant to this section, the owner of the property concerned shall sign a service request with the city providing that such owner shall agree to pay the connection fee, the water rate fee, and water impact fee, and to abide by any and all ordinances, rules, and regulations of the city then in effect or which may thereafter be adopted. The service request shall also set forth the water service charges, provisions for discontinuance of service, and authorization for city employees to enter upon premises of the owner for the purpose of making inspection, repairs, maintenance, and disconnections. (9) House Address. A house number must be permanently displayed in a manner clearly visible from a street pursuant to §51.145 before the meter will be set. In the event a service call is made and the house number is not properly displayed in the above manner, the property owner shall be assessed an additional service charge of $50.00. LS-22 Blue polygon is basin draining sewer to Lift Station 22 on Double Springs Road. Development in this basin will exacerbate existing gravity surcharging and lift station overflows in wet weather. Reviewed by Corey Granderson Utilities Engineer cgranderson@fayetteville-ar.gov 479-444-3452 Existing Wet Weather profile of 12" sewer; Lift station bottleneck causing surcharge Future 2030 model assuming lift station is upgraded per 2030 CIP recommendations. Some surcharging still predicted in gravity line, upgrades to gravity line would be prudent as well. Mobilization (Assumed 5% of Bottom Line)$50,000.00 Flgt 3315 Pumps (160 HP - Duplex) - Includes: Flush valves, base disconnects, delivery $324,681.33 Duplex Control Panel 3/60/480 VAC - As well as items listed on attachment $56,041.67 Generator (Assumes utilizing existing generator)$0.00 Remove & Replace Concrete Lid and supplying internal parts as listed on attachment $104,585.89 Relocation of Items on Wet Well Lid $15,000.00 Electrician Quote $177,323.00 Bypass Pumping (1 Month Assumed)$12,012.00 Installation/Modification of All Features $150,000.00 Total $889,643.89 Total with 15% Contingency $1,023,090.47 A Existing Avg Flow 0.23 MGD B Existing Avg Flow + Known Dev Flow 0.248 MGD C Dry Weather Condition of 2.4 MGD 0.3384 MGD Added Capacity (C-A)0.1084 MGD Developer Portion (B-A)/D $169,885.87 16.61% City Portion (1 - Developer Portion)$853,204.60 83.39% 2.4 MGD Lift Station Upgrade - Simplified Cost Comparison 6301 S University Ave, Little Rock, AR 72209 PH: (501) 562.2296 J. Tyler Construction, LLC License # 034204 Tuesday, March 18, 2025 TO: City of Fayetteville SUBJECT: Lift Station #22 Rehab QUOTATION: 868baew94 J. Tyler Construction, LLC is pleased to offer the following items for your consideration in the above referenced project. If you wish for 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. SECTION 1 – Pump Station Equipment Qty Description 1 Bypass equip incl set up and tear down 2 Flush valves 2 Flygt 3301 HT~3 464 3/60/480 submersible 2 Flygt base disconnect 1 Freight 2 S1R3048 Halliday aluminum hatch 4 45° Elbow 8" Flanged, DI, 401 Sewer Lined 2 90° Elbow 8" Flanged, DI, 401 Sewer Lined 2 J&S Check Valve, 8" Flanged, Ball, Vertical Install 2 8" X 144" F X PE DI Spool 401 Sewer Lined 2 2108 Mega Flange 2 Reducer, Eccentric, 8" x 6" Flanged, DI, 401 Sewer Lined 10 Bolt and Gasket sets 8” 2 Bolt and Gasket sets 6” 80 Pipe, 3", 304 SS SCH 40 2 Upper Guide Rail Brackets 3" 1 Anchor Bolts 1 Strike Sorb Surge Protector 2 50' Floats 1 Transducer 2 MINI CAS 1 Control Panel 3/60/480 300 FLA Installation by others 1 Badger Daylighting Vac Truck 1 Confined Space Entry 1 Turnkey Installation Wet Well Plumbing Continued. 6301 S University Ave, Little Rock, AR 72209 PH: (501) 562.2296 APPLICABLE TAXES AND FREIGHT ARE INCLUDED IN QUOTED PRICE DELIVERY: 18-22 Weeks, ARO PACKAGE PRICE: $366,662.98 Respectfully Submitted, Kammi Conway Sr. Applications Engineer Jack Tyler Engineering, Inc. J. Tyler Construction. GENERAL TERMS & CONDITIONS 1. Conflicting Terms. These General Terms & Conditions, any corresponding quotation (“Quote”) and Jack Tyler Engineering Industries, Inc.’s (“Jack Tyler Engineering”) Repair Warranty constitute the entire agreement (“Agreement”) relating to the sale of “Products” (which includes, but is not limited to, all components, controls, equipment, parts, products, materials and services) by Jack Tyler Engineering to Buyer. Any terms and conditions contained in Buyer’s purchase order, request for quotation or any other document generated by Buyer which are different from, in addition to, or vary in any way from this Agreement shall not be binding upon Jack Tyler Engineering unless agreed to in a separate, issue-specific, written agreement signed by a corporate officer of Jack Tyler Engineering. 2. Delivery. Delivery terms are F.O.B. Jack Tyler Engineering’s facility in Little Rock, AR. For standard Products, dates of delivery are determined from the date of Jack Tyler Engineering’s acceptance of any order by Buyer and are only estimates and not a guaranty of a particular date of delivery. For custom manufactured Products, dates of delivery are estimates based upon the date that such Products are approved and released for manufacture. If delivery is deferred at Buyer’s request, payment of the contract price shall become due when Buyer is notified that products are ready for pickup/shipment. Jack Tyler Engineering is not responsible for damage or loss in transit. All risk of loss or damage to the Products passes to the Buyer as the Products are loaded onto the carrier. Buyer must obtain adequate insurance to cover the Products from the time risk of loss has passed from Jack Tyler Engineering. 3. Inspection. Buyer shall notify Jack Tyler Engineering upon delivery of any damage to the Products or of any other complaint whatsoever Buyer may have concerning delivery. Buyer shall also note any damage on delivery tickets and shipping receipts at the time of delivery. The failure of Buyer to make such timely complaints and note any damage shall be deemed an acceptance of the Products and a waiver of any claims concerning delivery. 4. Delays. Jack Tyler Engineering shall not be responsible for delays caused by acts or omissions of Buyer, its employees, agents, suppliers or vendors, acts of God, inclement weather, strikes, lockouts, boycotts, or other labor union activities, extra work ordered by Buyer, acts of public enemy, war, terrorism, riots or civil commotion, inability to secure materials through regular recognized channels, pandemic or epidemic, government orders, imposition of government priority or allocation of materials, failure of Buyer to make payment when due, delays caused by inspections, changes ordered by inspectors, or other causes beyond Jack Tyler Engineering’s reasonable control. 5. Change of Law or Regulations. Any change of laws, regulations or another governmental requirement which causes an increase in the cost of producing or delivering the Products or which occurs after Jack Tyler Engineering accepts an order, is not in the price. Any new or additional tariffs, duties or surcharges are not included in the price of the Products and are the responsibility of the Buyer. Jack Tyler Engineering reserves the right to require that the Buyer pays for any new or increased tariff, duty or surcharge prior to the delivery of the Products. Buyers assume the risk of changes in the law, regulation or other governmental requirements; Jack Tyler Engineering does not assume the risk of new or higher tariffs, duties or surcharges. 6. Cancellation. Buyer may only cancel an order with the written consent of Jack Tyler Engineering and at Jack Tyler Engineering’s sole discretion. If such consent is granted by Jack Tyler Engineering, Buyer shall pay Jack Tyler Engineering for (A) all restocking, reshipping and return charges which may be incurred, (B) the actual cost of any components, equipment, parts or materials, if such components, equipment, parts or materials were made to order or otherwise customized for Buyer for the order, or cannot be returned, and (C) all services and work performed by Jack Tyler Engineering as of the date on which cancellation is approved. Jack Tyler Engineering shall have the absolute right in its sole discretion to cancel this Agreement without penalty upon a breach thereof by Buyer, Buyer’s failure to timely make any payment required by this Agreement, the pending or actual insolvency or bankruptcy of the Buyer, if it determines that any errors in estimating or design have been made, or if any unforeseen hazards or conditions arise or are discovered, or for any other reason whatsoever. 7. Returns. Buyer may only return Products with the prior written consent of Jack Tyler Engineering, at Jack Tyler Engineering’s sole discretion. Jack Tyler Engineering accepts no responsibility for Products returned without prior written authorization. Products must be returned in saleable condition within 30 days from the date of invoice. Products will not be accepted for return if they are damaged or used, custom manufactured for the Buyer, not in their original packaging (unopened), not purchased from Jack Tyler Engineering or otherwise incapable of being resold by Jack Tyler Engineering. When Products are authorized to be returned for any reason other than pursuant to Jack Tyler Engineering’s Repair Warranty, the amount of credit may be subject to a restocking charge of up to 30%. Returned Products must be sent freight prepaid to the appropriate address indicated by Jack Tyler Engineering. Any unauthorized returned Product will be returned at Buyer’s expense. If a Product is returned without such consent, it shall thereupon become the property of Jack Tyler Engineering. 8. Payment. Unless otherwise agreed to in writing, terms of payment are Net 30 days from the date of invoice with 1.5% per month additional charge on the unpaid balance, subject to acceptance by our credit department. No provision for retainage is included in Jack Tyler Engineering’s Quote. If Jack Tyler Engineering agrees to payment terms that include retainage, Buyer agrees to pay Jack Tyler Engineering its pro rata share of interest on retained funds under Arkansas PA 524 of 1980 (MCL 125.1561), or such other applicable law or regulation, as part of final payment." Buyer agrees to pay Jack Tyler Engineering’s actual costs, expenses and attorneys’ fees incurred in collecting any past due and unpaid account balances. 9. Title and Lien Rights. Products delivered to Buyer will remain personal property, regardless of how they are installed or affixed to any realty or structure. After delivery to Buyer, Jack Tyler Engineering will have all such rights, including security interests and liens, in the equipment as lawfully may be conferred upon Jack Tyler Engineering by contract under any applicable provision of law. To secure payment, Buyer grants to Jack Tyler Engineering a security interest in the Products until they are paid for in full. Buyer agrees to cooperate fully with Seller in the filing of any UCC financing statements or other documents necessary to perfect such security interests and liens. If Buyer defaults in its obligations before the Products have been fully paid for, Jack Tyler Engineering may take any actions permitted by law to protect its interests including, where permissible, repossession of the Products. 10. Responsibility. It is Buyer’s sole responsibility to insure that all Products related to this sale are compatible and compliant with Buyer’s systems. Jack Tyler Engineering is not responsible for insuring system compatibility or compliance of any Products unless expressly stated otherwise in the Quote or agreed to in a separate, issue-specific, written agreement signed by a corporate officer of Jack Tyler Engineering. 11. Warranty. Jack Tyler Engineering’s Repair Warranty, incorporated herein by reference, sets forth all warranty obligations, rights, and limitations of Buyer and Jack Tyler Engineering. 12. LIMITATION OF LIABILITY. JACK TYLER ENGINEERING’S RESPONSIBILITY OR LIABILITY FOR DEFECTIVE PRODUCTS/SERVICES, BREACHES OF CONTRACT OR ANY OTHER CLAIMS WHATSOEVER IS STRICTLY LIMITED TO THE REPAIR OR REPLACEMENT OF THE DEFECTIVE PRODUCTS/SERVICES OR THE PURCHASE PRICE OF SUCH PRODUCTS/SERVICES, AND NO OTHER CLAIMS OR DEMANDS WHATSOEVER SHALL BE IMPOSED ON JACK TYLER ENGINEERING, IRRESPECTIVE OF FAULT. ALL CLAIMS FOR OTHER DAMAGES, INCLUDING, BUT NOT LIMITED TO, INCIDENTAL, CONSEQUENTIAL, EXEMPLARY AND SPECIAL DAMAGES, AS WELL AS BUSINESS INTERRUPTION AND COVER COSTS, ARE EXPRESSLY WAIVED BY BUYER. JACK TYLER ENGINEERING SHALL NOT BE LIABLE FOR ANY LOSSES CAUSED DIRECTLY OR INDIRECTLY BY ANY DELAY IN THE DELIVERY OF PRODUCTS OR PERFORMANCE OF SERVICES EVEN IF CAUSED BY JACK TYLER ENGINEERING’S NEGLIGENCE. 13. Indemnification. To the maximum extent allowed by law, Buyer must defend and indemnify Jack Tyler Engineering and its employees and agents against all sums, costs, liabilities, losses, obligations, suits, actions, damages, penalties, fines, interest and other expenses (including attorneys' fees) that Jack Tyler Engineering may incur or be obligated to pay as a result of (A) Buyer's negligence, use, ownership, maintenance, transfer, transportation or disposal of the Products; (B) any infringement or alleged infringement of the industrial and intellectual property rights of others arising from Buyer's plans, specifications (including Buyer's trademarks and brand names) or production of the Products ordered by Buyer; (C) Buyer's violation or alleged violation of any federal, state, county or local laws or regulation, including without limitation, the laws and regulations governing safety, labeling, packaging and labor practices; (D) Buyer's breach of the Agreement, and (E) Buyer’s breach of any of the terms, conditions and requirements of the manufacturer of any components, controls, parts, products or materials. 14. Intellectual Property. All creations of Jack Tyler Engineering related its work and services which are or may become legally protectable or recognized as forms of intellectual property rights, including all works, whether registerable or not, in which copyright, design right or any form of intellectual property rights may exist, including, but not limited to all artistic expressions, innovations, inventions, improvements, literary works, marks, grants, designs, processes, methods, formulas, techniques, videotapes, audiotapes and computer programs, (all collectively referred to as “Intellectual Property"), which Jack Tyler Engineering either solely or jointly with Buyer conceives, makes or reduces to practice, are the absolute and sole property of Jack Tyler Engineering. No right, title or interest in such Intellectual Property are conveyed to Buyer unless agreed to in a separate, issue- specific, written agreement signed by a corporate officer of Jack Tyler Engineering. 15. Disputes. This Agreement shall be governed by Arkansas law and each provision herein must be interpreted in a manner which is valid thereunder. Unless Jack Tyler Engineering elects arbitration below, the Pulaski County Circuit Court of the State of Arkansas shall be the court of exclusive jurisdiction and venue over any disputes arising out of this Agreement, any such disputes must be commenced and maintained in the said Circuit Court, and Buyer expressly waives any right of removal to federal court pursuant to 28 U.S.C. §1441. Buyer further waives and agrees not to assert as a defense in any action, suit or proceeding relating to this Agreement any claim that (A) Buyer is not personally subject to the jurisdiction of the state and federal courts of Arkansas; (B) the venue of the action, suit or proceeding is improper, (C) the action, suit or proceeding is brought in an inconvenient forum, or (D) that the subject matter of this Agreement may not be enforced in or by the state or federal courts of the state of Arkansas. Jack Tyler Engineering may at its sole discretion elect to submit all disputes related to this Agreement to binding arbitration, administered by the Little Rock, AR office of the American Arbitration Association under its Construction Industry Arbitration Rules, and heard by a single arbitrator. An award rendered by such arbitrator shall be binding upon the parties and judgment on such award may be entered by any court of competent jurisdiction in the State of Arkansas as the exclusive courts of competent jurisdiction. This section shall not prohibit either party from seeking appropriate injunctive relief in the Arkansas Circuit Courts. 16. Photographs. Jack Tyler Engineering may photograph areas where its work is being performed and use same for advertising or promotional purposes. 17. Non-Solicitation. Buyer shall not recruit, hire, employ, contract or deal directly with any of Jack Tyler Engineering’s employees, subcontractors or suppliers while Jack Tyler Engineering is performing its work or for a period of 12 months after the termination of the Agreement or conclusion of Jack Tyler Engineering’s work without the prior written approval of Jack Tyler Engineering. 18. Taxes. All applicable federal, state or local sales, use, or excise taxes, and any tariffs, duties or surcharges which may be assessed are the sole responsibility of the Buyer and shall be in addition to the price or prices stated on the Quote and/or invoice unless otherwise stated. Jack Tyler Engineering shall have the right to add to the price of the Products invoice separately any such tax, tariff, duty or surcharge as may be imposed. 19. Successors and Assigns. This Agreement binds and inures to the benefit of Buyer and Jack Tyler Engineering and their respective successors and permitted assigns. Buyer may not assign any interest in, nor delegate any obligations or rights under this Agreement, without Jack Tyler Engineering's prior written consent. 20. Notices. Any notice or other communication regarding this Agreement must be in writing and delivered both by email and in one of the following manners: (A) personally delivered, (B) transmitted by facsimile (with a receipt acknowledgment), (C) transmitted by a recognized national courier service, or (D) mailed in registered or certified form, to the last known business address of the party to which notice or communication is being given. 21. No Waiver. The waiver by Jack Tyler Engineering of any breach by Buyer of any provision of this Agreement may not be construed to be either a waiver of the provision itself or to the subsequent application or any other provision of this Agreement. 22. Severability. If any provision of this Agreement is held by a court to be invalid, the remaining provisions shall continue in full force and effect without being invalidated. If any provision is modified by a court, it shall be modified so as to carry out the intent of this Agreement, and any provisions so modified shall be fully enforced as modified. 23. Survival. The provisions of this Agreement which by their nature survive the termination of this Agreement or final completion thereof, including, without limitation, all warranty, indemnification and payment obligations, shall remain in full force and effect after final completion, cancellation or termination of this Agreement. 24. Headings. The headings used herein are for convenience of reference only and in no way define, limit or describe any provision of this Agreement. 25. Entire Agreement. Buyer has not signed this Agreement in reliance upon any promise, condition, or representation not contained within this Agreement, and this Agreement supersedes all prior and contemporaneous agreements, understandings, and negotiations. No waivers, modifications, amendments or changes to this Agreement, including, but not limited to the scope of work, parts, products, specifications, pricing or schedules set forth in the Quote, shall be deemed effective unless in writing and signed by Buyer and a corporate officer of Jack Tyler Engineering. ENGINEERED SOLUTIONS FROM PEOPLE WHO CARE 6301 S University Ave, Little Rock, AR 72209 PH: (501) 562.2296 www.jteng.com RENTAL TOTAL………………………………………………………………$1,436.00 Daily Rate $4,116.00 Weekly Rate $12,012.00 Monthly Rate FOB: DESTINATION VALIDITY: 30 DAYS TERMS: SUBJECT TO JACK TYLER ENGINEERING, INC. TERMS & CONDITIONS OF SALE SALES TAX: EXCLUDED Thursday, March 13, 2025 RENTAL QUOTATION#: 868d28uat Jack Tyler Engineering, Inc. is pleased to offer the following items for your inclusion in this rental project. If you wish for us to supply any items not listed below, please inform us as soon as possible. Please continue reading below for our detailed scope of supplies. We look forward to working with you. Two (2) CD160M Diesel Dri-Prime Pump •(1) Primary Unit; (1) Standby •6" 150# Flanges Suction and Discharge •John Deere 6068H285 Tier 3 Diesel Engine •PrimeGuard Engine Controller •Skid Mounted, 180 Gallon Fuel Tank Six (6) 6" x 10' Black Water Suction Hose W/QD Fittings Two (2) 6" x 20' Black Water Suction Hose W/QD Fittings One (1) 6" Female QD x 6" Female Camlock Adapter One (1) 6" QD Wye Two (2) 65' PrimeGuard Float Set One (1) Multisize Back Plug 8" -12" One (1) 1/4" X 30' Rope & Air Fill Kit W/Gauge Two (1) 6" Check Valve W/QD Fittings Note: Setup and delivery is included in the rehab. No electric pumps are available. Jack Tyler Engineering, Inc. 6301 S. UniveristiyLittle Rock, Ar 72209 Tel +1.501.562.2296 Fax +1.501.562.4273 TERMS AND DEFINITIONS Rental Day: One Calendar day; for diesel units, not exceeding eight (8) hours running. Rental Week: Seven (7) calendar days; for diesel units, not exceeding 48 hours running in aggregate during a Rental Week. Rental Month: Twenty-eight (28) calendar days; for diesel units, not exceeding 192 hours running. Standby Rate: The Standby Rate is 75% of the scheduled rate. Standby is for a "second" or additional back-up pump to be run in the event the primary pump cannot. If the standby pump operates for any reason other than failure of a primary pump, the standard rate will apply. Overtime Running: For diesel units, all scheduled rates are based on an 8 hour per day shift. If diesel equipment is used for a double shift, the 8-hour rate will be multiplied by 1½ times the schedule rate. If used for a triple shift, the rate will be multiplied by 2 times the scheduled rate. Billing Cycles Based on Open Terms Approval 3 - 7 Days = 1 Week 8 Days = 1 Week and 1 Day 9 Days = 1 Week and 2 Days 10 - 14 Days = 2 Weeks 15 Days = 2 Weeks and 1 Day 16 Days = 2 Weeks and 2 Days 17 - 28 Days = 1 Month Billing Cycle - COD Customers 3 - 7 Days = 1 Week Off Rent: TERMS AND CONDITIONS 1. This quotation is valid for 30 days, however, prices may change without written notification. Quotations for sales of HDPE pipe are valid for seven (7) days. 2. This quotation is our estimate of equipment and material required. Actual installation may vary in cost due to site requirements. Additional equipment or time to set-up will be charged at the above itemized rates or based upon our published rental rate schedule. 3. Payment terms: Net 30 based on credit approval. 4. Taxes are not included in any rental, sale or labor quotes. Customer is responsible for paying applicable taxes on the equipment and services, including sales and use tax. Customer will only be considered exempt when a valid Sales Tax Exemption Certificate is received when ordering any rental equipment, pumping services and/or sale goods. 5. Delivery and Pick-Up available at Customer's request via Lessor's/Supplier's truck for an additional charge. 6. Customer shall be responsible for providing adequate labor and material handling equipment onsite to unload/load and setup/breakdown equipment, including chains or cables of sufficient capacity along with cribbing material to support pumps, piping and accessories. 7. Customer responsible for daily monitoring of all equipment on site, including but not limited to cleaning of suction screen(s) as necessary. Diesel driven pumps require routine service including changing oil, oil filter, fuel filter, and performing general maintenance every 250 hours of running time, and also replacing the air filter every 500 hours of running time. As requested, Lessor/Supplier will service the equipment for an additional charge. 8. Customer shall be responsible for any required secondary containment around and under each pump to contain possible spills during operation or refueling of the equipment. 9. Customer shall be responsible for compliance with permitting, licensing or other regulatory requirements associated with setup, installation, or operation of the equipment. This order is subject to the Standard Terms and Conditions of Rental - Jack Tyler Engineering, Inc. effective on the date the order is accepted which terms are available at www.Jack TylerEngineering.com and incorporated herein by reference and made a part of the agreement between the parties. Fees Environmental Fee is charged at 6% of rental charge for all applicable equipment with a minimum charge of $16 and maximum charge of $120 per individual piece of equipment. If there is not a certificate of insurance on file at the time of billing there will be a $75.00 rental protection plan fee applied and the customer is still responsible for any damages to the equipment. It is the responsibility of the Customer to call into the Owner's local branch office and obtain an Off Rent Call Confirmation Number. This call serves as notification that equipment is disassembled, properly decontaminated, and stockpiled in one readily-accessible area available for immediate pick-up. Rental and/or labor charges will accrue if equipment is not cleaned and staged for removal. All equipment must be returned at the fuel level in which it was delivered, if not the customer will be charged for refueling on final invoice. IMPORTANT: Obtaining an Off Rent Call Confirmation Number does not release Customer from its obligations to safeguard and secure equipment, including maintaining required insurance coverages, while equipment remains under Customer's care, custody or control pending return of all rented equipment to Owner, Customer shall remain responsible for all loss or damage arising from Customer's failure to safeguard and secure equipment while awaiting pick up. Picture8 Features and Benefits Specifications Suction connection 6" 150# ANSI B16.5 Delivery connection 6" 150# ANSI B16.5 Max capacity 1880 USGPM † Max solids handling 3.0" Max impeller diameter 14.0" Max operating temp 176°F* Max pressure 115 psi Max suction pressure 73 psi Max casing pressure 173 psi Max operating speed 2000 rpm * Please contact our office for applications in excess of 176°F. † Larger diameter pipes may be required for maximum flows. Picture 101 The Godwin Dri-Prime CD160M pump offers flow rates to 1880 USGPM and has the capability of handling solids up to 3.0" in diameter. The CD160M is able to automatically prime to 28' of suction lift from dry. Automatic or manual starting/stopping available through integral mounted control panel or optional wireless- remote access. Indefinite dry-running is no problem due to the unique Godwin liquid bath mechanical seal design. Solids handling, dry-running, and portability make the CD160M the perfect choice for dewatering and bypass applications. Please contact the factory or office for further details. A typical picture of the pump is shown. All information is approximate and for general guidance only. Also available in a critically silenced unit which reduces noise levels to less than 70 dBA at 30'. Simple maintenance normally limited to checking fluid levels and filters. Dri-Prime (continuously operated Venturi air ejector priming device) requiring no periodic adjustment. Optional compressor clutch available. Extensive application flexibility handling sewage, slurries, and liquids with solids up to 3.0" in diameter. Dry-running high pressure liquid bath mechanical seal with high abrasion resistant solid silicon carbide faces. Close-coupled centrifugal pump with Dri- Prime system coupled to a diesel engine or electric motor. All cast iron construction (stainless steel construction option available) with cast steel impeller. Standard engine John Deere 6068HF285 (T3 Flex). Also available with John Deere 6068HC93 (IT4). CD160M Dri-Prime® Pump Performance Curve Materials Engine option 1 Engine option 2 John Deere 6068HF285 (T3 Flex), 149 HP @ 2000 rpm John Deere 6068HC93 (IT4), 156 HP @ 2000 rpm 1 Impeller diameter 14.0" Impeller diameter 14.0" Pump speed 2000 rpm Pump speed 2000 rpm Suction Lift Table Suction Lift Table Total Delivery Head (feet) Total Delivery Head (feet) 144 185 201 221 245 144 185 221 245 Output (USGPM) Output (USGPM) 10 2006 1712 1468 1027 489 10 2006 1712 1027 489 15 2006 1614 1370 734 367 15 2006 1614 734 367 20 2006 1517 1223 612 - 20 2006 1517 612 - 25 1614 1223 1076 489 - 25 1614 1223 489 - Fuel capacity: 180 US Gal Fuel capacity: 180 US Gal Max Fuel consumption @ 2000 rpm: 8.0 US Gal/hr Max Fuel consumption @ 2000 rpm: 7.9 US Gal/hr Max Fuel consumption @ 1600 rpm: 7.0 US Gal/hr Max Fuel consumption @ 1600 rpm: 6.8 US Gal/hr Weight (Dry): 5,610 lbs Weight (Dry): 6,270 lbs Weight (Wet): 6,910 lbs Weight (Wet): 7,570 lbs Dim.: (L) 147" x (W) 56" x (H) 84" Dim.: (L) 147" x (W) 56" x (H) 84" Drawing8 Picture 102 84 Floodgate Road Reference number : 95-1012-3000 Bridgeport, NJ 08014 USA Date of issue : (856) 467-3636 . Fax (856) 467-4841 Issue : 5 Email: sales@godwinpumps.com 201 1468 1370 1223 Total Suction Head (feet) Pump casing & suction cover Cast iron BS EN 1561 - 1997 Silicon carbide face; Viton elastomers; Stainless steel body Cast iron BS EN 1561 - 1997 Cast iron BS EN 1561 - 1997 Carbon steel BS 970 - 1991 817M40T Cast Steel BS3100 A5 Hardness to 200 HB Brinell Wearplates Mechanical seal © 2014 Xylem, Inc. All rights reserved. Godwin is a trademark of Xylem Dewatering Solutions, Inc., a wholly-owned subsidiary of Xylem Inc. Specifications and illustrations are subject to revision without notice. Xylem makes no representation regarding the completeness or accuracy of this information and is not liable for any direct or indirect damages arising from or relating to this information or its use. Performance data provided in tables is based on water tests at sea level and 20°C ambient. All information is approximate and for general guidance only. Please contact the factory or office for further details. Performance data provided in tables is based on water tests at sea level and 20°C ambient. All information is approximate and for general guidance only. Please contact the factory or office for further details. 1076 www.godwinpumps.com February 26, 2014 Total Suction Head (feet) Pump Shaft Impeller Non-return valve body 2000 rpm 1800 rpm 1600 rpm 1400 rpm 1200 rpm 30% 63% 40%50% 60%62% 64% 64% 65% 0 50 100 150 200 250 300 350 400 450 0 10 20 30 40 50 60 70 80 90 0 40 80 120 160 200 240 280 0 250 500 750 1000 1250 1500 1750 Flow (m³/hr) He a d ( m e t e r s ) He a d ( f e e t ) Flow (USGPM) AR CONTRACTORS LIC # 0219360525 OK CONTRACTORS LIC # 104396 THANK YOU JASON KUNCL AXIS ELECTRIC, LLC 10260 N CAMPBELL RD WC 65, FAYETTEVILLE, AR 72701 OFFICE: (479) 442-2947, MOBILE: (479) 601-5127, FAX: (479) 695-1324 jkuncl@axis-electric.com PROPOSAL # AXJ31825 DATE: 3-18-25 PRICE FOR THE ELECTRICAL ON: Double Springs Lift Station Improvements in Fayetteville, AR PRICE INCLUDES: 1. NECESSARY LABOR STRAIGHT TIME ONLY 2. PROVIDE AND INSTALL NEW 480 VOLT 3 PHASE SERVICE FROM EXISTING TRANSFORMER LOCATION 3. PERMIT IF NECESSARY 4. GROUNDING PER CODE AND LOCAL REQUIREMNETS 5. ALL MISCELLANEOUS MATERIAL TO FACILITATE INSTALLATION A. PVC CONDUIT UNDERGROUND B. GRC CONDUIT IN OTHER EXPOSED LOCATIONS 6 CONDUIT AND WIRING TO ACCOMMODATE NEW PUMPS AND CONTROLS 7. TEMPORARY WIRING OF POWER FOR NECESSARY BYPASS APPLICATION 8. TRENCHING FOR ELECTRICAL CONDUITS 9. 230KW NATURAL GAS GENERATOR 3PHASE 480 VOLT USING EXISTING ATS 10. DEMO OF SERVICE 11. DEMO OF EXISTING ELECTRICAL SYSTEM 12. PROPER SUBMITTALS AND AS-BUILT DRAWINGS 13. MOUNTING OF MOTOR CONTROL PANEL & SCADA PANEL 14. NEW RACK FOR ELECTRICAL EQUIPMENT ON WEST SIDE OF PUMP VAULT 15. RELOCATION OF POLE LIGHT 16. COORDINATION WITH POWER COMPANY 17. CRANE FOR SETTING OF NEW GENERATOR AND REMOVAL OF EXISTING PRICE DOES NOT INCLUDE 1. ANY TYPE OF CHANGE IN SCOPE OF WORK (IF IT’S NOT ON THE PLANS OR CALLED OUT IN THIS BID, IT IS NOT IN THE PRICE) 2. ANY OVERTIME OR HOLIDAY PAY (if work must be done on any major holidays prior notice of 2 weeks must be made and holiday labor rates must be applied) 3. ANY CONCRETE WORK FOR : UTILITY TRANSFORMER PAD, GENERATOR PAD, HOUSEKEEPING PAD FOR ELECTRICAL EQUIPMENT, POLE LIGHT BASES, CONCRETE DUCT BANK, ETC 4. BLASTING, HAMMERING OR CHIPPING OF ROCK FOR EXCAVATION OR OTHERWISE 5. ANY HAULING OF EXISTING GENERATOR OR OWNER EQUIPMENT OFFSITE 6. ANY DIRECTIONAL BORING OR HAUL OFF OF DITCH SPOILS 7. ANY LOW VOLTAGE SYSTEMS SUCH AS: FIRE ALARM, SECURITY SYSTEM, SECURITY CAMERAS, ACCESS CONTROL, PHONE, ETC. 8. ANY INSTRUMENTATION DEVICES, PRESSURE SWITCHES, FLOW SWITCHES, TRANSMITERS, FLOW METERS, ETC 9. ANY TELEMETRY, SCADA, INSTRUMENTATION CONTROLS, PLC CONTROL PANEL PARTS OR PROGRAMMING 10. ANY PAVING, CUTTING OR PATCHING OF CONCRETE OR ASPHALT. 11. ANY POWER COMPANY FEES 12. ANY FIBER OPTIC CABLING OR INSTALLATION OF 13. ANY TOWERS OR ANTENNA, NETWORK SWITCHES, ROUTERS, ETC 14. ANY INSTALATION OF ANY INSTRUMENTATION IN PIPING SYSTEM OR WET WELL 15. ANY HEAT TRACING OR INSTALLATION OF HEAT TRACING SYSTEM 16. ANY BONDING FOR PROJECT. IF PERFORMANCE AND PAYMENT BOND WILL BE REQUIRED, ADD 1.2% 17. ANY EXPIDITING FEES OR COST INCREASES DUE TARIFFS OR MANUFACTURER BASE BID AS SPECIFIED…............................................ $ 326,000.00 This proposal is based on today’s material prices. QUOTE EXPIRES IN 15 DAYS Washington County City of Fayetteville Subject Property E. Skillern Rd. Request for Sewer Service Outside City Limits WASHINGTON COUNTY FAYETTEVILLE CITY LIMITS G A S GA S GA S GA S GA S GA S GAS GAS G A S GA S R/W R/W R/W R/W R/W R/ W R/ W R/ W R/W R/W R/W R/W R/W R/W R/W R/W R / W R / W R / W R / W R/ W R / W R/ W R / W M.S. P R / W M . S . P R / W APPARENT EXIST. R/W APPARENT EXIST. R/W PLAT T E D R / W P L A T T E D R / W C/ L C / L C/L N. C H A R L E S T O N C R O S S I N G ( R E S I D E N T I A L L I N K ) AS P H A L T W I D T H V A R I E S - 4 5 ' M I N / 5 2 ' M A X R / W ( P E R M . S . P . ) W W W W W W W W GU A R D SH A C K 13. 1 ' 10. 2 ' FO FO FO FO F O FO N 71°03 ' 5 8 " E 46.64' SS SS V 30 ' U . E . ( 1 2 - 5 0 ) 13 7 0 1370 1 3 7 0 136 5 1 3 6 5 136 5 13 6 5 1 3 6 0 13 6 0 13 6 0 30 ' U . E . ( 1 2 - 5 0 ) 30' U . E . ( 1 2 - 5 0 ) E . S K I L L E R N R O A D ( N E I G H B O R H O O D L I N K ) A S P H A L T W I D T H V A R I E S - 5 5 ' M I N / 6 7 ' M A X R / W ( P E R M . S . P . ) N 45°01'42" W 4 2 . 8 1 ' N 43 ° 4 3 ' 0 2 " E 2 0 4 . 3 9 ' N 0 1 ° 4 8 ' 4 6 " E 2 4 7 . 7 5 ' S 87°33'38" E 112.94' N 0 2 ° 0 6 ' 2 2 " E 3 6 9 . 9 1 ' S 87°37'14" E 348.29' S 87°44'22" E 174.02' N 0 1 ° 5 7 ' 4 3 " E 2 1 7 . 6 9 ' N 83°19'09" W 2 4 6 . 4 4 ' S 89°03'02" W 331.44'N 88°17'27" W 143.31' N 0 6 ° 3 1 ' 0 7 " W 1 9 6 . 2 4 ' S 0 1 ° 5 9 ' 5 2 " W 2 5 0 . 2 5 ' UNK N O W N U T I L I T Y - P O S S I B L Y B U R I E D E L E C . N 4 8 ° 1 9 ' 2 5 " W 4 4 . 6 7 ' CAP #1032 CAP #1032 31.87' P R . U . E . S 0 1 ° 4 6 ' 0 9 " W 53 . 1 2 ' S 0 1 ° 5 8 ' 4 1 " W 1 9 9 . 8 1 ' S 0 2 ° 0 5 ' 4 8 " W 2 1 2 . 4 1 ' S 0 2 ° 0 2 ' 3 0 " W 1 0 3 . 7 6 ' EXISTING MANHOLE PROPOSED MANHOLE PROPOSED MANHOLE PROPOSED MANHOLE PROJECT BOUNDARY PROPOSED SINGLE FAMILY HOUSE LEGEND PROPOSED EXISTING DESCRIPTION ACCESS EASEMENT ASPHALT BUILDING CENTERLINE CONTOURS (IDX) CURB & GUTTER EASEMENT (UTILITY) ELECTRIC (UNDERGROUND) ELECTRIC (OVERHEAD) FENCE FLOWLINE FORCEMAIN GAS MAIN GRAVEL POWER POLE PROPERTY LINE RIGHT OF WAY SANITARY SEWER MH SIDEWALK SIGN STORM BOX STORM PIPE SILT FENCE AE AE AE AE AE CONTOURS (INT) 1318 1318 1320 1320 UE UE UE UE UE UGE UGE UGE UGE UGE UGE UGE UGE UGE UGE UGE UGE UGE UGE UGE UGE UGE UGE OHE OHE OHE OHE OHE OHE OHE OHE //////////X X X X X >>>> FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM GAS GAS GAS GAS R/W R/W R/W R/W R/W R/W R/W R/W SF SF SF SF SF LIGHT STOP STOP TRUNCATED DOME SERVICE - WATER WATER SEWER WS WS WS WS WS SSV SSV SSV SSV SSV SERVICE - SEWER WS WS WS WS WS SSV SSV SSV SSV SSV LANDSCAPE BUFERLBLBLBLBLB GREENSPACE FIRE STRIPING RETAINING WALL WETLANDS CONCRETE CANOPY DRAINAGE EASEMENTDEDEDEDEDE W W W W SS SS SS SS SS FIBER OPTICFOFOFOFO BA T E S En g i n e e r s Su r v e y o r s 72 3 0 S P l e a s a n t R i d g e D r / F a y e t t e v i l l e , A R 7 2 7 0 4 PH : ( 4 7 9 ) 4 4 2 - 9 3 5 0 / b a t e s n w a . c o m DRAWING NO. PR O J E C T N O . RE V I S I O N S DA T E DR A W N B Y : EN G I N E E R : Co p y r i g h t © 2 0 2 3 B a t e s & A s s o c i a t e s , I n c . MW GB FA Y E T T E V I L L E , A R K A N S A S UT I L I T Y E X T E N S I O N SK I L L E R N S E W E R E X T E N S I O N 21 - 4 2 2 G E O F FRE Y H . B A T E S S T A T E OF ARKANSAS No. 9810 REGISTERED PROFESSIONAL ENGINEER 11-20-2025 1s t S u b m i t t a l 11 / 2 0 / 2 5 NOT FOR CONSTRUCTION UT1 0 50 100 N UT I L I T Y P L A N TYPE MATERIAL SIZE LENGTH SEWER SDR-26 PVC 8 INCH 364.06 FEET AMENDMENT NO. 3 TO THE AGREEMENT For PROFESSIONAL ENGINEERING SERVICES BETWEEN CITY OF FAYETTEVILLE, ARKANSAS AND HAWKINS-WEIR ENGINEERS, INC. In accordance with the AGREEMENT For PROFESSIONAL ENGINEERING SERVICES for the Highway 112 Utility Relocation (HW Project No. 2021048), dated June 1, 2021, between the City of Fayetteville, Arkansas (hereinafter called Owner) and Hawkins-Weir Engineers, Inc. (hereinafter called Engineer), Owner hereby authorizes Engineer to proceed with engineering services as modified by this Amendment No. 3. SECTION 1 -SCOPE OF SERVICES 1. 1 Amendment No. 3 is for Prebid and Construction Phase Services for the Highway 112 Utility Relocation project by the Arkansas Department of Transportation (ARDOT). Additional information on the proposed engineering services are detailed in the Engineer's attached Exhibit A -Scope of Services dated October 24, 2025. SECTION 2 -TIME OF SERVICE 2.1 Engineer will proceed with providing the services set f01ih herein immediately upon execution of this Authorization by all paiiies and commencement of construction activities by ARDOT and the Contractor. SECTION 3 -COMPENSATION 3 .1 Owner shall compensate Engineer for providing the services set fo1ih herein in accordance with the te1ms of the Agreement. Total payment for Scope of Services described herein shall not exceed Nine Hundred Seventy-Six Thousand Four Hundred Eighty and 00/100 Dollars ($976,480.00) without written approval of Owner. 2021048 Amendment 3_2025-10-24 Page 1 of2 October 24, 2025 These additional services adjust the Agreement's total not to exceed fee to $1,767,230.00, including proposed reimbursable expenses. Attachments: Exhibit A -Scope of Services dated October 24, 2025 Exhibit B -Fee Proposal dated October 24, 2025 Exhibit C -Standard Hourly Billing Rate Structure, effective 2025 ACCEPTED BY: HA WK.INS-WEIR ENGINEERS, INC. By:_�_ru)j--------=--=---------'---�--e_eh.M, __ Brett D. Peters, P.E. President and CEO Date: October 24, 2025 2021048 Amendment 3_2025-10-24 AUTHORIZATION BY: CITY OF FAYETTEVILLE, ARKANSAS By: __________ _Honorable Molly Rawn, Mayor Date: ___________ _ Page 2 of 2 October 24, 2025 Exhibit A Scope of Services Construction Phase Services Highway 112 Utility Relocations Fayetteville, Arkansas Project No. 2021048 October 24, 2025 2021048 Exhibit A Construction Phase - Scope of Services 1 Project Description This scope of services describes professional engineering services provided to the City of Fayetteville for the Arkansas Highway 112 Utility Relocations Project. Hawkins-Weir Engineers (HW) shall provide construction phase and other services as set forth below and based on a construction contract length of 840 calendar days (28 months). Although the scope of public utility work on this project has been incorporated into the Arkansas Department of Transportation (ARDOT) roadway plans and specifications for Project 040746, this Amendment to the Engineering Services Agreement for Hawkins-Weir will be for construction phase services associated with construction of the utility improvements only. In addition, Hawkins-Weir will serve as the liaison between ARDOT’s contractor and the City of Fayetteville. For the purposes of this Scope of Services, “the Owner” is identified as the City of Fayetteville. TASK 1 – Preliminary Engineering Services – Completed TASK 2 – Final Design Phase Services – Completed TASK 3 – Prebid Services 1. Reformat previously approved plans to match ARDOT formatting to allow incorporation of the utility improvements into the roadway construction plans, 2. Reformat previously approved technical specifications into Special Provisions to allow incorporation into ARDOT bidding documents, 3. Provide assistance to City of Fayetteville during easement acquisition efforts, including participating in coordination meetings with property owners and revising easement documents, 4. Assist ARDOT during bidding phase in interpretation of utility relocation plans and preparation of bid addenda. TASK 4 – Construction Phase Services – Utility Relocations 1. Participate in a preconstruction conference with ARDOT, the Owner, and Contractor, 2. Conduct pre-work coordination meetings with the Contractor and the Owner, including concrete pre-placement (vault structures), water and sewer main tie-overs, and connection to existing 36-in. prestressed concrete cylinder pipe (PCCP), 3. Conduct up to 12 coordination meetings with water and sewer customers, the Contractor, and the Owner for water and sewer line tie-overs, 4. Participate in up to 56 construction progress meetings conducted by ARDOT (typically semi-monthly), provide updates on the project status, review outstanding construction issues, assist ARDOT in preparing meeting minutes, and advise the Owner on utility matters, Exhibit A Scope of Services Construction Phase Services Highway 112 Utility Relocations Fayetteville, Arkansas Project No. 2021048 October 24, 2025 2021048 Exhibit A Construction Phase - Scope of Services 2 5. Provide full-time construction observation for a 28-month construction period for utility relocations only, 6. Prepare, review and disseminate construction documentation including utility material submittals, requests for information (RFIs), field change orders (FCOs), and change orders (COs) as directed by ARDOT or the Owner, 7. Compile, review and maintain documentation for procurement of materials in accordance with Build America, Buy America Act (BABAA) compliance, 8. Review the Contractor’s construction quantities for utilities and provide assistance to ARDOT in processing Contractor’s monthly pay requests, 9. Conduct as-built surveys of the completed water and sewer improvements, 10. Coordinate and conduct a final inspection of utility improvements with ARDOT, Contractor, and Owner, and prepare a punch list of deficient construction items for the Contractor to address, 11. Prepare Record Drawings of the completed utility relocation project and provide one (1) electronic copy for the Owner’s archives, 12. Provide documentation for ARDOT on reimbursable and betterment construction costs for the utility relocation work, 13. Assist ARDOT in project management and contract administration. Scope of Services Exclusions 1. This scope of services describes construction observation and construction phase services related only to the construction of public water and sanitary sewer improvements on the project. Hawkins-Weir will provide coordination between the City of Fayetteville, the Contractor, and ARDOT on the utility improvements, but ARDOT will be responsible for all other inspection and construction administration related to the roadway and storm drainage improvements. 2. Water and sewer relocations and associated improvements are generally expected to be completed prior to the completion of the roadway improvements. Therefore, this scope of services assumes and the accompanying fee proposal is based on 840 days for review and approval of utility material submittals; construction, testing, and commissioning of the proposed utilities; and demolition and abandonment of existing utilities. End of Scope of Services Exhibit B Fee Proposal Summary Construction Phase Services Highway 112 Utility Relocation City of Fayetteville, Project No. 021048 October 24, 2025 TASK 3 - Prebid Services Highway 112 Utility Relocations, Fayetteville, Arkansas Engr Engr Engr GPS Surv Const Obs CAD Tech Civil Eng Total Total VII V II Survey Tech Surveyor III III Asst II Hours Cost $275 $225 $150 $200 $50 $175 $115 $120 $90 1.Reformat previously approved plans to match ARDOT formatting 88 24 112 $27,080 2.Reformat previously approved specifications for ARDOT bid documents 72 4 32 108 $23,580 3.Provide assistance to City of Fayetteville during easement acquisition 24 8 8 40 $8,960 4.Assist ARDOT during bidding phase and prepare bid addenda 24 4 4 32 $7,440 TOTAL HOURS 208 4 0 0 0 8 0 36 36 292 SUBTOTAL COST: TASK 3 - PREBID SERVICES $57,200 $900 $0 $0 $0 $1,400 $0 $4,320 $3,240 $67,060 TASK 4 - Construction Phase Services - Utility Relocations Highway 112 Utility Relocations, Fayetteville, Arkansas Engr Engr Engr GPS Surv Const Obs CAD Tech Civil Eng Total Total VII V II Survey Tech Surveyor III III Asst II Hours Cost $275 $225 $150 $200 $50 $175 $115 $120 $90 1.Participate in a preconstruction conference 8 4 4 4 4 24 $4,520 2.Conduct pre-work coordination meetings with Contractor and Owner (1)16 8 8 8 40 $8,120 3.Conduct up to 12 coordination meetings for utility tie-overs 24 16 16 8 64 $13,320 4.Participate in up to 56 construction progress meetings (bi-monthly)112 32 32 40 216 $46,400 5.Provide full-time construction observation for 28-mo. construction (2)16 16 400 5,824 6,256 $737,760 6.Prepare, review and disseminate submittals, RFIs, FCOs, and COs 48 8 48 40 144 $25,800 7.Compile, review and maintain BABAA documentation 8 8 40 40 96 $13,600 8.Review Contractor's monthly quantities for utilities and assist ARDOT 16 48 40 104 $15,200 9.Conduct as-built surveys of the completed water & sewer improvements 40 40 16 96 $12,800 10.Coordinate and conduct a final inspection and prepare punch list 4 4 8 4 20 $3,560 11.Prepare Record Drawings of completed utility improvments 4 16 8 40 68 $9,220 12.Prepare betterment and reimbursement documentation for ARDOT 8 4 8 20 $3,520 13.Assist ARDOT in project management and contract administration 40 40 80 $14,600 TOTAL HOURS 304 96 624 40 40 16 5,836 40 232 7,228 SUBTOTAL COST: TASK 4 - CONSTRUCTION PHASE SERVICES $83,600 $21,600 $93,600 $8,000 $2,000 $2,800 $671,140 $4,800 $20,880 $908,420 (1) "The Owner" = City of Fayetteville (2) For Task 4 - Item 5: Construction Observer III based on 48-hours per week for 840-day construction time for utility relocations only Reimbursable Expenses 1.Outside Services Reproduction and Printing $1,000 Total Estimated Reimbursable Expenses $1,000 Engineering Services Summary TASK 3 - Prebid Services $67,060 TASK 4 - Construction Phase Services - Utility Relocations $908,420 Reimbursable Expenses $1,000 Total Engineering Fee (NTE)$976,480 Billing Rates (Effective 2025) Billing Rates (Effective 2025) 2021048 Exhibit B Fee Proposal 2025-10-24\Prebid-Const Phase Fee 10-24-25 1 of 1 Hawkins-Weir Engineers, Inc. Hourly Rate Schedule: 2025 Description Billing Rate/Hour Engineer VII $275 Engineer VI $250 Engineer V $225 Engineer IV $200 Engineer III $175 Engineer II $150 Engineer I $125 Environmental Specialist II $130 Environmental Specialist I $110 Designer II $135 Designer I Civil Eng Assistant II Civil Eng. Assistant I $100 $90 $80 CAD/BIM Modeler II $135 CAD/BIM Modeler I $100 CAD/GIS Technician III $120 CAD/GIS Technician II $95 CAD/GIS Technician I $75 Construction Manager II $140 Construction Manager I $125 Construction Observer IV $135 Construction Observer III $115 Construction Observer II $95 Construction Observer I $85 Surveyor $175 GPS Survey $200 Survey Technician $50 Business Manager $100 Graphic Designer $100 Document Processor $75 Reimbursable Expenses Mileage $0.77/mile Printing @ Cost Travel @ Cost Expert Witness Rate x 2.0 Other Direct Costs @ Cost Notes: 1.Hourly rates may be equitably adjusted 2. Adjustment to rate schedule will not change contract lump sum or NTE amounts 3.If a conflict exists, hourly rates & reimbursable expenses will be invoiced per terms of Agreement. Exhibit C