HomeMy WebLinkAbout2010-05-25 - Agendas 10i
WATER/SEWER COMMITTEE AGENDA
aye eva MEETING DATE OF MAY 25, 2010
THE CITY OF FAYETTEVILLE,ARKANSAS
ARKANSAS
Committee: Chairman Kyle Cook; Aldermen: Adella Gray, Robert Rhoads, Sarah Lewis
Copy to: Mayor Jordan, Sondra Smith, Don Mar Pa I Becker, Lindsley Smith, Jeremy Pate, Chris
Brown, Tom Hubbard, Lynn Hyke, Sha Jones, Peggy Bell, OMI, Will Winn
From: David Jurgens, P. E., Utilities Director
A Fayetteville Water and Sewer Committee meeting will a Ma 25, 2010, 5:30 PM (following agenda
session and Equipment Committee), in room 326, Fayette�i le City Hall. Proposed topics include:
1. Ca ital Prolect Update.
Contract Description Contractor Cost %Com lete
WL-10a Farmin tan Gravit Line In Town Portion Garne Const $ 1,664,231 100.0%
EL-3&5 Razorback- Happy Hollow 36/42" Gravity S J Louis Const $ 5,253,795 100.0%
CIPP Rehab- Cured in Place Pipe City Wide Insituform $ 630,000 100%
Mt Se uo ah Area Wtr/Swr Upgrades LaRue Contr $ 997,629 100%
36"W/L 36"Water Line on Township Seven Valles $ 1,789,960 100.0%
WL-13 Broyles Avenue Gravity Lines Goodwin &Goodwin $ 433,005 32.0%
WL-14 Broyles Avenue Force Mains Redford Construction $ 893,640 21.4%
WL-15 Broyles Avenue Lift Station Seven Valles $ 583,897 20.5%
BI0-1 Biosolids Solar Drying Dean Crowder $ 4,963,386 NTP Jun
BIO-2 Biosolids Thermal Drying In Design
-Canterbury 500,000 Gallon Water Tower C B & I Inc. $ 1,551,000 NTP 20A ril
Project is substantially complete, meaning the work can be used to execute its mission.
2. Biosolids Solar Drying contract for$16,000 with Environmental Consultant Engineers for environmental
and stormwater management and site compliance work for the biosolids processing site is attached. Staff is
performing in-house design and construction supervision for the two phased biosolids processing site on
Wyman Road east of the White River. The site is very close to the White River and the Noland WWTF
discharge location. The site may require several ADEQ permits, including a construction stormwater permit, a
construction permit, a general stormwater permit, and an air permit for the thermal biosolids dryer.
3. Highway 265 and Township Water/Sewer Relocations and 36" Water Line The Highway 265 Portion
design is complete. AHTD has provided appraisals; easement acquisition is underway for 26 easements.
4. AT&T Relocation Agreement is attached allowing AT&T to relocate their overhead phone lines near the
Canterbury Tank for $15,915.32.
5. Phosphorus Update will be provided at the meeting.
6. Solid Waste 2009 ADEQ Grants Through Boston Mountain Solid Waste District was approved the
City for a $47,250 grant in 2009 to purchase containers for the West Side recycling drop off facility; the Mayor
now needs to accept the grant. The site is located on Broyles Road near the West Side Wastewater Treatment
Plant on City land. The West Side recycling drop off is intended as our premier drop off and recycling
education facility, integrating all aspects of the proximity too the Woolsey Wet Prairie into a comprehensive
sustainability and recycling education site. We intend to incorporate Low Impact Development techniques into
the drop off center design as much as possible. The City has applied for a similar 2010 grant from Boston
Mountain Solid Waste District. Staff requests this item be forwarded to the full City Council.
7. Compost Screener Purchase. The City has not been able to screen compost for over two months. The
compost screener that the City has been using belongs to the Boston Mountain Solid Waste District. The
screener, purchased in 2001, is reaching the point where it requires significant maintenance, which is
challenging as the manufacturer no longer makes spare parts. Thus, the District is hesitant to spend the funds
W&S CommitteeAgenda25MayI0.doc
WATER/SEWER COMMITTEE AGENDA
MEETING DATE OF MAY 25, 2010
required to maintain the equipment. Fleet evaluated the unit and determined it was beyond its useful and
reliable life. Thus, in order to continue screening compost and production the very high quality products our
citizens have become accustomed to, a new screener must be purchased. Staff evaluated a number of units,
with the specific objectives of screening, compost, topsoil, and, if required in the future, class A biosolids, or
any combination thereof. This makes the item of equipment much more functional across City Departments.
Between Water/Sewer, Transportation, and Parks, the City purchases more than $30,000 worth of topsoil each
year. We expect to be able to reduce those purchased significantly by screening material at the work site.
Staff tested three different screeners when developing the specifications. The screener costs $195,684 off the
National Joint Powers Alliance purchasing contract bid. $141,903 is coming from Solid Waste Replacement
funds allocated for an extra recycling vehicle that is not going to be replaced. The remaining $54,000 is coming
from other sources in the Solid Waste fund. Details are being submitted to the Equipment Committee.
8. Annual Bulky Waste Cleanups s)ring results are shown below.
Ward Date Electronics* Tons Trash Tons Metal Tons Total (Tons)
4 3/20/2010 0 39.96 _14.11 54.07
1 4/24/2010 0 38.09 _ 7.47 45.56
3 4/10/2010 0 50.43 8.54 58.97
2 5/1/2010 0 37.92 5.28 43.20
2010 Spring Total 0 166.40 35.40 201.80
2009 Spring Total 7.76 83.57 28.00 119.33
2008 SpringTotal 8.32 120.33 25.95 154.60
* Electronics were no longer accepted after December 31, 2009.
9. Water/Sewer Committee Meeting is Tuesday, July 13, 2010, 5:30 p.m., room 326.
Attachments: 2 Biosolids ECO Contract
4 AT&T Canterbury Tank Relocation Agreement
W&S CommitteeAgenda25May l 0.doc
Proposal for City of Fayetteville Biosolids Management Facility Environmental Regulatory Permitting
SCOPE OF ENVIRONMENTAL CONSULTING SERVICES
FOR
CITY OF FAYETTEVILLE BIOSOLIDS MANAGEMENT
SOLAR DRYERS FACILI'T'Y
1.0- INTRODUCTION
The City of Fayetteville (CITY) is expanding its infrastructure to accommodate the rapid urban
growth in northwest Arkansas. The biosolids processing facility (BF) will process the biosolids
via solar drying with 6 greenhouse type chambers. Biosolids from both of the City's regional
wastewater plants will be dried to 40—75% solids content using the solar drying process. The
process will significantly reduce the amount of biosolids that are ultimately disposed of in a
landfill. There may be times of the year that the dried biosolids meet the necessary requirements
to be used as a fertilizer supplement. This will further reduce the costs associated with
landfilling.
The proposed project will occur in an area previously used to land apply wastewater sludge.
Construction activities will result in the total surface disturbance of approximately 1.7 acres.
Construction activities for this project are anticipated to continence May 2010 and be completed
January of 2011.
2.0 -SCOPE OF SERVICES
Environmental Consulting Operations, Inc. (ECO,Inc.) will provide the following environmental
consulting services to CITY for the project:
PART A - PROJECT ADMINISTRATION AND MANAGEMENT
1. Basic Scope of Services
a) Project Administration
i) Perform project initiation activities
ii) Perform general administration and project management activities.
iii) Perform ECO, INC.'S internal project control including budgeting,
scheduling, and quality control activities.
iv) Develop environmental regulatory program priority schedule
v) Provide environmental regulatory updates to CITY
b) Coordination Meetings
i) Attend meetings with CITY to coordinate design and
construction activities.
II) Review Contractor submittals associated with environmental compliance.
Environmental Consulting Operations,Inc. 1 March 3,2010
Proposal for City of Fayetteville Biosolids Management Facility Environmental Regulatory Permitting
PART B—DESIGN SURVEY
1. Basic Scope of Services
The Project construction activities will be authorized under the ADEQ General Stormwater
Permit for Construction Activities.
a) ECO,INC. will review environmental features on CITY'S plans for completeness and
accuracy.
b) ECO, INC. will conduct a site visit and assist CITY in identifying locations of aquatic
resources and/or ecologically sensitive areas on design plans and documents.
c) ECO,INC. will field-verify, photo-document, and record GPS coordinates of ecologically
sensitive areas.
PART C—ENVIRONMENTAL SPECIFICATIONS AND COMPREHENSIVE BEST
MANAGEMENT PRACTICES PLAN
1. Basic Scope of Services
a) Purpose
Due to the overlap of environmental regulatory requirements described below, and the variability
of regulatory requirements for specific portions of the project, ECO, INC. will incorporate
required Best Management Practices(BMPs) into the Project Environmental Regulatory
Program via the development of a Project Comprehensive Best Management Practices Plan and
Environmental Specifications to be contained within Bid Documents developed by CITY.
The Project Owner will be required to seek authorization under the ADEQ general storm water
permit for construction activity (ARR150000) for surface disturbance construction activities, as
per EPA-promulgated regulations at 40 CFR 122.26, and as adopted by ADEQ. At an estimated
1.7 acres of surface disturbance,the Project will be classified as a"small"construction site.
Consequently, submittal of a$200 permit fee,Notice of Intent(NOI), and a stormwater pollution
prevention plan(SWPPP) to ADEQ are not anticipated to be required. A SWPPP must be
developed and maintained at the construction site.
The USFWS has concerns about construction activity within potential ecologically sensitive
areas in Northwest Arkansas. Due to the prevalence of karst geology in the project area, and
sensitive species associated with cave ecosystems, the USFWS has requested the development
and implementation of special measures, for construction activities within karst formations.
As specified, at Title 40, Code of Federal Regulations (40 CFR) Part 112.1(b), the Spill
Prevention Control and Countermeasures Plan(SPCCP) rule applies to owners or operators of
facilities that drill,produce, gather, store, process, refine, transfer, distribute, use, or consurne
oil and oil products, which, due to its location might reasonably be expected to discharge oil in
quantities may be harmful into or upon navigable waters of the United States or adjoining
shorelines. Specific to construction projects, the owner/operator of oil storage containers having
an aggregate storage capacity, which is not buried, exceeding 1,320 gallons of oil is required to
develop and implement a SPCCP. Consequently, any container, including drums, totes, and
above ground storage tanks(ASTs), having a storage capacity of 55 gallons or more for oil or oil
products are counted toward the 1,320-gallon threshold. Any Contractor, who owns, operates,
Environmental Consulting Operations,Inc. 2 March 3,2010
Proposal for City of Fayetteville Biosolids Management Facility Environmental Regulatory Permitting
leases, or subcontracts oil/fuel storage containers having an aggregate capacity exceeding the
1,320-gallon threshold is required to have and implement a SPCCP.
b) ECO, INC. will develop Environmental Regulatory Program Specifications as
CSI-formatted Section 02270 Environmental Specifications to be incorporated into
CITY'S Design Plans and BID Documents to clarify Contractor Responsibilities regarding
environmental regulatory requirements.
c) ECO,INC. will develop a Comprehensive Best Management Practices Plan to include the
following elements, as applicable:
• Storm Water Pollution Prevention Plan(SWPPP) as required by ADEQ NPDES general
storm water permit(ARR150000) for construction activity;
• Cave System Contingency Plan, as recommended by USFWS;
• Spill Prevention Control and Countermeasures Plan (SPCCP) as required by Title 40,
Code of Federal Regulations, Part 112 (40 CFR 112), "Oil Pollution Prevention."
• Recordkeeping Binder to include a separate 3-ring recordkeeping binder for maintaining
records required by environmental regulatory permits.
PART D -REGULATORY COMPLIANCE EVALUATIONS DURING
CONSTRUCTION/POST PHASE
1. Basic Scope of Services
a) Construction Phase Environmental Training
ECO, INC. will provide storm water pollution prevention training to Contractor and CITY'S
resident site representatives to assist them in gaining knowledge about contract-specific BMP
implementation, proper recordkeeping requirements, and contract environmental specifications
developed by ECO, INC. and to enhance implementation of a standardized Project
Environmental Regulatory Program.
b) Site Observations
ECO, INC. will conduct site compliance evaluations at an average frequency of once per month
to evaluate environmental regulatory status and provide guidance pertaining to stormwater
permit compliance. During the evaluations, ECO, INC. will identify activities that exhibit
potential violations of environmental regulatory permits. These services shall include evaluations
of sediment and erosion control structure implementation and maintenance, maintenance of
required recordkeeping, and proper materials storage and disposal. ECO, INC.'S site visitation
services will include evaluations for compliance with the ADEQ general storm water permit for
construction activity (ARRI5000), and compliance with Pant 112 of Title 40 of the Code of
Federal Regulations for oil storage requirements on construction sites.
c) Coordination Meetings
ECO, INC. will meet with the CITY and Contractor, as necessary, to provide clarification of
contract-specific environmental regulatory requirements, discuss Section 02270 environmental
specifications in Bid Documents and required contractor environmental submittals, and answer
questions Contractors may have.
);nvironmental Consulting Operations,Inc. 3 March 3,2010
Proposal for City of Fayetteville Biosolids Management Facility Environmental Regulatory Permitting
3.0-FEES
The figures below show cost estimates for providing the services described in the tasks above, as
follows:
1)The total payment for the basic Scope of Services is to be a"not to exceed" hump sum amount of
Sixteen Thousand Two Hundred U.S. Dollars(US $16,200).
2) For time expended by ECO, INC.'S personnel, CITY will make payment to ECO, INC. at hourly
rates indicated in the attached "Schedule of Hourly Professional Service Billing Rates". Such rates
include overhead and profit.The schedule is effective January 1, 2010, and will be revised
annually.
ECO,INC.Personnel Hourly Billing Rate
Project Director(Principal) $133.00
Assoc.Sr.Environmental Scientist $ 108.00
Environmental Scientist $84.00
Construction Site Observer $65.00
3) Total fees for professional services shown below are based upon an estimated 12-month period of
service.
PART A-PROJECT ADMINISTRATION AND MANAGEMENT
Total Labor—15 hours $1,200
Total Expenses - $150
Total Fees $1,350
PART B—DESIGN SURVEY
Total Labor—10 hours $1,330
Total Expenses $550
Total Fees $1,880
PART C—ENVIRONMENTAL SPECIFICATIONS AND COMPREHENSIVE BEST
MANAGEMENT PRACTICES PLAN
Total Labor—50 hours $4,800
Total Expenses $425
Total Fees $5,225
PART D-REGULATORY COMPLIANCE EVALUATIONS DURING CONSTRUCTION/POST PHASE
Total Labor—48 hours $6,380
Total Expenses $1,365
Total Fees $7,745
PROJECT TOTAL
Total Labor—123 hours $13,710
Total Expenses $2,490
Total Fees $16,200
4) Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed
without a prior formal contract amendment approved by the Mayor and the City Council in
advance of the change in scope, cost or fees.
5)Freedom of Information Act. City of Fayetteville 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, ECO, INC. 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.
Environmental Consulting Operations,Inc. 4 March 3,2010
Proposal for City of Fayetteville Mosolids Management Facility Environmental Regulatory Permitting
EXCLUSIONS AND SERVICES NOT INCLUDED
1) Contingent Additional Services
a) The scope of services contained herein is based upon the current design information provided
to ECO,INC. by CITY. ECO, INC. has no control over changes to design specifications,
construction contracts, and/or project locations. Should design specifications construction
contracts, and/or project locations significantly change, it may become necessary to amend ECO,
INC.'s scope of services.
b) If Contingent Additional Services are required due to circumstances beyond ECO, INC.'s
control, ECO, INC. shall notify CITY and request approval to conduct specific Contingent
Additional Services. CITY retains the option of executing a formal contract amendment
approved by OWNER for Contingent Additional Services to be performed on a time and
expenses basis, charged according to ECO, INC.'S standard fee schedule. In either case, ECO,
INC. will provide a cost estimate to CITY and detail the scope of services, prior to commencing
such services. If the CITY deems that such services are not required CITY shall give prompt
notice to ECO, INC., and ECO, INC. shall have no obligation to provide those services.
c) The scope of services contained herein is based upon the current environmental regulatory
requirements at the time of the development of the scope of services, and upon communications
with regulatory personnel. ECO, INC. has no control of any regulatory control authority's
subjectiveness in regulatory interpretations, the dynamics of environmental regulations, nor the
retroactiveness thereof. Should environmental regulatory requirements specific to the project
significantly change, or if interpretations of and/or applications of current environmental
regulations significantly change, it may become necessary to amend ECO, INC.'s scope of
services.
Environmental Consulting Operations,Inc. 5 March 3,2010
Proposal for City of Fayetteville Biosolids Management Facility Environmental Regulatory Permitting
AGREEMENT
FOR
ENVIRONMENTAL CONSULTING SERVICES
This agreement is by and between: CITY OF FAYETTEVILLE; hereinafter called "CITY"
and Environmental Consulting Operations,Inc.; hereinafter called ECO, Inc.,who agree as
follows:
1. DECLARATIONS:
CITY desires to engage ECO,Inc. to provide environmental consulting services in connection
with SWU project('The Project") is described as follows:
Environmental Regulatory Permitting Consulting Services for
City of Fayetteville Biosolids Management Facility
ECO, Inc. hereby submits a proposal to CITY for environmental consulting services of which
said pricing schedule is acceptable to CITY.
ECO, Inc. agrees to provide the scope of services on an hourly rate basis with a"not to exceed"
lump sum amount of Thirty Seven Thousand Six Hundred and Eleven U.S. Dollars (US
$37,611.00). The total payment is based on expending no more than 310 person-hours.
2. SCOPE OF WORK:
ECO,Inc. shall provide environmental consulting services for THE PROJECT made a part
hereof and the "Terms and Conditions" as a part of this agreement; referenced in the scope of
work described in the attached ECO, Inc. proposal from I3ruce Shackleford to Shannon.tones
dated March 3, 2010.
Executed this 3rd day of MARCV 2010.
K
By: ^�--
CItY OF FA F,VILLE
By:
ENVIRONMENTAL C NSULTING OPERATIONS, INC.
Environmental Consulting Operations,Inc. 6 March 3,2010
CWOTS # 48A10
Page 1 of 4
j '
aT&T
LETTER OF APPLICATION FOR CUSTOM WORK
April 7, 2010 CWOTS #/ Invoice # 48A10
Customer Billing Telephone # Special
BILL TO: City of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
WORK SITE LOCATION: Hyland Park Tank Site
DESCRIPTION OF CUSTOM WORK: Replace 2 existing cables and hardware for 450
feet to allow for construction of new Hyland Park water tower. Plus all associated
engineering, construction, and splicing labor. The abandoned pole will be removed by
developer. Staking of new drive and retaining will will be developer's responsibility.
Changes, modifications, or amendments in scope, price or fees to this contract shall not he allowed
without a prior formal contract amendment approved by the Mayor and the City Council in advance
of the change in scope, cost or fees.
Freedom of Information Act. City of Fayetteville 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, Contractor will do
everything possible to provide the documents in a prompt and timely manner as prescribed in the
Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized
photocopying costs pursuant to the FOIA may be assessed for this compliance.
LABOR EXPENSE: $ 11,332.94
MATERIAL EXPENSE: $ 1075.92
OVERHEAD EXPENSE: $ 3274.44
TARIFF / LICENSE AGREEMENT: $ NA
COST OF MONEY EXPENSE: $ 232.02
CHARGE FOR CUSTOM WORK: CONTRACT PRICE: $ 15,915.32
Applicant requests that Southwestern Bell Telephone Company d/b/a AT&T Arkansas, (hereafter"AT&T
Arkansas') act as it's agent in performing the above-described custom work on Applicant's behalf. Applicant
agrees to pay the charge(s) indicated above for such work. The charge(s)will be computed in accordance with
AT&T Arkansas ordinary accounting practices under the Uniform System of Accounts for Class A telephone
companies and will include allocated costs for labor, engineering, materials, transportation, motor vehicles, tool
and supply expenses and sundry billings from sub-contractors and suppliers for work and materials related to the
job.
Applicant agrees to make an advance payment of 0.00 prior to commencement of the work.
A purchase order must be provided.
at
CWOTS#:48A1 0
Page 2 of 4
CANCELLATION
If the Applicant cancels the work prior to completion,Applicant must notify AT&T Arkansas, in writing of said
cancellation.
If Applicant elects to cancel the work prior to completion,Applicant agrees to pay AT&T Arkansas for the costs it
has incurred in starting performance under the contract. If Applicant has made an advance payment, AT&T
Arkansas will deduct its costs and expenses incurred as of the date of Applicant's notice of cancellation from the
amount of the advance payment. Any amount remaining will be refunded to Applicant.
PRICE QUOTE
The price is guaranteed for 60 days from April 7. 2010. If the charges are riot accepted
within 60 days the order will be cancelled and a new order will need to be placed. The second estimate may be
higher than the price that was originally quoted.
STOP WORK ORDER
In the event that Applicant issues a stop work order, or places the project"on hold", at any point during the
progress of the work, said stop work order or request to"hold"work must be issued in writing and must be
delivered via certified mail, return receipt requested to Pam Johnson, 11930 Airline Drive, Room 205,
Houston,TX 77037. If Applicant issues a stop work order, or a request to"hold"work, the contract price quoted
herein will remain valid until sixty(60)days from the date of the stop work or"hold"work order. At the expiration of
the sixty(60) days, the contract price quoted herein will expire and a new contract price will be determined and
provided, in writing, to Applicant. The new contract price may be higher than the contract price quoted in this
custom work order. If, after issuing a stop work, or"hold"work order, Applicant elects to cancel the contract,
Applicant must inform AT&T Arkansas, in writing of the cancellation. AT&T Arkansas, will deduct any expenses
incurred in performing the work from Applicant's advance payment and refund any remaining funds to Applicant.
Under no circumstances will AT&T Arkansas, be responsible to Applicant for any alleged damages or
additional expenses incurred by Applicant as a result of a stop work order or an order to"hold"work on the project.
CHANGES IN SCOPE OF WORK OR CHANGES IN FIELD CONDITIONS
The parties recognize that this is a fixed cost contract. However, if Applicant initiates changes in the
scope of the work after AT&T Arkansas, has provided Applicant with the above referenced price quote, or
after Applicant executes this fixed price contract, whichever is earlier, the above price quote and this contract
are null and void and Applicant must request that a new estimate be provided based on the revised/altered
scope of work.
In the event that there exists a condition in the field that is different from field conditions that existed at
the time AT&T Arkansas provided the above referenced price quote to Applicant, or after Applicant executes
this fixed price contract, whichever is earlier, the above price quote and this contract are null and void and
applicant must request that a new estimate be provided based on the changed field conditions.
Field conditions that may materially alter the scope of the work and/or the cost associated with the work
include but are not limited to conditions that exist below the surface of the ground and could not have
been anticipated at the time of the price quote, above ground barriers, Acts of God affecting the progress
or sequencing of the work, labor disputes;and other conditions or circumstances that AT&T Arkansas,could
not reasonably anticipate at the time of providing the above referenced price quote to Applicant.
NO DAMAGE FOR DELAY
Under no circumstances will AT&T Arkansas, be held liable to Applicant, Applicant's agents, employees or
contractors,for any alleged delay on the project that forms the basis for this custom work order,
CWOTS#:48A10
Page 3 of 4
46.01
mr
TIME TO COMPLETE
Any representation by AT&T Arkansas, its agents, servants or employees that the project,will be complete by a
certain date or certain time period is strictly an estimate and not binding on AT&T Arkansas, its agents, servants,
or employees. All estimated completion dates are subject to changing conditions in the field,changes in the scope
of the work, relocation of existing utilities not within AT&T Arkansas control, Acts of God, weather delays, labor
disputes, vendor/contractor disputes, and other conditions or circumstances that AT&T Arkansas its agents,
servants, or employees, could not reasonably anticipate at the time of the estimate.
CHOICE OF LAW AND ARBITRATION
Should any dispute arise between the parties concerning the subject matter of this agreement, or any term
contained therein, the parties agree that the dispute or claim shall be submitted to binding arbitration before the
American Arbitration Association. The parties further agree that the prevailing party in any such dispute will be
entitled to recover attorney's fees and costs of arbitration.
Arkansas law governs the application of this agreement and all terms contained therein.
INDEMNIFICATION AND HOLD HARMLESS
Applicant, its agents, servants, and employees hereby agree to indemnify and hold harmless AT&T Arkansas, and
its employees, agents and contractors, from and against any and all claims, costs, expenses,judgments or actions
for damage to property or injury or death to persons, and/or arising from or relating to the work that is the subject
of this agreement, to the extent any such claims are caused by the negligent acts or omissions of the Applicant, its
agents, servants, or employees.
ENTIRE AGREEMENT
The parties agree that the terms set forth herein constitute the entire agreement and there are no other
agreements regarding the project that is the subject of this agreement between the parties.
MODIFICATION & NOTICE
Any modification to this agreement must be made in writing and signed by both parties.
Any party to this agreement may provide the other party with notice of any fact or condition by providing such
information in writing and serving said writing via certified mail, return receipt requested.
CWOTS# : 48A10
Page 4 of 4
�v`lAl
� - at&t
CHARGE FOR CUSTOM WORK: CONTRACT PRICE: $ 15,915.32
ACCEPTED FOR CUSTOMER: ACCEPTED FOR AT&T Arkansas:
Ai�o Signatur
Maw 1 1(aw Mqr/CWOTS
(Title
Li 0 neld 1�rd uo- Michelle Louvier
(P�rin'te� "'
Printed Name
X10 Q 1 AT&T Arkansas
Comply
Date: 5 - b — I O Date: April 15, 2010
Telephone # 47q - ,515- q630
AT&T Arkansas
Attn: CWOTS Dept.
6814 Southwest Avenue
St. Louis, MO 63143
1-800-983-3233
To insure proper credit, please include your MOTS # on your purchase order.
PLEASE RETURN THIS PAGE WITH PURCHASE ORDER
****PROPRIETARY-NOT TO BE DISCLOSED OUTSIDE AT&T AND/OR AFFILIATE COMPANY EXCEPT FOR 3RD
PARTIES REQUESTING DETAIL OF CHARGES BILLED TO THEM FOR CUSTOM WORK***"