Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2019-05-14 - Agendas - Final
CITY OF FAYETTEVILLE ARKANSAS MEETING AGENDA Water, Sewer, and Solid Waste Committee May 14, 2019 5:30 P.M. (Or immediately following Equipment Committee Session) City Hall — Room 326 Committee: Chairman Mark Kinion; Council Member Sonia Gutierrez, Council Member Sloan Scroggin, Council Member Teresa Turk Copy to: Mayor Lioneld Jordan, Don Marr, Paul Becker, Sondra Smith, Susan Norton, Chris Brown, Alan Pugh, Terry Gulley, Peter Nierengarten, Jeff Coles, Brian Pugh, Mark Rogers, Corey Granderson, Aaron Watkins, Greg Weeks, Mayo Miller, Tim Luther, John Turley, Brett Peters, Josh Durham, Chris Buntin, Andrew Chastain -Howley From: Tim Nyander, Utilities Director CALL TO ORDER ROLL CALL OLD BUSINESS: NEW BUSINESS: 1. Grit -Scum Removal Sweep Arm — West Side WWTP The West Side Treatment Facility utilizes one of two GSRU units in the primary treatment process to separate heavy solids and floating scums from the process stream prior to biological treatment. Since the facility's commissioning in 2008 the two GSRU units have not required any major maintenance repairs. Earlier this year, a failed GSRU drive was pulled for inspection -repairs. When staff accessed the GSRU interior corrosion damage to the mechanical sweep -arm was observed. Prior to re -installing the rebuilt drive and bringing the GSRU back online, the damaged sweep -arm will need repaired. The cost of this repair is $16,481 plus applicable taxes of approximately $1,600. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 2. Repair Kits for Macerator Pumps at Noland and West Side Plants All wastewater at the Noland and West Side facilities goes through a preliminary treatment process where most inorganic solids are removed from the process stream. These `screened' solids are ground into tiny particles, washed of organic materials, dewatered and disposed into waste dumpsters. Grinding is performed by a macerator pump. Earlier this year, one new macerator pump (to replaced failed units) was CIP purchased for each Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 facility. The redundant or second set of pumps at each facility are still operational, however, due to the heavy wear these units experience grinding wastewater solids, they are very vulnerable to unexpected part failures. A kit of critical spare parts, one for each facility, will safe -guard redundancy of macerator pump operations and uninterrupted preliminary treatment. The cost for two pump parts kit is 24,823 plus applicable taxes of approximately $2,450. Because the macerator pumps are part of a trademarked package system, staff recommends approving a bid waiver with Ovivo USA, LLC for purchase of the pump parts. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 3. Natural Gas Submeter for the Thermal Dryer at the Biosolids Management Site The thermal dryer located at the Noland wastewater treatment facility's Biosolids Management Site represents a major single -point consumption of natural gas for city -owned utilities. City staff have pointed out the value of isolating the thermal dryer's gas consumption for better evaluating city natural gas usage and energy reporting. The submeter would allow for a helpful measure of monthly, seasonal, and annual natural gas consumption. The Limited Service Agreement with Black Hills Energy includes the purchase and installation of a Mercury Mini submeter unit and associated equipment in the amount of $5,960.00. The proposed agreement also includes the purchase and installation of a bypass loop in the amount of $4,988.00 to maintain uninterrupted feed of natural gas to the dryer during times of submeter maintenance, inspection, testing and/or replacement. The submeter and bypass loop have a total cost of $10,948.00 plus applicable taxes of approximately $1,070. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 4. Purchase of Three Wastewater Samplers for the West Side WWTP The West Side Treatment Facility utilizes one influent and two effluent autosamplers per NPDES permit requirements for sampling incoming and outgoing facility flow. The autosamplers are equipped with key sample -related functions such as 24 -hr compositing, flow -proportioned measurement, and continuous sample refrigeration. These functions are necessary for ensuring the integrity of laboratory methodology and ultimately permit reporting compliance. The City has traditionally used Teledyne -brand, ISCO model autosamplers. In recent years, ISCO's most recent model autosamplers have experienced a significant equipment malfunction where the units suddenly stop sampling due to an unexpected loss of programmed control settings. Secondly, the ISCO samplers have a historic trend of refrigeration unit failure within the 2-3 year range of equipment life. The reliability of the autosamplers are essential for NPDES permit compliance. Staff recommends an initial pilot test, starting at the West Side facility, of HACH's AS950 All- weather, refrigerated unit as an alternative model autosampler. The HACH-brand is a global leader in the water recovery industry and comes with over 80 years of water analysis knowledge and experience. Additionally, Jacobs has an existing service agreement with HACH for maintenance and troubleshooting of various water -analysis instrumentation at both treatment facilities. A trial of HACH autosamplers will provide coverage under the existing troubleshooting and expertise service agreement with Jacobs. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 5. Engineering Services Agreement for a Fire Flow Improvements Study This agreement is for an engineering study to comprehensively identify and prioritize water system improvements within the city limits necessary to meet current fire codes. Hawkins - Weir Engineers, Inc. was selected at a formal engineering selection committee meeting on November 16, 2018. The scope includes water modeling and GIS mapping to determine areas that do not meet fire code due to lack of flow or missing infrastructure. Project costs will be estimated and a priority list developed which could lead to future design and construction projects. $134,720.00. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 6. Highway 170 Utility Relocations; Amendment No. 1 to Engineering Services Agreement with Garver, LLC The City of Farmington has elected to widen and improve Highway 170 and is using Garver Engineering to design and oversee construction. The City of Fayetteville owns and operates several waterlines in this area that must be relocated. The project is estimated to be 72% Reimbursable to the City of Fayetteville. Garver has already been selected for this service and provided a conceptual design and cost estimates. This amendment will increase the scope and fees for Garver to complete the engineering design, acquire easements, and provide construction phase observation and management as necessary. $246,475.00 Capital Projects Update Project Description Contractor Cost Complete %Number 1 Water Audit (loss) Study Black & Veatch $83,691 100% 2 Annual Cured in Place Pipe (sewer) contract (2019) Insituform $528,694 0% 3 Electrical Improvements for the Noland WWTP (Design) Allgeier Martin $480,049 100% 4 Utility Relocates Hwy 16 (Design) McClelland $117,859 90% 5 Kitty Creek Sewer Line Project (Design) McClelland $250,793 90% 6 Goshen/Benson Mtn. Water Tank Improvements (Design) Hawkins -Weir $133,980 100% 7 1-49/Wedington Interchange water and sewer relocations (Design) Burns & McDonnell $203,269 95% 8 Hickory/Skelton Water Line Replacement (Construction) Tri-Star $743,492 76% 9 2018 Water Tank inspection and water quality analysis (Study) Garver $154,000 85% 10 North College Water Main Evaluation (Study) McClelland $128,930 40% 11 East Service Area water system (Design) MWY/Olsson $630,635 67% 12 Hwy 170 Water & Sewer Relocations, Farmington (Study) Garver $19,900 100% 13 Rupple Road Water Line — Owl Creek and South (Construction) Goodwin & Goodwin $245,082 80% 14 Fulbright/Gregg Sewer Main Replacement (Study) Hawkins -Weir $19,900 95% 15 Masters Lift Station Removal (Construction) Kajacs $1,067,000 41% 16 Sang Avenue/Pleasant Woods/Maple-Oliver (Construction) Kajacs $1,458,000 0% PRESENTATIONS Black & Veatch Water Audit Presentation — Andrew Chastain Howley In 2018 a formal water audit was performed by Black & Veatch to quantify and identify water losses in Fayetteville's drinking water distribution system. This presentation will outline the findings and recommendations of that study. ATTACHMENTS GSRU Sweep Arm Repair Quotes Noland/West Side Macerator Pump Parts Quote BMS Dryer Submeter Quote Fire Flow Study Agreement Hwy 170 Agreement Part 1 Hwy 170 Agreement Part 2 Water Audit Study ADJOURN Next Water, Sewer, Solid Waste Committee meets on Tuesday, June 11th, 2019, 5:30 p.m., Room 326. 4 March 14, 2019 Jacobs Waste Water 1400 North Fox Hunter Road Fayetteville, AR 72701 Attn: John Turley RE: GRSU West Side Total Reassembly MCC MULTI -CRAFT CONTRACT From Concept to Com Quote: QM0314155 John.Turley@jacobs.com The Mechanical division of Multi -Craft Contractors, Inc. is pleased to present the following proposal. Reassemble the GRSU and repair the scum sweeper. Scope of work: • Supply a crane and labor to reassemble the drive unit and catwalk. • Any components that were removed from the location will need to be moved back to location prior to our arrival. • Any new hardware required will be by others. • The catwalk will be anchored using stainless clips with new anchors. The original anchors were cut off during the removal process. • Provide stainless materials to replace the scum sweeper arm channel and support pipe. • The new sweeper arm will be mounted to the center divider ring using two spacer plates and stainless hardware. • Scaffold will be used to access the scum sweeper assembly. • The new sweeper arm assembly will be by others. • A Jacobs representative will be need for the final sweeper arm assembly adjustment. • The GRSU cover will be reassembled to its original state. • All new hardware will be by others. • All electrical work will be by others. Total Price: $16,481.00 This price is based upon all work being performed during normal daytime business hours. Above stated price is valid for thirty (30) days. We appreciate this opportunity to be of service to you. If you have any questions, please contact us. Sincerely, Michael Sizemore Mechanical Esti./Proj.Mngr msizemore@multi-craft.net PH: (479) 419-8124 Page 1 of 2 Initials Notice to Proceed Please provide written acceptance of this proposal via approval signature below, or purchase order referencing the proposal number herein. Payment Terms Purchaser agrees to pay Multi -Craft Contractors, Inc. for the performance of the work as set forth herein, subject to revision via written change orders signed by both parties. Credit card payments will be subject to added 3% convenience fee. Final payments due in full no later than 30 days from invoice date. Payments due and invoices unpaid shall bear interest at the maximum lawful rate. Terms as follows: • Balance due net 30 days Warranty and Exclusions Multi -Craft Contractors, Inc. warrants to Purchaser that materials and equipment furnished described within this quote will be of good quality and new unless otherwise required or permitted; that the work will be free from defects not inherent in the quality required or permitted, and that the work will conform to the requirements of this quoted project. Components not manufactured but furnished by Multi -Craft Contractors, Inc. as part of its equipment (i.e. motors, starters, thermostats, controls, etc.) will be warranted by Multi -Craft Contractors, Inc. only to the extent of the component manufacturer's warranty scope and period, or for a period of one year from the date of commissioning, whichever term expires first. Multi -Craft Contractors, Inc.'s warranty excludes remedy for damage or defect caused by abuse or modifications by any other party, improper or insufficient maintenance, improper operation, or normal wear and tear under normal usage. Multi -Craft Contractors, Inc. shall not be liable to the Purchaser or its customers for incidental or consequential damages whether in contract, tort, negligence, or strict liability, including but not limited to, loss of profits or revenues, loss of use of the equipment or any associated equipment, cost of substitute equipment, downtime costs, increase in cost of operation, loss of product or materials, or any other special or consequential loss or damages. WARRANTY PERIOD UNDER THE PROVISIONS MADE HEREIN IS ONE YEAR FROM THE DATE OF COMMISSIONING UNLESS OTHERWISE NOTED, AND VALID ONLY IN THE CONTIGUOUS UNITED STATES Disputes Disputes arising out of or in relation to this document which cannot be resolved first through direct discussion between parties involved, shall be decided by arbitration at the location of the project or Multi -Craft Contractors Inc.'s office at Multi -Craft Contractors Inc.'s discretion, and shall be governed by Arkansas law. This agreement is severable, and any part deemed unenforceable shall not render the remaining parts unenforceable. Authorized Purchaser & Title Acceptance Date Purchase Order Number Page 2 of 2 Initials Quote Number: 34-19-6641 Revision: 2 VV -W"w 1! 1TEGRITy ��I 1 11 I,! Proposal For: Project Information: John Turley Project Title: FVWW - set gearbox and replace decking Jacobs Engineering Location: Fayetteville (West - Wedington) Proposal Number: 34-19-6641 Revision: 2 Proposal Date: 04/11/2019 Nabholz Industrial Services is pleased to submit this Proposal/Agreement for the above referenced project. This proposal is good for 30 days. Should this proposal be acceptable, please sign, date and fax (or return) a copy to Nabholz Industrial Services at the address indicated below. Thank you for this opportunity to be of service. DESCRIPTION OF WORK: We thank you for the opportunity to provide you with this quote and we look forward to working with you in the future. If you have any questions, please do not hesitate to contact me. We have included in this pricing the mobilization of crew and equipment to and from your job site location. 1. Quote includes the labor and equipment necessary to a) reset and re -align Owner's motor/gearbox assembly, b) repair skimmer arm and replace with a combination of supplied and Owner's components, and c) re -attachment of decking skin and catwalk structures 2. Quote has allowances for fabrication techniques and additional hardware that may have been lost since dismantling. 3. Please see Clarifications section for other important information. Clarifications for the scope of work in this proposal are as follows: 1. Owner will provide the Nabholz Craftsmen a safe environment to work by clearing away all non-essential employees and production activities in our work area. 2. Delays caused by the owner or agents of the owner are to be billed as additional to this pricing. 3. All work performed outside the scope of this proposal will be billed at our normal time and material rates. 4. Nabholz will not be responsible for concrete, asphalt and/or any other fmished surface damage resulting from the movement of our equipment across the floor. 5. Nabholz maintains a standard "On Hook" insurance coverage for rigging of $1 M. Any one component or item that has value in excess of $1 M must be notified to Nabholz, in writing prior to the lift and an insurance rider cost will be added as additional cost to this pricing. 6. NIS has not made accomodations for utility removal in this quote. This can be arranged as an adder if needed. 7. Owner will provide air monitoring and sampling during duration of projects and alert NIS craftsmen of Air Quality status prior to entry to any pits or tanks 8. Owner will have pumped out tanks, rinsed, and pumped rinse water prior to NIS craftsment entering tanks or pits 9. Nabholz has excluded electrical work from this pricing estimate but can make that option available as part of our services upon request. 3301 N 2nd Street Rogers, AR 72756 1 Phone: 479-659-7950 1 Fax: 479-631-0259 1 www.nabholz.com Page 1 The information contained in this communication is confidential, is intended only for the use of the recipient named above, and may be legally privileged or contain trade secret or proprietary information. If the reader of this message is not the intended recipient, you are hereby notified that any dissemination, distribution or copying of this communication is strictly prohibited. If you have received this communication in error, please reply to the sender and delete the original message or any copy of it. Quote Number: 34-19-6641 Revision: 2 NOTICE TO PROCEED: Upon receipt of your written acceptance of this proposal either by purchase order referencing this proposal number or your approval below, up to 10 working days shall be required as lead time prior to the project start date. This notice excludes delays due to circumstances beyond the control of Nabholz Industrial Services, such as weather and access to work areas. TOTAL PRICE for this work: $25,315.00 Respectfully Submitted: Brad Guthrie E-mail: brad.guthrie@nabholz.com Cell: 479-422-1257 3301 N 2nd Street Rogers, AR 72756 1 Phone: 479-659-7950 1 Fax: 479-631-0259 1 www.nabholz.com Page 2 The information contained in this communication is confidential, is intended only for the use of the recipient named above, and may be legally privileged or contain trade secret or proprietary information. If the reader of this message is not the intended recipient, you are hereby notified that any dissemination, distribution or copying of this communication is strictly prohibited. If you have received this communication in error, please reply to the sender and delete the original message or any copy of it. AGREEMENT TERMS & CONDITIONS: Contract Documents: this Agreement, together with the Proposal, shall constitute the Contract Documents and shall govern the rights of the parties hereto. In the event of any inconsistencies this Agreement shall control. Scope of the Work: shall be per the Contract Documents and shall constitute the "Work". (b)Nabholz(/b) Industrial Services shall use its best care, skill and diligence in supervising and directing the Work; and have responsibility and control over the performance of the Work, including construction methods, techniques, manner, and sequences for coordinating and completing the various portions of the Work. Owner expressly warrants that any plans, drawings and specifications furnished by Owner are true, correct, and complete; and Nabholz Industrial Services is entitled to rely upon the adequacy, accuracy, and completeness of such documents. Nabholz Industrial Services will not be responsible for consequential damages of any type under any circumstances. Unless otherwise noted in the Proposal, Nabholz Industrial Services excludes performance and payment bonds; rock excavation; asbestos or any other hazardous material removal, disposal, or encapsulation; services of licensed professionals such as attorneys, architects, or engineers; costs for after hour work, shift work, or weekend work. Important Notice to Owner: I understand that each person supplying material or fixtures is entitled to a lien against property if not paid in full for materials used to improve the property even though the full contract price may have been paid to the contractor. I realize that this lien can be enforced by the sale of the property if necessary. I am also aware that payment may be withheld to the contractor in the amount of the cost of any materials or labor not paid for. I know that it is advisable to, and I may, require the contractor to furnish to me a true and correct full list of all suppliers under the contract, and I may check with them to determine if all materials furnished for the property have been paid for. I may also require the contractor to present lien waivers by all suppliers, stating that they have been paid in full for supplies provided under the contract, before I pay the contractor in full. If a supplier has not been paid, I may pay the supplier and contractor with a check made payable to them jointly. Payment Terms: Owner agrees to pay Nabholz Industrial Services for the performance of the Work, subject to modification by written change orders signed by both parties. Payments shall have no retainage withheld on invoices submitted by Nabholz Industrial Services with payments due in full no later than 30 days from the invoice date. Payments due and unpaid invoices shall bear interest at the maximum lawful rate. Some invoices may be submitted for less than the full and final contracted amount and based on work progress. Final payment shall be due in full, when the Work is completed and final invoice is submitted. Insurance: Nabholz Industrial Services shall maintain insurance for Workers' Compensation, Employer's Liability, Comprehensive Automobile Liability, Comprehensive or Commercial General Liability on an occurrence basis. Government Funded work: "Client acknowledges that it is the responsibility of the Client to notify Nabholz if this project is funded by federal or state funding prior to Nabholz pricing the project and beginning work. In the event Client fails to so notify Nabholz, Client shall indemnify and hold harmless Nabholz from any costs, fees, expenses, or damages brought by any governmental agency or third party for failure to comply with any law or regulation governing the terms and conditions of the work." Disputes: if a dispute arises out of or relates to this Agreement, or the breach thereof, the parties shall attempt to settle the dispute first through direct discussions, then by mediation before recourse to arbitration (unless parties mutually agree otherwise, mediation shall be conducted in accordance with the Construction Mediation Rules of the American Arbitration Association). Disputes shall be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then in effect. The location of the arbitration shall be the location of the Project or Nabholz Industrial Services office at Nabholz Industrial Services' discretion. Termination: Owner and Nabholz Industrial Services may terminate this Agreement only in the event of a material breach and only after providing written notice by letter delivered to the address stated herein and only after more than ten days has elapsed after such written notice without attempts to cure the default. Exclusion of Warranties: Nabholz Industrial Services makes no warranties, either express or implied. The implied warranties of MERCHANTABILITY and FITNESS FOR A PARTICULAR PURPOSE are hereby disclaimed. Miscellaneous: this Agreement is severable, and any part deemed unenforceable shall not render the remaining parts unenforceable. All covenants of the Agreement shall be subject to all federal and state laws, executive orders, rules, or regulations, and this Agreement shall not be terminated, in whole or in part, nor the parties held liable in damages, for failure to comply therewith, if compliance is prevented by, or if such failure is the result of any such law, order, rule, or regulation or acts of God. All implied covenants are waived. This Agreement is intended to be the final expression of the parties, and there are no other written or oral agreements relating to the subject thereof. This Agreement may only be amended by a further written agreement signed by both parties. This Proposal/Agreement, when signed by both parties, constitutes the entire agreement and contract between the parties for the performance of the Work described in this Proposal. Faxes of signed Proposal/Agreements are acceptable. . The undersigned hereby accepts Nabholz's bid and authorizes it to carry out the work on the terms and specifications set out herein. AUTHORIZED ACCEPTANCE Date: P.O.#.• Authorized by (Print Name): Signature: *Signature acknowledges acceptance of all applicable terms and conditions attached 3301 N 2nd Street Rogers, AR 72756 1 Phone: 479-659-7950 1 Fax: 479-631-0259 1 www.nabholz.com Page 3 The information contained in this communication is confidential, is intended only for the use of the recipient named above, and may be legally privileged or contain trade secret or proprietary information. If the reader of this message is not the intended recipient, you are hereby notified that any dissemination, distribution or copying of this communication is strictly prohibited. If you have received this communication in error, please reply to the sender and delete the original message or any copy of it. April 10, 2019 Mr. JD Turley Jacobs 1400 N Fox Hunter Road Fayetteville, AR. 72701 Reference: Clarifier Skimmer Arm Repair Mr. Turley, CROSSLAND HEAVY CONTRACTORS 1800 S. 52otl Street, Suite 410 Ro ge rs, Aft nsas 72758 tel 479.464.7077 fax 479.464.7050 You have asked us to give you a proposal cost for the removal of existing equipment and replacement of the skimmer arm supports. This proposal includes reassembly of the skimmer components and associated grating, handrail and safety platforms to working order. Crossland Heavy will be providing stainless steel beams & tubing to replace the corroded items currently in use and will be using stainless steel anchors/bolts/washers to re -attach the necessary components that have been removed. Coated mild steel can be used in full submersion applications, but stainless steel is a superior option that will suffer little to no adverse effects from the harsh working environment of the equipment and is industry standard for submerged wastewater applications. Below is a cost breakdown of the work as described: • Necessary Materials, Small Tools, Safety Equipment: $6,316.40 • Necessary Labor (1 Foreman, 2 Skilled Carpenters, 1 Welder): $12,324.48 • Necessary Equipment (Lull, Man lift, Scaffold): $7,506.00 • Bond, Insurance, Overhead Expenses: $1,176.61 • Total Proposed Amount Per Scope - $27,323.00 This proposal does not include the following items: • Cleaning of existing structure or structure components • Purchase of materials outside of specified replacement beam sections and anchor bolts/nuts/washers • Any electrical work, wiring or controls • Concrete/asphalt modifications • Startup of skimmer motor or associated equipment • Repair of existing damage or corrosion beyond specified scope • Repair to coatings or paint www.heavycontractors.com CROSSLAND HEAVY CONTRACTORS 705 S. Lincoln Street Lowell, AR. 72745 Crossland Heavy is pleased to be approached by Jacobs to put pricing together for this work. Please feel free to call or email with any questions, concerns or comments regarding this proposal. Respectfully, Garrett Street Project Manager 620-202-1834 www.heavycontractors.com CROSSLAND HEAVY CONTRACTORS Project: Fayetteville Skimmer Arm Repair Cost Proposal 1 Proposal Description: This pricing includes removal of the existing skimmer arm equipment and replacement of degraded or damaged parts. Full re -assembly of the scum removal unit including all walkways and handrails is included in this quotation. Material # of Units UOM Unit Price 10 Extension Mobilization & Off -Loading Skilled Carpenter/Metal Worker $ 27.00 2 10 20.00 $540.00 Safety Materials $ 1.00 LS $ 450.00 $320.00 $450.00 Metals STS 1.00 LS $ 450.00 Foreman $450.00 Misc. Metals 1 1.00 LS $ 3,744.00 Skilled Carpenter/Metal Worker $ $3,744.00 Equipment Fuel 10 1.00 LS $ 250.00 32.00 $250.00 SS Anchors & Epoxy 10.00 1.00 LS $ 350.00 $350.00 Total Materials $5,244.00 Total Materials w/taxes $5,742.18 Overhead & Profit 20%574.22 Total Materials wlProfi $fiJ16.40 Labor Hourly $ # of Units MH/U Total MH Extension Mobilization/Demobilization Foreman $ 45.00 1 8 8.00 $360.00 Skilled Carpenter/Metal Worker $ 27.00 2 8 16.00 $432.00 Welder $ 32.00 1 8 8.00 $256.00 Skimmer Arm Removal Foreman $ 45.00 1 10 10.00 $450.00 Skilled Carpenter/Metal Worker $ 27.00 2 10 20.00 $540.00 Welder $ 32.00 1 10 10.00 $320.00 Skimmer Arm Replacement Foreman $ 45.00 1 10 10.00 $450.00 Skilled Carpenter/Metal Worker $ 27.00 2 10 20.00 $540.00 Welder $ 32.00 1 10 10.00 $320.00 Eimco Drive Unit - Set Foreman $ 45.00 1 8 8.00 $360.00 Skilled Carpenter/Metal Worker $ 27.00 2 8 16.00 $432.00 Welder $ 32.00 1 8 8.00 $256.00 Structural Steel/Grating - Install Foreman $ 45.00 1 10 10.00 $450.00 Skilled Carpenter/Metal Worker $ 27.00 2 10 20.00 $540.00 Welder $ 32.00 1 10 10.00 $320.00 Handrail Replacement/Cleanup Foreman $ 45.00 1 10 10.00 $450.00 Skilled Carpenter/Metal Worker $ 27.00 2 10 20.00 $540.00 Welder $ 32.00 1 10 10.00 $320.00 Equipment Subcontractor Deduct Skimmer Arm Equipment Lull/Reachfork Snorkel Manlift Equipment Mobilization Scaffolding System Pickup Trucks & Fuel Cell Phones Total Proposal Amount Total Direct Cost Labor Labor Burden Total w/Labor Burden Overhead & Profit Total Labor # of Units UOM Unit Price 5.00 Day $225.00 5.00 Day $300.00 4.00 Each $500.00 1.00 Each $750.00 2.00 Each $350.00 2.00 Each $90.00 Total Equipment Overhead & Profit Total Equipment w/Profit # of Units UOM Unit Price $7,336.00 40% $2,934 $10,270.40 20% 2 OS4.08 $12,324.48 Extension $1,125.00 $1,500.00 $2,000.00 $750.00 $700.00 $180.00 $6,255.00 20% $LZ51.00 $&506.00 Extension Total Direct Cost $0.00 Overhead & Profit 10% 0.00 Total Subcontractor w/Profit 0.00 # of Units UOM Unit Price Extension Total Deduct Bond/Insurance/OH Expenses Total Proposal Amount w/Bond Total Proposal Amount w/Bond (Whole Number) Total Scheduled Days Signature: $26,146.88 4.5% $1,176.61 $27,323.49 27 323 6.00 Date• Ovivo USA, LLC oviva 4246 Riverboat Road, Suite 300 Salt Lake City, UT 84123 Phone: (801)931-3000 Fax: (801)931-3080 Customer Quote ATTENTION: PHONE NO: 479-575-8284 SOLD TO CUSTOMER NUMBER 102794 Fayetteville, City of 113 West Mountain Fayetteville AR 72701 USA SHIP TO Paul R. Noland Wastwater Treatment Plant 1500 N. Foxhunter Road Fayetteville AR 72701 USA QUOTE # QSSW102136 DATE 4/9/2019 I TERMS Net 30 days CUSTOMER RFQ NO Mad Pump 300-350 SALESPERSON ,ETEC CURRENCY USD ::] L# I Items Quantity U/M I Lead Time I Unit Price I Total Value Ovivo can also provide you with installation labor services Please contact us for additional turn -key pricing. 1. Shipment: Approximately 3-4 WEEKS after receipt of purchase order and any required data. Lead times can vary depending on time of order placement and current inventory levels. 2. Quantities: The prices are based on the quantities shown and are subject to increase if a lesser quantity is required. 3. FCA: shipping point 4. Freight: ALLOWED, standard ground shipping only. 5. Packing: Made ready for standard transport. 6. Items quoted per customer provided part numbers. 7. This quote is valid for 30 Days. However, stainless steel parts pricing is valid for 10 days. 8. $100.00 Minimum Order 9. All sales are final. DATE: 4/9/2019 Ovivo USA, LLC oviva 4246 Riverboat Road, Suite 300 Salt Lake City, UT 84123 Phone: (801)931-3000 Fax: (801)931-3080 Customer Quote ATTENTION: PHONE NO: 479-575-8284 SOLD TO CUSTOMER NUMBER 102794 Fayetteville, City of 113 West Mountain Fayetteville AR 72701 USA SHIP TO Paul R. Noland Wastwater Treatment Plant 1500 N. Foxhunter Road Fayetteville AR 72701 USA QUOTE # DATE TERMS CUSTOMER RFQ SALESPERSON CURRENCY QSSW102136 4/9/2019 Net 30 days NO Mad Pump 300-350 ,ETEC USD ::] L# Items Quantity U/M Lead Time Unit Price Total Value Ovivo can also provide you with installation labor services. Please contact us for additional turn -key pricing. 1 PART # 556742 1 EA 1,857.98 1,857.98 SHAFT,ROTOR SERIES 30OHD Drawing: N/A 2 PART # 584926 2 EA 998.70 1,997.40 MECHANICAL SEAL, 42MM Drawing: N/A REV _ + 3 PART # 585335 1 EA 1,766.00 1,766.00 CUTTERHEAD,HEADSTOCK Drawing: N/A 4 PART # 585336 1 EA 1,714.72 1,714.72 SHEARPLATE (924-050230) Drawing: N/A 5 PART # 585733 1 EA 1,604.72 1,604.72 IMPELLER 350MACIPUMP 335DIA (905-050265) Drawing: N/A 6 PART # 585734 1 EA 198.26 198.26 SLEEVE,SEAL Drawing: N/A 7 PART # 588173 1 EA 389.26 389.26 BEARING,ROLLER DATE: 4/9/2019 Ovivo USA, LLC oviva 4246 Riverboat Road, Suite 300 Salt Lake City, UT 84123 Phone: (801)931-3000 Fax: (801)931-3080 Customer Quote ATTENTION: PHONE NO: 479-575-8284 SOLD TO CUSTOMER NUMBER 102794 Fayetteville, City of 113 West Mountain Fayetteville AR 72701 USA SHIP TO Paul R. Noland Wastwater Treatment Plant 1500 N. Foxhunter Road Fayetteville AR 72701 USA QUOTE # QSSW102136 DATE 4/9/2019 I TERMS Net 30 days CUSTOMER RFQ NO Mad Pump 300-350 SALESPERSON ,ETEC CURRENCY USD ::] 1 EA 372.42 372.42 BEARING,BALL (ANG CONTACT) L# I Items Quantity U/M I Lead Time I Unit Price I Total Value Ovivo can also provide you with installation labor services Please contact us for additional turn -key pricing. Drawing: N/A 8 PART # 588174 1 EA 372.42 372.42 BEARING,BALL (ANG CONTACT) Drawing: N/A 9 PART # 696331 1 EA 1,852.26 1,852.26 IMPELLER, MACIPUMP, C&H 266 DIA Drawing: N/A 10 PART # 695440 1 EA 292.08 292.08 BEARING SPACER Drawing: N/A REV_ 11 PART # 697354 1 EA 292.08 292.08 BEARING,SPACER Drawing: N/A 12 PART # 697618 2 EA 498.42 996.84 ORING/SPRING KIT FOR MACIPUMP 51603 DATE: 4/9/2019 Ovivo USA, LLC oviva 4246 Riverboat Road, Suite 300 Salt Lake City, UT 84123 Phone: (801)931-3000 Fax: (801)931-3080 Customer Quote ATTENTION: PHONE NO: 479-575-8284 SOLD TO CUSTOMER NUMBER 102794 Fayetteville, City of 113 West Mountain Fayetteville AR 72701 USA SHIP TO Paul R. Noland Wastwater Treatment Plant 1500 N. Foxhunter Road Fayetteville AR 72701 USA QUOTE # QSSW102136 DATE 4/9/2019 I TERMS Net 30 days CUSTOMER RFQ NO Mad Pump 300-350 SALESPERSON ,ETEC CURRENCY USD ::] L# I Items Quantity U/M I Lead Time I Unit Price I Total Value Ovivo can also provide you with installation labor services Please contact us for additional turn -key pricing. Please submit purchase order to: Your point of contact is: Kyle Dansie Aftermarket Parts Specialist Inlet Works Email: kyle.dansie@ovivowater.com Phone: 801-931-3308 Fax: 801-931-3080 Sale Amount: 13,334.02 Total Amount: 13,334.02 USD DATE: 4/9/2019 A) The Ovivo USA, LLC Terms and Conditions of Sale are attached and made essential parts of the Ovivo USA, LLC proposal or purchase order confirmation. These terms and conditions replace and supersede any terms and conditions or warranty included in Buyer's or Owner's purchase order, requests for quotation or specifications and cannot be changed without written approval from an authorized representative of Ovivo USA, LLC. B) GST and all other taxes are extra, if applicable. C) Pricing valid for acceptance 30 days from date of the proposal document, and will be subject to change thereafter. D) Shipping shall be (FCA) Free Carrier at point of manufacture unless otherwise stated above. Insurance is the responsibility of Buyer. E) Payment terms are stated above. F) Duty, freight and brokerage costs are for Buyer's account unless stated otherwise herein. G) Minimum billing of $100 per order. H) Notwithstanding any liabilities or responsibilities it has assumed hereunder, Ovivo USA, LLC shall in no event be responsible to Buyer or any third party in contract or in tort, or otherwise, for loss or damage sustained as a result of the operation of the equipment, loss of use, expenses involved in loss of capital claims or Buyer's or Owner's loss of profit or revenues, or any other indirect, incidental, special or consequential loss or damage, whether arising from defects, delay, or any other cause whatsoever. 1) Current Ovivo USA, LLC paint specifications shall apply unless otherwise specified. J) Any and all stock or "off the shelf' parts returned to Ovivo USA, LLC are subject to a re-stocking fee equal to 25% of their respective invoice price. All other parts, including but not limited to customized and special manufactured parts, shall, at the sole discretion of Ovivo USA, LLC be (i) subject to a restocking fee of 45% of their respective invoice price or (ii) non-refundable. PLEASE ADDRESS AND SUBMIT YOUR PURCHASE ORDER TO THE ADDRESS INDICATED ABOVE. DATE: 4/9/2019 / ) r Terms 81 Conditions of Sale 1. ACCEPTANCE. The proposal of Ovivo USA. LLC ("SELLER'), as well ar these terms and conditions of sale (collectively the "Agreement'), comnit.e. SELLER's co.nrecmel offer of goods end datedi, PURCHASER's sceptre. of this offer i expressly limited to the terns of the Agreement. The scope nd terms s e conditions of this Ageement represent the entire off by SELLER and supersede all prior solicitations, dis—oras agreements, u.derstmdings and representations between the partes. Any scope terms and conditions included it PURCHASER'. acceptance/purchase order thin are in addition t. or different from this Agreement are hereby jetted. 2. DELIVERY. Any statements relating to the date of shipment of the Products (as defined below) represent SELLER'S best estimate, bot is not g—sed, nd SELLER shall non be liable for any damages dee to lane delivery. The Product shall be deliveed to the delivery point or points in nc,,d,,c, with the delivery Inns stated in SELLER'. proposal. If such delivery is prevented or postponed by so r of Force Majeure (as defined below), SELLER shall be entitled of its option to tend, delivery to PURCHASER at the pointor points of mmufactmi e, and default of PURCHASER's cepnmc, of delivery veto cents, the Products tobe stored at such a point or points of mmufactme a[ PURCHASER'S expnse. Such tender, if ac epted, o such storage, shall conmimne delivery for all purposes of this agreement. If ship,,, s postponed at request of PURCHASER, or dee to delay inreceipt of shipping mmm mos, payment of the purchase price shall be due o notice from SELLER that the Prre oducts a ready for shipment. Hnd1mg, moving, stomge, i endd other charges thereafter i mred by SELLER with espect tothe Products shall be for the account of PURCHASER end shall h paid by PURCHASER when invoiced. 3. 'TITLE AND RISK OF LOSS SELLER shall retain the fullest right, title, and interest in the Products in the e— permieted by applicable law, inclining se a mmy interest in be Products, —it the full pmtle— pripricehas been paid h SELLER. The giving and accepting of dmfts, notes md/.r trade acceptances to evidence the payments doe shall enol onshtatc or be construed es paymem n a. to pass SELLER's interests until said drafts, notes msy., tele mceptmces are paid in fel. Risk of loss shall pass m PURCHASER at the delivery point. 4. PAYMENT TERMS SELLER e s the right to ship the Prod... and be paid for such o a pro rata basis, a shipped. If payments are not made by the due data interest et a mte of two pemm (2%) per month, calculated daily, shall apply from the doe due for payment PURCHASER is liable no pay SELLER'S legal fees end all other expenses in respecl of enforcing o attempting to enforce any of SELLER'S rights relating to a breach or Ih eare.,d breach of the paymenl hems by PURCHASER.. 5. TAXES. Unless otherwise specifically provided in SELLER's gntoti.s./prop.sal; PURCHASER shall pay and/or reimburse SELLER, in addition to the price, for all sales, a and other hm,s, e i end ,barges which SELLER may pa) r be required to pay to any govemmy ent directly o indiem ctly meclom , with the production, sale, transportation a md/or u e by SELLER or PURCHASER, of any of theProduces or se,ices dealt with herein (whether be sem may be regarded cts personal o real property). PURCHASER agrees t. pry an ay all property other [axes which may be levied. .se'sed o charged against or upon any of the Products on or after the date of acral shipment, or placing into stomge fol PURCHASER'S mount. 6. MECHANICAL WARRANTY. Solely for the benefit of PURCHASER, SELLER womons that new equipment and parts mmofcconed by it and provided to PURCHASER (collectively, "Products") shall be frac from def cu in material and workmanship. The warranty period shall be twelve (12) months From startup of the cgmpimnt not to a cad eighteen (18) months from shipment. If any of SELLER'S Products fail to comply with the foregoing w—my, SELLER shall repair o replace fte of charge to PURCHASER, EX WORKS SELLER'S FACTORIES or other lona,, that SELLER designates, any Product or parts £cent' ora med to SELLER, which a midwo shall show to have failed Eder -1 me mc serer operation by PURCHASER within the Wamnty Period; provided, that if it would be impracticable for the Produce r pert thereof to be ettmed to SELLER, SELLER will send a rep—cm.twe to PURCHASER's job sire m inspect the Product If it is determined after inspection that SELLER is liable Eder this w—ody to repair o replete the Product o pert thereof, SELLER shall bear the memp,mmmn costs of (a) rmmims; the Pos oat to SELLER to, inspection orsending its oepressnotive to the job sire and (b) ramming the repaired o replaced Posho. to PURCHASER; however, if it i denermi-d! after inspection that SELLERi s not liable Eder this maty, PURCHASER shall pay those coats. For SELLER to be liable with respect to e this w mity, PURCHASER most amke its claim to SELLER with respect to this an,my in writingno later than thirty (30) days after the date PURCHASER discovcs the basis for its wanmty claim and to no vent m e the, thirty (30) days after ibe cxpioelm. of the Wananty Period. In addition to any othc limitation o disclamer with respect to this warranty, SELLER shall have no liability with espect to any of the following: 0) failure o1 the Products, or damages ne them, due to PURCHASER'. negligence o willfl misconduct, abuse o improper storago,.. imodlidim, appli-i.. or mminten,e (as specified i ma y mnuals o written instructions that SELLER provides to the PURCHASER); (it) myPmdmts that have been altered repaired in my way without SELLER'S prior written authorization; (iii) The costs of dismantling and r installation of the Products; (w) my Products damaged while in trmsil otherwise by mcidnco t; (v) dempcsitmo of Pmdmni by ehemicot ration, smsitm slv or w r to Pmdocts o due to conditions of temperame, m.iste and dirt; or (vi) claims with respect toparts cthm ate co,mmiml, and -mall) replaced during maim .... c, such es filter media, filter drainage belts and the like, except whe a such parts are no pert -fig to,SELLER'S cstim.le of . mal service bfic, m which c e, SELLER shall only be liable In, the pro rate cost ol replacement of those parts based on SELLER'S estimate of what the amining s e life of those parts should have been rov. pided, that ['Imre of those parrs did not resort from as my of the masers listed i clauses (i) throve ugh (v) abo. With regard to third -party parts, equipment, acs components not of SELLER's design, SELLER'S liability shall be m limited solely to the ...igent of vatlable third-partyw amentias. THE PARTIES AGREE THAT ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING WARRANTIES OF FITNESS FOR A PARTICULAR PURPOSE AND MERCHANTABILITY, WHETHER WRITTEN, ORAL OR STATUTORY, ARE EXCLUDED TC THE FULLEST EXTENT PERMISSIBLE BY LAW. All —ti. and obligations of SELLER shall terminate it PURCHASER fils to perform its obligmions under this Agreement including but not limited to any failure to pay my charges doe t. SELLER. SELLER'S quoted price for the Products is based upon this wamnty. Any increase in watrmtq obligation may be subject to on, increase in price. 7. CONFIDENTIAL INFORMATION. All nonpublic information and data fmisbed m PURCHASER hereunder, including but not limited m price, sue, type and design of the Products is the sole property of SELLER and submitted to PURCHASER'S own confidential ose solely i meed.. with this Ageemnt end is not to be made known or available to my third party without SELLER'S prior writhe. consent• 8. PAINTING. The Products shall be pained to sccoodmce with SELLER'S standard poectice, and purchased items mch motors controls, speed reducers, pump., eta, will be painted m accordance with mmafctmers' smndam practice., ,less otherwise .geed in writing. 9. DRAWINGS AND TECHNICAL DOCUMENTATION. When PURCHASER requests approval of drawings before m oomeet of manufacture, shipment may be delrove ayed if appd drawings Benot remmto SELLER withir. fourtcn(14) days of ceipt by PURCHASER of sch drawing for appon-1.SELLER will fetish only general arrangement, gnend essembly, and if required, wiring diagms, cection dewing,, installation and opereti—eimcnence mmuals to, SELLER'S equipment (in English language). SELLER will supply si x (6) complete sets of drawings end opcating imh ictims. Additional sets will be paid for by PURCHASER. Electronic files, if requested ftom SELLER, will beprovided m pdj jpg or tiffomat only. ]0. SET OFF. This Agreement shall be completely independent of all other contracts between the parties and all paymmo due to SELLER heteandc shall be paid when doe and shall not be setoff or applied against any money due or claimed is be due from SELLER to PURCHASER on ac000m of any othc trmsmtom or claim. 11. SOFTWARE. PURCHASER shall have excfslve end nontmsfable license mSe my i.fmatim processing progam supplied by SELLER with the Proac ducts. PURCHASER acknowledges tint s,,hprogam, and the infix—tion comained thcem is Confidemtal Information and agrees: a) not to copy or duplicate the prog— except for archival oeconty purposes; b) not to use the progam o my compme, other thm the computer with which it i supplied; ands c) to limit me s to the program m those of its employees who ar snry m permit authorized us,of the progam. PURCHASER .gee, to, exec[, and be bound by the nems of any software license applicable to the Products supplied. DATE: 4/9/2019 12. PATENT INDEMNITY. SELLER will defend 9 its o expense any suit Instituted against PURCHASER based aeon claims that SELLER'. Product hereonder in and of itself enutimtes on i fi-mgcmcm of my valid apparatus claim o any Umtcd States patent issued nd existing as of the date of this Agrecmcm, if notified promptly in writing and give all information, assistance, and sole authority to defend and settle thet and SELLER shall indemnify the PURCHASER against such claim of infringement Furthermore, i se the uses ofthe Products is enjoined in such mil e SELLER otherwise deems it advisable, SELLER shall, m its own expense and discretion, (a) pr.ere fr the PURCHASER the right to onti.ue using the Products, (b) replace the some with —infringing Products, (c) modify the Product m it becomes v Aim-mgmg, or (d) re e the Products nd refund the m -base price less freight charges end depreciafion. SELLER shall not be liable for, nd PURCHASER shall indemnify SELLER for, ny claim of infringemenl related to, (a) the use of the Products for my purpose other then that for which it w s fmished by SELLER, (b) c.mplim,e with equipment designs not famished by SELLER or (c) ase of the Products in combination with any other equipment. The foregoing states the sole liability.£ SELLER for patent infringement with aspect to the Products 13. GENERAL INDEMNITY. Subject to the rights, obligations nd limitations of liabilities of the parties set forth i this Agreement, PURCHASER shall protect nd indemnify SELLER, its ultimate parent, its ultimate parent's subsidiaries end each of their espctve officers, directors, employees and agents, from end against all claims, demands end c action asserted by any entity m the extent of PURCHASER's negligence or willful misconduct in connection with thi, Agreement. 14. DEFAULT. TERMINATION. In the evert that PURCHASER becomes insolvent, c Emits m act of bankruptcy to defaults in the performnce of my tem o condition of this Ageemnt, the entire unpaid portion of the purchase price shall, without notice or demand, become immediately due end payable. SELLER at its option, without notice or demand ,ball be entitled to, me for said balm,, end for ....... ble legal fees, plus out-of-pocket expenses and imetest md/or to enter any plm, where the Products are located anto take immediate po..... in, of and e e the Products, with o without ],get process; md/or retain all payments made a m omp..., for the us of the mro Pducts: and/or resell the Products, without notice or demnd, for and on behalf of the, PURCHASER, and t, apply the net proceed, from such sale (after deduction from the Is prie of all expenses of each sale end all expe.s,s of ouki.g possess[.., repairs vecessm} to put the Products i sele.ble condition, .mage charges, Imes, liens, collectum and legal fes and all othc expenses i mecfi.n therewith) to the baton then due to SELLER to, the Products and to ret a ftom the PURCHASER the deficiency between smh net Im eeds of sale and such balance. PURCHASER hereby wVerespa s all trespass, damage and claims resulting It— any sorb entry, repossession, oval, retention, repair, mtemlion end sols. The remedies provide in this paragraph are in addition to and not limitafions of my other rights of SELLER. 15. CANCELLATION. PURCHASER may terminate this Agreement for c mence upon giving SELLER thirty (30) days prior written notice of such fact and paying SELLER for all costs and vexpensss (including ovchead) incurred by it to perfuming its work and closing out the seme plus asonable profit lh—.. All sucb costs and expenses shall be paid to SELLER within ton (10) day. of the temimmism of the Ageemnt, .r be subject to an additional late payment penalty of five paroevt (5%) of the total amomt of costs and expenses owed. 16. REMEDIES. The rights and r medias of the PURCHASER in onmectm, with the goods and services provided by SELLER herender are exclusive and limited to the rights and remedies expressly stared in this Ageemnt. 17. INSPECTION. PURCHASER is entitled to make reasonable inspecfion of Products st SELLER'. facility. SELLER re—es the rimt tight to deteine be r .nes ..bles of the request and to select so ppropriate time for such inspection. All costs of inspections not expressly included es m itemized part .f the quoted price .f the Products in this Ageement shat be paid by PURCHASER. 18. WAIVER. Any fsilme by SELLER to enforce PURCHASER's strict performmce of my provision of this Ageement will not ... stitote, a waiver of its right to subsequently enforce such provision or any other provision of this Agement. 19. COMPLIANCE WITH LAWS If applicable laws, mdlnmc,s, reg.l.ic.s conditions ,quire mythi.g different from, or in addition to, that called for by this Agreement, SELLER will satisfy such requirements 9 PURCHASER'S written request and expense. 20. FORCE MAJEURE, If SELLER is rendered ..able, wholly o mnedid part, by rearof Fore M jeme to, any out my of its obliged— heremder, then on SELLER'S notice i writing to PURCHASER within a ..able lime .flet the on of the omse lied upon, such obligmions shall be suspended. "Fore M jems" shall include, but not be limited to, act, of find, laws and regulations, strikes, civil disobedience o rarest, lightning, fire, flood, washout, storm comm—inti.. lines failure, delays of the PURCHASER r PURCHASER'S subcontractors, breakage or mcident m equipment ormachinery, s , w ons, , police actitemrism, embargo,, and my other con s that ar not r onably withir the control of the SELLER.If the delay is the result of PURCHASER's epi.. .r inaction, the, in addition to m adjustment in time, SELLER shall be emitted to reimbursement of costs intoned to maintain its schedule. 21. INDEPENDENT CONTRACTOR It is expressly mdcstood that SELLER is ne independent contractor, and than neither SELLER its principals, parsecs, parents, subsidiaries, affiliates, employees or subconhacmrs are servants agents, partners,j.im v times or employees of PURCHASER in my way whatsoever. 22. SEVERABILITY. Should any portion of this Ageement, be held m be .valid o .enforceable Eder applicable law then the validity of the r, ning portions thereof shall not be affected by such inr validity o .enforcem ability shall re fll force andeffect Furthermore, any invalid o neemb able provision shall bemodified ecc.oh.gl) within the confines of applicable law, giving mximum permissible effect to the ponies' intentions expressed herein. 23. CHOICE OFLAW. CHOICE OF VENUE This Ageement shall be governed end construed in coodm" with the laws of the State of Utah, without regard to its toles regarding conflicts or choice of law. The parties submit to, the jurist icfion and venue of the stale and federal courts located in Salt Lake City, Utah. 24. ASSIGNMENT. PURCHASER shall not assign or member this Agreement without the prior written .....t of the SELLER. Any attempt m make such a assignment or transl shall be null and void. SELLER shall have •the authority to, assign, o otherwise ten.f , its rights and obligations in connection with this Agreement, in whole or in part, upon prior wrinen -lie to PURCHASER. 25. LIMITATION ON LIABILITY. TO THE EXTENT PERMISSIBLE BY LAW, SELLER SHALL HAVE NC FURTHER LIABILITY IN CONNECTION WITH THIS AGREEMENT IN EXCESS OF THE COST Of CORRECTING ANY DEFECTS, OR IN THE ABSENCE OF ANY DEFECT, IN EXCESS OF THE VALUE 01 THE PRODUCTS SOLD HEREUNDER NOTWITHSTANDING ANY LIABILITIES OR RESPONSIBILITIE'. ASSUMED BY SELLER HEREUNDER, SELLER SHALL IN NO EVENT BE RESPONSIBLE TO PURCHASEF OR ANY THIRD PARTY, WHETHER ARISING UNDER CONTRACT, TORT (INCLUDING NEGLIGENCE), STRICT LIABILITY, OR OTHERWISE, FOR LOSS OF ANTICIPATED PROFITS, LOSS BY REASON Of PLANT SHUTDOWN, NON -OPERATION OR INCREASED EXPENSE OF OPERATION, SERVICE INTERRUPTIONS, COST OF PURCHASED OR REPLACEMENT POWER, COST OF MONEY, LOSS OF USE Ol CAPITAL OR REVENUE OR ANY OTHER INDIRECT, INCIDENTAL, SPECIAL, PUNITIVE, EXEMPLARY OR CONSEQUENTIAL LOSS OR DAMAGE, WHETHER ARISING FROM DEFECTS, DELAY, OR FROM Al" OTHER CAUSE WHATSOEVER Revision Date - Seprember 2010 Ovivo USA, LLC oviva 4246 Riverboat Road, Suite 300 Salt Lake City, UT 84123 Phone: (801)931-3000 Fax: (801)931-3080 Customer Quote ATTENTION: PHONE NO: 479-575-8284 SOLD TO CUSTOMER NUMBER 102794 Fayetteville, City of 113 West Mountain Fayetteville AR 72701 USA SHIP TO Paul R. Noland Wastwater Treatment Plant 1500 N. Foxhunter Road Fayetteville AR 72701 USA QUOTE # QSSW102133 DATE 4/9/2019 I TERMS Net 30 days CUSTOMER RFQ WS Mad Pump 300 - 300 SALESPERSON ,ETEC CURRENCY USD ::] L# I Items Quantity U/M I Lead Time I Unit Price I Total Value Ovivo can also provide you with installation labor services Please contact us for additional turn -key pricing. 1. Shipment: Approximately 3-4 WEEKS after receipt of purchase order and any required data. Lead times can vary depending on time of order placement and current inventory levels. 2. Quantities: The prices are based on the quantities shown and are subject to increase if a lesser quantity is required. 3. FCA: shipping point 4. Freight: ALLOWED, standard ground shipping only. 5. Packing: Made ready for standard transport. 6. Items quoted per customer provided part numbers. 7. This quote is valid for 30 Days. However, stainless steel parts pricing is valid for 10 days. 8. $100.00 Minimum Order 9. All sales are final. DATE: 4/9/2019 Ovivo USA, LLC oviva 4246 Riverboat Road, Suite 300 Salt Lake City, UT 84123 Phone: (801)931-3000 Fax: (801)931-3080 Customer Quote ATTENTION: PHONE NO: 479-575-8284 SOLD TO CUSTOMER NUMBER 102794 Fayetteville, City of 113 West Mountain Fayetteville AR 72701 USA SHIP TO Paul R. Noland Wastwater Treatment Plant 1500 N. Foxhunter Road Fayetteville AR 72701 USA QUOTE # DATE TERMS CUSTOMER RFQ SALESPERSON CURRENCY QSSW102133 4/9/2019 Net 30 days WS Mad Pump 300 - 300 ,ETEC USD ::] L# Items Quantity U/M Lead Time Unit Price Total Value Ovivo can also provide you with installation labor services. Please contact us for additional turn -key pricing. 1 PART # 556742 1 EA 1,857.98 1,857.98 SHAFT,ROTOR SERIES 30OHD Drawing: N/A 2 PART # 584926 2 EA 998.70 1,997.40 MECHANICAL SEAL, 42MM Drawing: N/A REV _ + 3 PART # 585335 1 EA 1,609.83 1,609.83 CUTTERHEAD,HEADSTOCK Drawing: N/A 4 PART # 585336 1 EA 1,714.72 1,714.72 SHEARPLATE (924-050230) Drawing: N/A 5 PART # 588174 1 EA 372.42 372.42 BEARING,BALL (ANG CONTACT) Drawing: N/A 6 PART # 696331 1 EA 1,852.26 1,852.26 IMPELLER, MACIPUMP, C&H 266 DIA Drawing: N/A 7 PART # 584927 2 EA 456.42 912.84 O-RING/SEAL COMPLETE KIT DATE: 4/9/2019 Ovivo USA, LLC oviva 4246 Riverboat Road, Suite 300 Salt Lake City, UT 84123 Phone: (801)931-3000 Fax: (801)931-3080 Customer Quote ATTENTION: PHONE NO: 479-575-8284 SOLD TO CUSTOMER NUMBER 102794 Fayetteville, City of 113 West Mountain Fayetteville AR 72701 USA SHIP TO Paul R. Noland Wastwater Treatment Plant 1500 N. Foxhunter Road Fayetteville AR 72701 USA QUOTE # QSSW102133 DATE 4/9/2019 I TERMS Net 30 days CUSTOMER RFQ WS Mad Pump 300 - 300 SALESPERSON ,ETEC CURRENCY USD ::] 1 EA 389.26 389.26 BEARING,ROLLER L# I Items Quantity U/M I Lead Time I Unit Price I Total Value Ovivo can also provide you with installation labor services Please contact us for additional turn -key pricing. Drawing: N/A REV _ + 8 PART # 588173 1 EA 389.26 389.26 BEARING,ROLLER Drawing: N/A 9 PART # 585734 1 EA 198.26 198.26 SLEEVE,SEAL Drawing: N/A 10 PART # 695440 1 EA 292.08 292.08 BEARING SPACER Drawing: N/A REV_ 11 PART # 697354 1 EA 292.08 292.08 BEARING,SPACER DATE: 4/9/2019 Ovivo USA, LLC oviva 4246 Riverboat Road, Suite 300 Salt Lake City, UT 84123 Phone: (801)931-3000 Fax: (801)931-3080 Customer Quote ATTENTION: PHONE NO: 479-575-8284 SOLD TO CUSTOMER NUMBER 102794 Fayetteville, City of 113 West Mountain Fayetteville AR 72701 USA SHIP TO Paul R. Noland Wastwater Treatment Plant 1500 N. Foxhunter Road Fayetteville AR 72701 USA QUOTE # QSSW102133 DATE 4/9/2019 I TERMS Net 30 days CUSTOMER RFQ WS Mad Pump 300 - 300 SALESPERSON ,ETEC CURRENCY USD ::] L# I Items Quantity U/M I Lead Time I Unit Price I Total Value Ovivo can also provide you with installation labor services Please contact us for additional turn -key pricing. Please submit purchase order to: Your point of contact is: Kyle Dansie Aftermarket Parts Specialist Inlet Works Email: kyle.dansie@ovivowater.com Phone: 801-931-3308 Fax: 801-931-3080 Drawing: N/A Sale Amount: 11,489.13 Total Amount: 11,489.13 USD DATE: 4/9/2019 A) The Ovivo USA, LLC Terms and Conditions of Sale are attached and made essential parts of the Ovivo USA, LLC proposal or purchase order confirmation. These terms and conditions replace and supersede any terms and conditions or warranty included in Buyer's or Owner's purchase order, requests for quotation or specifications and cannot be changed without written approval from an authorized representative of Ovivo USA, LLC. B) GST and all other taxes are extra, if applicable. C) Pricing valid for acceptance 30 days from date of the proposal document, and will be subject to change thereafter. D) Shipping shall be (FCA) Free Carrier at point of manufacture unless otherwise stated above. Insurance is the responsibility of Buyer. E) Payment terms are stated above. F) Duty, freight and brokerage costs are for Buyer's account unless stated otherwise herein. G) Minimum billing of $100 per order. H) Notwithstanding any liabilities or responsibilities it has assumed hereunder, Ovivo USA, LLC shall in no event be responsible to Buyer or any third party in contract or in tort, or otherwise, for loss or damage sustained as a result of the operation of the equipment, loss of use, expenses involved in loss of capital claims or Buyer's or Owner's loss of profit or revenues, or any other indirect, incidental, special or consequential loss or damage, whether arising from defects, delay, or any other cause whatsoever. 1) Current Ovivo USA, LLC paint specifications shall apply unless otherwise specified. J) Any and all stock or "off the shelf' parts returned to Ovivo USA, LLC are subject to a re-stocking fee equal to 25% of their respective invoice price. All other parts, including but not limited to customized and special manufactured parts, shall, at the sole discretion of Ovivo USA, LLC be (i) subject to a restocking fee of 45% of their respective invoice price or (ii) non-refundable. PLEASE ADDRESS AND SUBMIT YOUR PURCHASE ORDER TO THE ADDRESS INDICATED ABOVE. DATE: 4/9/2019 / ) r Terms 81 Conditions of Sale 1. ACCEPTANCE. The proposal of Ovivo USA. LLC ("SELLER'), as well ar these terms and conditions of sale (collectively the "Agreement'), comnit.e. SELLER's co.nrecmel offer of goods end datedi, PURCHASER's sceptre. of this offer i expressly limited to the terns of the Agreement. The scope nd terms s e conditions of this Ageement represent the entire off by SELLER and supersede all prior solicitations, dis—oras agreements, u.derstmdings and representations between the partes. Any scope terms and conditions included it PURCHASER'. acceptance/purchase order thin are in addition t. or different from this Agreement are hereby jetted. 2. DELIVERY. Any statements relating to the date of shipment of the Products (as defined below) represent SELLER'S best estimate, bot is not g—sed, nd SELLER shall non be liable for any damages dee to lane delivery. The Product shall be deliveed to the delivery point or points in nc,,d,,c, with the delivery Inns stated in SELLER'. proposal. If such delivery is prevented or postponed by so r of Force Majeure (as defined below), SELLER shall be entitled of its option to tend, delivery to PURCHASER at the pointor points of mmufactmi e, and default of PURCHASER's cepnmc, of delivery veto cents, the Products tobe stored at such a point or points of mmufactme a[ PURCHASER'S expnse. Such tender, if ac epted, o such storage, shall conmimne delivery for all purposes of this agreement. If ship,,, s postponed at request of PURCHASER, or dee to delay inreceipt of shipping mmm mos, payment of the purchase price shall be due o notice from SELLER that the Prre oducts a ready for shipment. Hnd1mg, moving, stomge, i endd other charges thereafter i mred by SELLER with espect tothe Products shall be for the account of PURCHASER end shall h paid by PURCHASER when invoiced. 3. 'TITLE AND RISK OF LOSS SELLER shall retain the fullest right, title, and interest in the Products in the e— permieted by applicable law, inclining se a mmy interest in be Products, —it the full pmtle— pripricehas been paid h SELLER. The giving and accepting of dmfts, notes md/.r trade acceptances to evidence the payments doe shall enol onshtatc or be construed es paymem n a. to pass SELLER's interests until said drafts, notes msy., tele mceptmces are paid in fel. Risk of loss shall pass m PURCHASER at the delivery point. 4. PAYMENT TERMS SELLER e s the right to ship the Prod... and be paid for such o a pro rata basis, a shipped. If payments are not made by the due data interest et a mte of two pemm (2%) per month, calculated daily, shall apply from the doe due for payment PURCHASER is liable no pay SELLER'S legal fees end all other expenses in respecl of enforcing o attempting to enforce any of SELLER'S rights relating to a breach or Ih eare.,d breach of the paymenl hems by PURCHASER.. 5. TAXES. Unless otherwise specifically provided in SELLER's gntoti.s./prop.sal; PURCHASER shall pay and/or reimburse SELLER, in addition to the price, for all sales, a and other hm,s, e i end ,barges which SELLER may pa) r be required to pay to any govemmy ent directly o indiem ctly meclom , with the production, sale, transportation a md/or u e by SELLER or PURCHASER, of any of theProduces or se,ices dealt with herein (whether be sem may be regarded cts personal o real property). PURCHASER agrees t. pry an ay all property other [axes which may be levied. .se'sed o charged against or upon any of the Products on or after the date of acral shipment, or placing into stomge fol PURCHASER'S mount. 6. MECHANICAL WARRANTY. Solely for the benefit of PURCHASER, SELLER womons that new equipment and parts mmofcconed by it and provided to PURCHASER (collectively, "Products") shall be frac from def cu in material and workmanship. The warranty period shall be twelve (12) months From startup of the cgmpimnt not to a cad eighteen (18) months from shipment. If any of SELLER'S Products fail to comply with the foregoing w—my, SELLER shall repair o replace fte of charge to PURCHASER, EX WORKS SELLER'S FACTORIES or other lona,, that SELLER designates, any Product or parts £cent' ora med to SELLER, which a midwo shall show to have failed Eder -1 me mc serer operation by PURCHASER within the Wamnty Period; provided, that if it would be impracticable for the Produce r pert thereof to be ettmed to SELLER, SELLER will send a rep—cm.twe to PURCHASER's job sire m inspect the Product If it is determined after inspection that SELLER is liable Eder this w—ody to repair o replete the Product o pert thereof, SELLER shall bear the memp,mmmn costs of (a) rmmims; the Pos oat to SELLER to, inspection orsending its oepressnotive to the job sire and (b) ramming the repaired o replaced Posho. to PURCHASER; however, if it i denermi-d! after inspection that SELLERi s not liable Eder this maty, PURCHASER shall pay those coats. For SELLER to be liable with respect to e this w mity, PURCHASER most amke its claim to SELLER with respect to this an,my in writingno later than thirty (30) days after the date PURCHASER discovcs the basis for its wanmty claim and to no vent m e the, thirty (30) days after ibe cxpioelm. of the Wananty Period. In addition to any othc limitation o disclamer with respect to this warranty, SELLER shall have no liability with espect to any of the following: 0) failure o1 the Products, or damages ne them, due to PURCHASER'. negligence o willfl misconduct, abuse o improper storago,.. imodlidim, appli-i.. or mminten,e (as specified i ma y mnuals o written instructions that SELLER provides to the PURCHASER); (it) myPmdmts that have been altered repaired in my way without SELLER'S prior written authorization; (iii) The costs of dismantling and r installation of the Products; (w) my Products damaged while in trmsil otherwise by mcidnco t; (v) dempcsitmo of Pmdmni by ehemicot ration, smsitm slv or w r to Pmdocts o due to conditions of temperame, m.iste and dirt; or (vi) claims with respect toparts cthm ate co,mmiml, and -mall) replaced during maim .... c, such es filter media, filter drainage belts and the like, except whe a such parts are no pert -fig to,SELLER'S cstim.le of . mal service bfic, m which c e, SELLER shall only be liable In, the pro rate cost ol replacement of those parts based on SELLER'S estimate of what the amining s e life of those parts should have been rov. pided, that ['Imre of those parrs did not resort from as my of the masers listed i clauses (i) throve ugh (v) abo. With regard to third -party parts, equipment, acs components not of SELLER's design, SELLER'S liability shall be m limited solely to the ...igent of vatlable third-partyw amentias. THE PARTIES AGREE THAT ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING WARRANTIES OF FITNESS FOR A PARTICULAR PURPOSE AND MERCHANTABILITY, WHETHER WRITTEN, ORAL OR STATUTORY, ARE EXCLUDED TC THE FULLEST EXTENT PERMISSIBLE BY LAW. All —ti. and obligations of SELLER shall terminate it PURCHASER fils to perform its obligmions under this Agreement including but not limited to any failure to pay my charges doe t. SELLER. SELLER'S quoted price for the Products is based upon this wamnty. Any increase in watrmtq obligation may be subject to on, increase in price. 7. CONFIDENTIAL INFORMATION. All nonpublic information and data fmisbed m PURCHASER hereunder, including but not limited m price, sue, type and design of the Products is the sole property of SELLER and submitted to PURCHASER'S own confidential ose solely i meed.. with this Ageemnt end is not to be made known or available to my third party without SELLER'S prior writhe. consent• 8. PAINTING. The Products shall be pained to sccoodmce with SELLER'S standard poectice, and purchased items mch motors controls, speed reducers, pump., eta, will be painted m accordance with mmafctmers' smndam practice., ,less otherwise .geed in writing. 9. DRAWINGS AND TECHNICAL DOCUMENTATION. When PURCHASER requests approval of drawings before m oomeet of manufacture, shipment may be delrove ayed if appd drawings Benot remmto SELLER withir. fourtcn(14) days of ceipt by PURCHASER of sch drawing for appon-1.SELLER will fetish only general arrangement, gnend essembly, and if required, wiring diagms, cection dewing,, installation and opereti—eimcnence mmuals to, SELLER'S equipment (in English language). SELLER will supply si x (6) complete sets of drawings end opcating imh ictims. Additional sets will be paid for by PURCHASER. Electronic files, if requested ftom SELLER, will beprovided m pdj jpg or tiffomat only. ]0. SET OFF. This Agreement shall be completely independent of all other contracts between the parties and all paymmo due to SELLER heteandc shall be paid when doe and shall not be setoff or applied against any money due or claimed is be due from SELLER to PURCHASER on ac000m of any othc trmsmtom or claim. 11. SOFTWARE. PURCHASER shall have excfslve end nontmsfable license mSe my i.fmatim processing progam supplied by SELLER with the Proac ducts. PURCHASER acknowledges tint s,,hprogam, and the infix—tion comained thcem is Confidemtal Information and agrees: a) not to copy or duplicate the prog— except for archival oeconty purposes; b) not to use the progam o my compme, other thm the computer with which it i supplied; ands c) to limit me s to the program m those of its employees who ar snry m permit authorized us,of the progam. PURCHASER .gee, to, exec[, and be bound by the nems of any software license applicable to the Products supplied. DATE: 4/9/2019 12. PATENT INDEMNITY. SELLER will defend 9 its o expense any suit Instituted against PURCHASER based aeon claims that SELLER'. Product hereonder in and of itself enutimtes on i fi-mgcmcm of my valid apparatus claim o any Umtcd States patent issued nd existing as of the date of this Agrecmcm, if notified promptly in writing and give all information, assistance, and sole authority to defend and settle thet and SELLER shall indemnify the PURCHASER against such claim of infringement Furthermore, i se the uses ofthe Products is enjoined in such mil e SELLER otherwise deems it advisable, SELLER shall, m its own expense and discretion, (a) pr.ere fr the PURCHASER the right to onti.ue using the Products, (b) replace the some with —infringing Products, (c) modify the Product m it becomes v Aim-mgmg, or (d) re e the Products nd refund the m -base price less freight charges end depreciafion. SELLER shall not be liable for, nd PURCHASER shall indemnify SELLER for, ny claim of infringemenl related to, (a) the use of the Products for my purpose other then that for which it w s fmished by SELLER, (b) c.mplim,e with equipment designs not famished by SELLER or (c) ase of the Products in combination with any other equipment. The foregoing states the sole liability.£ SELLER for patent infringement with aspect to the Products 13. GENERAL INDEMNITY. Subject to the rights, obligations nd limitations of liabilities of the parties set forth i this Agreement, PURCHASER shall protect nd indemnify SELLER, its ultimate parent, its ultimate parent's subsidiaries end each of their espctve officers, directors, employees and agents, from end against all claims, demands end c action asserted by any entity m the extent of PURCHASER's negligence or willful misconduct in connection with thi, Agreement. 14. DEFAULT. TERMINATION. In the evert that PURCHASER becomes insolvent, c Emits m act of bankruptcy to defaults in the performnce of my tem o condition of this Ageemnt, the entire unpaid portion of the purchase price shall, without notice or demand, become immediately due end payable. SELLER at its option, without notice or demand ,ball be entitled to, me for said balm,, end for ....... ble legal fees, plus out-of-pocket expenses and imetest md/or to enter any plm, where the Products are located anto take immediate po..... in, of and e e the Products, with o without ],get process; md/or retain all payments made a m omp..., for the us of the mro Pducts: and/or resell the Products, without notice or demnd, for and on behalf of the, PURCHASER, and t, apply the net proceed, from such sale (after deduction from the Is prie of all expenses of each sale end all expe.s,s of ouki.g possess[.., repairs vecessm} to put the Products i sele.ble condition, .mage charges, Imes, liens, collectum and legal fes and all othc expenses i mecfi.n therewith) to the baton then due to SELLER to, the Products and to ret a ftom the PURCHASER the deficiency between smh net Im eeds of sale and such balance. PURCHASER hereby wVerespa s all trespass, damage and claims resulting It— any sorb entry, repossession, oval, retention, repair, mtemlion end sols. The remedies provide in this paragraph are in addition to and not limitafions of my other rights of SELLER. 15. CANCELLATION. PURCHASER may terminate this Agreement for c mence upon giving SELLER thirty (30) days prior written notice of such fact and paying SELLER for all costs and vexpensss (including ovchead) incurred by it to perfuming its work and closing out the seme plus asonable profit lh—.. All sucb costs and expenses shall be paid to SELLER within ton (10) day. of the temimmism of the Ageemnt, .r be subject to an additional late payment penalty of five paroevt (5%) of the total amomt of costs and expenses owed. 16. REMEDIES. The rights and r medias of the PURCHASER in onmectm, with the goods and services provided by SELLER herender are exclusive and limited to the rights and remedies expressly stared in this Ageemnt. 17. INSPECTION. PURCHASER is entitled to make reasonable inspecfion of Products st SELLER'. facility. SELLER re—es the rimt tight to deteine be r .nes ..bles of the request and to select so ppropriate time for such inspection. All costs of inspections not expressly included es m itemized part .f the quoted price .f the Products in this Ageement shat be paid by PURCHASER. 18. WAIVER. Any fsilme by SELLER to enforce PURCHASER's strict performmce of my provision of this Ageement will not ... stitote, a waiver of its right to subsequently enforce such provision or any other provision of this Agement. 19. COMPLIANCE WITH LAWS If applicable laws, mdlnmc,s, reg.l.ic.s conditions ,quire mythi.g different from, or in addition to, that called for by this Agreement, SELLER will satisfy such requirements 9 PURCHASER'S written request and expense. 20. FORCE MAJEURE, If SELLER is rendered ..able, wholly o mnedid part, by rearof Fore M jeme to, any out my of its obliged— heremder, then on SELLER'S notice i writing to PURCHASER within a ..able lime .flet the on of the omse lied upon, such obligmions shall be suspended. "Fore M jems" shall include, but not be limited to, act, of find, laws and regulations, strikes, civil disobedience o rarest, lightning, fire, flood, washout, storm comm—inti.. lines failure, delays of the PURCHASER r PURCHASER'S subcontractors, breakage or mcident m equipment ormachinery, s , w ons, , police actitemrism, embargo,, and my other con s that ar not r onably withir the control of the SELLER.If the delay is the result of PURCHASER's epi.. .r inaction, the, in addition to m adjustment in time, SELLER shall be emitted to reimbursement of costs intoned to maintain its schedule. 21. INDEPENDENT CONTRACTOR It is expressly mdcstood that SELLER is ne independent contractor, and than neither SELLER its principals, parsecs, parents, subsidiaries, affiliates, employees or subconhacmrs are servants agents, partners,j.im v times or employees of PURCHASER in my way whatsoever. 22. SEVERABILITY. Should any portion of this Ageement, be held m be .valid o .enforceable Eder applicable law then the validity of the r, ning portions thereof shall not be affected by such inr validity o .enforcem ability shall re fll force andeffect Furthermore, any invalid o neemb able provision shall bemodified ecc.oh.gl) within the confines of applicable law, giving mximum permissible effect to the ponies' intentions expressed herein. 23. CHOICE OFLAW. CHOICE OF VENUE This Ageement shall be governed end construed in coodm" with the laws of the State of Utah, without regard to its toles regarding conflicts or choice of law. The parties submit to, the jurist icfion and venue of the stale and federal courts located in Salt Lake City, Utah. 24. ASSIGNMENT. PURCHASER shall not assign or member this Agreement without the prior written .....t of the SELLER. Any attempt m make such a assignment or transl shall be null and void. SELLER shall have •the authority to, assign, o otherwise ten.f , its rights and obligations in connection with this Agreement, in whole or in part, upon prior wrinen -lie to PURCHASER. 25. LIMITATION ON LIABILITY. TO THE EXTENT PERMISSIBLE BY LAW, SELLER SHALL HAVE NC FURTHER LIABILITY IN CONNECTION WITH THIS AGREEMENT IN EXCESS OF THE COST Of CORRECTING ANY DEFECTS, OR IN THE ABSENCE OF ANY DEFECT, IN EXCESS OF THE VALUE 01 THE PRODUCTS SOLD HEREUNDER NOTWITHSTANDING ANY LIABILITIES OR RESPONSIBILITIE'. ASSUMED BY SELLER HEREUNDER, SELLER SHALL IN NO EVENT BE RESPONSIBLE TO PURCHASEF OR ANY THIRD PARTY, WHETHER ARISING UNDER CONTRACT, TORT (INCLUDING NEGLIGENCE), STRICT LIABILITY, OR OTHERWISE, FOR LOSS OF ANTICIPATED PROFITS, LOSS BY REASON Of PLANT SHUTDOWN, NON -OPERATION OR INCREASED EXPENSE OF OPERATION, SERVICE INTERRUPTIONS, COST OF PURCHASED OR REPLACEMENT POWER, COST OF MONEY, LOSS OF USE Ol CAPITAL OR REVENUE OR ANY OTHER INDIRECT, INCIDENTAL, SPECIAL, PUNITIVE, EXEMPLARY OR CONSEQUENTIAL LOSS OR DAMAGE, WHETHER ARISING FROM DEFECTS, DELAY, OR FROM Al" OTHER CAUSE WHATSOEVER Revision Date - Seprember 2010 Black Hills Energy Limited Service Agreement Date: September 18, 2018 Name: Fayetteville Wastewater Treatment Plant Attn: Jerry Genz Address: 16464 Wyman Rd. City/State/Zip: Fayetteville, AR 72701 Scope of Services: Please consider the following a proposal from Black Hills Energy ("Company") for the Fayetteville Wastewater Treatment Plant ("Customer") for the Service described below. Service/Cost Company agrees to provide services as requested by Customer at the costs set forth below ("Service"): Scope of Service(s): Install a Mercury Mini unit and associated equipment to correct the uncorrected meter volumes by accounting for temperature and pressure Option 1: Build bypass loop for meter testing in order to maintain gas flow to building if meter needs to be tested or replaced Contingencies 1. Customer will obtain all necessary permits Cost fn including taxes): X Install Mercury Mini unit and associated equipment - $5,960 plus taxes during regular hours X Option 1: $4,988 plus taxes during regular hours Regular hours are defined as 8:00 AM — 5:00 PM, Monday — Friday. Please initial by "Install Mercury Mini" and/or "Option 1" to select services you agree to purchase. Upon completion of the Service (so long as any such Service does not last longer than one month, in which case the Company will submit a monthly invoice), Company will submit an invoice to Customer for the amount in excess of the above estimate. Customer shall make full payment of this amount to Company within seven (7) days after receipt of payment. Company will indemnify and hold harmless Customer and its directors, officers, employees and agents from and against any and all claims, liabilities, losses, costs, damages, injuries or expenses (including court costs and reasonable attorney's fees) by reason of any accident, personal injury, death, or damage to real or personal property brought by any person, association, or corporation, but only to the extent such accident, personal injury, death, or damage to real or personal property is directly caused by the negligence or willful misconduct of Company in providing the Services under this Agreement. Customer will indemnify and hold harmless Company and its directors, officers, employees and agents from and against any and all claims, liabilities, losses, costs, damages, injuries or expenses (including court costs and reasonable attorney's fees) by reason of any accident, personal injury, death, or damage to property brought by any person, association, or corporation, to the extent such accident, personal injury, death, or damage to property is not directly caused by the negligence or willful misconduct of Company in providing the Services under this Agreement. Further, Company is not responsible or liable for the condition of Customer's properties and/or facilities and Customer shall indemnify and defend Company from any and all actions regarding the condition of the Customer's properties and facilities COMPANY MAKES NO REPRESENTATIONS, COVENANTS, WARRANTIES, OR GUARANTEES, (EXPRESS, IMPLIED, STATUTORY, OR OTHER) OTHER THAN THOSE SPECIFICALLY SET FORTH HEREIN, IF ANY, INCLUDING BUT NOT LIMITED TO, ANY IMPLIED WARRANTY OF MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR PURPOSE, WITH RESPECT TO THE SERVICES OR OTHER DELIVERABLES TO BE PROVIDED HEREUNDER. Without limiting the foregoing, no implied warranty arising by usage of trade, course of dealing or course of performance is given by Company to Customer or will arise by or in connection with this Agreement or the parties conduct in relation hereto or to each other. Company shall not be responsible for the acts or omissions of the Customer, contractor, subcontractor or supplier, or of any contractor's agents or employees or any other person's (except Company's own employees or contractors) furnishing or performing any work or services, the conditions of any of Customer's properties or facilities or for any decisions or interpretations of Customer regarding the Customer's properties and/or facilities. Notwithstanding anything in this Agreement to the contrary, if prior to the completion date, any portion of the workmanship of Company included in the Services is found to be not in conformance with this Agreement ("Defective Work"), Customer shall promptly notify Company in writing. Unless Customer provides written acceptance of the condition, Company shall promptly correct the Defective Work at its sole expense. Neither party shall be liable to the other for any special, indirect or consequential damages, including, without limitation, loss of profit, loss of product, or loss of value, arising out of the performance of this Agreement, regardless of fault or negligence. Please indicate your acceptance of this Agreement by signing below and returning this form to me. We appreciate the opportunity to provide this Service to you. If you have any questions regarding this Proposal, please feel free to contact me at the number listed below. Sincerely, 1�� Marshall M ody Customer Solutions Representative (479) 601-5257 ACCEPTED AND AGREED TO THIS DAY OF , 2018. M NAME: TITLE: From: Taylor, Christy/FAY To: Hickle, Jeff/FAY; Genz, Jerry/FAY; Luther, Tim/FAY Subject: RE: BMS CIP item (Blackhills Energy Gas meter and inspection) Date: Wednesday, February 20, 2019 2:37:11 PM Attachments: BMS Natural Gas Meter Pr000sal.Ddf Annual Meter and Mercury Inspection.pdf Jeff, I have already confirmed in the below email that the pricing is still good. Christy Taylor Jacobs Admin III D 1 479-444-0717 M 1 479-530-3270 christv.tavloraiacobs.com 1400 N. Fox Hunter Rd Fayetteville, AR 72701 www.jacobs.com From: Moody, Marshall <Marshall.Moody@ blackhillscorp.com> Sent: Monday, January 28, 2019 12:32 PM To: Taylor, Christy/FAY <Christy.Taylor@jacobs.com> Subject: [EXTERNAL] RE: Installation and service agreement (Mercury mini unit) Hi Ms. Taylor, Yes, Ma'am, those quotes are still good, and yes, I will be the primary point of contact for the PO agreement. Thank you for this opportunity. Sincerely, Marshall Moody Key Account Representative Black Hills Energy 655 East Millsap Drive Fayetteville, AR 72703 Office: 479-582-7884 Mobile: 479-601-5257 Marshall.Moody@BlackHiIIsCorp.com From: Taylor, Christy/FAY [mailto:Christy.Taylor@jacobs.com] Sent: Monday, January 28, 2019 11:31 AM To: Moody, Marshall <Marshall.Moody@ blackhillscorp.com> Subject: Installation and service agreement (Mercury mini unit) *** This email is from an EXTERNAL sender *** Use caution before responding. DO NOT open attachments or click links from unknown senders or unexpected email. If this email appears to be sent from a BHE employee or department, verify its authenticity before acting or responding. Report suspected phishing messages by forwarding them to Report Phishing. Contact the Helpdesk with questions. Good Morning Mr. Moody, I need to make sure the attached quotes are still good. I also need to know if you will be the contact person for the PO agreement or if I need to get in contact with someone else for that. Let me know. Thank you Christy Taylor Jacobs Admin III D 1 479-444-0717 M 1 479-530-3270 christy.taylor iacobs.com 1400 N. Fox Hunter Rd Fayetteville, AR 72701 www.jacobs.com NOTICE - This communication may contain confidential and privileged information that is for the sole use of the intended recipient. Any viewing, copying or distribution of, or reliance on this message by unintended recipients is strictly prohibited. If you have received this message in error, please notify us immediately by replying to the message and deleting it from your computer. This electronic message transmission contains information from Black Hills Corporation, its affiliate or subsidiary, which may be confidential or privileged. The information is intended to be for the use of the individual or entity named above. If you are not the intended recipient, be aware the disclosure, copying, distribution or use of the contents of this information is prohibited. If you received this electronic transmission in error, please reply to sender immediately; then delete this message without copying it or further reading. Be Right - Quote Number: 100445142v4 Use quote number at time of order to ensure that you receive prices quoted Quote Date: 24 -Apr -2019 CITY OF FAYETTEVILLE 113 W MOUNTAIN ST FAYETTEVILLE, AR 72701-6083 Name: Nick King Phone: 479-443-3292 Email: Nicholas.King@jacobs.com Customer Account Number : 129593 Quote Expiration: 23 -Jun -2019 Sales Contact: Darren Waclawski Email: dwaclaws@hach.com Phone: 970-214-9383 Quotation Hach PO Box 608 Darren Waclawski Loveland, CO 80539-0608 Phone: (800)227-4224 Email: quotes@hach.com Website: www.hach.com Sales Contact: Name: Darren Waclawski Title: Regional Sales Manager Phone: 970-214-9383 Email: dwaclaws@hach.com Page 1 of 1 C(=D) Be Right" Quotation Addendum HACH COMPANY Headquarters P.O. Box 389 5600 Lindbergh Drive Loveland, CO 80539-0389 Purchase Orders PO Box 608 Loveland, CO 80539-0608 WebSite: www.hach.com ADVANTAGES OF WORKING WITH HACH U.S.A. Phone: 800-227-4224 Fax: 970-669-2932 E -Mail: orders@hach.com application support quotes@hach.com ✓ Savings of more than 20% versus a techhelp@hach.com Export "pay as you go" approach Phone: 970-669-3050 Fax: 970-461-3939 Email: intl@hach.com Remittance 2207 Collections Center Drive Chicago, IL 60693 Wire Transfers Bank of America 231 S. LaSalle St. Chicago, IL 60604 Account: 8765602385 Routing (ABA): 071000039 Technical Supporf Pick&Ship"" Hach ServiceP/us® Programs Provides post -sale instrumentation and Pick&Ship- Program offers a better way Instrument Protection and Service application support to keep your supplies in stock ✓ Savings of more than 20% versus a ✓ Hach's highly skilled Technical ✓ Convenience of one purchase order for "pay as you go" approach Support staff is dedicated to helping the entire year ✓ Freedom from maintenance you resolve technical issues before, ✓ Flexibility to change, cancel or create ✓ Worry -free compliance with Hach's during and after the sale. new orders certification ✓ Available via phone, e-mail, or live ✓ Savings from locking in prices & thus ✓ Fixed maintenance budget for the online chat at Hach.com! avoiding price surges and rush charges entire year ✓ Toll-free phone: 800-227-4224 ✓ Peace of mind with automatic, reliable $100.95 ✓ E-mail: techhelp@hach.com shipments just as you need them $150.00-$349.99 www.Hach.com www. Hach.com/pickandship www.hach.com/service-contracts ADVANTAGES OF SIMPLIFIED SHIPPING AND HANDLING Safe & Fast Delivery Save Time - Less Hassle Save Money ✓ Receive tracking numbers on your ✓ No need to set up deliveries for orders or ✓ No additional invoice to process - order acknowledgement to schedule pickup save on time and administrative ✓ Hach will assist with claims if an order ✓ Hach ships order as product is available, costs is lost or damaged in shipment at no additional charge, when simplified ✓ Only pay shipping once, even if (Mainland USA) shipping and handling is used. multiple shipments are required STANDARD SIMPLIFIED SHIPPING AND HANDLING CHARGES 1, 2, 3 Pricing Effective 9/1/2018 Standard Second Day Next Day Second Day Next Day Total Price Surface Delivery Delivery Delivery Delivery Merchandise Ordered (Mainland USA) (Mainland USA) (Mainland USA) (Alaska & Hawaii) (Alaska & Hawaii) $0.00-$49.99 $11.99 $29.99 $55.93 $48.14 $91.51 $50.00 $149.99 $18.15 $53.50 $100.95 $76.72 $145.86 $150.00-$349.99 $31.89 $85.07 $173.28 $107.34 $208.91 $350.00 - $649.99 $44.62 $116.69 $232.06 $145.87 $282.46 $650.00-$949.99 $56.51 $122.52 $256.39 $151.70 $285.96 $950.00-$1,999.99 $71.10 $151.18 $319.67 $179.91 $348.12 $2,000.00-$3,999.99 $81.68 $159.89 $327.55 $185.99 $353.77 $4,000.00-$5,999.99 $94.70 $166.08 $343.37 $186.85 $363.97 $6,000.00-$7,999.99 $111.89 $189.09 $390.97 $206.11 $397.36 $8,000.00-$9,999.99 $128.30 $215.91 $421.91 $231.03 $438.15 Over $10,000 2% of Net 4% of Net 6% of Net 4% of Net 6% of Net Order Value Order Value Order Value Order Value Order Value Collect 4 Handling Fee Effective 9/1/18 $8.55 $8.79 $9.34 $9.83 $10.18 $11.12 $12.84 $15.81 $18.44 $21.28 $32.91 1 Shipping & Handling charges shown are only applicable to orders billing and shipping to U.S. destinations. Shipping & Handling charges will be prepaid and added to invoice. Shipping & Handling for the Reagent Delivery Program is charged on each shipment release and is based on the total price of each shipment release. Shipping & Handling charges are subject to change without notice. 2 Additional Shipping & Handling charges will be applied to orders containing bulky and/or especially heavy orders. Refrigerated and all weather Samplers do not qualify for simplified Shipping & Handling charges, and are considered heavy products. Dissolved Oxygen Sensors can be damaged if exposed to temps below freezing, causing sensor failure. Must be shipped overnight or 2nd day air during the cold weather months. 3 Orders shipping to Alaska or Hawaii: Additional Shipping & Handling charges may be applied at time of order processing. Second Day and Next Day delivery is not available to all destinations. 4 Hach Company will assess a collect handling fee on orders with collect shipping terms. This handling fee covers the additional costs that Hach Company incurs from processing and managing collect shipments. SALES TAX Sales Tax is not included in the attached quotation. Applicable sales and usage taxes will be added to your invoice, at the time of order, based on U.S. destination of goods, unless a valid resale/exemption certificate for destination state is provided to the above address or fax number, attention of the Tax Dept. HACH COMPANY 1 5600 Lindbergh Drive I PO Box 389 1 Loveland, Coiorado 80539 I P 97D.669.305U I F 97D.669,2932 I hach.com TERMS & CONDITIONS OF SALE FOR HACH COMPANY PRODUCTS AND SERVICES This document sets forth the Terms & Conditions of Sale for goods manufactured and/or supplied, and services provided, by Hach Company of Loveland, Colorado ("Hach") and sold to the original purchaser thereof ("Buyer"). Unless otherwise specifically stated herein, the term "Hach" includes only Hach Company and none of its affiliates. Unless otherwise specifically stated in a previously -executed written purchase agreement signed by authorized representatives of Hach and Buyer, these Terms & Conditions of Sale establish the rights, obligations and remedies of Hach and Buyer which apply to this offer and any resulting order or contract for the sale of Hach's goods and/or services ("Products"). 1. APPLICABLE TERMS & CONDITIONS: These Terms & Conditions of Sale are contained directly and/or by reference in Hach's offer, order acknowledgment, and invoice documents. The first of the following acts constitutes an acceptance of Hach's offer and not a counteroffer and creates a contract of sale ("Contract") in accordance with these Terms & Conditions: (i) Buyer's issuance of a purchase order document against Hach's offer; (ii) acknowledgement of Buyer's order by Hach; or (iii) commencement of any performance by Hach pursuant to Buyer's order. Provisions contained in Buyer's purchase documents (including electronic commerce interfaces) that materially alter, add to or subtract from the provisions of these Terms & Conditions of Sale are not a part of the Contract. 2. CANCELLATION: Buyer may cancel goods orders subject to fair charges for Hach's expenses including handling, inspection, restocking, freight and invoicing charges as applicable, provided that Buyer returns such goods to Hach at Buyer's expense within 30 days of delivery and in the same condition as received. Buyer may cancel service orders on ninety (90) day's prior written notice and refunds will be prorated based on the duration of the service plan. Inspections and re -instatement fees may apply upon cancellation or expiration of service programs. Seller may cancel all or part of any order prior to delivery without liability if the order includes any Products that Seller determines may not comply with export, safety, local certification, or other applicable compliance requirements. 3. DELIVERY: Delivery will be accomplished FCA Hach's facility located in Ames, Iowa or Loveland, Colorado, United States (Incoterms 2010). Legal title and risk of loss or damage pass to Buyer upon transfer to the first carrier. Hach will use commercially reasonable efforts to deliver the Products ordered herein within the time specified on the face of this Contract or, if no time is specified, within Hach's normal lead-time necessary for Hach to deliver the Products sold hereunder. Upon prior agreement with Buyer and for an additional charge, Hach will deliver the Products on an expedited basis. Standard service delivery hours are 8 am — 5 pm Monday through Friday, excluding holidays. 4. INSPECTION: Buyer will promptly inspect and accept any Products delivered pursuant to this Contract after receipt of such Products. In the event the Products do not conform to any applicable specifications, Buyer will promptly notify Hach of such nonconformance in writing. Hach will have a reasonable opportunity to repair or replace the nonconforming product at its option. Buyer will be deemed to have accepted any Products delivered hereunder and to have waived any such nonconformance in the event such a written notification is not received by Hach within thirty (30) days of delivery. 5. PRICES & ORDER SIZES: All prices are in U.S. dollars and are based on delivery as stated above. Prices do not include any charges for services such as insurance; brokerage fees; sales, use, inventory or excise taxes; import or export duties; special financing fees; VAT, income or royalty taxes imposed outside the U.S.; consular fees; special permits or licenses; or other charges imposed upon the production, sale, distribution, or delivery of Products. Buyer will either pay any and all such charges or provide Hach with acceptable exemption certificates, which obligation survives performance under this Contract. Hach reserves the right to establish minimum order sizes and will advise Buyer accordingly. 6. PAYMENTS: All payments must be made in U.S. dollars. For Internet orders, the purchase price is due at the time and manner set forth at www.hach.com. Invoices for all other orders are due and payable NET 30 DAYS from date of the invoice without regard to delays for inspection or transportation, with payments to be made by check to Hach at the above address or by wire transfer to the account stated on the front of Hach's invoice, or for customers with no established credit, Hach may require cash or credit card payment in advance of delivery. In the event payments are not made or not made in a timely manner, Hach may, in addition to all other remedies provided at law, either: (a) declare Buyer's performance in breach and terminate this Contract for default; (b) withhold future shipments until delinquent payments are made; (c) deliver future shipments on a cash -with - order or cash -in -advance basis even after the delinquency is cured; (d) charge interest on the delinquency at a rate of 1-1/2% per month or the maximum rate permitted by law, if lower, for each month or part thereof of delinquency in payment plus applicable storage charges and/or inventory carrying charges; (e) repossess the Products for which payment has not been made; (f) recover all costs of collection including reasonable attorney's fees; or (g) combine any of the above rights and remedies as is practicable and permitted by law. Buyer is prohibited from setting off any and all monies owed under this from any other sums, whether liquidated or not, that are or may be due Buyer, which arise out of a different transaction with Hach or any of its affiliates. Should Buyer's financial responsibility become unsatisfactory to Hach in its reasonable discretion, Hach may require cash payment or other security. If Buyer fails to meet these requirements, Hach may treat such failure as reasonable grounds for repudiation of this Contract, in which case reasonable cancellation charges shall be due Hach. Buyer grants Hach a security interest in the Products to secure payment in full, which payment releases the security interest but only if such payments could not be considered an avoidable transfer under the U.S. Bankruptcy Code or other applicable laws. Buyer's insolvency, bankruptcy, assignment for the benefit of creditors, or dissolution or termination of the existence of Buyer, constitutes a default under this Contract and affords Hach all the remedies of a secured party under the U.C.C., as well as the remedies stated above for late payment or non-payment. See 520 for further wire transfer requirements. 7. LIMITED WARRANTY: Hach warrants that Products sold hereunder will be free from defects in material and workmanship and will, when used in accordance with the manufacturer's operating and maintenance instructions, conform to any express written warranty pertaining to the specific goods purchased, which for most Hach instruments is for a period of twelve (12) months from delivery. Hach warrants that services furnished hereunder will be free from defects in workmanship for a period of ninety (90) days from the completion of the services. Parts provided by Hach in the performance of services may be new or refurbished parts functioning equivalent to new parts. Any non-functioning parts that are repaired by Hach shall become the property of Hach. No warranties are extended to consumable items such as, without limitation, reagents, batteries, mercury cells, and light bulbs. All other guarantees, warranties, conditions and representations, either express or implied, whether arising under any statute, law, commercial usage or otherwise, including implied warranties of merchantability and fitness for a particular purpose, are hereby excluded. The sole remedy for Products not meeting this Limited Warranty is replacement, credit or refund of the purchase price. This remedy will not be deemed to have failed of its essential purpose so long as Hach is willing to provide such replacement, credit or refund. 8. INDEMNIFICATION: Indemnification applies to a party and to such party's successors -in -interest, assignees, affiliates, directors, officers, and employees ("Indemnified Parties"). Hach is responsible for and will defend, indemnify and hold harmless the Buyer Indemnified Parties against all losses, claims, expenses or damages which may result from accident, injury, damage, or death due to Hach's breach of the Limited Warranty. Buyer is responsible for and will defend, indemnify and hold harmless the Hach Indemnified Parties against all losses, claims, expenses or damages which may result from accident, injury, damage, or death due to negligence, misuse or misapplication of any goods or services, violations of law, or the breach of any provision of this Contract by the Buyer, its affiliates, or those employed by, controlled by or in privity with them. Buyer's workers' compensation immunity, if any, does not preclude or limit its indemnification obligations. 9. PATENT PROTECTION: Subject to all limitations of liability provided herein, Hach will, with respect to any Products of Hach's design or manufacture, indemnify Buyer from any and all damages and costs as finally determined by a court of competent jurisdiction in any suit for infringement of any U.S. patent (or European patent for Products that Hach sells to Buyer for end use in a member state of the E.U.) that has issued as of the delivery date, solely by reason of the sale or normal use of any Products sold to Buyer hereunder and from reasonable expenses incurred by Buyer in defense of such suit if Hach does not undertake the defense thereof, provided that Buyer promptly notifies TERMS AND CONDITIONS OF SALE FOR HACH@ PRODUCTS Hach of such suit and offers Hach either (i) full and exclusive control of the defense of such suit when Products of Hach only are involved, or (ii) the right to participate in the defense of such suit when products other than those of Hach are also involved. Hach's warranty as to use patents only applies to infringement arising solely out of the inherent operation of the Products according to their applications as envisioned by Hach's specifications. In case the Products are in such suit held to constitute infringement and the use of the Products is enjoined, Hach will, at its own expense and at its option, either procure for Buyer the right to continue using such Products or replace them with non -infringing products, or modify them so they become non -infringing, or remove the Products and refund the purchase price (prorated for depreciation) and the transportation costs thereof. The foregoing states the entire liability of Hach for patent infringement by the Products. Further, to the same extent as set forth in Hach's above obligation to Buyer, Buyer agrees to defend, indemnify and hold harmless Hach for patent infringement related to (x) any goods manufactured to the Buyer's design, (y) services provided in accordance with the Buyer's instructions, or (z) Hach's Products when used in combination with any other devices, parts or software not provided by Hach hereunder. 10. TRADEMARKS AND OTHER LABELS: Buyer agrees not to remove or alter any indicia of manufacturing origin or patent numbers contained on or within the Products, including without limitation the serial numbers or trademarks on nameplates or cast, molded or machined components. 11. SOFTWARE AND DATA. All licenses to Hach's separately -provided software products are subject to the separate software license agreement(s) accompanying the software media and/or included as an Appendix to these Terms & Conditions of Sale. Except to the extent such express licenses conflict with the remainder of this paragraph, the following also applies relative to Hach's software: Hach grants Buyer only a personal, non-exclusive license to access and use the software provided by Hach with Products purchased hereunder solely as necessary for Buyer to enjoy the benefit of the Products. A portion of the software may contain or consist of open source software, which Buyer may use under the terms and conditions of the specific license under which the open source software is distributed. Buyer agrees that it will be bound by all such license agreements. Title to software remains with the applicable licensor(s). In connection with Buyer's use of Products, Hach may obtain, receive, or collect data or information, including data produced by the Products. In such cases, Buyer grants Hach a non-exclusive, worldwide, royalty -free, perpetual, non -revocable license to use, compile, distribute, display, store, process, reproduce, or create derivative works of such data, or to aggregate such data for use in an anonymous manner, solely to facilitate marketing, sales and R&D activities of Hach and its affiliates. 12. PROPRIETARY INFORMATION; PRIVACY: "Proprietary Information" means any information, technical data or know-how in whatever form, whether documented, contained in machine readable or physical components, mask works or artwork, or otherwise, which Hach considers proprietary, including but not limited to service and maintenance manuals. Buyer and its customers, employees and agents will keep confidential all such Proprietary Information obtained directly or indirectly from Hach and will not transfer or disclose it without Hach's prior written consent, or use it for the manufacture, procurement, servicing or calibration of Products or any similar products, or cause such products to be manufactured, serviced or calibrated by or procured from any other source, or reproduce or otherwise appropriate it. All such Proprietary Information remains Hach's property. No right or license is granted to Buyer or its customers, employees or agents, expressly or by implication, with respect to the Proprietary Information or any patent right or other proprietary right of Hach, except for the limited use licenses implied by law. Hach will manage Customer's information and personal data in accordance with its Privacy Policy, located at http://www.hach.com/privacypolicy. 13. CHANGES AND ADDITIONAL CHARGES: Hach reserves the right to make design changes or improvements to any products of the same general class as Products being delivered hereunder without liability or obligation to incorporate such changes or improvements to Products ordered by Buyer unless agreed upon in writing before the Products' delivery date. Services which must be performed as a result of any of the following conditions are subject to additional charges for labor, travel and parts: (a) equipment alterations not authorized in writing by Hach; (b) damage resulting from improper use or handling, accident, neglect, power surge, or operation in an environment or manner in which the instrument is not designed to operate or v. 2019-03-22 is not in accordance with Hach's operating manuals; (c) the use of parts or accessories not provided by Hach; (d) damage resulting from acts of war, terrorism or nature; (e) services outside standard business hours; (f) site prework not complete per proposal; or (g) any repairs required to ensure equipment meets manufacturer's specifications upon activation of a service agreement. 14. SITE ACCESS / PREPARATION / WORKER SAFETY / ENVIRONMENTAL COMPLIANCE: In connection with services provided by Hach, Buyer agrees to permit prompt access to equipment. Buyer assumes full responsibility to back- up or otherwise protect its data against loss, damage or destruction before services are performed. Buyer is the operator and in full control of its premises, including those areas where Hach employees or contractors are performing service, repair and maintenance activities. Buyer will ensure that all necessary measures are taken for safety and security of working conditions, sites and installations during the performance of services. Buyer is the generator of any resulting wastes, including without limitation hazardous wastes. Buyer is solely responsible to arrange for the disposal of any wastes at its own expense. Buyer will, at its own expense, provide Hach employees and contractors working on Buyer's premises with all information and training required under applicable safety compliance regulations and Buyer's policies. If the instrument to be serviced is in a Confined Space, as thatterm is defined under OSHA regulations, Buyer is solely responsible to make it available to be serviced in an unconfined space. Hach service technicians will not work in Confined Spaces. In the event that a Buyer requires Hach employees or contractors to attend safety or compliance training programs provided by Buyer, Buyer will pay Hach the standard hourly rate and expense reimbursement for such training attended. The attendance at or completion of such training does not create or expand any warranty or obligation of Hach and does not serve to alter, amend, limit or supersede any part of this Contract. 15. LIMITATIONS ON USE: Buyer will not use any Products for any purpose other than those identified in Hach's catalogs and literature as intended uses. Unless Hach has advised the Buyer in writing, in no event will Buyer use any Products in drugs, food additives, food or cosmetics, or medical applications for humans or animals. In no event will Buyer use in any application any Product that requires FDA 510(k) clearance unless and only to the extent the Product has such clearance. Buyer will not sell, transfer, export or re-export any Hach Products or technology for use in activities which involve the design, development, production, use or stockpiling of nuclear, chemical or biological weapons or missiles, nor use Hach Products or technology in any facility which engages in activities relating to such weapons. Unless the "ship -to" address is in California, U.S.A., the Products are not intended for sale in California and may lack markings required by California Proposition 65; accordingly, unless Buyer has ordered Products specifying a California ship -to address, Buyer will not sell or deliver any Hach Products for use in California. Any warranty granted by Hach is void if any goods covered by such warranty are used for any purpose not permitted hereunder. 16. EXPORT AND IMPORT LICENSES AND COMPLIANCE WITH LAWS: Unless otherwise specified in this Contract, Buyer is responsible for obtaining any required export or import licenses. Buyer will comply with all laws and regulations applicable to the installation or use of all Products, including applicable import and export control laws and regulations of the U.S., E.U. and any other country having proper jurisdiction, and will obtain all necessary export licenses in connection with any subsequent export, re-export, transfer and use of all Products and technology delivered hereunder. Buyer will comply with all local, national, and other laws of all jurisdictions globally relating to anti -corruption, bribery, extortion, kickbacks, or similar matters which are applicable to Buyer's business activities in connection with this Contract, including but not limited to the U.S. Foreign Corrupt Practices Act of 1977, as amended (the "FCPA"). Buyer agrees that no payment of money or provision of anything of value will be offered, promised, paid or transferred, directly or indirectly, by any person or entity, to any government official, government employee, or employee of any company owned in part by a government, political party, political party official, or candidate for any government office or political party office to induce such organizations or persons to use their authority or influence to obtain or retain an improper business advantage for Buyer or for Hach, or which otherwise constitute or have the purpose or effect of public or commercial bribery, acceptance of or acquiescence in extortion, kickbacks or other unlawful or improper means of obtaining business or any improper advantage, with respect to any of Buyer's activities related to this Contract. Hach asks Buyer to "Speak Up!" if aware of any violation of law, TERMS AND CONDITIONS OF SALE FOR HACH@ PRODUCTS regulation or our Standards of Conduct ("SOC") in relation to this Contract. See http://danaher.com/integrity-and-compliance and www.danaherintegrity.com for a copy of the SOC and for access to our Helpline portal. 17. RELATIONSHIP OF PARTIES: Buyer is not an agent or representative of Hach and will not present itself as such under any circumstances unless and to the extent it has been formally screened by Hach's compliance department and received a separate duly -authorized letter from Hach setting forth the scope and limitations of such authorization. 18. FORCE MAJEURE: Hach is excused from performance of its obligations under this Contract to the extent caused by acts or omissions that are beyond its control of, including but not limited to Government embargoes, blockages, seizures or freeze of assets, delays or refusals to grant an export or import license or the suspension or revocation thereof, or any other acts of any Government; fires, floods, severe weather conditions, or any other acts of God; quarantines; labor strikes or lockouts; riots; strife; insurrections; civil disobedience or acts of criminals or terrorists; war; material shortages or delays in deliveries to Hach by third parties. In the event of the existence of any force majeure circumstances, the period of time for delivery, payment terms and payments under any letters of credit will be extended for a period of time equal to the period of delay. If the force majeure circumstances extend for six months, Hach may, at its option, terminate this Contract without penalty and without being deemed in default or in breach thereof. 19. NON ASSIGNMENT AND WAIVER: Buyer will not transfer or assign this Contract or any rights or interests hereunder without Hach's prior written consent. Failure of either party to insist upon strict performance of any provision of this Contract, or to exercise any right or privilege contained herein, or the waiver of any breach of the terms or conditions of this Contract will not be construed as thereafter waiving any such terms, conditions, rights, or privileges, and the same will continue and remain in force and effect as if no waiver had occurred. 20. WIRE TRANSFERS: Buyer and Hach both recognize that there is a risk of wire fraud when individuals impersonating a business demand immediate payment under new wire transfer instructions. To avoid this risk, Buyer must verbally confirm any new or changed wire transfer instructions by calling Hach at +1-970-663-1377 and speaking with Hach's Credit Manager before transferring any monies using the newwire instructions. Both parties agree that they will not institute wire transfer instruction changes and require immediate payment under the new instructions but will instead provide a ten (10) day grace period to verify any wire transfer instruction changes before any outstanding payments are due using the new instructions. 21. LIMITATION OF LIABILITY: None of the Hach Indemnified Parties will be liable to Buyer under any circumstances for any special, treble, incidental or consequential damages, including without limitation, damage to or loss of property other than for the Products purchased hereunder; damages incurred in installation, repair or replacement, lost profits, revenue or opportunity, loss of use; losses resulting from or related to downtime of the products or inaccurate measurements or reporting; the cost of substitute products; or claims of Buyer's customers for such damages, howsoever caused, and whether based on warranty, contract, and/or tort (including negligence, strict liability or otherwise). The total liability of the Hach Indemnified Parties arising out of the performance or nonperformance hereunder or Hach's obligations in connection with the design, manufacture, sale, delivery, and/or use of Products will in no circumstance exceed in the aggregate a sum equal to twice the amount actually paid to Hach for Products delivered hereunder. 22. APPLICABLE LAW AND DISPUTE RESOLUTION: The construction, interpretation and performance hereof and all transactions hereunder shall be governed by the laws of the State of Colorado, without regard to its principles or laws regarding conflicts of laws. If any provision of this Contract violates any Federal, State or local statutes or regulations of any countries having jurisdiction of this transaction, or is illegal for any reason, said provision shall be self -deleting without affecting the validity of the remaining provisions. Unless otherwise specifically agreed upon in writing between Hach and Buyer, any dispute relating to this Contract which is not resolved by the parties shall be adjudicated in order of preference by a court of competent jurisdiction (i) in the State of Colorado, U.S.A. if Buyer has minimum contacts with Colorado and the U.S., (ii) elsewhere in the U.S. if Buyer has minimum contacts with the v. 2019-03-22 U.S. but not Colorado, or (iii) in a neutral location if Buyer does not have minimum contacts with the United States. 23. ENTIRE AGREEMENT & MODIFICATION: These Terms & Conditions of Sale constitute the entire agreement between the parties and supersede any prior agreements or representations, whether oral or written. No change to or modification of these Terms & Conditions shall be binding upon Hach unless in a written instrument specifically referencing that it is amending these Terms & Conditions of Sale and signed by an authorized representative of Hach. Hach rejects any additional or inconsistent Terms & Conditions of Sale offered by Buyer at any time, whether or not such terms or conditions materially alter the Terms & Conditions herein and irrespective of Hach's acceptance of Buyer's order for the described goods and services. 24. APPENDICES: If checked, the following Appendices are attached hereto and incorporated by reference into these Terms & Conditions of Sale: ❑ CLAROS SOFTWARE AS A SERVICE SUBSCRIPTION AGREEMENT Ixafra�weru & Supp1,� Ix� P.O. Box 1679, Hot Springs, AR 71902 141 Technic Circle (71901) Phone: 501-262-3282 Fax: 501-262-4847 www.isiequip.com May 9, 2019 TO: City of Fayetteville, AR Project: Teledyne ISCO Sampler Quote Quote #: 0519-06-0901 Dear Nicholas, Please review and let me know if this meets you needs, or if I can be of any further service. SCOPE OF QUOTATION INSTRUMENT & SUPPLY, INC. IS PLEASED TO OFFER THE FOLLOWING EQUIPMENT: Three (3) Teledyne ISCO 5800 Refrigerated Samplers, includes: • Controller, top cover, center section, base, distributor arm, two pump tubes, instruction manual, pocket guide. $5,911.00 x 3 = $17,733.00 • Bottle Configuration Kit for single 20 Liter PE Bottle. Includes one PE bottle, 2 bottle caps, and two tubes. One (1) Pump Tubing Pack of 25. Three (3) PP Weighted Strainers. $205.00 x 3 = $615.00 $508.00 $80.00 x 3 = $240.00 One (1) 5800 refrigerated sampler multipurpose cable with 16 unterminated leads, 10 ft. (3 m). Includes instruction sheet. $107.00 x 2 = $214.00 Freight is $370 per unit to Paul R Noland WRRF, 1400 N. Fox Hunter Rd., Fayetteville, AR 72701. Delivery of all equipment is 4-6 weeks ARO. Applicable Sales Taxes and installation must be added. One (1) day of installation supervision can be provided for $1,250.00. We will not enter a confined space. Let me know if you have questions or concerns. 1 of 2 Thank you for the opportunity. Specific Terms and Conditions: • Freight and taxes are NOT included to job site for all items. • Terms are 30 days net, due upon shipment. If you have any questions, please do not hesitate to contact me at the office number above, at the following cell phone number 501-622-0479, or email me at cenloe(a)isiequip.com . Yours truly, Chris Enloe Vice President -Operations 2 of 2 From: NCLABS To: Kina. Nicholas/FAY Subject: [EXTERNAL] Refrigerated Sampler Date: Thursday, April 25, 2019 3:44:07 PM Attachments: image003.png To: Fayetteville Account #: 15169 Good afternoon Ashley/Nicholas, Thank You for your inquiry. Unfortunately, NCL does not offer refrigerated samplers. However, we can make the suggestion on where to source one for the best price. Teledyne ISCO is the main manufacturer of these units and you are able to purchase directly from them. I have listed their contact information below as well as a link to their website. If you purchase from elsewhere, you will pay the middle man mark up. Teledyne ISCO 4700 Superior St. Lincoln, NE 68504 USA Phone: (800) 228-4373 or (402) 464-0231 Fax: (402) 465-3022 Website Link: https://www.teledyneisco.com/en-us/water-and-wastewater If you have any questions, please reply to this email. Thank you for your consideration. Best Regards, Paul NCL of Wisconsin, Inc. 1114 nclabs.com P.O. Box 8, Birnamwood, WI 54414 AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And HAWKINS-WEIR ENGINEERS, INC. Fire Protection Improvements: A study and report evaluating potiential fire protection improvements within the corporate limits of the City of Fayetteville. THIS AGREEMENT is made as of , 20_, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and Hawkins -Weir Engineers, Inc. with offices located in Fayetteville, Arkansas; Van Buren Arkansas; Fort Smith Arkansas and Little Rock Arkansas (hereinafter called ENGINEER). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the evaluation, planning, 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. If Construction Phase Services are to be provided by ENGINEER under this Agreement, the construction shall be executed under the observation of a professional engineer registered in the State of Arkansas in accordance with Arkansas Code Amended §22-9-101. Professional—Services—Utilities Rev. 050619 A-1 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 from CITY OF FAYETTEVILLE to ENGINEER 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 design services in connection with the Project as hereinafter stated. 2.1.1 The Scope of Services to be furnished by ENGINEER during this 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. 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 ENGINNER's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. Professional Services Utilities Rev 050619.docx A-2 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, cost opinions, Bid Documents, Drawings, proposals, and other documents presented by ENGINEER and render in writing decisions pertaining thereto. 3.1.5 The Utilities Director is the CITY OF FAYETTEVILLE's project representative with respect to the services to be performed under this Agreement. Such person shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 3.1.6 CITY OF FAYETTEVILLE 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. 4.3 ENGINEER shall provide a schedule of its services and include such schedule with the scope in Appendix A. Professional—Services—Utilities Rev 050619.docx A-3 SECTION 5 - PAYMENTS TO ENGINEER 5.1 The maximum not -to -exceed amount authorized for the Basic Services of the Engineer (as defined by Section 2 of this Agreement) is $134,220.00. The maximum not -to -exceed amount authorized for Reimbursable Expenses is $500.00. Reimbursable Expenses shall be limited to reproduction and printing costs. 5.2 The CITY OF FAYETTEVILLE shall compensate ENGINEER based upon a unit price or lump sum basis as described in Appendix A. 5.2.1 The maximum not -to -exceed amount authorized for this Agreement is based upon the estimated fee scope, hours, costs and expenses per phase. The estimated fee spreadsheets shall be included in Appendix A. The amount for any phase may be more or less than the estimate, however the maximum not -to -exceed amount shall not be exceeded without a formal contract amendment. 5.3 Statements 5.3.1 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE 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 ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated project schedule. Final payment for professional services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the professional engineering services. 5.4 Payments 5.4.1 All statements are payable upon receipt and generally 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 Professional—Services—Utilities Rev 050619.docx A-4 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. 5.5 Final Payment 5.5.1 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 ENGINEER's 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: Professional Services Utilities Rev 050619.docx A-5 6.1.2 6.2 6.2.1 Type of Coverage Workers' Compensation Employers' Liability Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage Professional Liability Insurance Limits of Liability Statutory $500,000 Each Accident $1,000,000 Combined Single Limit $1,000,000 Combined Single Limit $1,000,000 Each Claim 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. 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. Professional Responsibility 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 Standards, Arkansas State Law and the Rules and regulations of the Arkansas Board of Licensure For Professional Engineers and Professional Surveyors. 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 consequent of such defect. ENGINEER agrees not to seek or accept any compensation or reimbursements from the CITY OF FAYETTEVILLE for engineering work it performs to correct any errors, omissions or other deficiencies caused by ENGINEER's failure to meet customarily accepted professional engineering Professional—Services—Utilities Rev 050619.docx A-6 practices. CITY OF FAYETTEVILLE retains all other remedies to recover for its damages caused by any negligence of ENGINEER. 6.2.2 In addition ENGINEER will be responsible to CITY OF FAYETTEVILLE for damages caused by its negligent conduct during its activities at the Project Site to the extent covered by ENGINEER's Commercial General Liability and Automobile Liability Insurance policies. 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. Professional Services Utilities Rev 050619.docx A-7 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 effected unless the other party is given: 6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.1.2 An opportunity for consultation with the terminating parry prior to termination. 6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that ENGINEER is given: 6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.2.2 An opportunity for consultation with the terminating parry prior to termination. 6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default. 6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to ENGINEER for services rendered and expenses incurred prior to the termination, in addition to termination Professional—Services—Utilities Rev 050619.docx F.W-i settlement costs reasonably incurred by ENGINEER relating to commitments which had become firm prior to the termination. 6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER shall: 6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise), 6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by ENGINEER in performing this Agreement, whether completed or in process. 6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may take over the work and may award another parry 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. 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. Professional Services Utilities Rev 050619.docx A-9 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 Professional Services Utilities Rev 050619.docx A-10 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 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, disks of CADD drawings and cross sections, estimates, specification field notes, and Professional Services Utilities Rev 050619.docx A-11 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 documents on electronic media ("delivered documents"), as instruments of professional services. 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 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 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 Fayetteville, AR 72701 Professional—Services—Utilities Rev 050619.docx A— 12 ENGINEER's address: 438 East Millsap Road, Suite 107 Fayetteville, AR 72703 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 or any Federal or State Agency'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 Professional Services Utilities Rev 050619.docx W. 91 adequacy of the work. Neither CITY OF FAYETTEVILLE's nor any Federal or State Agency'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, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. 7.3 Audit: Access to Records 7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. ENGINEER shall also maintain the financial information and data used by ENGINEER in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of Professional—Services—Utilities Rev 050619.docx A— 14 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 Professional Services Utilities Rev 050619.docx A-15 commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by ENGINEER for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 7.5 Gratuities 7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of ENGINEER's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to ENGINEER terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in the event of a breach of the Agreement by ENGINEER. As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs ENGINEER incurs in providing any such gratuities to any such officer or employee. Professional—Services—Utilities Rev 050619.docx /M[ol 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. 7.6.2 Pursuant to Arkansas Code Ann. § 25-19-105(b)(20), the personal information of CITY OF FAYETTEVILLE water system customers must be treated as confidential information and shall not be made available for inspection except by ENGINEER's employees as required to fulfill the terms of this Agreement. Upon completion of ENGINEER's contractual duties and after approval of ENGINEER's documents, the ENGINEER agrees to destroy or return to CITY OF FAYETTEVILLE any copies of records containing information about CITY OF FAYETTEVILLE water system customers. Professional Services Utilities Rev 050619.docx A-17 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 By: Mayor, Lioneld Jordan ATTEST: By: City Clerk HAWKINS-WEIR ENGINEERS, INC. ' By: nj-Ul 6 - C Brett D. Peters, P.E. Title: President & CEO END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Professional—Services—Utilities Rev 050619.docx A— 18 Appendix A Scope of Services Fire Protection Improvements �_ City of Fayetteville, Arkansas HW Project No. 2019007 CITY OF FAYETTEVILLE May 2, 2019 ARKANSAS Task Description A. Study and Report Phase 1. Participate in a project kickoff meeting with the Owner 2. Review fire flow requirements based on Arkansas Fire Prevention Code, latest edition, requirements as they relate to specific property zoning areas 3. Review the existing City of Fayetteville hydraulic model of the water distribution system 4. Review existing capital improvement plans (CIP) and proposed water master plan improvements 5. Based on the fire flow analysis and the hydraulic model developed as part of the 2017 Water Master Plan Update, develop a list of proposed improvements to increase fire flow capacity to areas that do not meet fire flow requirements within the designated pressure planes a. Model proposed fire protection improvements in portions of the Primary, South Mountain, Gulley, and Mount Sequoyah pressure planes within the corporate limits of the City of Fayetteville b. Compare proposed fire protection improvements to existing CIP and proposed water master plan improvements and note any redundant improvements from the list of proposed fire protection improvements c. Prepare a conceptual cost estimate based on linear foot pricing for each proposed fire protection improvement d. Develop a prioritized list of the proposed fire protection improvements based on metrics developed in conjunction with City Staff e. Develop schematic exhibits of the proposed fire protection improvements 6. Analyze existing fire hydrant spacing and identify areas lacking sufficient fire hydrant coverage based on the Arkansas Fire Prevention Code and the City of Fayetteville's design standards a. Perform the hydrant spacing and coverage analysis on the entire water distribution system within the corporate limits of the City of Fayetteville b. Develop an exhibit that identifies areas that lack sufficient fire hydrant coverage but has the infrastructure to support fire protection c. Develop an exhibit that identifies areas that lack the infrastructure (< 6 -inch diameter water lines) to support fire protection improvements 7. Conduct a workshop with City of Fayetteville Utilities staff to review proposed fire protection improvements and areas that lack adequate fire protection infrastructure a. Assist the Utilities Engineer with the water system model b. Discuss areas that lack sufficient infrastructure to support fire protection improvements and coordinate with City Staff to develop a list of those areas in need of additional modeling 8. Prepare a draft Report and submit it to the Owner for review and comment a. Perform QA/QC review of the draft Report b. Participate in a draft Report review meeting with the Owner c. Revise the draft Report based on comments provided by the City of Fayetteville Utilities staff 9. Prepare and submit two (2) hard copies and one (1) electronic copy of the final Report sealed by a Professional Engineer licensed in the State of Arkansas 2019007\Appendix A Scope of Services 050219.docx Page 1 of 2 B. Supplemental Hydraulic Modeling Model fire protection improvements in areas selected during Task A.7.b lacking infrastructure capable of supporting fire protection improvements a. Prepare a conceptual cost estimate based on linear foot pricing for each proposed fire protection improvement b. Develop a prioritized list of the proposed fire protection improvements based on metrics developed in conjunction with City Staff c. Develop exhibits of the proposed fire protection improvements Exclusions to the Scope of Services: The services provided by Hawkins -Weir do not include the preparation of the following: 1. Fire flow improvement modeling in the Township, Round Mountain, and Goshen pressure planes 2. Fire flow improvement modeling outside of the corporate city limits 3. Hydraulic model calibration 4. Design phase services 2019007\Appendix A Scope of Services 050219.docx Page 2 of 2 City of Fayetteville, Arkansas ' Fire Protection Improvements HW Project No. 2019007 May 2, 2019 A. Study and Report Phase Task 1. Participate in a project kickoff meeting with the Owner 2. Review fire flow requirements based on Arkansas Fire Prevention Code, latest edition, requirements as they relate to specific property zoning areas 3. Review the existing City of Fayetteville hydraulic model of the water distribution system 4. Review existing capital improvement plans (CIP) and proposed water master plan improvements 5. Based on the fire flow analysis and the hydraulic model developed as part of the 2017 Water Master Plan Update, develop a list of proposed improvements to increase fire flow capacity to areas that do not meet fire flow requirements within the designated pressure planes a) Model proposed fire protection improvements in portions of the Primary, South Mountain, Gulley, and Mount Sequoyah pressure planes within the corporate limits of the City of Fayetteville b) Compare proposed fire protection improvements to existing CIP and proposed water master plan improvements and note any redundant improvements from the list of proposed fire protection improvements c) Prepare a conceptual cost estimate based on linear foot pricing for each proposed fire protection improvement d) Develop a prioritized list of the proposed fire protection improvements based on metrics developed in conjunction with City Staff e) Develop schematic exhibits of the proposed fire protection improvements 6. Analyze existing fire hydrant spacing and identify areas lacking sufficient fire hydrant coverage based on the Arkansas Fire Prevention Code and the City of Fayetteville's design standards a) Perform the hydrant spacing and coverage analysis on the entire water distribution system within the corporate limits of the City of Fayetteville b) Develop an exhibit that identifies areas that lack sufficient fire hydrant coverage but has the infrastructure to support fire protection c) Develop an exhibit that identifies areas that lack the infrastructure (< 6 -inch diameter water lines) to support fire protection improvements 7. Conduct a workshop with City of Fayetteville Utilities staff to review proposed fire protection improvements and areas that lack adequate fire protection infrastructure a) Assist the Utilities Engineer with the water system model b) Discuss areas that lack sufficient infrastructure to support fire protection improvements and coordinate with City Staff to develop a list of those areas in need of additional modeling 8. Prepare a draft Report and submit it to the Owner for review and comment a) Perform QA/QC review of the draft Report b) Participate in a draft Report review meeting with the Owner c) Revise the draft Report based on comments provided by the City of Fayetteville Utilities staff 9. Prepare and submit two (2) hard copies and one (1) electronic copy of the final Report sealed by a Professional Engineer licensed in the State of Arkansas TOTAL HOURS = SUBTOTAL COST = B. Supplemental Hydraulic Modeling Task 1. Model fire protection improvements in areas selected during Task A.7.b lacking infrastructure capable of supporting fire protection improvements a) Prepare a conceptual cost estimate based on linear foot pricing for each proposed fire protection improvement b) Develop a prioritized list of the proposed fire protection improvements based on metrics developed in conjunction with City Staff c) Develop exhibits of the proposed fire protection improvements TOTAL HOURS = SUBTOTAL COST = 2019007\Scope of Services and Fee Proposal - Fire Protection Improvements 050219.xlsx CITY OF FAYETTEVILLE ARKANSAS Engr VII $185 Engr IV $135 Engr I $85 Tech III $75 Tech I $55 Total Hours Total Cost 4 4 40 8 $1,280 4 8 12 $1,220 8 24 24 48 $5,280 8 8 40 16 $1,760 16 24 40 40 0 64 $6,640 $2,960 160 120 16 $0 296 $33,000 8 16 24 $2,440 8 40 48 $4,480 8 16 8 32 $4,320 16 40 80 136 $11,560 4 2 2 8 $1,180 8 8 40 56 $4,760 2 4 16 22 $1,810 2 4 16 22 $1,810 4 4 8 16 $1,960 16 16 $2,160 4 8 8 20 $2,500 8 24 40 56 128 $11,200 16 8 8 8 40 $5,320 4 8 8 20 $2,500 4 8 16 8 16 52 $4,660 4 8 12 $980 56 366 410 184 80 1,096 $10,360 $49,410 $34,850 $13,800 $4,400 -----------> $112,820 Engr VII Engr IV Engr I Tech III Tech I Total Hours Total Cost 8 40 40 88 $10,280 8 24 32 $3,120 8 8 8 24 $3,240 8 8 40 56 $4,760 16 64 80 40 0 200 $2,960 $8,640 $6,800 1 $3,000 $0 ----------- > $21,400 C. Reimbursable ses City of Fayetteville, Arkansas Fire Protection Improvements HW Project No. 2019007 May 2, 2019 I wo" CITY OF FAYETTEVILLE ARKANSAS Item I Description Total 1. Reproduction & Printing Two (2) Copies of the Report $500 Total Estimated Reimbursable Expenses 1 $500 ENGINEERING SERVICES SUMMARY A. Study and Report Phase $112,820 B. Supplemental Hydraulic Modeling $21,400 C. Reimbursable Expenses $500 Total Engineering Fee - Not to Exceed $134,720 2019007\Scope of Services and Fee Proposal - Fire Protection Improvements 050219.xlsx Engineer Standard Billing Rate Structure For Hourly Fee Based Contracts Hawkins -Weir Engineers, Inc. Effective January 1, 2019 through August 17, 2019 Engineer VII $ 185 Per Hour Engineer VI $ I65 Per Hour Engineer V $ I55 Per Hour Engineer IV $ I35 Per Hour Engineer III $ I20 Per Hour Engineer II $ I05 Per Hour Engineer I $ 85 Per Hour Engineering Technician Designer II $ 100 Per Hour Designer I $ 75 Per Hour Technician IV $ 85 Per Hour Technician III $ 75 Per Hour Technician II $ 65 Per Hour Technician I $ 55 Per Hour Field Technician - Field Inspector Resident Project Representative (RPR) Inspector II Inspector I Field Surveying GPS Survey Surveyor Administrative Business Manager Expert Witness Preparation Testimony, less than 1/2 day Testimony, per Day $ 120 Per Hour $ 75 Per Hour $ 65 Per Hour $ I75 Per Hour $ 85 Per Hour $ 85 Per Hour At Engineer's Hourly Rate $1,000 $ 2,000 Expenses Reimbursable Expenses and upcharges are determined by the Client Agreement/Contract Subconsultants/Outside Services Express Delivery, Field Supplies, Testing, Review/Filing Fees and Advertising Travel: Hotel and meals Actual Cost Vehicle* $0.58 per mile effective 1/1/I9 Reproduction: Outside printing service Actual Cost In-house printing Letter Copy - B&W $ 0.10 Per Copy Letter Copy - Color $ 0.75 Per Copy 22 x 34 Size Copy - B&W $ 3.00 Per Copy 22 x 34 Size Copy - Color $ I0.00 Per Copy 11 x 17 Size Copy - B&W $ I.50 Per Copy 1 I x 17 Size Copy - Color $ 5.00 Per Copy CD Copy $ 5.00 Per Copy Binding $ I.00 Each * To be adjusted periodically to current IRS mileage rate All Billings are due upon receipt unless prior arrangements for payment have been made. Clipnt#- 53866 HAWKWEIR ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/MY) 5/06/2019 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(les) 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER Greyling Ins. Brokerage/EPICPHONE NAME CT Trudy Henry 770.552.4225 Fax 866.550.4082 A/C,(A/C, No): 3780 Mansell Rd. Suite 370 EMAIL en re Itn ADDRESS: trud yhry@g Y g•com INSURER(S) AFFORDING COVERAGE NAIC # Alpharetta, GA 30022 INSURER A: Sentinel Insurance Company 11000 20SBWZM2676 INSURED Hawkins -Weir Engineers, Inc. P.O. Box 648 Van Buren, AR 72957 INSURER B: Hartford Ins Co Of the Midwest 37478 INSURER C INSURERD: INSURER E INSURER F: CLAIMS -MADE [:*OCCUR r_nVFRAnFs CERTIFICATE NUMBER: 18-19 REVISION NUMBER: 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. LTRR TYPE OF INSURANCE NSR WVD POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY 20SBWZM2676 11/01/2018 11/01/2019 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES Ea occurrence $1,000,000 CLAIMS -MADE [:*OCCUR MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRODUCTS-COMP/OPAGG $2,000,000 PRO- POLICY X I JECT L LOC OTHER:$ A AUTOMOBILE LIABILITY 20UEGNM6289 11/01/2018 11/01/201 EeaBcide,tINED SINGLELIMIT $1,000,000 BODILY INJURY (Per person) $ X ANY AUTO _ BODILY INJURY (Per accident) $ OWNED SCHEDULED AUTOS ONLY AUTOS X AUTOS ONLY X AUTOS ONLY PROPERTY DAMAGE $ Per accident A X UMBRELLA LIAR J�XEOCCUR 20SBWZM2676 11/01/2018 11/01/201 EACH OCCURRENCE$1 000000 AGGREGATE $1 000 000 EXCESS LIAB MS -MADE DED X RETENTION $10000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? � (Mandatory in NH) N / A 20WEGPV0830 11/01/2018 11/01/201 X SER OTH- E.L. EACH ACCIDENT $500,000 E.L. DISEASE - EA EMPLOYEE $500,000 E.L. DISEASE - POLICY LIMIT $500,000 If yes, describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Project# 2019007, Fire Protection Improvements City of Fayetteville, Arkansas is named as an Additional Insured on the above referenced liability policies with the exception of workers compensation where required by written contract. Waiver of Subrogation is applicable where required by written contract & allowed by law. uL•ici Cit Of Fayetteville, Arkansas SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Y Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 113 West Mountain Street ACCORDANCE WITH THE POLICY PROVISIONS. Fayetteville, AR 72701 AUTHORIZED REPRESENTATIVE U 9ySS-ZU9b AUUKU UUKry KAI IVN. All rlgnis reserves. ACORD 25 (2016103) 1 Of 1 The ACORD name and logo are registered marks of ACORD #S1579241/M1224801 THEN2 A� O® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 5/2/2019 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). PRODUCER BXS InsurancePHONE PO Box 251510 Little Rock AR 72225- CONTACT NAME: Amanda Palmer FAX A/C No Ext): 501-614-1571 AIC No): 501-614-1447 ADDRIESS: amanda. almer bxsi.CDm INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Navigators Insurance CDM an 42307 INSURED HAWKENG-01 Hawkins -Weir Engineers, Inc. P.O. Box 648 INSURER B: INSURER C Van Buren AR 72957 INSURER D: INSURER E : INSURER F: rnil FRAnF1 CFRTIFICATF NHMRER, 5749n5Rn9 REVISION NUMBER: 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. INSR LTR LTR TYPE OF INSURANCE ADSL S SUER _ POLICY NUMBER POLICY EFF MMIDDIYYYY CY EXP MM/DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $DA CLAIMS -MADE FlOCCUR _ PREMISESO a oNcur enc. $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRODUCTS -COMP/OPAGG $ POLICY ❑ PRO ❑ LOC JECT $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident BODILY INJURY (Per person) $ ANY AUTO BODILY INJURY (Per accident) $ OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE $ Per accident UMBRELLA LIAB HCLAIMS-MADE OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITYYIN STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ OFFICEANYPROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBEREXCLUDED7 (Mandatory in NH) N / A I E.L. DISEASE - POLICY LIMIT $ If yes, describe under DESCRIPTION OF OPERATIONS below I A Professional Liability CM18DPLO270281V 7/11/2018 7/11/2019 Each Claim Limit $1,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project# 2019007, Fire Protection Improvements rcorlcirATG unI DER CANCELLATION © 1988-2015 ACORD CORPORATION. All rlgnts reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fayetteville, Arkansas 113 West Mountain Street AUTHORIZED REPRESENTATIVE Fayetteville AR 72701 �- © 1988-2015 ACORD CORPORATION. All rlgnts reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD CARVER AMENDMENT TO AGREEMENT FOR PROFESSIONAL SERVICES City of Fayetteville, Arkansas Project No. 18048010 CONTRACT AMENDMENT NO. This Contract Amendment No. 1, dated , 2019, shall amend the original contract between the CITY OF FAYETTEVILLE and GARVER, LLC (ENGINEER), dated November 19, 2018 referred to in the following paragraphs as the original contract. This Contract Amendment No. 1 adds professional services for the: Fayetteville Highway 170 Water Relocations (ARDOT Job 04683) The original contract is hereby modified as follows: APPENDIX A — SCOPE OF SERVICES Section 2.3 Environmental Services Omit "Not Used" and add the following items as follows. For environmental services, the ENGINEER will: 1. Prepare and obtain short term activity authorization(s) (STAA) from the Arkansas Department of Environmental Quality (ADEQ). The Scope of Services assumes two stream crossings. The ENGINEER will also pay the ADEQ fees, $150 per each stream crossing for municipalities. 2. Prepare a stormwater pollution prevention plan (SWPPP). The Scope of Services assumes that surface disturbances will not exceed five acres. Accordingly, an ADEQ $200 review fee is not required, and ADEQ approval of the SWPPP is not required. The Scope of Services assumes that the environmental study area completed for the roadway improvements included the water line relocation area. THE ENGINEER will obtain approval from the US Army Corps of Engineers (USACE) to proceed under a nationwide 404 permit. The Scope of Services assumes the USACE request will be made concurrently with the roadway improvements. The Scope of Services assumes approval from the US Fish and Wildlife Services (USFWS) and Arkansas State Historic Preservation Office (SHPO) has been completed by others. The ENGINEER will include permit requirements within the construction contract documents for the water line relocations. Section 2.2 Final Design Omit "Not Used" and add the following items as follows. Contract Amendment No. 1 1 of 7 Garver Project No. 18048010 Fayetteville Water Relocations for HWY 170 (ARDOT Job 040683) CARVER 2.2.1 Final Design During the Final Design phase, the ENGINEER will: Conduct final designs to prepare construction plans and specifications, for one construction contract, including final construction details and quantities, special provisions, and opinion of probable construction cost (OPCC) with a contingency range from -10 percent to +15 percent for construction completion. The ENGINEER will determine cost sharing percentages, corresponding to the length of water line abandonment within and outside the right of way. Based upon the percentages, the ENGINEER will estimate cost sharing amounts (including construction cost, professional services, easements, and other known cost). The ENGINEER will use CITY OF FAYETTEVILLE standard front end documents, including bid information, agreement, bonds and certificates, general conditions, supplementary conditions, and general requirements. 2. Conduct a meeting with the CITY OF FAYETTEVILLE to review and discuss the final design, including a schedule through construction completion. The ENGINEER will also coordinate and confirm existing utility locations and construction requirements with known utilities electronically. Upon incorporating CITY OF FAYETTEVILLE review comments, the ENGINEER will submit and coordinate approval with the Arkansas Department of Health (ADH) and ARDOT. ENGINEER will pay the ADH review fee in the amount of $200. The Scope of Services assumes that an ARDOT Utility Permit is not required. The ENGINEER will make any needed plan changes as a result of special easement acquisition considerations, and prepare the construction documents as required to advertise for bids. 2.2.2 Property Acquisition Documents The ENGINEER will provide mapping as required for preparing easement acquisition documents for the CITY OF FAYETTEVILLE'S use in acquiring the property. Documentation will include an individual tract map with description of permanent acquisition for each property. The CITY OF FAYETTEVILLE will provide a standard easement acquisition document or as an example for use by ENGINEER. The fee for providing property acquisition documentation is based on permanent easements for no more than 20 properties. The ENGINEER will stake easements at locations requested by the CITY OF FAYETTEVILLE. The Scope of Services assumes that the CITY OF FAYETTEVILLE will use property appraisals obtained by others for the roadway improvements. Section 2.3 Bidding Services Omit "Not Used" and add the following items as follows. During the bidding phase of the project, the ENGINEER will: 1. Prepare and submit advertisement for bids to the CITY OF FAYETTEVILLE for publication by the CITY OF FAYETTEVILLE. The CITY OF FAYETTEVILLE will pay advertising costs outside of this contract. Provide construction contract documents to the CITY OF FAYETTEVILLE. The CITY OF FAYETTEVILLE will provide construction contract documents to prospective bidders. Contract Amendment No. 1 2 of 7 Garver Project No. 18048010 Fayetteville Water Relocations for HWY 170 (ARDOT Job 040683) CARVER 3. Support the contract documents by preparing addenda as appropriate. The CITY OF FAYETTEVILLE will issue addenda to prospective bidders. 4. Participate in a pre-bid meeting. 5. Attend the bid opening. 6. Evaluate bids and recommend award. The CITY OF FAYETTEVILLE will prepare the bid tabulation. 7. Prepare construction contracts for execution by the CITY OF FAYETTEVILLE and contractor. The construction contracts will include addenda, and the ENGINEER will not conform the construction documents to reflect addenda. Section 2.4 Construction Phase Services Omit "Not Used" and add the following items as follows. During the construction phase of work, ENGINEER will accomplish the following: A. Issue a Notice to Proceed letter to the Contractor and prepare and conduct a preconstruction meeting. B. Evaluate and respond to construction material submittals and shop drawings. Corrections or comments made by ENGINEER on the shop drawings during this review will not relieve Contractor from compliance with requirements of the drawings and specifications. The check will only be for review of general conformance with the design concept of the project and general compliance with the information given in the contract documents. The Contractor will be responsible for confirming and correlating all quantities and dimensions, selecting fabrication processes and techniques of construction, coordinating his work with that of all other trades, and performing his work in a safe and satisfactory manner. ENGINEER's review shall not constitute approval of safety precautions or constitute approval of construction means, methods, techniques, sequences, procedures, or assembly of various components. When certification of performance characteristics of materials, systems or equipment is required by the Contract Documents, either directly or implied for a complete and workable system, ENGINEER shall be entitled to rely upon such submittal or implied certification to establish that the materials, systems or equipment will meet the performance criteria required by the Contract Documents. C. Issue instructions to the Contractor on behalf of the CITY OF FAYETTEVILLE and issue necessary clarifications (respond to requests for information (RFIs) regarding the construction contract documents. D. Review the Contractor's progress payment requests based on the actual quantities of contract items completed and accepted, and will make a recommendation to the CITY OF FAYETTEVILLE regarding payment. ENGINEER's recommendation for payment shall not be a representation that ENGINEER has made exhaustive or continuous inspections to (1) check the quality or exact quantities of the Work; (2) to review billings from Subcontractors and material suppliers to substantiate the Contractor's right to payment; or (3) to ascertain how the Contractor has used money previously paid to the Contractor. E. Maintain a set of working drawings and prepare and furnish record drawings. F. Provide full-time resident construction observation services for the 120 -calendar -day construction contract performance time. The proposed fee is based on approximately 8 hours Contract Amendment No. 1 3 of 7 Garver Project No. 18048010 Fayetteville Water Relocations for HWY 170 (ARDOT Job 040683) CARVER per day, 5 days per week, during the construction contract performance time. If the construction time extends beyond the time established in this agreement or if the CITY OF FAYETTEVILLE wishes to increase the time or frequency of the observation, the CITY OF FAYETTEVILLE will pay ENGINEER an additional fee agreed to by the CITY OF FAYETTEVILLE and ENGINEER. If the CITY OF FAYETTEVILLE wishes to decrease the time or frequency of observation, the proposed fee will decrease accordingly. The ENGINEER will rely upon observations provided by the CITY OF FAYETTEVILLE. G. Provide up to 12 hours of survey crew time for field checking quantities and contractor's layout. The ENGINEER will not be responsible for the contractor's means and methods, and the ENGINEER will act as the CITY OF FAYETTEVILLE's representative as defined in the General Conditions section of the contract documents. H. When authorized by the CITY OF FAYETTEVILLE, prepare change orders for changes in the work from that originally provided for in the construction contract documents. If redesign or substantial engineering or surveying is required in the preparation of these change order documents, the CITY OF FAYETTEVILLE will pay ENGINEER an additional fee to be agreed upon by the CITY OF FAYETTEVILLE and ENGINEER. I. Participate in final project inspection, prepare punch list, review final project closing documents, and review and recommend final pay request. Construction observation services will be provided by ENGINEER's Resident Project Representative (RPR), who will provide or accomplish the following: A. Consult with and advise the CITY OF FAYETTEVILLE during the construction period. B. Coordinate with the firm providing construction materials quality assurance testing under separate contract with the CITY OF FAYETTEVILLE. C. Maintain a file of quantities incorporated into the work, test reports, certifications, shop drawings and submittals, and other appropriate information. D. Maintain a project diary which will contain information pertinent to each site visit. The proposed fee for Construction Phase Services is based on a 120 -calendar -day construction contract performance time. If the construction time extends beyond the time established in this agreement, and the CITY OF FAYETTEVILLE wishes ENGINEER to continue the applicable Construction Phase Services, the CITY OF FAYETTEVILLE will pay ENGINEER an additional fee agreed to by the CITY OF FAYETTEVILLE and ENGINEER. In performing construction observation services, ENGINEER will endeavor to protect the CITY OF FAYETTEVILLE against defects and deficiencies in the work of the Contractor(s); but ENGINEER cannot guarantee the performance of the Contractor(s), nor be responsible for the actual supervision of construction operations or for the safety measures that the Contractor(s) takes or should take. However, if at any time during construction ENGINEER observes that the Contractor's work does not comply with the construction contract documents, the ENGINEER will reject defective work in accordance with the general conditions section of the contract documents. Section 2.5 Project Deliverables Add the following section and items as follows. 2.5.2 Final Design Contract Amendment No. 1 4 of 7 Garver Project No. 18048010 Fayetteville Water Relocations for HWY 170 (ARDOT Job 040683) CARVER The following will be submitted to the CITY OF FAYETTEVILLE, or others as indicated by the ENGINEER. 1. One hard copy and one PDF of the draft final design (full size drawings, half size drawings, specifications, OPCC, cost sharing percentages and totals, and project schedule). 2. Electronic PDF files to ARDOT and utilities. 3. Two full size copies to the ADH. 4. Electronic PDF of the bid documents (drawings and specifications). 5. Three copies of the construction contract documents for execution by the CITY OF FAYETTEVILLE and the contractor. 6. One full size copy of the executed construction contract documents (drawings and specifications with addenda) three copies to the contractor. 7. Use of these materials for modification, extension, or expansion of this Project or on any other project, unless under the direction of ENGINEER, shall be without liability to ENGINEER and ENGINEERS's consultants. 2.5.3 Construction Phase Services The following will be submitted to the CITY OF FAYETTEVILLE, or others as indicated by the ENGINEER. 1. One full size and electronic pdf and AutoCAD file of the record drawings. Section 2.6 Extra Work Omit "2.6.1 Conceptual Design" and replace the entire list of items (numbered 1 to 15) with the list of items below (numbered 1 to 12 below). The following items are not included under this agreement but will be considered as extra work: 1. Redesign for the CITY OF FAYETTEVILLE's convenience or due to changed conditions after previous alternate direction and/or approval. 2. Submittals or deliverables in addition to those listed herein. 3. Geotechnical services. 4. Utility design beyond CITY OF FAYETTEVILLE owned water facilities. 5. Abstractor Record Research. 6. Arkansas Utility Protection Services (ARKUPS) utility marking. 7. Construction materials testing. 8. Property and topographic surveys, beyond verification of existing water lines. 9. Environmental Handling and Documentation, including wetlands identification or mitigation plans or other work related to environmentally or historically (culturally) significant items. 10. Services after construction, such as warranty follow-up, operations support, etc. 11. Hydraulic modeling. 12. Start-up or operational assistance. Extra Work will be as directed by the CITY OF FAYETTEVILLE in writing for an additional fee as agreed upon by the CITY OF FAYETTEVILLE and ENGINEER. Contract Amendment No. 1 5 of 7 Garver Project No. 18048010 Fayetteville Water Relocations for HWY 170 (ARDOT Job 040683) CARVER Section 2.7 Schedule Add the following section as follows. 2.7.2 Final Design ENGINEER shall begin work under this Agreement within ten (10) days of a Notice to Proceed and shall complete the work in accordance with the schedule below: Phase Description Calendar Days Draft Final Design 45 days from start Final Design Property Acquisition Documents Section 3.0 Payment 14 days from draft final design workshop and receipt of review comments 30 days from draft final design workshop and receipt of review comments Contract Amendment No. 1 adds $246,475 to the fee. Add the table below, and replace "The total amount paid to ENGINEER under this agreement is estimated to be $19,500" with "The total amount paid to the ENGINEER is estimated to be $19,500 for work under the original agreement plus an estimated amount of $246,475 for Contract Amendment No. 1. Contract Amendment No. 1 WORK DESCRIPTION FEE AMOUNT FEE TYPE Property Acquisition Documents $40,000 Hourly Rate + Expenses Environmental Services $4,000 Final Design $52,200 BiddingServices $5,000 Construction Services $145,275 ADDITIONAL TOTAL FEE $246,475 Contract Amendment No. 1 6 of 7 Garver Project No. 18048010 Fayetteville Water Relocations for HWY 170 (ARDOT Job 040683) CARVER This Amendment may be executed in two (2) or more counterparts each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and ENGINEER have executed this Amendment effective as of the date last written below. CITY OF FAYETTEVILLE, ARKANSAS GARVER, LLC By: By: Signature Signature Name: Lioneld Jordan Name: Joe Dollerschell Printed Name Printed Name Title: Mayor Title: Vice President Date: Date: 05/07/2019 Attest: Attest: City Clerk, Sondra Smith Senior Project Manager, Chris Buntin Contract Amendment No. 1 Fayetteville Water Relocations for HWY 170 (ARDOT Job 040683) 7 of 7 Garver Project No. 18048010 1 of 3 Garver No. 18048010 CITY OF FAYETTEVILLE Am ARDOT JOB # 040683 Highway 170 Water Relocations (Farmington) (South) Washington County 30% Conceptual Design Submittal February, 2019 Item Description Unit Quantity Unit Price Amount W1 Erosion Control LS 1 $10,000.00 $10,000.00 W2 Traffic Control LS 1 $10,000.00 $10,000.00 W3 Mobilization LS 1 $10,000.00 $10,000.00 W4 Trench Excavation Safety LS 1 $5,000.00 $5,000.00 W5 Construction Staking LS 1 $10,000.00 $10,000.00 W6 Bonds and Insurance LS 1 $20,000.00 $20,000.00 W7 Site Restoration LS 1 $75,000.00 $75,000.00 W8 Material and Acceptance Testing LS 1 $10,000.00 $10,000.00 Flowable Fill Abandoned Water Lines W9 Under Traffic LS 1 $25,000.00 $25,000.00 W10 Site Photos and Audio/Video Recordings LS 1 $2,000.00 $2,000.00 W11 Dewatering LS 1 $5,000.00 $5,000.00 W12 Groundwater Mitigation Dam EA 12 $1,000.00 $12,000.00 W13 12" PVC Water Line LF 420 $80.00 $33,600.00 W14 8" PVC Water Line LF 3,600 $70.00 $252,000.00 W15 2" Water Line LF 110 $45.00 $4,950.00 W16 Water Service Line LF 1,300 $25.00 $32,500.00 W17 Water Meter Setting EA 20 $1,500.00 $30,000.00 W18 12"x12" Tapping Sleeve and Valve EA 2 $8,000.00 $16,000.00 W19 8"x8" Tapping Sleeve and Valve EA 1 $6,000.00 $6,000.00 1 of 3 Garver No. 18048010 CITY OF FAYETTEVILLE ARDOT JOB # 040683 Highway 170 Water Relocations (Farmington) (South) Washington County 30% Conceptual Design Submittal February, 2019 W20 6"x6" Tapping Sleeve and Valve EA 4 $5,000.00 $20,000.00 W21 Cut and Plug Existing 12" Water Line EA 2 $2,000.00 $4,000.00 W22 Cut and Plug Existing 8" Water Line EA 1 $1,750.00 $1,750.00 W23 Cut and Plug Existing 6" Water Line EA 4 $1,500.00 $6,000.00 W24 8" Gate Valve EA 12 $3,000.00 $36,000.00 2" Ball Valve and Connection to Existing W25 2" Water Line EA 3 $1,500.00 $4,500.00 W26 Fire Hydrant Assembly EA 8 $5,000.00 $40,000.00 W27 Ductile Iron Fittings LB 4,000 $15.00 $60,000.00 W28 24" Open Cut Steel Encasement LF 20 $500.00 $10,000.00 W29 16" Open Cut Steel Encasement LF 10 $400.00 $4,000.00 W30 Undercut and Backfill CY 50 $25.00 $1,250.00 W31 Rock Excavation CY 100 $200.00 $20,000.00 Subtotal $776,550 30% Design Contingency $232,965 30% Design - Total Opinion of Probable Construction Cost $1,009,515 2 of 3 Garver No. 18048010 CITY OF FAYETTEVILLE ARDOT JOB # 040683 Highway 170 Water Relocations (Farmington) (South) Washington County 30% Conceptual Design Submittal February, 2019 Length Percentage Water Line Abandoned (excluding services) within Existing Right of Way 1,129 28% Water Line Abandoned (excluding services) outside Existing Right of Way 2,875 72% 4,004 100.00% 3 of 3 Garver No. 18048010 Estimated Amount Easements $50,000 Conceptual Design $19,500 Property Acquisition Documents $40,000 Final Design $52,200 Bidding $5,000 Environmental $4,000 Construction (Potential to be reduced, depending upon City availability to help with inspection) $145,275 Permits and Fees $1,000 Property Acquisition Performed by the City $0 Construction Cost $1,009,515 30% Design - Total Opinion of Probable Project Cost $1,326,490 City of Fayetteville Responsibility $374,028 City of Farmington Responsibility $952,462 3 of 3 Garver No. 18048010 APPENDIX B City of Fayetteville HWY 170 Water Relocations PROPERTY ACQUISITION DOCUMENTS WORK TASK DESCRIPTION E-4 $173.00 hr S-5 $159.00 hr S-4 $120.00 hr 2 -Man Crew (GPS Survey) $212.00 hr 1. Acquisition Documents Office Supplies/Equipment $0.00 Communications $0.00 Project Management & Administration 4 12 $0.00 GPS Equipment Permanent Easement Acquisition Documents up to 20 parcels 4 60 80 $0.00 Coordination with Owner 4 4 $96.00 Coordination with ARDOT 4 8 Stake Easements 4 8 40 Owner Assistance Acquiring Easements 12 1 8 1 4 Subtotal - Civil Engineering 28 1 96 1 92 1 40 Hours 28 96 92 40 Salary Costs $4,844.00 $15,264.00 $11,040.00 $8,480.00 SUBTOTAL - SALARIES: $39,628.00 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $226.00 Postage/Freight/Courier $0.00 Office Supplies/Equipment $0.00 Communications $0.00 Survey Supplies $50.00 Aerial Photography $0.00 GPS Equipment $0.00 Computer Modeling/Software Use $0.00 Traffic Counting Equipment $0.00 Locator/Tracer/Thermal Imager Equipment $0.00 Travel Costs @ IRS Rate $96.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $372.00 SUBTOTAL: SUBCONSULTANTSFEE: $40,000.00 $0.00 TOTAL FEE: $40,000.00 APPENDIX B City of Fayetteville HWY 170 Water Relocations Environmental Services WORK TASK DESCRIPTION E-4 $173.00 hr P-2 $159.00 hr P-1 $127.00 hr T-1 $77.00 hr 1. Civil Engineering Project Management and Administration 2 4 ADEQ STAA (2 locations) 2 SWPPP 1 4 12 1 Subtotal - Civil Engineering 3 8 14 1 2. Structural Engineering Retaining Wall Design Bridge Subtotal - Structural Engineering 0 0 0 0 3. Mechanical Engineering Subtotal - Mechanical Engineering 0 0 0 0 4. Electrical Engineering Subtotal -Electrical Engineering 0 0 0 0 Hours Costs SUBTOTAL - SALARIES: DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly Postage/Freight/Courier ADEQ STAA Fees Communications Survey Supplies Aerial Photography GPS Equipment Computer Modeling/Software Use Traffic Counting Equipment Locator/Tracer/Thermal Imager Equipment Travel Costs (a) IRS Rate 3 8 14 1 $519.00 $1,272.00 $1,778.00 $77.00 $54.00 $0.00 $300.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $3,646.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $354.00 SUBTOTAL: $4,000.00 SUBCONSULTANTS FEE: $0.00 TOTAL FEE: $4,000.00 APPENDIX B City of Fayetteville, Arkansas Highway 170 Water Relocations FINAL DESIGN WORK TASK DESCRIPTION E-4 $173.00 hr E-1 $105.00 hr T-2 $97.00 hr X-2 $82.00 hr C-2 $119.00 hr 1. Civil Engineering $0.00 ADH Review Fee $200.00 Survey Supplies $0.00 Project Management and Administration 20 GPS Equipment $0.00 Computer Modeling/Software Use $0.00 Final Plans $0.00 Locator/Tracer/Thermal Imager Equipment $0.00 Travel Costs @ IRS Rate $100.00 Plans (Water, Erosion, Traffic) 40 60 100 Details 4 12 12 Specifications/Contract Documents 8 16 16 Utlity Companies Coordination 12 12 Meetings/Coordination with City 8 Coordination with DOT 12 Coordination with Health Department (ADH) 2 4 Opinion of Probable Construction Cost 2 12 Cost Sharing Analysis 2 8 Final Review Comments 8 8 20 QC Review 8 16 Subtotal - Civil Engineering 126 132 132 16 16 2. Structural Engineering Subtotal - Structural Engineering 0 0 0 0 0 3. Mechanical Engineering Subtotal - Mechanical Engineering 0 0 0 0 0 4. Electrical Engineering Subtotal - Electrical Engineering 0 0 0 0 0 Hours 126 132 132 16 16 Salary Costs $21,798.00 $13,860.00 $12,804.00 $1,312.00 $1,904.00 SUBTOTAL - SALARIES: $51,678.00 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $222.00 Postage/Freight/Courier $0.00 Office Supplies/Equipment $0.00 ADH Review Fee $200.00 Survey Supplies $0.00 Aerial Photography $0.00 GPS Equipment $0.00 Computer Modeling/Software Use $0.00 Traffic Counting Equipment $0.00 Locator/Tracer/Thermal Imager Equipment $0.00 Travel Costs @ IRS Rate $100.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $522.00 SUBTOTAL: $52,200.00 SUBCONSULTANTS FEE: $0.00 $52,200.00 APPENDIX B City of Fayetteville, Arkansas Highway 170 Water Relocations BIDDING SERVICES WORK TASK DESCRIPTION E-4 $173.00 hr E-1 $105.00 hr T-1 $77.00 hr 1. Civil Engineering $0.00 Office Supplies/Equipment $0.00 Project Management and Administration 4 Survey Supplies $0.00 Addendums/Inquiries 4 GPS Equipment 4 Pre -Bid Meeting 4 Traffic Counting Equipment $0.00 Bid Opening 2 Travel Costs @ IRS Rate $60.00 Evaluate bids and recommend award 4 Prepare construction contracts 2 4 Notice to Proceed 2 Subtotal - Civil Engineering 22 0 8 2. Structural Engineering Addendums Subtotal - Structural Engineering 0 0 0 3. Mechanical Engineering Subtotal - Mechanical Engineering 0 0 0 4. Electrical Engineering Subtotal - Electrical Engineering 0 0 0 Hours 22 Salary Costs $3,806.00 $0.00 $616.00 SUBTOTAL - SALARIES: $4,422.00 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $518.00 Postage/Freight/Courier $0.00 Office Supplies/Equipment $0.00 Communications $0.00 Survey Supplies $0.00 Aerial Photography $0.00 GPS Equipment $0.00 Computer Modeling/Software Use $0.00 Traffic Counting Equipment $0.00 Locator/Tracer/Thermal Imager Equipment $0.00 Travel Costs @ IRS Rate $60.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $578.00 SUBTOTAL: $5,000.00 SUBCONSULTANTS FEE: $0.00 TOTAL FEE: $5,000.00 APPENDIX B City of Fayetteville, Arkansas Highway 170 Water Relocations CONSTRUCTION PHASE SERVICES WORK TASK DESCRIPTION E-4 $173.00 hr E-1 $105.00 hr T-1 $77.00 hr S-5 $159.00 hr S-4 $120.00 hr 2 -Man Crew (Survey) $192.00 hr C-3 $146.00 hr 1. Civil Engineering $0.00 GPS Equipment $0.00 Computer Modeling/Software Use $0.00 Traffic Counting Equipment $0.00 Project Management and Administration 16 Travel Costs $1,999.00 8 Preconstruction Meeting 8 4 Monthly Progress Meetings with Contractor/City 16 Monthly Pay Requests 16 Shop Drawings/Material Submittals 4 16 Record Drawings 4 8 24 On -Site Meetings and Periodic Inspection 40 Resident ons ruc ion Observation, Full Time 120 Calendar Days, Potential for City to Provide Partial Observation 686 Field checking earthwork quantities, Contractor's layout, etc. 2 4 12 Prepare Change Orders 8 12 12 Prepare Field Orders 8 12 12 Requests for Information 12 Final Project Inspection and Punchlist 12 Closeout and Final Cost Sharing 8 12 12 Subtotal - Civil Engineering 152 60 60 2 4 12 698 2. Structural Engineering Subtotal - Structural Engineering 0 0 0 0 0 0 0 3. Mechanical Engineering Subtotal - Mechanical Engineering 0 0 0 0 0 0 0 4. Electrical Engineering Subtotal - Electrical Engineering 0 0 0 0 0 0 0 Hours 152 60 60 2 4 12 698 Salary Costs $26,296.00 $6,300.00 $4,620.00 $318.00 $480.00 $2,304.00 $101,908.00 SUBTOTAL - SALARIES: $142,226.00 Hourly Rate Increase $7,111.30 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $1,000.00 Postage/FreightlCourier $50.00 Office Supplies/Equipment $0.00 Communications $0.00 Survey Supplies $0.00 Aerial Photography $0.00 GPS Equipment $0.00 Computer Modeling/Software Use $0.00 Traffic Counting Equipment $0.00 LocatorfTracerfThermal Imager Equipment $0.00 Travel Costs $1,999.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $3,049.00 SUBTOTAL: $152,386.30 SUBCONSULTANTS FEE: $0.00 TOTAL FEE: $145,275.00 FINAL WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN July 1, 2017 —June 30, 2018 B&V PROJECT NO. 199529 PREPARED FOR ii CITY OF FAYETTEVILLE ARKANSAS City of Fayetteville Water and Sewer Services 21 JANUARY 2019 BLACK&VEATCH City of Fayetteville Water and Sewer Services WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Table of Contents 1.0 Introduction - Water Audit Overview.........................................................................................1-2 1.1 Standard AWWA Water Balance....................................................................................................1-2 1.1.1 Performance Indicators..................................................................................................1-4 2.0 Regulatory Summary......................................................................................................................... 2-1 2.1 Current Federal Water Audit Regulations and Policies....................................................... 2-1 2.2 Current Water Audit Regulatory Requirements in Other States ...................................... 2-1 2.3 Anticipated Future Water Audit Regulatory Requriements.............................................. 2-2 2.4 City's Current Water Audit Practices........................................................................................... 2-2 3.0 System Overview................................................................................................................................. 3-1 4.0 Water Loss Summary.........................................................................................................................4-1 5.0 Water Supplied..................................................................................................................................... 5-1 5.1 Water Imported.................................................................................................................................... 5-1 5.1.1 Calibration & Testing Import Meters........................................................................ 5-1 5.2 Water Supplied Summary................................................................................................................ 5-2 6.0 Authorized Consumption................................................................................................................. 6-1 6.1 Billing Process....................................................................................................................................... 6-1 6.2 Water Exported..................................................................................................................................... 6-3 6.2.1 Calibration & Testing Export Meters........................................................................ 6-4 6.3 Billed Metered....................................................................................................................................... 6-4 6.3.1 Meter Reading Lag............................................................................................................ 6-7 6.3.2 University of Arkansas.................................................................................................... 6-9 6.3.3 Division of Agriculture Experiment Station........................................................... 6-9 6.3.4 Temporary Construction Meters..............................................................................6-10 6.3.5 Total Billed Metered......................................................................................................6-10 6.4 Billed Unmetered...............................................................................................................................6-11 6.5 Unbilled Metered................................................................................................................................6-11 6.6 Unbilled Unmetered..........................................................................................................................6-11 6.6.1 Fire Departments............................................................................................................6-12 6.6.2 National Fire Incident Reporting System..............................................................6-13 6.7 Authorized Consumption Summary...........................................................................................6-13 7.0 Non -Revenue Water...........................................................................................................................7-1 7.1 Apparent Loss........................................................................................................................................ 7-1 7.1.1 Customer Metering Inaccuracies................................................................................ 7-1 7.1.2 Systematic Data Handling Errors............................................................................... 7-2 7.1.3 Unauthorized Consumption......................................................................................... 7-3 7.2 Real Loss.................................................................................................................................................. 7-3 7.3 Total Non -Revenue Water................................................................................................................ 7-3 7.4 Non -Revenue Water Summary....................................................................................................... 7-3 8.0 System Data...........................................................................................................................................8-1 BLACK & VEATCH I Table of Contents City of Fayetteville Water and Sewer Services WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN LIST OF TABLES Table ES -1 8.1 Length of Mains..................................................................................................................................... 8-1 Table 1-1 8.2 Number of Active and Inactive Connections............................................................................. 8-2 Table 4-1 8.3 Average Length of Customer Service Line................................................................................. 8-2 Table 5-1 8.4 Average Operating Pressure............................................................................................................ 8-3 Table 5-2 8.5 System Leaks & Breaks...................................................................................................................... 8-5 Table 5-3 8.6 Water Loss Summary......................................................................................................................... 8-7 9.0 Cost Data................................................................................................................................................. 9-1 6-3 9.1 Total Annual Cost of Operating Water System........................................................................ 9-1 6-4 9.2 Customer Retail Unit Cost................................................................................................................ 9-1 Table 6-4 9.3 Variable Production Cost (Applied to Real Losses) ............................................................... 9-3 Temporary Construction Usage...................................................................................................6-10 9.3.1 Leak Repair Costs.............................................................................................................. 9-3 9.4 Cost Validation Summary................................................................................................................. 9-4 10.0 Performance Indicators..................................................................................................................10-1 11.0 Audit Worksheet Values Snapshot..............................................................................................11-1 12.0 Comments and Recommendations.............................................................................................12-1 12.1 Top Ranked Recommendations...................................................................................................12-1 12.1.1 Meter Accuracy................................................................................................................12-1 12.1.2 Leakage Surveying..........................................................................................................12-1 12.1.3 Management of Pressure.............................................................................................12-1 12.2 Additional Water Loss Control Recommendations ..............................................................12-2 12.2.1 Apparent Loss...................................................................................................................12-2 12.2.2 Real Loss.............................................................................................................................12-2 12.2.3 Other.....................................................................................................................................12-2 12.3 Data Validation Recommendations............................................................................................12-3 12.4 Annual Audit Recommendation...................................................................................................12-3 LIST OF TABLES Table ES -1 Performance Indicators................................................................................................................... ES -1 Table 1-1 Details of Selected Key Performance Indicators.....................................................................1-6 Table 4-1 Yearly Comparison of Water Loss Components (MG/Year).............................................. 4-1 Table 5-1 Import Water from BWD.................................................................................................................. 5-1 Table 5-2 Import Meter Test Data..................................................................................................................... 5-2 Table 5-3 Water Supplied Validation Grades................................................................................................ 5-3 Table 6-1 Wholesale Customer List and Usage Comparison.................................................................. 6-3 Table 6-2 Export Meter Test Data..................................................................................................................... 6-4 Table 6-3 Billed Metered Usage (excluding Construction and University of Arkansas) ............. 6-6 Table 6-4 Agriculture Experiment Station Usage......................................................................................6-10 Table 6-5 Temporary Construction Usage...................................................................................................6-10 Table 6-6 Billed Metered Total Usage............................................................................................................6-10 Table6-7 Unbilled Metered................................................................................................................................6-11 BLACK & VEATCH I Table of Contents City of Fayetteville Water and Sewer Services WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Table 6-8 Summary of Unbilled Unmetered Consumption...................................................................6-11 Figure 1-2 Table 6-9 Authorized Consumption Validation Grading........................................................................6-14 Figure 4-1 Table 7-1 Customer Metering Test Example................................................................................................. 7-2 Table 7-2 Total Non -Revenue Water................................................................................................................ 7-3 Table 7-3 Water Loss Validation Grading....................................................................................................... 7-4 Table 8-1 Mainline Pipe Schedule (in miles)................................................................................................. 8-1 Table 8-2 Number of Connections..................................................................................................................... 8-2 Table 8-3 System Data Validation Grading.................................................................................................... 8-7 Table 9-1 Cost of Operating Water & Sewer System.................................................................................. 9-1 Table 9-2 Customer Retail Unit Cost Calculation........................................................................................ 9-2 Table9-3 Leak Repairs & Costs......................................................................................................................... 9-3 Table 9-4 Cost Validation Grading..................................................................................................................... 9-5 Table 10-1 Performance Indicators...................................................................................................................10-1 Figure 10-1 Table 11-1 AWWA Audit Inputs & Validation Grades................................................................................11-1 LIST OF FIGURES Figure1-1 AWWA Water Balance....................................................................................................................... 1-3 Figure 1-2 Real Loss/Connection/Day Performance Compared to Peer Utilities ........................... 1-5 Figure 4-1 Water Balance - Completed............................................................................................................. 4-1 Figure 5-1 Water Balance - Water Supplied.................................................................................................... 5-3 Figure 6-1 Meter Reading & Billing Process Flow Chart............................................................................ 6-2 Figure 6-2 Wholesale Customer Usage Comparison................................................................................... 6-3 Figure 6-3 Meter Reading Lag Chart.................................................................................................................. 6-8 Figure 6-4 Water Balance - Authorized Consumption..............................................................................6-14 Figure 7-1 Water Balance - Non -Revenue Water.......................................................................................... 7-4 Figure 8-1 Typical House Connection (AWWA Water Audit Software v5.0) ..................................... 8-3 Figure8-2 Average Pressure................................................................................................................................. 8-4 Figure 8-3 Leaks Repaired During 2017........................................................................................................... 8-6 Figure 8-4 Water Balance - Water Losses........................................................................................................ 8-7 Figure 10-1 Water Balance - Completed...........................................................................................................10-2 BLACK & VEATCH I Table of Contents iii City of Fayetteville Water and Sewer Services WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Abbreviations and Glossary AFA Arkansas Fire Academy AMI Advanced Metering Infrastructure AWWA American Water Works Association B&V Black & Veatch BWD Beaver Water District CARL Current Annual Real Losses City City of Fayetteville Corp Corporation Stop EPA Environmental Protection Agency Farm Division of Agriculture's Arkansas Agriculture Experiment Station FEMA Federal Emergency Management Agency FFD Fayetteville Fire Department gal/conn/day Gallon per connection per day GPM Gallons per Minute ILI Infrastructure Leakage Index KPI Key Performance Indicators MG Million Gallons MGD Million Gallons per Day MG/yr Million Gallons per Year NFIRS National Fire Incident Reporting System NRDC National Resource Defense Council NRW Non -Revenue Water PI Performance Indicator PRV Pressure Reducing Valve PSI Pounds per Square Inch SCADA Supervisory Control and Data Acquisition SDHE Systematic Data Handling Errors SOP Standard Operating Procedure UARL Unavoidable Annual Real Loss University University of Arkansas WADI Water Audit Data Initiative WRF Water Research Foundation BLACK & VEATCH I Table of Contents iv City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Executive Summary Black and Veatch (B&V) was hired by the City of Fayetteville (City) to conduct a water audit and to develop a Strategic Water Loss Control Plan. This work included analysis of several data sets from July 1, 2017 to June 30, 2018. The following provides a high-level summary of key findings from the study and the recommended actions for the City to improve data collection and accuracy to reduce water loss across the entire system. B&V conducted a desktop water audit using the American Water Works Association (AWWA) M36 Methodology (Water Audits and Loss Control Programs) and by conducting staff interviews in all relevant areas of distribution, customer service, and operations. Based on these studies, performance indicators (PIs) have been developed for the project timeline. Table ES -1 provides a summary of the PIs for the current audit period from the data provided. Table ES -1 Performance Indicators Real Losses 71.13 1,466.89 Apparent Losses 1.48 30.49 Total Losses 72.61 1,497.37 Infrastructure 2.52 Leakage Index (ILI) Annual Cost of Apparent Losses $103,343.00 Annual Cost of Real $2,190,061.00 Losses In the City's system, real losses generally equate to leakage while apparent losses equate to meter inaccuracies, unauthorized consumption (theft), and billing inconsistencies. Details regarding these types of losses are included within the body of this document. From the data provided, the key recommendations to improve validation, monitoring, control, and reduction of water and revenue losses in the City include the following: Conduct additional active leakage control, including: leakage surveying and management of pressure Conduct a larger volume of meter tests on aged meters from within the system. Validate the amount of meter inaccuracy from in-service meters Conduct a forensic analysis of billing system data to prove out data handling errors and unauthorized consumption BLACK & VEATCH I Executive Summary ES -1 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 1.0 Introduction — Water Audit Overview The City of Fayetteville (City) employed Black and Veatch (B&V) to conduct a water audit for July 1, 2017 through June 30, 2018. The specific time period was chosen as a new billing system went live in mid -2017, and it was determined that the data prior to that time had a higher risk of not being valid and was also difficult to access. This timeline results in different rate structures, separate system costs, and other differences for the two partial years being reviewed. The audit was conducted using the American Water Works Association (AWWA) M36 Methodology (Water Audits and Loss Control Programs) and the AWWA water audit software. The project team evaluated where real and apparent losses are occurring and how the City can accurately identify and reduce real and apparent losses. The audit process included the following tasks: Data collection System evaluation and data analysis Completion of basic top-down audit with initial validation Development of comments and recommendations to improve data validation and water loss control Standard AWWA Water Balance Figure 1-1 illustrates the AWWA Water Balance diagram that will be used throughout this report. AWWA uses these terms to define, categorize, and analyze water loss within each system. Each component is analyzed for the validity as well according to the AWWA recommendations on a 1 to 10 scale. A value of 1 is the least valid and 10 is the most valid data. The diagram values will be populated, and the terms will be defined throughout the following sections. At the end of each new section, the diagram is shown with the values that are defined and calculated in that section. The units are always in million gallons per year (MG/yr). Each section also contains a chart that lists each water balance component, validation score, and the reasoning for that score. Section 12.3 Data Validation Recommendations focuses on the improvement steps for four validation scores that are analyzed throughout this report. These four recommendations have some of the lowest validations scores of all the software inputs and are viewed as being able to be reasonably raised. BLACK & VEATCH I Introduction — Water Audit Overview 1-2 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Figure 1-1 AWWA Water Balance BLACK & VEATCH I Introduction — Water Audit Overview Billed Water Exported Billed Authorized Consumption Revenue Water ir Billed Metered Consumption Volume from Authorized Consumption Billed Unmetered Consumption Own Sources Unbilled Unbilled Metered Consumption Authorized Consumption Unbilled Unmetered Consumption Total Water Supply (corrected for Customer Metering Inaccuracies known errors) Apparent Losses Non -Revenue Systematic Data Handling Errors Water Unauthorized Consumption Imported Water Losses Water Leakage on Transmission and Distribution Mains Leakage and Overflows at Storage Tanks Real Losses Leakage on Service Connections up to point of customer metering Figure 1-1 AWWA Water Balance BLACK & VEATCH I Introduction — Water Audit Overview City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN The data utilized for the water balance was used to develop performance indicators and enable prioritization of strategies to reduce real and apparent loss throughout the system. Additionally, the data was compared to audits performed in other municipalities around the country to measure the effectiveness of the current system (Figure 1-2). In that figure, the City's value of 71.13 gallons/service connection/day (gal/conn/day) of real loss, is shown in the yellow bar, and the green line shows the average value of 64.103 gal/conn/day. This information helps to prioritize and plan strategic interventions to reduce measured real and apparent losses (defined in the following section). 1.1.1 Performance Indicators Another key feature of the AWWA water balance model, in addition to confidence levels, is the inclusion of meaningful performance indicators (PIs). The AWWA standard audit provides PIs for all the water loss components, as well as for some of the basic financial indicators (Table 1-1). As the audit is refined over time, additional PIs can be incorporated to expand the scope and depth of the analysis. The use of various indicators, as opposed to the old practice of using a percentage loss based on the total water supplied, allows the utility to accurately produce baseline data, track performance, and set targets with priority on the components of water loss that will reap the most cost-effective returns. Tracking several AWWA M36 standard PIs allows utilities to easily see the longer-term performance of water loss management programs as a unique entity. Shorter payback initiatives can quickly be implemented ensuring a rapid return on investment. These initiatives were discussed during the Findings and Recommendations Workshop and in the Recommendations Matrix in Appendix C. Within the financial, operational, and water resources categories, PIs have been recommended for both basic and detailed levels. Key Performance Indicators (KPIs) are used to categorize recommendations for improvement and calculations done to analyze the system. Table 1-1 lists and explains each KPI used during this audit. Upon initial observation the following KPIs are recommended as priority focal points in the City's water audit: Apparent Losses is a value of lost revenue in gal/conn/day Real Losses is another value of lost revenue in gal/conn/day Infrastructure Leakage Index (ILI) is dimensionless BLACK & VEATCH I Introduction — Water Audit Overview 1-4 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 180.00 160.00 140.00 G1 0 120.00 U U c 100.00 O U U 80.00 0 60.00 40.00 20.00 0.00 Real Loss per Service Connection per Day O {wfi` Cs{ •d`� �e � �~ � e tis �o �'� �5 5 4 e{ .tis .p° •tis �4 afi {�' � ti•�5 � eta y�o� �titi �1a � ° fie{ a c� ti G c�`l��aa� `�~ ease Otifi aa a4o be y tis L ( L° 00o a�4 a5 {a{14o,0 ,�a L Utility or Municipality Figure 1-2 Real Loss/Connection/Day Performance Compared to Peer Utilities BLACK & VEATCH I Introduction - Water Audit Overview 1-5 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Table 1-1 Details of Selected Key Performance Indicators Non -Revenue Water Financial Volume of NRW as % of (NRW) System Input Volume Water Volume of RL as % of Resources System Input Volume Gal/conn/day Real Losses System Gallons per mile of main Operational per day (not used because it is not relevant for an urban utility) Apparent Losses Operational Volume of AL as % of System Input Volume Water Losses Operational Gal/conn/yr Value of NRW as % of cost of running system. $ For apparent and real losses. None ILI: Defined as the ratio of the current annual real loss to the unavoidable annual real loss = CARL/UARL Gallons/service connection/year None Apparent and real loss PIs can be used to establish baseline information and track performance of an individual system's loss management efforts. The volumes can be directly translated into dollar values for simple or more complex economic calculations. The percentage terms are not recommended as they are subject to wider variations and conflict with previously Arru,�iL reported data due to differing methodologies in the analysis. *0 Ik NE UNF To aid in the understanding of these KPIs, below are definitions of the performance indicators, and key related terms applicable to the City's audit: Apparent Losses - Apparent losses consist of unauthorized consumption and volumes of water lost through meter under - registration and data handling errors. The key impact of reducing apparent losses is an improved revenue stream and a more equitable distribution of cost to the customer. Real Losses - Real losses consist of water leaks and breaks (either reported or unreported), background leakage that is attributed to infrastructure conditions, and reservoir or storage overflows, or leakage. The key impact of reducing real losses is a direct reduction in water use. Infrastructure Leakage Index (ILI) - A dimensionless ratio of the current annual real losses (CARL) to the unavoidable annual real losses (UARL). In other words, the ILI is a measure of the current real losses against the theoretical lowest level of real losses that could be expected given the specific water system characteristics. BLACK & VEATCH I Introduction — Water Audit Overview 1-6 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN ILI = Current Annaul Real Losses (CARL) Unavoidable Annual Real Losses (UARL) An ILI of 1.0 represents the optimal performance. Optimizing different components within the water system (such as reducing high pressure) reduces the volume of UARL. If the CARL does not also reduce, then only the denominator (UARL) shrinks resulting in a higher ILI. Unavoidable Annual Real Loss (UARL) - The theoretical lowest level of annual real losses achievable when the system is pressurized. The UARL calculation considers the length of the water mains, number of service connections, average length of service connections (curb stop to meter or first point of usage), and operating pressure. Non -Revenue Water (NRW) - The amount of water that does not provide revenue to the utility. The formula used to calculate NRW is: NRW = Apparent Loss + Real Loss + Unbilled Metered Consumption + Unbilled Unmetered Consumption It is also the difference between the total water supply volume and the billed authorized consumption. Once volumes of apparent and real losses have been identified and validated using the water balance tools, the dollar values of these components can be clearly defined. The value of the loss along with the cost of intervention can be assessed, and a business case can be made for reduction of volumes of loss to economic levels. BLACK & VEATCH I Introduction — Water Audit Overview 1-7 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 2.0 Regulatory Summary The regulatory summary is designed to provide information on current and potential future water audit regulatory requirements in Arkansas and the United States. This summary includes the following information: Current Federal Water Audit Regulatory Requirements Current Water Audit Regulatory Requirements in Other States Current Arkansas Water Audit Regulatory Requirements Anticipated Future Water Audit Regulatory Requirements City's Current Water Audit Practices 2.1 CURRENT FEDERAL WATER AUDIT REGULATIONS AND POLICIES The Energy Policy Act of 1992 (EPACT92, P.L. 102-486) mandated the development of regulations for low -flow plumbing fixtures such as showerheads, faucets, and toilets. This regulation was a first step federally to address water conservation on the demand side. There is no federal regulation or policy that mandates the specific amount of water loss or non -revenue water permissible from a public water distribution system. Additionally, there is no federal regulation or policy that mandates water audits for public water systems. 2.2 CURRENT WATER AUDIT REGULATORY REQUIREMENTS IN OTHER STATES The lack of federal water audit policy or regulation has prompted many states to pass legislation that requires utilities to submit water audits. Most state requirements focus on submitting audits as opposed to setting a maximum amount of water loss. However, by requiring audits the goal is for public water utilities to set water loss benchmarks, and proactively manage their water loss. In early 2017, the National Resource Defense Council (NRDC) evaluated state policies to audit and reduce water losses from public water systems (NRDC, March 8, 2017). The NRDC evaluation found that over 50 percent of the states had some level of water loss reporting. The following is a summary of the NRDC results, starting with the most aggressive policies and regulations: California, Georgia, and Hawaii require validation of public water system water loss data annually. Third party experts or trained evaluators must review the information and data sources used by public water utilities to prepare water loss audit reports ("Level 1" validation). Tennessee, Indiana, and Pennsylvania (Delaware River Basin Commission) require the use of American Water Works Association (AWWA) Free Water Audit Software annually. These states require that water utilities report water losses in an electronic format that has been developed and endorsed by the water utility industry (AWWA). New Hampshire, Texas, Washington, and Wisconsin require Annual Water Loss reporting with AWWA standard terminology. Annual reports submitted to the state are required to use industrywide definitions. Twenty other states are required to submit annual "Rudimentary Water Loss Reporting." This reporting is required of some water suppliers and the report includes simple estimates of water losses. The remaining 20 states, including Arkansas, do not require water loss reporting. BLACK & VEATCH I Regulatory Summary 2-1 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 2.3 ANTICIPATED FUTURE WATER AUDIT REGULATORY REQURIEMENTS It is expected that more detailed water loss reporting will become the norm across the United States, including Arkansas. Therefore, it is recommended that the City conduct an AWWA standard water audit, which is now considered a best management practice. The most effective (and recommended by AWWA) frequency for audits is annual. 2.4 CITY'S CURRENT WATER AUDIT PRACTICES The City has conducted simplified analyses of their NRW and water losses in the past, but this is the first time that the AWWA standard methodology has been utilized. BLACK & VEATCH I Regulatory Summary 2-2 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 3.0 System Overview The City purchases treated water from Beaver Water District (BWD). BWD can supply up to 41 million gallons per day (MGD) to the City. This water enters the City through two transmission lines; a 36 -inch and a 42 -inch line. Both sources enter the City near the intersection of George Anderson Road and Zion Road, in the northeast part of the City limits. The City is billed through a single meter near the BWD water treatment plant. This meter is electronically calibrated biannually by BWD, and the reports are provided to the City. The City sells wholesale water to the City of West Fork, the City of Elkins, and the Mount Olive Water Association. The following cities purchase water through individual customer accounts: Farmington, Greenland, Goshen, and Johnson. There are multiple ground and elevated storage tanks throughout the City's system. Some of the storage tanks are monitored by BWD including; Kessler Mountain, Rodgers Drive, and Baxter Lane. BWD uses the three tanks to regulate the volume and timing of water being pumped to the City. All tanks are monitored by the City using Supervisory Control and Data Acquisition (SCADA). Storage changes were proposed in the 2017 Water Mater Plan Update submitted by McGoodwin Williams & Yates. This report's findings and system changes were taken into consideration for future recommendations made in this report. More information about the storage tanks can be found in Section 5.1 Water Imported. The Fayetteville distribution system consists of 8 main pressure planes and 4 relatively small pressure planes. There are 7 pressure reducing valves (PRVs) within the system. The pressure variations in the system are discussed in Section 8.4 Average Operating Pressure. The system contains approximately 788.4 miles of pipe including both transmission and distribution mains. The material types include cast iron, ductile iron, asbestos concrete, galvanized iron/steel, PVC and PCCP. The diameter ranges from less than one inch to 42 inches (see Table 8-1). There are approximately 56,498 connections including about 1,485 active and inactive construction connections. Of those connections, approximately 90% of the meters are Sensus, and the remaining 10% are Badger meters. All newly installed meters are Sensus and are tested prior to installation. Most meters were replaced sometime after 2000, and the Northwest Arkansas Mall area has the largest collection of older meters. During the audit period, 292 meters were replaced within the system. The City is currently looking into Advanced Metering Infrastructure (AMI) and has installed about 12 Badger Beacon cloud -based meters in 2014. This pilot program is functioning well, and the City is looking at spreading this practice and including the data in the billing system. Additional Beacon meters will be installed in the future in a new Goshen subdivision. The City owns a Gravimetric Mars Test Bench that was installed at the Water and Sewer Services building in 2006. A Memphis scale is used each year to recalibrate the bench. Currently, no meter is tested after it is removed from the system, and no retesting occurs during the life of the meter. When retesting did occur, most meters passed AWWA standards. The number of connections results in a service connection density of 72 connections per mile of main. The average length of each customer service line is the length of the service line that is owned and maintained by the customer (from the point of ownership transfer to the customer meter or building line) The software accounts for the typical one side of the street main lines with short and long service lines to both sides of the street, so the input value is the average extra length within the system from the property boundary to the meter. For the City, the value was assumed to be zero, or the service line was assumed to be located at the property boundary. Some spoked or branching BLACK & VEATCH I System Overview 3-1 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN service lines exist within the system, but it was assumed that they are infrequent and not the norm and are considered zero length for this analysis. Most service lines are metered, but the City occasionally discovers unmetered lines. When a service line is terminated, the line is not removed if it can be reused later; the corporation stop (corp) is always left in place. BWD SCADA can be used to track supply flows, including daily variation from BWD. Fayetteville SCADA captures all storage tanks pumps, some valves including valves leading to Goshen, and some flow meters. Pressure and flow are not consistently measured throughout the system by the SCADA system. BLACK & VEATCH I System Overview 3-2 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 4.0 Water Loss Summary Using the AWWA M36 methodology, the overall water loss is calculated to be 1,409.68 MG. Table 4-1 lists and Figure 4-1 shows the audit values for the water loss components during the audit period. The subsequent sections of this report outline the data behind these calculated values. Table 4-1 Yearly Comparison of Water Loss Components (MG/Year) Real Losses 1,466.87 MG Apparent Losses 30.49 MG Water Losses 1,497.37 MG NRW 1,523.76 MG Infrastructure Leakage Index (unitless) 2.52 Figure 4-1 Water Balance - Completed The calculated apparent losses of 1.48 gal/conn/day is lower than the median value of 7 gal/conn/day as published in the AWWA Water Audit Data Initiative (WADI). The real loss performance of approximately 71.13 gal/conn/day is higher than the median value of 56 gal/conn/day. With an ILI of 2.52, the City is close to the median value of 2.72 according to the WADI dataset. However, if the system pressure was 70 psi, the ILI would be 4.51. That increase is much higher than the typical 2.72. Further improvements in data validity will help to increase the confidence in assigning water losses between apparent and real losses. BLACK & VEATCH I Water Loss Summary 4-1 Billed Water Exported 179.956 MG Billed Billed Metered Consumption Authorized Revenue Consumption 4,232.750 MG Water Authorized 4,412.706 MG 4,412.706 MG Billed Unmetered Consumption Volume from Consumption 0 MG Own Sources 4,439.098 MG Unbilled Unbilled Metered Consumption 0 MG Authorized 1.357 MG Unbilled Unmetered Consumption Consumption 26.392 MG 25.035 MG Tota I Water Customer Metering Inaccuracies 5.512 MG Supply (corrected for known errors) Systematic Data Handling Errors 5,936.469 MG Apparent Losses 10.582 MG Non -Revenue 30.485 MG Water Unauthorized Consumption 1,523.763 MG Imported Water Losses 14.391 MG Water 1,497.371 MG 5,936.469 MG Leakage on Transmission and Distribution Mains Real Losses Leakage and Overflows at Storage Tanks 1,466.886 MG Leakage on Service Connections up to point of customer metering Figure 4-1 Water Balance - Completed The calculated apparent losses of 1.48 gal/conn/day is lower than the median value of 7 gal/conn/day as published in the AWWA Water Audit Data Initiative (WADI). The real loss performance of approximately 71.13 gal/conn/day is higher than the median value of 56 gal/conn/day. With an ILI of 2.52, the City is close to the median value of 2.72 according to the WADI dataset. However, if the system pressure was 70 psi, the ILI would be 4.51. That increase is much higher than the typical 2.72. Further improvements in data validity will help to increase the confidence in assigning water losses between apparent and real losses. BLACK & VEATCH I Water Loss Summary 4-1 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 5.0 Water Supplied AIMM11_311fl�►h 61.101tup The City receives all its water from BWD. During the audit period, the City imported a total of 5,929.94 MG as shown in Table 5-1. The water is supplied through two transmission lines, a 36 -inch and a 42 -inch line. The transmission lines are metered by BWD, and the City is billed monthly for all water received. In April of 2017, BWD installed a new pressurized surge tank. This tank has a capacity of approximately 9,800 gallons. It was installed to maintain surge pressures of up to 250 pounds per square inch (psi) in the 42 -inch transmission line. The City has 14 storage tanks and 1 surge tank throughout the distribution system. These tanks have a total capacity of about 29.26 MG. According to the 2017 Water Master Plan Update, additional storage will need to be constructed in the coming years to account for the projected increase in demand and for increased fire protection. Table 5-1 Import Water from BWD July 2017 580.977 $761,079.87 $1.31 August 2017 549.738 $720,156.78 $1.31 September 2017 588.098 $770,408.38 $1.31 October 2017 513.263 $687,772.42 $1.34 November 2017 443.845 $594,752.30 $1.34 December 2017 429.569 $575,622.46 $1.34 January 2018 451.662 $605,227.08 $1.34 February 2018 396.356 $531,117.04 $1.34 March 2018 435.416 $583,457.44 $1.34 April 2018 433.614 $581,042.76 $1.34 May 2018 505.696 $677,632.64 $1.34 June 2018 601.705 $806,284.70 $1.34 5.1.1 Calibration & Testing Import Meters BWD tests the accuracy of the City's import meters semiannually. The import meter is electronically tested at five different capacities ranging from 0 gallons/min (GPM) to 26,000 GPM (37.1 MGD). The third -party testing firm determines whether the meter passes or fails, and the criteria is guided by the manufacturer's recommendations. In general, if the percent error on the electronic calibration is less than 1%, the meter passes the test and is not recalibrated. If the meter fails, it is recalibrated and retested. Only electronic calibration is conducted. Physical flow testing is not BLACK & VEATCH I Water Supplied 5-1 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN included in this analysis of accuracy. Fayetteville receives the results of the testing and is notified if the meters are recalibrated. Table 5-2 shows the import meter test data from 2017. During both tests, the meter was not recalibrated. Table 5-2 Import Meter Test Data 5.2 WATER SUPPLIED SUMMARY Table 5-3 lists the graded variables that were discussed in this section. Each variable has been assigned a validity grading on a scale of 1 to 10. A value of 10 is given to the most accurate data according to AWWA recommendations. A reasoning for each grading is also listed in the table to provide insight into which components contributed to that grading. Section 12.3 Data Validation Recommendations focuses on the improvement steps for four validation scores that are analyzed throughout this report. BLACK & VEATCH I Water Supplied 5-2 0 GPM F -4/27/2U17 7 0 GPM 0% 0.06 3.99 ma 4.00 ma 6490 GPM 6500 GPM 25% 0.06 7.99 ma 8.00 ma 12975 GPM 13000 GPM ° 50 /0 0.12 11.98 ma 12.00 ma 19475 GPM 19500 GPM ° 75 /0 0.12 15.98 ma 16.00 ma 25950 GPM 26000 GPM 100% 0.24 19.96 ma 20.00 ma 11/14/2017 0 GPM 0 GPM 0 0% 0 4.00 ma 4.00 ma 6485 GPM 6500 GPM 25% 0.06 7.99 ma 8.00 ma 12980 GPM 13000 GPM 0 50 /0 0.12 11.98 ma 12.00 ma 19470 GPM 19500 GPM ° 75% 0.12 15.98 ma 16.00 ma 25950 GPM 26000 GPM 100% 0.18 19.97 ma 20.00 ma 5.2 WATER SUPPLIED SUMMARY Table 5-3 lists the graded variables that were discussed in this section. Each variable has been assigned a validity grading on a scale of 1 to 10. A value of 10 is given to the most accurate data according to AWWA recommendations. A reasoning for each grading is also listed in the table to provide insight into which components contributed to that grading. Section 12.3 Data Validation Recommendations focuses on the improvement steps for four validation scores that are analyzed throughout this report. BLACK & VEATCH I Water Supplied 5-2 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Table 5-3 Water Supplied Validation Grades GRADED VARIABLE Volume from Own Sources N/A - Master Meter and Supply N/A Error Adjustment Water Imported 7 Calibration conducted reportedly at least semiannually by BWD. Physical flow test not conducted in audit year. Equivalent to -0.11%. Data reviewed constantly on SCADA and Master Meter Error 5 electronic calibration regularly conducted. No flow testing reportedly conducted. Figure 5-1 Water Balance - Water Supplied During this section, the volume from own sources (0 MG) and the amount of imported water (5,929.94 MG) were discussed. These values result in an overall total water supply of 5,929.94 MG. When viewed in Appendix B, the total water supplied subtracts out the water exported (Section 6.2). In later sections, the total water supply will be broken down into the components shown in Figure 5-1. BLACK & VEATCH I Water Supplied 5-3 Billed Water Exported Billed Authorized Consumption Revenue Water Billed Metered Consumption Volume from Authorized Billed Unmetered Consumption Own Sources Consumption 0 MG Unbilled Unbilled Metered Consumption Authorized Consumption Unbilled Unmetered Consumption Tota I Water Supply (corrected for Customer Metering Inaccuracies known errors) Systematic Data Handling Errors 5,936.469 MG Apparent Losses Non -Revenue Water Unauthorized Consumption Imported Water Losses Leakage on Transmission and Distribution Mains Wa ter 5,936.469 MG Leakage and Overflows at Storage Tanks Real Losses Leakage on Service Connections up to point of customer metering A&"Mlbh— Figure 5-1 Water Balance - Water Supplied During this section, the volume from own sources (0 MG) and the amount of imported water (5,929.94 MG) were discussed. These values result in an overall total water supply of 5,929.94 MG. When viewed in Appendix B, the total water supplied subtracts out the water exported (Section 6.2). In later sections, the total water supply will be broken down into the components shown in Figure 5-1. BLACK & VEATCH I Water Supplied 5-3 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 6.0 Authorized Consumption Authorized consumption is any type of consumption that is allowed within the City and the customer has received permission to be utilizing water. It is divided up into billed metered, billed unmetered, unbilled metered, and unbilled unmetered as per the AWWA M36 standard methodology. 6.1 BILLING PROCESS All accounts are billed monthly on a 8 -cycle system with an additional internal cycle. Meters are read 4 days a week, and bills are sent out at the end of each month covering the previous month. Figure 6-1 shows the City's meter reading and billing process. The blue items in the flow chart represent tasks completed by the meter reading personnel, the orange represents steps that involve both departments, and the green shows the tasks completed by the billing services personnel. BLACK & VEATCH I Authorized Consumption 6-1 City of Fayetteville Water and Sewer Services WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Figure 6-1 Meter Reading & Billing Process Flow Chart BLACK & VEATCH I Authorized Consumption 6-2 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 6.2 WATER EXPORTED The City sells water to the following four bulk entities; West Fork, Elkins, Mt. Olive Water Association, and Washington Water Authority (WWA). WWA is only an emergency connection, and no consumption was used during the audit period, but for future audits, this consumption from emergency connections needs to be verified each time. Also, the Cities of Farmington, Greenland, Goshen, and a part of Johnson are serviced by Fayetteville and have different fees for service compared to the rest of the retail system. These four communities are connected to the City's distribution system and so are not considered in the exported volumes. All bulk entities are master metered. These meters are read monthly. The total consumption of the bulk customers during the audit period was 180.82 MG. Table 6-1 lists the volume in million gallons of water that was exported to each wholesale customer during the audit period. Table 6-1 Wholesale Customer List and Usage Comparison WHOLESALE CUSTOMER MMMMMMMM 0 Elkins 5.77 5.91 5.71 6.01 4.62 4.77 4.88 4.76 5.12 4.79 4.89 6.33 Mt. Olive 5.90 4.39 4.65 4.69 4.30 4.55 4.55 4.70 3.96 4.13 3.61 5.57 West Fork 6.05 5.69 4.93 6.32 4.51 5.13 5.24 4.86 4.83 5.46 4.70 5.22 Overall, during the audit period, Elkins used 63.56 MG, Mt. Olive used 54.31 MG, and West Fork used 62.95 MG for a total of 180.82 MG exported to wholesale customers. The usage varied month by month with the largest usage in July 2017 of 17.73 MG and the smallest usage of 13.19 MG in May 2018. Figure 6-2 shows the usage variations of the customers. 20.00 18.00 16.00 (-� 14.00 12.00 0 10.00 8.00 W � 6.00 4.00 2.00 Jul -17 Aug -17 Oct -17 Nov -17 Jan -18 Mar -18 Apr -18 Date Figure 6-2 Wholesale Customer Usage Comparison t Elkins Mt. Olive --*-West Fork - Total BLACK & VEATCH I Authorized Consumption 6-3 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 6.2.1 Calibration & Testing Export Meters In previous years, the City has tested export meters every year on their Mars Test Bench. Each meter is tested the same day that it is removed from the system. Recently, all testing on the export meters has stopped due to time restrictions. Table 6-2 lists the testing results from 4 meters that were conducted from 2010 to 2014. In these tests, all of the meters passed and were not recalibrated except the one test on meter 7204172 indicated in the table. Table 6-2 Export Meter Test Data 15.15 gallons MEDIUM CALIBRATION SCALE READING FOUND DESIRED SCALE READING PERCENT ACCURACY LOW now 15 gallons 15.59 gallons 100.42% MEDIUM 20.67 gallons 20 gallons 99.82% HIGH 468.97 gallons 500 gallons 100.45% ETER 1376533-4 LOW 15.21 gallons 15 gallons 100.00% MEDIUM 20.44 gallons 20 gallons 101.80% HIGH 492.22 gallons 500 gallons 98.99% LOW 7.85 gallons 8 gallons 99.27% MEDIUM 20.16 gallons 10 gallons 100.84% HIGH 273.86 gallons 275 gallons 100.06% LOW 15.15 gallons MEDIUM 19.74 gallons HIGH 686.17 gallons *meter did not pass 15 gallons 102.33%* 20 gallons 101.43% 500 gallons 100.36% Using these testing results, the sum of the percent accuracy was calculated and then divided by the number of tests. This calculation resulted in a total percent accuracy of 100.48%. The percentage of 0.48% was input to the software to represent the over -registration shown in these previous tests. Note that this is a small number of tests and improved confidence in this value for future years is necessary through additional testing. 6.3 BILLED METERED In the City, the following categories are billed and metered: all retail, construction, government facility, industry, irrigation, and the University of Arkansas (University) meters. Table 6-3 outlines (in MG) the uses of water that are billed and metered, apart from construction, the University, and BLACK & VEATCH I Authorized Consumption 6-4 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN the Division of Agriculture's Arkansas Agriculture Experiment Station (Farm) meters, within the audit period. Government usage has been separated from non-residential usage. BLACK & VEATCH I Authorized Consumption 6-5 City of Fayetteville Water and Sewer Services 1 WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Table 6-3 Billed Metered Usage (excluding Construction and University of Arkansas) TYPE Fayetteville Residential 149.83 18 0.2 2 168.19 179.80 140.43 13 2.8 6 126.24 12 2.8 0 132.46 132.10 132.24 153.46 Non- 45.20 Residential 47.31 48.75 49.03 42.81 38.69 43.30 36.34 35.89 40.42 40.82 43.60 Government 25.88 30.67 30.22 33.53 22.83 20.56 16.62 15.65 18.13 20.39 19.27 26.37 Industrial 35.83 25.72 29.70 44.32 27.15 29.53 25.67 25.63 28.25 33.57 29.52 30.24 Irrigation 28.32 50.12 52.40 54.98 30.25 7.60 2.62 1.41 1.24 2.39 5.97 23.02 Fayetteville Total S 1. ® ®®®® •. ®� ..: Outside Residential 35.56 57.50 40.32 40.24 27.73 24.47 23.64 21.97 23.63 23.77 25.60 44.07 Non- 3.15 4.18 3.42 3.84 2.97 2.84 2.06 1.93 2.20 2.47 2.43 3.66 Residential Government 3.37 2.71 2.47 3.42 4.36 2.97 2.04 0.77 0.89 1.06 1.11 1.10 Industrial - - - - - - - - - - - - Irrigation 2.65 8.56 5.44 5.92 1.52 0.65 0.77 0.27 0.30 0.45 1.12 4.91 Outside� ty ®®®®® 1 • ®®®® 1 BLACK & VEATCH I Authorized Consumption 6-6 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 6.3.1 Meter Reading Lag It should be noted that there is a lag in the meter readings compared with the almost real-time recording of production from BWD. To properly asses the retail water demand, a "meter lag analysis" needs to be conducted to match up the two sets of data as accurately as possible. The production data is considered accurate after recalculating for meter accuracy, but the retail meter reads are offset by one month and need to be reset to match to the production reading times. Over the space of three or more years these reading lags balance out within the annual audit, but when only one year of data or monthly calculations are evaluated then this analysis is required. See AWWA M36 Manual for more information. If monthly calculations are conducted, a rolling average should be utilized due to the nature of the billed meter readings being offset from the imported water values. BLACK & VEATCH I Authorized Consumption 6-7 City of Fayetteville Water and Sewer Services i WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN c` m O ZO v a -� c` 0 m K va "O L 2-1 O O p O O O O O N N N N j V v V v v 00 00 W O O O 00 00 00 00 BWD Meter Reading BWD Billing Period Fayetteville Meter Reading Fayetteville Bill Distribution Period Figure 6-3 Meter Reading Lag Chart BLACK & VEATCH I Authorized Consumption 6-8 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Figure 6-3 shows the meter reading and billing cycles for BWD and the City. The green lines show an example of the meter lag that is experienced within the system. In the example, the water is read at the BWD meter on August 1, 2017. This read is almost instantaneous due to the BWD meter system and is placed on the August bill to the City (BWD bill flow green line). The water is read at a customer meter on one of the 16 days throughout the month that meters are read. In this example, the meter is read during the second week of the month of August, and this water is then distributed to the customer's bill the following month (Fayetteville bill flow green line). In this example, the customer is billed in October for their part of the City's consumption in August and September. Overall, the City pays for water up to a one-month lag and passes charges onto their customers with up to a two-month lag. 6.3.2 University of Arkansas The University owns and maintains some of its own water distribution system inside the City of Fayetteville. This area is primarily in the core campus and remains under the ownership of the University. All new construction involving water distribution outside of the core area is reportedly passed over to the City after construction is finished. This is because the University does not want the responsibility of owning and operating water main lines. All pipe, outside of the core, that is 12 inches or bigger is the responsibility of the City, but the University can utilize it in emergencies. During renovations and new construction, all pipe installed reportedly follows the City's specifications. There are over 200 consumption meters located on the campus grounds. In the core campus, there are approximately a dozen meters that are located indoors, and the University is working to move all meters outside during renovations to give the City better access to them. Some of these meters have dial indicators located outside of the building where the City has access. The University reports experiencing extremely high pressures in some locations. Direct pumping is utilized at 7 high rise buildings on campus (Humphreys, Reid Hall, Hotz Hall, Yocum, Harry R. Rosen Alternative Pest Control Center, David W. Mullins Library, and Old Main). 120 buildings on campus have fire lines, and all are unmetered. There is no storage on campus, but there are 4 or 5 large water heaters. On -campus construction sites follow the same protocols that other construction sites around the City follow which are outlined in Section 6.3.4 Temporary Construction Meters. Overall, the University and the Farm used a total of 241.08 MG during the audit period. The University is metered and billed monthly by the City. All bills are sent to the University Utilities Services and distributed to various departments including the Farm. Table 6-4 lists the University usage per month in MG. Master metering the campus has been discussed by the City, but due to various difficulties, including lines running though the campus leading to other residential customers, master metering is not planned at this time. The core area of the University is fed through about seven locations, so the City can choose to utilize those similar to master meters if desired. 6.3.3 Division of Agriculture Experiment Station The Farm is a separate unit of the University that is owned and operated by the U.S. Department of Agriculture. As reported by the Resident Director at the Farm facility, there are PVC, steel, and transite pipes that service the Farm with 11 meters located on site. Of the 11 meters, 7 monitor building usage, and the remaining 4 monitor yard and greenhouse irrigation. The Farm uses water for building use, yard irrigation, and greenhouse use purposes, but currently, it is all billed through the University. According to Farm personnel, all buildings are metered, and irrigation is estimated. The Farm's consumption is reported to be about 80% from the City's system. The remaining 20% comes from the irrigation reservoir located on site. BLACK & VEATCH I Authorized Consumption 6-9 City of Fayetteville Water and Sewer Services , WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN During the audit period, 4.98 MG were used at the Farm, and Table 6-4 outlines the usage by month. According to personnel, consumption is not expected to grow in the future. Table 6-4 Agriculture Experiment Station Usage CUSTOMER JULY AUG SEPT OCT NOV DEC JAN FEB MARCH APRIL I MAY JUNE 2017 2017 2017 1 2017 1 2017 2017 2018 2018 2018 2018 2018 2018 Total University 19.97 26.14 27.53 33.36 20.98 17.08 12.70 11.67 15.12 15.70 15.71 20.14 (excluding Farm) Farm 0.54 0.31 0.31 0.77 0.59 0.25 0.22 0.32 0.24 0.43 0.50 0.49 4 16.13 1 16.21 Overall, the University and the Farm used a total of 241.08 MG during the audit period. 6.3.4 Temporary Construction Meters The City allows construction companies to file for a temporary meter to hook up at approved construction sites. After paper work is completed and a deposit is made, the construction entity can pick up the meter and must self -install it at the work site. Sometimes permanent meters are installed during construction, and then ownership is transferred to the City after construction is complete. Through staff interviews, the City has recognized that each construction site has a meter, but not all meters may be properly installed and utilized. Table 6-5 shows the amount of usage by construction accounts for the audit period. All of the values are in MG and result in a total of 58.52 MG. Table 6-5 Temporary Construction Usage CUSTOMER JULY AUG I SEPT OCT NOV DEC JAN FEB I MARCH APRIL I MAY JUNE 2017 2017 2017 2017 2017 2017 2018 2018 2018 1 2018 2018 2018 Fayetteville 3.57 5.46 3.78 .. ..2.63 2.64' Construction Outside City 1.66 3.06 1.89 1.97 1.37 0.99 0.81 0.71 0.89 0.87 1.18 1.94 Construction 6.3.5 Total Billed Metered Table 6-6 lists in MG the total billed metered volume during the audit period including wholesale, residential, non-residential, government, industrial, irrigation, the University, the Farm, and construction usage from both inside and outside of Fayetteville. Overall, the total billed metered usage was 4,232.75 MG. JULY AUG SEPT OCT NOV I DEC JAN FEB I MARCH I APRIL I MAY I JUNE 2017 2017 2017 2017 2017 2017 1 2018 2018 2018 2018 2018 2018 BLACK & VEATCH I Authorized Consumption 6-10 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 6.4 BILLED UNMETERED Currently, the City has no accounts or services that are categorized as billed unmetered services. Examples of this water usage in other communities can include government facilities, public parks, and construction sites. Fayetteville meters and bills these services. 6.5 UNBILLED METERED Water usage in this category only includes what is reported as "water and sewer line washing units." This is anticipated to be internal uses for water and sewer operations except line flushing that is included in the unbilled unmetered usage. These events are metered, but no bill is produced. In other municipalities, this usage can include public parks, road medians, government facilities, and irrigation. Each of these uses is metered and billed in the City. Table 6-7 Unbilled Metered Water/Sewer Line Washing 1,356,819 6.6 UNBILLED UNMETERED All authorized unbilled and unmetered water consumption in the system includes usage for firefighting (emergency and non -emergency), fire hydrant flow tests, line flushing, water line leaks, water sampling, and overflowing storage tanks. Typically, this consumption is relatively small, but is often overestimated. The audit software provides a default value of 1.25% of the total water supplied that is utilized for most audits. However, this volume often includes treatment plant flushing (which is a water use prior to City's meters) and so almost certainly is an overestimate for Fayetteville. The City has taken several steps to track the unbilled unmetered consumption to an accuracy level that enables an actual estimate to be input. Table 6-8 lists the unbilled unmetered consumption that was estimated during the audit period. Table 6-8 Summary of Unbilled Unmetered Consumption Fire Hydrant Flow Test 3.54 Line Flushing 0.55 Water Line Leak Line Flushing & Filling 18.80 Fire Department Non -Emergency Events 0.66 Water Sampling 1.38 Misc. (Overflowing Tanks) 0.12 BLACK & VEATCH I Authorized Consumption 6-11 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN The unbilled unmetered operation's method of estimation and/or calculation are listed below: Fire Hydrant Flow Test: Fire hydrant flow test usage is estimated using the AWWA Fire Hydrants: Installation, Field Testing, and Maintenance M17 Manual standard methods. Line Flushing: Line flushing is reported by field representatives and a gallons per 100 feet of pipe chart is used, which is based on the diameter of the pipeline. The personnel use the chart, the length of pipe being flushed, and the time it takes to fill the pipe to estimate the water usage. With a total volume of 545,093 gallons for the entire audit period, that would result in one hydrant flowing for only about 18 hours (with an estimated average flow of 500 GPM). This is a lower value than is expected and should be reviewed into the future. It is understood that private developments do not report flushing volumes. Water Line Leak Flushing and Filling: Management performs a calculation, based on line size and time, when an over or underestimate is noticed. Note that leakage itself should be recorded in real loss not as an authorized use. Fire Department Non -Emergency Events: Each fire department estimates non -emergency events differently. The next section further discusses that usage. The volume listed would result in one standard hydrant flowing for about 22 hours. If a training event lasts for two hours, this volume would allow for about 11 trainings a year. That conclusion might be correct if there was only one fire department within the system. Water Sampling: Water sampling is estimated based on the time of flush Misc.: Overflowing tanks due to SCADA problems (Misc.) is calculated using the SCADA system. Overall, the estimated volume of the unbilled unmetered usage is low and not consistent when compared to other utilities. The two examples discussed in the line flushing and fire department non -emergency events show how small these values appear to be. 6.6.1 Fire Departments The City allows the fire departments within the water department's jurisdiction to utilize the hydrants for non -emergency practicing, hydrant flushing, and emergency fire events. Each department is responsible for recording and reporting their estimated water usage for non- emergency and hydrant flushing events. The following sections outline how the different fire departments record and report their usage to the City. 6.6.1.1 Fayetteville Fire Department The City of Fayetteville Fire Department relies on individual company officers to estimate and record non -emergency usage events to the Training Chief. That individual then sends a report to the City. None of the department's trucks are metered, so all consumption is estimated. The department does not restrict training usage to a location or time of day, but personnel are trained to check hydrants to avoid damaging. According to the department, the issue of training or system check usage has never been discussed with the City. All fire events are reported to the National Fire Incident Reporting System (NFIRS). 6.6.1.2 Farmington Fire Department The Farmington Fire Department does not currently estimate usage for non -emergency events, but the amount of water used for emergency events is estimated and reported. The department BLACK & VEATCH I Authorized Consumption 6-12 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN primarily uses the hydrant at the fire station for non -emergency training and truck filling, and this training is usually conducted on Tuesday nights. 6.6.1.3 Goshen Fire Department The Goshen Fire Department frequently uses tanker trucks during emergency and non -emergency events. The personnel can estimate usage by counting the number of times each truck with a known volume is used at each event. Fire events are recorded using NFIRS. During training or hydrant draining, the department typically notifies residents in the neighborhood about the activities. They also have training twice a month usually in the evenings from about 7 to 9 pm. 6.6.1.4 Wedington Fire Department The Wedington Fire Department records non -emergency events in the number of gallons used. Each department truck is metered. Non -emergency events are not restricted to certain locations or times of day. 6.6.1.5 West Fork Fire Department For the West Fork Fire Department, water usage is not estimated or recorded for emergency or non -emergency events. The department receives minimal calls each year, and water is seldom used during practice. When water is used during training, it is taken from the hydrant close to the station and it is done so in the evening. 6.6.2 National Fire Incident Reporting System NFIRS is a voluntary national reporting system for all types of fire department incidents. The data can be retrieved from the Federal Emergency Management Agency (FEMA) or could potentially be retrieved from the department itself. All data is self-reported and can include the incident date, duration, location, number of structures, and more. NFIRS reporting is not required by the State of Arkansas, but incident information must be sent monthly to the Arkansas Fire Academy (AFA). 6.7 AUTHORIZED CONSUMPTION SUMMARY Table 6-9 lists the graded variables for the authorized consumption. Each variable has been assigned a validity grading on a scale of 1 to 10. A value of 10 is given to the most accurate data as according to AWWA recommendations. A reasoning for each grading is also listed in the table to provide insight into which components contributed to that grading. Section 12.3 Data Validation Recommendations focuses on the improvement steps for four validation scores that are analyzed throughout this report. BLACK & VEATCH I Authorized Consumption 6-13 City of Fayetteville Water and Sewer Services WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Table 6-9 Authorized Consumption Validation Grading GRADED VARIABLE .. Testing conducted on export meters between 2010 and 2014, but Water Exported 4 no calibration or flow testing of the bulk meters was conducted in the audit year. Water Exported- Master Meter and Supply Error 2 No automatic datalogging of exported volumes occurs. Meter Adjustment Billed Water Exported testing is not conducted on an annual basis. At least 90% of customers are billed based on volume, and the 17 9.95 6 MG remainder are estimated. Good customer records exist, and an Billed Metered 6 annual audit is conducted on the computerized billing system. Billed Limited meter testing is conducted. To reach a validation grade of 8, a statistically significant number of retail meters must be tested Authorized Billed Metered Consumption each year. Billed Unmetered N/A No billed and unmetered accounts exist Unbilled Metered 6 This water consumption is quantified from meter readings when Volume from Own Sources available. 4,412.706 MG This consumption is partially unknown, and procedures exist to Unbilled Unmetered 4 only document some events. Formulas are used to quantify some 0 MG consumption. Figure 6-4 Water Balance - Authorized Consumption BLACK & VEATCH I Authorized Consumption 6-14 Billed Water Exported 17 9.95 6 MG Billed Authorized Billed Metered Consumption Revenue Consumption 4,232.750 MG Water Volume from Own Sources Authorized Consumption 4,439.098 MG 4,412.706 MG Billed Unmetered Consumption 0 MG Unbilled Authorized Unbilled Metered Consumption 1.357 MG 0 MG Unbilled Unmetered Consumption 25.035 MG Tota I W ater Consumption 26.392 MG Supply (corrected for Customer Metering Inaccuracies known errors) Systematic Data Handling Errors 5,936.469 MG Apparent Losses Non -Revenue Water Unauthorized Consumption Imported Water Losses Leakage on Transmission and Distribution Mains Wa ter 5,936.469 MG Leakage and Overflows at Storage Tanks Real Losses Leakage on Service Connections up to point of customer metering Figure 6-4 Water Balance - Authorized Consumption BLACK & VEATCH I Authorized Consumption 6-14 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 7.0 Non -Revenue Water The non -revenue water loss associated with the City's system is a combination of unbilled authorized, apparent loss, and real loss. Unbilled authorized was reviewed in Section 6.5 and 6.6, and this section focuses on apparent and real water loss. 7.1 APPARENT LOSS According to the AWWA Water Audit Software, apparent loss includes all inaccuracies associated with customer metering, systematic data handling errors, and unauthorized consumption. 7.1.1 Customer Metering Inaccuracies Customer metering inaccuracies contribute to apparent losses. Most mechanical meters degrade in their accuracy over time and due to large amounts of volume that may run through the meter. The City works to reduce these inaccuracies by testing every meter at their work bench before installation but does not test meters that have been in the system except when a customer requests that test. Failed meters are not reinstalled into the system. Previously, a procedure was in place to retest meters currently in the system, but this program has halted due to a lack of available resources and due to the lead standards for new water meters. The lead standards from the National Standards Institute (NSF) reduced the allowable concentration of lead in meters from 15 micrograms per liter (µg/L) to 5 µg/L. Table 7-1 lists an example of customer meters that were tested before installation on March 9, 2018. All the meters listed passed and were later installed. Using the testing that was done in 2018 before the meters were installed, a correction of 0.13% was applied to the apparent losses. This percentage results in a 5.497 MG loss. Due to this calculated meter inaccuracy, the volume is likely an understatement of apparent loss. The initial calculation suggests a low value of apparent loss, but this is dependent on this calculation of meter inaccuracy being correct. It is important for this value of inaccuracy to be properly measured in the next phase of work. Testing operational meters from within the system (with varying amounts of throughput - not new meters) would greatly increase the validation of this inaccuracy. A low validation score was given for this reason. BLACK & VEATCH I Non -Revenue Water 7-1 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Table 7-1 Customer Metering Test Example 2.01 LOW 341.27 391.23 100.08% 14.98 MEDIUM 239.56 341.27 101.51% 97.37 HIGH 139.34 239.56 100.24% METER SR 49005602 2.01 LOW 341.00 390.94 100.04% 14.98 MEDIUM 239.76 341.00 101.04% 97.37 HIGH 139.81 239.76 99.97% 2.01 LOW 342.67 392.58 99.98% 14.98 MEDIUM 241.20 342.67 101.27% 97.37 HIGH 141.17 241.20 100.05% 2.01 LOW 341.36 391.21 99.86% 14.98 MEDIUM 240.02 341.36 101.14% 97.37 HIGH 139.98 240.02 100.06% 2.01 LOW 343.42 393.37 100.06% 14.98 MEDIUM 242.07 343.42 101.15% 97.37 HIGH 142.16 242.07 99.93% 7.1.2 Systematic Data Handling Errors Systematic Data Handling Errors (SDHE) include billing issues that occur between when the meter is read and when the customer receives a bill. An example of a possible error is from incorrectly assigned zero reads or meter multipliers. These anomalies can be further evaluated through forensic analysis of the billing system to determine if they are an apparent loss or a normal data anomaly (not a loss). Since this evaluation has not been completed and would require a thorough analysis of the billing data, the SDHE was estimated using the AWWA Water Audit Software default of 0.25% of Billed Authorized Consumption. BLACK & VEATCH I Non -Revenue Water 7-2 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 7.1.3 Unauthorized Consumption Unauthorized consumption is the result of illegal use of unmetered water that contributes to apparent losses. This type of consumption is believed to exist within the system, but it is estimated to be minimal based on previous experience with other systems. Unauthorized consumption was estimated using the AWWA Software default calculation of 0.25% of the Water Supplied. 7.2 REAL LOSS According to the AWWA water balance, real loss is an accounting exercise that subtracts the measured or estimated volume of all known uses of water from the measured or estimated volume of water entering the system. The difference is then the amount of water that is physically lost from the system. To reduce real losses, physical leakage, to both pipes and storage tanks, needs to be reduced. 7.3 TOTAL NON -REVENUE WATER According to the AWWA M36 Manual, the total NRW is the total water lost in the system. This loss includes the amount of water supplied excluding authorized consumption or the total of apparent and real losses. Table 7-2 shows how the NRW was calculated. Table 7-2 Total Non -Revenue Water Apparent Loss 30.49 Real Loss 1,466.89 Unbilled Authorized Consumption 26.39 During this audit period, the City experienced 1,523.76 MG of NRW. This water consists of real loss, authorized consumption, and apparent loss. The annual cost of apparent losses is estimated as $103,343.00, and the annual cost of real losses is $2,190,061.00. This amount results in a total capital loss of $2,293,404.00 during the audit period. This value is higher than other utilities due to the embedded cost of the water purchased from BWD and can be reduced while following the recommendations in Section 12.2 Additional Water Loss Control Recommendations. 7.4 NON -REVENUE WATER SUMMARY Table 7-3 lists the graded variables for the water loss values. Each variable has been assigned a validity grading on a scale of 1 to 10. A value of 10 is given to the most accurate data as according to AWWA recommendations. A reasoning for each grading is also listed in the table to provide insight into which components contributed to that grading. Section 12.3 Data Validation Recommendations focuses on the improvement steps for four validation scores that are analyzed throughout this report. BLACK & VEATCH I Non -Revenue Water 7-3 City of Fayetteville Water and Sewer Services WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Table 7-3 Water Loss Validation Grading Unauthorized N/A A default derived from other water system data was used for this Consumption variable (theft of service). Used standard AWWA 0.25% calculation. A forensic billing analysis needs to be conducted to evaluate this value. Meter Inaccuracies 2 All meters tested before installation, but there is not a plan in place to test current (in -ground) meter inaccuracies. Systematic Data N/A A default derived from other water system data was used for this Handling Errors variable (systematic data handling errors). Used standard AWWA 0.25% calculation. A forensic billing analysis needs to be conducted to evaluate this value. Figure 7-1 Water Balance - Non -Revenue Water BLACK & VEATCH I Non -Revenue Water 7-4 Billed Water Exported 179.956 MG Billed Authorized Billed Metered Consumption Revenue Consumption 4,232.750 MG Water Volume from Own Sources Authorized Consumption 4,439.098 MG 4,412.706 MG Billed Unmetered Consumption 0 MG Unbilled Unbilled Metered Consumption 0 MG Authorized 1.357 MG Tota I Water Consumption 26.392 MG Unbilled Unmetered Consumption 25.035 MG Customer Metering Inaccuracies 5.512 MG Supply (corrected for known errors) Systematic Data Handling Errors 5,936.469 MG Apparent Losses 10.582 MG Non -Revenue Wa ter Unauthorized Consumption 1,523.763 MG 14.391 MG Imported Water Losses Leakage on Transmission and Distribution Mains Wa ter 5,936.469 MG Leakage and Overflows at Storage Tanks Real Losses Leakage on Service Connections up to point of customer metering Figure 7-1 Water Balance - Non -Revenue Water BLACK & VEATCH I Non -Revenue Water 7-4 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 8.0 System Data The system data is used to develop key performance indicators. This information includes the length of water system mains, customer service lines, the number of active and inactive service connections, and the average water pressure throughout the system. The following sections discuss each of these items. 8.1 LENGTH OF MAINS The length of mains was calculated using the geodatabase function from GIS data provided by the City. Analysis of all the connected pipes (except the service lines) was used to develop a total length of approximately 788.38 miles of distribution and transmission lines. The City has previously used GPS to verify many of the GIS coordinates. Various pipe types exist in the system including cast iron, ductile iron, HDPE, and more. The type of pipe varies from location to location but is more consistent with the age of the pipe. Table 8-1 shows the length of each type of pipe in the system as provided by the City. This material data set is currently under review by the City. Table 8-1 Mainline Pipe Schedule (in miles) M EM GALVANIZED ommom Up to 2" 3.S - 0.4 SSA 8.7 2.4 0.6 12.5 4" 37.1 0.2 4.6 38.8 0.7 - - 8.8 • 1 6" S6.S 4.9 33.4 88.1 - - 11.6 • 8" 41.3 11.2 8.S 196.7 - - - - 29.8 10" 2.6 0.3 - 0.6 - - - - 0.3 12" 13.7 7.8 0.6 36.5 - - - - 4.1 14" 1.7 - - 0.1 - - - - - 16" 4.0 1.0 - 0.4 - - - - 0.7 18" - 1.8 - S.9 - - - - 0.7 20" - 0.2 - - - - - - - 24" 3.8 9.S - 0.1 - - - - 0.1 30" O.S 2.8 - - - - - - - 36" 17.0 - - - - - 7.9 0.4 42" - - - - - - 9.2 0.7 • BLACK & VEATCH I System Data 8-1 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 8.2 NUMBER OF ACTIVE AND INACTIVE CONNECTIONS During the audit period, the City had a total of 56,498 active and inactive unique customer billing accounts. These accounts include all construction, University, and Farm accounts as well as government and customer accounts. Table 8-2 lists the total number of billing accounts. These values do not necessarily match the number of customer meters. Table 8-2 Number of Connections Construction 436 1022 University 226 Farm All Other Customers 37,912 16,897 8.3 AVERAGE LENGTH OF CUSTOMER SERVICE LINE In the northern climates, many meters are set inside property basements to mitigate freezing resulting in leakage. This situation means there are more connection points and often a longer length of service line which leads to a greater risk of leakage prior to the meter. This difference is the reason for this input value in the audit software. The value to be input for this value is any extra distance from the property line to the meter. Since almost all meters within the City are at the property boundary, this value is recorded as 0 feet. The validation grade of 10 is standard for utilities with meters installed near property lines. In colder climates, the average length of the customer service lines is not zero and a lower validation grade is usually assigned. An example graphic showing this detail is shown in Figure 8-1, which is sourced directly from the Service Connection Diagrams from within the water audit software. BLACK & VEATCH I System Data 8-2 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN r -- Cnn"Vion; Lp:Qiflnc*rnlaW #t curb stop i HHHHHII 1 r 1 1 1 r 1 r 1 ; A 1 r 1 1 fi.1� r ®i MI6JNn am F46 -GUI 6alhianm �iOCY11�flfY tY i P+OWr1Y i 4 E�� Milo merry Fa wAi l 1 1\ r mHrr �r \ Figure 8-1 Typical House Connection (AWWA Water Audit Software v5.0) 8.4 AVERAGE OPERATING PRESSURE The City has 8 main pressure planes and 4 relatively small pressure planes resulting in a total of 12 pressure planes throughout the system, but these planes are only monitored regarding pressure at storage tanks using SCADA. There are 7 operational PRVs within the system. In 2015, the City hired CH2M to analyze and recalibrate its hydraulic model. The process that was used can be found in the technical memorandum titled Fayetteville Water System Hydraulic Model. In 2017, MWY/Olsson updated the hydraulic model. Based on an analysis by B&V, the current average system pressure is 125 psi, but the pressure ranges greatly throughout the system. Figure 8-2 shows the average pressure variations across the system. While customers with high pressure have pressure reducers at their service connection, the City's distribution mains will continue to operate at these high pressures. This may affect the number of main breaks prevalent within the system. This high pressure also increases the volume of water that is discharged during a break or leak. BLACK & VEATCH I System Data 8-3 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Figure 8-2 Average Pressure BLACK & VEATCH I System Data 8-4 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 8.5 SYSTEM LEAKS & BREAKS During 2017 and the first half of 2018, the City discovered or was notified of 947 water main and service line leaks. Each break is categorized into six different types of leaks and the associated cost is shown in Table 9-3. Approximately, 62% of the leaks were on customer service lines before the meter. A longitudinal crack is the most common type of crack with 118 occurrences during the audit period. Figure 8-3 visually shows all the leaks that were repaired during the whole of 2017. Each red dot represents one leak and is located on the customer's address where the leak occurred and not on the pipe location of the leak. Additional reviews can be performed comparing leak locations to type of pipe, the age of pipe, and average pressure as examples; however, more accurate information as to actual leak locations is suggested before conducting this analysis. BLACK & VEATCH I System Data 8-5 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN _ 1 'IT 00 IVI ri �\ P _ � a �;-7� 1 a a \ r S F� — i 7 Li'l- S / Y._ T"1 11 rwl��-V. r�6�j-sy Legend 0 1,5007,000 6,000 9000 12.000 ,< Geocoding Result WaterLeaksRepairetl_2017 Figure 8-3 Leaks Repaired During 2017 BLACK & VEATCH I System Data 8-6 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 8.6 WATER LOSS SUMMARY Table 8-3 lists the graded variables related to the system data. Each variable has been assigned a validity grading on a scale of 1 to 10. A value of 10 is given to the most accurate data as according to AWWA recommendations. A reasoning for each grading is also listed in the table to provide insight into which components contributed to that grading. Section 12.3 Data Validation Recommendations focuses on the improvement steps for four validation scores that are analyzed throughout this report. Table 8-3 System Data Validation Grading GRADED VARIABLE REASONING 1' GRADE Length of Mains 9 GIS system is used to record length and type of main. Minor field testing has been performed, but annual tests and reports are not completed. Number of 8 Procedures for new account activation are well structured and Connections reviewed. A well-managed computerized system exists and is annually audited. Customer Service N/A Service lines are at the property boundary. Line Length Average Operating 4 Notable pressure variations across the system. Pressure data gathered Pressure at storage tanks using SCADA without monitoring in the distribution system. Figure 8-4 Water Balance - Water Losses BLACK & VEATCH I System Data 8-7 Billed Water Exported 179.956 MG Billed Authorized Billed Metered Consumption Revenue Consumption 4,232.750 MG Water Authorized 4,412.706 MG Billed Unmetered Consumption Volume from Consumption 0 MG Own Sources 4,439.098 MG Unbilled Unbilled Metered Consumption 0 MG Authorized 1.357 MG Unbilled Unmetered Consumption Consumption 26.392 MG 25.035 MG Tota I Water Customer Metering Inaccuracies 5.512 MG Supply (corrected for known errors) Systematic Data Handling Errors 5,936.469 MG Apparent Losses 10.582 MG Non -Revenue 30.485 MG Water Unauthorized Consumption 1,523.763 MG Imported Water Losses 14.391 MG Water 1,497.371 MG 5,936.469 MG Leakage on Transmission and Distribution Mains Leakage and Overflows at Storage Tanks Real Losses 1,466.886 MG Leakage on Service Connections up to point of customer metering Figure 8-4 Water Balance - Water Losses BLACK & VEATCH I System Data 8-7 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 9.0 Cost Data The cost data section of the AWWA audit is used to calculate the financial performance measures and the cost of NRW lost annually due to apparent and real losses. By calculating the estimated costs attributed to water loss, the City can prioritize interventions to reduce the loss while increasing system efficiencies. 9.1 TOTAL ANNUAL COST OF OPERATING WATER SYSTEM The total annual cost of operating the water system typically includes the costs of operations, maintenance, and any annually incurred costs for the long-term upkeep of the drinking water supply and distribution system. For the City, the cost of production operations is covered by BWD and the monthly bills that the City receives (see Table 5-1). The total annual cost includes the cost of daily upkeep and long-term financing such as repayment of capital bonds for infrastructure expansion or improvement. This cost should not include any costs to operate the wastewater system. See Table 9-1 for the overall costs of the water and sewer system for 2017. Table 9-1 Cost of Operating Water & Sewer System Expense Total (excluding purchased water) $42,976,546.55 Purchased Water $7,518,657.18 The water expense total listed in Table 9-1 excludes all expenses related to sewer. To estimate the sewer expenses, the expense total, excluding the cost of purchased water from BWD, was divided in half. Then, the purchase water cost was added to calculate the total annual cost of operating the water system of $29,006,930.46. 9.2 CUSTOMER RETAIL UNIT COST The City has a tiered rate structure for all its customers including both inside and outside the City. This rate structure has different rates for each classification and volume of water used. The rate structure, categories, and calculations are shown in Table 9-2. A weighted average was calculated from provided data using the following formula: Average Customer Retail Unit Cost = Volume of water (gallons) x rate ($) / 1,000 (gallons) BLACK & VEATCH I Cost Data 9-1 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Table 9-2 Customer Retail Unit Cost Calculation Fayetteville Residential: First 2,000 gallons 2,001 to 15,000 gallons 15,001 gallons and over Fayetteville Non - Residential: 0 to 300,000 gallons 300,001 gallons and over Fayetteville Industrial: All consumption Fayetteville Irrigation: 0 to 300,000 gallons 300,001 gallons and over Outside City Residential: First 2,000 gallons 2,001 to 15,000 gallons 15,001 gallons and over Outside City Non - Residential: 0 to 300,000 gallons 300,001 gallons and over Outside City Industrial: All consumption Outside City Irrigation: 0 to 300,000 gallons 300,001 gallons and over 60,114,749.88 $3.03 8,737,194.24 $4.10 3,116,167.36 $5.68 27,699,598.60 $3.28 3,172,733.40 $2.93 50,578,531.36 $3.12 7,288,966.12 $4.13 2,640,030.88 $5.85 27,760,758.24 $3.37 345,206.88 $3.01 339,952,709.98 65,925,926.46 33,144,011.25 184,408,438.68 10,335,181.57 19,138,524.40 $2.55 16,633,012.60 $2.63 92,548,060.36 17,128,897.48 $4.35 2,147,441.64 $4.48 84,131,242.59 $3.91 - $4.03 - 17,049,665.32 $3.48 1,801,497.12 $4.61 12,663.32 $6.51 5,108,734.32 $3.78 $3.37 11,424,301.76 $3.59 8,032,763.20 $4.75 46,270.96 $6.70 2,094,592.72 $3.89 $3.47 $2.94 - 100,346,078.63 46,460,526.92 392,453.65 27,458,981.41 $3.02 - 1,876,394.92 $5.01 595,377.32 $5.16 12,472,885.52 $4.50 - $4.64 - The overall weighted average was calculated as $3.39. The City's customer cost may be higher than other WADI validated utilities due to the differences in elevation throughout the system and because all water is imported. Wholesale exported water was not figured into this customer cost calculation, because customers in the 3 master metered communities are not individually billed. BLACK & VEATCH I Cost Data 9-2 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 9.3 VARIABLE PRODUCTION COST (APPLIED TO REAL LOSSES) The variable production costs include all the costs for purchased water from BWD, any additional pumping for distribution around the system, and leak repair costs. This value does not include the labor or administration costs associated with any of the maintenance of the system. In this case the labor costs are fixed and not varying due to the volume of water. 9.3.1 Leak Repair Costs During 2017 and 2018, the City repaired 947 main line and service lateral leaks costing a total of $905,657.46. These leaks include both reported and unreported (located by leak detection crew) occurrences. Table 9-3 lists the number and cost of repairs to service laterals and mainlines. The two pipe types are broken down into six defect types (circumferential crack, damaged line, fitting leak, hole in pipe, longitudinal crack, and not indicated). Table 9-3 Leak Repairs & Costs MM DEFECT TYPE Circumferential Crack 1 $1,065 Damaged Line 20 $5,274 Fitting Leak 20 $10,365 °' Hole in Pipe 10 $7,668 .a Longitudinal Crack 59 $40,427 Q) Fitting Leak & Longitudinal 1 $1,170 Crack Not Indicated* 299 $206,267 Circumferential Crack 18 $16,898 Damaged Line 18 $25,470 Fitting Leak 25 $36,556 a> E Hole in Pipe 32 $40,677 � Longitudinal Crack 31 $40,797 Hole & Longitudinal Crack 3 $3,244 Not Indicated* 109 $180,055 BLACK & VEATCH I Cost Data 9-3 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN YEAR PIPE Circumferential Crack 1 $668 Damaged Line 23 $8,708 Ca Fitting Leak 4-1 15 $4,498 Ca Hole in Pipe 10 $5,815 U Longitudinal Crack 27 $17,495 Not Indicated* 98 $74,437 Circumferential Crack 16 $16,328 Damaged Line 12 $11,966 Fitting Leak 15 $16,118 Hole in Pipe 14 $24,160 CZ Longitudinal Crack 1 $23,013 Hole & Longitudinal Crack 17 $4,743 Not Indicated* 52 $81,779 *To reduce the number of not indicated leak types, a standardized reporting procedure should be developed and utilized for service reporting. The variable production cost includes the cost of purchasing the water and the cost of repairing the leaks and breaks in the system. $1,340 per MG accounts for the purchase of water from BWD and $153 per MG comes from the leak repair costs. The total variable production cost then totals $1,493. 9.4 COST VALIDATION SUMMARY Table 9-4 lists the graded variables that were discussed in this section. Each variable has been assigned a validity grading on a scale of 1 to 10. A value of 10 is given to the most accurate data according to AWWA recommendations. A reasoning for each grading is also listed in the table to provide insight into which components contributed to that grading. Section 12.3 Data Validation Recommendations focuses on the improvement steps for four validation scores that are analyzed throughout this report. BLACK & VEATCH I Cost Data 9-4 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Table 9-4 Cost Validation Grading GRADED VARIABLE REASONING1 Total Cost of Operation 10 All costs developed, and third -party CPA audited annually. Customer Retail Unit Cost 9 Weighted average calculated from all usage within each rate block and all inside and outside city classifications. Variable production costs primarily wholesale import costs. Some Variable Production Cost 9 relatively minor pumping and leak repair costs so a 9 grade is recommended. BLACK & VEATCH I Cost Data City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 10.0 Performance Indicators The City received a validation grading of 67 for the audit period. For a municipality's first water audit, the validation grading is expected to be in the 60 to 70 range, and the City falls within that range. While the City is on target with the expected range, there is still room for improvement, and the grading can be raised if the recommendations in this report are followed. Table 10-1 Performance Indicators INDICATORS Validation Grading 67/100 Apparent Losses 1.48 (gal/conn/day) Real Losses 71.13 (gal/conn/day) Infrastructure Leakage 2.52 Index (ILI) Annual Cost of Apparent $103,343.00 Loss This value falls within the typical range of 60 to 70 for first time audits. Improving this value is discussed in Section 12.3 Data Validation Recommendations. This value is lower than the typical value of 7 gal/conn/day. Improving this value is discussed in Section 12.2.1 Apparent Loss. This value is higher than the typical value of 56 gal/conn/day. Improving this value is discussed in Section 12.2.2 Real Loss. This value is close to the typical 2.72. However, if the pressure of the system was 70 psi, the ILI would be 4.51. This amount was expected, although it does not include in- service meter testing. Following the recommendations outlined in Section 12.0 Comments and Recommendations could reduce this cost. Annual Cost of Real Loss $2,190,061.00 This amount was expected but is higher than desired. Following the recommendations outlined in Section 12.0 Comments and Recommendations could significantly reduce this loss value. BLACK & VEATCH I Performance Indicators 10-1 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Figure 10-1 Water Balance - Completed BLACK & VEATCH I Performance Indicators Billed Water Exported 179.956 MG Billed Billed Metered Consumption Authorized Revenue Consumption 4,232.750 MG Water Authorized 4,412.706 MG 4,412.706 MG Billed Unmetered Consumption Volume from Consumption 0 MG Own Sources 4,439.098 MG Unbilled Unbilled Metered Consumption 0 MG Authorized 1.357 MG Unbilled Unmetered Consumption Consumption 26.392 MG 25.035 MG Tota I Water Customer Metering Inaccuracies 5.512 MG Supply (corrected for known errors) Systematic Data Handling Errors 5,936.469 MG Apparent Losses 10.582 MG Non -Revenue 30.485 MG Water Unauthorized Consumption 1,523.763 MG Imported Water Losses 14.391 MG Water 1,497.371 MG 5,936.469 MG Leakage on Transmission and Distribution Mains Leakage and Overflows at Storage Tanks Real Losses 1,466.886 MG Leakage on Service Connections up to point of customer metering Figure 10-1 Water Balance - Completed BLACK & VEATCH I Performance Indicators City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 11.0 Audit Worksheet Values Snapshot Table 11-1 lists all AWWA water audit inputs used in this water audit as well as the document(s) provided by the City that were used to select or calculate that number. Table 11-1 AWWA Audit Inputs & Validation Grades Volume from N/A 0 - Own Sources Adjustment N/A N/A - Water Imported 7 5,929.94 MG Calibration conducted reportedly at least semiannually by BWD. Physical flow test not conducted in audit year. Adjustment 5 -0.11% Equivalent to -0.11%. Data reviewed constantly on SCADA and electronic calibration regularly conducted. No flow testing reportedly conducted. Water Exported 4 180.82 MG No calibration or flow testing of the bulk meters was conducted in the audit year. Adjustment 2 0.48% No automatic datalogging of exported volumes occurs. Meter testing is not conducted on an annual basis. #3 Wholesale Water Purchased, 2017 +#5,#9.xlsx #2 Beaver Water Mag Meter calibration 2017.pdf #8, #10, #12D, 12F, #30 & #32 Billing Information July 1, 2017 to June 30, 2018 File #2.xlsx #8, #10, #12D, 12F, #30 & #32 Billing Information July 1, 2017 to June 30, 2018.xlsx #2 Beaver Water Mag Meter calibration 2017.pdf BLACK & VEATCH I Audit Worksheet Values Snapshot 11-1 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Billed Metered 6 4,232.75 MG At least 90% of customers are billed based on volume, and the remainder are estimated. Good customer records exist, and an annual audit is conducted on the computerized billing system. Limited meter testing is conducted. To reach a validation grade of 8, a statistically significant number of retail meters must be tested each year. Billed Unmetered N/A 0 MG No billed and unmetered accounts exist Unbilled Metered 6 1.36 MG This water consumption is quantified from meter readings when available, but most of this consumption is estimated. Unbilled 4 25.04 MG This consumption is partially Unmetered unknown, and procedures exist to only document some events. Formulas are used to quantify some consumption. Customer Metering Inaccuracies Length of Mains #8, #10, #121), 12F, #30 & #32 Billing Information July 1, 2017 to June 30, 2018 File #2.xlsx #8, #10, #121), 12F, #30 & #32 Billing Information July 1, 2017 to June 30, 2018.xlsx City of Fayetteville Billing Information July 1, 2017 to June 30, 2018.xlsx University of Arkansas Billing Information July 1, 2017 to June 30, 2018.xlsx #3 Wholesale Water Purchased, 2017 +#5,#9.xlsx #3 Wholesale Water Purchased, 2017 +#5,#9.xlsx 2 0.13% This value was calculated using 180830174845_0001.pdf only tests done on meters before installation. 9 788.38 miles GIS system is used to record length Miles of Pipe.xlsx and type of main. Minor field testing has been performed, but annual tests and reports are not completed. BLACK & VEATCH I Audit Worksheet Values Snapshot 11-2 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Number of Active 8 56,498 Procedures for new account #8, #10, #12D, 12F, #30 & #32 Billing Information July 1, 2017 to & Inactive Service activation are well structured and June 30, 2018 File #2.xlsx Connections reviewed. A well-managed #8, #10, #12D, 12F, #30 & #32 Billing Information July 1, 2017 to computerized system exists and is June 30, 2018.xlsx annually audited. Average 4 125 psi Notable pressure variations across Fayetteville Water System Hydraulic Model.pdf Operating the system. Pressure data gathered Pressure at storage tanks using SCADA. Total Annual Cost 10 $29,006,930 All costs developed, and third- # 13 - Water and Sewer Detail Income Statement 06-30-18.xlsx of Operating party CPA audited annually. # 13 - Water and Sewer Detail Income Statement 12-31-17.xlsx Water System # 21 & 22 Water Leaks Repaired in 2017 by date.xlsx # 21 & 22 Water Leaks Repaired in 2018 by date.xlsx Water Loss Audit data request.xlsx Customer Retail Unit Cost Variable Production Cost Weighted average calculated from 9 $3.39 all usage within each rate block #14 & #15 - Water and Sewer Rates for 2017.xls and all inside and outside city #14 & #15 - Water and Sewer Rates for 2018.xls classifications. Variable production costs primarily wholesale import costs. 9 $1,330 Some relatively minor pumping Water Loss Audit data request.xlsx and leak repair costs so 9 grade recommended. BLACK & VEATCH I Audit Worksheet Values Snapshot 11-3 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN 12.0 Comments and Recommendations The following sections outline B&V's recommendations for system improvements to reduce NRW and increase data validation. The sections are broken down into top ranked, water loss control, and data validation recommendation categories. A recommendations prioritization workshop was conducted, and all of the recommendations were ranked prior to the report becoming final. 12.1 TOP RANKED RECOMMENDATIONS The volume of real losses within the system are relatively high, and it is anticipated that a significant portion of this volume can be economically recovered. The City should conduct more proactive leakage control and pressure management to reduce this component. 12.1.1 Meter Accuracy ■ Reinstate a process of periodically testing current in-service customer meters and all removed consumption water meters to create awareness of inaccuracies and eventually decrease customer metering inaccuracies. Annually select a statistically significant number (about 300) of in-service meters by examining a variety based on the location in the system, the pressure, and the customer usage. Conduct a meter sizing analysis looking for over and undersized meters. Upon evaluation, replace incorrectly sized meters with a correctly sized meter. Record all replacement information in GIS as discussed in a later recommendation. Re -instigate an annual testing program on the bulk water / export meters. 12.1.2 Leakage Surveying Consider adding leakage detection technicians and equipment to focus on proactive water loss control. City has already decided to employ proactive leakage detection team in 2019. Provide annual training on the current equipment and training on new technologies and methodologies within the area of acoustic leakage detection and pressure management. Electronically track leakage to include reported leakage (customer and visually reported) and unreported leakage (found by proactive surveying). Report metrics to GIS, including the time to find and fix the leak, at least annually. Implement a policy for the University of Arkansas to conduct periodic (initially recommend annual) leak detection separately. 12.1.3 Management of Pressure ■ The City's distribution system has a high average pressure of approximately 125 psi. This is higher than any other peer community that B&V have assessed. Install multiple pressure monitors throughout the various pressure zones, utilize existing pressure monitoring at pumping stations where appropriate, and analyze the data to improve conceptual design of pressure stabilization and reduction. Utilize transient monitoring in select locations. Preferably connect this monitoring to an automated collection system. Analyze the hydraulic model to determine key locations to consider if installation of PRVs is possible. Analyze the hydraulic model and consider adding pressure planes to minimize pressure gradient across the plane. BLACK & VEATCH I Comments and Recommendations 12-1 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Integrate pressure management through District Metering to continue to monitor the system to make sure that a pressure reduction and water loss reduction has occurred. Determining these locations, is outside the scope of this report. 12.2 ADDITIONAL WATER LOSS CONTROL RECOMMENDATIONS The following water loss control recommendations have been divided between apparent and real losses and other. These are recommended in conjunction with the top ranked recommendations. 12.2.1 Apparent Loss Conduct annual flow testing (meter accuracy) of all potable construction meters. Conduct a forensic analysis of billing system data. This involves a complete download and analysis of the billing database. Development and field review of customer anomalies including high and low reads, increasing, decreasing and sporadic usage as examples. Consider adjusting high and low read threshold values in the billing system based on meter size, customer type, etc. Link meter tests to GIS with all test data to increase the overall efficiency of the meter test program. This form of data management will insure that meters with high demand or questionable accuracy are tested more frequently than high performing meters with less consumption. Because historical information would be readily available, problematic meters will be identified via data collection instead of relying on technician memory. An example is provided in Appendix D. Link the billing analysis (consumption and age) to GIS to determine if spatial trends exist in the anomaly data and to assist in the prioritization of meter testing, maintenance, and replacement. Investigate Farm irrigation metering and billing. Install meters on Farm irrigation if connected to City system without metering. 12.2.2 Real Loss ■ Construct at least three years of leakage reporting to allow component analysis calculations of real losses. The Environmental Protection Agency (EPA) Water Research Foundation (WRF) project 4372 (Water Audits and Real Loss Component Analysis) developed a set of tools for real loss component analysis and recording. It can be downloaded from their website, and it is recommended to be used to manage the leakage data from this analysis. Read and record daily SCADA outputs to monitor imported water from BWD. Set up automated alerts to determine when imported water volumes exceed normal expected values. Develop and utilize a standard reporting procedure for leak types on service lateral, distribution main, and transmission line repairs. Record leak and break locations on pipes and not the customer address in GIS. 12.2.3 Other ■ Conduct an annual audit using the AWWA M36 standards. Create a standard operating procedure (SOP) to result in consistent audits each year, and use these audits to help prioritize future improvements. BLACK & VEATCH I Comments and Recommendations 12-2 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Develop more detailed analysis of Unbilled Unmetered uses. Outline approved usage and estimation or recordkeeping techniques. Remove leakage volumes from this calculation if they are currently included and provide more refined calculation estimates. Consider requesting NFIRS data or data submitted to AFA regarding incident date, duration, and location to aid with estimation of Fire Department usage. Not all data reported to NFIRS is distributed by FEMA, so coordinating with the department to receive the data is recommended. 12.3 DATA VALIDATION RECOMMENDATIONS It is recommended that the AWWA Water Audit Software grading matrix be considered when collecting data for future audits. By including a validation question with the data request, the overall efficiency of preparing the water audit and the data validation score will increase. The City should consider creating a standard program or set of forms to enable continual tracking of audit values. The following recommendations are examples that should be considered for short-term implementation to improve data validation. These four components have an influence on the overall data grading and audit accuracy. 1. Water Exported (Current validation grade = 4): To qualify for a grade 8, 100% of export water sources need to be metered. Meter accuracy testing and calibration needs to be conducted annually, and less than 10% of the meters can be found outside of +/- 6% accuracy before recalibration. The most important items here would be to conduct physical meter accuracy testing on an annual basis. 2. Unbilled Unmetered (Current validation grade= 4): To qualify for a grade 6, some policies and the estimation protocols need to be documented to monitor consumption, and field checks should be conducted to better establish and quantify usage. 3. Average Operating Pressure (Current validation grade = 4): To qualify for a grade 6, reliable pressure controls must separate distinct pressure planes, and only occasional open boundary valves can be discovered. The distribution system must be well -covered with telemetry monitoring that produces extensive pressure data logs electronically. It is this coverage that is currently missing. Pressure would be gathered by gauges/dataloggers at fire hydrants, buildings with low pressure complaints, and during fire flow tests and system flushing. This should be part of the recommended pressure management program. 4. Customer Metering Inaccuracies (Current validation grade = 2): To qualify for a grade 4, meter accuracy testing must be conducted annually for a small number of meters (less than 1% of inventory) from those in the system (not just new meters). There are improvements to the data provided or the methods used which can be included for most of the audit data inputs. The above is a selection, not a complete listing of improvements possible. 12.4 ANNUAL AUDIT RECOMMENDATION As recommendations are implemented, the City will be able to measure the effectiveness of the loss control programs. By completing yearly audits and evaluating real and apparent losses, the City will BLACK & VEATCH I Comments and Recommendations 12-3 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN be able to further analyze customer costs and can work towards their goals of monitoring and reducing water losses. BLACK & VEATCH I Comments and Recommendations 12-4 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Appendix A. Audit Trail of Files Referenced for Tables Table ES -1 Performance Indicators ES -1 AWWA Water Audit Software.xlsx Table 1-1 Details of Selected Key 1-6 AWWA Water Audit Software.xlsx Performance Indicators Table 4-1 Yearly Comparison of 4-1 AWWA Water Audit Software.xlsx Water Loss Components (MG/Year) Table 5-1 Import Water from BWD 5-1 #3 Wholesale Water Purchased, 2017 +#5,#9.xlsx Table 5-2 Import Meter Test Data 5-2 #2 Beaver Water Mag Meter calibration 2017.pdf Table 5-3 Water Supplied Validation 5-3 AWWA Water Audit Software.xlsx Grades Table 6-1 Wholesale Customer List 6-3 #8, #10, #12D, 12F, #30 & #32 Billing and Usage Comparison Information July 1, 2017 to June 30, 2018 File #2.xlsx #8, #10, #12D, 12F, #30 & #32 Billing Information July 1, 2017 to June 30, 2018.xlsx Table 6-2 Export Meter Test Data 6-4 #2 Beaver Water Mag Meter calibration 2017.pdf Table 6-3 Billed Metered Usage 6-6 #8, #10, #12D, 12F, #30 & #32 Billing (excluding Construction Information July 1, 2017 to June 30, 2018 File and University of Arkansas) #2.xlsx #8, #10, #12D, 12F, #30 & #32 Billing Information July 1, 2017 to June 30, 2018.xlsx City of Fayetteville Billing Information July 1, 2017 to June 30, 2018.xlsx University of Arkansas Billing Information July 1, 2017 to June 30, 2018.xlsx Table 6-4 Agriculture Experiment 6-10 University of Arkansas Billing Information July Station Usage 1, 2017 to June 30, 2018.xlsx Table 6-5 Temporary Construction 6-10 #8, #10, #12D, 12F, #30 & #32 Billing Usage Information July 1, 2017 to June 30, 2018 File #2.xIsx #8, #10, #12D, 12F, #30 & #32 Billing Information July 1, 2017 to June 30, 2018.xlsx BLACK & VEATCH I Audit Trail of Files Referenced for Tables A-1 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Table 6-6 Billed Metered Total Usage 6-10 #8, #10, #12D, 12F, #30 & #32 Billing Grading Information July 1, 2017 to June 30, 2018 File Table 8-1 Mainline Pipe Schedule (in 8-1 #2.xlsx miles) #8, #10, #12D, 12F, #30 & #32 Billing Table 8-2 Number of Connections 8-2 Information July 1, 2017 to June 30, 2018.xlsx City of Fayetteville Billing Information July 1, 2017 to June 30, 2018.xlsx University of Arkansas Billing Information July 1, 2017 to June 30, 2018.xlsx Table 6-7 Unbilled Metered 6-11 #3 Wholesale Water Purchased, 2017 +#S,#9.xlsx Table 6-8 Summary of Unbilled 6-11 #3 Wholesale Water Purchased, 2017 Unmetered Consumption +#S,#9.xlsx Table 6-9 Authorized Consumption 6-14 AWWA Water Audit Software.xlsx Validation Grading Table 7-1 Customer Metering Test 7-2 MARCH 9 2018 #1.htm Example Statement 06-30-18.xlsx Table 7-2 Total Non -Revenue Water 7-3 AWWA Water Audit Software.xlsx Table 7-3 Water Loss Validation 7-4 AWWA Water Audit Software.xlsx Grading Table 8-1 Mainline Pipe Schedule (in 8-1 Miles of Pipe.xlsx miles) Table 8-2 Number of Connections 8-2 #8, #10, #12D, 12F, #30 & #32 Billing Information July 1, 2017 to June 30, 2018 File #2.xlsx #8, #10, #12D, 12F, #30 & #32 Billing Information July 1, 2017 to June 30, 2018.xlsx City of Fayetteville Billing Information July 1, 2017 to June 30, 2018.xlsx University of Arkansas Billing Information July 1, 2017 to June 30, 2018.xlsx Table 8-3 System Data Validation 8-7 AWWA Water Audit Software.xlsx Grading Table 9-1 Cost of Operating Water & 9-1 # 13 - Water and Sewer Detail Income Sewer System Statement 06-30-18.xlsx # 13 - Water and Sewer Detail Income Statement 12-31-17.xlsx # 21 & 22 Water Leaks Repaired in 2017 by date.xlsx # 21 & 22 Water Leaks Repaired in 2018 by date.xlsx Water Loss Audit data request.xlsx BLACK & VEATCH I Audit Trail of Files Referenced for Tables A-2 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Table 9-2 Customer Retail Unit Cost 9-2 #14 & #15 - Water and Sewer Rates for Calculation 2017.xls #14 & #15 - Water and Sewer Rates for 2018.xls #8, #10, #121), 12F, #30 & #32 Billing Information July 1, 2017 to June 30, 2018 File #2.xlsx #8, #10, #121), 12F, #30 & #32 Billing Information July 1, 2017 to June 30, 2018.xlsx Table 9-3 Leak Repairs & Costs 9-3 # 21 & 22 Water Leaks Repaired in 2017 by date.xlsx # 21 & 22 Water Leaks Repaired in 2018 by date.xlsx Cost Validation Grading 9-5 AWWA Water Audit Software.xlsx Table 9-4 Table 10-1 Performance Indicators 10-1 AWWA Water Audit Software.xlsx Table 11-1 AWWA Audit Inputs & 11-1 AWWA Water Audit Software.xlsx Validation Grades BLACK & VEATCH I Audit Trail of Files Referenced for Tables City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Appendix B. ® (idctn ecce definitim Glick to add a camment AWWA Free Water Audit Software Snapshot Water Audit Report for. City of Tayettevi a {7 98529} Reporting Year. 2676177 11 712416-712017 Please epterrlaia n thea?hire ce'Is helot 'c'. I- a vailable •nele•ed -al shculd be used iFr,etered values are .maze lac e please e5:imaia a .al.ie 'nrl ca'e :�curccnfdence =n the vccura_ o` :I -e i'l-di dada -'s ;rad rg eac, ccn•I.enent :7:a a• -13, -la rg Te crc-da':'..I s::o .e.eft of Lh_' n_N ' Ce I -].e' :I -e MOL 9e -- ;el the vel_ to Crtaii a dea-i pLic7 cf ire g'aces All volumes to be entered as: MILLION GALLONS {IIS) PERYEAR To 3e et T- .en et -ata nracirg fo, each imut de'.2rlrir, t1,2 �ig�est grade where tl-a A lit'; rnee:s or exceeds al :ariG for coat grade and a.l gia--es be ov4 it. Master Meter and Supply Error Adjustments WATER SUPPLIED Enter grading in column 'E! and'Y Pcnt: Value: AUTHORIZED CONSUMPTION Volume from own sources: n® Water imported: 0® Water exported: 0® WATER SUPPLIED: nla1 0.000 5,929.939 J7 4 180.820 MGfYr M=rnn On MGfYr Q 5,756.573 MGfYr Billed metered: Q® 6 4,232.750 ' MGfYr Billed unmetered: nia 0.000 MGfYr Unbilled metered: 0® 6 1.357 MGfYr Unbilled unmetered :0® 4 25.035 MGfYr AUTHORIZED CONSUMPTION: a 1 4,259.1421 MGfYr J2• I MGfYr 5 -0.11 % • MGfYr 0.48% 0* MGfYr Enter negative % or value for under -registration Enter positive % or value for over -registration Click here: 0 for help usi ng option buttons below WATER LOSSES (Water Supplied -Authorized Consumption] 7,497.377 MGfYr Apparent Losses Unauthorized consumption: 14.391 McfYr Default option selected for unauthorized consumption--algrading of 5 isapplied but not displayed Customer metering inaccuracies: DA 5.512 MGfYr Systematic data handling errors: 10.5821 MGfYr Default option selected for Systematic data handling errors -a grading of 5 is applied but not displayed Apparent Losses: E 1 30.4$5 MGfYr Real Losses iCurrentAnnual Real Losses or CARL} Real Losses= Water Losses -Apparent Losses: WATER LOSSES: 1,466.886 MGfYr 1,497.371 MGfYr Pcnt. Value: [ [i 25.035 MGfYr a Use buttons to select percentage of wafer supplied OR ............... value Pmt * Value: 0.2396 * MGfYr 0.13°,6 ® Q MciYr 0. * C. MGwYr BLACK & VEATCH I AWWA Free Water Audit Software Snapshot B-1 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN HON -REVENUE WATER NON -REVENUE WATER: 1,523.Tir3 M&Yr = Water Losses + Unbilled Metered + Unbilled Unmetered SYSTEM DATA Length of mains: D0 [Ell 788.4 miles Number of active AND inactive service connections: pA 1 811 56,498 Service connection density: 72 conn.Imile main Are customer meters typically located at the curbstop or property line? Yes penglh of service line, beyond the property Ryerage length Of CLlstomer service line: boundary, lhal is the responsibility of the utility) Average length of customer service line has been set to zero and a data grading score of 10 has been applied Average operating pressure: = MF -411 125.0 psi COST DATA Total annual cost of operating water system: Q Customer retail unit cast (applied to Apparent Losses): Variable production cost (applied to Real Losses): Q WATER AUDIT DATA VALIDITY SCORE: 10 $29,006,930 5 $3.39 5 $1,493.00 SlYear $!1000 gallons (Lis) SIM illion gallons F_ use Cueton-er Retad Unit Gust to vakie real losses —YOUR SCORE IS: 67 aut of 194 ' A weighted wale for hie atnponerls of consunp6m and water lass is inducted in the cafculalian of the Walar Audit Doha Vali ly Soare PRIORITY AREAS FOR ATTENTION: Based an the infcmtiaien provided, auditaccura.y can be inprovect by addressing the bill oornponens: 1: -Nater imparted 2: Customer metering inaccuracies 3: Billed metered BLACK & VEATCH I AWWA Free Water Audit Software Snapshot B-2 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Water Audit Report far: City of Fayetteville (199529) ReportingYear:l 2016117 11 V20115-7121317 *** YOUR WATER AUDIT DATA VALIDITY SCORE IS: 67 out of 100 *** System Attributes: Apparent Losses: 34.485 MGNr + Real Losses: 1,468.886 MGNr = Water Losses: 1,497.379 MGNr MUnavoidable Annual Real Losses (UARL): 58126 M(2dYr Annual cost of Apparent Losses: 1x3,343 Annual cost of Real Losses: $2,190,051 Valued at Variable Production Cost ReWrn to Reporting WorksheeLto change this assumpibn Performance Indicators: Non -revenue water as percent by volume of Water Supplied: 26.5% Financial: Nan -revenue water as percent by cast of operating system: 8.D% Real Lasses valued at Variable Production Cost From Above, Real Lasses = Current Annual Real Lasses (CARL): 1,468.89 million gallonslyear Infrastructure Leakage Index (ILI) [CARLJUARL]: 2.52 * This performance indicator applies for systems with a low service connection density of less than 32 service connections/mile of BLACK & VEATCH I AWWA Free Water Audit Software Snapshot B-3 Apparent Losses per service connection per day: 1.48 gal lonsloannectionlday Real Losses per service connection per day: 71.13 gal lonslconnectionlday Operational Efficiency: Real Losses per length of main per day*: N1A Real Losses per service connection per day per psi pressure: D_57 gallonsloannectonldaylpsi From Above, Real Lasses = Current Annual Real Lasses (CARL): 1,468.89 million gallonslyear Infrastructure Leakage Index (ILI) [CARLJUARL]: 2.52 * This performance indicator applies for systems with a low service connection density of less than 32 service connections/mile of BLACK & VEATCH I AWWA Free Water Audit Software Snapshot B-3 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Appendix C. Recommendation Matrix BLACK & VEATCH I Recommendation Matrix C-1 Select Priority Water Audit Recommendation coast NA, or 1 = low priority 5= hig h priority Relr=take a Frv.e== --f Ferlvdically' tE-tlr, :LrrErt Ir-sErvi.E-L-t--mEr rrEtEr- and all rem red c c r sL m F ti --r water met Er- t c create aura ren ess of in accuracies a nd eventually d errease cu s tv m er metering in a ccuracies.Annuallyselectastatisticallysignificantnumber(about3flD)ofin-service 141ed'um meters by examining a variety based on the location in thesystem, the pressure, and thecustom er usage. Conductametersrzinganalysislookingfor Over andundersixed meters Upon evaluation,replace incorrectlysized meters with acormrtly sized meter. Record all replacement informatian in GIS as Medium 4 discussed in a later recommendation. Re -instigate- an arrLal tertlr} Fry}ran' ;:r ttE tLlk vraCer exp yrt meter-. Medium F I I I L' F 1 11L 11 fionsider adding leakage detection technicians and equipmenttofocuson proactivew7and control. City has a I ready d ecid ed to em ploy proactive I eakage d etec ion tea m in 2019. Provide annual training on th a cu rrent eq u ipm ent and training on n ew tech nolog ies and ig7 m ethodolog Les with in th a area of acoustic I ea kag e d etection an d pressu re m a n agem e El ectron ical ly track leakageto incl udereported leakage [customer and visuallyreporte u n reported leak age (fou nd by proactive su rveyi ng). Re port m etrics to G IS, incl ud i ng th and fix th e I ea k, at I east an n u a11y.Implement a policy for the UniversityofArkansastoconductperiodic(initially recomm leak detection separately. fYledi.rn 1 R an ked:1 Pres su re Install multiple pressure monitors throughout the various pressure zones, utilize existing pressure monitoring at pumping stations where appropriate, and analyze the data to improve conceptual Medium d design of pressure stabilization and reduction. Utilize transient monitoring in select locations. 0 Preferably connectthis monitoring to an automated collertion system. Analyze the hydraulic model tG determine key loc:ativnsto consider if installation of PR'Is i- possible.AnalyxethehydrauIic mGil eI andconsider adding pressureplanes. to minimize prEs_Lr- High 3 grad ient across th a pl an e I nteg rate pressu re m an agem ent th rough District M eteri ng to Conti n u e to mon itor th a system to makesurethat a pressure reduction and water loss reduction hasoccurred. Determining these igh 0 3 r locations, isoutsidethL- cope ofthis report. pparen t Lo ss AOL mm UcrdL:L annual flow vesting I_rrEtEr a — Lracy', of all potabL constructivr m eters. Low IL -j 1 Conduct a forensic analysis of billing system data. This invnHes a complew dflwnklad and analysis of the billing database. Development and field review of customer anomalies including high and Medium 3 low reads, increasing, decreasing and sporadic usage as examples Consider adjusting high and low read thresfioki values in thebi11ingsystem based on metersixe,custom ertype, etc. Link meter tests to GIS with all test data to increase the overall effiriency of the meter test program. This form of data man agementwi11 insurethat metL-rswith high demand Orquestianable accuracy are tested more frequentlythan high performing meters with Iessconsumption. Because Medium 3 historical information would be readily available, problematic meters will be identified via data collection instead of relying on technician memory. BLACK & VEATCH I Recommendation Matrix C-1 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN BLACK & VEATCH I Recommendation Matrix C-2 Select Priority Water Audit Recommendation Cost NA, or 1 = low priority 5= hig h priority Link the billinganalysis [consumption and age) to GIS to detL-rmine if spatial trends exist in the Medium anomaly data and to assist in th e priaritrzation of meter testi ng, maintenance; and replamment. Investigate Farm irrigation metering and billing. Install meters on Farm irrigation if mnnerted to Low City system without m etering. Water Lo s s Co ntrot- Real Lo ss Construct at I east th ree years of I ea kag a reporti ng to al low com pan ent an a lysis calcu I atians of real losses The Environmental Protection Agency (EPA) Water Research Foundation (WRF) projert 4372 (Water A ud its and Real Loss Com pon ent An a lysis) d evelop ed a set of tools for real loss mm Ron ent N%Ediurn2 an a lysis and record i ng. It ca n be dow n load ed from th eir website; and it is rerom m end ed to be used to m an age th e I eakage d ata from th is an a lysis. Read and record daily SCADA outputs to monitor imparted water from I3WD. Set up automated Low alerts to determinewhen imparted water volumes exceed normal expected values, Develop and utilize a standard reporting procedurefor leak types on servim lateral, distribution main, and transmission linerepairs Record leak and break kxationson pipes and not the -custom er Low 3 add rnss in G IS. i Conduct an annual audit using the AWWA M 3G stand ards Cnaate a standard operating procedure (SOP) to result in consistent audits each year, and use these audits to help prioritize future Law 5 i m provem ants. Develop more detailed analysis of Unbilled Unmetered uses Outline approved usage and estimation or rerordkeeping techniques. Remove Ieakagevolumes from this calculation ifthey are Medium 2 currentlyincluded and providemorerefinedcakvlation estimates Consider requesting NFIRS data or data submitted to AFA regarding incident date, duration, and Iomtian to aid with estimation of Fire Department usage. Not all data reported to NFIRS is Law 1 distributed by FEMA, so coordinating with th e d epa rtm ent to receive th e d ata is rerom m ended. BLACK & VEATCH I Recommendation Matrix C-2 City of Fayetteville Water and Sewer Services I WATER AUDIT AND STRATEGIC WATER LOSS CONTROL PLAN Appendix D. Example of Meter Testing in GIS The example below provides a spatial representation of the integration of meter testing and billing information for a specific month. Historical information would be readily available, and problematic meters can be identified more visually via this form of data collection. Dots- Consumption lower 0 • higher Halos: Degradation lower 0 0 0 hlgher Polygons: Age `• BLACK & VEATCH I Example of Meter Testing in GIS D-1