Loading...
HomeMy WebLinkAbout2020-01-14 - Agendas - FinalCITY OF FAYETTEVILLE ARKANSAS MEETING AGENDA Water, Sewer, and Solid Waste Committee January 14, 2020 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, Paul Becker, Kara Paxton, Susan Norton, Chris Brown, Alan Pugh, Terry Gulley, Peter Nierengarten, Jeff Coles, Brian Pugh, Mark Rogers, Corey Granderson, Aaron Watkins, Greg Weeks, Matthew Benton, Tim Luther, Sandi Formica, Matthew Van Eps, Marson Nance, Blake Murray From: Tim Nyander, Utilities Director CALL TO ORDER ROLL CALL OLD BUSINESS: 1. Cured -In -Place Pipe Contract Renewal with Insituform Technologies On March 7, 2018, the City of Fayetteville accepted sealed competitive bids for sanitary sewer main line and service lateral lining services. Insituform Technologies, Inc. submitted the lowest bid (Resolution 84-18, Bid #18-22). The bid schedule includes unit pricing for various items of work in order to complete the annual rehabilitation program. Direct contracting with Insituform Technologies, Inc. allows the City to execute its sanitary sewer rehabilitation program efficiently. Pipes being repaired with liners under this contract are either identified through normal City maintenance operations or by consultants during Sanitary Sewer Evaluation Studies (e.g., smoke testing, flow monitoring). Engineering and administrative costs are minimized as these services are handled by city staff. This work is an integral part of the City's ongoing program to maintain its sewer system in the most long- term yet cost effective fashion, with cured -in-place linings being by far the lowest cost strategy for applications where it is appropriate. This will be the 3rd year of a 5 -year renewable contract with Insituform. Staff recommends approval of a one-year extension of the contract with Insituform Technologies, Inc., as amended by Resolutions 144-18 and 81-19, in an amount not to exceed $528,693.55 for City of Fayetteville sewer rehabilitation in 2020 using cured -in-place sanitary sewer linings. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 2. Purchasing Electrical Components for the Noland WRRF Upgrade Allgeier, Martin, and Associates, Inc. was formally selected and awarded contract RFQ 17- 01 for the engineering services design of overall electrical upgrades and improvements at the Paul R. Noland WRRF on 12/5/2017 (Res. 262-17). This design was completed and publicly bid in July 2019, with all bids higher than the approved certification of funds. Allgeier-Martin and City staff now intend to purchase large equipment portions of this project and subsequently bid only the labor and installation of these items. The large items include two high voltage switchgear, and 10 transformers. The City's Purchasing division has identified this purchase as eligible through the US Communities Contract with Graybar Electric. The quote for these two switchgears is $156,920.00 plus applicable taxes. The quote for the ten transformers is $261,335.00 plus applicable taxes. Taxes are estimated at $40,779.87 for a total cost of $459,034.87. Staff recommends approval of the purchase of two (2) high voltage switchgears and ten (10) pad -mounted transformers from Graybar Electric Company, Inc. required for the Noland Water Resource Recovery Facility (WRRF) Electrical Improvements Project STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL NEW BUSINESS: 3. Northwest Arkansas Land Trust and the Westside Prairie During the negotiations and siting discussion for a 5 MW solar power generation facility and associated battery storage at the Westside Wastewater Treatment Plant, it was discovered that the preferred siting for the solar array, located to the northwest of the existing 43.8 acre Woolsey Wet Prairie, potentially conflicted with other existing environmentally sensitive wet prairie and oak savannah habitat at the site. Some of this area also potentially conflicted with the City Council supported 80 -acre wetland expansion. The City worked with the Northwest Arkansas Land Trust and Jacobs Engineering, who manages the Wastewater Treatment Plant, to relocate the proposed array to avoid the most sensitive lands on the property that includes approximately 44 acres of existing natural wet prairie and pristine oak savannah habitats. In accordance with Resolution 235-13, the Mayor requests that the City Council consider placing a permanent preservation easement on these approximately 44 acres of existing natural wet prairie and pristine oak savannah habitats. Additionally, the mayor requests that the existing unused CIP monies originally intended for wetland expansion be instead used to help fund a management plan the for preserved acreage that would help restore native habitat, remove invasive plants and open access to the public. The Mayor and staff feel that ecological preservation and restoration of the existing habitats provide superior long-term environmental benefit to the area over the construction of additional engineered wetlands. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 4. Gregg St./Fulbright Expressway Engineering Srvcs Agreement with Hawkins -Weir The 2014 Wastewater Collection System Master Plan Update identified a sanitary sewer bottleneck in the vicinity of Gregg Ave. and the Fulbright Expressway. A feasibility study was conducted during 2019 looking at various options for improving capacity in this location. Alternatives included a new directional bore under the Expressway, a wet -weather pumping station, and a gravity re-route of existing sewer alignments. The study revealed that the gravity re-route was the most economical and desirable option. Hawkins -Weir was formally selected for engineering services on this project (RFQ 19-01, Selection #27) on September 10, 2019. This engineering services agreement will allow Hawkins -Weir to complete an engineering design of approximately 900 linear feet of 15 -inch gravity sewer mains, with associated manholes. This project will relieve an existing bottleneck in the collection system and help reduce the likelihood of sanitary sewer overflows. Staff recommends approval of an agreement with Hawkins -Weir Engineers, Inc. for professional engineering services associated with the design and construction of a gravity bypass sanitary sewer near the intersection of North Gregg Avenue and North Fulbright Expressway in the amount of $162,130.00. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 5. Manhole Rehabilitation Bid Award — Krapff Reynolds Construction Co. On December 10, 2019 the City of Fayetteville accepted sealed competitive bids for manhole rehabilitation utilizing various techniques. Krapff Reynolds Construction Co. submitted the lowest bid of $590,789.00. The bid schedule includes unit pricing for various items of work in order to complete the annual rehabilitation program. Direct contracting with Krapff Reynolds Construction Co. allows the City to execute its sanitary sewer rehabilitation program efficiently. Manholes being repaired under this contract are either identified through normal City maintenance operations or by consultants during Sanitary Sewer Evaluation Studies (i.e., Smoke Testing). Engineering and administrative costs are minimized as these services are handled by city staff. This work is an integral part of the City's ongoing program to maintain its sewer system in the most long- term yet cost effective fashion. This will be the 1 st year of a 5 -year renewable contract with Krapff Reynolds. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 6. Replacement of the 24 -inch Water Main on Morningside Drive The 24 -inch diameter waterline along Morningside Drive, between Huntsville Road and S. 15th Street is aging and experiences frequent leaks. This project will replace the old cast iron pipe with new zinc -coated ductile iron pipe, without causing any water outages or shut- downs. On December 19, 2019 the City of Fayetteville accepted sealed competitive bids for the Morningside Drive waterline replacement project. KAJACS Contractors, Inc. submitted the lowest bid. All bids are shown here: Crossland Heavy Contractors, Inc. $1,769,996.00 Goins Enterprises, Inc. $2,190,595.00 KAJACS Contractors, Inc. $1,595,000.00 Tri Star Contractors, LLC. $1,994,558.84 Funds are available for this project in the Water/Sewer Relocations account. Staff recommends awarding Bid #19-54 and approving a construction contract with KAJACS Contractors, Inc. in the amount of $1,595,000.00 for construction of approximately 3,300 linear feet of 24 -inch diameter water main. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 7. Morningside Drive 24 -inch Waterline McClelland Engineering Amendment No. 3 — Construction -Phase Services Resolution 205-17 permitted the original design work with McClelland Consulting Engineers, Inc. (MCE) for utility relocations along Highway 16 between S. College Ave. and Huntsville Rd. associated with ARDOT roadway improvements. Resolutions 45-18 (amendment 1) and 83-19 (amendment 2) expanded the project scope to include the Morningside Drive 24 -inch waterline and allowed for separate project bidding, respectively. On December 19, 2019 the City of Fayetteville accepted sealed competitive bids for the Morningside Drive waterline replacement project. KAJACS Contractors, Inc. submitted the lowest bid of $1,595,000.00. Amendment No. 3 will allow MCE to provide construction observation and management services associated with this project, in accordance with engineering observation best practices and state law. This amendment will increase the existing agreement amount by $125,258.00 for a total not -to -exceed amount of $317,029.82. Staff recommends the approval of Amendment No. 3 to the Professional Engineering Services Agreement with MCE in an amount not to exceed $125,258.00 for construction management and observation services associated with the Morningside Drive 24 -inch Waterline Replacement Project. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 8. Cost Share Agreement for Rupple Regional Lift Station Towne West Capital Partners I, LLC is developing the 30 -acre Towne West Subdivision on the west side of S. Rupple Rd., between N. Alberta St. and W. Tofino Dr. This subdivision must provide a sewer lift station in order to be able to move wastewater towards the existing City sewer system. The location of this lift station is strategically placed so that it can provide capacity for this subdivision, as well as a larger 415 -acre basin expected to be developed in the future. The design and sizing of this system will create a `regional' solution for the larger 415 acre basin and avoid the need to build multiple smaller lift stations throughout the basin. This is an advantage operationally for the city and keeps long-term operation/maintenance costs to a minimum. This regional lift station will pump directly to the Westside Water Resource 4 Recovery Facility, avoiding costly re -pumping and capacity consumption were the developer to build a smaller lift station discharging to existing gravity sewers in the vicinity. Resolution 73-19 was passed on March 19th, 2019 expressing the City Council's intent to cost -share for this project, seeing the benefits listed herein. Staff recommends approval of a cost share agreement with Towne West Capital Partners I, LLC in an amount not to exceed $2,565,502.54 to pay the cost increase for a regional sewer system over that of a single subdivision system. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 9. Township Water Tank `Land Swap' Agreement and Tank Preview The East Service Area Water System Improvements project is in the engineering design phase, and includes the demolition of an aged and undersized water storage tank located north of Township Street at approximately 1044 E. Township St. The tank is located on approximately 1.2 acres of City -owned land, without access to a public street. The tank is accessed through private property, with access easements in place. To physically construct a new tank, and remove the existing tank, and keep this area of town `in-service', City staff has negotiated a land swap to obtain a more advantageous property for this future water tank. The new tank will be constructed in a different location so that the old tank can remain in service during construction. Once the new tank is online, the old tank can be demolished. The City's existing parcel of land has a large wooded area that is inaccessible and unnecessary for future use by the utility and would serve well as a buffer around a home of Mr. Ted Willis at 1060 Township Street. The smaller 0.33 -acre area requested by the City is closer to the access drive, and situated strategically for construction of this new tank, while not obstructing the ability for the old tank to be accessed by cranes and large trucks to be taken offline. The City also needs additional Temporary Construction Easements from the homeowner on a separate 0.32 -acre area and has agreed to pay $3,150.00 for use and damages based on nearby appraisals. Due to the amount of damage and disturbances, the City has also agreed to re -pave onsite access and driveways at the end of the project. Staff recommends approval of a Resolution to convey 0.72 acres of land owned by the City to Ted Willis and to accept 0.33 acres in order to facilitate the removal and reconstruction of the Township water storage tank. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 10. Modification to Cost Share Agreement for Goose Creek Sanitary Sewer This cost share request was presented at the November Water/Sewer Committee. However, after closer examination the `low bid' for the work was not realistic and likely would have led to the need for a change order mid -construction. For this reason, the developer has updated the bids and is requesting a larger cost share. Double Springs Development, LLC is developing the 126 -acre Goose Creek Village, Phase 1 subdivision on the west side of Double Springs Rd. in Farmington. They are required to install an 8 -inch sanitary sewer main for the development, but the City of Fayetteville's Wastewater Collection System Master Plan recommends a 15 -inch sanitary sewer main in that location. The developer received three bids for construction with Gene Nicholas, LLC being the lowest bidder. Staff recommends approval of a cost share agreement with Goose Creek Development, LLC in an amount not to exceed $72,976.00 to pay the difference in upsizing the sewer line from 8 -inch to 15 -inch diameter, and approval of a 20% project contingency in the amount of $14,595.20. The previous request was for a city contribution of $41,967.00. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 11. Maintenance Agreement with Watershed Conservation Resource Center — Task Order #5 for 2020. This Task Order #5 pertains to stream restoration projects and associated services with the Watershed Conservation Resource Center (WCRC) for maintaining and tending to stream and river restoration projects that were implemented using a combination of Utilities Department and grant -based funds and provide assistance for planning future restoration projects. Specifically, this project consists of ongoing maintenance of two riverbanks on the White River, one at the Noland Wastewater Treatment Plant and another at the bio -solids application. Additionally, maintenance preventing erosion will be performed at a restoration site at Sweetbriar Park that protects a 36 -inch pressurized water main and adjacent park property from erosion will The City also intends on removing the Pump Station Dam in the future. Pre - implementation planning and coordination will be required in order to develop a comprehensive plan for removing the dam and restoring the river both upstream and downstream of the dam. This agreement will provide funding to allow the WCRC to utilize their expertise to assist with the planning process. WCRC will perform the above -referenced Scope of Services amounts not to exceed $60,000, with a contingency amount of $9,000 for this agreement. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 12. Benson Water Tank Land Swap & Project Update In July 2019 the City Council approved a land swap negotiated agreement between the City and Dustin Davis to allow the new Benson Mountain water tank to be constructed, and the old tank demolished. This negotiation was based on an appraisal done in January 2019. A property closing was pending other nearby easements, and Mr. Davis asked to cancel the agreement and begin new negotiations in 2020 due to the age of the appraisal. A new appraisal is being ordered at this time. The tank itself is not the most time -sensitive portion of this project, but rather the aging pump station and linework that feeds the tank. For this reason, as negotiations delay with Mr. Davis, Staff intends to package all non -tank aspects of the project for bidding separate from the tank. In speaking with the design consultants, this may in fact give the city more competitive pricing by reducing large -trade subcontracting. INFORMATION ONLY 13. Purchase of Aeration Basin Gates at Noland WRRF On June 18th, 2019, Fayetteville City Council approved Resolution 142-19, an engineering services contract with Jacobs Engineering to design the replacement of two large aeration - basin gates located under a reinforced concrete slab at the Noland WRRF. These gates are original to the aeration facility, are inaccessible, and are leaking. Replacement is necessary so that the plant may remain fully operational and have the ability to isolate each of the two aeration basin treatment trains. The labor for this project will be publicly bid at a later date, to coincide with lower -flow operations at the WRRF. The gates require a long fabrication lead-time and will be purchased directly by the city in advance and stored onsite. Bids for the gate fabrication were opened on December 17th, 2019 with Haynes Pump and Process, LLC submitting a low -bid of $32,150.00. Taxes are estimated at $3,134.63 for a total of $35,284.63. Staff recommends purchase of two (2) sealing slide gates for the aeration basin at the Noland Water Resource Recovery Facility from Haynes Pump and Process, LLC. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 14. Capital Projects Update Discussion of current capital projects in the design state or underway. 15. Overview of WWTP Monthly Report Discussion of November's Monthly WWTP Report PRESENTATIONS Northwest Arkansas Land Trust — Westside Prairie ATTACHMENTS Cured -In -Place Pipe Contract Noland WRRF Electrical Components NWA Land Trust Agreement Gregg — Fulbright Engineering Services Agreement Gregg — Fulbright Exhibit Manhole Rehabilitation Bid Award Morningside 24 -inch Water Line Morningside Construction Phase Services Rupple Road Lift Station Cost Share Township Water Tank Land Swap Goose Creek Cost Share Modification WCRC Task Order No. 5 Benson Water Tank Land Swap Noland WRRF Aeration Gates Capital Projects Status WRRF November 2019 Monthly Report ADJOURN Next Water, Sewer, Solid Waste Committee meets on Tuesday, February 11t", 2020, 5:30 p.m., Room 326. 5 rnr�•,� iii': I 1 r4�SNy1 J. 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 81-19 File Number: 2019-0159 INSITUFORM TECHNOLOGIES, LLC: A RESOLUTION TO APPROVE A ONE YEAR CONTRACT EXTENSION WITH INSITUFORM TECHNOLOGIES, INC. IN AN AMOUNT NOT TO EXCEED $528,693.55 FOR REHABILITATION OF SANITARY SEWER MAINS USING CURED -IN-PLACE SANITARY SEWER LININGS AND APPROVAL OF A CONTRACT AMENDMENT TO EXCHANGE THE PROFESSIONAL ENGINEERING ENDORSEMENT TO NEW CITY STAFF BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves a one year contract extension with Insituform Technologies, Inc. in an amount not to exceed $528,693.55 for rehabilitation of sanitary sewer mains using cured -in-place sanitary sewer linings, and further approves a contract amendment to replace the professional engineering endorsement with current Utilities Engineer Corey Granderson's seal. PASSED and APPROVED on 4/2/2019 Attest: rr Sondra E. Smith, City Clerk Tr�as r C1Tkwo'P�'� .0 .X= . y. •. T �....•• , rrrr01vrCnLi1,' Page 1 Printed on 413119 ;- City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2019-0159 Agenda Date: 4/2/2019 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 8 INSITUFORM TECHNOLOGIES, LLC: A RESOLUTION TO APPROVE A ONE YEAR CONTRACT EXTENSION WITH INSITUFORM TECHNOLOGIES, INC. IN AN AMOUNT NOT TO EXCEED $528,693.55 FOR REHABILITATION OF SANITARY SEWER MAINS USING CURED -IN-PLACE SANITARY SEWER LININGS AND APPROVAL OF A CONTRACT AMENDMENT TO EXCHANGE THE PROFESSIONAL ENGINEERING ENDORSEMENT TO NEW CITY STAFF BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves a one year contract extension with Insituform Technologies, Inc. in an amount not to exceed $528,693.55 for rehabilitation of sanitary sewer mains using cured -in-place sanitary sewer linings, and further approves a contract amendment to replace the professional engineering endorsement with current Utilities Engineer Corey Granderson's seal. City of Fayetteville, Arkansas Page 1 Printed on 41312019 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2019-0159 Legistar File ID 4/2/2019 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 3/7/2019 WATER SEWER (720) Submitted Date Division/ Department Action Recommendation: Staff recommends approval of a one year extension of the contract with Insituform Technologies, Inc., as amended by Res. 144-18, in an amount not to exceed $528,693.55 for City of Fayetteville sewer rehabilitation in 2019 using cured -in-place sanitary sewer linings, and approval of a contract amendment to exchange the professional engineering endorsement to new city staff. 5400.720.5700-5815.00 Account Number 02017.2019 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Budget Impact: Water and Sewer Fund Sanitary Sewer Rehabilitation Project Title Current Budget $ 6,697,849.00 Funds Obligated $ 1,577,553.11 Current Balance Item Cost $ 528,693.55 Budget Adjustment $ - Remaining Budget 6�F,771,OVL.J F V20180321 Purchase Order Number: Previous Ordinance or Resolution # 84-18, 144-18 Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF APRIL 2, 2019 TO: Mayor and City Council THRU: Don Marr, Chief of Staff FROM: Tim Nyander, Utilities Director DATE: March 11, 2019 CITY COUNCIL MEMO SUBJECT: Insituform Technologies - Contract Renewal and Contract Amendment RECOMMENDATION: Staff recommends approval of a one-year extension of the contract with Insituform Technologies, Inc., as amended by Res. 144-18, in an amount not to exceed $528,693.55 for City of Fayetteville sewer rehabilitation in 2019 using cured -in-place sanitary sewer linings, and approval of a contract amendment to exchange the professional engineering endorsement to new city staff. BACKGROUND: On March 7, 2018, the City of Fayetteville accepted sealed competitive bids for sanitary sewer main line and service lateral lining services. Insituform Technologies, Inc. submitted the lowest successful bid proposal (see attached Resolution 84-18, Bid #18-22). The bid schedule includes specific unit pricing for various items of work, with the sanitary sewer rehabilitation program then using the same pricing to complete the annual rehabilitation program. DISCUSSION: The direct contracting with Insituform Technologies, Inc. allows the City of Fayetteville to execute its sanitary sewer rehabilitation program effectively and efficiently. Pipes being repaired with liners under this contract are either identified by the City through normal maintenance operations or by consultants executing Sanitary Sewer Evaluation Studies (such as the Smoke Testing Program). Engineering and administrative costs are held to a bare minimum as these services are handled by city staff. This work is an integral part of the City's ongoing program to maintain its sewer system in the most long-term yet cost effective fashion, with cured -in-place linings being by far the lowest cost strategy for applications where it is appropriate. This will be the 2nd year of a 5 -year renewable contract with Insituform. The approval of the one-year contract extension is recommended, as amended by Resolution 144-18, in the amount not to exceed $528,693.55 for City of Fayetteville sewer rehabilitation in 2019 using cured -in-place sanitary sewer linings. Due to the retirement of previous city personnel, Staff also recommends the approval of a contract amendment to replace the contract's current professional engineering endorsement with that of the new utilities engineer for the City of Fayetteville. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: Funds are available in the Sanitary Sewer Rehabilitation project. Attachments: Amendment No. 1 Resolution 84-18, Bid #18-22 Resolution 144-18 CITY OF FAYETTEVILLE ARKANSAS PROJECT DATA Project Name: Contract Modification 2018 Sanitary Sewer Cured in Place Pipe Bid 18-22 Construction Ordinance/Resolution Resolution no. 144-18 Date of Request: 03/07/2019 Modification Date: Date Signed by the Mayor, City of Fayetteville Resolution Date 07/03/2018 _CONTRACT MODIFICATION DATA ❑ Change Order ® Written Amendment Modification Amendment No.: No. 1 To: Insituform Technologies; Inc.. Project: 2018 Sanitary Sewer Cured In Place Pipe Owner: City of Fayetteville Engineer: I City of Fayetteville The Contract is Changed/Modified as follows: A. Revise the professional endorsement in section 00001 Certification to remove Jim ` Beavers' professional engineering seal and replace with current Utilities Engineer Corey Granderson's seal. Reason for Change/Modification: A. This change is needed due to staff changes at the City of Fayetteville. Attachments {List Supporting Documents): A. Updated section 00001 Certification Page 1 of 2 CITY OF FAYETTEVILLE ARKANSAS Contract Modification SIGNATURE RECORD Mayor, City of Date: Fayetteville, (owner) 11 Insituform Technologies �t+�,; ��.�I� Date: (Contractor):L LHJnl , M end AC! OIAnr March 13, 2019 Recommendation, Date: Utilities Director a ;�- v Page 2 of 2 00001 - CERTIFICATION I certify that the 2019 Sanitary Sewer Cured In Place Pipe contract documents including the specifications were prepared by me utilizing multiple resources including Manufacturers' Standard Specifications and Previous City of Fayetteville Contracts and Specifications. Further I certify that I am a duly Licensed Profession Engineer under the laws of the State of Arkansas. As the 2019 Sanitary Sewer Cured In Place Pipe contract extension is multi-year (Term Maintenance Contract) the following qualifications and requirements are added to the use of my Engineering Sea] and Certification: My endorsement, Engineering Seal and Certification of the 2019 Sanitary Sewer Cured In Place Pipe contract extension is valid only as a function as my employment by the City of Fayetteville, Arkansas. My endorsement, Engineering Seal and Certification is void for the 2019 Sanitary Sewer Cured In Place Pipe contract extension, and/or any other use by the City of Fayetteville, Arkansas, upon my termination of employment for, at, or by, the City of Fayetteville, Arkansas. ,�`raLP7F F� G1 T r Q I P ENGINEER z r *** C) 11� No. 16668���� END OF SECTION 00001 - CERT:IFICATION 00001 -CERTIFICATION 00001 — 1 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 8448 File Number: 2018-0186 BID #18-22 INSITUFORM TECHNOLOGIES, LLC: A RESOLUTION TO AWARD BID #18-22 AND APPROVE A ONE YEAR CONTRACT WITH INSITUFORM TECHNOLOGIES, INC. WITH THE OPTION TO RENEW FOR UP TO FOUR ADDITIONAL ONE YEAR TERMS FOR AS -NEEDED REHABILITATION OF SANITARY SEWER MAINS AND SERVICE CONNECTIONS USING THE CURED -IN-PLACE PIPE METHOD BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #18-22 and approves a one year contract with Insituform Technologies, Inc. for as -needed rehabilitation of sanitary sewer mains and service connections using the cured -in-place pipe method for the prices set forth in the bid documents attached to this Resolution, with the option to renew for up to four additional one year terms and price increases upon renewal not to exceed 5%. PASSED and APPROVED on 4/3/2018 Approved: I Attest: Sondra E. Smith, City CIerf; 'l;�yit,cri lI:.i���!'.� 7:`' •l •'` `fir?!:.• 1 Page 1 Printed on 414118 City of Fayetteville, Arkansas Text File File Number: 2018-0186 Agenda Date: 4/3/2018 Version: 1 In Control: City Council Meeting Agenda Number: A. 5 BID #18-22 INSITUFORM TECHNOLOGIES, LLC: 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Status: Passed File Type: Resolution A RESOLUTION TO AWARD BID #18-22 AND APPROVE A ONE YEAR CONTRACT WITH INSITUFORM TECHNOLOGIES, INC. WITH THE OPTION TO RENEW FOR UP TO FOUR ADDITIONAL ONE YEAR TERMS FOR AS -NEEDED REHABILITATION OF SANITARY SEWER MAINS AND SERVICE CONNECTIONS USING THE CURED -IN-PLACE PIPE METHOD BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #18-22 and approves a one year contract with Insituform Technologies, Inc. for as -needed rehabilitation of sanitary sewer mains and service connections using the cured -in-place pipe method for the prices set forth in the bid documents attached to this Resolution, with the option to renew for up to four additional one year terms and price increases upon renewal not to exceed 5%. City of Fayetteville, Arkansas Page 1 Printed on 41412018 City of Fayetteville Staff Review Form 2018-0186 Legistar File ID i 4/3/2018 City Council Meeting Date - Agenda Item Only I N/A for Non -Agenda Item Tim Nyander 3/15/2018 Submitted By Submitted Date Action Recommendation: Water & Sewer Maintenance / Utilities Department Division / Department Staff recommends approval of a one-year construction contract with four automatic renewal options with Insituform Technologies, LLC for miscellaneous and unidentified rehabilitation of sanitary sewer mains and service connections using the cured -in-place pipe method based on unit pricing submitted in Bid 18-22. This contract will be utilized as needed through the end of calendar year 2018 and is subject to rate increases as identified in the bid document. Budget Impact: 5400.720.5700-5815.00 Account Number 02017.2018 Project Number Water and Sewer Fund Sanitary Sewer Rehabilitation Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget Previous Ordinance or Resolution #i Project Title $ 6,267,912.00 $ 215,705.43 $ 6,05 2 206.57 $ 248,501.00 $ 5,803,705.57 V20140710 Original Contract Number: Approval Date: Comments: The amount is based on estimated quantities, which are subject to change based on the department's annual need. CITY OF FAYETTEVILLE ARKANSAS MEETING OF APRIL 3, 2018 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Water & Sewer Committee FROM: Tim Nyander, Utilities Director DATE: March 14, 2018 CITY COUNCIL MEMO SUBJECT: Bid 18-22 - Construction, 2018 Sanitary Sewer Cured In Place Pipe (CIPP) RECOMMENDATION: Staff recommends approval of a one-year construction contract with four automatic renewal options with Insituform Technologies, LLC for miscellaneous and unidentified rehabilitation of sanitary sewer mains and service connections using the cured -in-place pipe method based on unit pricing submitted in Bid 18-22. This contract will be utilized as needed through the end of calendar year 2018 and is subject to rate increases as identified in the bid document. BACKGROUND: Bid 18-22 Construction, 2018 Sanitary Sewer Cured In Place Pipe (CIPP) includes the bid for 2018 and the option for four (4) automatic annual renewals. Insituform has provided the annual CIPP contract since 2005. The prices and rates bid by Insituform shall be firm throughout 2018. Prices and rates may only be increased or decreased for the next or subsequent contract extension period. Pricing cannot. increase more than five percent (5%) of the preceding year's value. If the City and Insituform cannot agree on the extension of the contract, then the contract shall terminate at the end of the contract year, subject to the City of Fayetteville's right to unilaterally extend the contract of the same terms and conditions, for a period not to exceed four (4) months to enable the City of Fayetteville time to rebid this work. DISCUSSION: Public Bids were opened on March 7, 2018. Two bids were received. The low bid .of $248,501.00 was submitted by Insituform and was based off estimated quantities. Insituform $248,501.00 Suncoast f - - $364,574.00 The annual linear feet can fluctuate based on the need of sanitary sewer lining services each year. In 2012, a contract with Insituform had a not -to -exceed price of $330,000.00 and annual renewal periods. In 2014 and 2016, the annual amount spent (based on unit pricing in the bid) Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 was $896,728.84 and $373,764.16, respectively. Due to the varying annual need of Insituform's services, the Utilities Department requests to use the unit pricing in the bid as needed. The unit pricing for Insituform's bid is as follows: _ Description Unit Unit Price 6" x 4.5mm trenchless rehabilitation by CIPP of existing sewer pipe mainline, complete in LF $38.00 8" x 6.Omm trenchless rehabilitation by CIPP of existing sewer pipe mainline, complete in place ---LF $36.00 10" x 6.Omm trenchless rehabilitation by Cl PP of existing sewer mainline, complete in place LF $36.00 _pipe 12" x 6.Omm trenchless rehabilitation by CIPP of existing sewer pipe mainline, complete in lace J LF $42.00 Internal Reinstatement of Service Laterals EA $0.01 _ Standard Mobilization (within 15 working days) EA $1.000.00 Emergency Mobilization (within 3 working days) EA $1,000.00 Trench Safety Comply with OSHA Standards 29 CFR 1926 Safety and Health Regulations for Construction Subpart P LS $500.00 BUDGET/STAFF IMPACT: Funds are available in the Sanitary Sewer Rehabilitation project. Attachments: 1. Certified Bid Tab 2. Bid Form 3. Agreement signed by Insituform 4. Supporting Documentation for authority to sign: a. Limited Liability Company Agreement of Insituform Technologies, LLC b. Action By Unanimous Written Consent of the Board of Managers of Insituform Technologies, LLC c. Insituform Technologies, LLC President Appointment of Officers Bid 18-22 2018 sanitary Sewer cast In Place Pipe CIPP Attachments: 1. Certified Bid Tab 2. Bid Form 3. Agreement signed by Insituform 4. Supporting Documentation for authority to sign: Limited Liability Company Agreement of Insituform Technologies, LLC b. Action By Unanimous Written Consent of the Board of Managers of Insituform Technologies, LLC C. Insituform Technologies, LLC President Appointment of Officers CITY OF FAYETTEVILLE ARKANSAS Construction - 2018 Sanitary Sewer Cast in Place Pipe Did Na 19.22 0, te : 03. 0 Z.2018 Time; 2:00 FM i o da n_,10, y .,) r Certification of Funds: $350,000.00 Nurn,)Lr:)f 1 Max Bid Award Limit: $437,500.00 CERTIFIED Andrva R itIc 11M, CPPB, Purchasing Manager Date 11 Insitutorm Techrologivl, LLC Sun coas t in f rm tructU rcm, Inr- IEM 1UNIT ESTIMATED UMI�11 UNIT NO DEY.:RIPTJQN LIU PRICE. PRICE AMOUNT t o X4...'iffinwen(JAris 5 4500 5 1iiC,f;lk} VO ow(e X Orrw 'mljfl �vir:)tjv;) by CIPP of m $ 71 '�CC) on 0" A 6 OrTorl trCoChIcss Fehzlhiktion by C. -Wil of existing. �uwcf P.ipt, mainline, compicte jr. Li- 6. GU tq 00 $ 29.S00.00 6,0rom !iLrichless f0i lb; itatipo by CIPP of existing sew,':' pip�, mainline, cowpIpte it) U, 63. W S .3 1 . 1.' 0111) Q 0 ritetrial Reinstatement of Service it G Standard Nobilization hyizhin 15 �g da EA C!, uo�,.Co S 5,DS0.00 D'Im.00 7 Emergency Mobilization (within 3 working day,,j EA ii 100 9 't cnch Safely Comply with 0SHA Snujoerjs 79 CFR 192F> Safety And Health Reg,11alions for W) 00 "1 2:R..:-)4)0 S qjANpwj F 3G4;574,()0 TOTAL BASE BID' 0-0 CERTIFIED Andrva R itIc 11M, CPPB, Purchasing Manager Date 11 DOCUMENT 00400 -BID FORM Do ' lM£Nl' 00 400- FORM Contract Name: 2018 Sanitary Sewer Cured In Place Pipe Bid Number; 18 - 22, Construction BID *FO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: Insilufarm Technologies, LLC 17999 Edison Avec Cheslerrielit ARTT_C:Lr_t INTENT 1.01 "rhe undersigned Bidder proposes an agrees. if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Docurnents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 1fi:i'ICI.t: 2-'TT1+ ,N ANT) ('OND 1110N 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security 'this Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days alter the date of Owner's Notice of Award. 2.02 This bid is for a term maintenance contract for the rehabilitation of sanitary sewer mainlines throughout Fayetteville, Arkansas. The City of Fayetteville may at the City's sole discretion choose to purchase more, less. or none of the rehabilitation, depending upon the City's needs. The City of Fayetteville is under no obligation to purchase a minimum amount of any item awarded. This contract is generally fur miscellaneous and 00400-1 DOCUMENT 00400 -BID FORM unidentified rehabilitation of sanitary sewer mains and service connections using the cured -in-place pipe method. 2.02 The undersigned bidder, having examined the specifications and contract documents, and being fully advised as to the extent and character of the work, propose to furnish all equipment and to perform all labor and work necessary for the completion of the work described by and in accordance with the specifications and contracts for the following prices. ARTICLF 3- RIDI)EWS RKIARESl;N'CATIONS 3.01 In submitting [his Bid, Bidder represents, as more fully set forth in the Agreement, that A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Numhcr Date I 02/211201 B B. Bidder has visited the Site, City or Utilities and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract .Documcnts and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to 00400-2 DOCUMENT 00400 -BID FORM Underground Facilities at or contiguous to the Site, E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or fumishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. This Project is a term maintenance contract for the rehabilitation of sanitary sewer mainlines throughout Fayetteville, Arkansas. The City of Fayetteville may at the City's sole discretion choose to purchase more, less, or none of the rehabilitation, depending upon the City's needs. Tile City of Fayetteville is under no obligation to purchase a minimum amount of any item awarded. G. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and fumishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. H. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports. and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. Bidder has given Engineer written notice of al l conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. L. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. M. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person; firm, or corporation and is not submitted in conformity 00400-3 DOCUMENT 00400 -BID FORM with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, titin, or a corporation to refrain from bidding; and i Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and I lealth Administration (USI -IA) Part 1926 • • Subpart P — Excavations. ARTiCl.F 4- lttF,) PRLC'E Bidders are required to provide pricing for all line items. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. In the event no bid falls within the amount of funds certified for the project plus 25%, all bids shall be rejected and become confidential. The total amount bid for the item of "Standard Mobilization" must not exceed 5% of the total contract amount for all items I isted in the proposal or bid. Should the amount entered into the proposal or bid for this item exceed 5% of the total, then the bid may be rejected. Bidder shall complete the Work in accordance with the Contract Documents for the following price(s) as indicated on the UNIT PRICE. BID SCHEDULE which follows: 00400-4 DOCUMENT 00400 -BID FORM I.tYIT PRICE BID SCHEDULE EST, UNIT ITEM NO. DESCRIPTION UNIT QTY PRICE, I TOTAL 6" x 4.5mm trenchless rehabilitation by CIPP of existing sewer pipe mainline, 1 complete in place LF 4000 3$,00 p +t �5 2-1coo. 00 8" x 6.0mm trenchless rehabilitation by CIPP of existing sewer pipe mainline, 16 �y q 0,000 2 complete in place LF 1500 -W'.0o .0d) 10" x 6.Omm trenchless rehabilitation by CIPP of existing sewer pipe mainline, 3b OCA I g, 3 complete in place LF 500 , 000.00 12" x 6.0mm trenchless rehabilitation by -CIPP of existing sewer pipe mainline, �f '+' W 4 complete in place LF 500 -00 Z11000.00 5 Internal Reinstatement of Service Laterals EA 100 1 9 d .D 1 D� ieF f . DO Standard Mobilization (within 15 working 6 days) EA 2 Emergency Mobilization (within 3 7 working days) EA 1 �� 1,000.0o Trench Safety Comply with OSHA Standards 29 CFR 1926 Safety and Health >�/ SG1�. DO �y ii �00. O 8 Regulations for Construction Subpart P LS 1 TOTAL AMOUNT BID JU 2q 8, Sol. 00 001100-s DOCUMENTOD40D-BID FORM 1 The City intends to award to the lowest responsive responsible bidder based on the evaluation of the UNIT PRICE BID SCHEDULF. J The basis for award of the contract shall be the lowest total bid by an acceptable and qualified bidder who meets all or the experience requirements stated within this contract. Any bidder who does not meet all of the experience requirements stated within this contract shall be considered a nonqualifted bidder and will not be awarded the contract. AR7'lCLE 5- CO TENIES: 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days or date indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ATrrici I:6- 1111) CONIENT 6.01 The following documents are attached to and made a condition of this Bid - A. Required Bid security in the form of a cashier's check from a financial institution located in the State of Arkansas or a Bid Bond and in the amount of Flve Percent of the Total Bid _ Dollars (S 576 of mai b)d__ ) B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. Awn CLE 7- COMM UNICAT IONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: hisituform Technolooies, LLC Attn: Laura M. Andreski 17988 Edison Avenue; Chesterfield, Missiwd 63005 Email landreski(Aaegion com Phone No. 16361530-6000 Fax No. 19,n, 00400-6 DOCUMENT 00400 -[IID FORM AVr ICLE 8- TIAZA1IN01,.06V 8.01 The terms used in this [aid which are defined in the GF,NERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. ARTICLE 9- C:ON'Tlt,% .T01VS ;%c; L2! A'4 -RS AIN T) I+ XEC ]JON SIGNATURE 9.01 Contractor's Assurances. As the authorized representative of the individual, incorporation, or corporation (hereinafter referred to as the company) bidding on or participating in the project, I certify that I have read and understand the requirements of the General and/or Supplemental Conditions and that the principles, agents and employees of the company will comply with these requirements including all relevant statutes and regulations issued pursuant thereto. I further certify as the authorized agent of the cumpany that: EQUAL OPPORTUNITY I will comply with all requirements of 41 CPR Chapter 60 and Executive Orders 11246 and 11375, including inclusion of all required equal oppommity clauses in each sub -contract awarded in excess of $10,000 and 1 will fumish a similar statement from each proposed subcontractor, when appropriate. I will also comply with all Equal Employment Opportunity requirements as defined by Section 504 ofthe Rehabilitation Act of 1973; the Age Discrimination Act of 1975; and Section 13 of the Federal Water Pollution Control Act Amendments of 1972 regarding sex discrimination. NONSEGREGATED FACILITIES The company that 1 represent does not and will not maintain any facilities provided for its employees in a segregated manner, or permit its employees to perform their services at any location under company control where segregated facilities are maintained: and that the company will obtain a similar certification prior to the award of arty subcontract exceeding $10,000 which is not exempt from the equal opportunity clause. LABOR STANDARDS 1 will comply with the Labor Standards Provisions contained in the Contract Documents and furnish weekly payrolls and certifications as may be required by the City of Fayetteville to affirm compliance, I will also require that weekly payrolls be submitted to the City of Fayetteville for all subcontracts in excess of $2,000. OSHA REQUIREMENTS I will comply with the Department of labor Safety and Health Regulations promulgated under Section 107 of the Contract Work Hours and Safety Standard Act (40 U.S.C. 327-333) in the performance of the contract. 00400-7 DOCUMENT 00400 -BID FORM PROCUREMENT PROHIT3ITIONS As required by Executive Order 11738, Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, I certify that 1 will not procure goods and services from persons who have been convicted of violations of either law if the goods or services are to be produced by the facility that gave rise to the violation. DEBARMENT AND SUSPENSION 1 certify that to the best of my knowledge and belief that the company that 1 represent and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a tine. 1 further certify that l will obtain a similar certification for each subcontract awarded in excess of $25,000. 00400-8 DOCUMENT 00400 -BID FORM 9.02 Execution/Signatures for Contractor Assurances above, Bid and Bid Form: SUBMITTED on March 7 20te, Arkansas State Contractor License No.__QQ72Wo4te If Bidder is: A In ivJAud Name (type or printed): NA Ly -(SEAL) (Individual's Signature) Doing business as: Business address: Phone No: ._Fax No._ ^ Email Address: .. b1 tDCyt14t Partnership Name : NA (Signature of general partner -attach evidence of authority to sign) Name (type or printed):_ Business address: Phone No: Fax No. Email Address: 00400-9 DOCUMENT 00400 -BID FORM A ('lyrrxwaiign hAiility Cgin%+}r+ Corporation Name: InsitutvrmTo.-MOMylos,LLC State of Incorporation:. Type (General Business, Professional, Service, Limited Liability): L.imlladt.inLlily Cart+pany rev (Signature -attach evidence of authority to sign) Name (type or printed): Laura M Andreskl Title: ContracGngand Attysung officer rr(COR.PORATE SEAL) Attest; f Lt'�iGGG. �GG1� lnlnlS u R: [:eln :fi:l7'A1tlsS�r• riF�.. 1. ' -nawn: of Corporate Secretary) Business address:_17988E5llsanAvenue _ Chaslerfle!d, Wnrawk 63005 Phone No:1(836_ ( l s3a1 i saa-8o0o Fax No.,, _f5l ky53g:ezA] Email Address: randreskipAegjg! cnr END OF DOCUMENT 00400 00400-10 INSITUFORM TECHNOLOGIES, LLC PItFS1Iik:�i'1' iPI'(?IN711tF:NTOFOFFICERS Pursuant to the authority set forth in the Limited Liability Company Agreement of Insituform Technologies, LLC (tate "Company"), I hereby determine that: Christlanda Adkins, Laura M. Andreski, Janet Hass, Jana Lause, Diane Partridge, Whittney Schulte, and ilrsuia Youngblood are appointed as Contracting and Attesting Officers of the Company, each with the authority, individually and in the absence of the others, subject to the control of the Board of Managers of the Company, (i) to certify and to attest the signature of any officer of the Company, (ii) to enter into and to bind the Company to perform pipeline rehabilitation activities of the Company and all matters related thereto, including the maintenance of one or more offices and facilities of the Company, (iii) to execute and to deliver documents on behalf of the Company, and Civ) to take such other action as is or may be necessary and appropriate to carry out the project, activities and worst of the Company; and All other Contracting and Attesting Officers of the Company appointed by the President of the Company prior to the date of this appointment are hereby removed from office. Dated: December 14, 2017 Frank R Firsching + President ACTION BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF MANAGERS OF INSITUFORM TECHNOLOGIES, LLC The following actions are taken and the following business transacted by the unanimous written consent oftheBoard ofManagers (the"'trd")ofInsilnformTechnologies,LLC,aDelawarelimitedliability company (the "Company"), effective as of the 8' day of April, 2016. Appointmentoffli�i�; rs WHEREAS, the Board has determined that it is in the best interest of the Company to remove David F. Morris as President of the Company and appoint Frank Firsching as President of the Company; and WHEREAS, the Board has determined that it is in the best interest of the Company to appoint David F. Morris as Executive Vice President, Chief Administrative Officer and Secretary of the Company; and WHEREAS, the Board has determined that it is in the best interest of the Company to appoint Mark Menghini as Senior Vice President and Assistant Secretary for the Company; and WHEREAS, the Board has determined that it is in the best interest of the Company to appoint Kent W. Bartholomew as Vice President and Assistant Secretary for the Company; and WHEREAS, the Board has determined that it is in the best interest of the Company to appoint Diane Partridge, Debra Jasper, Laurie Andreski, Jana Lause, Whittney Schulte, and Ursula Youngblood as Contracting and Attesting Officers for the Company. THEREFORE BE IT RESOLVED, that the Board hereby removes David F. Morris as President for the Company and appoints Frank Firsching as President for the Company, to serve until his successor shall have been duly elected and qualified, or until his death, or until he shall resign or shall have been removed from office; and be it FURTHER RESOLVED, that the Board hereby appoints David F. Morris as Executive'' Vice President, Chief Administrative Officer and Secretary for the Company, to serve until his successor shall have been duly elected and qualified, or until his death, or until he shall resign or shall have been removed from office; and be it FURTHER RESOLVED, that the Board hereby appoints Stephen Callahan as Senior V ice President for the Company, to serve until his successor shall have been duly elected and qualified, or until his death, or until lie shall resign or shall have been removed from office; and be it FURTHER RESOLVED, that the Board hereby appoints Mark Menghini as Senior Vice President and Assistant Secretary for the Company, to serve until his successor shall have been duly elected and qualified, or until his death, or until he shall resign or shall have been removed from office; and be it xtification or ri atia s FURTIIPat RESOLVED, that the hoard hereby confirms, approves and ratifies all actions taken by the Company prior to the date bereor. Omnihus ROSO u,;jons. Y RTHBR RESOLVED, that the officers of the Company be, and each of them acting individually hereby is, authorized and empowered to perform such other acts and to execute such other filings, notifications, instruments, deeds, agreaments and other documents, iucIading, bul not IiinIled to, the execution and filing u any notices or €'hint;s with any governmental or regulatory body, as may be necessary or appropriate to effectuate the intent of the foregoing resolutions. The undersigned, constituting the entire Board of Managers of the Company, hereby consent to and adopt the foregoing resolutions, effective as of the day and year first written above. 1 � � "! Charles R. Gordon (ia - I David /�F'y. Morris -- David A. Martin Constituting the entire Board of Managers of the Company -3- DOCUMENT 00500 — AGREEMENT BET�VEF)N OWNER AND CONTRACTOR Contract Name/Title: 2018 Sanitary Sewer Cured In Place Pipe Contract No.: 18-22, Construction THIS AGREEMENT is dated as of the 3rd day of _ April in the year 2018 by and between The City of Fayetteville, Arkansas and _ (hereinafter called Contractor). ARTICLE I - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. A. This Project is a term maintenance contract for the rehabilitation of sanitary sewer mainlines throughout Fayetteville, Arkansas. The City of Fayetteville may at the City's sole discretion choose to purchase more, less, or none of the rehabilitation, depending upon the City's needs. The City of Fayetteville is under no obligation to purchase a minimum amount of any item awarded. B. The contract may be renewed for additional periods up to four (4) additional contract periods beyond the original bid and will be based solely upon the option and agreement between both the City of Fayetteville and the CONTRACTOR. 1.02 The Contractor will commence and complete the projects selected for rehabilitation under this Term Maintenance Contract at the City of Fayetteville, Arkansas and all incidental and ancillary work in accordance with the conditions and at the prices stated in the Bid Proposal which are a part of these Contract Documents attached hereto and made a part hereof. 1.03 The Contractor will furnish all materials, supplies, tools, equipment, labor, and other services necessary for the construction and completion of the projects selected for rehabilitation. 1.04 The Contractor will commence the work required under this tens maintenance contract for the rehabilitation of sanitary sewer mainlines throughout Fayetteville, Arkansas in a timely manner as projects are selected. The Contractor shall famish City of Fayetteville a timeline for each project as preparation for the work begins. 00500 Agreement 00500- 1 DOCUWNT 00500 — AGRL:EMFNT (continued) 1.05 The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the amounts shown in the Bid Proposal. Refer to Section 00400 -Bid Form. 1.06 Any use of a third party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. 1.07 Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. 1.08 The Contract may include work in City of Fayetteville right-of-way, ARDOT (State) right-of-way, railroad right-of-way and in General or Utility Easements. ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville. The City of Fayetteville assumes all duties and responsibilities, and has the rights and authority assigned to The City of Fayetteville, including Owner and Engineer in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME Of THE ESSENCE: A. All time limits for milestone, if any, Substantial Completion and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR.COMPI.ETION AND FINAL PAYMENT: A. The Work shall be completed within the annual term and Purchase Ordcr. 1. The timeline for this contract shall end December 31, 2018. Upon approval of the City of Fayetteville, the contract may be cxtcndcd on a yearly basis for up to four years. 3.03 L#OIADATI-D DAMAGES A. Not Applicable (NA). B. In lieu of liquidated damages the annual term contract and Purchase Order will be limited to the calendar year which the Purchase Order is furnished. ARTICLE: 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the 00500 Agreement 00500-2 DOCUMENT 00501 - AGREEMENT (continued) amount based on the unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 The Contractor shall be entitled to receive up to Three Hundred Fifty Thousand Dollars ($350,000.00). City of Fayetteville is under no obligation to purchase a minimum amount of any item awarded and City of Fayetteville may choose to purchase more, less, or none of the rehabilitation, depending upon its needs. This contract is generally for miscellaneous and unidentified rehabilitation of sanitary sewer mains and service connections using the cured -in-place pipe method. The City of Fayetteville will pay the Contractor in the manner and at such times as set forth in the General Conditions such amounts, as required by the Contract Documents. 4.03 As provided in the Contract estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the Contract Documents. 4.04 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 1. There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SURMI'l`FAL AND PROCESSING Ol" PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 KOGRl SS l!AYMEMM RFTAINAG : A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as 00500 Agreement 00500-3 DOCUMEW (10500 -AGREEMENT (continued) recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Updn final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. 00500 Agreement 00500-4 n DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 6 - COIVTI2AC1 REN CWAL 6.01 Contract Renewal. A. The contract may be renewed for additional periods up to four (4) additional annual contract periods beyond the original bid and wilHbe based solely upon the option and agreement between both the City of Fayetteville and the CONTRACTOR. The prices and rates bid by the successful bidder shall be firm throughout the initial one year period of the contract. Prices and rates may only be increased or decreased for the next or subsequent contract extension period, and only if the parties agree to extend the contract. If the City of Fayetteville seeks to decrease or Contractor seeks to increase any price or rate, each party shall give the other party written notice thereof at least ninety (90) days prior to the end of the contract year, together with a justification for each proposed rate of price change. City of Fayetteville and Contractor shall negotiate in good faith the amount, if any, in the increase or decrease in the price or rate; provided, however, in no event may any specific unit cost change more than five percent (5%) of the preceding year's value. If the parties are unable to agree on the extension of the contract, then the contract shall terminate at the end of the contract year, subject to the City of Fayetteville's right to unilaterally extend the contract of the same terms and conditions, for a period not to exceed four (4) months to enable the City of Fayetteville time to rebid this document. B. Purchase orders may be issued to the successful bidder for an amount up to an approximate total of $350,000.00 with a contract period not to exceed one (1) year. C. The cost of any change orders will be included in the original contract total, i.e.; they will count against the approximate total of $350,000.00. Payment for work shall be made upon completion and acceptance of the work by the City of Fayetteville. 00500 Agreement 00500 -5 DOCUMENT 00500 --AGREE MENT continued) ARTICT,P 7 - CON'l'itACTUIt'S ltEPM-.'S(-:N'I'ATIQNS 7.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site, City and/or Utilites and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the 00500 Agreement 00500-6 DOCUMENT 00500 — AGREEMENT (continued) performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 8 - CONTRACT DOCUMENTS 8.01 CONTE NTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. The Performance and Payment Bond shall be one hundred percent (100%). 00500 Agreement 00500-7 DOCUMENT 00500 — AGREEMENT (continued) 4. The Contractor shall file the Performance, Payment and Warranty Bonds at the Washington County Clerk's office prior to providing a file marked copy of the filed Performance, Payment and Warranty Bonds to the Owner or Engineer. 5. General Conditions. 6. Supplementary Conditions. 7. Specifications consisting of divisions and sections as listed in Table of Contents of Project Manual. 8. Addenda numbers inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 9 -MLILANEQTJS 9.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 9.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.03 SI 'CESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its 00500 Agreement 00500-8 DOCUMENT 00500 — AGREEMENT (continued) partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 9.05 FREL, DOM OF INFORMATIQN ACTT A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 9.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts 00500 Agreement 00500-9 U I)(W1 :I-lEN'1- (105110 — A(;ItER1Y ENT [eantinued) each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on April 3 , 2018, which is the Effective Date of the Agreement. CONTRACTOR: CITY OF FAYETTEVILLE By: Laura M. Andres i By: _ Liolle d dcdan__ (Type or legibly print) (Type or legibly print) 'uL ? r l { (Signature) (Signature) Title: CcLsim tin, Indlite ti r+ lTicer _ Title: _Mayor Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. (SEAL) (SEAL) Attest ce.II;'],l �' Attest WWI J. YounoblOdd Conlracling & AlieOna Alter 00500 Agreement 00500- 10 DOCUMENT 00500 AGREEMENT (continued) Address for giving notices Address for giving notices 17ORR Edison Avenue 113 W, Mountain St.... .. C iegterfictd, M M[ri 63005 F_avettgv_H AF, t 72701 License No. 0072030418 Agent for Service of process ow+rviee f=Qtiil xY Suite 9Qi� Little Rock. Arkansas 72201 (Type or legibly print) (Signature) Laura M. Andresld, Cortracting and Attesting Officer Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. (If Contractor is a corporation, corporate entity Approved As to Form or LLC, attach evidence of authority to sign.) By: Attpmey For: _ END OF DOCUMENT 00500 00500 Agreement 00500-11 LIMITED LIABILITY COMPANY AGREEMENT OF INSITUFORM TFCMOT.OGrFS, LLC THIS LIMITED LIABILITY COMPANY AGREEMENT OF INSITUFORM TECHNOLOGIES, LLC is made this 31 st day of December, 2011, by Aegion Corporation, a Delaware corporation (the "Member'), RECITALS: A. As of December 31, 2011, the Member converted Insituform Technologies, Inc., a Delaware corporation ("1TI"), to INSITUFORM TECHNOLOGIES, LLC, a Delaware limited liability company (the "Company"), in accordance with the Act (as defined below). B. This Agreement (as defined below) is intended to replace the By -Laws of ITI in effect as of the date of this Agreement, which By -Laws are hereby revoked and of no further force or effect. NOW, TBEREFORE, for good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the undersigned agrees as follows: INCORPORATION OF RECITALS The Recitals set forth above are hereby incorporated in this Agreement, as if fully set forth in the body of this Agreement. 2. DEFINITIONS The following terms, as used in this Agreement, have the meanings set forth in this Section 2: "Act" means the Delaware Limited Liability Company Act, as may be amended from time to time. "flsreeml nt" means this Limited Liability Company Agreement, as it may be amended, restated, modified, or supplemented from time to time in accordance with its provisions. "Board of Manage means the group of Managers that exercises the powers, and manages the business and affairs, of the Company pursuant to Section 4 of the Agreement. "Certificate" means the Certificate of Formation, as originally filed with the office of the Secretary of Stale of the State of Delaware effective as of the Effective Time, as the same may be amended from time to time. "Code" means the Internal Revenue Code of 1986, as amended, 26 U.S.C.A, et seq., or any succeeding federal internal revenue law as from time to time in effect. "lifiec iv me, means 11:58 p.m. CST on December 31, 2011. "Manager" means a manager on the Board of Managers. "Member" has the meaning set forth in the preamble to this Agreement. ITLLC Limited Liability Agreement "Person" means an individual, corporation, limited liability company, association, general partnership, limited partnership, limited liability partnership, joint venture, trust, employee benefit plan estate, or other entity or organization. 3. THE COMPANY, ITS WM BER AND THE BUSINESS (a) f Ornladoa. The Company was converted from a Delaware corporation to a Delaware limited liability company when the executed Certificate and Certificate of Conversion were filed with the office of the Secretary of State of the State of Delaware in accordance with and pursuant to the Act. Except as provided in this Agreement, all rights, liabilities, and obligations among the Member, the Company and other Persons, shall be as provided in the Act, and this Agreement shall be construed in accordance with the provisions of the Act. To the extent that the rights or obligations of the Member are different by reason of any provision of this Agreement than they would be in the absence of such provision, this Agreement shall, to the extent permitted by the Act, control. (b) t'r� i ny_Ramc. The name of the Company shall be "lnsituform Technologies, LLC". The business of the Company may be conducted under that name or, upon compliance with applicable laws, any other name that the Board of Managers deems appropriate or advisable. The Board of Managers shall file any assumed name certificates and similar filings, and any amendments thereto, that it considers appropriate or advisable. (c) Term of the Company. The term of the Company as a corporation commenced on March 27, 1980. The term of the Company as a limited liability company commenced at the Effective Time and shall continue until the Company is dissolved and its affairs wound up in accordance with the Act and Article 6 of this Agreement. (d) Purposes of the Company. The purpose of the Company shall be to carry on any lawful business, purpose or activity permitted under the Act. (e) A111 hortIy of the Compea. The Company shall be empowered and authorized to do all lawful acts and things necessary, appropriate, proper, advisable, incidental to, or convenient for the furtherance and accomplishment of its purposes. (f) Principal Office and Mg Oflic s�,,.L.M 1. The Company's registered agent and the address of its initial registered office in the State of Delaware shall be as set forth in the Certificate. The registered office and registered agent may be changed by the Board of Managers, as it deems advisable from time to time by filing an amendment to the Certificate. The Company may maintain any other offices at any other places that the Board of Managers deems advisable. The Company may, upon compliance with the applicable provisions of the Act, change its principal office or registered agent from time to time at the discretion of the Member. (g) l orcigYr Q9alitication. The Company shall take all necessary actions to be authorized to conduct business legally in all appropriate jurisdictions, including registration or qualification of the Company as a foreign limited liability company in those jurisdictions that provide for such registration or qualification. (h) Fiscal Y -car. The fiscal year of the Company shall begin on the fust day of January in each year. -2- ITLLC Limited LiabilityAgr"ment ISSUANCE OF COMMON SHARES (a) The membership interests of the Company authorized for issuance shall be common shares ("Common Shares"), having the designations, preferences and relative, participating, optional and other special rights, powers and duties relating to the Common Shares authorized for issuance pursuant to this Section 4. A total of one thousand (1,000) Common Shares, par value $0.01 per share, are hereby authorized for issuance. (b) The holders of Common Shares shall be entitled to one vote per Common Share on matters submitted to a vote or consent of the Members. Each Common Share shall be identical in all respects with each other Common Share. (c) All common shares of ITI outstanding as of the date of this Agreement are hereby automatically converted into Common Shares of the Company. The Member acknowledges that as of the date of this Agreement, one (I) Common Share is outstanding in the name of the Member. CASH DISTRIBUTIONS; ALLOCATIONS OF PROFITS AND LOSSES (a) Distributions. All cash of the Company available for distribution shall be distributed to the Member at such times and in such amounts as the Board of Managers shall determine. (b) and Lasses. All profits and losses of the Company shall be allocated to the Member. RIGHTS AND POWERS OF THE BOARD OF MANAGERS AND OFFICERS (a) Njanagcment by the Board of Managers. Except for situations in which the approval of the Member is required by this Agreement or by non-waivable provisions of the Act, (i) the powers of the Company shall be exercised by or under the authority of, and the business and affairs of the Company shall be managed under the direction of, the Board of Managers; and (ii) the Board of Managers may make all decisions and take all actions for the Company not otherwise provided for in this Agreement. (b) Actinns I,x F3pard nLMasnugpp. In managing the business and affairs of the Company and exercising its powers granted hereunder, the Board of Managers may act through meetings or written consents pursuant to this Section 6. Any Person dealing with the Company, other than the Member, may rely on the authority of a Manager or any duly appointed officer of the Company in taking any action in the name of the Company without inquiry into the provisions of this Agreement or compliance herewith, regardless of whether that action actually is taken in accordance with the provisions of this Agreement. The Member, by execution of this Agreement, agrees to, consents to, and acknowledges the delegatiou of powers and authority to the Board of Managers granted hereunder, and to the actions and decisions of the Board of Managers within the scope of their authority as provided herein. (c) Nwnber and Term of O 'ligg. The Board of Managers shall consist of three Managers. &-►ch Manager shall serve until his or her successor is duly elected or until his or her resignation, removal or death. (d) V_lcancics. Removal: Rc tat_ erg; Any Manager may be removed at any time, with or without cause, but only by the Member. In the event that any Manager ceases to serve as a Manager during his term of office, the resulting vacancy shall be filled by the Member. Any Manager may resign his or her office at any time. -3- 1 rLLC Limited Liability Agreement (i) The attendance of all the Managers shall constitute a quorum for the transaction of business of the Board of Managers, and the act of a majority of the Managers shal I be necessary to be the act of the Board of Managers. A Manager who is present at a meeting of the Board of Managers at which action on any Company matter is taken shal I be presumed to have assented to the action unless his or her dissent shall be entered in the minutes of the meeting or unless he or she shall file a written dissent to such action with the Person acting as secretary of the meeting before the adjournment thereof or shall deliver such dissent to the Company immediately after the adjournment of the meeting. Such right to dissent shall not apply to a Manager who voted in favor of such action. (ii) Meetings of the Board of Managers may be held at such place or places as shall be determined from time to time by resolution of the Board of Managers. At all meetings of the Board of Managers, business shall be transacted in such order as shall from time to time be determined by resolution of the Board of Managers. (iii) Regular meetings of the Board of Managers shall be held at such times and places as shall be designated from time to time by resolution of the Board of Managers, but shall not be held less frequently than quarterly. Notice of such meetings shall not be required. (iv) Special meetings of the Board of Managers may be called by the President or any Manager on at least ten (10) days' notice to each Manager. Such notice need not state the purpose or purposes of, or the business to be transacted at, such meeting, except as may otherwise be required by law or provided for in this Agreement. (f) 6 MrqvaI or Rt}tiftcatiarr n Acts a Cflntimets by Membem.7 The Board of Managers in their discretinn may suhmit any act or contract for approval or ratification at any annual or special meeting, of the Members. (g) Actinn hx_Manngers by Wril_ren Consent_nrTcic honc Qnn.iL-rc_fx,c. Any action permitted or required by the Act, the Certificate or this Agreement to be taken at a meeting of the Board of Managers may be taken without a meeting if a written consent, setting forth the action to be taken, is signed by all of the Managers. Such consent shall have the same force and effect as a vote at a meeting and may be stated as such in any document or instrument filed with the Secretary of State of Delaware, and the execution of such consent shall constitute attendance or presence in person at a meeting of the Board of Managers. Subject to the requirements of the Act, the Certificate or this Agreement for notice of meetings, unless otherwise restricted by the Certificate, the Managers may participate in and hold a meeting of the Board of Managers by means of a conference telephone or similar communications equipment by meaty, of which all Persons participating in the meeting can hear each other, and participnliorl in iuch meeting shall constitute attendance and presence in person at such meeting, except where a Person participates in the meeting for the express purpose of objecting to the transaction of any business on the ground that the meeting is not lawfully called or convened, (h) Officers. (i) Flection and Removal yl' O fiiecrs. The officers of the Company shall be the President, one or more Vice Presidents, a Secretary, and a Treasurer, each of whom shall be elected by the Board of Managers. Such other officers and assistant officers as may be deemed necessary may be elected or appointed by the Board of Managers. Any two (2) or more offices may be held by the same person. Each officer shall hold office until his or her successor shall have been duly elected and shall have qualified or until his or her death or until he or she shall resign or shall have been removed in the manner hereinafter provided. Any officer, agent, or other employee elected or appointed by the Board of -4- ITLLC Limited Liability Agrmncnl Managers may be removed by the Board of Managers, with or without cause, whenever in the Board of Manager's judgment the best interests of the Company will be served thereby, but such removal shall be without prejudice to the contract rights, if any, of the person so removed. Election or appointment of an officer or agent shall not of itself create contract rights. (ii) Vacancies. A vacancy in any office because of death, incapacity, resignation, removal, disqualification or otherwise, may be filled by the Board of Managers. (iii) Fresidunt. The President shall be the principal executive officer of the Company and shall in general supervise and control all of the business and affairs of the Company. The President may sign any deeds, mortgages, bonds, contracts, or other instruments which the Board of Managers has authorized to be executed, except in cases where the signing and execution thereof shall be expressly delegated by the Board of Managers or by this Agreement to some other officer or agent of the Company, or shall be required by law to be otherwise signed or executed. The President shall in general perform all duties incident to the office of President and such other duties as may be prescribed by the Board of Managers from time to time. (iv) Vic President. Each Vice President shall perform such duties as shall be assigned to him or her and shall exercise such powers as may be granted to him or her by the Board of Managers or the President of the Company. (v) Secretary. The Secretary shall (A) keep the minutes of the proceedings of the Member and of the Board of Managers in one or more books provided for that purpose; (B) see that all notices are duly given in accordance with the p.rovisions afthis Agruailtont or as required by law; (C) be custodian of the Company rmordfi; (D) keep a register of thespost office address of the Member which shall be furnished to the Secretary by such Member, and (E) in general perform all duties incident to the office of Secretary and such other duties as from time to time may be assigned to the Secretary by the President or by the Board of Managers. (vi) Treasurer. The Treasurer shall: (A) have charge and custody of and be responsible for all funds of the Company; (B) receive and give receipts for moneys due and payable to the Company from any source whatsoever, and deposit all such moneys in the name of the Company in such banks, trust companies or other depositories as shall be selected by the Board of Managers; and (C) in general perform all of the duties incident to the office of Treasurer and such other duties as from time to time may be assigned to the Treasurer by the President or by the Board of Managers. (vii) Anoointments; bthe President. The President of the Company may from time to time appoint officers of the Company's operating divisions, and such contracting and attesting officers of the Company as the President may deem proper, who shall have such authority, subject to the control of the Board of Managers, as the President may from time to time prescribe. (i) Limitation o Lnbjlity offihe Member. The debts, obligations and liabilities of the Company, whether arising in contract, tort, or otherwise, shall be solely the debts, obligations and liabilities of the Company. The Member shall not be obligated personally for any such debt, obligation, or liability of the Company solely by reason of being the Member, except and only to the extent as otherwise expressly required by law. 0) Conflicts of Interest. A Manager, the Member and officers of the Company at any time and from time to time may engage in and possess interests in other business ventures of any and every type and description, independently or with others, with no obligation to offer to the Company or any other Member, Manager or officer the right to participate therein. The Company may transact business -5- 11 LLC Limited Liability Agreement with any Manager, Member, officer or affiliate thereof, provided the terms of those transactions are no less favorable than those the Company could obtain from unrelated third parties. ASSIGNMENT, TRANSFER, OR SALE OF INTERESTS IN THE COMPANY The Member may sell, assign, pledge, or otherwise encumber or transfer all or any part of its limited liability company interest in the Company to any Person. The Member may resign as a Member of the Company upon the transfer of all of its limited liability company interests in the Company to any Person. Upon the transfer of any limited liability company interests of any Member to any other Person, such Person shall automatically and without any other action by the Company or any Member, be admitted as a Member of the Company. DISSOLUTION AND TERMINATION OF THE COMPANY (a) - a Of Dissoluticil. The Company shall dissolve upon the earlier to occur of. (i) an election to dissolve the Company made by the Member; or (ii) the happening of any event that, under the Act, causes the dissolution of a limited liability company. (b) Actions ,n 17 S',01LI0 xi. Upon the dissolution of the Company, the Board of Managers shall act as liquidator to wind up the Company. The proceeds of liquidation shall be applied first to the payment of the debts and liabilities of the Company (including any loans to the Company made by the Member), the expenses of liquidation and the establishment of any reserves that the liquidator deems necessary for potential or contingent liabilities of the Company_ Remaining proceeds shall be distributed to the Member as provided in Section S(a). When all debts, liabilities and obligations have been paid and discharged or adequate provisions have been made therefor and all of the remaining property and assets have been distributed to the Member, the Board of Managers shall file a certificate of cancellation as required by the Act. Upon filing the certificate of cancellation, the existence of the Company shall cease, except as otherwise provided in the Act. 9. BOOKS, RECORDS, AND RETURNS (a) Books ofAccount .ind R ecords. A copy of this Agreement and any other records required to be maintained by the Act shall be maintained at the principal office of the Company. All such books and records shall be available for inspection and copying by the Member or its duly authorized representatives during ordinary business hours. The Company shall keep accurate books and records of the operation of the Company which shall reflect all transactions and be appropriate and adequate for the Company's business and for carrying out the provisions of this Agreement. (b) 17epnsit of Comhcuty I, All revenues, assessments, loan proceeds and other receipts of the Company will be maintained on deposit in interest-bearing and non-interest bearing accounts and other investments as the Board of Managers deems appropriate. 10. INDEMNIFICATION 77he Company will indemnify and hold harmless each Manager and each officer of the Company from and against any loss, expense, damage, or injury suffered or sustained by any of them by reason of any acts, errors in judgment, omissions, or alleged acts or omissions related to the business of the Company to the fullest extent allowed by law. The Company's duty to indemnify will include any judgment, award, settlement, reasonable legal foes, and other costs and expenses related to the defense of any actual or -6- JTLLC Limited Liability Agreement threatened action, proceeding, or claim and including any payments made by any Manager or any officer, or by reason of any disallowance by any taxing authority of any deduction taken on any Company tax return. The Company shall advance to each Manager or officer any legal expenses required to defend any such claim upon receipt of a written undertaking by or on behalf of such Manager or officer to repay such amounts if it shall ultimately be determined that such Manager or officer is not entitled to be indemnified therefor by the Company. 11. COMPANY SEAL The Board of Managers may provide a company seal, which shall be in circular form and shall have inscribed thereon the name of the Company, the state of formation, the original year of incorporation and the words "Company Seal". 12. MISCELLANEOUS (a) Captiv.ns. All section or paragraph captions contained in this Agreement are for convenience only and shall not be deemed part of this Agreement. (b)i'ronans 'ice ]ter and Ylu Form. All pronouns and any variations thereof shall be deemed to refer to the masculine, feminine and neuter as the identity of the Person or Persons referred to may require, and all words shall include the singular or plural as the context or the identity of Persons may require. (c) Agreer13i�? nerlt +linThis Agreement shall be binding upon the successors and assigns of the Member. (d) Qo—% irtg my. This Agreement shall be governed, construed, and enforced in accordance with the laws of the State of Delaware (without regard to the choice of law provisions thereof). (e) No Third -Pa Dcncficiarics. This Agreement is not intended to, and shall not be construed to, create any right enforceable by any Person not a party hereto, including any creditor of the Company or of the Member. IN WITNESS WHEREOF, the undersigned has executed this Agreement to be effective as of the date first written above. AEGIL'RPORATION gy. -- David A. Martin, Senior Vice President & Chief Financial Officer -7- 11 LLC Limited Liability Agreement ACTION BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF MANAGERS OF INSITUFORM TECHNOLOGIES, LLC The rollowing actions are taken and the following business transacted by the unanimous written consent of the Board of Managers (the "F3ar Lkl' } of Insitufornn Technologies, LLC, a Delaware limited liability company (the "Coi_ npanv"), effective as of the 811 day of April, 2016, APwintm��f]t�yc WHEREAS, the Board has determined that it is in the best interest of the Company to remove David F. Morris as President of the Company and appoint Frank Firsching as President of the Company; and WHEREAS, the Board has determined that it is in the best interest of the Company to appoint David F. Morris as Executive Vice President, Chief Administrative Officer and Secretary of the Company; and WHEREAS, the Board has determined that it is in the best interest of the Company to appoint Mark Menghini as Senior Vice President and Assistant Secretary for the Company; and WHEREAS, the Board has determined that it is in the best interest of the Company to appoint Kent W. Bartholomew as Vice President and Assistant Secretary for the Company; and WHEREAS, the Board has determined that it is in the best interest of the Company to appoint Diane Partridge, Debra Jasper, Laurie Andreski, Jana Lause, Whittney Schulte, and Ursula Youngblood as Contracting and Attesting Officers for the Company. THEREFORE BE 1T RESOLVED, that the Board hereby removes David F. Morris as President for the Company and appoints Frank Firsching as President for the Company, to serve until his successor shall have been duly elected and qualified, or until his death, or until he shall resign or shall have been removed from office; and be it FURTHER RESOLVED, that the Board hereby appoints David F. Morris as Executive Vice President, Chief Administrative Officer and Secretary for the Company, to serve until his successor shall have been duly elected and qualified, or until his death, or until he shall resign or shall have been removed from office; and be it FURTHER RESOLVED, that the Board hereby appoints Stephen Callahan as Senior Vice President for the Company, to serve until his successor shall have been duly elected and qualified, or until his death, or until he shall resign or shall have been removed from office; and be it F MITHER RESOLVED, that the Board hereby appoints Marie Menghini as Senior Vice President and Assistant Secretary for the Company, to serve until his successor shall have been duly elected and qua lified, or until his death, or until lie shall resign or shall have been removed from oflire; and be it FUW-VRER RESOLVED, that tlhe Board hereby appoints Kent W. Bartholomew as Vice President and Assistant Secretary for the Company, to serve until his successor shall have been duly elected and qualified, or until his death, or until he shall resign or shall have been removed from office; and be it FURTHER RESOLVED, that the Board hereby appoints Diane Partridge, Debra Jasper, Laurie Andreski, Jana Lause, Whittney Schulte, and Ursula Youngbiond as Cantracting and Attesting Officers for the Company, each to serve until her successor shall have been duly elected and qualified, or until her death, or until she shall resign or shall have been removed from office; and be it FURTHER RESOLVED, that the appointment of Stephen Callahan as Senior Vice President, lIunan Resources of the Company effective Noveinber 9, 201 S is hereby ratified, confirmed, and approved. It is acicnowledged that the omission of his name from the listing of officers dated January 4, 2016 was an administrative error. Rg;Lajeat of f}f�cers BE IT RESOLVED, that following the implementation of the foregoing resolutions, the following are officers of il,e co ripany: Name Office Frank R. Firsching — President David F. Monis Executive Vice President, Chief Administrative Officer and Secretary David A. Martin — Executive Vice President Stephen Callahan — Senior Vice President Kenneth L. Young — Senior Vice President and Treasurer Mark A. Menghini _ Senior Vice President and Assistant Secretary Daniel P. Schocrickase — Vice President, General Counsel and Assistant Secretary Heidi Wilkinson Vice President — Human Resources Dennis Pivin VicePresident— Safety Dawn Landmann Vice President --Taxation Larry Mangels Vice President and Chief Financial Officer Kent Bartholomew Vice President and Assistant Secretary Diane Partridge Contracting and Attesting Officer Debra Jasper Contracting and Attesting Officer Laurie Andreski Contracting and Attesting Officer Jana Lause Contracting and Attesting Officer Whittney Schulte Contracting and Attesting Officer Ursula Youngblood Contracting and Attesting Officer and be it I+URTIIER RESOLVED, that any individual who was serving as an officer of the Company prior to the date hereof who was not reelected by these resolutions is hereby removed from officfr 2- 9-11i i icaILQ 1 Pdnr. Aetio»4 FURTHER RESOLVED, that the Board hereby confirms, approves and ratifies all actions taken by the Company prior to the date hereof. 0inn ibns Resolutions FURTHER R, SOLVED, that the officers of the Company be, and each of them acting i11diti•idualiy hereby is, authorized and empowered to perrotm such other acts and to execute such other filings, notifications, instruments, deeds, agreements and other documents, ineluding, but not limited to, the execution and filing of any notices or filings .villi any governmental or t-cguIatory body, as may be necessary or appropriate to cffectnate the intent of the Foregoing rasolutians. The undersigned, constituting the entire Board of Managers of the Company, hereby consent to and adopt the foregoing resolutions, effective as of the day and year first written above. Charles R. Gordon David F. Morris. David A. Martin Constituting the entire Board of Managers of the Company INSITUFORM TECHNOLOGIES, LLC PRESIDENT APPOINTMENT OF OFFICERS Pursuant to the authority set forth in the Limited Liability Company Agreement of Insituform Technologies, LLC (the "Company"), I hereby determine that: Christlanda Adkins, Laura M. Andreski, Janet Hass, Jana Lause, Diane Partridge, Whittney Schulte and Ursula Youngblood are appointed as Contracting and Attesting Officers of the Company, each with the authority, individually- and in the absence of the others, subject to the control of the Board of Managers of the Company, (i) to certify and to attest the signature of any officer of the Company, (ii) to enter into and to bind the Company to perform pipeline rehabilitation activities of the Company and all matters related thereto, including the maintenance of one or more offices and facilities of the Company, (iii) to execute and to deliver documents on behalf of the Company, and (iv) to take such action as is or may be necessary and appropriate to carry out the project, activities and work of the Company; and 2. All other Contracting and Attesting Officers of the Company appointed by the President of the Company prior to the date of this appointment are hereby removed from office. Dated: March 8, 2018 <7 Frank R. Firsching President 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 144-18 File Number: 2018-0314 INSITUFORM TECHNOLOGIES, LLC CHANGE ORDER NO. 1: A RESOLUTION TO APPROVE CHANGE ORDER NO. 1 TO THE CONTRACT WITH INSITUFORM TECHNOLOGIES, INC. IN THE AMOUNT OF $280,192.55 TO ADD ADDITIONAL PIPE SEGMENTS TO THE 2018 PROPOSED SEWER REHABILITATION WORK PLAN USING THE CURED -IN-PLACE PIPE METHOD BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to the contract with Insituform Technologies, Inc. in the amount of $280,192.55 to add additional pipe segments to the 2018 proposed sewer rehabilitation work plan using the cured -in-place pipe method. PASSED and APPROVED on 7/3/2018 Attest: - / zxe�� ILr. /._...... Sondra E. Smith, City Clerk Treasurer OF •.rye 'rte, ., CLQ' • � � Page 1 Printed on 715118 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 r (479) 575-8323 i •r Text File File Number: 2018-0314 Agenda Date: 7/3/2016 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 7 INSITUFORM TECHNOLOGIES, LLC CHANGE ORDER NO. 1: A RESOLUTION TO APPROVE CHANGE ORDER NO. I TO THE CONTRACT WITH INSITUFORM TECHNOLOGIES, INC. IN THE AMOUNT OF $280,192.55 TO ADD ADDITIONAL PIPE SEGMENTS TO THE 2018 PROPOSED SEWER REHABILITATION WORK PLAN USING THE CURED -IN-PLACE PIPE METHOD BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. I to the contract with Insituform Technologies, Inc. in the amount of $280,192.55 to add additional pipe segments to the 2018 proposed sewer rehabilitation work plan using the cured -in-place pipe method. City of Fayetteville, Arkansas Page 1 Printed on 7/5/2018 City of Fayetteville Staff Review Form 2018-031.4 Legistar File ID 7/3/2018 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 6/6/2018 ......... Submitted By Submitted Date Action Recommendation: WATER SEWER (720) Division / Department Staff recommends approval of Change Order No.1 for the Cured In Place Pipe term (renewable) contract with Insituform Technologies, LLC to add additional pipe segments to the 2018 proposed sewer rehabilitation work plan, increasing the contract cost from $248,501.00 to $528,693.55. Purchase Order Number: Change Order Number: Original Contract Number - Comments: 2018 -00000348 2.018-00000017 Remaining Budget Previous Ordinance or Resolution # Approval Date: V2019032'1 Budget Impact: 5400.720.5700-5815.00 Water and Sewer Account Number Fund 02017.2018 Sanitary Sewer Rehabilitation Project Number Project Title Budgeted Item? Yes Current Budget $ 6;2.67,91MO Funds Obligated $ 470,732.40 Current Balance $ 5,7':7,'1.1!i.ri11 Does item have a cost? Yes Item Cost $ 7.80,192.55 Budget Adjustment Attached? No Budget Adiusti-nent $ - Purchase Order Number: Change Order Number: Original Contract Number - Comments: 2018 -00000348 2.018-00000017 Remaining Budget Previous Ordinance or Resolution # Approval Date: V2019032'1 CITY OF FAYETTEVILLE rARKANSAS MEETING OF JULY 3, 2018 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Water & Sewer Committee June 12, 2018 FROM: Tim Nyander, Utilities Director DATE: June 5. 2018 CITY COUNCIL MEMO SUBJECT: Insituform Technologies, LLC — Change Order No. 1 RECOMMENDATION: Staff recommends approval of Change Order No.1 for the Cured In Place Pipe term (renewable) contract with Insituform Technologies, LLC to add additional pipe segments to the 2018 proposed sewer rehabilitation work plan, increasing the contract cost from $248,501.00 to $528,693.55. BACKGROUND: The contract with Insituform Technologies; LLC was approved by the City Council on April 3, 2018 by Resolution 84-18. The contract allows for as -needed rehabilitation of sanitary sewer mains and service connections using the cured -in-place pipe method for the prices set forth in the bid documents., with the option to renew for up 4o four additional one-year terms and price increases upon renewal not to exceed 5%. DISCUSSION: Staff requests adding additional lengths and diameters of pipe into the 2018 sewer rehabilitation work plan. The proposed pipe rehabilitation is based upon Sanitary Sewer Evaluation Survey (SSES inspections) and City field work. The proposed Change Order No. 1 includes: Additional quantities to the as -needed 2018 Bid Unit Prices for 6", 8 10" and 12" diameter sewer pipe: Adding diameters and quantities for 15°. 18" and 24" diameter sewer rehabilitation, Based upon the additional diameters and quantities, the proposed 2018 contract cost will be increased from $248.501.00 to $528.693.55. BUDGET/STAFF IMPACT: Funds are available in the Sewer System Rehabilitation project. Attachments: Proposed Change Order 1 with attachments Copy of Resolution 84-18 (Page 1) Copy of previous Bid Tat; Redlined copy changed agreement pages (00500-3, 00500-5, and 01110-4) Moiling Address: 113 W. MOLIM in Street www.fayetteville-ar.clov Ftyettoville, AR 72701 YIrC dl1.LL. Contract Modification PROJECT DATA Project Name: ! 2018 Sanitary Sewer Cured in Place ' Pipe Project No.: Bid 18-22 Construction Ordinance/Resolution Resolution no, 84-18 Date of Request: 06/04/2018 Modification Date: Date Signed by the Mayor, City. of Fayetteville Resolution Date 04/03/201;8 f CONTRACT MODIFICATION DATA Change Order �] Written Amendment Modification CO 1 l - No.. 1 — s To: II15ltUforrn Technologies, Inc, Project; 2018 Sanitary Sewer Cured In Place Pipe Owner: City of Fayetteville Engineer: 1ty of Fayetteville The Contract is Changed/Modified as follows_ A. Add quantities and sizes/diarn eters of sanitary sewer main for cured in place pipe rehabilitation as documented in the attached schedule labeled Change Order no.1 for the 2018 Work Plan. 13, Revise the language in Section 00500 AGREEMENT as indicated on attached pages 00500-3, and 00500-S. C. Revise the Language in Section 01110 SUMMARY OF WORK AGRELMENT as inclic:ated on attached paf),e 01110-4. i Reason for Change/Modification: A The requested additional sanitary sewer pipe; Iehi.ibilil.Aion will br-. utilized for increa-ed { pipe quantifies and pipe size/diarrncter. Attachments (List Supporting Documents): Faye 1 of 2 carr or FAYETTEVILLE ARKANSAS Contract Modification A. Attached pages as noted above. _ Contract Amount or Price Contract Times (Calculate_ Days) Original final 8 r j $248,501.00 Original Duration f Annual 1 Previous Contract $0 Previous Contract 0 Days Modification(s) Modification(s) (Add/Deduct) (Add/Deduct) This Contract Modification C01 $280,192.55 This Contract Modification 0 Days (Acid/Deduct) -- - (Add/Deduct) — Revised Contract $528,693.55 Revised Contract Time Annual 2018 SIGNATURE RECORD ` Mayor, City of Dater Jul), 3, 20] 8 I Fayetteville, (Owner) Insituform Technologies runM.Ar. n •.contracting Officer and Attesting Date: June 5, 2018 (Contractor): Recommendation; Utilities Director rf Date:— Page 2 of 2 DOVI-I1M E• N T' 0055(1 [ i-xiSm 04/2312018 TO: IrIq i hI (Corn) 17988 (ulisun Avenue Chest:arf field, MO 63005 i Via email lo; '.I int Peteric, Insitufornl Contract: Nance/Title: 2018 sanitury Sewer Cured In Place Pipc, .Bid 18-22, Construction; Owncr: City of )'ayetteville, Arkansas You are notified that the Contract Time(s) under the shove C;untract will commence to run on a. date rnntnally acceptable to Jnsitufonn and the, City of FIlvetteville; By that date, you are to start pertbnning your obligations under the Contract Documents, In accordance with the A;;t•ecnlent bet,veen Owner and Contractor, the date of completion ready for final payment is calendar year 201 R. The proposed/ch•aft work plan is attached to This notice to proceed for your review, A lmeconstructiorl nleetiuk, or telt-phone conference, is requested to review the proposed work plats prior to any work perforilled by InsitliGol•m, Bc.l'orc you may start any work at the. Site, the OcIlel'al Conditions plovide I]Irlt you and Owner 111118( each deliver to Clio. other, (with copies to Enginecr and other identified additional insureds) certificates of insurance, which each is required to purchase ;Incl mahitain in accordance with the Contract Documents (this has horn received muf is aeknoivle(ili,erl). Also, beforc you may start any wcnk at the Sitc, ycnl must submit the fi6lr)w611g: I . Acknowlcd;;mcnt of the Work Plan. 2. COIIStI'llclioll progress schedule 3. Schedule: of any remaining Subnlitulk. 4 Sati.vfarctory evidence of insurance in accord-i.mce with Isle requirements of the General Couditious. 5. Maintenvn:e of'1'raffic as sllecifie:J. You are rexlnired lu retl.un all ac.lulolvlecigeruenl copy of 1111s Notice to Prorecd to the C)lvuer. 011540 TJOIiI'C ti) flOi'('Cil {JobsO 1 DOCUMENT00530 - NOTICE 1.0 PROCEEID: (continued) Dated April 23, 2018 C i LY (:) f Fayettev i I I e Ry (Signature,) Jim.Beavers, Utilities kagincel. (Type or print) ACCII,"11 I'ANCE' OF NC)'['IC'L-,'I'(:) PROCCED inriluform Technoloj)WG, I.LC Contractor By (signature) (Type Or print) Da(c _,jufie 5 1 %0 Iii Copy to Elighlocr (Use Certified Mail Return Receipt Rcqiwstcd; or Nwd deliver) END 0FDOCUMLNT 00550 (RE-NISED 04/23/2018) 00550 Noticc to Procc.,(A �022 f DOC U)-1ENT11[I500--;1GR1:1:)IEXT .continued) anlouni based on the unit prices bid in the Proposal (BfD .FORUM) which is hereto Attached, for tic actual n nu um accomplished raider each pay hent, said payments io be niadc in lawkil honey ofthe United States at the tinge and in the manner set forth in the spcc:iliudwls, 102 The Qla moor and the City of Fayeneville shall negotiate the annual work plan based 1.11)011 the City's needs and the Contract Unk Prices as specified within the C(lomet Docunlcnts, The work plan olid the proposed annual conhwet amown sludl be: approved by the City of Fayetteville City Coulak, The City ofFayeneville is under 110 obllgakn to purchase 1.l nilnkimi alliount of any heln awarded and Cart, of Wye, WviHe: play choose to purchase niore, Icss, or none of the rehabilitation, dependily upon its neecls.'l'llis contract is gerlera.11y for nuseellaneous and urlldontilWd rehabilitation ofwanitary seg•ver mains and service connections usin- the cured -in-place pipe method, The City of Fayetteville will pay the Contractor in the niannel and ,l( such limes as set SO in the General Conditions such amounts. as required by the C mitract Docurients. 4.0; As provided in We Cornmet estimated quantities are notguaranteed, and dcrterniiliaiiorls ofactual quantities and classifications are to be made by ENCil\l'.F:R a. provided in (lie Cameral Conditions, l_ nit prices have been computed as provided in the COWNIcl DOCu111ent5. 4-04 Changes, ntoclikalions, or amendments in scope, price or fees to this contract shall not he allowed w ithoclt a prior formal contract ameridnicnt approved by the \layor tend 1110 City Council in advvlee of the in scope, cost or flees. 1 'Mot ..hall he no chuyes without prior written approval of the E'llUinc•0r of R1.tcord and/or the City's designated Prolessional Engine0r. ARTICLE 5- PA1 M1 N'1 1'1;{l( 11)t 141 -IS 5.01 SI; l3�.11'l "I';\I. \\D PRNC F.:)SINQC OF' PAY1N,1F,-N'TFS: -\ Coulractol sha11 subrrlii Applications for Payment in accorclarlc:c with the GENE RAE CONI)l1'iONS. ;applications for Payment will he prncc�sed by F.n-ir:ce.r us prtrvided in the Cii:'\LRAM, C:'ONUTIO\'S. ROCU IEN'l- 00500 — AGREEVIF.NT continued) ARTICLE 6 - CON'T'RACT RENENVAL 6.01 C'onuact Rcnc��al. A, The contract may be renewed for adc.Iitional periods up to four 00 ,additional annual contract periods beyond the original bid and mdU he based solely upon Ole option and agrecmcm ben wcn both rhe City of Falvum ills and Ilio CONTRAcm. The prices and rates bill by the successl•ul bidder sliall be firm Ihroug"houl the initial one year period of the contract. Prices and raters inay only be increased or decreased for the next ar sa.ibscquen[ conUArt extension period. ,:raid only il•the parties agme to emoul WC C(lUMCL II the City ol• Fayetteville seeks to decrease or Contractor seeks Co increase any price or rate:. each party small give the who party agluca notice the mol It least ninety (90) days prior to the end of the Coll(ract year. to,:ether mi Ih a justification liar each proposed rate of price Cham e. Cite of f ayeltC III aII(I Conu•actor MmH ne,totime in good faith Ow an mmL if ally. in Aw increase or Cle.crease in the price or rale: provided, however. in no event nuay ally specilic unil cost change more thou live pereenl (5%) or the pmcuhng year's value, I rthe parties are uimWv to agger on the 10NIC S 011. Of WC (:011tMCL then the contract shall terminale at the end or comract year. subject to the City ol, Fayeuc\ ilk's right to uiAtendly exlmnd the eonmt of the saniv mons and condition,. for a period not to exceed four (+1 months to enable the City of Fd\' :t[C� lite link 10 rehldl IIIiS CIOCLI]11Cn1, 1.3. PLIr: haSC order~ nldl lie tissued to the successful bidder %%i III a Coll[ ract period not to cxcee(l one ( I ) year. ( F <lymeni im "NI hhall be made upon oonplclion olid acceplance of the �m'k by th,° ( in or1•ayk!1IQ\d1c. ARTICU 7 - C0`'I•R,IC l 0JVS REI11ZF.til•:�,S'I'k,rI0NS 7 01 In order m induce 1 he laity of I`ayeCto ille to enter into this Aurvcment. ( ontractor makcs the lollowin r prescl:I ill ioils: 11. C•olat rac t or had C•UIIml i IIt'd Anel CA I -C. I•l II ly SI II CIIC(I I I I C C olltr:l:t 1.)(k' til l l e I! 16 irL ludiiijr. Ilw Addi_nda and other related data identifi,xl in dor I:iid I.)cwUlY ms II(t". i•.)ih[) ECTION 01110-SUMMARYOF NVORK (continued) I Purchase Chase orders may be issued R) OIC successful bidder 1*\� i I] I a con I rac I I)CI-iod 1`101 to CNCeftl OIIC (1) calendar (incl LIS ill.-) year. 2. Payinew For work shall be. made upon completion and acceptance ol'the work by the City of Fayetteville, 1.10 COPIES OF I)OCU.MENTS: A. Furnished Copies: Aker CXCCLIti(:m of Agreement. Contractor \\ ill be I'm-nis-hed at no cost. a maximum ol"[111-ce (3) wts of Contract Documents consisting of full-size Contract Drawirl'—'S iIIClLIdIIIg revised Diawinp and the PI-OjeCl N4,1111.1,11, in addition to those used in C.XCC.L1tiOII of the AIncemcm. 13. Acicli(ional Copies: Additional colics ol'above ClOCLIments will be SLIpplied by FI1g?I*IICC.1' LIl)OII BN]LIC.St 01TOntractor alld approval of* Owner. 1.11 SCHEDULE OF OWNER.-SUPPLIF.D EQL;fP\41:--'\']' AND None. PART 2 - PRO 1) Q CTS — N01' AP 111, 1 CA BLE. PART 3 - EXECUTION — NOT APPLICABLE. ENI) OF SECTION 01110 011 10-Sm:Mmiry ol'Wolk Furl 01 11O 4 T_.... .. _ _..... � 1 r IfF `I � s�� i � � f � ti �-- i. �. l IT.` TJX ...�..I ._.... I � ......�� - i A _{ k Ii �� i - ;� �j _ _ 'v 113 Nest Mountain Street Fayetteville, AR 72701 (479) 575-13323 Resolution: 84-18 File Number: 2018-0186 Bill 918-22 INSF11FORM TECHNOLOGIES, LLC: A R1 SOLI1l'10N TO AWARD SID X15-22 AND APPROVE A ONE YEAR CONTRACT WITH 1NSITUFORiv1 1'ECHN(.)1,nG11;S, INC. WITH THE OPTION TO RE -,NT -.,W FOR t.IP TO FOUR AI DITION'AI, ONE YEHARIF..RMS FOR AS -NEEDED REHABILITATION 01' SANITARY SEWER MA INS AND S(-:RVICI:: CONNIFCTIONS USING THE CURE )-IN-PLACE PIPE METHOD BE IT RLSOLVED BY THE. CITY COUNCIL OF'T'HE CITY OF FAYETTEVILLE, ARKANSAS: W ): That the City Council of the City of Fayetteville, Arkansas hereby awards Bid 418.22 and approves a one year conlracr with lnsituibrm Technologies, Inc. for as -needed rehabilitation o° sanitary sewer mains and service connections using the cured•in-place pipe method for the prices set forth in the bid docuracnrs attached' to this Resolution. with the option to renew for up to four additional one ycau terms and price increases upon renewal not to exceed 5%, PASSED and Ar'PR(.)V6'.r..) on 4/3/2015 Approved' r. • I Attest: Sondra E. Smith, City Clerk I wrh utzrr m F'r', Paye 1 Pilnred on 414118 A01 MM' C I I Y 0 F FAYETTEVILLE ARKANSAS C:)(istruction - 20.18 Sanitary Sewer Cast in Place Pipe t3('JL'L:i1+I.ENT 00500 —.,k G11 :i•:1,] I ti'I_{catstinucd) amount based on the unit prize—: bid in We Prilposal (WD FORM) which is hero attached, for the aetual Altlr in! aCr0l`lj)hShed under each pay item, said payments to be made in IllNaflll nu)ncy ofrhe United Stmes at tltc time and in the manner set fortll in to Specilicatians, =1:02 1 .. I)' •�'.'ii I I:. V`. :I� t :l I i': .. .. li!11 •I n'•i �I' `I ' - ..1'I •� t !'� .:I'. f I\ .. f�• _ ,. � i:�f:. I I . I:I: _.I. ..1:•;I. I''c' _r1�ii�..l h• ...: , I i= , u.7.LII tI I. City of 1•ayettevik IS undcr Ill? ClhhI'rllloll to purchase a minimum aII1ourn. of any item awarded and City of 14yeltoylllc: imy choose to purchase more, less, or nolle of ncc rehabilitation, depending upon its needs. This contract is generally for Inisceliancous and unideni led rehahilihttian of sanuar�\ sewer mains atld service connections using We cured luplrlcc pipe method. The City of f aycltc� l l le will pa} 11te Conlractor in the manner and at such times as scat forth in the General Conclitions such amounts. as rec:luired by the Contract Document.;. l•03 As provided in dw C'ornraht esthnated gtlamitics are not guaranteed, and deferrn4ladmis of actual quantities and classilic:ciiions are to be mule by ENGME,ER as provided in the General Conditions. l.:nil prices have been computed as provided in lllc Conn act Docull'IcI115. 4.04 C'hallgC57 modification;, w ctnlendliwilts in price or foes to this contract shall w be alluwed Mullout n prior R nml conlracl amenInent approved by the Mayor and 1110 l,. II\' COLI)Cll !li al:lvalice of the chmil e {Il .scolltit. Cos( or f'ee's. I There :.hail he, llo cllcln;,r.r; v ithout prior NN•ritten approval of• the ul,inrcr of IZccurd anti or the• C•ity`s de�i���nated Professional I.neinccr I DOCU M ENT 005 0 0 — A -1 ;H F, L,% I E N *I continued) 5.031 F I N A 1, PA Y N.4 FN'F: A Upon final completion and acceptance of the \1 tork in:pith the GENERAI.. CONDITIONS, The ( lI it) of I 111c 1),I\ the r4mmlllder of the contlaa Price as recolimiciided by I.m.ogineer wid as pro\ ld(:d ill the i F, N I RAI, CONDF1 IONS ARTICLE 6 - CONTRAcT RuNmwAL 6.01 Contract Rencwd L Die contract may he renemcd foi Additiorml porinds it) to I'mir (ml) additional annual contract periods beyond the origi 1m) hid zI 1d ill c. based solleIN iyon t h e opt ioi) j n d agreerne.rit betwktc I) bods (11 c (.,w, or, Fw\ crim i Ito. and I lie ON'I'R.M., I 'OR. TI ic I) rices n I I i I rates hit I i)\ the I h, Iddvi- \I I; I I I be fil-111 1l)1"0tl�?hOLlt the ill itiill Olic year pciriod ofthe com ni( t Prices ondrates may only be increased or clecrelsod for dic, ne"I or contract extelisiall period; and 0111} if I! le. pa I-( ies ;I grc�• 10 exic, I It I Olr ':on I rom. If Ilse C'ity ofki\.YeticvillcseekS I(-, docreose or Comractoi S.xkw incrcascaliN price: or rate:, each pmr(v shall give' the oilier parIN \\ rinell liwi"O. tholeor"ll I CZ - [east ninety (90) dayprior IO t I ic end of I I ic: ;_-umrx...l toz,cilicr ,%i I ha JUSLifiCati011 fC)I' QAeh proposed rat(' (.)I prize: Cit\ 'I IM CLIC"k i I I and Contractor ,h a I I ricgwiiilC' in goo, I I a i I] it the iii-11(own I,. II ;lit\ . It-, Ih e iiw-reasc or c1ccrease In The price or rale', Ided. how(n (..1% 111 ilk-, t!ll I-11flY nn\ specific ili-lit cost chance 1.11ore than tine 1)t.,rccm (:-o Of !lw plc�:cding -vcur's \:14!e. II die jlarticarc imah1c io lill!.rcc oil 111c. cx!t'n'ion ('I dw, c0lill'acl. thell Illi' colltract sh"ll 1 ti'ri llin.11c at OI(' cild of (11L, 01111"Ict c;,.[ Iii the C itY of Fnyctlevdie's ri�_)ht to Lill ll"llcrnll.\ c'.Xtk:;)d "Lk.: colim.J.-I the sZW'c Wrills and (:ondilioll!). 4W) a PCI Vrj lox to vv i 'i lit( wl.l; to (Mahle 11w ('il' of t;ll,.e 1") rell;lj lh;`dok:ill)l('!ll. Puruha."e !rl'iv Jc'. 10 illU IL!l A cxcc�:kl oil�! �cnl c (10 00 1;;I x'111, 00000 1­"f-.01iIw-k! Cup), "HON 011 l0—Sl,'Mi\'IARY 01"I'VORK (C011ti[ILIC(l) I P111""hask: order.., iva� be issued Lo the successful bidder 1711 : 1 r; % 1 !1. !. .:11,1 ', : with a contract period not to exceed one (1) calendar (inclusive.) yem., 2. Payment for work. shall he vilacle upon completion and acceptance of the work by the Cit1. of Fa%weville. 1.10 COP[I.-,S OF DOCU\MEN'TY A. Furnished C'opies: After oxecinion of Agreement, Contractor will be Furnished at no C051. H 111MMMUM of [111 -CC (3) Sets of Conti -act Documents consisting or full-size Contract lX?.WII1,(1S 111CILidina reviwd Drawings and the Project Maimal, in addition to those irsed in cwciviion of the Acyrument M 13, Additionil Copies: Additional copies of �.ihove documents "ill be supplied by Lngincer upoji request ot'Comractor and approval of Owner, ill I SCI IEDUU:... 01' OWNI.Y.-SUPPLIED EQUIPMENT AND MAITRIALS: None, PART I - PRODUCTS — NO -1 APPLICAFJLE. PARTS- RX1XV110N --NOT APPLICABLE. END OF SECTION 01110 UI I I O.S11111111;11 N. ul 41 oil.. QI i If) 4 0 GraybaR. 516A EAST ROBINSON SPRINGDALE AR 72764-7132 Phone: 479-872-3400 Fax: 479-872-6680 To: CITY OF FAYETTEVILLE Date: 11/18/2019 113 WEST MOUNTAIN Proj Name: NOLAND WWTP VISTA QUOTE FAYETTEVILLE AR 72701 GB Quote #: 0233978421 Attn: Brent Corwin / City of Fayetteville Release Nbr: NOLAND WWTP VISTA QUOTE Phone: 479-521-7700 Purchase Order Nbr: NOLAND WWTP VISTA QUOTE Fax: 479-575-8250 Email: douglas.tomlinson@graybar.com Additional Ref# Valid From: 10/28/2019 Valid To: 11/27/2019 Contact: Douglas Tomlinson Email: douglas.tomlinson@graybar.com Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows Notes: THIS PROPOSAL IS ELIGIBLE FOR PURCHASE THROUGH US COMMUNITIES CONTRACT NUMBER EV2370 WITH GRAYBAR ELECTRIC AND MUST BE PURCHASED BY A US COMMUNITIES REGISTERED PARTNER (I.E. CITY OF FAYETTEVILLE). NO OTHER AGENCY MAY PURCHASE THIS PROPOSAL AMOUNT ON BEHALF OF THE CITY OF FAYETTEVILLE. 1. No terminations, elbows, rubber goods, or fault indicators are included. 2. F.O.B. DESTINATION is included in the switch pricing. 3. All relay programming to be performed by the S&C Manufacturers Representative with settings provided by consultant. 4. Quote does not include any field testing, commissioning or start-up. 5. Taxes not included in pricing. 6. Vista Switchgear Shipment from Chicago: 14-16 weeks after receipt of order. Item Item/Type Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 100 1 EA S&C ELECTRIC LOT S&C $150,425.00 1 $150,425.00 ELECTRIC CO 200 1 EA S&C ELECTRIC 934132R1 -P4 -T3 - M4 -0 "'Item Note:"' Catalog number 934132R1 -P4 -T3 -M4-0 # Manual Vista Model 413 with stainless steel Tank (1 switch ways and 3 fault interrupter ways). # Rated for 12,500 Short#Circuit Amps # P4- Pad -mounted -style enclosure olive green # T3 - Three -pole manual fault interrupter on three fault -interrupting ways # M4 - 200-A bushing wells at load -interrupter switch and bus terminals (in lieu of 600-A bushings with studs) # O - Two -hole ground pad, one per way, located below bushings or bushing wells # Includes Vista Overcurrent Control 2.0 TR -11887 and pentahead socket 9931-074 # Programming of fault interrupter ways by S&C representative. Based on settings from engineer/consultant. This equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services (subject to credit approval). For more information call 1-800-241-7408 to speak with a leasing specialist. To learn more about Graybar, visit our website at www.graybar.com 24 -Hour Emergency Phone#: 1-800-GRAYBAR Subject to the standard terms and conditions set forth in this document. Unless otherwise noted,freight terms are F.O.B. shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement. Page 1 of 3 To: CITY OF FAYETTEVILLE Date: 11/18/2019 113 WEST MOUNTAIN Proj Name: NOLAND WWTP VISTA QUOTE FAYETTEVILLE AR 72701 GB Quote #: 0233978421 Attn: Brent Corwin / City of Fayetteville Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows 300 1 EA S&C ELECTRIC 936152R1 -P6 -T5 - M4 -0 "'Item Note:*** Catalog number 936152R1 -P6 -T5 -M4-0 # Manual Vista Model 615 with stainless steel Tank (1 switch ways and 5 fault interrupter ways). # Rated for 12,500 Short#Circuit Amps # P6- Pad -mounted -style enclosure olive green # T5 - Three -pole manual fault interrupter on five fault -interrupting ways # M4 - 200-A bushing wells at load -interrupter switch (in lieu of 600-A bushings with studs) # O - Two -hole ground pad, one per way, located below bushings or bushing wells (in lieu of standard one ground pad per tank) # Includes Vista Overcurrent Control 2.0 TRA 1887 and pentahead socket 9931-074 # Programming of fault interrupter ways by S&C representative. Based on settings from engineer/consultant. Total in USD (Tax not included): $150,425.00 This equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services (subject to credit approval). For more information call 1-800-241-7408 to speak with a leasing specialist. To learn more about Graybar, visit our website at www.graybar.com 24 -Hour Emergency Phone#: 1-800-GRAYBAR Subject to the standard terms and conditions set forth in this document. Unless otherwise noted,freight terms are F.O.B. shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement. Page 2 of 3 To: CITY OF FAYETTEVILLE Date: 11/18/2019 113 WEST MOUNTAIN Proj Name: NOLAND WWTP VISTA QUOTE FAYETTEVILLE AR 72701 GB Quote M 0233978421 Attn: Brent Corwin / City of Fayetteville Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows TERMS AND CONDITIONS OF SAt,E C 1. ACCEPTANCE OF ORDER; TERMINATION -Acceptance of any order is subject to credit a proval and acceptance of order by Graybar Electric Company Inc. ("Graybaz") and, when applicable, Graybaz's suppliers. If credit of the buyer of the goods or services ("Buyer ) becomes unsatisfactory to Graybar Gpaybar reserves the right to terminate upon notice to Buyer and'without lia ifi to Graybar. 2. PRICES AND SHIPMENTS - Unless otherwise quoted, prices for goods shall be those m effect at time of shipment, which shall be made F.O.B. shipping point, pr aid andbill. Unless otherwise indicated in the a plicable quotation or statement of work, prices for services shall be those m effect at the time of completion. The contract price for goods and or services shall be increased by the amount of any applicable tariff, excise, fee, assessment, levy, charge or duty of any kind whatsoever, imposed, assessed or collected by any govermrental body, whether or not reflected in the costs charged to Graybar, and Graybar may increase its cost for ggoods and or services appropriately to take into account such increases m Graybaz' s costs. 3. RETURN OF ii00DS -Credit maybe allowed for goods returned with prior approval. A deduction may be made from credits issued to cover cost of handling. Returns will not be accepted for services or any material which has been modified at the request of or by Buyer. In addition no custom orders may be returned. 4. TAXES -Prices shown do not include sales or other taxes imposed' on the sale of goods or services. Taxes now or hereafter imposed upon sales, shipments or services will be added to the purchase price. Buyer a ees to reimburse Grayybar for any such tax or provide Graybaz with acceptable tax exemption certificate. 5� DELAY IN DELNERY - Grayybar is not to be accountable for delays in delivery of goods or services occasioned by acts of God, failure of its supppliers to ship or deliver on time, or other circumstances beyond Graybar' s reasonable control. Factory slmpment or delivery dates are best estimates, and in no case shall Graybaz be liable for any consequential or special damages arising from any delay in provision of services, shipment or deliveryry 6. LIMITED WARRANTIES -Graybaz warrants that all goods sold are free of any security interest and will make available to Buyer all transferable warranties (including without limitation warranties with respect to_intellectual property infringement) made to Graybar by the man ufactruer of the goods. Buyer acknowledges that the performance of any_ service which alters the manufacturer provided goods as indicated in the statement 7. LIMITATION OF LIABILITY - Buyer's remedies under this agreement are subtext to any limitations contained in manufacturer's terms and conditions to Graybar, a copy, of which will be famished upon written reqquest. Furthermore Graybar' s liability shall be limited to either reuair or replacement o4"the goods, re -performance of the services, or refund of the purchase price, all at Graybar s option, and IN NO CASE SHALL GKAYBAR BE LLA$LE F'OR INCIDENTAL, SPECIAL, OR CON SEQUENTIAL DAMAGriS. hi addition claims for shortages other than loss in transit, must be made in writing not more than five (5) days after receipt of shipwent. Unless otherwise aggrreed in the applicable statement of work, acceptance of services will occur not more than five (5) days after completmn of erformance. 8. WAIVER -The failure of Graybar to insist upon the performance of any of the teens or conditions of this agreement or to exercise any right hereunder shapll not be deemed to be a waiver of such terms, conditions, or rights in the fture nor shall it be deemed to be a waiver of any other tens, condition, or right under this agreement. 9. MODIFICA'ITON OF TERMS AND CONDITIONS -These teens and conditions, and any associated statement of work, supersede all other communications negotiations, and prior oral or written statements regarding the subject matter of these terms and conditions. No changge, modification, rescission, discharge, abandonment, or waiver of these terms and conditions shall ire binding upon Graybar unless made in writing and signed on its behalf by a duly authorized representative of Graybar:No condigtinons eupsage of trade course of dealing or performance, underst yanading or agreement, purporting to m)dify, vary, explain, or supplement these 10 h s do ELS hWhenlGra bar trio s reptuinable eels a ° el dey o gmaa bein luded iu the invo ce.yThe B �e rshould cBo tact the nearestn(iradbazise ce Herelocatintoftusmefrf �th hereloeemed a material alteration hereof. 11. CERTIFICATION ras. y of ere certifies tliat these goods were produced in compliance, with all applicable requirements of Sections 6 7 and 12 of the Fair Labor Standards Act as amended, and of regulations and orders of the United States lle artment of Labor issued under Section 14 thereof. This agreement is subject to Executive Order 11246; as amended, the Rehabilitation Act of 1'973 as amended the Vietnam Veterans' Readjustment Assistance Act of 1974, as amended E.O. 13496, 29 CFR Part 471, Appendix A to Subpart A, and the corresponding regulations, to the extent required by law. 41 CFR d0-1.4, 60-741.5, and 60-250.5 are Incorporated herein by reference to the extent legally required. gu (12CPA) (15 UE.S C. ggCORRUPTg 8 t s q.) irrespective the of the pla eaof perfolrymanceapplicable and (ii) laws and regulations imeplemneuti agnthe Organizati u for EconomicuClo peration(anthe Developments ConventiCorrupt n on CombatingAct Bribery of Foreign Public Oft�icials in International Business Transactions, the U.N. Convention Against Corruption, and the Inter -American Convention Against Corruption m Buyer s country or any country where erformance of this meementyor delivery of goods wer shall not assign its ailgllh�occur.3. ay p my such assignment without such consent, shall be void. Sttate of GENERAL a I ble o contracts to -be formed and clerical ullts or y perforomed itbmyth Statte f M s sour h tjio t gi acknowledgment ate its duties hereunder or any interest herein without thet oothe ch ice orae nflicts or written consent of f aw correction. ioThis s thereeo All suirts ane no fr m orr cone rain o h s agreement shall bepfrilled in the Circuit Court of St. Louis County Missouri, or the United States District Court fdrr the L�,astern District of Missouri, and no other place unless otherwise determined in Graybar's sole discretion. Buyer hereby irrevocably consents to the 'urisdiction of such court or courts and agrees to appear in any such action upon written notice thereof. 15. PApeYMENT Titted yP.RMS - Payment terms shall�e as stated on Gra by bar' s invoice or as othebr�wise mutually agreed. Asa condition golf the sales agreement, a monfld service charge of the lesser of 1-1/2%porr the maximsuch laws,ES0, at ons anduideacknowledges rs olndm e law may b d to f that applicable, t sal ts not l eauoements of tlnternat ootal'f affie io compliance Repwlations aani�orlthe Ex obi[ Admin States olaws, A t ress, and Discover credit cards are accepted at pegmatrbe amended oin sBBurer_ agrer a�eesmgl rwith ih all export las arepplicable, it will not disclose or exportmy technical data received under this order to any countries for which the United States government requires an export license or other supporting documentation at the time of export or transfer unless Buyer has obtamedpnor written authorization from the United States Office of Export Control or other authority responsible for such matters. 17. CANCP,LLATION- CHANGES h'OR SERVICES- Buyer may cancel or make changes to a statement of work up to five (5) business days pnor to commencement of the work. All changes and cancellations after such date are subject to Graytrar's prior written approval in Graybaz's sole and absolute discretion. Buyer shall pay to Graybaz amounts necessary to cover cancellation, restocking fees and other charges applicable to the cancelled goods or services including those in or committed to by Graybar. Signed: This equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services (subject to credit approval). For more information call 1-800-241-7408 to speak with a leasing specialist. To learn more about Graybar, visit our website at www.graybar.com 24 -Hour Emergency Phone#: 1-800-GRAYBAR Subject to the standard terms and conditions set forth in this document. Unless otherwise noted,freight terms are F.O.B. shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement. Page 3 of 3 0 GraybaR. 516A EAST ROBINSON SPRINGDALE AR 72764-7132 Phone: 479-872-3400 Fax: 479-872-6680 To: CITY OF FAYETTEVILLE Date: 12/18/2019 113 WEST MOUNTAIN Proj Name: WWTP XFRMR PRICING FAYETTEVILLE AR 72701 GB Quote #: 0234347428 Attn: City of Fayetteville Release Nbr: WWTP XFRMR PRICING Phone: 479-521-7700 Purchase Order Nbr: WWTP XFRMR PRICING Fax: 479-575-8250 Additional Ref# Email: douglas.tomlinson@graybar.com Valid From: 12/18/2019 Valid To: 01/17/2020 Contact: Douglas Tomlinson Email: douglas.tomlinson@graybar.com Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows Notes: THIS PROPOSAL IS ELIGIBLE FOR PURCHASE THROUGH US COMMUNITIES CONTRACT NUMBER EV2370 WITH GRAYBAR ELECTRIC AND MUST BE PURCHASED BY A US COMMUNITIES REGISTERED PARTNER (I.E. CITY OF FAYETTEVILLE). NO OTHER AGENCY MAY PURCHASE THIS PROPOSAL AMOUNT ON BEHALF OF THE CITY OF FAYETTEVILLE. Item Item/Type Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 100 1 EA COOPER LOT COOPER $261,335.00 1 $261,335.00 POWER POWER SYSTEMS CONSISTING OF: """Item Note:*"" This Proposal is based on Coopr Power's interpretation of any Specifications, Drawings, and/or other information provided to Cooper. Accuracy / Completeness is the sole responsibility of the specifying engineer and/or End User. If any Item/Service is not listed it is not included nor implied to be. All Items / Services not shown/listed will be the responsibility of the End User to furnish/provide. A written Purchase Order must be received by the sales office that submitted this quote within 60 days of the date on the quote. The Purchase Order may be either Release for Manufacture or Hold for Approval Drawing Submittal. When the order is Hold for Approval Drawing Submittal, the Approval Drawings must be returned to the submitting sales office with a Release for Manufacture within 60 days of the original P.O. date. Should the Release for Manufacture arrive after the 60 days mentioned above, an escalation schedule shall be applied as follows: > 60 days = 4% total price escalation > 90 days = 5% total price escalation >120 days = 6% total price escalation >150 days = 7% total price escalation >180 days = Order cancelled with payment to Seller of reasonable termination charges, including progress billings and all incurred direct manufacturing costs. This equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial services (subject to credit approval). For more information call 1-800-241-7408 to speak with a leasing specialist. To learn more about Graybar, visit our website at www.graybar.com 24 -Hour Emergency Phone#: 1-800-GRAYBAR This Graybar quote is based on the terms of sale in the EV2370 Master Agreement which can be found by clicking the link found at https://www.omniapartners.com/h u bfs/PU BLIC%20SECTOR/Supplier%201 nformation/Graybar/EV2370_Graybar_Contract_Final_Executed.pdf Page 1 of 4 To: CITY OF FAYETTEVILLE Date: 12/18/2019 113 WEST MOUNTAIN Proj Name: WWTP XFRMR PRICING FAYETTEVILLE AR 72701 GB Quote M 0234347428 Attn: City of Fayetteville Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows The following special tests, witness of tests, or inspections are available for the shown added amounts and must be individually itemized and shown on the Purchase Order. Any additions of these items after the initial P.O. date will be 2X the cost of the test or inspection: WITNESS / INSPECTION VISIT: Customer Witness of Routine Test/Final Inspect: $2,225.00 USD per unit, +1 week Customer Final Inspection: $1,650.00 USD per unit, +1 week Core and Coil Inspection: $1100.00 USD per unit, +1 week Photographic Record of Core/Coil/Tanking: $850 USD per unit. Please note that only one unit of each catalog design may be witness tested, including identical designs of double -ended substations. TEST OPTIONS: Prices are per unit (USD) Heat Run: $3350.00/unit, +1 week Chopped Wave Impulse Test (HV only): $2775.00/unit Full & Reduced Wave Impulse Test (LV only*): $2775.00. 'Only available if LV BIL is 60 kV or higher Record of Impulse Oscillogram Waveforms: $555/unit Sound Test (per NEMA TR -1): $2775/unit, +1 week Zero Sequence Impedance Test: $1100/unit 24 Hour Leak Test: $555/unit Insulation Resistance (Megger): $555/unit Dissolved Gas Analysis: $675/unit PCB Fluid Testing: $555/unit Fluid Dielectric Testing: $555/unit Detection of Sulfur Dioxide: $555/unit Sweep Frequency Response Analysis (SFRA) $4450/unit, +1 week For a fee of $1500 per design, Eaton will provide approval drawings prior to placement of a purchase order for the quoted units. This fee can then be applied toward the future purchase of the quoted units. 200 4 EA COOPER 1500KVA POWER TRANSFORMER SYSTEMS PER ATTACHED BOM 300 4 EA COOPER 750KVA POWER TRANSFORMER SYSTEMS PER ATTACHED BOM This equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial services (subject to credit approval). For more information call 1-800-241-7408 to speak with a leasing specialist. To learn more about Graybar, visit our website at www.graybar.com 24 -Hour Emergency Phone#: 1-800-GRAYBAR This Graybar quote is based on the terms of sale in the EV2370 Master Agreement which can be found by clicking the link found at https://www.omniapartners.com/h u bfs/PUB LIC°/*20SECTOR/Supplier%201 nformation/Graybar/EV2370_G raybar_Contract_Fi nal_Executed. pdf Page 2 of 4 To: CITY OF FAYETTEVILLE Date: 12/18/2019 113 WEST MOUNTAIN Proj Name: WWTP XFRMR PRICING FAYETTEVILLE AR 72701 GB Quote M 0234347428 Attn: City of Fayetteville Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows 400 2 EA COOPER POWER SYSTEMS 500KVA TRANSFORMER PER ATTACHED BOM Total in USD (Tax not included): $261,335.00 This equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial services (subject to credit approval). For more information call 1-800-241-7408 to speak with a leasing specialist. To learn more about Graybar, visit our website at www.graybar.com 24 -Hour Emergency Phone#: 1-800-GRAYBAR This Graybar quote is based on the terms of sale in the EV2370 Master Agreement which can be found by clicking the link found at https://www.omniapartners.com/h u bfs/PUB LIC°/*20SECTOR/Supplier%201 nformation/Graybar/EV2370_G raybar_Contract_Fi nal_Executed. pdf Page 3 of 4 To: CITY OF FAYETTEVILLE Date: 12/18/2019 113 WEST MOUNTAIN Proj Name: WWTP XFRMR PRICING FAYETTEVILLE AR 72701 GB Quote #: 0234347428 Attn: City of Fayetteville Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows Signed This equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services (subject to credit approval). For more information call 1-800-241-7408 to speak with a leasing specialist. To learn more about Graybar, visit our website at www.graybar.com 24 -Hour Emergency Phone#: 1-800-GRAYBAR This Graybar quote is based on the terms of sale in the EV2370 Master Agreement which can be found by clicking the link found at https://www.omniapartners.com/h ubfs/PUBLIC°/*20SECTOR/Supplier%201nformation/Graybar/EV2370_Graybar_Contract_Final_Executed.pdf Page 4 of 4 Eaton's Power Systems Division Date: December 17, 2019 Revision 00 Proposal Valid Through: February 17, 2020 Proposal Details Terms of Sale: FOB Destination - Freight Prepaid and Allowed Proposal Valid Through: February 18, 2020 The following are the purchase order requirements for Eaton's Power Systems Division All purchase orders must have the following clearly identified to be accepted by Power Systems. If a purchase order is missing any one of the requirements, it will be returned for revision prior to entering the order. • Legal entity — Cooper Power Systems • PO number • Sold to number or address • Ship to number or address (`will advise' acceptable temporarily) • Price per line item • Quantity per line item • Catalog number, customer material number, or quote number with identified item numbers • Freight Terms • Currency if international • Payment Terms Listing any of the following additional requirements on your purchase order will assist in the speed and accuracy of processing your order and preventing orders from being placed on hold: • Valid and current contract or quote number • Shipping Notes (if required) o If shipping collect an account number must be provided o If shipping third party a payer address is needed o If shipping direct to the end user, provide an address, contact name and contact number o If shipping complete, this must be noted • Please note any special instructions, including special billing and customer witness tests. It is preferred that they are highlighted. • Lead-times o Please note when the customer needs the material o If expedited lead-times have been committed please note who you received the lead-time from and what the commitment was Proposal number and item number should be referenced on purchase order. Quoted lead-times are based on current factory loading and are subject to change. Lead-time: Shipment is based on receipt of all required order information at Cooper Power Systems. X and Y (where applicable) are defined in the Item Details for each line item on this proposal. IF NO APPROVAL DRAWINGS ARE REQUIRED, lead-time is (X) weeks from receipt of complete order information. *IF APPROVAL DRAWINGS ARE REQUIRED, drawings will be scheduled upon receipt of complete order information and at the lead-time in effect at that time. Current drawing lead time is (Y) weeks. Scheduling into production will occur upon the receipt of approved drawings at Cooper Power Systems with a release to Eaton's Power Systems Division Revision 00 Date: December 17, 2019 Proposal Valid Through: February 17, 2020 manufacture. The equipment will also be scheduled at the lead-time in effect at the time of release to manufacture. (CAUTION: Our quoted product lead time starts after release to manufacture. Time for customer review and approval of drawings is not included in the lead time.) We now offer complete services for all your power distribution and automation needs. We have the industry's largest Electrical Power Equipment Manufacturer's Service Team, which provides 24 hour service. We provide start-up and commissioning; power system analysis including Arc Flash, Harmonics and other studies; preventive maintenance, testing and field trouble -shooting; multi-year service contracts; power system automation engineering, monitoring and training; aftermarket life extension solutions; as well as turnkey project capabilities. In addition to the services that we can provide for the equipment contained within this proposal, our Service Team is experienced on all manufacturers' electrical power distribution equipment, so please contact us about any electrical system problem. If you need immediate service, you can contact the Representative who provided this proposal, or call our 24-hour response number: 1-800-498-2678. All 3 phase padmount transformers will be designed and manufactured in accordance with the latest revision of IEEE Standards C57.12.34 and C57.12.28. Eaton's Power Systems Division Revision 00 Item Number: 00001 Date: December 17, 2019 Proposal Valid Through: February 17, 2020 Item Details Customer RFQ Information: Specification: AM SPEC FA -1001; Dated: 12/16/2019 Outline Drawing Title: LDBXFFXV Lead-time (Per Lead-time definition in Proposal Details): Product Lead-time (X): 23 weeks ex -factory Optional Approval Drawing Lead-time (Y): 6 WEEKS weeks plus time for customer review. Description: kVA Temperature Rise Cooling Class Frequency Insulating fluid Elevation Sound Level Efficiency Standard High Voltage kV Class High Voltage Configuration Taps Tap Changer High Voltage Bushings Inserts Neutral Bushing Load -break Switching Arresters Overcurrent Protection Expulsion fuses Bayonet Holder Spare Expulsion Fuses Low Voltage Low Voltage kV Class Low Voltage Bushings Cabinet Cabinet hardware IR Windows Cabinet Accessories IEEE K -Dimension Coatings Gauges & Fittings Gauges & Fittings Gauges & Fittings Gauges & Fittings 1500 kVA 3 Phase Pad -Mounted Transformer 65 degree average winding rise KNAN 60 Hz. Envirotemp FR3 Designed for operation at 1000 m (3300 ft) above sea level NEMA TR1 Standard DOE 2016 12470Y/7200 Volts, 95 kV BIL 15 kV Dead Front, Loop Feed 2 - 2.5% taps above and 2 - 2.5% taps below nominal 100 Amp 5 -position tap changer 200 amp Cooper bushing wells (Qty: 6) 15 kV, 95 kV BIL Cooper load -break inserts (Qty: 6) 250 amp porcelain .63 eyebolt bushing(s) None None Bayonet Fuses in series with Partial -Range Current -Limiting Fuses (Qty: 3) Bayonet fuses (Qty: 3) Copper Bayonet Fuse Holder (Qty: 3) Bayonet fuses (Qty: 3) 480Y/277 Volts, 30 kV BIL 1.2 kV Integral copper 6 -hole spade bushing(s) (Qty: 4) 24 inch deep cabinet Penta -head cabinet door bolts No Window Required Pocket on Compartment Door for Spare Fuses Loop feed per IEEE C57.12.34-2015 Figure 11 minimum dimensions (without bails) Munsell Green (Munsell 7GY 3.29/1.5) topcoat Liquid level gauge Thermometer, dial -type Schrader valve Pressure relief device, 50 SUM Eaton's Power Systems Division Revision 00 Item Number: 00001 Date: December 17, 2019 Proposal Valid Through: February 17, 2020 Gauges & Fittings Drain valve (1") with sampler in LV compartment Tank accessories Nitrogen Blanket Tank accessories IEEE standard two -hole ground pads (Qty: 3) Packaging None (Pallet Not Included) Cover Welded cover with handhole Gauges Location Inside Main Cabinet on Front Plate PERFORMANCE DATA: Design Impedance 5.72% (For Reference Only) Fluid Weight 2310 lbs Total Weight 9438 lbs Fluid Volume 301 Gallons Primary Conductor Material Copper Secondary Conductor Material Copper Eaton's Power Systems Division Revision 00 Item Number: 00002 Date: December 17, 2019 Proposal Valid Through: February 17, 2020 Item Details Customer RFQ Information: Specification: AM SPEC FA -1001; Dated: 12/16/2019 Outline Drawing Title: LDBXFG19 Lead-time (Per Lead-time definition in Proposal Details): Product Lead-time (X): 23 weeks ex -factory Optional Approval Drawing Lead-time (Y): 6 WEEKS weeks plus time for customer review. Description: kVA Temperature Rise Cooling Class Frequency Insulating fluid Elevation Sound Level Efficiency Standard High Voltage kV Class High Voltage Configuration Taps Tap Changer High Voltage Bushings Inserts Neutral Bushing Load -break Switching Arresters Overcurrent Protection Expulsion fuses Bayonet Holder Spare Expulsion Fuses Low Voltage Low Voltage kV Class Low Voltage Bushings Cabinet Cabinet hardware IR Windows Cabinet Accessories IEEE K -Dimension Coatings Gauges & Fittings Gauges & Fittings Gauges & Fittings Gauges & Fittings 750 kVA 3 Phase Pad -Mounted Transformer 65 degree average winding rise KNAN 60 Hz. Envirotemp FR3 Designed for operation at 1000 m (3300 ft) above sea level NEMA TR1 Standard DOE 2016 12470Y/7200 Volts, 95 kV BIL 15 kV Dead Front, Loop Feed 2 - 2.5% taps above and 2 - 2.5% taps below nominal 100 Amp 5 -position tap changer 200 amp Cooper bushing wells (Qty: 6) 15 kV, 95 kV BIL Cooper load -break inserts (Qty: 6) 250 amp porcelain .63 eyebolt bushing(s) None None Bayonet Fuses in series with Partial -Range Current -Limiting Fuses (Qty: 3) Bayonet fuses (Qty: 3) Copper Bayonet Fuse Holder (Qty: 3) Bayonet fuses (Qty: 3) 480Y/277 Volts, 30 kV BIL 1.2 kV Integral copper 6 -hole spade bushing(s) (Qty: 4) 24 inch deep cabinet Penta -head cabinet door bolts No Window Required Pocket on Compartment Door for Spare Fuses Loop feed per IEEE C57.12.34-2015 Figure 11 minimum dimensions (without bails) Munsell Green (Munsell 7GY 3.29/1.5) topcoat Liquid level gauge Thermometer, dial -type Schrader valve Pressure relief device, 50 SUM Eaton's Power Systems Division Revision 00 Item Number: 00002 Date: December 17, 2019 Proposal Valid Through: February 17, 2020 Gauges & Fittings Drain valve (1") with sampler in LV compartment Tank accessories Nitrogen Blanket Tank accessories IEEE standard two -hole ground pads (Qty: 3) Packaging Pallet Cover Bolted cover Gauges Location Inside Main Cabinet on Front Plate PERFORMANCE DATA: Design Impedance 5.72% (For Reference Only) Fluid Weight 1488 lbs Total Weight 5695 lbs Fluid Volume 194 Gallons Primary Conductor Material Copper Secondary Conductor Material Copper Eaton's Power Systems Division Revision 00 Item Number: 00003 Date: December 17, 2019 Proposal Valid Through: February 17, 2020 Item Details Customer RFQ Information: Specification: AM SPEC FA -1001; Dated: 12/16/2019 Outline Drawing Title: LDBXFG4D Lead-time (Per Lead-time definition in Proposal Details): Product Lead-time (X): 23 weeks ex -factory Optional Approval Drawing Lead-time (Y): 6 WEEKS weeks plus time for customer review. Description: kVA Temperature Rise Cooling Class Frequency Insulating fluid Elevation Sound Level Efficiency Standard High Voltage kV Class High Voltage Configuration Taps Tap Changer High Voltage Bushings Inserts Neutral Bushing Load -break Switching Arresters Overcurrent Protection Expulsion fuses Bayonet Holder Spare Expulsion Fuses Low Voltage Low Voltage kV Class Low Voltage Bushings Cabinet Cabinet hardware IR Windows Cabinet Accessories IEEE K -Dimension Coatings Gauges & Fittings Gauges & Fittings Gauges & Fittings Gauges & Fittings 500 kVA 3 Phase Pad -Mounted Transformer 65 degree average winding rise KNAN 60 Hz. Envirotemp FR3 Designed for operation at 1000 m (3300 ft) above sea level NEMA TR1 Standard DOE 2016 12470Y/7200 Volts, 95 kV BIL 15 kV Dead Front, Loop Feed 2 - 2.5% taps above and 2 - 2.5% taps below nominal 100 Amp 5 -position tap changer 200 amp Cooper bushing wells (Qty: 6) 15 kV, 95 kV BIL Cooper load -break inserts (Qty: 6) 250 amp porcelain .63 eyebolt bushing(s) None None Bayonet Fuses in series with Partial -Range Current -Limiting Fuses (Qty: 3) Bayonet fuses (Qty: 3) Copper Bayonet Fuse Holder (Qty: 3) Bayonet fuses (Qty: 3) 480Y/277 Volts, 30 kV BIL 1.2 kV Integral copper 6 -hole spade bushing(s) (Qty: 4) 24 inch deep cabinet Penta -head cabinet door bolts No Window Required Pocket on Compartment Door for Spare Fuses Loop feed per IEEE C57.12.34-2015 Figure 11 minimum dimensions (without bails) Munsell Green (Munsell 7GY 3.29/1.5) topcoat Liquid level gauge Thermometer, dial -type Schrader valve Pressure relief device, 50 SUM Eaton's Power Systems Division Revision 00 Item Number: 00003 Date: December 17, 2019 Proposal Valid Through: February 17, 2020 Gauges & Fittings Drain plug in LV compartment Tank accessories Nitrogen Blanket Tank accessories IEEE standard one -hole ground pads (Qty: 3) Packaging Pallet Cover Bolted cover Gauges Location Inside Main Cabinet on Front Plate PERFORMANCE DATA: Design Impedance 4.71 % (For Reference Only) Fluid Weight 1317 lbs Total Weight 4670 lbs Fluid Volume 171 Gallons Primary Conductor Material Copper Secondary Conductor Material Copper Eaton's Power Systems Division Date: December 17, 2019 Revision 00 Proposal Valid Through: February 17, 2020 Proposal Notes Technical In addition to transformers, Eaton's Cooper Power Systems also offers a wide range of vault and pad - mounted underground distribution switchgear for your sectionalizing, overcurrent protection and automation needs. Various product types are available to provide either fused or electronic resettable overcurrent protection, with under oil or vacuum switching. Switchgear is also available for applications such as reclosing, source transfer, grid intertie, and automatic feeder reconfiguration. Please contact your sales representative for additional information. Coatings and surface preparation system shall be Eaton's standard, which is in compliance with IEEE C57.12.28 performance requirements. First coating of metal parts shall be a high -build electro -coat formulation, applied with an electrostatic dip process, over a zinc phosphate pretreatment. Inside cabinet surfaces and tank front shall be light gray. The second coating, a urethane overcoat applied for exterior ultraviolet protection shall be applied to the external tank and cabinet surfaces. Total dry film paint thickness shall be an average of 3 mils. Unless specifically listed in the quoted transformer bill of material, the following items are not included in this proposal: elbows, elbow grounding kits, connectors, stand-offs, insulated bushing type parking stands (standoff bushings), insulated protective caps (bushing covers), insulated protective bushing well plugs, secondary terminating lugs, grounding lugs, anchor bolts, padlocks, key interlocks, hot sticks, pentahead wrenches. Please contact your Eaton sales representative for information on how to procure this equipment. Product/Design Testing Eaton performs the routine tests as defined in the current IEEE standards C57.12.00 and C57.12.90, which include: • Ratio, Polarity, and Phase Relation: Ensures correct winding ratios, phase shift, and tap voltages. Tested at a maximum of 100V. • Winding Resistance: Verifies the integrity of internal HV and LV connections; provides data for loss upgrade calculations. • Insulation Power Factor: This test verifies that vacuum processing has thoroughly dried the insulation system to required limits. Please note ECPS does not utilize Doble testing equipment. • Routine Impulse Tests: The most severe test, simulating a lightning surge. Applies one reduced wave and one full wave to verify the BIL rating. • Applied Potential: Applied to both high-voltage and low -voltage windings, this test stresses the entire insulation system to verify all live -to -ground clearances. • Induced Potential: 3.46 times normal plus 1000 volts for reduced neutral designs, twice normal voltage for full -neutral designs. • Loss Test: These design verification tests are conducted to ensure that guaranteed loss values are met and that test values are within design tolerances. Tests include no-load loss and excitation current along with impedance voltage and load loss. • Leak Test: Pressurizing the tank for approximately 4 to 6 hours to ensure a complete seal, with no weld or gasket leaks, to eliminate the possibility of moisture infiltration or oil oxidation. This proposal is based upon standard factory testing. These tests are the routine tests as defined by IEEE C57.12.00. Certified test reports can be provided at no additional charge, if requested. DESCRIPTION 4 Current Limiting Backup Fuses (Internal) 5 Drain Valve with Sampler and Pad 9 1 HO Bushing 10 High Security Cabinet w/ Pentahead Door Bolts 11 35kV 200 Amp HV Bushing Well w/ 15kVInsert 14 11.2kV LV Bushinq w/6 Hole Spade 17 I One Inch Upper Press. Conn. and Fill 19 Pressure Relief Valve 20 Provision Pressure Vacuum 21 Schrader Valve 22 Tank Base w/ Jacking and Rolling Facilities 3PH Padmount Transformer 60Hz 1500.0 kVA KNAN 65 AWR FR3 HV 12470Y/7200 95 kV BIL LV 480Y/277 30 kV BIL 5.72 % IZ Approximate Weight 9405 lbs. Munsell Green Topcoat Mild Steel Construction DESIGN #: 1 1.5 2.0 21.0 Pad Opening 69.0 Pad Ope ing 7.0 6.0 ]� Typ 8.0 4.0 Typ i� 41.75 30.25 72.00 0 Cabinet Removed 73.4 L- 51.0 J r 66.4 EITS N ALL DIMENSIONS ARE IN INCHES [MM] PowLdng9usinmKbridmde THE INFORMATION ON THIS DOCUMENT WAS TITLE: Distribution Transformer Outline Drawing CREATED BY EATON. IT WAS DISCLOSED IN DESC: COOPER POWER SERIES THREE-PHASE CONFIDENCE AND IS ONLY TO BE USED FOR THE PURPOSE IN WHICH IT WAS SUPPLIED. PAD -MOUNTED COMPARTMENTAL TYPE DWG: DATE: REF: SHEET#: SCALE: REV: THIS DRAWING HAS BEEN GENERATED FROM A 3D MODEL. PTP 12/17/2019 P3D VO4ROOM00 1 OF 1 00 LDBXFFXV DESCRIPTION 4 Current Limiting Backup Fuses (Internal) 5 Drain Valve with Sampler 6 Ground Pad .50-13 Tap 7 Ground Strap and Pad 9 1 HO Bushing 10 High Security Cabinet w/ Pentahead Door Bolts 11 35kV 200 Amp HV Bushing Well w/ 15kVInsert 14 11.2kV LV Bushinq w/6 Hole Spade 17 I One Inch Upper Press. Conn. and Fill 19 Pressure Relief Valve 20 Provision Pressure Vacuum 21 Schrader Valve 22 Tank Base w/ Jacking and Rolling Facilities 3PH Padmount Transformer 60Hz 750.0 kVA KNAN 65 AWR FR3 HV 12470Y/7200 95 kV BIL LV 480Y/277 30 kV BIL 5.72 % IZ Approximate Weight 5641 lbs. Munsell Green Topcoat Mild Steel Construction DESIGN #: 1 76.0 -Tj I'l -T--q 21.0 Pad Opening 1.5 65.0 Pad Ope iing 4.0-7.0 4.0 6.0 Typ Typ 68.00 Cabinet Removed 10 12 1 2 24.0 22.5� 12.0 L � 62.9 0 49.5 60.9 EITS N ALL DIMENSIONS ARE IN INCHES [MM] PowLdng9usinmKbridmde THE INFORMATION ON THIS DOCUMENT WAS TITLE: Distribution Transformer Outline Drawing CREATED BY EATON. IT WAS DISCLOSED IN DESC: COOPER POWER SERIES THREE-PHASE CONFIDENCE AND IS ONLY TO BE USED FOR THE PURPOSE IN WHICH IT WAS SUPPLIED. PAD -MOUNTED COMPARTMENTAL TYPE DWG: DATE: REF: SHEET#: SCALE: REV: THIS DRAWING HAS BEEN GENERATED FROM A 3D MODEL. PTP 12/17/2019 P3D VO4ROOM00 1 OF 1 00 LDBXFG 19 DESCRIPTION 4 Current Limiting Backup Fuses (Internal) 5 Ground Nut .50-13 Tap 6 Ground Strap and Nut 7 Ground Strap and Nut 8 HO Bushing 9 High Security Cabinet w/ Pentahead Door Bolts 10 35kV 200 Amp HV Bushing Well w/ 15kVInsert 13 11.2kV LV Bushing w/6 Hole Spade 14 Magnetic Oil Level Gauge 15 Nameplate 16 One Inch Drain Plug 17 I One Inch Upper Press. Conn. and Fill 19 Pressure Relief Valve 20 Provision Pressure Vacuum 21 Schrader Valve 22 Tank Base w/ Jacking and Rolling Facilities 3PH Padmount Transformer 60Hz 500.0 kVA KNAN 65 AWR FR3 HV 12470Y/7200 95 kV BIL LV 480Y/277 30 kV BIL 4.71 % IZ Approximate Weight 4629 lbs. Munsell Green Topcoat Mild Steel Construction DESIGN #: 1 1.5 65.0 2.0 21.0 Pad Opening 61.0 Pad Opening 7.5 4.8 Typ W 4.0 4.0 Typ 37.75 � 26.25 64.00 7 Cabinet Removed 59.4 50.5 61.9 EITS N ALL DIMENSIONS ARE IN INCHES [MM] PowLdng9usinmKbridmde THE INFORMATION ON THIS DOCUMENT WAS TITLE: Distribution Transformer Outline Drawing CREATED BY EATON. IT WAS DISCLOSED IN DESC: COOPER POWER SERIES THREE-PHASE CONFIDENCE AND IS ONLY TO BE USED FOR THE PURPOSE IN WHICH IT WAS SUPPLIED. PAD -MOUNTED COMPARTMENTAL TYPE DWG: DATE: REF: SHEET#: SCALE: REV: THIS DRAWING HAS BEEN GENERATED FROM A 3D MODEL. PTP 12/17/2019 P3D VO4ROOM00 1 OF 1 00 LDBXFG4D Northwest Arkansas Land Trust NOWI-ILIVE'O ,ARRANC.M 1725 S. Smokehouse Trail LAND TRUST Fayetteville, AR 72701 (479) 966-4666 Scope of Services for City of Fayetteville, Arkansas (Revised May 28, 2019) Westside Prairie Restoration and Management The Northwest Arkansas Land Trust (NWALT) is pleased to provide this Scope of Services to The City of Fayetteville, Arkansas (City) for restoration and management of the West Side Prairie tract located north of the Westside Water Treatment Facility on City owned property. West Side Prairie is a remnant of relatively undisturbed tallgrass prairie and part of a larger mosaic of sustainable practices which include a wetland mitigation site and solar arrays. The conservation of this prairie remnant will be an important addition to the existing facilities and will provide ecosystem services such as carbon sequestration, wildlife habitat, and stormwater management. The goals for this project are: 1. Restore the native prairie. 2. Manage habitat for native plant and animal species. 3. Create low impact public access infrastructure. This Scope has 3 major components: Ecosystem Restoration, Habitat Management, and Public Access Management. Initial Restoration is anticipated to last 3 seasons, with work transitioning into full time routine site maintenance. Many Restoration and Routine Maintenance tasks outlined below will happen in tandem. The attached budget is reflective of this necessity. Task 1 PROJECT INITIATION 1.1 Project Kickoff Meeting NWALT will meet with City Staff, subcontractor, and key stakeholders identified by NWALT and/or the City to discuss final scope of work, project goals, and prepare a working timeline for restoration and management activities. NWALT and City Staff will also set goals and outcomes for future public access and establish communication protocols. 1.2 Final Scope and Project Schedule Information gathered from the kickoff meeting and subsequent correspondence will be used to finalize the Scope of Work and Schedule of Activities. DELIVERABLES: Meeting Notes, Final Scope of Work and Project Schedule Task 2 SITE ASSESMENT AND RESTORATION/MANAGEMENT PLAN 2.1 Site Assessment and Baseline Ecological Survey NWALT will collect baseline ecological data through collection of previous species accounts (as available), a community botanical focused BioBlitz, and formal surveys as necessary. 2.2 Restoration and Management Plan NWALT will collaborate with Arkansas Natural Heritage Commission to create a habitat restoration and management plan for the site. DELIVERABLES: Baseline Ecological Report, Habitat Restoration and Management Plan Task 3 ADAPTIVE RESTORATION OF HISTORIC PRAIRIE 3.1 Nesting Bird Survey Prior to any restoration of the site, NWALT will conduct a survey for nesting birds to avoid take under the Migratory Bird Treaty Act. If nesting birds are observed, NWALT will delineate suitable buffers for these species until nests are deemed inactive. 3.2 Initial Herbicide Application NWALT will conduct an initial herbicide application targeting invasive and exotic graminoids. 3.3 Invasive Woody Plant Removal, Tree Trimming, and Deadwood Removal NWALT will mechanically remove invasive and exotic woody plants along fencerows and throughout site. NWALT will trim damaged trees and remove deadwood from site. 3.4 Installation of Fire Lines NWALT will create fire lines on site in anticipation of planned prescribed burns. 3.5 Prescribed Fire- Annually for 3 years NWALT in coordination with Arkansas Game and Fish Commission will conduct 3 annual prescribed burns over the entire site in fall. 3.6 Reseeding if Necessary As part of an adaptive restoration strategy, NWALT will take a "wait and see" approach before conducting any reseeding efforts. It is anticipated that many native plant species will return without further reseeding of the site with native species. If botanical surveys indicate the need for additional seeding to promote greater biodiversity of the site, NWALT will reseed with native plants. Reseeding would occur in 2020 at the earliest. DELIVERABLES: Nesting Bird Survey Report, Site Restoration, Herbicide Application Report Task 4 ADAPTIVE HABITAT MANAGEMENT 4.1 Routine Site Maintenance In keeping with an adaptive approach to habitat management, NWALT will employ a variety of plant management techniques to control invasive and exotic plant species on the site. Routine maintenace shall include but not be limited to spot treating with herbicides, mulching, and top cutting for seed control. NWALT will not engage in any activities requiring the climbing of trees, and will leave existing hedgerows largely intact as wildlife habitat and to delineate the site. 4.2 Prescribed Fire NWALT will conduct and/or oversee prescribed burning of the site every 4 to 6 years or as necessary to control the growth and spread of invasive and exotic plant species. Burns will typically be scheduled for the fall of the year. 4.3 Biannual Botanical/Ecological Assessment NWALT will survey and conduct a botanical and ecological assessment twice annually. These surveys will typically be conducted in May and September each year. NWALT will compile data and produce a report for the City after each of these surveys. DELIVERABLES: Adaptive Habitat Management, Biannual Reports Task 5 INSTALLATION OF PUBLIC ACCESS INFRASTRUCTURE NWALT welcomes the opportunity to install and manage Public Access at Westside Prairie. Task 5 outlines work for basic, low impact public access on the site. NWALT anticipates the opening of the site to public access in 2020. 5.1 Public Access Plan NWALT will coordinate with the City to produce a Public Access Plan for the site. This plan will be site specific and limited to pedestrian traffic only. 5.2 Installation of Low Impact Parking Area NWALT will install a low impact parking area for 4 vehicles in keeping with current best management practices for such installations. 5.3 Installation of Natural Surface Trails NWALT will install mowed natural surface trails in accordance with the approved Public Access Plan. Trails will consist of 4' paths of mowed vegetation and shall not be paved. NWALT may consider the use of mulch or gravel in locations which are seasonally wet, or where heavy foot traffic prevents the growth of vegetation. 5.4 Installation of Kiosks and Interpretative Signage In coordination with the City, NWALT will design, produce, and install kiosks and interpretive signs in keeping with the approved Public Access Plan. DELIVERABLES: Public Access Plan, Low Impact Parking Area, Natural Surface Trails, Kiosks and Interpretive Signs Task 6 MANAGEMENT OF PUBLIC ACCESS 6.1 Routine Maintenance of Trails and Parking Area NWALT will maintain trails and parking area as necessary, including but not limited to routine mowing, spot treating invasive species, and collecting litter. DELIVERABLES: Maintained trails, maintained parking area, litter pickup Task 7 ADMINISTRATION AND PROJECT MANAGEMENT 7.1 Administration and Management NWALT will manage and administer all project tasks including but not limited to coordination with the City, coordination and oversight of contracted work, vendors, and suppliers, updating the project schedule, and providing progress reports as requested. Project Cost Estimate- Based on 3 Years of Restoration and Maintenance Activities Task Number Action(s) Fee Estimate 1 Project Initiation $0 2 Site Assessment/Restoration & Management Plan $1,000 3 Adaptive Restoration $92,895 4 Adaptive Habitat Management $57,820 5 Public Access Infrastructure $18,000 6 Maintenance of Public Access $4,500 7 Project Management/Admin $14,000 E Ei Annualized costs: $62,738.33. Note: After 3 Year Adaptive Habitat Restoration is complete, estimated fees for Routine Habitat Maintenance and Routine Public Access Maintenance drop to $23,940 annually which includes Project Management and Administrative fees. Additional Prescribed Fires should occur every 4 to 6 years as needed at a cost of $4,000 per burn. No fees have been calculated for the removal of barn or structures on site, pending feedback from the City. Upon recording return to: Northwest Arkansas Land Trust 1725 Smokehouse Trail Fayetteville, Arkansas 72701 479-966-4666 GRANT OF CONSERVATION EASEMENT AND DECLARATION OF COVENANTS THIS CONSERVATION EASEMENT AND DECLARATION OF COVENANTS "Easement") dated this this day of , 2019 (the "Easement Date") by and between CITY OF FAYETTEVILLE, ARKANSAS, an Arkansas municipal corporation ("Owner"), which shall include any successor in interest to the Owner executing this Easement, and the NORTHWEST ARKANSAS LAND TRUST, an Arkansas non-profit corporation ("Holder"), for the purpose of forever conserving the Conservation Values of the Property (both hereinafter defined). 1.01 1.02 1.03 ARTICLE I BACKGROUND Defined Terms. Initially capitalized terms not defined in this Article I are defined in ArtirlP VTT Protected Property. Owner owns in fee simple certain real property, more particularly described in Exhibit "A" attached hereto (the "Property"). The Property is also described as: Known As: Municipality: County: State: Acreage: Portions of Tax Parcels: Easement; Covenants. West Side Prairie Fayetteville Washington Arkansas 41.10 acres, more or less 765-16201-012 and 765-16201-021 (a) Easement. By this Easement, Owner grants and conveys to Holder an unconditional and perpetual easement upon the Property for the purpose of advancing the Conservation Purposes described below. The Easement empowers Holder to prevent and terminate activities, uses, and Improvements inconsistent with the Conservation Purposes. Article IV more fully describes the rights this Easement vests in Holder. It is the purpose of the Owner and Holder to avail themselves of the provisions of the Arkansas Conservation Easement Act, Ark. Code Ann. § 15-20-401 et seq., without intending that the existence of this Easement be dependent on the continuing existence of that law. (b) Owner Covenants. By this Easement, Owner, in furtherance of the Conservation Purposes, establishes covenants binding upon Owner's interest in the Property, which are set forth in Articles II through Article III. Article V addresses potential violation of these covenants and remedies. (c) Holder Covenants. By this Easement, Holder accepts the Easement and, in furtherance of the Conservation Purposes, establishes covenants binding upon Holder's easement interest in the Property, which are set forth in Article IV. 1.04 Easement Plan. Attached as Exhibit `B" is a graphic depiction of the Property (the "Easement Plan"). 1.05 Conservation Purposes. The resource -specific and area -specific purposes of the Easement (collectively, the "Conservation Purposes") are as follows: (a) Resource -Specific. (i) Water Resources. To maintain and improve the quality of water resources, both surface and groundwater, within, around, and downstream from the Property, particularly to help protect the water quality of the Illinois River whose protection and restoration is a multi -state priority. (ii) Biological Resources. To protect and improve the quality of relatively natural habitat for fish, wildlife, and plants, or similar ecosystems, including animals, fungi, other organisms, and particularly Native Species. The Property includes historic prairie habitat, which is a critically endangered ecosystem. The addition of this Property to existing greenspace, namely the Woolsey Wet Prairie Sanctuary owned by the City of Fayetteville, further ensures habitat for wildlife, improving the long-term viability of biodiversity in the region. (iii) Soil Resources. To prevent the loss and depletion of soil on the Property. Prairie mounds on site indicate a large portion of the Property is unplowed, giving a high probability of a long dormant native seed bank. (iv) Scenic Resources. To further the preservation of open space by protecting the scenic views of the Property visible from public rights-of-way. Specifically, the general public enjoys scenic views of the pasture from N. 54th Avenue and W. Persimmon Street. (v) Ecosystem Services. To contribute to the resiliency and functioning of natural processes important to human systems; to retain, detain, and disperse stormwater runoff, thus mitigating erosion and flooding downstream of the Property; to attract and support a wide variety of bees, hummingbirds, and butterflies, which are essential to plant and crop pollination; and, to sequester carbon in plants and soil to mitigate rising atmospheric carbon levels. -2- (vi) Open Space. To preserve open space pursuant to the City of Fayetteville's Green Infrastructure Goals in the 2030 Master Plan, the regional Northwest Arkansas Open Space Plan, and for the preservation of this historically important area, which will yield a significant public benefit. 1.06 Baseline Documentation. The specific Conservation Values of the Property and its current use and state of Improvement are set out in a Baseline Documentation Report (the "Baseline Documentation Report" or "Report") prepared by Holder and to be kept at the principal office of Holder. As of the Easement Date, Owner and Holder have signed and acknowledged the Report to be complete and accurate as of the Easement Date. The Report includes reports, maps, photographs, and other documentation, to be used by Holder to assure that any future changes in the use of the Property will be consistent with the terms of this Easement. Notwithstanding the foregoing, the Report shall not be used to preclude the use of other evidence to establish additional Conservation Value of the Property now or in the future. The Report is incorporated by reference herein as if restated in full. 1.07 Beneficiaries. No Beneficiary is identified in this Easement. 1.08 Consideration. Owner acknowledges receipt, as of the Easement Date, of good and valuable consideration for this Easement, including, but in no way limited to, the public benefit obtained, the covenants set forth in Article IV, and perpetual satisfaction of the Conservation Purposes. 1.09 Superior to all Liens. Owner warrants to Holder that the Property is, as of the Easement Date, free and clear of Liens and mortgages or, if it is not, that Owner has obtained and recorded in the Public Records the legally binding subordination of the Liens affecting the Property as of the Easement Date. ARTICLE II TRANSFER; SUBDIVISION 2.01 Prohibitions. Owner is prohibited from taking the following actions, except as may be specifically set forth in Section 2.02. Owner may not: (a) Transfer of Portion of Property. Transfer ownership, possession, control of land by lease, or use of a portion of the Property, including subsurface portions of the Property, independent of the remainder of the Property; (b) Subdivision. Change the boundary of a Lot or create any Subdivision of the Property; (c) Transfer of Density. Use open space area protected under this Easement to increase (above limits otherwise permitted under Applicable Law) allowable density or intensity of development within other portions of the Property or outside the Property; or (d) Transfer of Rights. Transfer development rights or other rights granted or allocated to the Property in support of development outside the Property. -3- 2.02 Permitted Changes. Owner is permitted to make the following changes: (a) Lots within Property. Merge two (2) or more Lots into one (1); or subject to Review, reconfigure one (1) or more of the boundaries of such Lots, as long as the boundary of the Property as described in Exhibit "A" remains unchanged; (b) Transfer to Qualified Organization. Subject to Review, creation and transfer of a Lot to a Qualified Organization for park, nature preserve, public trail, or other conservation purposes approved by Holder; and (c) Transfer of Rights of Possession or Use. Subject to Review, transfer of possession or use (but not ownership) of one or more portions of the Property for purposes permitted under, and subject to compliance with, the terms of this Easement. Leases of space within Improvements are not subject to Review. 2.03 Requirements. (a) Establishment of Lots; Allocations. Prior to transfer of a Lot following a Subdivision, Owner must (i) furnish Holder with the plan of Subdivision approved under Applicable Law and legal description of each Lot created or reconfigured by the Subdivision; (ii) mark the boundaries of each Lot with permanent markers; and (iii) allocate in a document recorded in the Public Records those limitations applicable to more than one Lot under this Easement. This information will become part of the Baseline Documentation Report incorporated into this Easement. (b) Amendment. Holder may require Owner to execute an Amendment of this Easement to reflect a change to the description of the Property set forth in Exhibit "A," or other changes and allocations resulting from Subdivision that are not established to the reasonable satisfaction of Holder by recordation in the Public Records of the plan of Subdivision approved under Applicable Law. ARTICLE III IMPROVEMENTS; ACTIVITIES AND USES 3.01 Improvements. Improvements are prohibited except as permitted in this Section 3.01. (a) Existing Improvements. Existing Improvements, identified in the Baseline Documentation Report, including barn, fencing, ponds and rock walls may be maintained, repaired, and replaced in their existing locations. (b) Existing Servitudes. Improvements that Owner is required to allow because of an Existing Servitude are permitted. (c) Additional Improvements. The following Additional Improvements are permitted: M (i) Fences. New fences may be built on the Property for purposes of reasonable and customary access control and protection of resources, provided that fencing does not substantially diminish or impair the Conservation Purposes, including aesthetic and scenic values of the Protected Property, and does not exclude or restrict wildlife movement on or off of the Property. (ii) Trails. The following trails are permitted: (1) One paved trail along the western and northern boundaries of the Property, no more than twenty (20) feet in width. (2) Trails constructed of (a) native, mowed grasses; (b) trails covered, if at all, by wood chips, gravel or other highly porous natural, noninvasive material. Trails shall be no more than four (4) feet in width. The location and density of trails shall be planned in a manner consistent with preservation of the natural integrity of the Property, with special consideration given to the preservation of ecologically significant areas and species of special conservation concern. (iii) Trail Signage. Trails may include signs to mark the trail, to provide information regarding restrictions, and for interpretive purposes. Signage shall be unobtrusive in nature and planned with the express goal of minimizing impact to the vistas and Open Space nature of the Property. (iv) Trail Facilities. Trails may include benches, picnic tables, wastebaskets and bicycle racks, as may be deemed necessary. All other facilities are subject to Review and approval. The design, location and density of trail facilities shall be architecturally consistent with the natural setting of the Property and planned with the express goal of minimizing impact to ecologically significant areas and species of special concern, and ensuring the vistas and Open Space nature of the Property. (v) Bridges. Subject to Review, footbridges, stream crossing structures, and stream access structures. (vi) Structures. Subject to Review, the Holder may construct, maintain, repair, remove or replace any of the following, provided that the structure is of a reasonably limited footprint, is architecturally consistent with the natural setting of the Property, does not pose a threat to sensitive species or ecologically sensitive habitats, and is in accordance with local, state, and federal laws: (1) Pavilion. One (1) open-air pavilion or gazebo. (2) Wildlife Viewing and Habitat Structures. A reasonable and necessary number of raised walkways, wildlife viewing platforms, bird blinds, and habitat enhancement devices such as bat boxes, bird houses. -5- Any area of the Property disturbed in the process of Construction must be restored to a natural condition promptly after completion to ensure the activity does not substantially diminish the Conservation Purposes. (vii) Parking. Subject to Review, a Low Impact Development parking area to accommodate four (4) vehicles. (viii) Access. Subject to Review, Access Drives and Utility Improvements to service Improvements within the Property, but only if there is no other reasonably feasible means to provide access and utility services to the Property. 3.02 Activities and Uses. Activities and uses are prohibited except as permitted below in this Section 3.02 and provided in any case that: (i) the intensity or frequency of the activity or use does not materially and adversely affect maintenance or attainment of Conservation Purposes, and (ii) no Invasive Species are introduced. (a) Existing Servitudes. Activities and uses that Owner is required to allow because of an Existing Servitude are permitted. (b) Resource Management and Disturbance. The following activities and uses are permitted: (i) Construction or other disturbance of resources, including cutting of trees, only to the extent reasonably prudent to remove, mitigate, or warn against an unreasonable risk of harm to Persons, their belongings, or health of Native Species on or about the Property. Owner must take such steps as are reasonable under the circumstances to consult with Holder prior to taking actions that, but for this provision, would not be permitted or would be permitted only after Review. Removal of Invasive Species is permitted. (ii) Planting, replanting, and maintaining Native Species. (iii) Construction of permitted Improvements with prompt restoration of soil and vegetation disturbed by such activity. (iv) Owner may use, or permit the use of, service vehicles and motorized equipment on the Property provided that: (1) The use of such vehicles is reasonable and necessary for maintenance and/or emergency access to the Property, or for providing access to people with disabilities. (2) The permission afforded by Owner is limited to a short-term license and is not a right-of-way, easement, or other permanent legal interest. (3) Vehicles take care to avoid ecologically significant areas and species of special conservation concern on the Property. M (v) Application of manure and plant material, both well composted, and, subject to compliance with manufacturer's recommendations, other substances to promote the health and growth of vegetation. These permitted substances do not include sewage or industrial sludge, biosolids, septic system effluent, and related substances. (vi) Piling of brush and other vegetation to the extent reasonably necessary to accommodate activities or permitted uses. (vii) Subject to Review, and pursuant to a city permit, the Owner may permit or host special events of short duration by specific groups within the Property, including bio - blitzes, so long as such events do not substantially diminish or impair the Conservation Purposes of the Property. Special Events may include the temporary use of service vehicles, cooking grills or bonfires, temporary tents, shade structures, and toilet and refreshment areas. (viii) Owner reserves the right to conduct habitat management activities, subject to federal, state and local regulations, and the specific terms and conditions of the Easement. All habitat management activities shall be conducted in accordance with a written plan (a "Habitat Management Plan") subject to review and approval by Holder. The Habitat Management Plan shall be prepared by a Qualified Preparer prior to any treatment activities, and should, if possible, be reviewed and updated at least every ten (10) years. The Habitat Management Plan shall include, at a minimum, the following: (1) Goals and objectives of the Owner, consistent with the purposes and terms of the Easement. (2) Identification and mapped location of significant habitat types, species of special conservation concern, and natural and physical features of the Property. (3) A description of the current and desired natural condition and threats to each habitat type. (4) A description of contemplated management plans and proposed access plan for each habitat type. (5) A description of foreseeable situations in which chemical application will be recommended, including the type, amount, method of application, and recommended limitations to protect water quality and sensitive species. (ix) Owner reserves the right to allow public access and use of the Property subject to the restrictions outlined by this Easement for the purpose of permitted outdoor recreational activities and educational outreach to enhance the quality of life. -7- (x) Other activities that Holder, without any obligation to do so, determines are consistent with maintenance or attainment of Conservation Purposes and are conducted in accordance with a Resource Management Plan or other plan approved for that activity after Review. (c) Other Activities. Activities are permitted that do not require Improvements and do not materially or adversely affect maintenance or attainment of Conservation Purposes such as the following: (i) walking, bird watching, and nature study; and (ii) educational or scientific activities consistent with and in furtherance of the Conservation Purposes. ARTICLE IV RIGHTS AND DUTIES OF HOLDER AND BENEFICIARIES 4.01 Holder Covenants. In support of the Conservation Purposes, Holder declares the following covenants binding upon its easement interest in the Property: (a) Exercise of Powers. Holder must exercise the powers granted to it by this Easement to prevent and terminate activities and uses of, and Improvements within, the Property that are inconsistent with the Conservation Purposes. (b) Must be Qualified Organization. Holder must be and remain at all times a Qualified Organization and must not transfer the Easement or otherwise assign its rights or responsibilities under this Easement to a Person other than a Qualified Organization committed to upholding the Conservation Purposes. (c) Proceeds Used for Conservation Purposes. Holder must use any funds received on account of the release, termination or extinguishment of the Easement in whole or in part in furtherance of its charitable conservation purposes. 4.02 Rights and Duties of Holder. The items set forth below are both rights and duties vested in Holder by this Easement: (a) Protect in Perpetuity. To protect the Conservation Purposes of the Property in perpetuity. (b) Enforcement. To enter the Property to investigate a suspected, alleged or threatened violation of the covenants and, if found, to enforce the terms of this Easement by exercising Holder's remedies in this Easement. (c) Inspection. To enter and inspect the Property for compliance with the requirements of this Easement in a reasonable manner and at reasonable times. (d) Review. To exercise rights of Review in accordance with the requirements of this section. (e) Interpretation. To interpret the terms of this Easement and, at the request of Owner, furnish Holder's explanation of the application of such terms to then -existing, proposed, or reasonably foreseeable conditions within the Property. 4.03 Amendment and Holder's Discretionary Approval Background. Owner and Holder have determined, in good faith, the limitations of any permissible modifications hereto. Owner and Holder recognize that natural conditions, landscapes, uses and technologies change over time. Holder and Owner recognize that unforeseen or changed future circumstances may arise which makes it beneficial or necessary to take certain action in order to ensure the continued protection of the Conservation Purposes of the Property and to guaranty the perpetual nature of this Easement. Additional proposed activities may require the exercise of discretion by Holder, as further described below. This Section, therefore, ensures that the Holder protects the Conservation Purposes of the Property in perpetuity. (a) Purpose. To this end, if approved by the Holder in its sole discretion, Owner and Holder have the right to modify this Easement. Holder may exercise its discretion in accordance with the provisions and limitations of this Section. Holder has no obligation to agree to any modification of this Easement. No modification shall adversely affect the perpetual duration of this Easement or the perpetual protection of its Purposes. (b) Amendment Requirements. Holder shall not consent to any amendment of this Easement unless Owner submits a written request for amendment pursuant to Holder's existing amendment policy and such proposed amendment qualifies under Holder's policy then in effect respecting conservation easement amendments. The effect of such amendment shall enhance, or at least be neutral with respect to, the Conservation Purposes of this Easement. Owner and Holder may amend this Easement to be more restrictive to comply with the provisions of Code Section 2031(c). Holder may require subordination of any mortgage as a condition of permitting any substantive amendment to this Easement. (c) General. Holder and Owner shall have no power or right to agree to any activity, use or structure that would (i) result in the extinguishment in full of this Easement; (ii) adversely affect the perpetual nature of this Easement; (iii) adversely affect the qualification of this Easement or the status of Holder under any applicable laws, including Code Sections 170(h), 501(c)(3), and the laws of the State of Arkansas; or (iv) result in either impermissible private benefit or inurement to any party. For purposes of this Section, the terms impermissible private benefit and inurement shall have the same meanings ascribed to them in Code Section 501(c)(3) and associated Treasury Regulations. Any modification that results in a partial extinguishment with the exception of corrections and clarifications of boundary disputes, legal descriptions and internal use demarcations, and any other de minimis modification. (d) Discretionary Acts. Subject to the conditions and circumstances set forth below, Holder may consent to activities, structures or uses, issue waivers or licenses or otherwise exercise discretion where the Easement is silent or ambiguous. Because of unforeseen or changed circumstances, if an activity, structure or use that is not expressly permitted under this Easement is deemed beneficial or necessary by Owner, Owner may request, and Holder may, in its sole discretion, grant permission for such activity, structure or use without resorting to the formalities M of Holder's amendment policy and process, subject to the following limitations: (i) such request for Holder's consent shall be made in writing and shall describe the proposed activity or use in sufficient detail to allow Holder to evaluate the consistency of the proposed activity with the preservation and protection of the Conservation Purposes; (ii) Holder may grant its consent only if it determines, in its sole discretion, that (A) the performance of such activity is, in fact, beneficial or necessary; and (B) such activity (x) shall not result in private inurement or confer impermissible private benefit, (y) results in neutral or enhanced Conservation Purposes of this Easement, and (z) does not violate the terms of this Easement. Owner shall not engage in the proposed activity or use unless and until Owner receive Holder's approval in writing. (e) Costs. If Owner is the party requesting an amendment of, or discretionary approval pursuant to, this Easement, Owner shall be responsible for all reasonable and customary fees and costs related to Holder's evaluation of said request and an amendment's execution, including reasonable attorney's fees and costs, staff, contractor, legal, expert, consultant fees and costs, and any costs associated with any updated Baseline Documentation Report prepared pursuant to the provisions of this Section. (f) Updated Baseline Documentation. In the event Owner and Holder agree to an amendment or discretionary approval pursuant to this Section that results in alterations to the Property, then the Baseline Documentation Report shall be supplemented appropriately to reflect the modification scope, scale and intensity. The supplement shall be acknowledged by Owner and Holder to memorialize the condition of the Property as of the date of the amendment or discretionary approval. (g) Recording. Owner and the Holder shall execute any amendment approved after following the procedures in this section, and the revised document shall be recorded in the Public Records. (h) Form. Any modification that Holder determines, in its sole discretion, to be beneficial or necessary shall be in the form of either (i) an amendment, in the case of a permanent modification of this Easement, including but not by way of limitation, a clerical or technical correction or modification of a reserved right; or (ii) a discretionary approval, waiver or consent in the case of a temporary activity or impact relating to the maintenance or management of the Property which does not require a permanent modification of the Easement. All amendments and discretionary actions shall be subject to this section. Nothing in this section, however, shall require Owner or Holder to agree to any amendment or discretionary approval, consent, or waiver. 4.04 Other Rights of Holder. The items set forth below are also rights vested in Holder by this Easement. However, Holder, in its discretion, may or may not exercise them: (a) Signs. To install one or more signs within the Property identifying the interest of Holder or Beneficiaries in the Easement. However, such signs will not reduce the number or size of signs permitted to Owner under this Easement. Signs are to be of the customary size installed by Holder or Beneficiary, as the case may be, and must be installed in locations readable from the public right-of-way and otherwise reasonably acceptable to Owner. -10- (b) Proceedings. To assert a claim, defend or intervene in, or appeal, any proceeding under Applicable Law that (1) pertains to the impairment of Conservation Purposes; or (2) may result in a transfer, Improvement or use that violates the terms of this Easement. 4.05 Review. The following provisions are incorporated into any provision of this Easement that is subject to Review: (a) Notice to Holder. At least 30 days before Owner intends to begin or allow an Improvement, activity, or use that is subject to Review, Owner must notify Holder of the proposed change including with the notice such information as is reasonably sufficient to comply with Review Requirements and otherwise describe the proposal and its potential impact on the Conservation Purposes. (b) Notice to Owner. Within 30 days after receipt of Owner's notice, Holder must notify Owner of Holder's determination to (i) accept Owner's proposal in whole or in part; (ii) reject Owner's proposal in whole or in part; (iii) accept Owner's proposal conditioned upon compliance with conditions imposed by Holder; or (iv) reject Owner's proposal for insufficient information upon which to base a determination. If Holder gives conditional acceptance under clause (iii), commencement of the proposed Improvement, activity, or use constitutes acceptance by Owner of all conditions set forth in Holder's notice. (c) Failure to Notify. If Holder fails to notify Owner as required in the preceding subsection, the proposal set forth in Owner's notice is deemed disapproved. (d) Reasonableness Standard. Upon review, the phrase "unless Holder, without any obligation to do so," in relation to an approval or determination by Holder, means that, in that particular case, Holder's approval is wholly discretionary. Holder's approval is not to be unreasonably withheld. It is reasonable for Holder to disapprove a proposal that may adversely affect natural resources described in the Conservation Purposes or that is otherwise inconsistent with maintenance or attainment of Conservation Purposes. Owner and Holder shall act in good faith; shall follow a reasonableness standard; shall use their best efforts to act in a timely manner in any determinations that are necessary or are contemplated to be made (either separately or jointly) under this Easement; shall cooperate with one another; and shall take all other reasonable action suitable to these ends. 4.06 Costs and Expenses. Owner must pay or reimburse Holder's costs and expenses (including Losses, Litigation Expenses, allocated personnel costs, and reasonably incurred liabilities) in connection with: (a) enforcement (including exercise of remedies) under the terms of this Easement; and (b) response to requests by Owner for Amendment of this Easement. Owner may, before commencement of Holder's services, request an estimate of the costs and expenses Holder anticipates to incur in responding to Owner's request for any Amendment of this Easement. Owner is not responsible to reimburse costs and expenses arising from Holder's response to an inquiry or request by a Person other than Owner without Owner's approval. ARTICLE V VIOLATION; REMEDIES -11- 5.01 Violation. If Holder determines that the terms of this Easement are violated or that a violation is threatened or imminent, then the provisions of this section apply: (a) Notice. Holder must notify Owner of the violation. Holder's notice may include its recommendation of measures Owner must take to cure the violation and restore features of the Property damaged or altered as a result of the violation. (b) Opportunity to Cure. Owner's cure period expires thirty (30) days after the date of Holder's notice to Owner subject to extension for the time reasonably necessary to cure but only if all of the following conditions are satisfied: (i) Owner ceases the activity constituting the violation promptly upon receipt of Holder's notice; (ii) Owner and Holder agree, within the initial 30 -day period, upon the measures Owner will take to cure the violation; (iii) Owner commences to cure within the initial 30 -day period; and (iv) Owner continues thereafter to use best efforts and due diligence to complete the agreed upon cure. (c) Imminent Harm. No notice or cure period is required if circumstances require prompt action to prevent or mitigate irreparable harm or alteration to a natural resource or other feature of the Property described in the Conservation Purposes. 5.02 Remedies. Upon expiration of the cure period (if any) described in the preceding section, Holder may do one or more of the following: (a) Injunctive Relief. Seek injunctive relief to specifically enforce the terms of this Easement, to restrain present or future violations of the terms of this Easement, and/or to compel restoration of resources destroyed or altered as a result of the violation. (b) Civil Action. Recover from Owner or other Persons responsible for the violation all sums owing to Holder under applicable provisions of this Easement together with interest thereon from the date due at the Default Rate. These monetary obligations include, among others, Losses and Litigation Expenses. (c) Statutory. Bring a private right of action pursuant to the Arkansas Conservation Easement enforcement provision found at Ark. Code Ann. § 15-20-409, including all remedies available pursuant to that law. 5.03 Modification or Termination. If the Easement is or is about to be modified or terminated by exercise of the power of eminent domain (condemnation) or adjudication of a court of competent jurisdiction sought by a Person other than Holder, the following provisions apply: -12- (a) Compensatory Damages. Holder is entitled to collect from the Person seeking the modification or termination, compensatory damages in an amount equal to the increase in Market Value of the Property resulting from the modification or termination plus reimbursement of Litigation Expenses as if a violation had occurred. In the event of an extinguishment of the Easement, Holder is entitled to the greater of the compensation provided under this section or the compensation provided under any other provision of this Easement. (b) Restitution. Holder is entitled to recover from the Person seeking the modification or termination: (i) restitution of amounts paid for this Easement (if any) and any other sums invested in the Property for the benefit of the public as a result of rights vested by this Easement, plus (ii) reimbursement of Litigation Expenses. 5.04 Remedies Cumulative. The description of Holder's remedies in this Article V does not preclude Holder from exercising any other right or remedy that may at any time be available to Holder under this article or Applicable Law. If Holder chooses to exercise one remedy, Holder may nevertheless choose to exercise one or more of the other rights or remedies available to Holder at the same time or at any other time. 5.05 Waivers. Holder in its discretion may provide a Waiver if Holder determines that the Waiver will have no material effect on the Conservation Purposes. If Holder does not exercise a right or remedy when it is available to Holder, that is not to be interpreted as a Waiver of any non- compliance with the terms of this Easement or a Waiver of Holder's rights to exercise its rights or remedies at another time. 5.06 No Fault of Owner. Holder will waive its right to reimbursement under this Article V as to Owner (but not other Persons who may be responsible for the violation) if Holder is reasonably satisfied that the violation was not the fault of Owner, and could not have been anticipated or prevented by Owner by reasonable means. 5.07 Multiple Owners. (a) Multiple Lots. If different Owners own Lots within the Property, only Owners of the Lot in violation will be held responsible for the violation. (b) Single Lot. If more than one Owner owns the Lot in violation of the terms of this Easement, the Owners of the Lot in violation may be held jointly and severally liable for the violation regardless of the form of ownership. ARTICLE VI MISCELLANEOUS 6.01 Notices. (a) Requirements. Each Person giving any notice pursuant to this Easement (each a "Notice") must give the Notice in writing and must use one of the following methods of delivery: -13- (i) personal delivery; (ii) certified mail, return receipt requested and postage prepaid; or (iii) nationally recognized overnight courier, with all fees prepaid. Each time the term "Notify" is used herein, it shall be deemed to refer to sending a Notice in accordance with this article. (b) Address for Notices. Each Person giving a Notice must address the Notice to the appropriate Person at the receiving party at the address listed below or to another address designated by that Person by Notice to the other Person: If to Owner: City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 If to Holder: Northwest Arkansas Land Trust 1725 S. Smokehouse Trail Fayetteville, Arkansas 72701 6.02 Duty to update. Owners and Holder shall provide Notice to the other within thirty (30) days of a change in address specifying a new address for Notices. 6.03 Governing Law. The laws of the State of Arkansas govern this Easement. 6.04 Assignment and Transfer. Neither Owner nor Holder may assign or otherwise transfer any of their respective rights or duties under this Easement voluntarily or involuntarily, whether by merger, consolidation, dissolution, operation of law or any other manner except as permitted below. Any purported assignment or transfer in violation of this section is void. (a) Notice Required. Not less than thirty (30) days prior to transfer of the Property or a Lot, Owner must notify Holder of the name(s) and address for notices of the Person who will become Owner following the transfer. At the time Holder is Notified of the transfer, Owner shall pay a $10 transfer fee to Holder. (b) Prior to Transfer. Owner authorizes Holder to (i) contact the Persons to whom the Property or Lot will be transferred, and other Persons representing Owner or the prospective transferees to discuss with them this Easement and, if applicable, other pertinent documents; and (ii) enter the Property to assess compliance with this Easement. (c) Ending Continuing Liability. If Holder is not notified per this section's requirement, it is not the obligation of Holder to determine whether a violation first occurred before or after the date of the transfer. The pre -transfer Owner continues to be liable on a joint and several basis with the post -transfer Owner for the correction of violations under this Easement until such time as Holder is given the opportunity to inspect and all violations noted in Holder's resulting inspection report are cured. -14- (d) Subsequent Deeds and Transfers. This easement must be incorporated by reference in any deed or other legal instrument by which Owner conveys any interest in the Property, including without limitation, a leasehold or mortgage interest. The failure of Owner to perform any act required by this paragraph shall not impair the validity of this Easement or limit its enforceability in any way. 6.05 Burdens; Benefits. This Easement binds and benefits Owner and Holder and their respective personal representatives, successors, and assigns. (a) Binding on All Owners. This Easement vests a servitude running with the land binding upon Owner and, upon recordation in the Public Records, all subsequent Owners of the Property or any portion of the Property are bound by its terms whether or not Owners had actual notice of this Easement and whether or not the deed of transfer specifically referred to the transfer being under and subject to this Easement. (b) Rights Exclusive to Holder. Except for rights of Beneficiaries (if any) under this Easement, only Holder has the right to enforce the terms of this Easement and exercise other rights of Holder. Owners of Lots within the Property do not have the right to enforce the terms of this Easement against Owners of other Lots within the Property. Only Owners of the Lot that is the subject of a request for Review, Waiver, Amendment, interpretation, or other decision by Holder have a right to notice of, or other participation in, such decision. 6.06 Documentation Requirements. (a) Between Holder and Owner. No Amendment, Waiver, approval after Review, interpretation, or other decision by Holder is valid or effective unless it is in writing and signed by an authorized signatory for Holder. This requirement may not be changed by oral agreement. The grant of an Amendment or Waiver in any instance or with respect to any Lot does not imply that an Amendment or Waiver will be granted in any other instance. (b) Between Holder and Assignee. Any assignment of Holder's rights under this Easement, if otherwise permitted under this Easement, must be in a document signed by both the assigning Holder and the assignee Holder. The assignment document must include a covenant by which the assignee Holder assumes the covenants and other obligations of Holder under this Easement. The assigning Holder must deliver the Baseline Documentation Report and such other documentation in Holder's possession reasonably needed to uphold the Conservation Purposes. 6.07 Severability. If any provision of this Easement is determined to be invalid, illegal or unenforceable, the remaining provisions of this Easement remain valid, binding and enforceable. To the extent permitted by Applicable Law, the parties waive any provision of Applicable Law that renders any provision of this Easement invalid, illegal or unenforceable in any respect. 6.08 Counterparts. This Easement may be signed in multiple counterparts, each of which constitutes an original, and all of which, collectively, constitute only one document. 6.09 Guides to Interpretation. -15- (a) Captions. Except for the identification of defined terms in the Glossary, the descriptive headings of this Easement are for convenience only and do not constitute a part of this Easement. (b) Glossary. If any term defined in the Glossary is not used in this Easement, the defined term is to be disregarded as surplus material. (c) Other Terms. (i) The word "including" means "including but not limited to". (ii) The words "must" and "shall" are obligatory; the word "may" is permissive and does not imply any obligation. (d) Conservation Easement Act. This Easement is intended to be interpreted so as to convey to Holder all of the rights and privileges of a Holder of a conservation easement under the Arkansas Conservation Easement Act, Ark. Code. Ann. § 15-20-401 et seq., and any amendments, replacements, or successors to that law. (e) Restatement (Third) of the Law of Property: Servitudes. This Easement is intended to be interpreted so as to convey to Holder all of the rights and privileges of a Holder of a conservation servitude under the Restatement (Third) of the Law of Property, to the extent that Arkansas law or other Applicable Law does not provide sufficient guidance. 6.10 Entire Agreement. This is the entire agreement of Owner, Holder, and Beneficiaries (if any) pertaining to this Easement. The terms of this Easement supersede in full all negotiations, agreements, statements and writings between Owner, Holder and others pertaining to this transaction. 6.11 Incorporation by Reference. Each exhibit attached to this Easement is incorporated herein by this reference. The Baseline Documentation Report (whether or not attached to this Easement) is incorporated herein by this reference. 6.12 Jurisdiction; Venue. Holder and Owner submit to the exclusive jurisdiction of the courts of the State of Arkansas located in Washington County and agree that any legal action or proceeding relating to this Easement may be brought only in the courts located in such county. ARTICLE VII. GLOSSARY As used herein, the following terms will have the meanings set out in this article. 7.01 Access Drive(s). Roads, drives or lanes providing vehicular access to or located within the Property. -16- 7.02 Additional Improvements. All buildings, structures, facilities and other Improvements within the Property, whether temporary or permanent, other than Existing Improvements. 7.03 Agricultural Improvement. An Improvement used or usable in furtherance of Agricultural uses such as a barn, stable, silo, spring house, green house, hoop house, riding arena (whether indoor or outdoor), horse walker, manure storage pit, storage building, farm stand, feeding and irrigation facilities. 7.04 Agricultural or Agriculture. Any one or more of the following and the leasing of land for any of these purposes: (i) Commercial use of the land for the production of forage, grain, and field crops; vegetables, fruits, seeds, nuts, and other plant products; mushrooms; animals and their products; (ii) Production of nursery stock and sod to be removed and planted elsewhere; (iii) The storage of plant and animal products produced on the Property; (iv) The piling or composting of the residues of plant or animal production occurring on the Property for sale or subsequent use in plant or animal production; (v) Boarding, stabling, raising, feeding, grazing, exercising, riding, and training horses and instructing riders. 7.05 Amendment. An amendment, modification or supplement to this Easement signed by Owner and Holder and recorded in the Public Records. The term "Amendment" includes an amendment and restatement of this Easement. 7.06 Applicable Law. Any federal, state or local laws, statutes, codes, ordinances, standards and regulations applicable to the Property, this Easement as amended through the applicable date of reference. If this Easement is intended to meet the requirements of a qualified conservation contribution, then applicable provisions of the Code and the Regulations are also included in the defined term. 7.07 Beneficiary. A Person given rights under the terms of the Easement (other than Owner or Holder). 7.08 Best Management Practices. A series of guidelines or minimum standards (sometimes referred to as BMP's) recommended by federal, state, and/or county resource management agencies for farming and forestry operations; for preventing and reducing pollution of water resources and other disturbances of soil, water, and vegetative resources; and for protecting wildlife habitats. 7.09 Code. The Internal Revenue Code of 1986, as amended through the applicable date of reference. 7.10 Conservation Easement Act. The Arkansas Conservation Easements Act (Ark. Code Ann. § 15-20-401 et seq.) as amended through the applicable date of reference. 7.11 Construction. Any demolition, construction, re -construction, expansion, exterior alteration, installation or erection of temporary or permanent Improvements. This term does not include dredging, mining, filling or removal of gravel, soil, rock, sand, coal, petroleum or other minerals. -17- 7.12 Default Rate. An annual rate of interest equal at all times to two percent (2.0%) above the "prime rate" announced from time to time in The Wall Street Journal; provided, however, that the Default Rate shall never exceed the maximum rate allowed under Applicable Law. 7.13 Dwelling Unit. The use or intended use of an Improvement or portion of an Improvement for human habitation by one or more Persons (whether or not related). Existence of a separate kitchen accompanied by sleeping quarters is considered to constitute a separate Dwelling Unit. 7.14 Environmental Laws. Any and all federal, state, local, or administrative agency statutes, regulations, rules, codes, ordinances or requirements of any governmental authority regulating or imposing standards of liability or standards of conduct (including common law) regarding air, water, solid waste, hazardous materials, petroleum products, worker and community right -to - know, hazard communication, radioactive material, resource protection, wetlands and watercourses, health protection and similar environmental health, safety, building and land use laws and regulations as may now or at any time hereafter be in effect. 7.15 Existing Servitude. Easements and other servitudes affecting title to the Property (other than a Lien) accorded priority to the Easement by notice in the Public Records. 7.16 Existing Improvements. All buildings, structures, facilities and other improvements, whether temporary or permanent, located on, above or under the Property as of the Easement Date as identified in the Baseline Documentation Report. 7.17 Forestry. Planting, growing, nurturing, managing and harvesting trees whether for timber and other useful products or for water quality, wildlife habitat and other Conservation Purposes. 7.18 Habitat Management Plan. A record of the decisions and intentions of Owner prepared by a qualified resource management professional for the purpose of protecting natural resources that the Conservation Purposes aim to protect during certain operations potentially affecting those resources. It includes a resource assessment, identifies appropriate performance standards (based upon Best Management Practices where available and appropriate), and projects a multi-year description of planned activities for operations to be conducted in accordance with the plan. 7.19 Height. The vertical elevation of an Improvement measured from the average exterior ground elevation of the Improvement to a point, if the Improvement is roofed, midway between the highest and lowest points of the roof, excluding chimneys, cupolas, ventilation shafts, weathervanes and similar protrusions, or, if the Improvement is unroofed, the top of the Improvement. 7.20 Impervious Coverage. The footprints (including roofs, decks, stairs, and other extensions) of Improvements; paved or artificially covered surfaces such as crushed stone, gravel, concrete, and asphalt; impounded water (such as a man-made pond); and compacted earth (such as an unpaved roadbed). Also included in Impervious Coverage are green roofs and porous pavement surfaces. Excluded from Impervious Coverage are running or non -impounded standing water (such as a naturally occurring lake), bedrock and naturally occurring stone and gravel, and earth (whether covered with vegetation or not) so long as it has not been compacted by non -naturally occurring forces. 7.21 Improvement. Any Existing Improvements or Additional Improvements. 7.22 Invasive Species. A plant species that is (a) Non -Native Species to the ecosystem under consideration; and (b) whose introduction causes or is likely to cause economic or environmental harm or harm to human health. In cases of uncertainty, published atlases are to be used to identify Invasive Species. 7.23 Lien. Any mortgage, lien or other encumbrance securing the payment of money. 7.24 Litigation Expense. Any filing fee or cost associated with any court or administrative review body, arbitration fee or cost, witness fee and every other fee and cost of investigating, defending, appealing, or asserting any claim of violation or for indemnification under this Easement including in each case, attorneys' fees, other professionals' fees, and disbursements. 7.25 Losses. Any liability, loss, claim, settlement payment, cost, expense, interest, award, judgment, damages (including punitive damages), diminution in value, fines, fees and penalties or other charge other than a Litigation Expense. 7.26 Lot. A unit, lot, or parcel of real property separated or transferable for separate ownership or lease under Applicable Law. 7.27 Low Impact Development. Practices that use or mimic natural processes that result in the infiltration, evapotranspiration or use of stormwater in order to protect water quality and associated aquatic habitat. 7.28 Management Contract. An agreement Owner or Holder may enter into with any designated third party to manage the Property in such a way so as to fulfill the intents and purposes of this Easement. 7.29 Market Value. The fair value that a willing buyer, under no compulsion to buy, would pay to a willing seller, under no compulsion to sell as established by appraisal in accordance with the then -current edition of Uniform Standards of Professional Appraisal Practice issued by the Appraisal Foundation or, if applicable, a qualified appraisal in conformity with 26 C.F.R. § 1.170A- 13. 7.30 Native Species. A plant or animal indigenous to the locality under consideration. In cases of uncertainty, published atlases are to be used to establish whether or not a species is native. 7.31 Non -Native Species. A plant or animal that is not indigenous (alien) to the locality under consideration. In cases of uncertainty, published atlases are to be used to establish whether or not a species is non-native. -19- 7.32 Open Space. Open Space is any open piece of land that is undeveloped and helps enhance the beauty and environmental quality of a community for the benefit of the general public. 7.33 Owner/Ownership. Owner and all Persons after them who hold an interest in the Property. 7.34 Person. An individual, organization, trust, government or other entity. 7.35 Public Records. The public records of the office for the recording of deeds in and for the county in which the Property is located. 7.36 Qualified Organization. A governmental or non-profit entity that (a) is established as a public charity for the purpose of preserving and conserving natural resources, natural habitats, environmentally sensitive areas and other charitable, scientific and educational purposes; (b) meets the criteria of a qualified organization under the Regulations; and (c) is duly authorized to acquire and hold conservation easements under Applicable Law. 7.37 Regulations. The provisions of 26 C.F.R. §1.170A-14, and any other regulations promulgated under the Code that pertain to qualified conservation contributions, as amended through the applicable date of reference. 7.38 Regulatory Signs. Signs (not exceeding one square foot each) to control access to the Property or for informational, directional, or interpretive purposes. 7.39 Residential Improvement. Dwelling and Improvements accessory to residential uses such as garage, swimming pool, pool house, tennis court, and children's play facilities. 7.40 Review. Review and approval of Holder under the procedure described in Article IV. 7.41 Review Requirements. Collectively, any plans, specifications or information required for approval of the activity, use or Construction under Applicable Law (if any) plus (a) the information required under the Review Requirements incorporated into this Easement either as an exhibit or as part of the Baseline Documentation Report or (b) if the information described in clause (a) is inapplicable, unavailable or insufficient under the circumstances, the guidelines for Review of submissions established by Holder as of the applicable date of reference. 7.42 Riparian Buffer. Land adjacent to a stream, river or other water body. 7.43 Site Improvement. An unenclosed Improvement such as an Access Drive, Utility Improvement, walkway, boardwalk, retention/detention basin or other storm water management facility, well, septic system, bridge, parking area or other pavement, lighting fixture, sign, fence, wall, gate, man-made pond, berm, and landscaping treatment. 7.44 Steep Slope Area. Areas greater than one (1) acre having a slope greater than fifteen percent (15%). -20- 7.45 Subdivision. Any division of the Property or any Lot within the Property; and any creation of a unit, Lot or parcel of real property, including subsurface portions of the Property, for separate use or Ownership by any means including by lease or by implementing the condominium form of Ownership. 7.46 Sustainable. Land management practices that provide goods and services from an ecosystem without degradation of biodiversity and resource values at the site and without a decline in the yield of goods and services over time. 7.47 Top of Bank. The point closest to the boundary of an active floodplain or stream channel. 7.48 Utility Improvement. Improvement for the reception, storage, or transmission of potable water, storm water, sewage, electricity, gas and telecommunications or other sources of power. 7.49 Waiver. A written commitment by which Holder, without any obligation to do so, agrees to refrain from exercising one or more of its rights and remedies for a specific period of time with respect to a specific set of circumstances if Holder is satisfied that the accommodation will have no material effect on Conservation Purposes. 7.50 Wet Area. Watercourse, spring, wetland and non -impounded standing water and areas within one hundred (100) feet of their edge. [REMAINDER OF PAGE INTENTIONALLY BLANK] -21- INTENDING TO BE LEGALLY BOUND, each of Owner and Holder, by its duly authorized representative, have signed and delivered this Easement as of the Easement Date. OWNER: Lioneld Jordan, Mayor ACKNOWLEDGEMENT STATE OF ARKANSAS ss COUNTY OF On this day of 2019, before me, , a Notary Public, duly commissioned, qualified and acting, within and for said County and State, appeared in person the within named LIONELD JORDAN (being the person or persons authorized by said entity, to execute such instrument, stating their respective capacities in that behalf), to me personally well known (or satisfactorily proven to be such person), who stated that they were the Mayor of the CITY OF FAYETTEVILLE, ARKANSAS, a duly constituted municipality under the laws of the State of Arkansas, and were duly authorized in such capacity to execute the foregoing instrument for and in the name and behalf of said entity, and further stated and acknowledged that they had so signed, executed and delivered said foregoing instrument for the consideration, uses and purposes therein mentioned and set forth. IN WITNESS WHEREOF I have hereunto set my hand and seal, this the day of .2019. My Commission Expires: Notary Public INTENDING TO BE LEGALLY BOUND, each of Owner and Holder, by its duly authorized representative, have signed and delivered this Easement as of the Easement Date. WITNESS: Jason Evins, Secretary/Treasurer STATE OF ARKANSAS COUNTY OF HOLDER: NORTHWEST ARKANSAS LAND TRUST, an Arkansas non-profit corporation Eileen Jennings, President ACKNOWLEDGEMENT ss On this day before me, 'a Notary Public within and for the County and State aforesaid, duly commissioned, qualified and acting, appeared the within named EILEEN JENNINGS and JASON EVINS, to me personally well known (or satisfactorily proven to be such persons), who stated and acknowledged that they were the President and Secretary/Treasurer, respectively, of NORTHWEST ARKANSAS LAND TRUST, an Arkansas non-profit corporation, duly authorized as such officers to execute the foregoing instrument for and in the name and behalf of said corporation and further stated and acknowledged that they had so signed, executed and delivered said foregoing instrument for the consideration and purposes therein mentioned and set forth. IN WITNESS WHEREOF, I have hereunto set my hand and seal as such Notary Public on this the day of My Commission Expires: 2019. Notary Public -23- EXHIBIT A LEGAL DESCRIPTION OF THE PROPERTY A part of the Northwest Quarter (NW) of the Northeast Quarter (NE) of Section Fourteen (14) Township Sixteen (16) North, Range Thirty -One (31) West, of the 5th Principle Meridian, Washington County, Arkansas and being more particularly described as follows: Beginning at a point South 02°51"40" West 265.61 feet and South 87°42'10" East 64.90 feet from the Northwest corner of the Northwest (NW) Quarter of the Northeast Quarter (NE); Thence South 87°41'22" East a distance of 138.60 feet to the beginning of a curve to the left, said curve having a radius of 288.50 feet and a central angle of 31°47'27" and a chord bearing and distance of North 76°24'55" East 158.03 feet; Thence along said curve a distance of 160.08 feet to the point of tangent; Thence North 60°31'11" East a distance of 320.50 feet to the southerly line of a water and sewer easement filed as 0023-00172 Washington County Circuit Clerk; Thence along said southerly easement line South' 87°42'12" East a distance of 678.40 feet to a point; Thence leaving said easement southerly line South 02°36'15" West a distance of 868.55 feet to a point; Thence North 87°42'04" West a distance of 129.83 feet to a point; Thence South 03°00'08" West a distance of 711.16 feet to a point; Thence North 88°32'12" West a distance of 1103.86 feet to the Easterly right-of-way 54th Street; Thence along said right-of-way North 02°30'58" East a distance of 1383.71 feet to the point of beginning, having an area of 41.10 acres more or less. Subject to any rights-of-way of roads or easements of record. +,AC Ho*wms!Ca NW,m.w.Ag Sacco" t4 '-16-H, R -314Y EXHIBIT B GRAPHIC DEPICTION OF THE PROPERTY 7th -16107{p! Ciy d Fr1e'xrla 3n NE iFt}.Y N 88'32'12' W 1103.86' C µea -25- i S 87'4710' E 64,90' N OT51'4(r E 53,61 Q PUIiI1lHCN STREET a.ac" r �� . ..+• m S 87'42' 12" E 678.40' r � �y yr7 •��^,7 r 20' P,O,©, �� --J L-20' MIH ❑ 31`47'27" y c p } _ R = 288,50' ns L = 160,08' CHORD: A N 76°2455' E S 87.41'22" E 158,03' lea 138.60' M r z Total Area p +y 41.10 Acres t rGo-1G2p1-0s� N 87°42'44" W zn cxyorFa�wnrM 129.83' 7th -16107{p! Ciy d Fr1e'xrla 3n NE iFt}.Y N 88'32'12' W 1103.86' C µea -25- EXHIBIT MAY 2019 ADDITIONAL WET PRAIRIE FOR CITY OF FAYETTEVILLE Q C r 20' --J L-20' MIH EXHIBIT MAY 2019 ADDITIONAL WET PRAIRIE FOR CITY OF FAYETTEVILLE PERSIMMON - p immon Sifeel Master$treetA tarp aatrn.. 7 IR+.t `. WWTP Future Facility l Expansion a r fes- ■ IL ' Wool — .o sey — r k 5 Working; �•Y:- TITT— RESOLUTION NO. 235-13 A RESOLUTION TO REAFFIRM THE CITY COUNCIL'S SUPPORT FOR THE EXPANSION OF THE WOOLSEY WET PRAIRIE TO CREATE A WETLAND BANK FOR THE CITY AND POSSIBLY OTHER AGENCIES IF ALLOWED BY THE CORPS OF ENGINEERS WHEREAS, during the construction for the West Side Wastewater Treatment Facility, the Woolsey Wet Prairie was constructed to create an historical wetlands and to mitigate the wetlands loss caused by the construction of the treatment plant, new lift stations, and miles of new sewer mains; and WHEREAS, the Woolsey Wet Prairie did not even need to be planted with historical wetland prairie plants which instead sprouted from long dormant seeds once the wetland prairie was restored with berming and water controls; and WHEREAS, after the great success in restoring about 44 acres of wet prairie, the Mayor, City Council and City Staff determined in 2009 to expand the Woolsey Wet Prairie to about another 80 acres and funded this construction through the CIP for $350,000.00 in 2011; and WHEREAS, the Corps of Engineers has finally granted the City the approval to use credits from the expanded Woolsey Wet Prairie as mitigation credits for City projects (but will not now allow sale of these credits to outside agencies). NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby reaffirms the City Council's support for the expansion of the Woolsey Wet Prairie for about 80 additional acres to create a wetlands bank to be used for City projects and, if later approved by the Corps of Engineers, to be sold to other agencies to recover the costs of construction of this addition to the Woolsey Wet Prairie. PASSED and APPROVED this 19`h day of November, 2013. APPROVED: ATTEST: ��,�«i4rrr�rrrr►�ri *;tit Y,1 rREq.,ff FAYMEVILLE •� By: _ SONDRA E. SMITH, City Clerk/Treasurer t* -NOW HIYl+.�i r ARKANSAS LAND TRUST City Hall 113 W. Mountain Street Fayetteville, AR 72701 Dear Mayor Jordan, October 29, 2018 I write on behalf of the Northwest Arkansas Land Trust (NWALT), an Arkansas non-profit corporation, in support of the City of Fayetteville's plan to conserve +/- 44 acres of City owned property adjacent to and northwest of the Woolsey Wet Prairie mitigation site in Fayetteville, Arkansas. NWALT strongly supports the preservation and permanent protection of this acreage, which has a high conservation value being a last vestige of unplowed prairie in the area. As an organization that has collaborated with the City of Fayetteville on important conservation projects in the past, NWALT is excited about the possibility of permanently protecting this land, and is encouraged by the City's continued commitment to conservation of open space in our region. NWALT looks forward to assisting the City of Fayetteville in this conservation effort and collaboration on future projects. Please call us at 479-966-4666 if you have any questions. Sincerely, J441_1� Terri Lane Executive Director tlane@nwalandtrust.org P: 479-966-4666 • F: 479-966-4668 www.nwalandtrust.org 1725 Smokehouse Trail Fayetteville, AR 72701 Preserving quality of life in Northwest Arkansas through the permanent protection of land. AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And HAWKINS-WEIR ENGINEERS, INC. Gregg Avenue and Fulbright Expressway Relief Gravity Sewer: Design and Construction Management of a relief gravity sewer near the Gregg Avenue and Fulbright Expressway Interchange. THIS AGREEMENT is made as of , 20_9 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. 102819 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 102819.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 102819.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 $153,530.00. The maximum not -to -exceed amount authorized for Reimbursable Expenses is $8,600.00. Reimbursable Expenses shall be limited to title research, a Geotechnical Investigation, utility location services, the Arkansas Department of Health review fee, and 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 Professional—Services—Utilities Rev 102819.docx A-4 undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE shall advise ENGINEER in writing of the basis for any disputed portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the invoice is approved, however, payment within 30 days is not guaranteed. 5.5 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 102819.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 102819.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 102819.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 parry is given: 6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.1.2 An opportunity for consultation with the terminating party prior to termination. 6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that ENGINEER is given: 6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.2.2 An opportunity for consultation with the terminating party prior to termination. 6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default. 6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to ENGINEER for services rendered and expenses incurred prior to the termination, in addition to termination Professional—Services—Utilities Rev 102819.docx A-8 settlement costs reasonably incurred by ENGINEER relating to commitments which had become firm prior to the termination. 6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER shall: 6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise), 6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by ENGINEER in performing this Agreement, whether completed or in process. 6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. 6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is determined that ENGINEER had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such 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 102819.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 102819.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 102819.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 102819.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 102819.docx A-13 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 102819.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 102819.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 102819.docx A-16 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 102819.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: 3�:& " � . ea AL' Brett D. Peters, P.E. Title: President & CEO END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Professional—Services—Utilities Rev 102819.docx A-18 Scope of Services Gregg Avenue and Fulbright Expressway Relief Gravity Sewer �w City of Fayetteville, Arkansas HWEI Project No. 2019102 CITY OF FAYETTEVILLE October 14, 2019 AR%AHfAS Task Description Task 1 — Final Design Phase 1. Participate in a project kickoff meeting with the Owner 2. Survey the selected route a. Coordinate utility locates through ARKUPS 3. Manage a geotechnical soils investigation of the selected route by our sub -consultant, GTS, Inc. 4. Prepare a base drawing 5. Prepare final design drawings and construction details a. Prepare and submit a 50% design review set of drawings, including a 50% cost estimate i. Participate in a 50% design review meeting with the Owner and prepare a meeting summary b. Prepare and submit a pre -final design review set of drawings, including a pre -final cost estimate i. Participate in a pre -final design review meeting with the Owner and prepare a meeting summary c. Prepare and submit a final design set of drawings and construction details sealed by a Professional Engineer licensed in the State of Arkansas, including a final cost estimate 6. Prepare Specifications and Contract Documents. The City will provide templates for the front end documents. 7. Prepare land descriptions and exhibits for Easement Documents a. Coordinate with City Land Agent and prepare any required document revisions 8. Prepare the Arkansas Department of Environmental Quality (ADEQ) Storm Water Pollution Prevention Plan (SWP3) 9. Prepare the Arkansas and Missouri (A&M) Railroad Utility Permit 10. Participate in a coordination meeting with the City of Fayetteville Engineering and Street Departments a. Prepare a meeting summary 11. Participate in up to two (2) coordination meetings with Washington Regional Medical Center (WRMC) and the City of Fayetteville Central Dispatch a. Prepare meeting summaries 12. Perform QAQC review of design documents 13. Deliver one (1) reproducible full-size copy, two (2) half-size copies, and one (1) electronic copy of the Plans and Specifications to the City for their use Task 2 — Advertising and Bidding Phase 1. Assist the City in advertising the Project for bidding 2. Conduct a Pre -Bid Conference with the Owner and prospective bidders 3. Prepare any necessary bidding Addendums 4. Assist the City in receiving Bids and preparing a Certified Bid Tabulation 5. Review bids and prepare a recommendation to the City for the Award of a Construction Contract 6. Assist in the preparation of Contract Documents for execution between the City and Contractor 2019102\Scope of Services 101419.docx Scope of Services Gregg Avenue and Fulbright Expressway Relief Gravity Sewer �� H* City of Fayetteville, Arkansas HWEI Project No. 2019102 c ,. OF October 14, 2019 FAY RK ARIfANSA LLE KANSAS Task 3 — Construction Management Phase 1. Conduct a Preconstruction Conference with the Owner and Contractor a. Prepare a meeting summary b. Field survey to establish control monumentation and stake easement limits 2. Provide full-time observation during construction of the sewer line') 3. Conduct one (1) Progress Meeting a. Prepare meeting summary 4. Prepare, review, and coordinate the dissemination of construction documentation, including material submittals, testing results, field orders, and change orders as directed by the Owner 5. Review the Contractor's construction quantities and prepare monthly pay requests for the Owner's approval 6. Conduct as -built surveys of completed sanitary sewer improvements 7. Coordinate and conduct a Final Inspection with the Contractor and the Owner, and prepare a Punch List of deficient construction items for the Contractor to address 8. Prepare Record Drawings of the completed Project, and provide one (1) reproducible hard copy and one (1) electronic copy for the Owner's archives Based on a 120 -calendar day Contract Time (90 -calendar days until Substantial Completion, and 30 - calendar days until Final Completion thereafter). Full-time construction observation is based on 8 -hours per day (Monday through Friday) until the originally scheduled Substantial Completion date, and periodic inspection (16 -hours per week) until the originally scheduled Final Completion date thereafter 2019102\Scope of Services 101419.docx H Task 1 - Final Desian Phase Fee Proposal Gregg Avenue and Fulbright Expressway Relief Gravity Sewer City of Fayetteville, Arkansas HWEI Project No. 2019102 October 14, 2019 W M' CITY OF FAYETTEVILLE ARKANSAS Task Engr VII Engr IV Engr III GPS Designer Survey II Tech III Tech 1 Insp Total II 1. Participate in a project kickoff meeting with the Owner 2 4 4 2. Conduct a Pre -Bid Conference with the Owner and prospective bidders 2 10 2. Survey the selected route 10 3. Prepare any necessary bidding Addendums 40 4 8 40 30 a Coordinate utility locates through ARKUPS Assist the City in receiving Bids and preparing a Certified Bid Tabulation 2 4 2 2 8 6 3. Manage a geotechnical soils investigation of the selected route by our sub -consultant, GTS, Inc. 2 2 4 14 2 Assist in the preparation of Contract Documents for execution between the City and Contractor 10 4. Prepare a base drawing 8 4 8 4 40 1 56 5. Prepare final design drawings and construction details a Prepare and submit a 50% design review set of drawings, including a 50% cost estimate 16 40 40 4 100 i. Participate in a 50% design review meeting with the Owner and prepare a meeting summary 4 2 1 4 10 b Prepare and submit a re -final design review set of drawings, including a re -final cost estimate 16 32 24 4 76 i. Participate in a re -final design review meeting with the Owner and prepare a meeting summary 4 2 4 10 c) Prepare and submit a final design set of drawings and construction details sealed by a Professional Engineer licensed in the State of Arkansas, including a final cost estimate 8 16 24 48 6. Prepare Specifications and Contract Documents. The City will provide templates for the front end documents. 4 8 32 32 76 7. Prepare land descriptions and exhibits for Easement Documents 2 4 16 8 4 34 a Coordinate with City Land Agent and prepare any required document revisions 4 8 8 2 22 8. Prepare the Arkansas Department of Environmental Quality ADEQ Storm Water Pollution Prevention Plan SWP3 4 4 4 2 14 9. Prepare the Arkansas and Missouri Railroad A&M Railroad Utility Permit 2 2 4 2 1 10 10. Participate in a coordination meeting with the City of Fayetteville Engineering and Street Departments 4 4 8 16 a Prepare a meeting summary 2 2 4 4 12 11. Participate in up to two (2) coordination meetings with Washington Regional Medical Center (WRMC) and City of Fayetteville Central Dispatch 8 8 16 32 a Prepare meeting summaries 2 2 4 4 12 12. Perform QAQC review of design documents 4 4 4 8 20 13. Deliver one (1) reproducible full-size copy, two (2) half-size copies, and one (1) electronic copy of the Plans and Specifications to the City for their use 2 2 4 TOTAL HOURS = SUBTOTAL COST = 36 96 194 40 30 162 60 0 618 $70,460 Task 2 - Advertisina and Biddina Phase Task Engr VII Engr IV Engr III GPS Designer Tech Tech Survey II III 1 Insp Total II Hours 1. Assist the City in advertising the Project for bidding 4 8 12 2. Conduct a Pre -Bid Conference with the Owner and prospective bidders 2 4 4 10 3. Prepare any necessary bidding Addendums 2 4 8 8 8 30 4. Assist the City in receiving Bids and preparing a Certified Bid Tabulation 2 4 2 8 5. Review bids and prepare a recommendation to the City for the Award of a Construction Contract 8 4 2 14 6. Assist in the preparation of Contract Documents for execution between the City and Contractor 2 8 8 18 TOTAL HOURS =1 8 1 32 1 24 1 0 1 0 1 8 1 20 1 0 1 92 SUBTOTAL COST = 1 $10,860 2019102\Scope of Services and Fee Proposal - Gregg Avenue Relief Sewer.xlsx Fee Proposal Gregg Avenue and Fulbright Expressway Relief Gravity Sewer H. City of Fayetteville, Arkansas HWEI Project No. 2019102 October 14, 2019 Task 3 - Construction Management Phase Task 1. Conduct Pre -construction Conference with the Owner and Contractor a) Prepare a meeting summary b) Field survey to establish control monumentation and stake easement limits 2. Provide full-time observation during construction of the sewer line(') 3. Conduct one (1) Progress Meeting a) Prepare a meeting summary 4. Prepare, review, and coordinate the dissemination of construction documentation including material submittals, testing results, field orders, and change orders as directed by the Owner 5. Review the Contractor's constructed quantities and prepare monthly pay requests for the Owner's approval 6. Conduct as -built surveys of completed sanitary sewer improvements 7. Coordinate and conduct a Final Inspection with the Contractor and the Owner, and prepare a Punch List of deficient construction items for the Contractor to address 8. Prepare Record Drawings of the completed Project and provide one (1) reproducible hard copy and one (1) electronic copy for the Owner's archives TOTAL HOURS = SUBTOTAL COST = MM, W CITY OF FAYETTEVILLE ARKANSAS Based on a 120 -calendar day Contract Time (90 -calendar days until Substantial Completion, and 30 -calendar days until Final Completion thereafter). Full-time construction observation is based on 8 -hours per day (Monday through Friday) until the originally scheduled Substantial Completion date, and periodic inspection (16 -hours per week) until the originally scheduled Final Completion date thereafter. Reimbursable Exnenses and Subconsultant Fees 1 $72,210 1 Item Description Total 1. Outside Services - Title Research Waco Title - 2 Parcels @ $300/parcel - Deed of Record and Easement Research $600 Total Hours 16 Outside Services - Geotechnical Testing GTS - Soils exploration, laboratory testing, and Geotechnical Engineering $6,500 3. Outside Service - Utility Locates ARKUPS $500 4. ADH Review Fee Review of Plans and Specifications $500 5. Reproduction & Printing Copies of Plans and Specifications 1 $500 000�a��o� 000�a���m mmmmmmm��n Based on a 120 -calendar day Contract Time (90 -calendar days until Substantial Completion, and 30 -calendar days until Final Completion thereafter). Full-time construction observation is based on 8 -hours per day (Monday through Friday) until the originally scheduled Substantial Completion date, and periodic inspection (16 -hours per week) until the originally scheduled Final Completion date thereafter. Reimbursable Exnenses and Subconsultant Fees 1 $72,210 1 I otal Estimated Kelmbursables ENGINEERING SERVICES SUMMARY 1 $8,6001 Task 1 Final Design Phase Item Description Total 1. Outside Services - Title Research Waco Title - 2 Parcels @ $300/parcel - Deed of Record and Easement Research $600 2. Outside Services - Geotechnical Testing GTS - Soils exploration, laboratory testing, and Geotechnical Engineering $6,500 3. Outside Service - Utility Locates ARKUPS $500 4. ADH Review Fee Review of Plans and Specifications $500 5. Reproduction & Printing Copies of Plans and Specifications 1 $500 I otal Estimated Kelmbursables ENGINEERING SERVICES SUMMARY 1 $8,6001 Task 1 Final Design Phase $70,460 Task 2 Advertising and Bidding Phase $10,860 Task 3 Construction Management Phase $72,210 Reimbursable Expenses and Subconsultant Fees $8,600 I otal tnglneering tee - NOL to txceea 2019102\Scope of Services and Fee Proposal - Gregg Avenue Relief Sewer.xlsx 1 4, 16Z,713U 1 Engineer Standard Billing Rate Structure For Hourly Fee Based Contracts Hawkins -Weir Engineers, Inc. Effective August 18, 2019 through August 15, 2020' Engineer VII $ 190 Per Hour Engineer VI $ 175 Per Hour Engineer V $ 160 Per Hour Engineer IV $ 145 Per Hour Engineer III $ 125 Per Hour Engineer II $ 100 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) $ 120 Per Hour Inspector II $ 75 Per Hour Inspector I $ 65 Per Hour Field Surveying GPS Survey $ 175 Per Hour GPS Mapping Survey $ 95 Per Hour Surveyor $ 85 Per Hour Administrative Business Manager $ 85 Per Hour Expert Witness Preparation At Engineer's Hourly Rate Testimony, less than 1/2 day $1,000 Testimony, per Day $ 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 (2) $0.58 per mile effective 1/1/19 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 $10.00 Per Copy 11 x 17 Size Copy - B&W $ 1.50 Per Copy 11 x 17 Size Copy - Color $ 5.00 Per Copy CD Copy $ 5.00 Per Copy Binding $ 1.00 Each Billing Rates are reviewed and adjusted annually in August. Regardless, any adjustment in Billing Rates will not impact previously negotiated Not To Exceed (NTE) fee amounts without a formal Contract Amendment. (2) To be adjusted periodically to current IRS mileage rate. All Billings are due upon receipt unless prior arrangements for payment have been made. C I i e nt#: 53866 HAWKWEIR ACORD.. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) TYPE OF INSURANCE 10/30/2019 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Trudy Henry Greyling Ins. Brokerage/EPIC PHONE 770.552.4225 FAX 866.550.4082 A/C, No, E.1): A/C, No 3780 Mansell Rd. Suite 370 E-MAIL ADDRESS: trud yhen ry@gre IlY •n g•com Alpharetta, GA 30022 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Sentinel Insurance Company 11000 INSURED INSURER B: Hartford Ins Co of the Midwest 37478 Hawkins -Weir Engineers, Inc. GENT AGGREGATE LIMIT APPLIES PER: POLICY XI JECT LOC OTHER: GENERAL AGGREGATE $2,000,000 P.O. Box 648 INSURERC: A AUTOMOBILE X X LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY X AUTOS ONLY Van Buren, AR 72957 INSURER D: 20UEGNM6289 11/01/2019 11/01/202 CM EaaccideDnt)SINGLELIMIT $1,000,000 INSURER E BODILY INJURY (Per accident) $ INSURER F: A COVERAGES CERTIFICATE NUMBER: 19-20 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 CONTRACTOR 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. LTR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR 20SBWZM2676 11/01/2019 11/01/2020 EACH OCCURRENCE $1,000,000 PREMISES E.0.urence $1,000,000 MED EXP (Any one person) $10,000 PERSONAL &ADV INJURY $1,000,000 GENT AGGREGATE LIMIT APPLIES PER: POLICY XI JECT LOC OTHER: GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OPAGG $2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY X AUTOS ONLY 20UEGNM6289 11/01/2019 11/01/202 CM EaaccideDnt)SINGLELIMIT $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 20SBWZM2676 11/01/2019 11/01/2020 EACH OCCURRENCE s2,000,000 AGGREGATE s2,000,000 DED X RETENTION $10000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? � (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A 20WEGPV0830 11/01/2019 11101/2020 X STATUTE EORH E.L. EACH ACCIDENT $500OOO E.L. DISEASE - EA EMPLOYEE $500,000 E.L. DISEASE - POLICY LIMIT $500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project# 2019102, Gregg Avenue and Fulbright Expressway Relief Gravity Sewer Project 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. ILO] ai's luaL"e1111IIRS III Lai na: "_I19LeagWeIIlu s City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701-0000 ACORD 25 (2016/03) 1 of 1 #S1851696/M1793544 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE "�" 14W. © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THEN2 .4cv�2t�® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, 10/28/2019 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 CONTACT NAME: Amanda Palmer BXS Insurance 8315 Cantrell Road, Suite 300 PHONE FAX AIC No Ext: 501-614-1571 AIC No): 501-614-1447 ADDRESS: amanda.palmer@bxsi.com Little Rock AR 72227 INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Navigators Insurance Company 42307 License#: PC -1092395 INSURED HAWKENG-01 INSURER B : Hawkins -Weir Engineers, Inc. P.O. Box 648 INSURER C : INSURER D Van Buren AR 72957 INSURER E INSURER F, PREMISESa oNcur ence COVERAGES CERTIFICATE NUMBER: 1376195025 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 TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO CLAIMS -MADE 1:1 OCCUR PREMISESa oNcur ence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ GEN'L POLICY ❑ PRO - POLICY [:]LOC PRODUCTS - COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY L $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ A Professional Liability CM19DPLO270281V 7/11/2019 7/11/2020 Each Occurrence 1,000,000 Aggregate Limit 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project# 2019102, Gregg Avenue and Fulbright Expressway Relief Gravity Sewer Project CERTIFICATE HOLDER CANCELLATION ©1988-2015 ACORD CORPORATION. All rights 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 113 West Mountain Street Fayetteville AR 72701 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 2913 1 jp jw AL VWV..A PP e tU-V R -a iL CITY OF �� FAYETTEVILLE ARKANSAS Bid 19-53, Construction - 2019 Sanitary Sewer Manhole Rehabilitation Official Bid Tabulation Lioneld Jordan, Mayor Dates of Advertisement; Issue Date: Number of Addendums: Certification of Funds: Max Award Amount: 600,000.00 750,000.00 Bid No. 19-53 Date: 12.1(12019 Time: 2:00 PM CERTIFIED 'Highlighting Notes Corrected Calculation Error Purchasing Manager aOR6 Date Goins Enterprises, Inc. Kim Construction Company, Inc. Krapff Reynolds Construction Co. ITEM ESTIMATED UNIT UNIT UNIT N11 DFSCRIPIION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 1 Mobilization (May not exceed 5% LS 1 $ 75,000,00 $ 75,000.00 $ 39,000.00 $ 39,000.00 $ 28,00(100 $ 28,000.00 of total bid) 2 Replace Manhole Frame and EA 70 $ 5,000.00 $ 350,000.00 $ 1,900.00 $ 133,000.00 $ 1,100.00 $ 77,000.00 Cover [Paved Areas) 3 Replace Manhole Frame and EA 106 $ 2,500.00 $ 265,000.00 $ 1,60(100 $ 169,600.00 $ 500.00 $ 53,000.00 Cover (NON -Paved Areas) 4 Replace/Raise to Grade, Manhole VF 50 $ 250.00 $ 12,500.00 $ 250.00 $ 12,500.00 $ 500.00 $ 25,000.00 Frame Grade Adjustments 5 Replace Manhole Bench and EA 9 $ 15,000.00 $ 135,000.00 $ 1,700.00 $ 15,300.00 $ 1,000.00 $ 9,000.00 Trough 6 Chemical Grout Pipe Seals and EA 149 $ 1,500.00 $ 223,500.00 $ 600.00 $ 89,400,00 $ 300.00 $ 44,700.00 Lower 18" 7 Apply Internal Manhole VF 60 $ 600.00 $ 36,000.00 $ 600.00 $ 36,000,00 $ 440.00 $ 26,40(100 Adustment Seal 8 Apply Cementitious Coating to EA 27 $ 1,000.00 $ 27,000.00 $ 1,05000 $ 28,350.00 $ 762.00 $ 20,574,00 Entire Manhole (0-6 FT Depth) 9 Additional VF of Cemtnittious Coating to Entire Manhole (> 6 FT VF 45 $ 150.00 $ 6,750.00 $ 180.00 $ 8,100.00 $ 127.00 $ 5,715.00 Depth) 10 Apply Epoxy Coating to Fntire VF 60 $ 350.00 $ 21,000.00 $ 265.00 $ 15,900.00 $ 240.00 $ 14,400 00 Manhole 11 Repair Eox Coatin& SF 50 $ 40,00 $ 2;000.00 $ 80.00 $ 4,000.00 $ 50.00 $ 2,500.00 12 Complete Replacement w/ 4 foot diameter manhole in PAVED EA 4 $ 39,000,00 $ 156,000.00 $ 14,000.00 $ 56,000.00 $ 8,250.00 $ 33,000.00 areas 0 - 6 FT Depth) 13 Complete Replacement w/ 4 foot diameter manhole in NON -PAVED FA 14 $ 35,000.00 $ 490,000.00 $ 12,000.00 $ 168,000.00 $ 7,250,00 $ 101,500.00 [areas 0 - 6 FT Depth) 14 Additional VF of manhole VF 50 $ 500.00 $ 25,000.00 $ 1,000.00 $ 50,000,00 $ 200.00 $ 10,000.00 replacement > 6 FT Depth 15 ,QSR atch FA 75 $ 35.00 $ 2,625.00 $ 300.00 $ 22,500.00 $ 200.00 5 15,000.00 16 Trench Safety; Comply with OSHA Standards 29 CFR 1926 Safety LS 1 $ 35,000,00 $ 35,000.00 $ 5,000.00 $ 5,000.00 $ 125,00(100 $ 125,000.00 and Health Regulations for Construction Subpart P TOTAL BASE BID $ 1,862,375.00 $ 852,650.00 1 $ 590,789.00 CERTIFIED 'Highlighting Notes Corrected Calculation Error Purchasing Manager aOR6 Date CITY OF ��FAYETTEVILLE ARKANSAS Bid 19-54, Construction - Morningside Drive 24 -inch Water Main Relocation Official Bid Tabulation Lioneld Jordan, Mayor Dates of Advertisement Issue Date: N,hlb f cl Aal 2 Certification of Fords: $, 1,800,000-00 Max Award Amount: S: 2,250,00000 Bid Na 19 54 Dale: 11.1&19&11.2519 Time 2:00 PM ITEM Lmn DESCRIPI ION UNIT ESTIMATED QUANTITY CROSSLAND HEAVY CONTRACTORS, INC. UNIT PRICE AMOUNT COINS ENTERPRISES, INC UNIT PRICE AMOUNT KAIACS CONTRACTORS, INC UNIT PRICE AMOUNT TRI STAR CONTRACTORS, LLC UNIT PRICE AMOUNT 101 Mobilization LS 1 $ 6592000 S 65,92000 5 100,00000 $ 100,00000 5 40.MQ.00 S 4o,0DOA0 5 94,97899 S 94,97899 1 -OZ Bonds and lol;yraoLp ITS 1 5 25,00000 S 25,000.00 5 35,000-00 $ 35,000011 $ 31,00000 S 31,000.00 $ 56,69553 5 56.69553 103 Act291, 1993 Trench and Excavation Safety System ITS 1 $ 2,00000 $ 2,00000 $100,00000 $ 100,00000 5 5,00000 $ 5,00000 $ 37,00000 5 37,00000 104 Eroison and Sedimt Control IS 1 $ 55,00000 S 55,000,00 S 20,00000 S 20,00000 S 30,00000 5 30,000.00 S 5400000 S SQ 000 OD 105 Clearing&Grubbien ITS 1 $ 25,00000 S 25,000.00 5 45000000 5 45,00000 $ 7,50000 5 7,500,00 S 4p,OOD 00 $ 4Q000.W L06 -6"PVC C900 DR14 Restrained Joint Water Main LF 46 $ 11000 $ 5,060,00 5 9000 $ 4,140.00 $ 5000 S_ 2,30000 $ 5500 $ 2,53000 L07 :B" PVC C900 DR14 Restrai ned Joi n Water Main LF 95 5 120.00 5 11,400.00 $ 93,00 $ 9,025.00 $ 5400 $ 5,13000 $ 6700 5 6,36500 JOB 12" PVC C900 DR14 Restrained Joint Water Main LF 166 $ 13000 $ 21,58000 $ 20000 $ 33,20000 $ 7500 $ 12,45000 5 7500 $ 12,45000 J09 24" Class 350 DIP Water Main LF 2,135 $ 19600 $ 41$460.00 5 185.00 5 394,975-00 $ 190LOD $ 41)-% 65D 00 $ 19200 S 409,920.00 J.1 24" Class 350 DIP Water Main IF 1,158 5 23600 $ 273.288.00 $ 25000 $ 289.50000 S 23400 $ 266,34000 $ 248-60 S 287,87880 Lj_L Class? 6QrZeBase Course LF 327 $ 6D -DO $ L9,620.00 $ 3000 $ 9,81000 5 15400 .S 49.050.00 S 7500 S 24,525.00 1.12 Three Way Fi,ejBVdzoL EA 1 $ 5,500.00 $ 5,50000 $ 5,00000 S 5,00000 $ 3,70400 $ 3,70000 $ 5,50000 S 5.50000 113 Abandon and Salva8e Existin8 Fire Hydrant EA 1 $ 88000 5 88000 $ B5000 $ 85000 $ 25Q 00 $ 25000 5 1,10000 $ 1,100.00 1.14 G Gate Valve with Box EA 2 $ 1.350.00 S 2,70000 $ 2,00000 5 400000 $ 1,35000 $ 2,7DD OD S 2,10000 $ 4,20000 115 R" Gale Valve with Box EA 1 $ 1,65000 5 1,850.01) 5 2,500-00 1 S 2500 -OD $ 1,75000 $ 1,75000 S 2,95000 S 2.950.00 1.16 N' S'l Valve vrkh Rax FA 3 $ 3,600-00 S 1 800.90 S 4,50000 S 13,50000 $ 3,35000 $ 10.05000 5 5,94134 5 17,B2402 $ 17 24" Butterfl Valve with Boa FA 5 $ 12,000 00 $ 60,000 00 S 15,000 00 5 75,000-00 5 1Q825.00 S 54125 DO $ 24,792 00 $ 120,960,00 118 Abandon Existinig Valve EA 6 $ 42500 S 2,55000 5 1,50000 9600000 S 25000 $ 1500.00 1 S 1,40000 5 0,400.00 1.19 Ductile Iron or Cast -Iron Water Main FiLL1n8s LBS 15,000 I$ 850 $ 127,50000 $ 1500 $ 225,00000 $ B00 $ 120,000.00 $ 8-00 $ 120,000.00 1'2 6"x6" Tappin8 Sleeve, 6"Tappin8 Valve w/Box EA 2 $ 6,60000 5 13,20000 $ 7,00000 5 14,00000 $ 4,50000 $ 9,00000 $ 5,00000 5 10,00000 121 12"x12"Ta Sleeve, 24"Ta Valve w/ Box pping pping EA 2 $ 11,30000 $ 22,600,00 $ 10,00000 $ 2Q00000 $ 9,80000 $ 19,60000 5 11,09800 $ 22,19600 122 24"x24"Tapping Sleeve, 24"Tapping Valve w/Box EA 1 $ 46,00000 $ 46,00000 $ 65,00000 $ 65,00000 $ 44,00000 5 44,00000 $ 70,00000 $ 70,00000 123 30"x24"Tapping Sleeve, 24"Tapping Valve W/ Box EA 1 $ 47,50000 5 47,80400 $ 70,000.00 $ 70,00000 $ 45,00000 $ 45,00000 $ 75,70000 5 75,70000 1-24 24%iflil FA 1 $ 41S0D.OD $ 41,50000 S 95,00000 5 95,00000 S 3 OOQ00 5 32,000.00 S 4500000 S 4500000 1.75 30" Line SLoo EA 1 S 55,00000 S 55,00000 5110,00000 5 110,00000 S 42,00000 $ 44000.00 S 58,00000 S 5$00000 1.26 12" Anchor Collar EA 1 S 7000.00 S 7,000.00 S 2,000-00 $ 00000 S %SOO.00 S 550000 5 5,00000 S 5,000.00 127 24" Anchor Collar EA 2 S 9.00400 S 18.000.00 S 4,000.00 5 0,00000 5 15,500-00 5 31000.00 $ 7,50D 00 5 15,00000 J 28 30"Anchor Collar EA 1 S 12.000.00 S 12,000.00 5 51000.01) $ 5,000 DO $ 2150D 00 $ 21,500.00 S 10,000-00 $ 10,00000 1.29 Encasement Tie -Down FA 2 $ 4,95000 5 9,900 -DD $ 2,5OD-01) $ 5,00000 $ 3'%o 00 $ 7,000.00 S 7,000001 S 14,00000 1.3 3B" Mir. Dia Bored Steel C -mg LF 101 $ 85000 $ 85,850.00 $ 775.00 $ 713,27500 5 68500 S 69,185,00 $ 65200 S 65,85200 131 36" Min- Dia. Direct Bury Steel Casing LF 175 $ 49000 $ B5,750.00 $ 250-00 $ 43,750-00 S 35000 S 6125000 S 50000 S 87,50000 132 Polyethylen Encasement for 24"DIP -Vbio LF 3,300 $ 375 $ 12,37500 5 1000 5 33,00000 $ 500 $ 16,500-00 5 606 $ 19,99800 133 Polyethylen Encasement for 24" DIP - Sheet IT 3,300 $ 2.75 5 9,075.00 $ 10-00 5 33,00(100 $ 450 $ 14,850.00 5 516 S 17,02800 1.34 Double Cut and Cap Existin8 6" Water Main EA 3 $ 2,750-00 $ 8,25000 5 5.000.00 5 15,000.00 5 2,50000 S 7.50000 S 2,50000 S 750000 135 Double Cut and Cap Existing 8" Water Main EA 2 5 2.90000 5 5,80000 5 6.000.00 5 12000.00 $ 270000 5 5,40000 $ -11.1)01100 $ rxn4D-1)n 136 (Double Cut and Cap Existing 12" Water Main EA 1 5 3.500.00 5 350000 $ 10,000-00 5 18000.90 $ 4,00000 $ 4,00000 5 8.00000 S $00000 1.37 (Double Cut and Cap Existing 24" Water Main EA 1 $ 8,25000 $ 8,25000 5 20.000.00 5 2400000 S 12,00000 S 12,00000 S 14000.00 S 10,00000 1 3B IDouble Cut and Cap Existing 30" Water Main EA 1 5 14,500,00 5 14,50000 5 35,00000 5 35,00000 5 1500400 $ 15,0(10.0(1 $ 1250000 $ 12.500 00 139 Plowable Fill CY 32 $ 185.00 S 5,92000 5 125.00 5 4,00D.00 $ 1111DO $ 3,52000 S 12000 $ 3,B4000 14 Concrete Sidewal k hp4tai r tF 11 $ 75.01) 5 82500 $ 55.00 $ 605.00 $ 3100 S 3B500 S 4000 S 44000 1.41 Asphalt Pavemelt Repair 1F 428 $ 68.00 5 29,10400 $ 8500 $ 36,313000 $ 70.00 .S 29,96400 S 10000 S 42,80000 1.42 f=ence Crossing Reoair Reolace LF 30 $ 5600 5 1,613000 S 5000 5 150000 S 2400 S 60000 5 10000 5 3,00000 1 43 Curb and Gutter Reoair LF 36 S 3300 5 1.26000 $ 5500 S 498000 5 2000. S 72000 5 30.00 $ 1,08000 144 Tracer Wire Connection FA 20 $ 48000 $ 9.60000 S 20-00 5 400.00 5 2.50-01) 5 9.000. DO $ 25000 $ 5,00000 145 Temporary Construction Fence LF 601 S 900 5 5,40900 5 500 $ -,,DO500 $ 1.00 S 60100 S 750 S 4,50750 146 Pre-Ccroslructinn Video 15 1 5 450.00 $ 450011 S 2A0000 $ 2,DOD 00 S 500.00 $ 50000 S. 5,00000 S 500000 1.47 Traffic Control 5 1 $ 22,00000 $ 22,00000 5 25,ODO D0 .S 25,00000 S 4,40400 S 4,40400 5 20,000 00 5 2400000 1.48 Set of 4 Bollards Fire Hydrant EA 1 $ 1,75000 $ 1,75000 S 2,40000 S 2,40000 S L500.00 $ 1,50000 S. 4,000,00 S 4,00000 149 36" Class III RCP LF 172 $ 145.00 5 24,94000 $ 15000 $ 25,80000 S 9000 5 15,4 BD DO 5 95-00 $ 36,34000 13 Traffic Rated 4'x4' Precast Concrete Junction Bax EA 2 5 530000 ,000.00 $ 70,000-00 $ 3,50000 5 7,00000 5 4,50000 $ 9,00000 151 36"Class BLRf-P Flared End Section EA 2 $ 1,89001 ,800.00 S 5,00000 $ 1,500,00 $ 3.00000 S 150000 3 3.00000 152 Remove and Dispose Existing Storm Junction Bax EA 1 $ 550.00 2,000.00 5 2,00000 $ 250.00 5 25000 5 2,00000 S 200000 153 Remove and Salvage ExistinB Storm Pipe LF 180 5 29.00 46p75000 50.00 $ 9.00000 S 10.00 $ 7,800 00 $ 25-00 S 4509,o0 154 1131c.offAssembl EA 1 $ 6,750.00 2,00000 5 2,OOD-OD $ 9,SODI70 $ 9,50000 $ 4,50000 $ 4,50000 TOTAL BASE BID 5 1769,996-00 5 2,190,595.00 1S 1,595,00000 5 ],994,888.84 'Highlighting No[ez Correc[ea Calculation Error CERTIFIED: A-Inr- FMKOWIUM c mr M4rnrer 0..r 1GgWr n.rr Supplemental Agreement No. 3 Highway 16 Utility Relocations Date: WHEREAS, the CITY OF FAYETTEVILLE and McClelland Consulting Engineers, Inc. (ENGINEER) entered into an Agreement for Professional Engineering Services (AGREEMENT) on October 3, 2017; and, WHEREAS, the CITY OF FAYETTEVILLE has requested that ENGINEER perform additional services outside of the scope of the AGREEMENT. NOW THEREFORE, the following modifications will be made to the AGREEMENT to include the additional services requested: MODIFICATIONS: Section 2. 1.1 — the additional scope of services are included in the attached Appendix "A-3". 2. Section 5.1 — the maximum not -to -exceed amount is increased from $191,771.82 to $317,029.82. Modifications to compensation are included in the attached Appendix `B-5". IN WITNESS WHEREOF, the parties execute this Supplemental Agreement No. 3, to be effective on the date set out above. McClelland Consulting Engineers, Inc BY: Daniel Barnes, PE President, Fayetteville Office City of Fayetteville, Arkansas IBM Mayor Lioneld Jordan APPENDIX A-3 — SCOPE OF ADDITIONAL SERVICES SUPPLEMENTAL AGREEMENT NO. 3 — MORNINGSIDE DRIVE 24" WATER MAIN RELOCATION SERVICES DURING CONSTRUCTION 1.0 General The scope of additional services includes construction administration and construction observation services for the referenced project, which includes approximately 3,300 linear feet of 24 -inch water main, appurtenances and interconnections along Morningside Drive from south of 15th Street (Hwy 16) to north of Huntsville Road. Construction is anticipated to commence in February 2020. The construction contract allows 240 calendar days to Substantial Completion, and 270 calendar days to Final Completion. 2.0 Construction Administration 2.1 Assist CITY OF FAYETTEVILLE with issuing the Notice to Proceed (NTP) and obtaining executed Contract Documents from the selected Contractor, if requested by the CITY OF FAYETTEVILLE. 2.2 Conduct the pre -construction meeting with the Contractor and issue meeting minutes. 2.3 Review and respond to Contractor submittals for conformance to the Contract Documents, Drawings, and Specifications. Up to ten (10) submittals are anticipated on this project. The initial review and one (1) re -submittal review is included in this scope of services. Additional re -submittal reviews will be considered Additional Services. 2.4 Review Contractor's Requests for Information (RFIs) and issue clarifications as required. Up to ten (10) RFIs are anticipated on this project. 2.5 Assist the CITY OF FAYETTEVILLE with the evaluation, negotiation, and processing of Contractor change order requests, if required. 2.6 Review monthly Pay Estimates from the Contractor and provide recommendation for payment. A total of ten (10) pay estimates are assumed. 2.7 Engineer of Record shall conduct monthly site visits and attendance at monthly progress meetings as required to observe the progress and quality of the executed work to determine compliance with approved Contract Documents, Drawings, and Specifications in accordance with Arkansas State Law 22-9-101. A total of twenty (20) site visits/progress meetings are estimated over the course of the 270 calendar day construction contract. 2.8 Assist the CITY OF FAYETTEVILLE with the final inspection walk-through. Develop a punch list of outstanding items, and review project closeout documents. 2.9 Prepare Record Drawings based upon information furnished by the Contractor and field representatives. Appendix A-3 — Scope of Additional Services Page 1 of 2 1/8/2020 Morningside Drive 24" Water Main Relocation Services During Construction 3.0 Construction Observation 3.1 Provide a field representative to perform comprehensive construction observation services. Field representative shall meet with CITY OF FAYETTEVILLE field representative at least once weekly to stay informed on construction progress and any issues that may arise. 3.2 It is estimated that the level of observation required by the ENGINEER to provide comprehensive services will equate to an average of 30 hours per week for the duration of the 270 calendar day construction contract. Partial observation will be conducted on non-critical construction items such as, but not limited to general site cleanup, seeding, sodding, etc. 3.3 CITY OF FAYETTEVILLE shall provide adequate notice to ENGINEER when a field representative is required. Minimum notice shall be three (3) business days, with one (1) week notice preferred. 4.0 Surveying Services At the request of the CITY OF FAYETTEVILLE, provide up to 32 hours of field surveying to assist in reviewing the Contractor's work and/or to address property owner questions. 5.0 Project Deliverables 5.1 PDF copy of the approved shop drawings and submittals from the Contractor. 5.2 One (1) hard copy set, a PDF copy and AutoCAD file of the Record Drawings. 5.3 Other electronic files as requested by the CITY OF FAYETTEVILLE. 6.0 General 6.1 All water main construction shall follow the guidelines described in the CITY OF FAYETTEVILLE Standard Specifications for Design and Construction of Water Lines and Sewer Lines (2017 Edition), the Contract Documents, Drawings, and Specifications. 6.2 Attending at meetings other than progress meetings and the pre -construction meeting will be considered Additional Services. 6.3 Should construction delays occur, which are beyond the control of the ENGINEER and cause the project to be completed later than 270 calendar days, the ENGINEER and CITY OF FAYETTEVILLE will review the ENGINEER' remaining budget and mutually agree upon a plan of action, whether it be a reduction in the scope of services to stay within budget, or authorize Additional Services. 6.4 Subcontracting of services by the ENGINEER shall have prior approval of the OWNER. Appendix A-3 — Scope of Additional Services Page 2 of 2 1/8/2020 Morningside Drive 24" Water Main Relocation Services During Construction Appendix B-5: Fee Proposal - Supplemental Agreement No. 3 Services During Construction In Conjunction with the Morningside 24" Water Main Relocation MCE Job No. 172162 Labor Classification Time/Hours Direct Labor Rate Extended Sr Project Manager 32.00 $63.00 $2,016.00 Project Manager 108.00 $43.00 $4,644.00 Project Engineer 140.00 $32.00 $4,480.00 Construction Observer 1160.00 $25.00 $29,000.00 Chief Draftsman 40.00 $28.00 $1,120.00 Survey Technician 4.00 $20.00 $80.00 Registered Land Surveyor 2.00 $40.00 $80.00 Survey (2 -Man or Robotic) 32.00 $50.00 $1,600.00 Direct Labor Subtotal $43,020.00 Title II Labor Multiplier 2.90 Subtotal Labor Costs $124,758.00 EXPENSES Estimated Reimbursable Expenses Amount Mileage $500.00 Total Estimated Reimbursable Expenses $500.00 Total Costs - Construction Engineering $125,258.00 Notes: 1. Title II Multiplier based upon MCE FY19 Indirect Cost Rate (158.92°/x) for ARDOT projects, plus fixed fee of 12%. 2. Construction Duration Assumed - 240 Calendar Days (Substantial); 270 Calendar Days (Final) 3. Construction Observeration may be performed by MCE, City of Fayetteville, or a combination of both, depending on availability of personnel at time of construction 1/8/2020 Supplemental Agreement No. 3 - Morningside Drive 24" Water Main Relocation Services During ConstructionMcCLELLAND Manhour Estimate ' C INSULTING Date: 01/03/2020 ENGINEERS, INC. Task Description Sr Project Manager Project Manager Project Designer Const. Observer V Const. Observer II Chief Draftsman Survey Technician Reg. Land Surveyor Survey (2 -Man or Robotic) Construction Administration Pre construction meeting 2.00 2.00 Review Submittals 2.00 8.00 40.00 Respond to RFIs 2.00 8.00 20.00 4.00 Evaluate Change Order Requests 4.00 16.00 40.00 8.00 Pay request review/preparation 20.00 Periodic site visits (20 estimated) 20.00 40.00 20.00 Final inspection/punch list preparation 1 2.00 1 4.00 1 8.00 As- built construction documents 1 1 8.00 1 8.00 1 24.00 Project close out 1 1 2.00 4.00 4.00 Sub total Manhours 32.00 108.00 140.00 0.00 0.00 40.00 0.00 0.00 0.00 Construction Observation Comprehensive Field Observation Services 90.00 1020.00 Pre construction meeting 2.00 2.00 Pay request review/preparation 4.00 20.00 Final inspection 8.00 As- built construction documents 2.00 6.00 Project close out 1 1 2.00 1 4.00 Sub total Manhours 0.00 0.00 0.00 100.00 1060.00 0.00 0.00 0.00 0.00 Surveying Services Review Contractor's work and address property owner questions, as required 4.00 2.00 32.00 Sub total Manhours 0.00 0.00 0.00 0.00 0.00 0.00 4.00 2.00 32.00 Total Estimated Manhours 32.00 108.00 140.00 100.00 1060.00 40.00 4.00 2.00 32.00 Page 1 of 1 1/8/2020 ENGINEERING SERVICES INC. IL 1207 S. Old Missouri Rd. • P.O. Box 282 • Springdale, Arkansas 72765-0282 Ph: 479-751-8733 * Fax: 479-751-8746 Transmitted via electronic mail to cgranderson(a)fayetteville-ar.gov December 27, 2019 Corey W. Granderson, P.E. Utilities Department City of Fayetteville 2435 S. Industrial Drive Fayetteville, AR 72701 Re: Cost Share Proposal Rupple Road Regional Lift Station Towne West Mr. Granderson: Please accept this letter as a formal request for the City of Fayetteville and Towne West Residences, LLC (the Developer) to share costs for the proposed Rupple Road Regional Lift Station and adjacent gravity sewer collection system. The City Council unanimously approved Resolution 73-19, expressing interest in cost sharing to construct a regional sewer lift station near Rupple Road. As design has progressed, we are now providing formalized cost share logic for your consideration. This letter includes a request for cost sharing to install a larger, more capable pumping facility adequate for regional -scale flows.' It also includes estimated City responsibility for the necessary changes to the gravity sewer collection system to serve the upstream properties in the region. A development -specific lift station was evaluated to provide a baseline cost to provide sewer service to the development. This scenario evaluated a smaller, Towne West -only lift station pumping wastewater to an existing 12" gravity line to the south along Martin Luther King Jr. Boulevard (US 62). Per the detailed construction cost estimate (Exhibit A), this alternative is estimated to cost $535,035.68. A regional station will provide opportunities to take advantage of economies of scale, as well as simplifying operations and providing capacity for the remainder of a large drainage basin in a rapidly growing area of the Fayetteville. Per the detailed construction cost estimate (Exhibit B), the proposed Rupple Road Regional Lift Station is estimated to cost $2,479,517.18. On a flow basis, we tabulated cost responsibilities on a pro rata basis in the table on the next page. ' Since gravity flow to the West Side Wastewater Treatment Facility is impracticable, only pumping alternatives were considered. Bliall J. Moore, P.E. ` Tem J. May,, P.E. Jason Appel, P.E. Jerry W. Martin President ! MCI Prr.,idrrll Srcrr�arq ITrraeurrr � Chairman uFchr IIwrd • r Engineers and Surveyors - r r- ENGINEERIh[G 5EF2VICE5 INC. Mr. Granderson December 27, 2019 Page 2 Table 1. Pro rata Cost Sharing, Design Flow Basis. 1686 Total Basin Design Flow Rate 100.00% $2,479,517.18 198 Towne West (Phases IN) 11.74% $291,188.85 55 Rupple Road Multifamily Development3 3.26% $80,885.79 1433 City Responsibility, LS and Force Main 84.99% $2,107,442.54 The costs above include professional services through construction, and do not include easement acquisition. The total City responsibility for the Rupple Road Regional Lift Station and force main is estimated as $2,107,442.54. While developing a cost estimate for this project, we have identified a few opportunities to reduce cost. The following items could be purchased and/or installed by the City at reduced costs. Additional research is needed to determine what cost savings, if any, may be available. Table 2. Potential Cost Savings Items. Generator and Appurtenances $200,000.00 SCADA Connection $8,195.45 10" Flow Meter at WWTF (including SCADA connection) $15,000.00 Water Meter & Backflow Assembly $1,500.00 Yard Hydrant $750.00 Total Cost of Items with Potential City Cost Savings $225,445.45 In our letter of August 15, we mentioned cost sharing to upsize gravity mains through the proposed Towne West development to accommodate flows to the regional station. Comparing the costs to construct the sewers based on only Towne West's needs versus a regional approach, the Developer is requesting a cost share of $458,060.00. The sources of cost differences are tabulated below. Table 3. City Responsibility, Gravity Sewers. Manholes $17,900.00 Gravity Sewer Pipe $62,385.00 Rock Excavation $372,000.00 Service Connections, Other $5,775.00 Total $458,060.00 The Developer hereby requests $2,565,502.54 in a cost-sharing agreement with the City Council to construct the Rupple Road Regional Lift Station, force main, and adjacent gravity sewers sized for full buildout of this basin, pending necessary approval from the City of Fayetteville Utilities Department and the Arkansas Department of Health Engineering Section. 2 Prices included for two corrosion prevention alternatives (concrete admixture and coating system). Includes the SCADA system cost per the Standard Specifications, Section 2002.1.06.13.1.1b and professional services through construction and acceptance. Does not include land acquisition. 3 Nearby project currently under review by City of Fayetteville. Mr. Granderson December 27, 2019 Page 3 We believe this cost share represents a smart opportunity to improve the development potential of at least 415 acres of land in the City of Fayetteville by proactively planning for future growth, and feel this cost share is a "win, win" deal. Thank you for your consideration. Very truly yours, tL�— Brandon Rush Enclosures Z:\Engineers\00 - Engineer Projects\18951 - RUPPLE ROAD\04 Regional Lift Station\Cost Sharing\Granderson 2019-12-27 Cost Share Request.docx Rupple Road Regional Lift Station Towne West ENGINEERING SERVICES INC_ Exhibit A - Towne West -Only Conceptual LS Cost Est. No. Qty Unit Item Description Unit Price Total Amount 1 2 LS 8' Diameter Wetwell $17,500.00 $35,000.00 2 2 EA Pumps & Control Panel $25,000.00 $50,000.00 3 5 EA 10" Gate Valve $3,200.00 $16,000.00 4 1 2 EA 6" Gate Valve $2,200.00 $4,400.00 5 2 EA 6" Air Release Valve $750.00 $1,500.00 6 2 EA 6" Swing Check Valve $1,250.00 $2,500.00 7 1 LS Pump Chain Hoist & Frame $3,500.00 $3,500.00 8 1 EA Valve Vault Structure $10,000.00 $10,000.00 9 1 LS Site Electrical $12,500.00 $12,500.00 10 1 LS Running 3-phase power to LS site $46,000.00 $46,000.00 11 1 LS Generator and Appurtenances $15,000.00 $15,000.00 12 1 LS SCADA Connection (By City, $7,500 in 2017$) $8,195.45 $8,195.45 13 200 SY Concrete Paving $40.00 $8,000.00 14 700 SY Gravel Paving $10.00 $7,000.00 15 1 LS Lift Station Site Work (incl. fencing) $7,500.00 $7,500.00 16 1 LS Trench Excavation & Safety $1,000.00 $1,000.00 17 30 LF 6" Class 350 DI Discharge Piping $55.00 $1,650.00 18 4750 LF 6" PVC Force Main $27.00 $128,250.00 19 1 LS Connect Force Main to Existing Manhole $1,200.00 $1,200.00 20 3250 LB Ductile Iron Fittings $7.00 $22,750.00 21 60 LF 20" Steel Encasement by Open Cut $175.00 $10,500.00 22 20 LF 20" Bored Steel Encasement $275.00 $5,500.00 23 6 EA Tracer Wire Port $350.00 $2,100.00 24 2 EA Air Release Valve Assembly $500.00 $1,000.00 25 1 EA Yard Hydrant $1,500.00 $1,500.00 26 20 LF Class 7 Aggregate Base Course backfill $50.00 $1,000.00 27 1 LS Site Restoration along Force Main (incl. sidewalk) $4,250.00 $4,250.00 28 1 LS Erosion Control $3,000.00 $3,000.00 29 1 LS Mobilization $2,500.00 $2,500.00 30 1 LS Standard Arkansas Performance & Payment Bond $12,500.00 $12,500.00 31 1 LS Two -Year Maintenance Bond $6,500.00 $6,500.00 32 100 CY I Rock Excavation (Expected at 4') $250.00 $25,000.00 Subtotal Contingency (5%) Engineering (8%) Construction Engineering & Observation (4%) $457,295.45 $22,864.77 $36,583.64 $18,291.82 TOTAL Engineer's Conceptual Estimate $535,035.68 F= 1 ENGINEERING SERVICES INC. Rupple Road Regional Lift Station Towne West Exhibit B - Rupple Road Regional LS Cost Estimate No. Qty Unit Item Description Unit Price Total Amount 1 300 CY Reinforced Wetwell Concrete $925.00 $277,500.00 1A 300 CY Xypex Concrete Admixture $28.50 $8,550.00 18 3000 SF Wetwell Coating System (Raven 405 or Warren S301) $14.75 $44,250.00 2 1 1 LS Standard Excavation for Wetwell (not including rock) $92,500.00 $92,500.00 3 1 LS Dewatering for Wetwell $75,000.00 $75,000.00 4 2 EA Pumps & Control Panel $140,000.00 $280,000.00 5 5 EA 10" Gate Valve $4,000.00 $20,000.00 6 2 EA 8" Gate Valve $5,000.00 $10,000.00 7 2 EA 8" Air Release Valve $5,000.00 $10,000.00 8 2 EA 8" Swing Check Valve $7,000.00 $14,000.00 9 1 LS Pump Chain Hoist & Frame $27,500.00 $27,500.00 10 1 EA Valve Vault Structure $18,000.00 $18,000.00 11 1 LS Site Electrical $50,000.00 $50,000.00 12 1 LS Running 3-phase power to LS site $46,000.00 $46,000.00 13 1 LS Generator and Appurtenances $200,000.00 $200,000.00 14 1 LS SCADA Connection (By City, $7,500 in 2017$) $8,195.45 $8,195.45 15 350 SY Concrete Paving $75.00 $26,250.00 16 500 SY Gravel Paving $10.00 $5,000.00 17 1 LS Lift Station Site Work (incl. fencing) $15,000.00 $15,000.00 18 1 LS Trench Excavation & Safety $25,000.00 $25,000.00 19 120 LF 8" Class 350 DI Discharge Piping $50.00 $6,000.00 20 4600 LF 10" PVC Force Main $45.00 $207,000.00 21 170 LF 10" DI Force Main $225.00 $38,250.00 22 4000 LB Ductile Iron Fittings $11.00 $44,000.00 23 80 LF 20" Steel Encasement by Open Cut $250.00 $20,000.00 24 55 LF 20" Bored Steel Encasement $500.00 $27,500.00 25 7 EA Tracer Wire Port $750.00 $5,250.00 26 11 EA Sewer Line Marker $500.00 $5,500.00 27 3 EA Air Release Valve Assembly $6,000.00 $18,000.00 28 1 EA Water Meter & Backflow Assembly $1,500.00 $1,500.00 29 1 EA Yard Hydrant $750.00 $750.00 30 1 LS Coordination/Work Involving 20" Gas Transmission Line $50,000.00 $50,000.00 31 80 LF 20" Heavy Wall PVC Encasement $200.00 $16,000.00 32 20 LF Class 7 Aggregate Base Course backfill $25.00 $500.00 33 1 LS Site Restoration along Force Main (Seed & Watering) $5,000.00 $5,000.00 34 300 LF 5' Sidewalk $35.00 $10,500.00 35 1 LS Remove & Dispose Ex. Concrete Cap at WWTF $10,000.00 $10,000.00 36 1 EA 10" Flow Meter at WWTF (including SCADA connection) $15,000.00 $15,000.00 37 1 LS Connect to Existing WWTF Influent Line $75,000.00 $75,000.00 38 1 LS Erosion Control $15,000.00 $15,000.00 39 1 LS Mobilization $20,000.00 $20,000.00 40 1 LS WWTF Site Restoration $10,000.00 $10,000.00 41 1 LS Standard Arkansas Performance & Payment Bond $30,000.00 $30,000.00 42 1 LS Two -Year Maintenance Bond $30,000.001 $30,000.00 43 1000 CY Rock Excavation (Expected at 4') $250.00 $250,000.00 Subtotal Contingency (5%) Engineering (8%) Construction Engineering & Observation (4%) TOTAL Engineer's Conceptual Estimate 1686 gpm Total Basin Design Flow Rate 198 gpm Towne West, Phases I-IV 55 gpm Rupple Road Multifamily 1433 gpm City Responsibility, LS and Force Main Note: Item 1B not included, shown only for reference to Item 1A. $2,119, 245.45 $105,962.27 $169,539.64 $84,769.82 $2,479,517.18 100.00% $2,479,517.18 11.74% $291,188.85 3.26% $80,885.79 84.99% $2,107,442.54 Exhibit B - Rupple Road Regional LS Cost Estimate Item App. Qty Unit Item Description Unit Price Total Amount 1 300 CY Reinforced Wetwell Concrete $925.00 $277,500.00 1A 300 CY Xypex Concrete Admixture $28.50 $8,550.00 18 3000 SF Wetweii Coating System (Raven 405 or Warren S301 $14.75 $44,250.00 2 1 LS Standard Excavation for Wetwell (not including rock) $92,500.00 $92,500.00 3 1 LS Dewatering for Wetwell $75,000.00 $75,000.00 4 2 EA Pumps & Control Panel $140,000.00 $280,000.00 5 5 EA 10" Gate Valve $4,000.00 $20,000.00 6 2 EA 8" Gate Valve $5,000.00 $10,000.00 7 2 EA 8" Air Release Valve $5,000.00 $10,000.00 8 2 EA 8" Swing Check Valve $7,000.00 $14,000.00 9 1 LS Pump Chain Hoist & Frame $27,500.00 $27,500.00 10 1 EA Valve Vault Structure $18,000.00 $18,000.00 11 1 LS Site Electrical $50,000.00 $50,000.00 12 1 LS Running 3-phase power to LS site $46,000.00 $46,000.00 13 1 LS Generator and Appurtenances $200,000.00 $200,000.00 14 1 LS SCADA Connection (By City, $7,500 in 2017$) $8,195.45 $8,195.45 15 350 SY Concrete Paving $75.00 $26,250.00 16 500 SY Gravel Paving $10.00 $5,000.00 17 1 LS Lift Station Site Work (incl. fencing) $15,000.00 $15,000.00 18 1 LS Trench Excavation & Safety $25,000.00 $25,000.00 19 120 LF 8" Class 350 DI Discharge Piping $50.00 $6,000.00 20 4600 LF 10" PVC Force Main $45.00 $207,000.00 21 170 LF 10" DI Force Main $225.00 $38,250.00 22 4000 LB Ductile Iron Fittings $11.00 $44,000.00 23 80 LF 20" Steel Encasement by Open Cut $250.00 $20,000.00 24 55 LF 20" Bored Steel Encasement $500.00 $27,500.00 25 7 EA Tracer Wire Port $750.00 $5,250.00 26 11 EA Sewer Line Marker $500.00 $5,500.00 27 3 EA Air Release Valve Assembly $6,000.00 $18,000.00 28 1 EA Water Meter & Backflow Assembly $1,500.00 $1,500.00 29 1 EA Yard Hydrant $750.00 $750.00 30 1 LS Coordination/Work Involving 20" Gas Transmission LI $50,000.00 $50,000.00 31 80 LF 20" Heavy Wall PVC Encasement $200.00 $16,000.00 32 20 LF Class 7 Aggregate Base Course backfill $25.00 $500.00 33 1 LS Site Restoration along Force Main (Seed & Watering $5,000.00 $5,000.00 34 300 LF 5' Sidewalk $35.00 $10,500.00 35 1 LS Remove & Dispose Ex. Concrete Cap at WWTF $10,000.00 $10,000.00 36 1 EA 10" Flow Meter at WWTF (including SCADA connectic $15,000.00 $15,000.00 37 1 LS Connect to Existing WWTF Influent Line $75,000.00 $75,000.00 38 1 LS Erosion Control $15,000.00 $15,000.00 39 1 LS Mobilization $20,000.00 $20,000.00 40 1 LS WWTF Site Restoration $10,000.00 $10,000.00 41 1 LS Standard Arkansas Performance & Payment Bond $30,000.00 $30,000.00 42 1 LS Two -Year Maintenance Bond $30,000.00 $30,000.00 43 1000 CY Rock Excavation (Expected at 4') $250.00 $250,000.00 Subtotal $2,119,245.45 Contingency (5%) $105,962.27 Total $2,225,207.72 LSI ENGiNE£R- SERVICES INC. Exhibit C - Gravity Sewer Price List Gravity Sewer Participation Rupple Road Regional Lift Station Towne West Item No. Unit Item Description Unit Price 1 EA 4' Manhole (0-6' Depth) $ 4,000.00 2 VF 4' Manholes, Extra Depth $ 250.00 3 EA Epoxy Lining for Manholes $ 1,000.00 4 1 EA Manhole Drop Connection $ 750.00 5 LF 15" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 100.00 6 LF 12" PVC SDR -26 Gravity Sewer 0-6' Deep $ 90.00 7 LF 12" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 95.00 8 LF 12" PVC SDR -26 Gravity Sewer 8-10' Deep $ 100.00 9 LF 10" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 75.00 10 LF 10" PVC SDR -26 Gravity Sewer 6-8' Deep $ 80.00 11 LF 10" PVC SDR -26 Gravity Sewer (8-10' Deep) $ 85.00 12 LF 8" PVC SDR -26 Gravity Sewer 0-6' Deep $ 65.00 13 LF 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 14 LF 8" PVC SDR -26 Gravity Sewer 8-10' Deep $ 75.00 15 EA 15" x 4" Service Wye $ 500.00 16 EA 12" x 4" Service Wye $ 400.00 17 EA 10" x 4" Service Wye $ 350.00 18 EA 8" x 4" Service Wye $ 300.00 19 CY Rock Excavation $ 250.00 20 LF Class 7 Aggregate Base Course $ 25.00 21 LF 30" Steel Encasement $ 250.00 22 LF 24" Steel Encasement $ 225.00 23 LF 20" Steel Encasement $ 200.00 24 LF 16" Steel Encasement $ 150.00 * Rock expected at 4' LSI ENGiNE£R . SERVICES INC. Exhibit D - Gravity Sewer Participation Cost Estimate As Designed W/ No Participation I Developer Responsibility I City Responsibility Description Price Qty Unit Total Qty Unit Total Difference Interceptor 1 4' Manhole (0-6' Depth) $ 4,000.00 12 EA $ 48,000.00 11 EA $ 44,000.00 $ 4,000.00 4' Manholes, Extra Depth $ 250.00 34.3 VF $ 8,575.00 33.6 VF $ 8,400.00 $ 175.00 Epoxy Lining for Manholes $ 1,000.00 4 EA $ 4,000.00 0 EA $ - $ 4,000.00 Manhole Drop Connection $ 750.00 4 EA $ 3,000.00 0 EA $ - $ 3,000.00 15" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 100.00 810 VF $ 81,000.00 0 VF $ - $ 81,000.00 12" PVC SDR -26 Gravity Sewer 0-6' Deep $ 90.00 120 LF $ 10,800.00 0 LF $ - $ 10,800.00 12" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 95.00 370 LF $ 35,150.00 0 LF $ - $ 35,150.00 12" PVC SDR -26 Gravity Sewer 8-10' Deep $ 100.00 LF $ - 0 LF $ - $ - 10" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 75.00 LF $ - 0 LF $ - $ - 10" PVC SDR -26 Gravity Sewer 6-8' Deep $ 80.00 390 LF $ 31,200.00 800 LF $ 64,000.00 $ 32,800.00 10" PVC SDR -26 Gravity Sewer (8-10' Deep) $ 85.00 420 LF $ 35,700.00 0 LF $ - $ 35,700.00 8" PVC SDR -26 Gravity Sewer 0-6' Deep $ 65.00 20 LF $ 1,300.00 0 LF $ - $ 1,300.00 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 140 LF $ 9,800.00 1090 LF $ 76,300.00 $ (66,500.00) 8" PVC SDR -26 Gravity Sewer 8-10' Deep $ 75.00 0 LF $ - 380 LF $ 28,500.00 $ 28,500.00 15" x 4" Service Wye $ 500.00 28 EA $ 14,000.00 0 EA $ - $ 14,000.00 12" x 4" Service Wye $ 400.00 5 EA $ 2,000.00 0 EA $ - $ 2,000.00 10" x 4" Service Wye $ 350.00 12 EA $ 4,200.00 28 EA $ 9,800.00 $ (5,600.00) 8" x 4" Service Wye $ 300.00 0 EA $ - 17 EA $ 5,100.00 $ 5,100.00 Rock Excavation $ 250.00 960 CY $ 240,000.00 890 CY $ 222,500.00 $ 17,500.00 30" Steel Encasement $ 250.00 30 LF $ 7,500.00 0 LF $ - $ 7,500.00 24" Steel Encasement $ 225.00 25 LF $ 5,625.00 0 LF $ - $ 5,625.00 20" Steel Encasement $ 200.00 0 LF $ - 21 LF $ 4,200.00 $ 4,200.00 16" Steel Encasement $ 150.00 0 LF $ - 15 LF $ 2,250.00 $ (2,250.00) Class 7 Aggregate Base Course 1 $ 25.00 1 2461 LF $ 6,150.00 1 2461 LF 1 $ 6,150.00 1 $ - Interceptor 2 4' Manhole 0-6' Depth $ 4,000.00 11 EA $ 44,000.00 11 EA $ 44,000.00 $ - 4' Manholes, Extra Depth $ 250.00 14.7 VF $ 3,675.00 13.4 VF $ 3,350.00 $ 325.00 Manhole Drop Connection $ 750.00 1 EA $ 750.00 0 EA $ - $ 750.00 10" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 75.00 0 LF $ - 0 LF $ - $ - 10" PVC SDR -26 Gravity Sewer 6-8' Deep $ 80.00 480 LF $ 38,400.00 0 LF $ - $ 38,400.00 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 480 LF $ 31,200.00 1330 LF $ 86,450.00 $ (55,250.00) 8" PVC SDR -26 Gravity Sewer 6-8' Deep $ 70.00 840 LF $ 58,800.00 610 LF $ 42,700.00 $ 16,100.00 8" PVC SDR -26 Gravity Sewer (8-10' Deep) $ 75.00 120 LF $ 9,000.00 0 LF $ - $ 9,000.00 16" Steel Encasement $ 150.00 15 LF $ 2,250.00 0 LF $ - $ 2,250.00 10" x 4" Service Wye $ 350.00 20 EA $ 7,000.00 0 EA $ - $ 7,000.00 8" x 4" Service Wye $ 300.00 31 EA $ 9,300.00 51 EA $ 15,300.00 $ 6,000.00 Rock Excavation $ 250.00 670 CY $ 167,500.00 350 CY $ 87,500.00 $ 80,000.00 Class 7 Aggregate Base Course $ 25.00 901 LF $ 22,525.00 901 LF $ 22,525.00 $ - Interceptor 3 4' Manhole (0-6' Depth) $ 4,000.00 1 10 EA 1 $ 40,000.00 10 EA 1 $ 40,000.00 1 $ - 4' Manholes, Extra Depth $ 250.00 1 13.9 VF 1 $ 3,475.00 16.1 JVF 1 $ 4,025.00 1 $ (550.00) Manhole Drop Connection $ 750.00 1 31 EA 1 $ 2,250.00 0 EA 1 $ - 1 $ 2,250.00 Rupple Road Regional Lift Station Towne West Exhibit D Page D1 of D5 LSI ENGiNE£R . SERVICES INC. As Designed W/ No Participation I Developer Responsibility I City Responsibility Description Qty Unit Total Qty Unit Total Difference 10" PVC SDR -26 Gravity Sewer 0-6' Deep $ 75.00 180 LF $ 13,500.00 0 LF $ - $ 13,500.00 10" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 80.00 300 LF $ 24,000.00 0 LF $ - $ 24,000.00 8" PVC SDR -26 Gravity Sewer 0-6' Deep $ 65.00 0 LF $ - 360 LF $ 23,400.00 $ 23,400.00 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 380 LF $ 26,600.00 1330 LF $ 93,100.00 $ (66,500.00) 8" PVC SDR -26 Gravity Sewer 8-10' Deep $ 75.00 1490 LF $ 111,750.00 660 LF $ 49,500.00 $ 62,250.00 16" Steel Encasement $ 150.00 26 LF $ 3,900.00 0 LF $ - $ 3,900.00 8" x 4" Service Wye $ 300.00 36 EA $ 10,800.00 36 EA $ 10,800.00 $ - Rock Excavation $ 250.00 1140 CY $ 285,000.00 885 CY $ 221,250.00 $ 63,750.00 Class 7 Aggregate Base Course 1 $ 25.00 1 1651 LF 1 $ 4,125.00 1 1651 LF 1 $ 4,125.00 1 $ - Lateral 4 4' Manhole 0-6' Depth $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ - 4' Manholes, Extra Depth $ 250.00 0.8 VF $ 200.00 0 VF $ - $ 200.00 8" PVC SDR -26 Gravity Sewer 0-6' Deep $ 65.00 143 LF $ 9,295.00 143 LF $ 9,295.00 $ - Rock Excavation $ 250.00 20 CY $ 5,000.00 10 CY $ 2,500.00 $ 2,500.00 Class 7 Aggregate Base Course $ 25.00 1 311 LF $ 775.00 31 LF $ 775.00 $ - Lateral 5 4' Manhole 0-6' Depth $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ - 4' Manholes, Extra Depth $ 250.00 1 VF $ 250.00 1.3 VF $ 325.00 $ (75.00) 8" PVC SDR -26 Gravity Sewer 0-6' Deep $ 65.00 25 LF $ 1,625.00 25 LF $ 1,625.00 $ - 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 136 LF $ 9,520.00 136 LF $ 9,520.00 $ - Rock Excavation $ 250.00 471 CY 1 $ 11,750.00 471 CY 11$ 11,750.00 1 $ - Class 7 Aggregate Base Course $ 25.00 281 LF 1 $ 700.00 281 LF 1 $ 700.00 1 $ - 16" Steel Encasement $ 150.00 311 LF 1 $ 4,650.00 201 LF 1 $ 3,000.00 1 $ 1,650.00 Lateral 6 4' Manhole (0-6' Depth) $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ - 4' Manholes, Extra Depth $ 250.00 2.2 VF $ 550.00 0 VF $ - $ 550.00 8" PVC SDR -26 Gravity Sewer 0-6' Deep $ 65.00 0 LF $ - 174 LF $ 11,310.00 $ 11,310.00 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 174 LF $ 12,180.00 0 LF $ - $ 12,180.00 8" x 4" Service Wye 1 $ 300.00 1 51 EA $ 1,500.00 5 EA $ 1,500.00 $ - Rock Excavation $ 250.00 80 CY $ 20,000.00 20 CY 1 $ 5,000.00 1 $ 15,000.00 Lateral 7 4' Manhole (0-6' Depth) $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ - 4' Manholes, Extra Depth $ 250.00 3.1 VF $ 775.00 3.1 EA $ 775.00 $ - 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 50 LF $ 3,250.00 50 EA $ 3,250.00 $ - 8" PVC SDR -26 Gravity Sewer 6-8' Deep $ 70.00 90 LF $ 6,300.00 90 LF $ 63300.00 $ - 8" PVC SDR -26 Gravity Sewer (8-10' Deep) $ 75.00 60 LF $ 4,500.00 60 LF $ 4,500.00 $ - 8" x 4" Service Wye $ 300.00 4 EA $ 13200.00 4 EA $ 13200.00 $ - Rock Excavation $ 250.00 75 CY $ 18,750.00 75 CY $ 18,750.00 $ - Class 7 Aggregate Base Course 1 $ 25.00 1 301 LF $ 750.00 1 301 LF 1 $ 750.00 1 $ - Lateral 8 4' Manhole 0-6' Depth $ 43000.00 1 EA $ 4,000.00 1 EA $ 43000.00 $ - 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 277 LF $ 18,005.00 277 EA $ 18,005.00 $ - 8" x 4" Service Wye $ 300.00 9 EA $ 2,700.00 9 EA $ 23700.00 $ - Rock Excavation $ 250.00 25 CY $ 6,250.00 25 CY $ 6,250.00 $ - Lateral 9 4' Manhole (0-6' Depth) 1 $ 4,000.00 1 31 EA 1 $ 12,000.00 1 31 EA 1 $ 12,000.00 1 $ - Rupple Road Regional Lift Station Towne West Exhibit D Page D2 of D5 LSI ENGiNE£R . SERVICES INC. As Designed W/ No Participation I Developer Responsibility I City Responsibility Description Qty Unit Total Qty Unit Total Difference 4' Manholes, Extra Depth $ 250.00 7.2 VF $ 1,800.00 7.2 VF $ 1,800.00 $ - 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 120 LF $ 7,800.00 120 LF $ 7,800.00 $ - 8" PVC SDR -26 Gravity Sewer 6-8' Deep $ 70.00 360 LF $ 25,200.00 360 LF $ 25,200.00 $ - 8" PVC SDR -26 Gravity Sewer (8-10' Deep) $ 75.00 365 LF $ 27,375.00 365 LF $ 27,375.00 $ - 8" x 4" Service Wye $ 300.00 21 EA $ 6,300.00 21 EA $ 6,300.00 $ - Rock Excavation $ 250.00 350 CY $ 87,500.00 350 CY $ 87,500.00 $ - Class 7 Aggregate Base Course $ 25.00 52 LF $ 1,300.00 52 CY $ 1,300.00 $ - 16" Steel Encasement $ 150.00 20 LF $ 3,000.00 20 LF $ 3,000.00 $ - Lateral 10 4' Manhole (0-6' Depth) $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ - 8" PVC SDR -26 Gravity Sewer 0-6' Deep $ 65.00 55 LF $ 3,575.00 55 LF $ 3,575.00 $ - 8" x 4" Service Wye $ 300.00 1 EA $ 300.00 1 EA $ 300.00 $ - Rock Excavation 1 $ 250.00 1 81 CY 1 $ 2,000.00 1 81 CY 1 $ 2,000.00 1 $ - Lateral 11 4' Manhole (0-6' Depth) $ 4,000.00 2 EA $ 8,000.00 2 EA $ 8,000.00 $ - 4' Manholes, Extra Depth $ 250.00 4.1 VF $ 1,025.00 2.9 VF $ 725.00 $ 300.00 8" PVC SDR -26 Gravity Sewer 0-6' Deep $ 65.00 160 LF $ 10,400.00 200 LF $ 13,000.00 $ 2,600.00 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 40 LF $ 2,800.00 0 LF $ - $ 2,800.00 Rock Excavation $ 250.00 60 CY 1 $ 15,000.00 1 151 CY 1 $ 3,750.00 $ 11,250.00 Class 7 Aggregate Base Course $ 25.00 81 LF $ 2,025.00 811 LF 1 $ 2,025.00 $ - 16" Steel Encasement $ 150.00 18 LF $ 2,700.00 181 LF 1 $ 2,700.00 $ - Lateral 12 4' Manhole (0-6' Depth) $ 4,000.00 2 EA $ 8,000.00 2 EA $ 8,000.00 $ - 4' Manholes, Extra Depth $ 250.00 2.9 VF $ 725.00 0.2 VF $ 50.00 $ 675.00 8" PVC SDR -26 Gravity Sewer 0-6' Deep $ 65.00 310 LF $ 20,150.00 350 LF $ 22,750.00 $ 2,600.00 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 40 LF $ 2,800.00 0 LF $ - $ 2,800.00 8" x 4" Service Wye $ 300.00 14 EA $ 4,200.00 14 EA $ 4,200.00 $ - Rock Excavation $ 250.00 65 CY $ 16,250.00 0 CY $ - $ 16,250.00 Class 7 Aggregate Base Course $ 25.00 350 LF $ 8,750.00 350 LF $ 8,750.00 $ - 16" Steel Encasement $ 150.00 44 LF $ 6,600.00 44 LF $ 6,600.00 $ - Lateral 13 Not Used Lateral 14 4' Manhole (0-6' Depth) $ 4,000.00 4 EA $ 16,000.00 4 EA $ 16,000.00 $ - 4' Manholes, Extra Depth $ 250.00 3.3 VF $ 825.00 0 VF $ - $ 825.00 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 330 LF $ 21,450.00 570 LF $ 37,050.00 $ (15,600.00) 8" PVC SDR -26 Gravity Sewer 6-8' Deep $ 70.00 520 LF $ 36,400.00 520 LF $ 36,400.00 $ - 8" PVC SDR -26 Gravity Sewer (8-10' Deep) $ 75.00 240 LF $ 18,000.00 0 LF $ - $ 18,000.00 8" x 4" Service Wye $ 300.00 24 EA $ 7,200.00 24 EA $ 7,200.00 $ - Rock Excavation $ 250.00 590 CY $ 147,500.00 240 CY $ 60,000.00 $ 87,500.00 Class 7 Aggregate Base Course $ 25.00 68 LF$ 1,700.00 68 LF $ 1,700.00 $ - 16" Steel Encasement $ 150.00 0 LF $ - 201 LF 1 $ 3,000.00 1 $ (3,000.00) Lateral 15 4' Manhole (0-6' Depth) $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ - 4' Manholes, Extra Depth $ 250.00 0.9 VF $ 225.00 0 VF $ - $ 225.00 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 0 LF $ - 85 LF $ 5,525.00 $ (5,525.00) Rupple Road Regional Lift Station Towne West Exhibit D Page D3 of D5 LSI ENGiNE£R . SERVICES INC. As Designed W/ No Participation I Developer Responsibility I City Responsibility Description I Qty I Unit I Total I Qty I Unit I Total Difference 8" PVC SDR -26 Gravity Sewer 6-8' Deep $ 70.00 1 85 LF 1 $ 5,950.00 1 0 LF 1 $ - $ 5,950.00 Rock Excavation $ 250.00 1 301 CY 1 $ 7,500.00 1 0 CY I $ - $ 7,500.00 Lateral 16 4' Manhole (0-6' Depth) $ 4,000.00 2 EA $ 8,000.00 2 EA $ 8,000.00 $ - 4' Manholes, Extra Depth $ 250.00 2.8 VF $ 700.00 2.8 VF $ 700.00 $ - 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 120 LF $ 7,800.00 120 LF $ 7,800.00 $ - 8" PVC SDR -26 Gravity Sewer 6-8' Deep $ 70.00 207 LF $ 14,490.00 207 LF $ 14,490.00 $ - 8" x 4" Service Wye $ 300.00 18 EA $ 5,400.00 18 EA $ 5,400.00 $ - Rock Excavation $ 250.00 140 CY $ 35,000.00 140 CY $ 35,000.00 $ - Class 7 Aggregate Base Course $ 25.00 627 LF $ 15,675.00 627 LF $ 15,675.00 $ - Lateral 17 4' Manhole (0-6' Depth) $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ - 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 78 LF $ 5,070.00 78 LF $ 5,070.00 $ - 8" x 4" Service Wye $ 300.00 3 EA $ 900.00 3 EA $ 900.00 $ - Rock Excavation $ 250.00 14 CY $ 3,500.00 14 CY $ 3,500.00 $ - Lateral 18 4' Manhole (0-6' Depth) $ 4,000.00 2 EA $ 8,000.00 2 EA $ 8,000.00 $ - 4' Manholes, Extra Depth $ 250.00 1.2 VF $ 300.00 0 VF $ - $ 300.00 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 59 LF $ 3,835.00 420 LF $ 27,300.00 $ (23,465.00) 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 361 LF $ 25,270.00 0 LF $ - $ 25,270.00 8" x 4" Service Wye $ 300.00 11 EA $ 3,300.00 11 EA $ 3,300.00 $ - Rock Excavation $ 250.00 142 CY $ 35,500.00 22 CY $ 5,500.00 $ 30,000.00 16" Steel Encasement $ 150.00 0 LF $ - 20 LF $ 3,000.00 $ (3,000.00) Class 7 Aggregate Base Course $ 25.00 38 LF $ 950.00 38 LF $ 950.00 $ - Lateral 19 4' Manhole (0-6' Depth) $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ - 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 40 LF $ 2,600.00 128 LF $ 8,320.00 $ (5,720.00) 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 88 LF $ 6,160.00 0 LF $ - $ 6,160.00 8" x 4" Service Wye $ 300.00 3 EA $ 900.00 3 EA $ 900.00 $ - Rock Excavation $ 250.00 33 CY $ 81250.00 20 CY $ 5,000.00 $ 3,250.00 16" Steel Encasement I $ 150.00 1 0 LF 1 $ - 201 LF 1 $ 3,000.00 $ (3,000.00) Class 7 Aggregate Base Course $ 25.00 311 LF $ 775.00 311 LF $ 775.00 $ - Lateral 20 4' Manhole (0-6' Depth) $ 4,000.00 2 EA $ 8,000.00 2 EA $ 8,000.00 $ - 4' Manholes, Extra Depth $ 250.00 0.1 VF $ 25.00 0.1 VF $ 25.00 $ - 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 200 LF $ 13,000.00 0 LF $ - $ 13,000.00 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 40 LF $ 2,800.00 569 LF $ 39,830.00 $ (37,030.00) 8" PVC SDR -26 Gravity Sewer (8-10' Deep) $ 75.00 369 LF $ 27,675.00 40 LF $ 3,000.00 $ 24,675.00 8" x 4" Service Wye $ 300.00 17 EA $ 5,100.00 17 EA $ 5,100.00 $ - Rock Excavation $ 250.00 340 CY $ 85,000.00 235 CY $ 58,750.00 $ 26,250.00 Class 7 Aggregate Base Course $ 25.00 92 LF $ 2,300.00 92 LF $ 2,300.00 $ - Lateral 21 4' Manhole (0-6' Depth) $ 4,000.00 11 EA $ 4,000.00 11 EA $ 4,000.00 $ - 8" PVC SDR -26 Gravity Sewer (0-6' Deep) 1 $ 65.00 3601 LF 1 $ 23,400.00 1 3601 LF 1 $ 23,400.00 1 $ - Rupple Road Regional Lift Station Towne West Exhibit D Page D4 of D5 LSI ENGiNE£R . SERVICES INC. As Designed W/ No Participation I Developer Responsibility I City Responsibility Description Qty Unit Total Qty Unit Total Difference 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 40 LF $ 2,800.00 40 LF $ 2,800.00 $ - 8" x 4" Service Wye $ 300.00 13 EA $ 3,900.00 13 EA $ 3,900.00 $ - Rock Excavation $ 250.00 10 CY $ 2,500.00 10 CY $ 2,500.00 $ Lateral 22 4' Manhole (0-6' Depth) $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ - 4' Manholes, Extra Depth $ 250.00 1.8 VF $ 450.00 0 VF $ - $ 450.00 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 280 LF $ 18,200.00 280 LF $ 18,200.00 $ - 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 120 LF $ 8,400.00 120 LF $ 8,400.00 $ - 8" x 4" Service Wye 1 $ 300.00 1 131 EA 1 $ 3,900.00 1 131 EA 1 $ 3,900.00 1 $ - Rock Excavation 1 $ 250.00 1 451 CY 1 $ 11,250.00 1 451 CY 1 $ 11,250.00 1 $ Lateral 23 4' Manhole (0-6' Depth) $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ - 4' Manholes, Extra Depth $ 250.00 2.9 VF $ 725.00 2.9 VF $ 725.00 $ - 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 210 LF $ 13,650.00 210 LF $ 13,650.00 $ - 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 190 LF $ 13,300.00 190 LF $ 13,300.00 $ - 8" x 4" Service Wye $ 300.00 13 EA $ 3,900.00 13 EA $ 3,900.00 $ - Rock Excavation 1 $ 250.00 1 971 CY 1 $ 24,250.00 1 971 CY 1 $ 24,250.00 1 $ Lateral 24 4' Manhole (0-6' Depth) $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ - 4' Manholes, Extra Depth $ 250.00 1.9 VF $ 475.00 1.9 VF $ 475.00 $ - 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 100 LF $ 6,500.00 100 LF $ 6,500.00 $ - 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 58 LF $ 4,060.00 58 LF $ 4,060.00 $ - 8" x 4" Service Wye $ 300.00 1 EA $ 300.00 1 EA $ 300.00 $ - Rock Excavation $ 250.00 38 CY $ 9,500.00 38 CY $ 9,500.00 $ - 16" Steel Encasement $ 150.00 14 LF $ 2,100.00 14 LF $ 2,100.00 $ - Class 7 Aggregate Base Course $ 25.00 37 LF $ 925.00 37 LF $ 925.00 $ Lateral 25 4' Manhole (0-6' Depth) $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ - 4' Manholes, Extra Depth $ 250.00 6.5 VF $ 1,625.00 5.2 VF $ 1,300.00 $ 325.00 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 0 LF $ - 200 LF $ 13,000.00 $ (13,000.00) 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 200 LF $ 14,000.00 0 LF $ - $ 14,000.00 8" x 4" Service Wye $ 300.00 4 EA $ 1,200.00 4 EA $ 1,200.00 $ - Rock Excavation $ 250.00 1 551 CY 1 $ 13,750.00 1 251 CY 1 $ 6,250.00 $ 7,500.00 16" Steel Encasement $ 150.00 1 0 LF 1 $ - 1 201 LF 1 $ 3,000.00 $ (3,000.00) Class 7 Aggregate Base Course $ 25.00 1 281 LF 1 $ 700.00 1 281 LF 1 $ 700.00 $ Lateral 26 4' Manhole (0-6' Depth) $ 4,000.00 1 EA $ 4,000.00 1 EA $ 4,000.00 $ - 4' Manholes, Extra Depth $ 250.00 5 VF $ 1,250.00 4.3 VF $ 1,075.00 $ 175.00 8" PVC SDR -26 Gravity Sewer (0-6' Deep) $ 65.00 0 LF $ - 30 LF $ 1,950.00 $ (1,950.00) 8" PVC SDR -26 Gravity Sewer (6-8' Deep) $ 70.00 200 LF $ 14,000.00 170 LF $ 11,900.00 $ 2,100.00 8" x 4" Service Wye $ 300.00 4 EA $ 1,200.00 4 EA $ 1,200.00 $ - Rock Excavation $ 250.00 75 CY $ 18,750.00 60 CY $ 15,000.00 $ 3,750.00 16" Steel Encasement $ 150.00 0 LF $ - 20 LF $ 3,000.00 $ (3,000.00) Class 7 Aggregate Base Course $ 25.00 28 LF $ 700.00 28 LF $ 700.00 $ - Rupple Road Regional Lift Station Towne West Exhibit D Page D5 of D5 .......... ............... . PROJECT LOCATION 469 L ui -j a: D Proposed Lift Station Fc-a=-Ardtr- yx W 8 q n W C D" d. PC jt Car: L4 V %V AI ,cito st VICINITY MAP (MASTER STREET PLA�j N.T.S. r r r f f 1:T- �, SEYWE7PR4MF SANCTUARY F m a t W vaLAGES Ce SLOAWBROOx IPROAOSEOUIGT RSJ -FT -mom- � I t — — — — — — — -IT — — 10000 --1— 000001 _ i I � 1 + ooe i 000, TOTAL SEWERSHED AREA 415 ACRES SCALE; 1'=300' DATFr Nov 25. 2019 1 1 I l i 1 1 J A I 1 4 Aw' • --------------- --- ____---- ____fes-- _- II ry , I 1 , V , Ilk ,w�� • V 1 ,•I � I 1 1 1 1 765-T92O1-030 , CITY OF FAYETTEMLLE 1 759-16269-104 RACRWOOO HOMES LLC - sQn N PLAINIAEW AVE. FAYETTEVILLE.AR 72703 ZONING: NC It I '1 r f 795Y223f15-500 + JOMAN• JOHN & REBA P REVOCABLE TRUST I- S HROYLES AVE. FAYETIEVILLE. AR 72704 ZONING NC 0 765-22366-600 JORDAN, JOHN k REBA P REVOCABLE TRUST 156 5 BROYLES AVE FAYETTEV,LLE. AR 72764 ZONING NC PROPOSED JTll nE EASEMENT TO BE AC- Imo^ 113 W N9VINTA[N ST. Is V,VI y FAYETTEMLLE, AR 72701 Z9HINC: RA , V - VICINITY MAP {MASTER STREET PLANT i5 ' - Y t �t \ 1 I' 1 � I I I \ o a S 755 -16201 -WO V } Ir ! R- CITY OF FAYETTEYI6LE 1 V Zr W MOUNTAIN ST, 1 I 785-22356-600 ,q1, 1 FAYETTEVILLE, AR 72701 1. 1� JORDAN, "N & KEA P REVOCABLE TRUST r ZONING: RA 1 Ii ISfl 5 BROYLES AVE. tl FAYETTENLLE, AR 72704 i ZONING: NC V l I i , 1 1 I 1 , + 1 Ifj I V 1 I I 1 ». -- « « ..1�..�..s..�..�..�..�...�..f.1 CtYYi7Yf1'SF '` y1 CITY-UMI9'S rA",FArCT0N 1 — 1 ' 1 i i i 1k 11 j I { 765--16271_400 11 WC COVES 14 LLC PO BOx 10560 FAYETIEMUF_ AR 72703 r _ l `� I I I I I I f 1 G7e►e�P ^-I 1� rx �G❑N nrse 4 � nova SCALE — 'o'. p tqn xoo• ton mm==� POA DETENTION POND (UNBUILDABLE) 100• -YEAR WSE- 1232.55 NORMAL WE - 1227.00 ENTIRE LOT f5 A DRAINAGE EASEMENT PROJECT LOCATION - U y I VICINITY MAP {MASTER STREET PLANT N.7.5. 785-22388-300 t RIVERWTIDO NOIRES LLC + 3429 N PLAINVIEW AVE FAYE TEVILLE, AR 72793 ZONING NC T65-16271-300 OuDECK LAND COMPANY LLC 11 Nj HUNTINST0N PL HEBER SPRINCS. AR 72543 170AW, NC .fir ZQa 0 - w ;,w 00 w Inns boa Zim a=� W= W' - Z1 L7 W I i I f ¢ I 1 I I I ZQa 0 - w ;,w 00 w Inns boa Zim a=� W= W' - Z1 L7 W I i I f ¢ I 1 i - Y I I I o a S � Ai - Ir ! s SCALE: 1'=200' ) I DATE: Nov 25, 2018 °. tl w.o- 18951 4 I , 1� w V F a V) c 3 0 �M N U � LL - I � / o CD I- LL- 0 -LL0 U D UJ C C/-) 0Q U m V cU) E o2 - CQ V) C 3 �F-- LL- V) c r� LL- V) ami Cn Lw ww QX c 3 o E 0 � O r7 � r LL - N O7 '> O q) cV 0 U O w X � �Ld Q 00 E O U C O U) U)e O a ----PL — I PL--- �L >� I 120.15' 120.15' — —PL— — — — —PL— — 0 30' 60' I I I I _ cy� I I I i 1- 30 m co 0 I I I I I I I I w I I I I I I Mo I I I 01-- C'4 m� I I I I CnQ I I Cn a', I , I uJ Q) Existing UTILITY EASEMENT I r co LL I I I ■ ■ zxis inCityJ0■is arce IIz 10 LL0U LL I W Parcel0� W O W JC/) I I I w3 I > z z I UW u- 0 I I 0U I j I Q I I I I I I m I I I I I I N ----J I I I I I � I I BUILDING 100 UTILITYI EASEMENT w I - / Existing Q I - / z z W I TCE O _O Lo '/ ~ I I Water a n w w PARCEL NO I o 1 I 765-15987-001x /� I z T , WILLIS I I� I Ln> I I i I ui W I PARCEL NO I >PARCELNO I EXIST 765-15986-000 a 765-15990-000 _ 1201--�' I TANK I w WEISS WEISS Ir ,,1'24" PINE �� I Q I R PROP SED R R 765-115962-000 I o 118'± i i� __ // 5" PINE, 0 / o I - r/ HATCHER i > 118'± a I / i I r _/Lu I / / ? PARCEL NO I Oz ° �' I 16" PINE 1 I 765-15988-000 I m CITY TANK SITE I I 0') o 18" ASH I > p L 100'± Of / / I > 7 — 5 6 0 J I I U) Of a � Q I / Cf) Z LuR > I I P I LEGEND Y W O 00 00 C\1 W / CLEARING AREA LIMITS 0 TCE c�i I TCE / ��'� 1 J I W ui— F- TCEa ' 0 J I / / I WEISS PROPERTY - APPROX. 0.20 ACRES > z I \ / WILLIS PROPERTY - APPROX. 0.32 ACRES W J J I I I W / � P / I TEMPORARY — / v / N�TANK W ' � / �,' I CONSTRUCTION = EASEMENT (TCE) U) Z) z TILITY , I I WEISS PROPERTY - APPROX. 1.33 ACRES > w �A MEN T �'' I I * - WILLIS PROPERTY - APPROX. 0.38 ACRES O � Q NEW ASPHALT DRIVE W (n PL----PL-----PLI I z z I I z Y I 1 i PROPOSED ACREAGE RECEIVED W/PROPERTY EXCHANGE: 0 R L I I I I 1 WILLIS - 0.72 ACRES J RL I I I I FAYETTEVILLE - 0.33 ACRES J i--�d----P�— W I NEW TANK PERIMETER FENCE Lu I I I EXISTING FENCE LL I I I I I I drawn by: JRM J I PROPERTY LINE checked by: WCH (h') a , I approved by: WCH I v I QA/QC by: WCH r project no.: 018-0032 I L —Id— — — — —ld-- — — —ld— I * - ACREAGE SHOWN ASSUMES PROPERTY drawing no.: FY374-C2.DWG I EXCHANGE BETWEEN CITY OF FAYETTEVILLE AND PARCEL NO � I I date: 00.00.00 MR. WILLIS PARCEL NO 765-15989-000 I I 765-15983-000I I SHEET MCELVEEN I McCLINTON I C2 I (1) w U) D F Q V) C O �J I-- M cV U � � C LL- , -10 L - /O Cn F-- CD I- O � C LL- O U L 4- W (n C Q 0 m U / O cn 4� cU) E N O O Q V) E C 3 �� r� V) . Cn Cn a� w aw 12 X o E 0 �o LL - N 0) '> O N cV P') O O w C X � ^-1 00 0 N PARCEL NO 765-15986-000 WEISS 118'± PARCEL NO 765-15983-000 McCLINTON PARCEL NO 765-15990-000 WEISS PARCEL NO 765-15989-000 MCELVEEN --PL-----PL---- -PL— I r I I I I I I I I I I I I I I I i r I I I I U r I I I I I v r I I I I I I I I I I I I I I I PARCEL NO 765-15962-000 HATCHER I I I I I I I I I I I r I - — Id— — — — —Id— — I —ld— I I I I I I I I I a � I I I I I � 0 30' 60' 1 " = 30' m z _O U U W 0 U Z O LU ry L Q w O [)fZ U z W Y W z > � 0 L^^.L D L.L LLJ LLJ > z W Q J J W 0- w 2 � U) Z) z U) LU 0 ry U) z 0 U) Nw 0. T- C) N LL U) J 0— O Z r O OU zz �LL � Ow �� LL (DU) EYE z WW> O I..V W m z _O U U W 0 U Z O LU ry L Q w O [)fZ U z W Y W z > � 0 L^^.L D L.L LLJ LLJ > z W Q J J W 0- w 2 � U) Z) z U) LU 0 ry U) z 0 U) Nw 0. T- C) N LL U) 0— Q W z Cn zz >Z EYE 0 Q W J _J W Q LL drawn by: JRM checked by: WCH approved by: WCH QA/QC by: WCH project no.: 018-0032 drawing no.: FY374-C2.DWG date: 00.00.00 SHEET C2 %r CITY OF FAYETTEVILLE ARKANSAS October 30, 2019 Ted A. & Roberta G. Willis 1060 E Township Street Fayetteville, AR 72703 RE Township Water Tank 765-15987.001 Revised Side Letter & Agreement Dear Mr. and Mrs. Willis: As we have discussed. (here is a small parcel on the south side of your property that would be a good location for a new tank and we are prepared to arrange a possible lot split and trade agreement with you. We are in receipt of your email of August 19, 2019 and have taken all your concerns into consideration. I have enclosed an updated drawing showing the proposed area of purchase for the new tank site. This drawing Includes acreages Of the Proposed temporary construction easements for access and take-down areas and shows you where we will be building a new driveway into your property. As shown in the exhibit, the new access driveway alignment shifts north sligh" A `flag' of property has been shown so that you would retain ownership of the automated gate and the driveway due north of the gate The drawing also Includes the art cages of the current tank site as well as the proposed, as well as the City of Fayetteville property to be delivered upon agreement. The City of Fayetteville has had the adjoining property appraised recently and based on that appraisal has determined that the value of the 0.33 acres deemed necessary for the new tank site is $28,750.00 Based on that same appraisal, the property owned by the City of Fayetteville and 0.72 acres, which we have offered to you is valued at $62,700.00. This puts the land swap in your favor for $33,950.00 Additionally, the value of the temporary construction easement which includes a clearing area of about 0 32 acres is $3,150.00. which Ne City will pay to you This offer till stands. Our original letter had mentioned paving the remainder of the drive which is approximately 7200 square feet. You have requested the City to pave all of the existing gravel driveway at the completion Xis project. At the current rate of $201SY, this will add approximately $27,200.00 to the contract. YOU have also requested $15,083.75 to upgrade your solar energy system. To be upfront, these Conditions have made the offer lopsided to a point where it is unlikely it will receive approval as It moves forward and throeg h the City Council. I will reiterate that the city will bear 50% of the financial burden for energy upgrades necessary t0 offset any disturbances t9 passive solar heating system m the house due to shadowslobstructions to sunlight, This will need to be determined by a V party These are not expected to occur To summarize the above, the City offers the land swap, the payment for a temporary easement to repave the driveway and pave the gravel driveway, and to pay half of any energy upgrades necessary due to shadows or obstructions caused by the location of the new tank should they occur. As stated earlier. the city will protect the larger trees on your property within the TCE and save as many as possible. This TCE will be revegetated and 2 -inch caliper trees will be planted in the wooded areas with the exact species and planting plan to be coordinated with yourself, elty utilities staff, and the City Urban Forestry staff at the City's expense. Top soil and sod will W placed in turf areas During construction, should you decide privacy fencing is necessary north of the new access driveway to the cell towers, the City will coordinate location with you and have the fencing installed as part of the project cost. This agreement as with all property agreementstsales involving city properties are subject to City Council approval. This will also require lot split approval. Mailing Address; 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville. AR 72701 A City Land Agent will be gglad to discuss this project and anyy concerns you may have associated with the oaeements and a ulsibon Please contac[ Holly Jones at {478) 444-3494 (hiongs*favedevdle-air ooY) or Brandi Samuels of (478) 444- 3421 (bsamuelsdDfayetteyill -ar -av), For enginaering qu��ltions or concerns, p ease contact Core Granderson, UUtilities Engineer a cdranderson fayetteyi I ar cov or Tim Nysnder, Utilities Director at tnvander®favettevillle-aroov. *mcov L' Ider o Utilities Director �] TN/hj DATE. 1�" - Enclosures City of Fayetteville Water & Sewer: 479-575-8386 JORGENSEN +ASSOCIATES v Civil Engineering + Surveying December 17, 2019 City of Fayetteville Water & Sewer Operations 2435 S Industrial Drive Fayetteville, AR 72701 Attn: Corey Granderson, PE RE: Goose Creek Sewer Cost Share Agreement Proposal 124 W Sunbridge Drive, Suite 5 Fayetteville, AR 72703 Office: 479.442.9127 Fax: 479.582.4807 www iorgensenassoc com As you know, we have been working on the residential development of 126 acres on the west side of Double Springs Road owned by Red Canyon LLC. This development, when fully built -out, will provide approximately 335 residential lots. To provide sewer service to this development, an offsite sewer approximately 1220' long will be constructed to the newer pump station on Double Springs Road. This development only requires an 8" sewer main to service this development at full build -out. However, this extension was analyzed in a future capacity study by the City of Fayetteville and shown to require a 15" sewer main to service future development in the area. We have created construction documents that have been reviewed by the City of Fayetteville and are in the final stages of the approval process. We received bids on the extension from three different contractors, who provided both the 8" extension bids and the alternate 15" extension bids. Those bids are included herewith. Gene Nicholas LLC was selected to be the contractor on this project. The difference between their 8" and 15" offsite sewer bids is $72,976.00. We are requesting the City of Fayetteville pay this difference to upsize the sewer extension to the requested 15" main. The City will not pay anything until the main is installed, tested and approved. The developer will pay the contractor and the City will reimburse their amount after completion of the line. The work on this line will not be started until the construction plans are approved by the City of Fayetteville and the Health Department. Your consideration of this cost share is greatly appreciated. Sincerely, — q/ Jared S. Inman, PE Page 1 of 1 SELECTED CONTRACTOR Gene Nicholas Unit Price Schedule for Goose Creek Village, Phase 1 8" Sanitary Sewer (Offsite Sewer) Alternate Bid uantity Unit Nater & Sewer Amount 1287 SWEETSER $42.00 $54,054.00 9 DECCO $5,100.00 Item # Description Quantity Unit Unit Price Amount Quantity Unit Unit Price Amount 1 8" Sanitary Sewerline (SDR -26 PVC) 1287 LF $54.50 $70,141.50 1287 LF $48.54 $62,470.9E 2 Manhole 9 EA $3,700.00 $33,300.00 9 EA $7,016.28 $63,146.5, 3 Clean & Test 1 L.S. $2,400.00 $2,400.00 1 L.S. $12,251.71 $12,251.7: 4 Bond 1 L.S. $3,700.00 $3,700.00 1 L.S. $5,649.27 $5,649.2; 5 Rock Excavation 375 CY $275.00 $103,125.00 375 CY $206.39 $77,396.2! 6 16" Steel Encasement 150 L. F. $140.00 $21,000.00 150 L. F. $164.60 $24,690.0( 7 Class 7 Backfill (@ Street Crossings) 250 Tons $24.00 $6,000.00 250 Tons $59.32 $14,830.0( 8 Open Cut/Repair Double Springs Rd (2 locations) 1 L.S. $28,000.00 $28,000.00 2 EA $6,652.68 $13,305.3( 9 Traffic Control 1 L.S. $10,000.00 $10,000.00 1 L.S. $4,817.32 $4,817.3, 10 Temporary Barbwire Fence (3 Strand) 900 L. F. $15.00 $13,500.00 900 L. F. $16.671 $15,003.0( 11 Construction Entrance (2 locations) 1 L.S. $4,200.00 $4,200.00 1 L.S. $6,876.84 $6,876.81 12 Rip Rap 100 Tons $75.00 $7,500.00 100 Tons $121.90 $12,190.0( 13 Erosion Control 1 L.S. $2,500.00 $2,500.00 1 L.S. $15,747.38 $15,747.3f 14 Complete Site Restoration (including hay/seed) 1 L.S. $4,500.00 $4,500.00 1 L.S. $29,232.65 $29,232.6` Total $309,866.501 Total $357,607.21 SELECTED CONTRACTOR Gene Nicholas Unit Price Schedule for Goose Creek Village, Phase 1 15" Sanitary Sewer (Offsite Sewer) Alternate Bid uantity Unit Water & Sewer Amount 1287 SWEETSER $42.00 $54,054.00 9 DECCO $5,100.00 Item # Description Quantity Unit Unit Price Amount Quantity Unit Unit Price Amount 1 15" Sanitary Sewerline (SDR -26 PVC) 1287 LF $68.00 $87,516.00 1287 LF $75.40 $97,039.8( 2 Manhole (4' Dia.Epoxy Coat Interior) 9 EA $4,500.00 $40,500.00 9 EA $9,859.80 $88,738.2( 3 Clean & Test 1 L.S. $2,400.00 $2,400.00 1 L.S. $17,152.53 $17,152.5- 4 Bond 1 L.S. $4,800.00 $4,800.00 1 L.S. $7,920.11 $7,920.1: 5 Rock Excavation 475 CY $275.00 $130,625.00 475 CY $207.08 $98,363.0( 6 30" Steel Encasement (0.375" thickness) 150 L. F. $400.00 $60,000.00 160 L. F. $330.31 $52,849.6( 7 Class 7 Backfill (@ Street Crossings) 300 Tons $24.00 $7,200.00 300 Tons $61.03 $18,309.0( 8 Open Cut/Repair Double Springs Rd (2 locations) 1 L.S. $28,000.00 $28,000.00 2 EA $9,410.69 $18,821.3f 9 Traffic Control 1 L.S. $10,000.00 $10,000.00 1 L.S. $6,423.15 $6,423.1! 10 Temporary Barbwire Fence (3 Strand) 900 L. F. $15.00 $13,500.00 900 L. F. $16.671 $15,003.0( 11 Construction Entrance (2 locations) 1 L.S. $4,200.00 $4,200.00 1 L.S. $6,876.89 $6,876.81 12 Rip Rap 100 Tons $75.00 $7,500.00 100 Tons $121.90 $12,190.0( 13 Erosion Control 1 L.S. $2,500.00 $2,500.00 1 L.S. $15,747.51 $15,747.5: 14 Complete Site Restoration (including hay/seed) 1 L.S. $4,500.001 $4,500.00 1 L.S. $29,232.88 $29,232.& Total I S403.241.001 Total 5484.667.0° SELECTED CONTRACTOR Gene Nicholas uantity Unit Unit Price Amount 1287 LF $42.00 $54,054.00 9 EA $5,100.00 $45,900.00 1 L.S. $4,500.00 $4,500.00 1 L.S. $3,500.00 $3,500.00 375 CY $200.00 $75,000.00 150 L. F. $150.00 $22,500.00 250 Tons $17.50 $4,375.00 1 L.S. $14,000.00 $14,000.00 1 L.S. $4,500.00 $4,500.00 900 L. F. $9.00 $8,100.00 1 L.S. $1,440.00 $1,440.00 100 Tons $45.00 $4,500.00 1 L.S. $4,500.00 $4,500.00 1 L.S. $7,500.00 $7,500.00 Total 1 $254,369.00 Gene Nichols uantity Unit Unit Price Amount 1287 LF $65.00 $83,655.00 9 EA $5,100.00 $45,900.00 1 L.S. $4,500.00 $4,500.00 1 L.S. $3,500.00 $3,500.00 475 CY $200.00 $95,000.00 150 L. F. $300.00 $45,000.00 300 Tons $17.50 $5,250.00 1 L.S. $14,000.00 $14,000.00 1 L.S. $4,500.00 $4,500.00 900 L. F. $9.00 $8,100.00 1 L.S. $1,440.00 $1,440.00 100 Tons $45.00 $4,500.00 1 L.S. $4,500.00 $4,500.00 1 L.S. $7,500.00 $7,500.00 Total 1 $327,345.00 apse Creei[ Rd r 2 EXHIBIT A PROPOSED SEWER LINE LI {I lJ 54L' L rk!L THE CITY OF FAYETTEVILLE, ARKANSAS TASK ORDER NO. 5 VEGETATION AND CHANNEL STABILITY ESTABLISHMENT AT FAYETTEVILLE UTILITIES DEPARTMENT FUNDED STREAM AND RIVER RESTORATION PROJECT SITES STATE OF ARKANSAS COUNTY OF WASHINGTON This Task Order is written pursuant to the Memorandum of Understanding (MOU) as described in Ordinance No. 6141 executed on January 3, 2019. The referenced MOU pertains to stream restoration projects and associated services with the Watershed Conservation Resource Center (WCRC). This Task Order entered into and executed on the date indicated below the signature block by and between the City of Fayetteville (City) and WCRC sets forth the project description, schedule and associated fees for services related to maintaining and tending to stream and river restoration projects that were implemented using a combination of Utilities Department and grant -based funds and provide assistance for planning future restoration projects. Section I - Project Description This project consists of ongoing maintenance of two riverbank restorations and one stream restoration whose original implementation was funded, in -part, with the City's Utilities Department or the site provides protection of critical civil infrastructure. This Task Order will establish a framework to provide continued project establishment funds to support the work performed on riverbanks on the White River at the Noland Wastewater Treatment Plant and a former bio -solids application site. A restoration site at Sweetbriar Park that protects a high-pressure main and park property from erosion will also be maintained through this task order. To date, implementation of the two projects on the White River have resulted in the prevention of 34,000 Ib of Total Phosphorus from entering the regions drinking water supply source. Establishing and fostering a high-density riparian zone consisting of native vegetation is critical in creating riverbank restoration projects that will, upon maturity of the vegetation, be able to withstand the power of future flood events. Also, minor repairs need to be occasionally conducted to prevent cumulative degradation of the restoration projects. This agreement will provide funding to the WCRC to conduct activities that help to continue to establish healthy, native vegetation and riverbank stability in order to protect the investment that the City has made to improve water quality, habitat, and recreational value of these sites. The City also intends on removing the Pump Station Dam in the future. Pre - implementation planning and coordination will be required in order to develop a comprehensive plan for removing the dam and restoring the river both upstream and downstream of the dam. This agreement will provide funding to allow the WCRC to utilize their expertise to assist with the planning process. Section II - Project Timeframe The WCRC will conduct the work from January 15, 2020 to January 14, 2021. Section III - Scope of Services THE CITY OF FAYETTEVILLE, ARKANSAS The WCRC will perform services to maintain and improve the long-term functionality of the riverbank restoration projects on the White River that were implemented utilizing Utilities Department Funding. These services include two major components: 1) maintenance activities that help to create long-term stability and 2) vegetation management. Riverbank restoration maintenance activities include but will not be limited to a) minor hand repairs of structural components of the restoration b) removal of unintended gravel deposition within the project site and c) repair of soil mattresses. Vegetation management activities include but are not limited to a) irrigation of vegetation during summer months b) removal of invasive vegetation and c) planting additional native plants to enhance vegetation density and increase riverbank roughness. These funds are intended to cover costs associated with minor and routine maintenance of the sites. Repair of damage to the projects resulting from large infrequent flood events are generally not covered under this agreement and will be addressed under supplemental agreements. But, if necessary, these funds can be used towards major repairs. In addition to the activities listed above, this task order also allows the WCRC to provide professional services related to planning and assistance in executing various tasks associated with the Pump Station Dam removal pre -implementation phase of work. Example activities include coordination and planning for backwater sediment sampling and developing a bid request package for biological sampling of the pre - restoration conditions above and below the dam site. Section IV - Fees and Payments WCRC will perform the above -referenced Scope of Services amounts not to exceed $60,000, with a contingency amount of $9,000 for this agreement. Section V - Memorandum of Understanding in Effect Except as amended specifically herein, the Memorandum of Understanding Fayetteville shall remain in full force as originally approved. IN WITNESS WHEREOF, the parties hereto have caused this TASK ORDER to be duly executed as of the date and year first herein written. FOR THE CITY OF FAYETTEVILLE Attest: Mayor Lioneld Jordan Sondra Smith, City Clerk Date: FOR WATERSHED CONSERVATION RESOUCE CENTER Attest: Sandi Formica THE CITY OF FAYETTEVILLE, ARKANSAS Date: O J a_ O 0 N co N 0 0 _ 0 w z co O U z (D z w U) z J (I- I z O U V) z Q 0 w w F- w Q (D r V I w a 0 z Q z O cn z w M I O CY> w V) w iyz w <n O O r- 0 N © Hawkins—Weir Engineers, Inc. 2018 Any unauthorized use of this drawing or data by others is at the sole risk of the user. Hawkins—Weir Engineers, Inc. shall be held harmless and with— out liability from claims, costs, or damages of any nature including costs of defense arising from improper use of this drawing or data, or by another party. CITY OF FAYETTEVILLE, ARKANSAS RE- ��]�O�] QO�] PG�Ca aMG�C� pQ�]C� OG�pG�OMCxC�Kus BID - CONSTRUCTION PROJECT NO. 10000.6 SEPTEMBER 2018 GOSHEN E FIRE TOWER RD ®R 1 C Z J ,O i U LOCATION MAP N.T.S. PROJECT LOCA TIONS n HAWKINS6WEIR ENGI N E E R S, I N C. 110 South 7th Street 403 Garrison Avenue 438 Millsap Road, Suite 107 211 Natural Resources Drive Van Buren, AR 72956 Fort Smith, AR 72901 Fayetteville, AR 72703 Little Rock, AR 72205 (479) 474-1227 (479) 242-4685 (479) 455-2206 (501) 374-4846 www.hawkins-weir.com WC 4343 109 = HAWKINS—WEIR ,= ENGINEERS, INC. v No. 101 Z ; •••...., W9102 SHEET NO. DESCRIPTION 1 COVER SHEET 2 GENERAL CONSTRUCTION NOTES AND LEGEND 3 QUANTITY TABLE 4 PUMP STATION SITE PLAN, EROSION CONTROL PLAN, AND PHOTOS 5 PUMP STATION SITE PLAN - ELECTRICAL 6 PUMP STATION PLAN AND ROOF PLAN - STRUCTURAL 7 PUMP STATION DETAILS AND SECTIONS - STRUCTURAL 8 PUMP STATION ELEVATIONS, DETAIL, AND SECTIONS - STRUCTURAL 9 PUMP STATION PLAN AND SECTION - MECHANICAL 10 PUMP STATION SECTIONS - MECHANICAL 11 PUMP STATION ELECTRICAL POWER AND LIGHTING PLAN 12 PUMP STATION SECTION AND SCHEDULES - ELECTRICAL 13 FIRE TOWER ROAD SPUR WATER LINE PLAN 14 BENSON MOUNTAIN TANK ACCESS DRIVE SITE PLAN AND PHOTOS 15 BENSON MOUNTAIN TANK EXISTING SITE PLAN AND EROSION CONTROL PLAN 16 BENSON MOUNTAIN TANK PROPOSED SITE PLAN AND GENERATOR/PROPANE TANK PAD DETAIL AND SECTION 17 BENSON MOUNTAIN ELEVATED WATER STORAGE TANK NOTES, DETAILS, AND SECTIONS 18 BENSON MOUNTAIN ELEVATED WATER STORAGE TANK, DETAILS, AND SECTION 19 BENSON MOUNTAIN TANK CHECK VALVE VAULT DETAILS AND SECTIONS - STRUCTURAL 20 BENSON MOUNTAIN TANK CHECK VALVE VAULT DETAIL AND SECTION - MECHANICAL 21 BENSON MOUNTAIN TANK SITE PLAN AND DETAILS - ELECTRICAL 22 BENSON STANDPIPE DEMOLITION PLAN AND PHOTOS 23 EROSION CONTROL DETAILS 1 24 CIVIL AND MECHANICAL DETAILS 1 25 CIVIL AND MECHANICAL DETAILS II 26 CIVIL AND MECHANICAL DETAILS III 27 CIVIL AND MECHANICAL DETAILS IV 28 STRUCTURAL DETAILS 1 29 STRUCTURAL DETAILS II SHEET 1 HWEI JOB NO. 2017076 0 a J vi LLJF- U) U) a 00 0 m_ m 0 q- 0 W z m 0 U z 0 U) z w i U) z a J d I N Z 0 U N C7 Z Q w J J w Q 0 U W m 0 z a U) z 0 U) z W m 0 w U) w z w 0 c.� Q0 r - CD 0 N I STABILIZED CONSTRUCTION r_Al TR A Al rr_ REPLACE GRA VEL PAVING (146 SY) It 1506 77' 1 --- --1507. 508 - J FIRE TOWER ROAD EC104 TEMPORARY ROCK GROUTED RIP -RAP DITCH CHECK lo� TEMPORARY ROCKEC104 10 5 0 10 DITCH CHECK TEMPORARY ROCK _ SCALE IN FEET ....................... EC104 DITCH CHECK .. ..... .............. - - - - ............... ........... �1 .>0�1.-\...:.:.:.:.:.:.:.:.. o - - . o . t 1509.29' 1507.07 �- -- 2 REMOVE 12" DI-DRN AND .. .. --- REMOVE 8" PVC-DRN--- INSTALL 15" RCP (35 LF) AND INSTALL 12" RCP - - - - - DEMOLISH EXISTING WI TH TWO (2) 15" (30 LF) WITH ONE (1) \ FLARED END SECTIONS 151 0- 12" FLARED END SECTION PUMP STA TION SIL T FENCES v v ' -x'^E aE jE EC103 A - pV p �- Y AAITrA/A/A q g x x - r7 _ _ C405 4 x 8 EXISTING 0 0 o CONCRETE / PUMP STATIT/ SIDEWALK / 4"v _ 7 [ q W 8"W I 1 .. .. ' 8� ti E PROPOSED PROPANE 1513 F SH.7 TANK PAD I 12 :::::; - - - -�" I ............................ D o x �... I B I 15 .. SAMPLING STA TION - X51 - C C208..I 1514.42SW I o X E PROPOSED GENERATOR ........... .... EL 1514.00' I I ................. \oPP SH.7 PAD REMOVE AND RELOCATE io PRESSURE TRANSMITTER EL 1513.50' I 514.50FF I LIMITS OF PUMP I I IVAULTI I STA TION PAY ITEM AND I 4 'D RN C / PVC INCLUDED IN LIMITS _ _ ��� - OF PUMP STATION D EL 1514.00' \ PAY ITEM , / CONCRETE SPLASH C104 v uvcKr1514 �uW � PAD x l -1514 / REMOVE EXISTING ROUND I C106 GRATED INLET DRAIN AND GRATED STORM DRAIN REPLACE WITH SQUARE TOP = 1513.89' GENERA TOP GRA TED INLET = 1511.01 ' SALVAGE GENERA TOR � / PROPOSED PUMP STA TION TO THE OWNER AND x TOP = EL. 1513.50' CONNECT EXISTING / SEE SHEET 4 DEMOLISH GENERA TOR I I / l = 1510.00' FRENCH DRAIN TO / EQUIPMENT PAD I i I GRATED INLET i x EXISTING 300, 000 GALLON I x I - - - PI -8 GOSHEN WATER STORAGE TANK EC101 CONCRETE WASHOUT (EXACT LOCA TION TO BE DETERMINED BY CONTRACTOR) \ PROTECT EXISTING FRENCH DRAIN I / INSTALL CONCRETE \ U05 1514.50SWALE \\ EL 1514.00' EL 1514.50;/ -1515 x --1519-----�_� Lxx-x-xx-xxx-x�x�x-x -x-_ Y GOSHEN TANK AND BENSON PUMP STATION SITE PLAN COORDINA TE TABLE LEGEND 514.5oFF PROPOSED SPOT ELEVATION DESCRIPITION FINISHED FLOOR 514.42SW PROPOSED SPOT ELEVATION NW CORNER PROPANE TANK PAD TOP OF SIDEWALK 514 FINISHED CONTOUR SW CORNER PROPANE TANK PAD SURFACE FLOW ARROW COORDINA TE TABLE NO. NORTHING EASTING DESCRIPITION OA 648824.92 732907.38 NW CORNER PROPANE TANK PAD OB 648812.92 732907.38 SW CORNER PROPANE TANK PAD OC 648808.92 732907.38 NW CORNER GENERATOR PAD OD 648796.92 732907.37 SW CORNER GENERATOR PAD NO TES: 1. ALL PUMP STA TION SITE PIPING SHALL BE CEMENT LINED CLASS 350 DUCTILE IRON PIPE WITH TRACER WIRE AND MARKING TAPE. ALL PIPE, FITTINGS, VALVES, AND OTHER BURIED APPURTENANCES SHALL BE DOUBLE WRAPPED WITH POLYETHYLENE ENCASEMENT. 2. COORDINATE WITH THE ELECTRIC UTILITY PROVIDER TO DISCONNECT THE EXISTING ELECTRICAL SERVICE AFTER THE PROPOSED PUMP STA TION IS OPERATIONAL. J. ALL PIPING ASSOCIA TED WITH THE PROPANE TANK AND GENERATOR AS WELL AS ALL ELECTRICAL IMPROVEMENTS AT THE BENSON PUMP STA TION SITE SHALL BE CONSIDERED PART OF THE PUMP STATION LUMP SUM ITEM. CONTROL POINT TABLE NO. NORTHING EASTING 1 648845.33 732880.21 2 648837.52 732999.70 PHOTOGRAPH A DEMOLITION NOTES: 1. MEASUREMENTS HAVE NOT BEEN FIELD VERIFIED. THE INFORMATION PRESENTED ON THIS DRAWING WAS TAKEN FROM BENSON STANDPIPE RECORD DRAWINGS VARIATIONS BETWEEN THE PLANS AND FIELD CONDITIONS MAY EXIST. 2. COORDINATE WITH THE ELECTRIC UTILITY PROVIDER TO DISCONNECT ALL SERVICES PRIOR TO DEMOLITION. J. BACKFILL ANY EXCA VA TIONS OR HOLES RESULTING FROM DEMOLI TION ACTT VI TIES WI TV SELECT FILL MA TERIAL AND RESTORE THE SI TE WI TH 4 -INCHES OF TOPSOIL. 4. SEED, FERTILIZE, AND MULCH ENTIRE EXISTING TANK SITE. 5. THE CONTRACTOR IS RESPONSIBLE FOR THE DISPOSAL OF ALL MATERIALS ASSOCIATED WITH THE DEMOLITION ACTI VI TIES 6. SALVAGE CONTROL PANELS TO THE OWNER. SALVAGED MATERIALS SHALL BE DELIVERED TO THE WATER AND SEWER SERVICES BUILDING AT 2435 INDUSTRIAL DRIVE, FA YETTEVILLE, AR, 72701. 7. COORDINA TE WITH THE CITY OF FA YETTEVILLE S PROPANE SUPPLIER TO RELOCATE THE EXISTING PROPANE TANK. PHOTOGRAPH C PHOTOGRAPH B PHOTOGRAPH KD 100% DESIGN REVIEW - NOT FOR CONSTRUCTION 1" ONE INCH AT FULL SIZE IF NOT ONE INCH SCALE ACCORDINGLY W ~ Q Z U °° 00 o N 6 z H vi W _ a) M ;:, J Q ''^^ C . . w r4 v J E w �o _ m N () z W W � L W Z En z 00 Z E � U)� 0 = N W 3 ,0 z ti N W z � N ' c 00 ti O c lqt co > ti I > W z � z Y Q T_ U Z U °° W _ a) M ;:, J Q ''^^ C . . w r4 v J E w �o _ m N () z - N W � L Li Z En 00 Z E � U)� = N W 3 ,0 ti N � N ' c 00 ti c lqt co > ti d O V Lu O WLd (n o W ~O ti � ti :zQ O o � Z z WW ti 2 W Q CL DATE: SEPTEMBER 2018 SCALE: N.T.S. DESIGNED BY: JSD DRAWN BY: JCW HWEI NO.: 2017076 FILENAME: SH.04 SHEET NO. 4 of 29 t SLEEVE AND VALVE n WITH MARKER REMOVE AND RECONSTRUCT 0 r2 W Z H m O U Z O N Z w i U) z a J d I U) Z O U / U) c.� z a Of i w J J_ > w bi a 0 F- U I w a_ 0 z a U) z 0 U) z w m I 0 w U) w z w 0 c.� co 0 0 N PLAN 1"=50' PLAN 1"=50' t 50 25 0 50 ' .0-6— _ STA 22+05L TA TALL 6" 22 J' BENDO' 50 25 0 50 SCALE IN FEET - r.. -- -- ��OHE ti ��_Y � --------------- PP �J_ - - INSTALL 6" CAP WITH 2" THREADED FEMALE CONNECTION INSTALL 2" x 12" THREADED BRASS NIPPLE REMOVE EXISTING 2" BLOWOFF HYDRANT 2" CAP WITH 2" THREADED TAP STA 22+39 INSTALL 6" 22 �' BEND INSTALL 2" TAPPING SADDLE, 2" GATE VALVE, AND REL OCA TE 2" BLOWOFF HYDRANT NOTES• 1. SEPTIC FIELDS MAY EXIST IN CONFLICT WITH THE PROPOSED WATER LINE ALIGNMENT. SHOULD A SEPTIC LATERAL BE DISCOVERED DURING CONSTRUCTION THE CONTRACTOR SHALL STOP CONSTRUCTION OF THE WATER LINE AND NOTIFY THE ENGINEER. CONSTRUCTION OF THE WATER LINE SHALL NOT RESUME UNTIL AUTHORIZED BY THE ENGINEER. 2. THE 6" WATER LINE BETWEEN STA 0+00 AND STA 22+ SHALL BE CONSTRUCTED OF DR14 C900 PVC PIPE WITH DUCTILE FITTINGS THE WATER LINE SHALL HAVE TRACER WIRE AND MARKING TAPE INSTALLED. THE WATER LINE SHALL BE RESTRAINED WITHIN THE STEEL ENCASEMENT AND WI THIN 40 -FEET OF ANY VALVE OR FITTING, USING PVC PIPE BELL RESTRAINTS. BELL RESTRAINTS SHALL BE SERIES 1900 BY EBAA IRON, INC. J. ALL FITTINGS, VALVES, AND OTHER BURIED APPURTENANCES SHALL BE DOUBLE WRAPPED WITH POLYETHYLENE ENCASEMENT. 100% DESIGN REVIEW - NOT FOR CONSTRUCTION 1" ONE INCH AT FULL SIZE IF NOT ONE INCH SCALE ACCORDINGLY w Q W _ ry, -t a) M ''^^ J Q C . . 4 (D zO N u Lr) Z w V Lr) 00 m lqt Z E �� = N W ,0 F am 00 0 N z H W W z H U z W w I z Y Q T- DATE: SEPTEMBER 2018 SCALE: 1 "=50' DESIGNED BY: JSD DRAWN BY: MAW HWEI NO.: 2017076 FILENAME: SHA3 SHEET NO. 13 of 29 CITY OF Price Each FAYETTEVILLE Price Each Total Price ARKANSAS $ 20,595.50 $ 41,191.00 Bid 19-61, Aeration Basin Gate Fabrication $ 32,150.00 Official Bid Tabulation Lioneld Jordan, Mayor Date of Advertisement: 11.22,2019; 11 23.2019 Bid No. 19-61 Date of Issue: 11.23.2019 Date: 12.17.2019 Time: 2:00 PM Fontaine-Aquanox Haynes Pump and Process, LLC Item Description City CERTIFIED:F) all V 11-7 q Foren, putt sin Manager CPPB, CPPO WI[ zs, Les McGaugh atC 'NOT[( -E: Did award is r.aniingent upon vendor meeting minimum sperlflcations and.rormal authorization by City ufrlrials. 1 Basin Gate (Fabricated per specifications and delivered) Price Each Total Price Price Each Total Price � $ 20,595.50 $ 41,191.00 $ 16,075.00 $ 32,150.00 CITY City of Fayetteville, Arkansas Purchasing Division — Room 306 �, 113 W. Mountain FAY E T T E � L L E Fayetteville, AR 72701 ARKANSAS Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf); 479.521.1316 INVITATION TO BID: Bid 19-61, Aeration Basin Gate Fabrication DEADLINE: Tuesday December 17, 2019 before 2:00 PM, Local Time DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Les McGaugh, fatt DATE OF ISSUE AND ADVERTISEMENT: Web:11.22.19, Ad: 11.23.19 INVITATION TO BID Bid 19-61, Aeration Basin Gate Fabrication No late bids will be accepted. Bids shall be submitted in sealed envelopes labeled with the name and address of the bidder. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager. Name of Firm: HAYNES PUMP AND PROCESS, LLC. Contact Person: WES IVORY/LISA MILLS Title: MANAGER/SALES E -Mail: wesivory@haynes-pump.com Business Address: 417W Main, 400-3 City: Little Rock Phone: 800-832-1580 State: AR Zip: 72201 Signature: lM} Date: I 'Z0 t lisamills@ha'ynes-pump.com City of Fayetteville, AR Bid 19-61, Aeration Basin Gate Fabrication Page 1 of 13 City of Fayetteville Bid 19-61, Aeration Basin Gate Fabrication Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 19-61, Aeration Basin Gate Fabrication The City is seeking bids from qualified vendors for the purchase. Fabrication, and delivery of 2 aeration basin gates for the Noland Waste Water Treatment Plant. All sealed bids are due by Tuesday December 17, 2019 before 2:00 PM, Local Time. All bids are due before the time stated. Late bids shall not be accepted. City of Fayetteville reserves the right to deviate from the estimated purchase quantities. Bids will be opened and read aloud immediately following the stated deadline. Bid forms can be downloaded from the City's website at hfitp;/�!fr �_� tte�.ille. ar: .yjbicl . All questions should be directed to Les McGaugh, (479)-575-8220, Irt3r.-au•3}�`°at'trvilie-ar.t?r��. The City reserves the right to reject any and all bids and to waive formalities deemed to be in the City's best interest. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. City of Fayetteville By: Les McGaugh, Purchasing Agent P: 479.575.8220 mc au , . fayettevilIe-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 11.23.19 Web 11.22.19 City of Fayetteville, AR Bid 19-61, Aeration Basin Gate Fabrication Page 2 of 13 City of Fayetteville Bid 19-61, Aeration Basin Gate Fabrication Bid Form MAXIMUM LEAD TIME: 84 CALENDAR DAYS FROM DATE OF ORDER F.O.B. 1400 N Fox Hunter Fayetteville, AR 72701 Basin Gate Fabricated ger �E;.ur_f�o.........._ _- - - 5 u_`3.10 nn specifications and delivered) TOTAL BASE BID (,' 32,150.00 Bids shall be submitted on this bid form in its entirety AND accompanied by descriptive literature on the products being bid. The City reserves the right to award this bid based on the City's best interest at the time of product order. THIS BID FORM CONTINUES ON THE NEXT PAGE. City of Fayetteville, AR Bid 19-61, Aeration Basin Gate Fabrication Page 3 of 13 EXECUTION OF BID - Actual specification of any deficient item shall be noted on the bid sheet or separate attachment, If specifications of item bid differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production option. Upon signing this Bid, the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 4. I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein is accurate and true. 5. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 6. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): 7. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. 8. As A bidder on this project, you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. a. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. City of Fayetteville, AR Bid 19-61, Aeration Basin Gate Fabrication Page 4 of 13 Unsigned bids will be rejected. Items marked* are mandatory for consideration. *NAME OF FIRM: HAYNES PUMP AND PROCESS, LLC Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name SAME *BUSINESS ADDRESS: 4147 W MAIN, 400-3 *CITY: LITTLE ROCK *STATE: AR *PHONE: 800-832-1580 *E-MAIL: wesivory@haynes-pump.com *BY: (PRINTED NAME) Wes Ivory/Lisa Mills *AUTHORIZED SIGNATURE: *TITLE: Manager/Sales DUNS NUMBER: N/A *TAX ID NUMBER: 82-4198901 Acknowledge Addendums: Addendum No. Dated: Addendum No. Dated: Addendum No. Addendum No Dated: Dated: City of Fayetteville, AR Bid 19-61, Aeration Basin Gate Fabrication Page Sof13 FAX: *ZIP: 72201 lisamills@haynes-pump.com CAGE NUMBER: N/A Acknowledged by: Acknowledged by: Acknowledged by: Acknowledged by: Capital Projects Update - January 2019 No. Project Description Location Contractor or Project Status Cost % I I Engineer Complete Under Construction 1 Sang Avenue/Pleasant Woods/Maple-Oliver Wards 1, 2, & 4 Kajacs Active Construction $1,546,754 75% 2 West Fork Lift Station & Sewer Lines Note: This is a West Fork project with Fayetteville cost -share Ward 1 Boyles Const. Active Construction $256,790 25% 3 Morningside Dr. 24" Waterline Replacement Ward 1 Kajacs Pre Construction $1,595,000 0% 4 Annual Manhole Rehabilitaton (sewer) Contract City Wide City Pre Construction $590,789 0% 5 1-49/Wedington Interchange Water & Sewer Relocations Wards 2 & 4 Burns & McD. Bidding TBD 0% Engineering Design 6 Electrical Improvements for the Noland WRRF (15kV Phase) Note: "Total Cost" includes future design phases forthcoming Noland WRRF Allgeier Martin Bid Prep. $515,049 100% 7 Benson Mtn. Water Tank Improvements Wash. Co. Hawkins -Weir Easement Acquisition $130,280 100% 8 Utility Relocations Hwy 16 Ward 1 McClelland Easement Acquisition $107,145 95% 9 Kitty Creek Sewer Line Replacement Ward 3 McClelland Health Dept. Review $250,793 95% 10 East Service Area Water System Improvements 1. Contract Section I - PSV's and PRV's 2. Contract Section II - Gulley Road Tank 3. Contract Section III - Gulley & Goshen Improv's 4. Township Contract - New tank, pump station, mains Wards 2&3, Wash. Co Olsson 1 -Bid Prep 2-Engr. Design 3-Engr. Design 4-Engr. Design $630,635 1-100% 2-90% 3-90% 4-90% 11 Hwy 170 Water & Sewer Relocations, Farmington Farmington Garver Easement Acquisition $265,975 95% 12 Waterline Replacements along S. Garland Ave. & Rolling Hills Dr. Wards 1 & 3 Garver Engr. Design $246,450 30% 13 Noland WRRF Aeration Basin Gates Noland WRRF Jacobs Engr. Design $71,150 60% 14 Cultural Arts Corridor Utility Replacements - Phase 1 Ward 2 Olsson Engr. Design $122,322 0% 15 Round Mountain Standpipe Rehabilitation Wash. Co. Garver Engr. Design $59,600 30% 16 Gregg Ave./Fulbright Expy. Sewer Bypass Ward 3 Hawkins -Weir Contract Pending TBD 0% 17 Lake Sequoyah Water Quality Improvements Ward 1 Olsson Survey & Data Collect. $114,220 0% Engineering Studies & Master Plans 18 2018 Water Tank Inspections and Water Quality Analysis City Wide Garver Disinfection Byproduct$154,000 Summer Testing 85% 19 North College Water Main Replacement Evaluation Wards 2 & 3 McClelland Bond Projects Coordination $128,930 44% 20 Electrical Improvements at Water Pump Statons City Wide Allgeier Martin Electrical Analysis $46,144 82% 21 Fire Flow Improvements Within City Limits City Wide Hawkins -Weir Water Modeling $134,720 30% 22 Biosolids Master Plan BMS & WRRFs Jacobs Workshops $254,108 14% 23 Lake Fayetteville Spillway Study - Phase 1 Ward 3 FTN Survey & Data Collect. $63,466 8% 24 Automated Metering Infrastructure - Task 1 City Wide Jacobs Background & Kick Off $116,450 10% 25 Wastewater Collection System Master Plan Update City Wide RJN Kickoff $408,543 0% Note: % Complete for 'Under Construction' and 'Engineering Studies' represents actual invoice payments. However, for 'Engineering Design' the % Complete represents the phase of document completeness. JACOBS MONTHLY REPORT -OCTOBER 2019 . -r.. !*�� WEST SIDE .y u..na nt►r�pr euw�ry FAYETTEVILLE PROJECT- JACOBS JACOBS' Fayetteville October Client Report November 20, 2019 City of Fayetteville JACOBS MONTHLY REPORT -OCTOBER 2019 Jacobs Monthly Report—October 2019 PREPARED FOR: Tim Nyander COPYTO: City: Don Marr / Lynn Hyke / Cheryl Partain / Marsha Hertweck / Pam Henson / Cory Granderson / Peter Nierengarten / Water & Sewer Committee Jacobs: Steve Carpenter/ Matt Benton / Lisa Clancy PREPARED BY: Greg Weeks DATE: November 22, 2019 This monthly report is provided as an accounting of the performance of the Water Resource Recovery Facilities (WRRF) operated by Jacobs. Please review and let me know if you have any questions regarding the operation. We are committed in our pursuit of excellence in every scope of service that we provide and in remaining a leader in our industry. With this focus as our core philosophy, we will provide the service that continues to enrich the environment and community today, while keeping future regulations and technologies in our sights. We will be making this report more narrative around what we are doing for operations and maintenance, but will also include more information on sustainability, energy efficiency, capital programs, and community involvement. We value your feedback regarding format and content with the goal of making this report more responsive to your needs. Thank you again for your business and our trusted relationship. FAYETTEVILLE PROJECT-JACOBS JACOBS MONTHLY REPORT -OCTOBER 2019 Table of Contents Jacobs Monthly Report— October 2019.....................................................................................................2 ExecutiveSummary..................................................................................................................... 4 Plant Operations ....................... Process Control ............ Ozone HyDOZ Summary Biosolids Process.......... Compliance .................. 4 4 4 Successes....................................................................................................................... 5 Issues/Resolutions.......................................................................................................... 6 Revenue......................................................................................................................... 6 Maintenance............................................................................................................................... 7 Key Performance Indicators/Measures........................................................................... 9 Capital Improvement Projects (CIP).............................................................................. 10 Laboratory/Industrial Pretreatment.......................................................................................... 10 WoolseyWet Prairie................................................................................................................. 11 CommunityOutreach................................................................................................................ 11 Sustainability............................................................................................................................ 12 Health& Safety / Training......................................................................................................... 13 AppendixA............................................................................................................................... 14 FAYETTEVILLE PROJECT-JACOBS JACOBS MONTHLY REPORT -OCTOBER 2019 Executive Summary As we head into fall and prepare for the winter months, we take a moment to reflect on a successful summer of compliance and safety, of innovative thinking and goal attainment, and starting to bring 2019 to a successful completion. Looking towards 2020, discussions for goals and projects are opening for opportunities that will continue to drive improvement in operations, maintenance, and sustainability. As this report details there were successes and challenges with wet weather, driving an aggressive CIP effort, and compliance. Plant Operations Process Contro The Noland WRRF's effluent discharge was 100% in compliance with the National Pollutant Discharge Elimination System (NPDES) permit. The West Side Facility had reporting violations for three effluent parameters; Carbonaceous Biochemical Oxygen Demand (CBOD), Total Suspended Solids (TSS), and Ammonia (NH3). A portion of the Goose Creek sample collected on October 28th was inadvertently disposed of as a result of a high flow event which required an exchange of the composite sample bottles. The portion of sample that remained was analyzed and was well within permit limits, but since it was not a complete 24-hour sample, it could not be considered for monthly loading and monthly average concentration. The permit specifically states that sample collection will occur only on Monday through Friday, so an additional sampling event would not fulfill permit requirements. Details of effluent quality and influent loadings are shown in Appendix A. October began a less stringent permit season at the Noland WRRF during the winter months. Without the need for additional equipment, the West Aeration Basin was taken offline to decrease electrical costs and reduce wear. No negative process results related to the change have been observed. The facility continues to maintain treatment well below permit limits. An innovative new process strategy was implemented at the West Side WRRF by decanting excess water from the wasting tanks. With the thermal dryer down for maintenance and repairs, rather than disposing of the solids by going to the landfill, approximately 753,000 gallons were decanted, saving the city about seven trips to the landfill or fourteen dryer batches. This process strategy will save hauling costs and reduce the number of batches going through the thermal dryer. With just over thirteen inches of rain, this was the wettest October since records have been kept. The West Side WRRF ran all available equipment most of the month due to excess flow from the rain events. The West Side WRRF observed a peak flow of 34 MGD with an average daily effluent flow of 13.75 MGD. The Noland WRRF saw a peak flow of 32 MGD with an average daily influent flow of 10.27 MGD. Noland was able to store the excess flow in the holding ponds, which was then treated within NPDES permit limits. Ozone HyDoz Summary In October, the ozone system was upgraded to delete a device that converted a communications cable to a digital signal. This improved the communication between the ozone generators and the HyDoz units, a primary cause for the ozone system shutdowns. The results of the liquid oxygen test were received mid-October and the study concluded that the QuadBlocks, which ran on concentrated oxygen, lost 20% efficiency over the duration of the test, while the QuadBlocks running on straight liquid oxygen did not lose any efficiency. Jacobs is currently working towards switching the system to 100% liquid oxygen. FAYETTEVILLE PROJECT-JACOBS JACOBS MONTHLY REPORT -OCTOBER 2019 Biosolids Process During the month of October, the WRRF's produced 1,762 wet tons of biosolids with approximately 379 wet tons of biosolids sent into the solar houses prior to the thermal dryer and 1,365 wet tons processed directly through the thermal dryer. One 18 -ton load of biosolids from the Noland WRRF was hauled to the landfill for disposal for the eight days of dryer repair. The Biosolids Drying operation saved an estimated $45,262 in disposal costs this month, compared to landfill disposal. Compliance Fertilizer MPN fecal coliform and metal samples were taken in October. Samples are collected every 60 days to maintain certification for Class A biosolids, in compliance with 40 CFR Part 503 regulation for Biosolids Disposal. All samples passed the fecal coliform test, but two of the seven samples recorded below 90% dry solids, likely caused by "clumps" in the solids. The first set of metals samples was analyzed for incorrect parameters due the wrong analyses requested. A second set of samples was collected and passed all criterion. A total of 25.78 tons of fertilizer was disposed of in area landfills due to the failed sampling. Successes AID completed the dryer rehab work that included installation of east and west rotor bearings, rotor idler and drive sprockets, rotor drive chain, chain tensioners, east and west swivel assemblies, chamber vacuum gauge, fill limiting arm, and thermal couple brush. Many of these components are the physical working parts of the dryer, the other major working part is the rotor. A hard plating will need to be put on the rotor leading edge in 2020 to prevent normal thinning of that area from the abrasive nature of the fertilizer. These improvements are expected to produce five years of reliable service with minimal inputs for normal component wear, such as the rotor breakers and sweeps. Nabholz replaced the scrubber condenser unit complete with stainless steel venturi, new water lines, and gaskets, as well as, the discharge auger trough and short fill auger. The thermal dryer was down from October 12th to October 19th which included about 30 hours of cool down time, 5 hours of startup trouble -shooting and new component adjustments, and 4 hours of gradual heating of the thermal fluid and rotor expansion. During the shut -down period, management of solar house capacity minimized the landfilling of biosolids to 60 tons of solar dried and 18 tons belt filter pressed material. Old odor scrubber and placement of new odor scrubber FAYETTEVILLE PROJECT-JACOBS JACOBS MONTHLY REPORT—OCTOBER 2019 Black Hills Energy installed the new natural gas meter and bypass valving on October 14th and returned to start the systems and check calibrations before the dryer startup. XP Products visited the BMS on October 30th to complete the Dust Hazard Analysis. They interviewed the staff regarding the operation of the dryer and related equipment, product analysis, and hours of operation to aid in the analysis portion of the evaluation. After viewing the operation, seeing the building conditions, and fertilizer discharged into the holding room, they commented on how clean and cared for the facility appeared. The finished Dust Hazard Analysis is expected in the coming month. The annual scale certification was completed in October. A copy of the certification was sent to Beaver Water District. Issues/Resolutions October rainfall totals reached 14.03 inches over fifteen recordable events ranging from daily totals of 0.01 to 6.22 inches. The National Weather Service (NWS) began record-keeping for Northwest Arkansas in 1950 and 2019 is the wettest October on record. If precipitation for November and December are average, 2019 could be the second wettest year in 70 years of NWS records. Due to the 14 inches of precipitation and continued poor field conditions, WTR was not applied in October. The 2019 hay harvest season is over with no hay baled during the month. The remaining forage will be bush hogged and allowed to break down providing soil microbes with material to build soil organic matter. Revenue Table 1: Revenue Generated from the BMS Tons Sold/Received Revenue Hay 90 $7,603 Fertilizer 116 $2,321 Water Treatment Residuals 0 $0 Revenue Generated frorn the BMS $2W,ODD $1w,000 $160,ODO $140,ODO 5120,ODa $10%ODO $80,000 $60,000 $40,000 $20,000 ■ . - _ _ ' ' , - 0� 4 MDnthhy --e—Oumu a_ive Yearto gate Figure 1: Revenue Generated from the BMS via Hay, Fertilizer, and WTR FAYETTEVILLE PROJECT-JACOBS JACOBS MONTHLY REPORT -OCTOBER 2019 Maintenance West Side Monthly vibration analysis on critical equipment was completed. The vibration analysis detects equipment issues before the equipment fails. The early detection not only reduces equipment down time, it also is proven to save money on repair costs. Carbon media was replaced in the equalization tank odor control unit. This replacement is required every two years to eliminate odors from being detected off site. The three main carbon odor control units had their carbon removed but not replaced. The West Side facility was designed with three biological odor control scrubbers followed by three carbon polishing odor control units. The three carbon polishing units required a total of 18,000 pounds of carbon that was replaced every two years. After evaluation and testing the biological scrubbers proved to be removing all odors and will no longer require the carbon. This change will save approximately $75,000 every two years in carbon purchases, removal fees, and landfill costs. The West Side facility uses ultraviolet (UV) light to disinfect the effluent prior to entering the receiving stream. Maintenance replaced 20 of the 320 UV bulbs. Noland The driveline for pump 3 at influent pump station 1 was repaired. Macerator pump 2 was replaced in the headworks building. This pump is one of two pumps that shred incoming flow debris prior to being disposed of. Monthly vibration analysis on critical equipment was completed at Noland, as at West Side. The secondary clarifier 1 scum drain line separated and had to be pumped down for inspection and repair. FAYETTEVILLE PROJECT-JACOBS JACOBS MONTHLY REPORT -OCTOBER 2019 The clarifier drive on wet weather basin 1 was installed. The clarifier drive turns the sweep arms that sends any grit or solids back to the head of the plant for screening. Wet weather basin 1 clarifier drive is lowered into position by crane The replacement bi-fuel system was installed on the primary plant generator. The bi-fuel system allows the emergency back-up generator to run on a combination of natural gas and diesel fuel. Supplementing the fuel consumption with a natural gas fuel source is less expensive than the diesel -only alternative. The consumption of natural gas also lowers the green -house emissions of generator operations. These equipment savings will be largely realized during the summer load -shedding months. Biosolids Management Site The check valve at the BMS lift station failed and could not maintain flow pumped to the Noland WRRF. The check valve was removed and replaced. The sanitary sewer pump at the BMS failed and had to be replaced. Lift Stations The carbon media in the odor control units for the Gregg Street lift station and the Farmington lift station were replaced. These two stations require the carbon to be replaced every two years to eliminate odors from being detected off site. FAYETTEVILLE PROJECT-JACOBS JACOBS MONTHLY REPORT -OCTOBER 2019 Key Performance Indicators/Measures Figure 2: Total number of work orders completed in October - 1902 Figure 3: Total labor hours worked per work order type. In the month of September more time was spent performing reactive tasks, which are accounted for in three different types: Corrective Maintenance Emergency, Corrective Maintenance Non -Emergency and Corrective Maintenance from PM/PdM. All other WO types are proactive. FAYETTEVILLE PROJECT-JACOBS JACOBS MONTHLY REPORT -OCTOBER 2019 Capital Improvement Projects (CIP) Plants, Pumps, and Equipment Project work completed in October totaled $182,312. Replacement of the bi-fuel system for the Noland large generator was completed. Several repairs were complete on the thermal dryer to include: critical replacement parts of the swivel assembly, bearings, and sprockets, replacement of the scrubber condenser and fill auger, and installation of a new natural gas submeter. The surge bin is the last remaining major dryer component in need of replacement. Lift Station Improvements No completion updates. Building Improvements No completion updates. Laboratory/Industrial Pretreatment A Notice of Violation (NOV) was delivered to Elkhart Products (EPC) in violation of their monthly average chromium limits. With a monthly average permit limit of 0.01 lbs./day chromium, EPC discharged 0.02 lbs./day chromium during the month of August. Upon investigation it was determined the cause of the of the elevated results to be the higher discharge rate. They have implemented tighter limits for the amount to be discharged per day. Two temporary discharge requests were granted during the month of October. Tyson Fayetteville requested discharge of a tote containing approximately 325 gallons of stormwater contaminated with flour and sand residue from sand blasting the flour silos for recoating. Another discharge request was granted to a construction company for the University of Arkansas of approximately 1,000 gallons from hot water lines in the Memorial Hall building. As requested, a utility user list was received from Cheryl Partain, City of Fayetteville Utilities Financial Services Manager. This list will be utilized to survey users to determine if their wastewater could have a significant impact on the wastewater collection and treatment system. This survey is required by the ADEQ and federal regulations to survey wastewater users every three years. A Freedom of Information Act request was requested by Nathan Owens, business reporter with the Northwest Arkansas Democrat Gazette. Paper and electronic records for Tyson Foods from May 1, 2019 to Oct. 22, 2019 were provided. EPA Dental Amalgam Rule training was provided by Jacobs' Compliance and Reporting team to discuss the one-time compliance reports, types of amalgam separators, and how the separators work. Monthly surcharge and waste hauler reports were completed and sent to the City for billing. For revenue generated from the IPP, see Table 2 and Figure 4. Table 2: Revenue Generated from the IPP FAYETTEVILLE PROJECT-JACOBS 10 Revenue Surcharges on September data $80,502.58 Fees from hauled waste accepted in October $1,600.00 Other Fees paid in October $0.00 Fines assessed in October $0.00 Violations on September data Zero violations for all industrial users FAYETTEVILLE PROJECT-JACOBS 10 JACOBS MONTHLY REPORT—OCTOBER 2019 Revenue Generated Industrial Pretreatment Program $1,000,000 $900,000 $800,000 $700,000 $600,000 $500,000 $400,000 $300,000 $200,000 $100,000 $- �a°Ja�e'OiJa� �atr P9�\ P�$�y� Monthly Surcharge Fees plus Hauled Waste Fees --a— Cumulative Fees Figure 4: Revenue generated from IPP via surcharges, fees, and fines Woolsey Wet Prairie With October marking the end of the 2019 growing season, record setting rainfall largely limited herbicide application activity. A boom -spray treatment was completed along the containment fire -line surrounding Woolsey's perimeter. This treatment is an important step towards establishing an encompassing strip of bare soil that will ensure containment of future prescribed burn activity. The 6t" annual native plant seed collection event is being planned for early November at Woolsey Wet Prairie and the West Side WRRF. Volunteers will work with Jacobs associates on collecting indigenous native seeds from Woolsey Wet Prairie. The collected seeds, along with other regionally collected species, will then be broadcast planted by volunteers in the rain garden areas for biodiversity and vegetation density improvements. Finally, an incredible 13.5 inches of rainfall (normal monthly average 4.3 in.) occurred in October, marking a very wet beginning to the fall season. The record setting rainfall filled all wetland cells, triggering weir overflows from all water control structures. Community Outreach The Washington County Search and Rescue team utilized BMS for canine training. FAYETTEVILLE PROJECT-JACOBS 11 JACOBS MONTHLY REPORT -OCTOBER 2019 Jacobs associates assisted Beaver Watershed Alliance with a Lake Sequoyah Clean-up on October 121H collecting multiple bags of trash and recyclables. Lake Sequoyah Clean -Up event October 12th Sustainability Since late spring of 2019, BMS has been utilizing the New Holland Speedrower with a significant impact to sustainability goals of reduced hay harvesting fuel consumption, GHG emissions, labor costs and equipment replacement costs. Operation of the Speedrower reduced an estimated 1,000 gallons of diesel fuel consumption from the 2019 hay harvesting operation. Additionally, the Speedrower uses New Holland's trademarked ECOBlue HI-eSCR` system, which monitors the exhaust for nitrogen oxides and achieves a 95% conversion rate of NOx compounds to water and nitrogen. It is estimated that every hour of Speedrower operation is equivalent to three hours of traditional tractor -cutter operation and the 120 hours of Speedrower operation in 2019 has saved nearly $4,500 in hay harvest labor costs. A major factor in the recommendation of the Speedrower 260 was the cost savings this single piece of equipment offered compared to the scheduled replacement of four existing hay harvest units. The Speedrower alternative provides $20,000 of annual savings in replacement allocations compared to simply replacing previous tractor -cutter equipment. New Holland Speedrower 260 FAYETTEVILLE PROJECT-JACOBS 12 JACOBS MONTHLY REPORT -OCTOBER 2019 October marked Jacobs' new year regarding sustainability tracking. In 2019, sustainability highlights include: • Just over 1,400 pounds of mixed recyclables collected. • 15,700 pounds of scrap metal recycled. • 400 gallons of used oil recycled. • 55 pounds of Nitrile gloves recycled. In addition, Jacobs staff participated in over 200 hours of community service including: o Noland, West Side, BMS facility tours to industry professionals, university, secondary & primary school students o Woolsey Wet Prairie tours o Earth Day Nutrient Cycle Presentations, Ozark Botanical Gardens o Fayetteville Pride Parade Water Hydration Station o Fayetteville and Washington County Teacher Expo o Secchi Day at Beaver Lake o University of Arkansas Biological Sciences research project support o University of Arkansas Biological Engineering and Architecture Senior Capstone project support o Regional native seed collection for Rain Garden and Bioswale improvements. The Jacobs Team will be working next on developing the project sustainability goals for 2020. Health & Safety/Training The project continues to be heading in a positive direction for health and safety. Fayetteville was able to achieve over 573 days without a recordable incident and the safety team completed the weekly safety inspections without discovering any deficiencies. Wes Cloud, Site Safety Professional, provided Lockout Tagout training to BMS and operations completed golf cart safety evaluation training. Leadership continues to update the employees of their needed trainings as 128 of 964 training courses need to be completed within the next few months. The project is currently in the process of aligning all safety trainings within one central database. The safety team is comprised of a delegate from each department who are tasked with bringing about continuous improvement within the project. The operations department had incorporated various safety topics to be included into the daily safety briefings with each associate involved in researching the topic. This is an example of employee engagement with safety and is a great measure of success for a safety program. A fully involved safety program can greatly increase the odds for a facility to achieve an overall safety awareness and a lowered incident rate. Over 10 Fayetteville associates received Positive Mental Health Training as part of Jacobs' commitment to well-being and mental health. Those who then chose to submit their name, became Positive Mental Health Champions to assist colleagues. Nick King (Lead Lab Analyst) attended the Regional Laboratory Coordinator training in Americus, GA. FAYETTEVILLE PROJECT-JACOBS 13 JACOBS MONTHLY REPORT -OCTOBER 2019 Appendix A Table 3: White River Effluent Characteristics 2.4 252 --IM"r- 6.0 9.0 1,000 8.0 2.5 164 1.3 84 0.1 6.8 0.1 10 14.5 7.2 7.5 7 -___Zg �=EL3 � 13.6 JMW.4 7.0 3.2 178 2.5 139 0.1 7.3 0.1 6 13.4 7.2 7.4 56 10.6 3.3 279 3.5 293 0.2 16.2 0.1 9 15.6 7.4 7.6 84 7.9 3.2 210 3.2 210 0.2 14.9 0.1 r 6 15.0 7.3 7.8 93 5 W 7.4 7.7 64 5.1 2.3 110 1.6 73 0.4 18.0 0.1 6 11.6 7.2 7.6 168 8.4 1.8'_Wlllllllllll=�WWW 7 14.4 7.2 7.7 180 Table 4: White River Effluent Characteristics- Minerals Permit Limit 12,50 re ort re ort October i1L 320 21,298 64 3,523 3 143 340 19,323 65 3,047 3 150 331 28,521 57 4,906 5 413 337 22,226 51 2,680 8 436 407 22,430 52 2,502 11 529 • .. - --� 2,338 345 21,852 63 3,205 6 270 FAYETTEVILLE PROJECT-JACOBS 14 JACOBS MONTHLY REPORT- OCTOBER 2019 Table 5: Goose Creek Effluent Characteristics 11.1 1.8 154.6 1.0 85 0.1 9.2 0.1 "' 2WMIW 82 0.1 -_ 9.5 1.9 145.2 1.0 76 0.1 7.8 0.2 _K.8 151.1 1m__mw.1 11.9 2.3 224.0 1.0 101 0.2 17.0 0.19 _m 182.5 _A___- 8.1 1.8 122 1.0 68 0.4 28.0 0.1 "__-___- 8.1 1.9 135.4 1.0 72 0.2 15.3 0.2 7.5 9.5 10.8 7.2 7.5 5 10.3 � 7.1�-_ 19.1 10.7 7.2 7.5 5 A .MM --W 5 22.6 9.5 7.2 7.8 9 ====1 8 7 8.7 7.3 7.7 6 21.4 8.6 7.3 7.7 10 ----� 7 10.1 1.9 162.4 1.0 84 0.2 17.3 0.2 14.7 9.6 7.3 7.7 FAYETTEVILLE PROJECT- JACOBS 15 7 JACOBS MONTHLY REPORT- OCTOBER 2019 Table 6: Paul R. Noland Influent Characteristics 12.6 29,666 2 2,250 80.3% 13,206 90.5% 213 36.5% 1,202 62.7% 12,015 JM�765 11.9 118.6% 11,025 75.5% 13,044 89.4% 224 38.4% 1,391 72.5% 8.9 70.9% 19,046 64.2% 11,435 49.3% 229 30.0% 693 30.8% 8.2 64.9%MI6,487'F55.6% 10,825 46.7% 290 38.0% 1,193 53.0% 7.4 58.4% 15,661 52.8% 9,679 41.7% 210 27.4% 887 39.4% 7.3 58.2%.,L4,998 50.6% 10,861 46.8% 262 34.3%x-920 40.9% 8.7 69.2% 15,809 53.3% 12,411 53.5% 247 32.3% 858 38.2% 8.1 63.9%093,546 45.7% ' 12,99C,W6.0% Jam 41.6%'.L,061 47.1% 5.6 _ 44.1% 13,974 47.1% 9,796 42.2% 189 24.7% 588 26.1% 5.946.5% 5,659 52.8% 10,932`_ 7.1% 36.4%' 68 43.0% 6.6 52.7% 17,278 58.2% 12,766 55.0% 432 56.5% 1,575 70.0% 10.3 81.5% 18,439 62.2% _W.6%'_L68.0% = 68.5% 7.7 61.1% 16,090 54.2% 11,901 51.3% 298 38.9% 1,028 45.7% Table 7: West Side Influent Characteristics 11.1 110.8% 13,481 92.4% 16,189 110.9% 229 39.2% 1,077 56.1% "_______w 64.75M 9.5 94.7% 11,722 80.3% 13,206 90.5% 213 36.5% 1,202 62.7% 12,015 82.3% -l_ ff 6.7% 1�=l 1,267 66.1% 11.9 118.6% 11,025 75.5% 13,044 89.4% 224 38.4% 1,391 72.5% m� 9,131 '�___ 8.1 81.0% 10,322 `84.1% 70.7% 10,777 73.8% 168 28.8% 1,267 66.0% ___ 86.2% MW 2.9% __M 5� 8.1 81.1% 14,320 98.1% 16,971 116.3% 222 37.9% 1,244 64.9% -m_ w 72.1% 16,234 =__w 79.9% FAYETTEVILLE PROJECT- JACOBS 16 JACOBS MONTHLY REPORT—OCTOBER 2019 Table 8: Monthly Energy Usage and Expenditure NOTE: October costs are not accurately reflecting the impact of the solar project. Efforts to interpret the total costs are underway. The costs below only reflect Ozarks Electric billings for the month FAYETTEVILLE PROJECT-JACOBS 17 Million Cost per 2018 kWh Electric Cost CCF Gas Cost Gallons Total Cost Million Gallons Noland 900,000 $46,495.40 40,240 $25,460.14 200.0 $71,955.54 West Side 513,600 $31,297.33 3,192 $2,369.86 204.3 $31,297.33 Hamstring 151,800 $10,906.01 $10,906.01 Totals 900,000 $46,495.40 40,240 $25,460.14 200.0 $71,955.54 $282.36 FAYETTEVILLE PROJECT-JACOBS 17 Million Cost per 2019 kWh Electric Cost CCF Gas Cost Gallons Total Cost Million Gallons Noland 595,200 $ 17,064.38 33,280 $21,544.76 259 $38,609.14 West Side 362,400 $5,769.73 992 $907.02 426 $6,676.75 Hamstring 247,200 $5,498.57 $5,498.57 Totals 1,204,800 $28,332.68 34,272 $22,451.78 685 $50,784.46 $74.14 FAYETTEVILLE PROJECT-JACOBS 17 Million Cost per Variance kWh Electric Cost CCF Gas Cost Gallons Total Cost Million Gallons Noland (304,800) -$29,431.02 (6,960) -$3,915.38 59 -$33,346.40 West Side (151,200) -$25,527.60 (2,200) -$1,462.84 222 -$24,620.58 Hamstring 95,400 -$5,407.44 -$5,407.44 Totals (360,600) -$60,366.06 -9160 -$5,378.22 281 -$63,374.42 -$208.22 FAYETTEVILLE PROJECT-JACOBS 17 JACOBS MONTHLY REPORT -OCTOBER 2019 Table 9: Labor Status Admin Job Employee Fayetteville% Department Title Name FTE Admin Area Manager Greg Weeks 95.00% Admin Assistant Project Manager Matt Benton 60.00% Admin - SCADA SCADA Supervisor Mayo Miller 100.00% Admin - Operations Operations Manager Tim Luther 100.00% Admin Environmental Specialist Jeff Hickle 100.00% Admin Health, Safety, Compliance Professional Wes Cloud 70.00% Admin Project Coordinator Brandi Miller-DeWeese 70.00% Admin Administrative Assistant Christy Taylor 100.00% Admin Administrative Assistant VACANT 100.00% BMS Lead Operator Jerry Genz 100.00% BMS Lead Operator John Tenberge 100.00% BMS Equipment Operator Johnnie Deason 100.00% BMS Equipment Operator Anthony DeJesus 100.00% BMS Equipment Operator Rick Witherspoon 100.00% BMS Equipment Operator Chris Howard 100.00% BMS Operator I David Dajani 100.00% BMS Operator Peter Burrow 100.00% BMS Operator In Training Ben Shondelmyer 100.00% BMS Operator In Training Todd Bachman 100.00% BMS Operator In Training Rony Ralpho 100.00% BMS Operator In Training VACANT 100.00% LAB Admin-Lab/IPP Supervisor Thom Vinson 80.00% LAB Industrial Pretreatment Coordinator Ashley Gregg 100.00% LAB Lead Laboratory Analyst Nicholas King 100.00% LAB Laboratory Analyst II Donna McChristian 100.00% LAB Laboratory Analyst Madeline Graham 100.00% Maint Maintenance Supervisor VACANT 100.00% Maint Lead Mechanic Brian Daniels 80.00% Maint Lead Electrician Tim Marr 100.00% Maint Mechanic Kevin Inkster 100.00% Maint Mechanic Buddy Carter 100.00% Maint Mechanic Steve Cook 100.00% Maint Mechanic Michael Spohn 100.00% Maint Mechanic Philip Beach 100.00% Maint Mechanic In Training David Abbott 100.00% Operations Operations Supervisor Paul Frisbie 100.00% Operations Lead Operator Austin Ramsfield 100.00% Operations Operator Anthony Ramsfield 100.00% Operations Operator I Shawn Santellanes 100.00% Operations Operator Travis Patton 100.00% Operations Operator In Training John Hatch 100.00% Operations Operator Justin Sweeney 100.00% Operations Operator In Training Grace Germon 100.00% Operations Operator In Training VACANT 100.00% Operations Operator In Training VACANT 100.00% SCADA Instrument & Control Tech Pat Coolev 92.00% FAYETTEVILLE PROJECT-JACOBS 18 JACOBS MONTHLY REPORT- OCTOBER 2019 Authorized Positions = 47.0 iq Filled Positions = 42.0 Filled FTE's= 39.9 TEMPS Admin Engineering Intern (Grad School), U of A Summer Wilkie 100.00% Admin Engineering Intern Olivea Groeber 100.00% P ' . Engineering Intern, U of VACANT 100.00% SPECIAL PROJECTS (Performed in scope) Area Reason I Name Hours SCADA Network Upgrade Campos, Edgar 38.5 SCADA Network Upgrade Espy, David 5 Maintenance Asset Manager Support Turley, Johnny D (JD) 80 FAYETTEVILLE PROJECT- JACOBS 19