Loading...
HomeMy WebLinkAbout2020-05-12 - Agendas - FinalCITY OF 9im FAYETTEVILLE 4VARKANSAS MEETING AGENDA Water, Sewer, and Solid Waste Committee May 12, 2020 5:30 P.M. (Or immediately following Equipment Committee Session) This is a Virtual Meeting 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, Todd Williams, Adrian Romero Flores, Chris Buntin, Ashley Pifer From: Tim Nyander, Utilities Director CALL TO ORDER ROLL CALL OLD BUSINESS: 1. Presentation of Biosolids Master Plan Workshop #4 The City continues in their efforts to evaluate the solids handling facilities and develop appropriate criteria for sizing and technology solutions for the future. Jacobs staff will present an update on the recent workshop as well as the project in general. INFORMATION ONLY 2. Paul R. Noland WRRF Electrical Upgrades On April 22, 2020, the City of Fayetteville accepted sealed competitive bids for the Noland WRRF Electrical Installation project. Midland Industrial Services, LLC of Rogers, AR submitted the lowest bid of $1,036,491.85. All bids are shown here: Axis Electric, LLC $1,719,300.00 Fleming Electric, Inc. $1,431,000.00 Midland Industrial Services, LLC $1,036,491.85 Multi Craft $2,217,278.50 Oil Capital Electric $2,008,704.00 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 The electrical systems and components at the Noland WRRF are aging, do not meet modern safety codes, and need frequent repair. A comprehensive design of necessary upgrades was completed by Allgeier, Martin and Associates, Inc. and the project will be constructed in two phases. This phase includes the higher -voltage components. Staff recommends awarding Bid #20-30 and approving a construction contract with Midland Industrial Services, LLC in the amount of $1,036,491.85 for construction of critical electrical upgrades at the Noland Water Resource Recovery Facility. Funds were budgeted and are available for this project in the WWTP Building Improvements account. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 3. Solar House Repair On May 18, 2019, a severe storm passed through the Fayetteville area, damaging the roof panels on the far interior end of every solar house, as well as structural damage to several air intake doors, end caps, roof caps, and metal battens. A qualified inspector from the solar house manufacturer as well as the original installer performed a thorough inspection and found that 90% of the roof panels had been comprised; broken thru or cracked around the fasteners. The drying efficiency has been lost and the rainwater that enters through the damaged roof causes the biosolids to go septic and release odors, affecting BMS neighbors. The cost of repair to the solar houses are $618,319.61, plus a contingency of $61,832.00, for a total of $680,151.61. INFORMATION ONLY NEW BUSINESS: 4. Presentation of the Water Quality Report from Garver, Inc. Resolution 142-18 authorized Garver, LLC to study the City of Fayetteville's potable water distribution system with the goal of identifying improvements to overall water quality parameters such as water age, chlorine residual, and disinfection byproducts. The study made several key findings and recommendations. Chris Buntin from Garver will present and take questions from the committee. INFORMATON ONLY 5. Design of the Water Boosting Station for Kessler Mountain The most immediate recommendation from Garver's Water Quality Report was the addition of a booster pumping station to allow the Kessler ground storage water tanks (two tanks @ six -million gallons each) to fill and drain more efficiently, thereby decreasing water age and improving water quality. Due to the location, size, and hydraulics of the City's water system, the Kessler ground storage tanks struggle to 'fill' completely thereby reducing standby water available for maximum demands and emergencies. However, the tanks also experience low demand. The pumping station proposed would help to fill the tanks completely, but also keep the water mixed and sent timely to customers, reducing overall water age. A formal selection committee was held on March 10, 2020 and Garver, LLC was selected to perform these design services. An engineering contract, scope, and fees have been prepared and reviewed by city staff. The design and bidding phases are not to exceed $311,600.00. At time of bid award, additional construction phase engineering services would be necessary as an amendment. Staff recommends approval of an Engineering Services Agreement with Garver, LLC for design of a booster pumping station for potable water located at the Kessler Mountain ground storage tank site as recommended in the 2020 Water Quality Study performed by Garver, LLC. Funds are available in the Water System Rehabilitation/Replacement account. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 6. Pressure Management Design in the Clabber Creek Area Resolution 133-18 authorized Black & Veatch to perform a detailed water audit for the City of Fayetteville, identifying several recommendations to help reduce unbilled water -loss. One key recommendation from this study was to identify areas of town that could have excessive pressures reduced, thereby reducing frequency of line -breaks and background water leaks. The greater Clabber Creek residential area north of Mt. Comfort Road and west of Deane Solomon Road has been identified as a target area for pressure reduction. A formal selection committee was held on March 10, 2020 and Black and Veatch Corporation was selected to perform these design services. An engineering contract, scope, and fees have been prepared and reviewed by city staff. The engineering analysis, design, and bidding phases are not to exceed $107,592.00. At time of bid award, additional construction phase engineering services would be necessary as an amendment. Staff recommends approval of an Engineering Services Agreement with Black and Veatch Corporation not to exceed $107,592.00 for analysis and design of potable water pressure management solutions for the greater Clabber Creek area. Funds are available in the Water System Rehabilitation/Replacement account. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 7. Stewardship Costs with the Northwest Arkansas Land Trust for the Westside Prairie For every conservation easement Northwest Arkansas Land Trust holds, they are required by their Accreditation Standards and sound best practices to have money for the long term protection and enforcement of the conservation easement. These funds reimburse the Land Trust for the up -front due diligence, legal fees, and staff time associated with work before the easement closes, and the remainder goes into a long term stewardship fund. This fund helps pay for perpetual monitoring of the property (NWALT monitors all conservation properties annually) and contributes to a legal defense fund which allows the Land Trust to pay legal fees if the easement were to be violated. In short, the Stewardship Contribution helps the Land Trust cover the costs with assuming the liability of protecting the property forever. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 8. West Side Post -Aeration W3 Pump #4 Repair In fall of 2016, W3 Pump #4 failed vibration testing and was taken out of service. At the time, the pump was not immediately repaired due to redundancy, but now only 1 out of 4 West Side W3 pumps is operational. This pump supplies W3 wash water to critical plant processes and equipment including the band screen, belt presses, and the odor control system. The pump was recently sent to JCI Industries out of Joplin, MO for a hidden -damages inspection. We have a quote for $20,721.00 (shipping included). We believe this item qualifies for a sales tax exemption as specified by the Arkansas Department of Finance Arkansas Tax Rules — Section GR-66E because it supplies wash water to multiple solid removal processes at the WRRF. If needed, sales tax will be $2,020.30 for a total cost of $22,741.30. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 9. Noland Effluent Pump Station Pump #2 Repair (2020 Scheduled CIP) Recently W3Pump #2 at the Noland Effluent Pump Station stopped working. This pump was originally installed in 2007. This pump conveys W3 water used in the treatment process to multiple locations at Noland and BMS including the biosolids dryer, irrigation reels, and Influent Pump Station #1. The pump was pulled and sent to JCI out of Joplin, MO for a hidden -damages inspection. The inspection found a broken head shaft, a cracked suction bell bushing, and extensive wear and corrosion to various components. We have a quote from JCI for $25,776.00 (shipping included) to repair the pump. We believe this item qualifies for a sales tax exemption as specified by the Arkansas Department of Finance Arkansas Tax Rules — Section GR-66E because it supplies W3 water to the BMS biosolids dryer, seal water to influent pump station, and W3 water for washing down Noland's secondary clarifiers, belt presses, and band screens If needed, sales tax will be $2,513.16 for a total cost of $28,289.16. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL rd 10. Noland Effluent Pump Station Pump #4 Repair (2020 Scheduled CIP) Effluent Pump #4 at the Noland Effluent Pump Station has been out of service since 2018 after developing a leak from the packing seal. This pump was originally installed in 1988. This pump moves W3 water to various locations at Noland and BMS for use in the treatment process including the BMS biosolids dryer and irrigation reels, the Noland influent pump station, and the Noland secondary clarifiers. We have a quote from JCI for $29,559.00 (shipping included) to repair the pump We believe this item qualifies for a sales tax exemption as specified by the Arkansas Department of Finance Arkansas Tax Rules — Section GR-66E because it supplies W3 water to the BMS Biosolids Dryer, sends seal water to Influent Pumping Station #1, and because it provides W3 water for washing down Noland's secondary clarifiers, belt presses, and band screens. If needed, sales tax will be $2,882.01 for a total cost of $32,441.01 11. Capital Projects Update Discussion of current capital projects in the design state or underway. 12. Overview of WWTP Monthly Report Discussion of March's Monthly WWTP Report PRESENTATIONS Biosolids Master Plan Update Water Quality Report — Garver ATTACHMENTS Midland Recommendation & Bid Tabulation Thermal Process Systems Contract Garver Contract Pressure Management — Clabber Creek NWA Land Trust JCI Pump Quotes Capital Projects Update WWT — March 2020 Report ADJOURN Next Water, Sewer, Solid Waste Committee meets on Tuesday, June 91", 2020, 5:30 p.m. rimALLGEIER, MARTIN and ASSOCIATES, INC. Consulting Engineers May 6, 2020 Mr. Cory Granderson, P.E. City of Fayetteville 113 West Mountain St. Fayetteville, AR 72701 Re: Fayetteville 2020 Noland WWTP Electrical Upgrade Contract Dear Mr. Granderson: Enclosed is a copy of the bid tabulation and our recommendation for the 2020 Noland WWTP Electrical Upgrade contract. We recommend Midland Industrial Service, LLC with a bid of $1,036,491.85. Sincerely, ALLGEIER, MARTIN and ASSOCIATES, INC. A. Brent Corwin, P.E. Electrical Project Manager ABC/db Enclosures cc Tim Nyander CORPORATE www.amce.com 7231 East 24th Street Joplin, MO 64804 1417.680.7200 Joplin • Kansas City + Rolla • Springfield CITY of Bid 20-30, Construction - Noland WWTP Electrical Install F"ETTCYI LL■ ARKANSAS Midland Industrial Axis Electric, LLC Fleming Electric, Inc. Services, LLC Multi Craft Oil Capital Electric Total Cost $ 1,719,300.0 $ 1,431,000.0 $ 1,036,491.85 $ 2,217,278.5 $ 2,008,704.0 Selected # 0 0 27 0 0 Selected ($) $ 0 $ 0 $ 1,036,491.85 $ 0 $ 0 # Locked Items Selected Lowest QuantityRequired UnitofMeasure UnitPrice TotalCost I UnitPrice TotalCost UnitPrice TotalCost UnitPrice TotalCost I UnitPrice TotalCost 1 r • Backup Generators -this includes fuel, maintenance, rental #1-1 FALSE and all operating costs to operate $ 53,724.0 $ 53,724.0 1 LS All remaining 15kV equipment, cables and ansillary material #1-2 FALSE to make a complete and functional system $ 15,072.0 $ 15,072.0 1 LS The Labor & Material to completely install the Pre- #1-3 FALSE Engineered Metal Building at the Aeriation Basin Bldg. $ 10,372.0 $ 10,372.0 1 LS The Material only cost for all of the 480-volt switchgear, motor control centers and distribution panels. This does not #1-4 FALSE include any cables or connectors. $ 324,860.0 $ 268,700.0 1 LS All 480-volt equipment, cables and conduit shown in the attached drawings beginning at the transformer secondaries #1-5 FALSE (Labor Only) $ 175,000.0 $ 93,000.0 1 LS All remaining 480-volt equipment, cables and conduit shown in the attached drawings beginning at the transformer #1-6 FALSE secondaries (Material Only) $ 139,255.0 $ 61,024.0 1 LS #1-7 FALSE Mobilization ( Shall not Exceed 5%of total bid price) $ 47,598.4 $ 47,598.4 1 LS #1-8 FALSE Bonding and Insurance $ 17,500.0 $ 2,106.5 1 LS 2 Per Unit #2-1 FALSE Price Schedule (19) 4/0 URD-AL 15kV CONDUCTOR $ 25,704.0 $ 18,207.0 5355 LF #2-2 FALSE 15-UG17-1500 $ 21,428.0 $ 12,800.0 4 EP #2-3 FALSE 15-UG17-750 $ 10,714.0 $ 5,720.0 2 EP #2-4 FALSE 15-UG17-500 $ 21,428.0 $ 10,120.0 4 EP #2-5 FALSE PAD WORK (Labor and Material) $ 34,104.0 $ 8,800.0 8 EP #2-6 FALSE UC1 $ 0 $ 0 1 EP #2-7 FALSE 15-UM33A $ 8,995.0 $ 2,600.0 1 EP #2-8 FALSE UM48-2 $ 5,746.0 $ 5,746.0 13 EP #2-9 FALSE VISTA-413 $ 17,930.0 $ 2,400.0 1 EP #2-10 FALSE VISTA-624 $ 20,229.0 $ 3,200.0 1 EP #2-11 FALSE 4" Conduit $ 2,565.0 $ 703.0 95 FT #2-12 FALSE #4 AWG $ 4,349.45 $ 1,445.0 1445 LF #2-13 FALSE 1/0 AWG $ 390 $ 195.0 130 LF #2-14 FALSE 4/0 URD-AL 15kV CONDUCTOR $ 21,480.0 $ 18,795.0 5370 LF #2-15 FALSE UG17-1500 $ 27,198.0 $ 21,930.0 6 EP #2-16 FALSE UG17-500 $ 18,900.0 $ 6,600.0 4 EP #2-17 FALSE UC1 $ 0 $ 0 1 EP #2-18 FALSE UM3E-3 (Fig. 7) $ 9,450.0 $ 2,400.0 2 EP #2-19 FALSE UM48-2 $ 2,500.0 $ 500 1 EP 255,200.0 $ 255,200.0 1$279,500.0 $ 279,500.0 I $ 53,724.0 �$ 53,724.0 $ 954,860.0 $ 954,860.0 I $ 717,500.0 $ 717,500.0 239,340.2 $ 239,340.2 $ 157,508.75 $ 157,508.75 $ 15,072.0 $ 15,072.0 $ 95,500.0 $ 95,500.0 $ 150,300.0 $ 150,300.0 46,200.0 $ 46,200.0 1 $ 24,000.0 $ 24,000.0 b $ 10,372.0 1$ 10,372.0 1$11,270.0 $ 11,270.0 1 $ 19,600.0 $ 19,600.0 282,375.5 $ 282,375.5 1 $ 268,700.0 $ 268,700.0 1 $ 324,860.0 $ 324,860.0 1 $ 310,000.0 $ 310,000.0 1 $ 275,500.0 $ 275,500.0 218,058.5 $ 218,058.5 1$ 204,000.0 $ 204,000.0 1$ 175,000.0 $ 175,000.0 1$ 93,000.0 $ 93,000.0 1$ 263,900.0 $ 263,900.0 182,631.63 $7182271317.763 I34,03000.343000.0 �59255.0 $ 641:0245 641,024I$ 249,100.0 $ 249,100.0 00.0 0. 77 9,9,5.0 880 76,700.0 $ 76,700.069,50.013 79,271.647,.4 525,267.0 $ 25,267.0 $ 26,500.0 $ 26,500.0 $ 17,500.0 $ 17,500.0 $ 2,106.5 $ 2,106.5 $ 27,300.0 $ 27,300.0 19.8 $ 106,029.0 $ 3.8 $ 20,349.0 $ 4.8 $ 25,704.0 $ 23 $ 123,165.0 $ 3.4 $ 18,207.0 6,820.0 $ 27,280.0 $ 4:200.0 $ 16,800.0 $ 5,357.0 $ 21,428.0 $ 3,500.0 $ 14,000.0 $ 3,200.0 $ 12,800.0 2,860.0 $ 5,720.0 $ 4000.0 $ 8,000.0 $ 5,357.0 $ 10,714.0 $ 3,000.0 $ 6,000.0 $ 2,870.0 $ 5,740.0 2,860.0 $ 11,440.0 $ 3:800.0 $ 15,200.0 $ 5,357.0 $ 21,428.0 $ 5,500.0 $ 22,000.0 $ 2,530.0 $ 10,120.0 1,100.0 $ 8,800.0 $ 2,750.0 $ 22,000.0 $ 4,263.0 $ 34,104.0 $ 10,250.0 $ 82,000.0 $ 7,785.0 $ 62,280.0 1,650.0 $ 1,650.0 $ 1,500.0 $ 1,500.0 $ 0 $ 0 $ 4,700.0 $ 4,700.0 $ 3,650.0 $ 3,650.0 4,620.0 $ 4,620.0 $ 2,600.0 $ 2,600.0 1$8,995.0 $ 8,995.0 $ 12,555.0 $ 12,555.0 1$3,539.0 $ 3,539.0 1,078.0 $ 14,014.0 $ 500 $ 6,500.0 $ 442 $ 5,746.0 $ 566 $ 7,358.0 $ 1,087.0 $ 14,131.0 20,900.0 $ 20,900.0 $ 2,400.0 $ 2,400.0 , $ 17,930.0 $ 17,930.0 $ 6,000.0 $ 6,000.0 $ 5,794.0 $ 5,794.0 23,100.0 $ 23,100.0 $ 3,200.0 13,200.0 $ 20,229.0 $ 20,229.0 $ 7,000.0 $ 7,000.0 $ 21,640.0 $ 21,640.0 16.5 $ 1,567.5 $ 13 $ 1,235.0 $ 27 $ 2,565.0 $ 57 $ 5,415.0 $ 7.4 $ 703.0 9.9 $ 14,305.5 $ 1.25 $ 1,806.25 $ 3.01 $ 4,349.45 $ 37 $ 53,465.0 $ 1 $ 1,445.0 11.88 $ 1,544.4 $ 1.5 $ 195.0 $ 3 $ 390 $ 48 $ 6,240.0 $ 1.7 $ 221.0 16.5 $ 88,605.0 $ 3.8 $ 20,406.0 1$ 4 $ 21,480.0 $ 23 $ 123,510.0 $ 3.5 $ 18,795.0 5,280.0 $ 31,680.0 $ 4,200.0 $ 25,200.0 $ 4,533.0 L ,198.0 $ 3,685.0 $ 22,110.0 $ 3,655.0 $ 21,930.0 1,650.0 $ $ 3,800.0 $ 15,200.0 $ 4,725.0 900.0 $ 3,750.0 $ 15,000.0 $ 2,970.0 $ 11,880.0 1,320.0 $ 1,320.0 $ 1,500.0 $ 1,500.0 $ 0 $ 4,000.0 $ 4,000.0 $ 4,635.0 $ 4,635.0 9,350.0 $ 18,700.0 $ 1,200.0 $ 2,400.0 $ 4,725.0 50.0 $ 42,500.0 $ 85,000.0 $ 4,929.0 $ 9,858.0 3,080.0 $ 3,080.0 $ 500 $ 500 $ 2,500.0 $ 2,500.0 $ 6,000.0 $ 6,000.0 $ 1,436.0 $ 1,436.0 Unofficial results ' F_. '. EVILLE ARKANSKAAS Bid 20-30, Construction - NWWTP Electrical Install - Bid 20-30, Construction - NWWTP Electrical Upgrade Project Overview Project Details Reference ID Bid 20-30, Construction - NWWTP Electrical Install Project Name Bid 20-30, Construction - NWWTP Electrical Upgrade Project Owner Les McGaugh Project Type ITB Department Purchasing i Amount Certified $1,100,000 The City of Fayetteville, AR is accepting sealed bids from properly licensed professionals for the 2020 Noland WWTP Electrical Upgrade contract. The Work under this Contract may include, but is not limited to, Project Description the replacement of an estimated 1,800 feet of 15kV underground cable. Also included are the replacement of ten 12,470-480/277 V pad -mounted transformers, two 15kV pad -mounted switchgear. Replacement of four 480-volt switchboards and multiple 480 V underground service cables as further defined in the Contract Documents. Open Date Feb 24, 2020 12:00 PM CST Close Date Apr 22, 2020 2:00 PM CDT Highest Scoring Supplier Score c�rr ❑. EVILL E ARKANS ARI(ARSAS Midland Industrial Services, LLC Seal status Requested Information Required Signature Form Bid 20-30, Construction - NWWTP Electrical Install (BT- 48UY) Arkansas Contractor's License Arkansas Secretary of State Filing # Bid Bond Conflict of Interest Unsealed on Apr 22, 2020 2:02 PM CDT Apr 22, 2020 2:02 PM CDT Apr 22, 2020 2:02 PM CDT Apr 22, 2020 2:02 PM CDT Apr 22, 2020 2:02 PM CDT Apr 22, 2020 2:02 PM CDT 100 pts Unsealed by Les McGaugh Les McGaugh Les McGaugh Les McGaugh Les McGaugh Les McGaugh # Declaration of Conflict of Interest You have been chosen as a Committee member for this Evaluation. Please read the following information on conflict of interest to see if you have any problem or potential problem in serving on this committee. ## Code of Conduct All information related to submissions received from Suppliers or Service Providers must be kept confidential by Committee members. ## Conflict of Interest No member of a Committee shall participate in the evaluation if that Committee member or any member of his or her immediate family: * has direct or indirect financial interest in the award of the contract to any proponent; * is currently employed by, or is a consultant to or under contract to a proponent; * is negotiating or has an arrangement concerning future employment or contracting with any proponent; or, * has an ownership interest in, or is an officer or director of, any proponent. Please sign below acknowledging that you have received and read this information. If you have a conflict or potential conflict, please indicate your conflict on this acknowledgment form with information regarding the conflict. I have read and understood the provisions related to the conflict of interest when serving on the Evaluation Committee. If any such conflict of interest arises during the Committee's review of this project, I will immediately report it to the Purchasing Director. ' F-. '. EVILLE ARKANSKAAS Name Date Signed Has a Conflict of Interest? Les McGaugh Apr 22, 2020 2:03 PM CDT No Andrea Foren Apr 24, 2020 1:24 PM CDT No 6 c-rr or FAYETTEVILLE ARKAWS Ail%ANf A; Submissions Supplier Date Submitted Name Jay Noe Email jnoe@fleminc.com Confirmation Code Nzg3NTY= Fleming Electric, Inc. Apr 22, 202012:53 PM CDT Multi Craft Apr 22, 2020 1:55 PM CDT jerod Bradshaw jradshaw@multi-craft.net Nzg3ODM= Axis Electric, LLC Apr 22, 2020 1:13 PM CDT Jason Kuncl jkuncl@axis-electric.com Nzg3Njl= Oil Capital Electric Apr 22, 2020 1:18 PM CDT Richard Morrison rmorrison@oce.us.com Nzg3NjY= Midland Industrial Services, LLC Apr 22, 2020 1:15 PM CDT Amber Ritchie aritchie@midlandllc.com Nzg3NjU= CITY or EVILLE ARKAMIil%ANf A; Scoring Summary Active Submissions Total Supplier / 100 pts Midland Industrial Services, LLC 100 pts Fleming Electric, Inc. I 72.43 pts Axis Electric, LLC 60.29 pts Oil Capital Electric 51.6 pts Multi Craft 46.75 pts Within Certified Amount Pass/Fail Pass Fail Fail Fail Fail Total Base Bid / 100 pts 100 pts ($1,036,491.85) 72.43 pts ($1,431,000.00) 60.29 pts ($1,719,300.00) 51.6 pts ($2,008,704.00) 46.75 pts ($2,217,278.50) ' F-. '. EVILLE ARKANSKAAS Signatures Name Les McGaugh (Project Owner) Les McGaugh (Evaluator) Andrea Foren (Evaluator) Andrea Foren Signatures Digitally signed by Andrea Foren Date: 2020.04.24 15:13:56-05'00' Tim Nyander Submitted By City of Fayetteville Staff Review Form 2020-0386 Legistar File ID 5/19/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 5/1/2020 WASTEWATER TREATMENT (730) Submitted Date Division / Department Action Recommendation: Staff recommends approval of a contract with Thermal Process Systems, Inc. in the amount of $618,319.61 to repair the roofs of the six solar drying houses at the Biosolids Solids Management Site, approval of a project contingency in the amount of $61,832.00, and approval of a budget adjustment. Budget Impact: 5400.730.5800-5400.00 Water and Sewer Account Number Fund 02032.1 WWTP Building Improvements Project Number Project Title Budgeted Item? Yes Current Budget $ 3,207,504.00 Funds Obligated $ 1,067,314.69 Current Balance $ 2,140,189.31 Does item have a cost? Yes Item Cost $ 680,151.61 Budget Adjustment Attached? Yes Budget Adjustment $ 680,152.00 Remaining Budget 2,140,189.70 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 19, 2020 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff FROM: Tim Nyander, Utilities Director DATE: May 1, 2020 CITY COUNCIL MEMO SUBJECT: Repair of Storm Damage to Solar Drying Houses at the Biosolids Management Site. RECOMMENDATION: Staff recommends approval of a contract with Thermal Process Systems, Inc. in the amount of $618,319.61 to repair the roofs of the six solar drying houses at the Biosolids Solids Management Site, approval of a project contingency in the amount of $61,832.00, and approval of a budget adjustment. BACKGROUND: The Biosolids Management Site utilizes a series of (6) six solar houses, approximately 48,000 total square -feet, to partially dry wet biosolids prior to the thermal drying process for production of Class -A, biosolids fertilizer. The Noland and West Side treatment facilities produce an average of over 100,000 lbs. of belt -pressed biosolids every day. The solar houses and thermal dryer are tandem processes that reduce the daily biosolids volume down to approximately 15,000 lbs. of Class -A, Exceptional Quality fertilizer. The solar houses process nearly 25% of all biosolids annually, while processing nearly 40% during peak summer drying months. The biosolids drying process saves the city significant landfill costs annually, as well as allows for beneficial reuse of the biosolids material. On May 18, 2019 a severe storm passed through the Fayetteville area, more specifically in the vicinity of the City's Biosolids Management Site located at 16464 East Wyman Road. According to the National Weather Service, high -wind conditions, or winds greater than fifty to sixty miles per hour (50-60 mph), were recorded within ten (10) miles of the site around the time of the damage. Maximum wind speed was sixty-three miles per hour (63 MPH) at the Fayetteville, Arkansas Airport, approximately ten (10) miles southwest of the subject building. The visible damage consisted of missing and damaged roof panels on the far interior end of every solar house; structural damage to several air intake doors; and missing or damaged end caps, roof caps, and metal battens. The solar houses are still in partial use for drying biosolids but with greatly reduced capacity due to the missing and damaged panels. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 DISCUSSION: The damage to the solar houses has greatly reduced the fertilizer output and increased operational costs at the BMS. This has led to additional costs related to increased thermal dryer demand, increased trips to the landfills, and the diversion of BMS labor from hay production and water treatment residual application. The solar house damage loss is estimated to be $46,115.86 through December 2019. A qualified inspector from the solar house manufacturer as well as the original installer performed a thorough inspection on March 311, 2020. Their finding was that 90% of the roof panels were damaged. Besides the obviously blown out panels and damaged glazing bars, nearly every roof panel has been comprised; broken thru or cracked around the fasteners. In addition to the drying efficiency loss, the rainwater that enters through the damaged roof causes the biosolids to go septic and release odors through the missing solar panel openings affecting BMS neighbors. Staff recommends approval of the contract with Thermal Process Systems, Inc. to repair the damaged roofs at the Biosolids Management Site. The work will be performed through their subcontractor, Rough Brothers Inc., an Arkansas -licensed contractor. BUDGET/STAFF IMPACT: Funds will be moved from the Water System Rehabilitation account to the WWTP Building Improvements account to cover the costs of the repair. The City is still coordinating with the insurance company and intend to give the contractor notice to proceed after the insurance details are settled. The City anticipates that insurance will cover all the damage and restore it to its full operational capacity. Attachments: Contract Budget Adjustment CITY OF City of Fayettevi Ile, AR FAY E TT E V I L L E Contract for: Repair of Biosolids Facilities from Storm/Wind damage A R K A N S A S Vendor: Thermal Process Systems, Inc. Term: Single Project, Referencing Property Insurance Claim# 5630039221 Location: Biosolids Management Site, 16464 L Wyman Rd., Fayetteville, AR 72701 This contract executed this day of , 2020, between the City of Fayetteville, Arkansas (City), 113 W Mountain, Fayetteville, Arkansas, 72701 and Thermal Process Systems, Inc. (TPS )_. In consideration of the mutual covenants contained herein, the parties agree as follows: TP5 at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete repairs related to claim number 5630039221, wind/storm damage to the six (6) biosolids solar buildings on or about May 18, 2019 per repair estimate in the amount of $618,319.61 US DOLLARS. 2. TPS Is aware and understands the repair work associated with the biosolids facility is in reference to a claim filed by the City with its property insurance carrier and agrees: A. To coordinate with the City's insurance carrier for claim information including any supplemental claims that may need to be filed for additional repair work discovered during contracted work. B. To only begin repairs when authorized with a formal Notice to Proceed has been issued by the City. C. To work with the City to revise scope upon the City's finalized claim information with the insurance carrier. 3. The City of Fayetteville shall pay for completion of each project based on prices indicated in TPS' estimate for repairs. Payments will be made after approval and acceptance of work and submission of invoice. Payments will be made approximately 30 days after receipt of invoice. The City reserves the right to withhold retainage in an amount not to exceed state contract limitations. 4. The Contract documents which comprise the contract between the City of Fayetteville and TPS consist of this Contract and the following documents attached hereto, and made a part hereof: A. A3ipendix_A. Repair Quotation, dated 4/7/2020 for scope of work from TPS B. Appendix B: TCP's Certificate of Insurance 5. These Contract documents constitute the entire agreement between the City of Fayetteville and TPS and may be modified only by a duly executed written instrument signed by the City of Fayetteville and TPS. 6. TPS shall not assign its duties under the terms of this agreement. 6. TPS agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from TPS' performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 1. TPS shall furnish a certificate of insurance addressed to the City of Fayetteville, showing bound coverage, as listed in Appendix B, which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee City of Fayetteville, AR Contract for Repair of Bioso lids Facilities Page 1 of 3 engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, TPS shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. The premiums for all insurance required herein shall be paid by TPS. TPS shall furnish proof of licensure as required by ail local and state agencies in addition to proof of Ilcensure far any subcontractor associated with this contract. Project Bonding: Performance and payment bonding. After execution of this contract by all parties, TPS shall provide a 100% separate performance and payment bond from a bonding company, licensed to do business in the state of Arkansas, to the City of Fayetteville after being file marked at the Washington County Circuit Clerk's Office. Bonds shall be provided within ten (10) calendar days after contract has been fully executed. All bonds shall be listed with the U.S. Treasury Department listing of approved surety's (T-List) and shall be rated A+ minimum by A. M. Best. 4. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will d❑ 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 photo coping costs pursuant to the FOIA may be assessed for this compliance. 5. Changes in scope or price: 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 Fayetteville City Council in advance of the change in scope, cost or fees. 5. Jurisdiction: Legal jurisdiction to resolve any disputes shall he Washington County, Arkansas with Arkansas law applying to the case. 7. Arbitration/Mediation; The City will not agree to be forced to mediate or arbitrate any dispute. S. Interest charges for late payments by the City, The City of Fayetteville does NOT agree to any interest or penalty for "untimely" payments. The City will pay all invoices within 30 calendar days of accepted invoice. 9. Lien Waivers: The contractor shall ensure that the City of Fayetteville receives lien waivers from all material suppliers, subcontractors, and sub -subcontractors. TPS shaft have each subcontractor and sub -subcontractor and material supplier execute a written receipt evidencing prior to commencement of the work of the subcontractor or material supplier. WITNESS OUR HANDS THIS DAY OF CITY OF FAYETTEVILLE, AR Bv: LIONELID JORDAN, MAYOR City of Fayetteville, AR Contract for Repair of Biosolids Facilities Page 2 of 3 2020. THERMAL PROCESS SYSTEMS, INC. �} S fjoft/ Printed Name & Title X . I-1 P ��X,�, ATU A E ATTEST: Kara Paxton, City Clerk Date Signed: City of Fayetteville, AR Contract for Repair of Biosolids Facilities Page 3 of 3 ATTEST (if applicable); Company Secretary Business Address C. City, State & Zip Code Date Signed: v U2P Contract for Repair of Biosolids Facilities: Appendix A Thermal Process Systems REPAIR QUOTATION THERMO-SYSTEM° ACTIVE SOLAR ❑RYER7M THERMO-SYSTEM THERMAL PROCESS SYSTEMS, INC. 1 627 EAST 1 10- AVE. [OR PoiNT, IN 46307 1 O' (219) 663-1034 1 E: INFO OaTHERMALPROCESS.COM Tuesday, April 7, 2020 Reference: Thermal Process Systems, Inc. Offerinq NO TPS-P200407 A Client: City of Fayetteville Contract for: Repair of Biosolids Facilities from StormPdVind Damage Term: Single Project, Referencing Property Insurance Claim# 5630039221 Location: Biosolids Management Site, 16464 E Wyman Rd., Fayetteville, AR 72701 1. Part One: General Thermal Process Systems {TPS} is pleased to provide the following proposal to the City of Fayetteville, AR for the materials and labor for the re -glaze of the existing six (6) gutter connected a --frame Thermo -System' Active Solar DryerT11 System (Project), per the correspondence with Thermo -System Product Manager: Mr. Alexander K. Kraemer (AKK). Should this proposal be accepted, TPS will complete the Project in accordance with the terms and conditions of this agreement. Z. Part Two; Materials A -Frame 2A . Materials to re -glaze the roof only on six (6) existing gutter connected houses 42'0" wide by 204' long each, totaling 51,408 sq. ft. 2.2. New roof glazing to be 8 mm thick clear twin wall no drip polycarbonate. 2.3. Existing roof glazing system is extruded aluminum roof rafters for 8 mm thick *tructured sheet, spaced on 72" contorc. TPC to provide new r=PDM gaskets and stainless -steel screws on 9" centers. Existing rafters and caps to be re -used. 2.4. One hundred (100) pcs of new 8 mm thick bar cap wl pvc gasket installed and punched on 9° centers by 288" long each. 2.5. Five (5) pcs extruded aluminum rafters by 288" long each. 2.6. Ten (10) pcs of 8 mm thick end rafter by 264" long each. 2.7. Ten (10) pcs of ridge flashing by 10'0" long each. 2.8. TPS to provide necessary fasteners, panel supports, and sealant. 2.9. Two (2) gable vent top rails, two (2) gable vent bottom rails, and six (6) mullions with caps. 2.10. Four hundred and fifteen (415) pcs of 71'/4" wide by 276" long 8 mm thick clear twin wall no drip polycarbonate. 2,11. Three (3) pcs of 711/4" wide by 256" long 8 mm thick clear twin wall no drip polycarbonate. 2.12. Three (3) pcs of 71'/4" wide by 132" long 8 mm thick clear twin wall no drip polycarbonate. Page 1 of 8 AL Thermal Process Systems REPAIR QUOTATION THERMO-SYSTEM° ACTIVE SOLAR ❑RYERTM 1 _ THERMO-SYSTEM THERMAL PROCESS SYSTEMS, INC;- 1 627 EAST 110- AVE- I CROWN PAINT. IN 46347 1 D: (219) 663-10341 E. I NF o @T HERMAL PROCE SS. COM 3. Part Three: Gable(s) Not included. 4. Part Four: 5idewall(s) Not included. 5. Part Five: Installation/Labor TPS will provide the installation of the Project using sub -contractors, licensed and insured in the State of Arkansas. A Col and a copy of a valid Contractor's License shalt be issued to the City upon approval of this Agreement. 5A . TPS will be responsible to unload the materials from the truck(s) using the City's forklift. 5.2. TPS wilt provide two (2) scissor lifts for the duration of the Project. 5.3. TPS will erect and install all TPS supplied materials listed in Part Two- 5.3-1. when removing the old panels, the roof bars will be cleaned out, prior to the installation of the new panels. 5.3.2. The sludge and debris will mostly fall into the chamber. Removal of the debris is the responsibility of the City — reference Part Six. 6.5 5.4, TPS' labor is non -union. Should union labor, prevailing wage, or contractor license situations arise and/or exist, TPS will discuss the up charge with the City. Labor rates are construction crew specific based on best available pricing during COVID- 19. Based on availability, TPS reserves the right to postpone installation dates to utilize the specific construction crew intended for the project. b. Bart Six: Exclusions In addition to any other exclusions set forth in this Agreement, the following items are not included in this Agreement: 6.1. Site Preparation, & Special Inspections, 6.2. State Product Approvals & IBC Glazing Codes. 6.3. Engineered Drawings. 6.4. Setting of limits on all vent motors. TPS can assist Customer -hired electrician. 6.5. ❑umpsters, disposal of old materials, trash removal, restroom requirements. 6.6. Power, and water supply are the responsibility of the City during project 6.7. Removal of Biosolids from solar dryer chamber prior to the Project start date. 6.8. Sales Tax — refer to tax exemption. 6.9. Cleaning of the Project. Page 2 of 8 Thermal Process Systems REPAIR QUOTATION THERMO-SYSTEMO ACTIVE SOLAR DRYERTM THERMO-SYSTEM THFRMAL PROCESS SYSTEMS. INC-1627 EAST 110TM AVE, 1 GROWN POINT, IN 45307 1 Q' (219) 663-1034 1 E. INFD@THERMALPROCESS.COM 7. Part Seven: Taxes TIPS tax certificate is attached. Exemptions are listed. 8. Part Eight; Pricing Pricing for all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance and all other accessories and services necessary to complete repairs related to claim number 5630039221, wind/storm damage to the six (6) biosolids solar buildings on or about May 18, 2019 in the amount of. Total Contract Amount: US$ 618,319.61 Dollars excl. Tax Pricing is only valid for 30 days from Agreement date. Changes, modifications, or amendments in scope, price or fees to this contract shall only be allowed with prior formal contract amendment approved by the City in advance of the change in scope, cost or fees. 9. Part Nine: Payment Terms For the Materials & Labor - Should the contract amount not be paid in full upon the Effective Date, the following payment plan is required- 9.1. An initial payment of; 40 % of the contract amount upon the Effective Date. 9,2. A 2nd payment of: 50 % of the contract amount prior to shipment_ 9-3. A 3 d payment of: 10 % of the contract amount upon the roof being covered (less the final payment). 9.4. A final payment of: US $10,000 due upon Substantial Completion. Once the City has approval and acceptance of work, the City shall make payments approximately 33 days after receipt of invoice. The City reserves the right to withhold retainage in an amount noted in 9-4. not to exceed state contract limitations. It is understood that the City will pay all invoices within 30 calendar days of accepted invoice. Although the City of Fayetteville does NOT agree to any interest or penalty for "untimely" payments, if full payment has not been received within 12 months of the Effective Date, the balance of the project can and will be subject to price adjustments due to changes in material costs, labor costs, freight costs or material storage. Any charges above the original contract amount shall be invoiced as the costs are incurred by TPS, and as materials are shipped, if such charges include a change in the materials for the Project. The City agrees that all such invoices shall be paid in full no later than thirty (30) days from date of invoice. Page 3 of 8 Alk Thermal Process Systems THERMO-SYSTEM' ACTIVE SOLAR DRYERTM THERMO-SYSTEM THERMAL PROCESS SYSTEMS, 1NC. 1627 EAST 110- AVE. I CRO M POINT, IN 463071 d: [219] 663-1034 1 E: INFO@THERMALPROCESS.COM 10. Part Ten: Freight & Delivery All prices quoted are F.O.B., F.C.A., source based on the respective method of delivery. Delivery of products will be made by a carrier selected by TPS, either by a single delivery or delivery in lots. Title and risk of loss arising from any cause pass to TPS delivery to a carrier consigned to TPS. TPS shall be responsible for the unloading of products consigned to the City. Specifically, trucks and containers have a two (2) hour timeframe to be unloaded from arrival. if the unloading takes longer than 2 hours, no additional costs & fees are to be charged to the City. Times of delivery & construction, when given, are estimated, but are not guaranteed. TPS shall not be liable to compensate the City for damages resulting from delays in shipment. delivery, or erection. In the event of any delay in delivery due to a Force Majeure Event, the City agrees either to accept delivery at such time as delivery can be effected, or, at its option, to compensate TPS for all costs of production (including, but not limited to costs of materials, labor, and overhead) incurred up to the time TPS receives written notice of City's desire to have production of the order stopped. 10.1. TPS is responsible for unloading Project materials & equipment shipped to the job site. The City shall provide a forklift. 10.2. to order to lower overall transportation costs, TPS shall arrange to have the materials shipped directly from the manufacturer to the Project Site. 10.3. Once the delivery company has accepted the material, TPS is responsible if there is any damage or loss. 10,4. Once the materials are accepted the City shall take on the responsibility of, 10.4.1. proper storing, 10.4.2. any damage and/or loss. 11, Part Eleven, Duration of Proposal & Confirmation Unless specified to the contrary, all prices stated in this proposal shall be valid for thirty (30) days from the date of the proposal, unless the proposal first is rescinded by TPS. If this proposal is signed by the City and accepted by TPS it shall become a binding legal contract. Page 4 of 8 A �4_ A Thermal Process Systems REPAIR QUOTATION THERMO-SYSTEM® ACTIVE SOLAR DRYER TM THERMO-SYSTEM THERMAL PROCE55 SYSTEMS, INC. 1 627 EAST 11P AVE. I CROWN PoiNT. IN 46307 I o: (219) 663-1034 1 E: INFOQTHERMALPROCESS.CCM 12, Part Twelve: Cancellation Orders for material or equipment cannot be cancelled after acceptance. either in whole or in part, nor is material returnable for credit or otherwise. 13. Part Thirteen: Entire Agreement This Agreement constitutes the entire agreement of TPS and the City. This Agreement supersedes any and all prior understandings and promises, written or oral, between TPS and the City, 14. Part Fourteen: Jurisdiction Legal jurisdiction to resolve any disputes shall be Washington County, Arkansas with Arkansas law applying to the case. 15. Part Fifteen: Arditration/Mediation The City will not agree to be forced to mediate or arbitrate any dispute. 15. Part Sixteen: Miscellaneous Provisions By signing this agreement, the City agrees that it will use the structure and systems for only purposes that corn ply with the law, and warrant that they have al# the appropriate and necessary, up to date, licenses and governmental approvals to so use the structure and systems, and will maintain those licenses or approvals. This Agreement shall be interpreted, construed, and enforced only under the laws of the State of Arkansas. The Parties further agree that any claims of the City brought in law or equity, based on any theory of recovery (including without limitation warranty, tort, or otherwise), relating to the work performed under or ancillary to this Agreement or in any way in relationship to the services provided under this Agreement are and shall be governed solely by Arkansas law. This agreement shall be binding and inure to the benefit of the parties, their personal and legal representatives, their heirs and beneficiaries, and their assigns and successors -in -interest. The City may not assign this agreement without the prior written consent of TPS. In the event any provision hereof is found invalid or unenforceable according to its terms, such provision shall be enforced or severed to the extent possible without affecting the remainder of the Agreement. This letter is a proposal that, when executed by all parties subject to the above terms, will become the Agreement ("Agreement") entered into by Thermal Process Systems, Inc. ("TPS") and the City of Fayetteville ("the City"). This Agreement is effective (the "Effective ❑ate") as of the date of TPS' signed acceptance of the City's signed proposal, subject to TPS' acceptance of the City's credit application. Once fully signed, TPS will complete the Project in accordance with the terms and conditions of this Agreement and the City will be strictly bound by all the terms and conditions of this Agreement. Page 5 of 8 A Thermal Process Systems REPAIR QUOTATION THERMO-SYSTEM@) ACTIVE SOLAR DRYER TM THERMO-SYSTEM THERMAL PROCESS SYSTEMS, INC. 1627 EAST I IT' Ave. I CRovm Pomrr, IN 463071 O: [219] 663-10341 E: iNFo@Tt-iERMALPROCESs.coM 17. Part Seventeen, Warranty & Limitation on Liability TPS warrants that its products will be free from material defects for a period of one (1) year after the date the Project is Substantially Completed. This warranty shall not be extended beyond its original twelve-month term for any reason. Installation and operation of the goods or products in any manner other than that recommended in TPS' specifications or any other written communications shall void this warranty granted by TPS. This warranty shall also be rendered void, if the City fails to pay for the goods and/or service according to the payment terms hereunder or does not follow the recommended maintenance and/or construction procedures. If the City fails to provide written notice to TPS within the earlier of: (a) 30 days after the defect is first discovered or should have been discovered, or (b) one year after the Project is Substantially Completed, TPS shall not be obligated to honor the warranty claim. TPS makes no warranties as to items and components furnished and warranted by others or as to any item, which is furnished by TPS and altered, damaged or misused by others or by inclement weather, flooding, or other casualty. The City agrees that its sole recourse as to items and components supplied by others is to make a claim against the manufacturer of such products under that manufacturer's warranty, if any. The City shall have no claim against TPS for such product defect failures or otherwise in connection with such products. Attachment with wirelock, polylock, springlock &/or extrusions are not guaranteed to mechanically hold polyethylene or cladding, any failure associated with a polyethylene or cladded roof or vent with this method or similar method of attachment is not warrantied. Page 6 of 8 VIA Thermal Process Systems REPAIR QUOTATION THERMO-SYSTEM ACTIVE SOLAR ❑RYERTM THERMO-SYSTEM THERMAL PROCESS SYSTEMS, INC. 1627 EAST 110_` AVE. I CRovvN PoNT, IN 46307 1 ❑: (219) 663-1034 1 P: 1NFo©THtRh1A1_PR0CESS-00M In the event of a claimed defect in any material or workmanship furnished by TPS, which is covered by the warranty provided above, the City agrees to promptly (and in no event later than 30 days after the defect is first discovered or should have been discovered) notify TPS in writing of the claimed defect. If such defect is covered by the warranty provided in the first bullet of this section (as determined by TPS }n its sole discretion), TPS, at its option, will either repair or replace the defect and TPS` liability under the warranty is strictly limited to such repair or replacement without charge during the warranty period. if inspection, replacement, or repair is made at the City's premises, the City shall pay all labor, transportation, and lodging expenses. TPS reserves the right to inspect all materials and workmanship alleged to be defective or in non- conformance, and the City agrees to hold and protect all products or materials for which the City has given notice as stated above until the City is instructed to do otherwise by the City. While such products or materials are in the City's possession, the City shalt not alter such products or materials and the City shall be liable for all alterations or damages to products or materials. Waiver of Subrogation —the City specifically and irrevocably waives all rights and actions against TPS/Subcontractors for any of Customer's damages caused in whole or in part by the Project or by TPS/Subcontractors' alleged commission of a tort or breach of this Agreement, to the full extent such damages are covered by property insurance or any other insurance. This irrevocable waiver of subrogation shall be effective as to a person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise, did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged. Page 7of8 Thermal Process Systems REPAIR QUOTATION THERMO-SYSTEM® ACTIVE SOLAR DRYER TM THERMO-SYSTEM THERMAL PROCESS SYSTEMS, INC. 1 627 EAST 110" AVE. I CROWN POINT, IN 46367 1 ❑: (219) 663-1034 1 E: I NFO QT HE RMAL P ROCE S S.0 O M Date: April 8, 2020 Thank you for your order. When we have received all the following paperwork, we will be able to initiate the production of your order. 1. Signed Contract 2. Dawn Payment (corresponding to the terms of the contract) Page 8 of 8 Client#: 122157 THERMPRO Appendix B ATE IM YYYYI ACORD_ CERTIFICATE OF LIABILITY INSURANCE DM7O0141zsMIDDI 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: H the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. H SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an andorsament. A statam ant on this certificate does not confer any rights to the certificate holder in lieu of such endorsementlsj. PRODUCER Pillar Group Risk Mgmt NAME; 7 Susan Welsh P�IONE 317-853�572 C No ; 317.853-3573 IUC No Ext A division of Dimond Gros. ADDRESS. SWL'13h@pillargrp.com 11708 North College Avenue Carmel, IN 46032 INSURE R(S)AFFORDING COVERAGE NAIL# INSURERA : Amerisure Mutual Insurance Company 23396 INSURED Thermal Process Systems, Inc. 627 East 110th Avenue Crown Point, IN 46307 INSURER B INSURER C ; INSU RER D - - INSU RER E: INSURER F - COVERAGES CERTIFICATE NUMBER: 19-20 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURE❑ 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. TYPEOFINSURANCELINATS ADDLSUBR POLICY EFF MOnYYMMDDNR POLICY EKP1N A X COlMMEROWL GENERAL U&BUTY CLAIMSfiMADE � OCCUR CPP2033320 1/0812019 11IM2020 EEAACMHAGOECTCUR��RENCE s 1 000 000 PREMISES Ea PNCTWEr B, $1 000 000 MEO EXP (Any one person) $10 000 PERSONAL &ADVINJURY $1,000000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY I ^I JECT 0 LOC OTHER: GENERAL AGGREGATE s 2,000,000 PRODUCTS-COMPIOPAGG 52,000 00Q S A AUTOMOBILE LIABILITY x ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NOW -OWNED x AUTOS ONLY x AUTOS ONLY CA2089406 1110812019 11/081202 COMBIND (EaacadentSINGLE uMlr 1,000,000 BODILY INJURY (Per Person) S BODILY INJURY (PeracddeM 3 PROPERTY LLAMAGE Per � $ S A x UMBRELLA DAB EXCESS LIAB ]( OCCUR CLAIMS -MADE CU2041038 1110$12019 11108/202 EACH OCCURRENCE 35,000,000 AGGREGATE $5 000 000 ➢ED X RETENTION 3-0- $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECI-MVE OFFtGER EMr R EMGLUDED. r4 (Mandatary In NH) Ues, NOF pPERATIONS below under DESCRIPTIIPTION H /A YWC2033321 1110812D 19 11108=20 x ISER OE E.L. EACH ACCIDENT $1,000E 000 E.L. DISEASE - EA EMPLOYEE $1 000 000 E.LDISEASE- POLICY LIMIT s1 000000 A Installation IM2073457 111081201911108120 $750,000 DESCRIPTION OF OPERATIONS 1 LOCATION91 VEHICLES (A CORD 101, Additional Remarks Schedule, may be attached IF more apace IS required) RE: Work clone for certificate holder CERTIFICATE HOLDER CANCELLATION CI of Fayetteville Arkansas SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SrCANCELLED BEFORE y THE EXPIRATION DATE THEREOFT NOTICE WILL BE DELIVERED IN Biosolids Management ACCORDANCE WITH THE POLICY PROVISIONS. 1664 E Wyman Rd Fayetteville, AR 72704 AUTHORIZED REPRESENTATIVE O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103j 1 of 1 The ACORD name and logo are registered marks of ACORD #S7064991M639137 DJIPP AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And GARVER, LLC THIS AGREEMENT is made as of , 2020, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and GARVER, LLC (hereinafter called ENGINEER). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the evaluation, design, and/or construction supervision of capital improvement projects. Therefore, CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows: ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those assignments to which this Agreement applies, and shall give consultation and advice to CITY OF FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed under the direction of a professional engineer registered in the State of Arkansas and qualified in the particular field. SECTION 1 - AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of ENGINEER 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of ENGINEER. 1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. SECTION 2 - BASIC SERVICES OF ENGINEER 2.1 Perform professional services in connection with the Project as hereinafter stated. 2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in Appendix A attached hereto and made part of this Agreement. 2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE. ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for the engineering services. 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: Garver Contract — Professional Engineering Services 1 4/28/2020 3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to perform his services under this Agreement. 3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by ENGINEER and render in writing decisions pertaining thereto. 3.1.5 Provide such professional legal, accounting, financial, and insurance counseling services as may be required for the Project. 3.1.6 The Utilities Services Director is the CITY OF FAYETTEVILLE's project representative with respect to the services to be performed under this Agreement. The Utilities Services Director shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 3.1.7 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide written comments to ENGINEER in a timely manner. SECTION 4 - PERIOD OF SERVICE 4.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. 4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. ENGINEER will proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. The anticipated schedule for this project is included as Appendix A. SECTION 5 - PAYMENTS TO ENGINEER 5.1 The maximum not -to -exceed amount authorized for this Agreement shall be based upon on a Unit Price or Lump Sum basis as described in Appendix A. 5.2 Statements 5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for professional services consistent with ENGINEER'S normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Applications for payment shall be made in accordance with a format to be developed by ENGINEER and as approved by CITY OF FAYETTEVILLE. Applications for payment Garver Contract — Professional Engineering Services 2 4/28/2020 shall be accompanied each month by the updated project schedule as the basis for determining the value earned as the work is accomplished. Final payment for professional services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the study and report for the Project. 5.3 Payments 5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE shall advise ENGINEER in writing of the basis for any disputed portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the invoice is approved, however, payment within 30 days is not guaranteed. 5.4 Final Payment 5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by ENGINEER to be set forth therein. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against ENGINEER or his sureties under this Agreement or applicable performance and payment bonds, if any. SECTION 6 - GENERAL CONSIDERATIONS 6.1 Insurance 6.1.1 During the course of performance of these services, ENGINEER will maintain (in United States Dollars) the following minimum insurance coverages: Type of Coverage 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. Garver Contract — Professional Engineering Services 3 4/28/2020 6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their officers, directors, agents, or employees for damage covered by property insurance during and after the completion of ENGINEER's services. 6.2 Professional Responsibility 6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of ENGINEER's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly report to ENGINEER any defects or suspected defects in ENGINEER's services of which CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of ENGINEER. 6.3 Cost Opinions and Projections 6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on ENGINEER's experience, qualifications, and judgment as a design professional. Since ENGINEER has no control over weather, cost and availability of labor, material and equipment, labor productivity, construction Contractors' procedures and methods, unavoidable delays, construction Contractors' methods of determining prices, economic conditions, competitive bidding or market conditions, and other factors affecting such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by ENGINEER. 6.4 Changes 6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of ENGINEER's services, with an appropriate change in compensation and schedule only after Fayetteville City Council approval of such proposed changes and, upon execution of a mutually acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE and the duly authorized officer of ENGINEER. 6.5 Termination 6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: 6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.1.2 An opportunity for consultation with the terminating 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: Garver Contract — Professional Engineering Services 4 4/28/2020 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 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. Garver Contract — Professional Engineering Services 5 4/28/2020 6.7 Rights and Benefits 6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 6.8 Dispute Resolution 6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or ENGINEER in the performance of this Agreement, and disputes concerning payment. 6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied with. 6.8.3 Notice of Dispute 6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice; 6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give ENGINEER written Notice at the address listed in Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. 6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of ENGINEER and the Mayor of CITY OF FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. 6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to ENGINEER for services rendered by ENGINEER. 6.10 Publications 6.10.1 Recognizing the importance of professional development on the part of ENGINEER's employees and the importance of ENGINEER's public relations, ENGINEER may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to ENGINEER's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to ENGINEER. CITY OF FAYETTEVILLE Garver Contract — Professional Engineering Services 6 4/28/2020 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 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 Engineering documents, drawings, and specifications prepared by ENGINEER as part of the Services shall become the property of CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services rendered, provided, however, that ENGINEER shall have the unrestricted right to their use. ENGINEER shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of ENGINEER. 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: 125 West Mountain Street Fayetteville, Arkansas 72701 ENGINEER's address: 2049 E. Joyce Blvd, Suite 400 Fayetteville, Arkansas 72703 Garver Contract — Professional Engineering Services 7 4/28/2020 6.14 Successor and Assigns 6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors, executors, administrators, and assigns to the other party of this Agreement and to the successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. 6.15 Controlling Law 6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 6.16 Entire Agreement 6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal management of its operations. SECTION 7 - SPECIAL CONDITIONS 7.1 Additional Responsibilities of ENGINEER 7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services shall be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. 7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty materials, equipment, or work. 7.2 Remedies 7.2.1 Except as may be otherwise provided in this Agreement, all claims, 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 Garver Contract — Professional Engineering Services 8 4/28/2020 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 inspection, audit and copying during normal business hours. ENGINEER will provide proper facilities for such access and inspection. 7.3.2 Records under Paragraph 7.3.1 above shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 7.3.3 This right of access clause (with respect to financial records) applies to: 7.3.3.1 Negotiated prime agreements: 7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: 7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: 7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of ENGINEER; 7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; 7.3.3.3.3 If the subagreement is terminated for default or for convenience. 7.4 Covenant Against Contingent Fees 7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by ENGINEER for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. Garver Contract — Professional Engineering Services 9 4/28/2020 7.5 Gratuities 7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of ENGINEER's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to ENGINEER terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs ENGINEER incurs in providing any such gratuities to any such officer or employee. 7.6 Arkansas Freedom of Information Act 7.6.1 City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, ENGINEER will 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. 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 ENGINEER By�V" Vil yre By: Senior Project Manager, Christopher R. Buntin END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Garver Contract — Professional Engineering Services 10 4/28/2020 APPENDIX A — SCOPE OF SERVICES 1. General Generally, the scope of services includes design, bidding services, and construction support services for the addition of a new pump station at the Kessler Mountain water tank site. Improvements will be as outlined in the 2020 Water Quality Report completed by the ENGINEER, under a previous contract. The new pump station will be designed to perform dual functions, which includes draining and filling the Kessler Mountain ground storage tanks. The scope of services assumes the same pumps (split case type) will be used for draining and filling, variable frequency drives, SCADA and controls design, monorail hoist, climate -controlled CMU with brick and metal roof building, and minor site improvements. The improvements will also include design of active tank mixing for the two six -million -gallon ground storage tanks. The scope of services also includes coordination and upgrade of the single-phase electric service with three-phase electric service by Ozarks Electric Cooperative. 2. Project Management The ENGINEER will develop a project management plan and quality control plan, including project scope, team, deliverable, communication protocol, schedule, and technical reviews. The ENGINEER will also provide monthly invoicing and project status updates to the CITY OF FAYETTEVILLE. 3. Surveys The scope of services assumes surveys will not be required, and the ENGINEER will rely upon surveys for the 2015 Water Main Improvements Kessler Mountain to Cato Springs Road project completed by the ENGINEER, under a previous contract. 4. Geotechnical Services The ENGINEER will coordinate locations and design criteria with the geotechnical firm subcontracted with the ENGINEER. The geotechnical services are anticipated to include two borings, laboratory testing, and a written report providing recommendations for the foundation design, site grading, and construction criteria. 5. Environmental Services The scope of services assumes environmental services will not be required. The scope of service assumes a stormwater pollution prevention plan will not be required. However, the final design will include best management practices and details for erosion and sediment control. 6. Conceptual Design For the conceptual design phase, the ENGINEER will accomplish the following. A. The ENGINEER will conduct a kickoff meeting with the CITY OF FAYETTEVILLE to confirm the design criteria, including site layout, pump selection, building layout, equipment, control descriptions, and SCADA design. The ENGINEER will document the design criteria in a technical memorandum titled "Basis of Design" for CITY OF FAYETTEVILLE approval prior to proceeding with the conceptual design. B. Prepare conceptual pump station and tank mixing drawings. The drawings will include a cover sheet with sheet index, multi -disciplined legend and abbreviation sheets, site plan, electrical plans, process mechanical plans, and structural plans . The conceptual design will represent approximately 30 percent of final construction contract plans and exclude any specifications and details. Appendix A - Scope of Services 1 of 6 20W01160 Kessler Mountain Pump Station and Tank Mixing Improvements C. Prepare an opinion of probable construction cost (OPCC). The costs will include a contingency range from -30% to +50% for construction completion. The cost will also include an estimated cost for upgrades to the electrical service. D. Submit the conceptual drawings and OPCC to the CITY OF FAYETTEVILLE for review and comment. The ENGINEER will conduct a workshop with the CITY OF FAYETTEVILLE to review and receive comments on the Conceptual Design, and the ENGINEER will incorporate the review comments into the Preliminary Design submittal. 7. Preliminary Design A. Based upon CITY OF FAYETTEVILLE conceptual design review comments, the ENGINEER will prepare preliminary pump station and tank mixing drawings. The preliminary design will represent approximately 60 percent of final construction contract plans and include multi - disciplined details specifications. The ENGINEER will use the CITY OF FAYETTEVILLE's standard front-end specification documents. B. Prepare an opinion of probable construction cost (OPCC). The costs will include a contingency range from -20% to +30% for construction completion. C. Submit the preliminary drawings, specifications and OPCC to the CITY OF FAYETTEVILLE for review and comment. The ENGINEER will conduct a workshop with the CITY OF FAYETTEVILLE to review and receive comments on the preliminary design, and the ENGINEER will incorporate the review comments into the final design submittal. 8. Final Design For the final design phase, the ENGINEER will accomplish the following. A. Based upon CITY OF FAYETTEVILLE preliminary design review comments, the ENGINEER will conduct final designs to prepare construction plans and specifications, including final construction details and quantities, special provisions, and an OPCC with a contingency range from -10 percent to +15 percent for construction completion. B. Submit the final drawings, OPCC, and specifications to the CITY OF FAYETTEVILLE for review and comment. The ENGINEER will conduct a workshop with the CITY OF FAYETTEVILLE to review and receive comments on the final design, and the ENGINEER will incorporate the review comments into the bid package. C. The ENGINEER will submit final design plans, details, and specifications to the Arkansas Department of Health (ADH) for review and approval. The CITY OF FAYETTEVILLE will reimburse the ENGINEER the ADH review fee in the amount of $500. 9. Property Acquisition Documents The scope of services assumes property acquisition documents will not be required. 10. Bidding Services During the bidding phase of the project, ENGINEER will: A. Prepare and submit advertisement for bids to the CITY OF FAYETTEVILLE for publication by the CITY OF FAYETTEVILLE. The CITY OF FAYETTEVILLE will pay advertising costs outside Appendix A - Scope of Services 2 of 6 20W01160 Kessler Mountain Pump Station and Tank Mixing Improvements of this contract. B. Provide electronic pdf construction contract documents to the CITY OF FAYETTEVILLE. The CITY OF FAYETTEVILLE will provide construction contract documents to prospective bidders. C. Support the contract documents by preparing addenda as appropriate. The CITY OF FAYETTEVILLE will issue addenda to prospective bidders. D. Participate in a pre -bid meeting. E. Attend the bid opening. F. Evaluate bids and provide a recommendation of award. The CITY OF FAYETTEVILLE will be responsible for preparation of the bid tabulation. G. Prepare construction contracts for execution by the CITY OF FAYETTEVILLE and contractor. The construction contracts will include addenda, and the ENGINEER will not conform the construction documents to reflect addenda. 11. Construction Phase Services — To be included in a future contract amendment based upon bid results During the construction phase of work, ENGINEER will accomplish the following: A. Issue a Notice to Proceed letter to the Contractor and attend preconstruction meeting. B. Attend up to six progress/coordination meetings with the CITY OF FAYETTEVILLE/Contractor. C. Evaluate and respond to construction material submittals and shop drawings. Corrections or comments made by ENGINEER on the shop drawings during this reviewwill not relieve Contractor from compliance with requirements of the drawings and specifications. The check will only be for review of general conformance with the design concept of the project and general compliance with the information given in the contract documents. The Contractor will be responsible for confirming and correlating all quantities and dimensions, selecting fabrication processes and techniques of construction, coordinating his work with that of all other trades, and performing his work in a safe and satisfactory manner. ENGINEER's review shall not constitute approval of safety precautions or constitute approval of construction means, methods, techniques, sequences, procedures, or assembly of various components. When certification of performance characteristics of materials, systems or equipment is required by the Contract Documents, either directly or implied for a complete and workable system, ENGINEER shall be entitled to rely upon such submittal or implied certification to establish that the materials, systems or equipment will meet the performance criteria required by the Contract Documents. D. Issue instructions to the Contractor on behalf of the CITY OF FAYETTEVILLE and issue necessary clarifications (respond to RFIs) regarding the construction contract documents. E. Review the Contractor's progress payment requests based on the actual quantities of contract items completed and accepted, and will make a recommendation to the CITY OF FAYETTEVILLE regarding payment. ENGINEER's recommendation for payment shall not be a representation that ENGINEER has made exhaustive or continuous inspections to (1) check the quality or exact quantities of the Work; (2) to review billings from Subcontractors and material suppliers to substantiate the Contractor's right to payment; or (3) to ascertain how the Contractor has used money previously paid to the Contractor. F. Maintain a set of working drawings and prepare and furnish record drawings. G. Provide part-time resident construction observation services for the 270-calendar-day construction contract performance time. The proposed fee is based on approximately 4 hours per day, 5 days per week, during the 270-calendar-day construction contract performance time. If the construction time extends beyond the time established in this agreement or if the CITY OF FAYETTEVILLE wishes to increase the time or frequency of the observation, the CITY OF FAYETTEVILLE will pay ENGINEER an additional fee agreed to by the CITY OF FAYETTEVILLE and ENGINEER. H. When authorized by the CITY OF FAYETTEVILLE, prepare change orders for changes in the work from that originally provided for in the construction contract documents. If redesign or substantial engineering or surveying is required in the preparation of these change order documents, the CITY OF FAYETTEVILLE will pay ENGINEER an additional fee to be agreed Appendix A - Scope of Services 3 of 6 20W01160 Kessler Mountain Pump Station and Tank Mixing Improvements upon by the CITY OF FAYETTEVILLE and ENGINEER. I. Participate in final project inspection, prepare punch list, review final project closing documents, and submit final pay request.' Construction observation services will be provided by ENGINEER's Resident Project Representative, who will provide or accomplish the following: A. Consult with and advise the CITY OF FAYETTEVILLE during the construction period. B. Coordinate with the firm providing construction materials quality assurance testing under separate contract with the CITY OF FAYETTEVILLE. C. Maintain a file of quantities incorporated into the work, test reports, certifications, shop drawings and submittals, and other appropriate information. D. Maintain a project diary which will contain information pertinent to each site visit. The proposed fee for Construction Phase Services is based on a 270-calendar-day construction contract performance time. If the construction time extends beyond the time established in this agreement, and the CITY OF FAYETTEVILLE wants ENGINEER to continue the applicable Construction Phase Services, the CITY OF FAYETTEVILLE will pay ENGINEER an additional fee agreed to by the CITY OF FAYETTEVILLE and ENGINEER. In performing construction observation services, ENGINEER will endeavor to protect the CITY OF FAYETTEVILLE against defects and deficiencies in the work of the Contractor(s); but ENGINEER cannot guarantee the performance of the Contractor(s), nor be responsible for the actual supervision of construction operations or for the safety measures that the Contractor(s) takes or should take. However, if at any time during construction ENGINEER observes that the Contractor's work does not comply with the construction contract documents, ENGINEER will notify the Contractor of such non-compliance and instruct him to correct the deficiency and/or stop work, as appropriate for the situation. ENGINEER will also record the observance, the discussion, and the actions taken. If the Contractor continues without satisfactory corrective action, ENGINEER will notify the CITY OF FAYETTEVILLE immediately, so that appropriate action under the CITY OF FAYETTEVILLE's contract with the Contractor can be taken. 12. Project Deliverables The following will be submitted to the CITY OF FAYETTEVILLE, or others as indicated, by ENGINEER: A. Electronic pdf draft and final copy of the conceptual design technical memorandum. B. One full-size and one half-size hard copy and pdf of the conceptual design drawings and OPCC. C. One full-size and one half-size hard copy and pdf of the preliminary design drawings, Specifications and OPCC. D. One full-size and one half-size hard copy and pdf of the final design drawings, specifications and OPCC. E. Two full-size copies of the full-size drawings and specifications submitted to the ADH. F. Electronic pdf of the bid documents. G. One full size copy of the executed construction contract documents (drawings and specifications with addenda) and three copies to the contractor. The contract documents will not be updated to reflect addenda (conformed documents). H. One full size copy and pdf and AutoCAD file (.dwg format) of the record drawings. I. Use of these materials for modification, extension, or expansion of this Project or on any other project, unless under the direction of the ENGINEER, shall be without liability to the ENGINEER. Appendix A - Scope of Services 4 of 6 20W01160 Kessler Mountain Pump Station and Tank Mixing Improvements 13. Extra Work The following items are not included under this agreement but will be considered as extra work: A. Redesign for the CITY OF FAYETTEVILLE's convenience or due to changed conditions after previous alternate direction and/or approval. B. Submittals or deliverables in addition to those listed herein. C. Three phase electric transmission line design. D. Backup power generation, beyond a portable generator connection for water quality improvements. E. Geotechnical services beyond coordination with the geotechnical engineer contracted by the CITY OF FAYETTEVILLE. F. PLC and SCADA programming. G. Services after construction, such as warranty follow-up. H. Legal and litigation services. I. Architectural services. J. Large scale development review, beyond informal approval. Extra Work will be as directed by the CITY OF FAYETTEVILLE in writing for an addition fee as agreed upon by the CITY OF FAYETTEVILLE and ENGINEER. 14. Schedule ENGINEER shall begin work under this Agreement within ten (10) days of a Notice to Proceed and shall complete the work in accordance with the schedule below: Phase Description Conceptual Design Preliminary Design Final Design ADH Submittal Bid Documents 15. Payment Calendar Days 60 days from Notice to Proceed and approval of design criteria 60 days from receipt conceptual design comments and final geotechnical report 30 days from receipt of preliminary design comments Upon approval of Final Design Within 14 days of CITY OF FAYETTEVILLE approval For the work described under APPENDIX A - SCOPE OF SERVICES (except as may be modified for additional services required), the CITY OF FAYETTEVILLE will pay the ENGINEER on an hourly rate basis. The FAYETTEVILLE represents that funding sources are in place with the available funds necessary to pay the ENGINEER. If any payment due the ENGINEER under this agreement is not received within 60 days from date of invoice, the ENGINEER may elect to suspend services under this agreement without penalty or liquidated damages assessed from the CITY OF FAYETTEVILLE. Appendix A - Scope of Services 5 of 6 20W01160 Kessler Mountain Pump Station and Tank Mixing Improvements The table below presents a summary of the fee amounts and fee types for this contract. ESTIMATED FEEAMOUNT WORK DESCRIPTION FEE TYPE Design $290,000 Hourly Rate + Bidding Services $17,600 Expenses Construction Phase Services To be included in a contract amendment TOTAL FEE $307,600 The CITY OF FAYETTEVILLE will pay the ENGINEER, for time spent on the project, at the rates shown in Appendix B for each classification of ENGINEER's personnel (may include contract staff classified at ENGINEER's discretion) plus reimbursable expenses including but not limited to printing, courier service, reproduction, and travel. For informational purposes, a breakdown of the ENGINEER's estimated costs are included in Appendix B. The rates shown in Appendix B are subject to an annual rate increase on or about July 1, 2021. The total amount paid to the ENGINEER under this agreement is estimated to be $307,600. The actual total fee may not exceed this estimate without authorization from the CITY OF FAYETTEVILLE. In addition to the total amount paid to the ENGINEER, the CITY OF FAYETTEVILLE reimburse the ENGINEER for geotechnical services and the ADH review fee directly. The amount for geotechnical services is estimated at $3,500, and the ADH review fee is $500. Expenses other than salary costs that are directly attributable to performance of our professional services will be billed as follows: 1. Direct cost for travel, long distance and wireless communications, outside reproduction and presentation material preparation, and mail/courier expenses. 2. Charges similar to commercial rates for reports, plan sheets, presentation materials, etc. 3. The amount allowed by the federal government for mileage with an additional $0.05 for survey trucks/vans. The CITY OF FAYETTEVILLE will pay ENGINEER on a monthly basis, based upon statements submitted by ENGINEER to the CITY OF FAYETTEVILLE for the scope of services described in this agreement. Payments not received within 60 days of invoice date will be subject to a one percent monthly simple interest charge. Additional Services (Extra Work). For work not described or included herein and for work beyond the total fee amount, a contract amendment will be required. Appendix A - Scope of Services 6 of 6 20W01160 Kessler Mountain Pump Station and Tank Mixing Improvements i- GARVER Appendix B City of Fayetteville, Arkansas Kessler Mountain Pump Station and Tank Mixing Improvements Garver Hourly Rate Schedule: July 2020 - June 2021 Classification Rates Engineers / Architects E-1.............................................................................. $ 116.00 E-2.............................................................................. $ 141.00 E-3.............................................................................. $ 165.00 E-4.............................................................................. $ 200.00 E-5.............................................................................. $ 231.00 Planners / Environmental Specialist P-1.............................................................................. $ 139.00 P-2.............................................................................. $ 175.00 P-3.............................................................................. $ 217.00 Designers D-1.............................................................................. $ 108.00 D-2.............................................................................. $ 131.00 D-3.............................................................................. $ 150.00 D-4.............................................................................. $ 175.00 Technicians T-1.............................................................................. $ 84.00 T-2.............................................................................. $ 109.00 T-3.............................................................................. $ 134.00 Surveyors S-1.............................................................................. $ 53.00 S-2.............................................................................. $ 68.00 S-3.............................................................................. $ 92.00 S-4.............................................................................. $ 132.00 S-5.............................................................................. $ 175.00 S-6.............................................................................. $ 209.00 2-Man Crew (Survey)...................................................... $ 210.00 3-Man Crew (Survey)...................................................... $ 263.00 2-Man Crew (GPS Survey) ............................................... $ 230.00 3-Man Crew (GPS Survey) ............................................... $ 283.00 Construction Observation C-1.............................................................................. $ 102.00 C-2.............................................................................. $ 131.00 C-3.............................................................................. $ 167.00 C-4.............................................................................. $ 212.00 Management/Administration X-1.............................................................................. $ 66.00 X-2.............................................................................. $ 90.00 X-3.............................................................................. $ 125.00 X-4.............................................................................. $ 160.00 X-5.............................................................................. $ 197.00 Agreement for Professional Services Kessler Mountain Pump Station And Tank Mixing Improvements Garver Project No. 20W01160 Appendix B City of Fayetteville, Arkansas Kessler Mountain Pump Station and Tank Mixing Improvements DESIGN WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 D-2 T-2 T-1 $231.00 $200.00 $165.00 $141.00 $116.00 $131.00 $109.00 $84.00 hr hr hr hr hr hr hr hr 1. Project Management and Workshops Project Management Plan 4 Quality Control Plan 4 Internal Kickoff Meeting 2 4 2 2 2 2 2 City Coordination 8 QA/QC 16 Kickoff Meeting and Design Technical Memo. Owner Design Workshops ADH Submittal 12 12 24 24 2 12 12 12 12 12 8 16 8 2 Workshops 26 86 26 14 14 22 2 26 2. Civil Engineering Cover Sheet 2 2 Legend and Abbreviation Sheet 2 2 4 Site Plan (Grading, Paving, Yard Piping, and Erosion Control) 20 40 40 40 Site Details (2 sheets) 8 4 4 8 Erosion Control Details 4 4 Yard Piping Details 4 4 Geotechnical Coordination 4 4 Opinion of Probable Construction Cost 4 8 QA/QC 16 Final Review Comments 8 8 8 12 Subtotal - Civil Engineering 0 20 54 0 8 56 52 74 3. Electrical Engineering Legend and Abbreviation Sheet 4 2 4 (Ozarks) 8 Electrical Site Plan and Motor List 8 16 16 Electrical Schedules 8 16 16 Power Plan 8 12 12 Lighting Plan 8 12 12 Grounding Plan 8 12 12 One -line Diagram 8 12 12 System Architecture 8 12 8 Pump Control Schematics 8 12 12 Exhaust Fan Schematic 8 12 12 Control Panel Layout 8 16 16 Control Panel Schematics (6 sheets) 12 20 20 Electrical Details (4 sheets) 12 20 30 Opinion of Probable Construction Cost 8 16 QA/QC 16 Final Review Comments 8 16 16 Subtotal - Electrical Engineering 0 148 0 204 0 2 198 0 4. Process Mechanical Legend and Abbreviation Sheet 4 2 4 Process and Instrumentation Diagram 16 1 32 1 16 Equipment and Piping Plan 16 1 32 16 Equipment and Piping Sections 16 32 16 Equipment Details (including tank mixing) 8 24 24 Opinion of Probable Construction Cost 8 16 QA/QC 16 Final Review Comments i 8 12 1 12 Subtotal - Process Mechanical 1 0 92 0 150 1 0 0 0 88 1 of 2 Appendix B City of Fayetteville, Arkansas Kessler Mountain Pump Station and Tank Mixing Improvements DESIGN WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 D-2 T-2 T-1 $231.00 $200.00 $165.00 $141.00 $116.00 $131.00 $109.00 $84.00 hr hr hr hr hr hr hr hr 5. Building Mechanical Engineering Legend and Abbreviation Sheet 4 1 2 1 4 Plumbing Plan 8 16 16 HVAC Plan 8 16 16 Details 8 16 16 Schedules 8 16 16 Subtotal - Building Mechanical Engineering 0 36 0 66 0 0 0 68 6. Structural Engineering Legend and Abbreviation Sheet 4 8 8 Geotechnical Coordination 4 2 Foundation Plan 4 8 16 Wall Plan 4 8 16 Roof Framing and Monorail Hoist Framing Plan 4 12 12 Slab Plan and Monorail Hoist Frame Details 4 12 12 Roof Plan 4 12 12 Building Sections (2 Sheets) 8 16 24 Building Details 4 8 16 Building Elevations 4 12 24 Structural Details (6 sheets) 8 24 40 Opinion of Probable Construction Cost 8 24 QA/QC 24 4 Final Review Comments 8 16 16 Subtotal - Structural Engineering 92 6 160 0 0 0 188 8 Hours 118 388 240 434 22 80 440 264 Salary Costs $27,258.00 $77,600.00 $39,600.00 $61,194.00 $2,552.00 $10,480.00 $47,960.00 $22,176.00 SUBTOTAL - SALARIES: $288,820.00 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $980.00 Postage/Freight/Courier $50.00 Office Supplies/Equipment $0.00 Communications $0.00 Survey Supplies $0.00 Aerial Photography $0.00 GPS Equipment $0.00 Computer Modeling/Software Use $0.00 Traffic Counting Equipment $0.00 Locator/Tracer/Thermal Imager Equipment $0.00 Travel Costs $150.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $1,180.00 SUBTOTAL: $290,000.00 SUBCONSULTANTS FEE: $0.00 TOTAL FEE: $290,000.00 2 of 2 Appendix B City of Fayetteville, Arkansas Kessler Mountain Pump Station and Tank Mixing Improvements BIDDING SERVICES WORK TASK DESCRIPTION E-5 E-4 E-3 E-2 E-1 D-2 T-2 T-1 $231.00 $200.00 $165.00 $141.00 $116.00 $131.00 $109.00 $84.00 hr hr hr hr hr hr hr hr 1. BIDDING SERVICES Advertisement for Bids 2 Bid Documents 2 4 Bidding Questions and Addenda 4 8 4 8 8 4 4 16 Pre -Bid Meeting 4 8 4 Bid Opening 2 Evaluate Bids and Recommend Award 2 8 2 Water and Sewer Committee and Council Approval 4 Prepare the Construction Contracts 4 4 Subtotal - BIDDING SERVICES 10 38 10 8 8 4 4 24 Hours Salary Costs 10 38 10 8 8 4 4 24 $2,310.00 $7,600.00 $1,650.00 $1,128.00 $928.00 $524.00 $436.00 $2,016.00 SUBTOTAL - SALARIES: $16,592.00 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $908.00 Postage/Freight/Courier $50.00 Office Supplies/Equipment $0.00 Communications $0.00 Survey Supplies $0.00 Aerial Photography $0.00 GPS Equipment $0.00 Computer Modeling/Software Use $0.00 Traffic Counting Equipment $0.00 Locator/Tracer/Thermal Imager Equipment $0.00 Travel Costs $50.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $1,008.00 SUBTOTAL: $17,600.00 SUBCONSULTANTS FEE: $0.00 TOTAL FEE: $17,600.00 BLACK &VEATCH BLACK & VEATCH CORPORATION Building a World of difference: ATTACHMENT A - SCOPE OF SERVICES AND COMPENSATION PROJECT OBJECTIVES This project will provide recommendations and design documents for installation of equipment for pressure management in the Greater Clabber Creek Area. The tasks will include: Hydraulic modeling Analysis of the history of breaks and leaks in the area Recommendation of location for pressure monitoring devices and initial analysis of pressure reduction potential Research & recommendations on vendors & specific equipment Develop an implementation plan Development of construction documents for the recommended implementation plan Permitting services Bidding services Construction phase services will be covered in a future amendment. SCOPE OF SERVICES Proposed subtasks are described below. This scope details Task 1. TASK 1 This scope of services is designed to model, analyze, and design a pressure reduction zone for the Greater Clabber Creek Area. Task 1A. Project Management Black & Veatch will provide overall management for the project. Prepare budget, schedule, and review ongoing activities as well as monitoring schedule and budget. Manage technical resources, and coordinate with the City. Prepare monthly invoices, including a status report covering work completed during the current billing period and work anticipated for the upcoming period. Review progress with the City on a regular basis. Conduct monthly review meetings via conference call to discuss current project status and to solicit input from City staff regarding current work activities. Provide meeting notes including key decisions and action items of each meeting. Additionally, in -person meetings have been assumed for project kick-off, review of the implementation plan, and review of the 30% design documents. Deliverables: Project Management; Monthly invoice and status report Project Work Plan Project Schedule Meeting Notes Task 113. Hydraulic Modeling and Pressure Reduction Potential Black & Veatch will conduct hydraulic modeling on the prospective Clabber Creek pressure management zone. This will include theoretical analysis of the existing conditions in, and immediately outside of the zone. Boundary valve and inlet point locations will be evaluated (possibly several scenarios) and provided for discussion with City staff. Pressure reduction potential will be evaluated by utilizing the hydraulic model to estimate the critical points in the zone (and outside the zone if pass -through is required) and the potential pressure reduction that could be expected within current low-pressure requirements, with required headroom. The existing maximum day extended period (EPS) scenario will be used to establish baseline conditions for comparison of up to three scenarios with a reduced pressure area. Fire flow modeling will also be performed for the baseline condition and for 2 boundary configurations to ensure that the reduced pressure zone and areas along the boundaries or beyond will be minimally impacted. Deliverables: Hydraulic model outputs outlining Current conditions (as per Existing Maximum Day EPS scenario) Potential boundary valve closures and inlet locations Recommended approach Technical Memorandum on pressure reduction potential Task 1C: Research and Recommendations on Vendors and Equipment In parallel with Task 1B an evaluation of equipment and possible vendors will be conducted. The anticipated flows, sizes and types of pressure reducing, and monitoring equipment will be reviewed and reported upon. This task is designed to evaluate the following equipment in more detail: Pressure Reducing Valves Pressure and flow monitoring equipment Flow meters Deliverables: Memo summarizing the findings on the equipment vendors Task 1D: Implementation Plan Black & Veatch will develop a Pressure Management Implementation Plan (Plan) for the Clabber Creek zone. The Plan will be designed to outline the steps required to implement and manage a successful program at this location. This will include the following information in a report format. Deliverables: Report including the following; Proposed Zonal Area Initial Setup of District Metered Area / Pressure Management Area, determination that zone is hydraulically sealed System monitoring throughout the program Commissioning Operation Task 1E: Construction Documents Black & Veatch will develop documents for bidding of the pressure management equipment and chambers. This will include the following information in a drawing and specification format. Fee for design has assumed that civil, structural, electrical, and I&C engineers will provide design input. City Provided Information: It is assumed the city will provide any survey or geotechnical work that may be needed once a site is selected. It is assumed that the chamber will be installed within the City right-of-way and property acquisition will not be needed. Deliverables: Construction documents (basic, for bidding documents) including the following as 30% complete and 90% complete design documents; Site Plan and Civil Sheet for PRV/Meter Chamber(s) for two chambers. Electrical Plan and P&ID Associated Equipment Specifications (PRV's, monitoring loggers, control systems) Task IF: Permitting Coordination Black & Veatch will aid the City with permit coordination with the Arkansas Department of Health. This will include calls, and meetings (web -based or in -person as appropriate) to discuss and move forward with the project. Deliverables: Interactions with the City and Department of Health. Reporting as necessary to provide the Department of Health with the details that they require. Task 1G: Bidding Services Black & Veatch will prepare an agenda and attend the pre -bid meeting. Black & Veatch will receive questions and provide up to one addendum during the bidding process. Black & Veatch will review the bids received and prepare a recommendation for award. Black & Veatch will prepare conformed to bid documents. Deliverables: • Pre -Bid Meeting Agenda • Addendum • Bid Recommendation • Conformed to bid documents SCHEDULE It is anticipated that the Implementation Plan will be issued within four months from receiving the Notice to Proceed, with the bidding documents being issued within nine months. This schedule is contingent upon receipt of requested data within two weeks from request. COMPENSATION Task 1 will be executed on a time and materials basis to a not to exceed fee of $92,592, including expenses. An additional allowance of $15,000 is also requested. This will be billed monthly on time and materials basis. The total not to exceed is $107,592. Billing Rates Project Director $341.00 Project Manager $248.00 Engineering Manager $186.00 Director, Water Loss Control $295.00 Sr. Hydraulic Modeler $202.00 Hydraulic Modeler $124.00 Project Controls $193.00 Project Staff $128.00 Discipline Lead $205.00 BIM Technician $124.00 Technician $118.00 Senior Engineer $155.00 Discipline Engineer $137.00 QAQC $233.00 Senior Estimator $202.00 Project Finance $109.00 Administration $93.00 INFORMATION TO BE PROVIDED BY THE CITY A data request list will be provided to the City upon notice to proceed. Greater Clabber Creek Pressure Management Vicinity Map e C,.eck cit. I, Pr C 1, WEIR ROAD �ARY HAMP70N soFTBALL Tentative boundary . � . j j j MT. COMFORT RD. Iq Y7torr cTof W ML)ore 4alp owner: City of Fayetteville Project: Greater Clabber Creek Pressue Zone PHASE/Task (Billing Rate, $$,Hr.) WORK BREAKDOWN STRUCTURE PHASE Project Director Project Manager/ Engineer of Record Admin Engineering Manager Civil Engineer Civil Director/QC Structural Director/QC Structural Engineer Electrical Director/QC Electrical Engineer Electrical Technician I&C Director/QC I&C Engineer I&C Technician Water Res Sr. Engineer Modeler Director, Water Loss Control BIM Sr Technician Estimator Director/QC $341.00 $248.00 $93.00 $186.00 $128.00 $233.00 $233.00 $137.00 $224.00 $155.00 $118.00 $217.00 $155.00 $118.00 $202.00 $124.00 $295.00 $124.00 $233.00 Work Breakdown Structure below is an example and can be removed Project Management 0000 Monthly Invoicing 0010 10 6 Project Workplan 0020 2 2 Project Schedule 0030 2 2 Meetings and Meeting Minutes 0040 2 4 20 16 Hyraulic Modeling and Pressure Reduction Potential 0100 Develop Hydraulic Model 0110 4 16 4 Evaluate boundary valve and point locations 0120 2 10 2 Technical Memorandum 0130 2 2 4 2 8 4 Research and Recommendation on Vendors and Equipment 1000 Contact Vendors 1100 4 4 Prepare Memo 1200 1 4 2 Prep Task 4 1400 Implementation Plan Report 1500 4 2 8 4 16 Review Meeting 1600 4 8 8 Constuction Documents 2000 Prepare 30% Drawings and Specifications 2100 4 4 4 40 4 2 18 2 8 12 2 8 12 20 2 Prepare 90% Drawings and Specifications 2200 4 2 4 20 4 16 4 4 4 8 16 2 Submit Final Bid Documents 2300 2 2 4 12 2 2 2 2 2 8 Bidding 5000 Attend Pre -Bid Meeting 5100 4 4 Prepare Addenda 5200 2 2 4 Review Bids and Provide Recommendation 5300 1 4 Prepare Conformed to Bid Documents 5400 1 4 4 Optional Services Allowance 6000 Total, Hours 2 47 24 12 136 8 2 36 2 14 18 2 14 22 12 34 60 44 4 Total, Billings Black & Veatch Pm atary and Co fidentlal WTR.AM.FM.BD-0710, did 3/ W020 Page 1 of 2 UNCONTROLLED when pd ted owner: City of Fayetteville Project: Greater Clabber Creek Pressue Zone PHASE/Task (Billing Rate, $$,Hr.) WORK BREAKDOWN STRUCTURE PHASE TOTAL Billings Sr. Estimator Finance Sr. Project Controls SUBTOTAL, hours SUBTOTAL, Billings $ Travel/Per Diem Expenses Major Repro- duction Expenses SUBTOTAL, EXPENSES w/o MULTIPLIER SUBTOTAL, EXPENSES $202.00 $109.00 $193.00 Work Breakdown Structure below is an example and can be removed - - - $ $ $ $ $ $ Project Management 0000 $ $ $ $ $ $ - Monthly Invoicing 0010 5 5 26 $ 4,548 $ $ $ $ 4,548 Project Workplan 0020 4 $ 1,086 $ $ $ $ $ 1,086 Project Schedule 0030 4 $ 1,086 $ $ $ $ $ 1,086 Meetings and Meeting Minutes 0040 42 $ 8,954 $ 1,300 $ $ 1,300 $ 1,300 $ 10,254 Hyraulic Modeling and Pressure Reduction Potential 0100 $ - $ - $ $ - $ - $ - Develop Hydraulic Model 0110 24 $ 3,972 $ $ $ $ $ 3,972 Evaluate boundary valve and point locations 0120 14 $ 2,234 $ $ $ $ $ 2,234 Technical Memorandum 0130 22 $ 3,770 $ $ 200 $ 200 $ 200 $ 3,970 Research and Recommendation on Vendors and Equipment 1000 $ - $ $ - $ - $ - $ - Contact Vendors 1100 8 $ 1,692 $ $ $ $ $ 1,692 Prepare Memo 1200 7 $ 1,350 $ $ $ $ 1,350 Prep Task 4 1400 $ - $ $ $ $ $ - Implementation Plan Report 1500 8 42 $ 9,346 $ $ $ $ $ 9,346 Review Meeting 1600 20 $ 4,376 $ 1,300 $ 200 $ 1,500 $ 1,500 $ 5,876 Constuction Documents 2000 - $ - $ - $ - $ - $ - $ - Prepare 30% Drawings and Specifications 2100 8 150 $ 21,848 $ 500 $ $ 500 $ 500 $ 22,348 Prepare 90% Drawings and Specifications 2200 2 90 $ 13,116 $ 500 $ $ 500 $ 500 $ 13,616 Submit Final Bid Documents 2300 2 40 $ 5,724 $ - $ 200 $ 200 $ 200 $ 5,924 Bidding 5000 - $ - $ - $ - $ - $ - $ - Attend Pre -Bid Meeting 5100 8 $ 1,504 $ 500 $ $ 500 $ 500 $ 2,004 Prepare Addenda 5200 8 $ 1,194 $ - $ $ - $ - $ 1,194 Review Bids and Provide Recommendation 5300 5 $ 760 $ $ $ - $ - $ 760 Prepare Conformed to Bid Documents 5400 9 $ 1,132 $ $ 200 $ 200 $ 200 $ 1,332 Optional Services Allowance 6000 $ - $ 15,000 $ - $ 15,000 $ 15,000 $ 15,000 Total, Hours 20 5 5 523 Total, Billings $ 87,692 $ 19,100 $ 800 $ 19,900 $ 107,592 Black & Veatch Pm atary and Co fidentlal WTR.AM.FM.BD-0710, did 3/ W020 Page 2 012 UNCONTROLLED when pd ted NORTH WEST ARKANSAS LAND TRUST Conservation Easement Stewardship Contribution Summary September 1, 2019 City of Fayetteville, AR West Side Prairie Conservation Easement Task Cost Initial Site Visit & Evaluation $500.00 Preparation of Land Protection Assessment 94.00 Preparation of Stewardship Cost Funding Analysis 47.00 Presentation of Land Protection Assessment to Board of Directors 25.00 Negotiations/Communications with Landowner 564.00 Title Review 235.00 Environmental Review 300.00 Preparation of Easement Document & Legal Review 1486.00 Recording of Legal Documents 297.00 Preparation of Baseline Document Report 720.00 Easement Si na e for Property 300.00 Legal Defense Fund for Property 1500.00 Perpetual Monitoring & Stewardship Endowment 13932.00 Total Stewardship Contribution $20,000.00 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. Northwest Arkansas Land Trust 1725 S Smokehouse Trail Fayetteville, AR 72701 US tlane@nwalandtrust.org www.nwalandtrust.org BILL TO City of Fayetteville AR 113 West Mountain Street Fayetteville, AR 72701 INVOICF # DATE 87 04/20/2020 Services Westside Prairie Stewardship Services Please make all checks payable to: Northwest Arkansas Land Trust 1725 Smokehouse Trail Fayetteville, AR 72701 TOTAL DUE $20,000.00 Invoice DUE DATE 05/20/2020 OTY 1 BALANCE DUE NOR IIIVIM-ARK,"SAS LAND TRUST TERMS ENCLOSED Net 30 RATE 20,000.00 AMOUNT 20,000.00 $20,000.00 JCI Industries, Inc. 1161 SE Hamblen Rd. Lee's Summit, MO 64081 Tel: 816-525-3320 Thursday, April 30, 2020 CH2M Hill Engineers, Inc 1400 North Fox Hunter Road Fayetteville, AR 72701 Phone: 479-443-3292 Fax: 479-443-5613 Attention: Brian Daniels Subject: Fairbanks Morse 7000AW 6-Stg VTP Repair Quotation #: 0734356501 K._D_Rev1 Please refer to this number when ordering Brian Daniels: JCI Industries, Inc. would like to thank you for the opportunity to provide a proposal on the above referenced service. We appreciate the opportunity to provide our equipment and services. Please contact us if you have any questions regarding this offering. Thank you. Best regards, Kevin Dick Applications Engineer JCI Industries, Inc. Jason Rector Sales Engineer JCI Industries, Inc. JCI Industries, Inc. 1161 SE Hamblen Rd- Lee's Summit, MO 64081 Tel: 816-525-3320 Thursday, April 30, 2020 Quote #: 0734356501 K_D_Revl Item Description 1.00 Fairbanks Morse 7000AW 6-Stg VTP Repair $20,721.00 The following work will be completed: • Supply new National K10MC 6-Stg bowl and column assembly. Includes new suction bell, bowls, impellers, pump shaft, line shafts, column pipe, couplings, spiders, inserts, and strainer Motor Shaft • Manufacture new motor shaft as per old shaft Stuffing Box • Bore and bush stuffing box for new mechanical seal using 420 SS. • Remove the existing bronze bushing • Manufacture new bronze bushing, install and finish machine to fit new shaft • Machine prep male fit for registering ring • Manufacture new registering ring, install, and finish machine to fit skim cut female fit on discharge head Discharge Head • Skim cut the female fit to the stuffing box to 100% clean up • Skim cut the female fit to the upper column to 100% clean up • Skim cut the sole plate mounting face Packing • Convert pump from packed to mechanical seal per customer request • Replace packing with AST mechanical seal Assembly • Clean all components prior to assembly • Assemble unit complete • Coat exterior with potable epoxy ■ Lock down rotor • Tag unit • Take final photos and QC check tem�,DpFe�sk�c4ri�5@ dri = 'Unit Pr — Components required for the Repair • Bowl Assembly (impellers, collets, pump shaft, bowls, suction bell, bushings and wear rings) - $9,367 • Column (Includes line shaft) (2) - $1,150 • Spider with rubber bearing - $221 • Strainer (SS) - $478 • Mechanical Seal - $736 • Line shaft coupling - $111 ■ Mounting Hardware (Lot) - $433 Price Breakdown: Parts Total = $12,496 Inbound freight = $425 Pump Shop Labor Total - 36 Hrs x $110/Hr = $3,960 Machine Shop Labor Total = 32 Hrs x $120/Hr = $3,840 Lead Time 6 Weeks After Receiving Order Shipping Method Best Way F.O.B. Warehouse Payment Terms Net 30 Shipping Terms Prepaid and Added to Invoice This Quotation is valid for 30 days. JCI Industries, Inc. 2301 W. 20th Street Joplin, MO 64804 Tel: 417-623-4544 1 AWIlrable Terms_ These terms govern the purchase and sale of the equipment and related services, if any (collectively, "Equipment"), referred to in Seller's purchase order, quotation, proposal or acknowledgment, as the case may be ("Seller's Documentation"). Whether these terms are included in an offer or an acceptance by Seller, such offer or acceptance is conditioned on Buyer's assent to these terms Seller rejects all additional or different terms in any of Buyer's forms or documents, 2 Payment Buyer shall pay Seller the full purchase price as set forth in Seller's Documentation. Unless Seller's Documentation provides otherwise, freight, storage, insurance and all taxes, duties or other governmental charges relating to the Equipment shall be paid by Buyer. If Seller is required to pay any such charges, Buyer shall immediately reimburse Seller. All payments are due within 30 days after receipt of invoice 3. Delivery, Delivery of the Equipment shall be in material compliance with the schedule in Seller's Documentation, 4 e shiraof Materials_ All devices, designs (including drawings, plans and specifications), estimates, prices, notes, electronic data and other documents or information prepared or disclosed by Seller, and all related intellectual property rights, shall remain Seller's property Seller grants Buyer a non-exclusive, non -transferable license to use any such material solely for Buyer's use of the Equipment. Buyer shall not disclose any such material to third parties without Seller's prior written consent. 5, Chances. Seller shall not implement any changes in the scope of work described in Seller's Documentation unless Buyer and Seller agree in writing to the details of the change and any resulting price, schedule or other contractual modifications This includes any changes necessitated by a change in applicable law occurring after the effective date of any contract including these terms. 6. W rran v . Subject to the following sentence, Seller warrants to Buyer that the Equipment shall materially conform to the description in Seller's Documentation and shall be free from defects in material and workmanship. The foregoing warranty shall not apply to any Equipment that is specified or otherwise demanded by Buyer and is not manufactured or selected by Seller, as to which (i) Seller hereby assigns to Buyer, to the extent assignable, any warranties made to Seller and (ii) Seller shall have no other liability to Buyer under warranty, tort or any other legal theory. If Buyer gives Seller prompt written notice of breach of this warranty within 18 months from delivery or 1 year from acceptance, whichever occurs first (the "Warranty Period"), Seller shall, at its sole option and as Buyer's sole remedy, repair or replace [he subject parts or refund the purchase price therefor. IF Seller determines that any claimed breach is not, in fact, covered by this warranty, Buyer shall pay Seller its then customary charges for any repair or replacement made by Seller. Seller's warranty is conditioned on Buyer's (a) operating and maintaining the Equipment in accordance with Seller's instructions, (b) not making any unauthorized repairs or alterations, and (Q not being in default of any payment obligation to Seller. Seller's warranty does not cover damage caused by chemical action or abrasive material, misuse or improper installation (unless installed by Seller). THE WARRANTIES SET FORTH IN THIS SECTION ARE SELLER'S SOLE AND EXCLUSIVE WARRANTIES AND ARE SUBJECT TO SECTION 10 BELOW_ SELLER MAKES NO OTHER WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR PURPOSE, 7 Inde ni u_ Seller shall indemnify, defend and hold Buyer harmless from any claim, cause of action or liability incurred by Buyer as a result of third party claims for personal injury, death or damage to tangible property, to the extent caused by Seller's negligence Seller shall have the sole authority to direct the defense of and settle any indemnified claim, Seller's indemnification is conditioned on Buyer (a) promptly, within the Warranty Period, notifying Seller of any claim, and (b) providing reasonable cooperation in the defense of any claim, 8. F Ma)eurg Neither Seller nor Buyer shall have any liability for any breach (except for breach of payment obligations) caused by extreme weather or other act of God, strike or other labor shortage or disturbance, fire, accident, war or civil disturbance, delay of carriers, failure of normal sources of supply, act of government or any other cause beyond such parry's reasonable control. 9 If Buyer cancels or suspends its order for any reason other than Seller's breach, Buyer shall promptly pay Seller for work performed prior to cancellation or suspension and any other direct costs incurred by Seller as a result of such cancellation or suspension, 10_ j ELATION OF LIABILITY NOTWITHSTANDING ANYTHING ELSE TO THE CONTRARY, SELLER SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, PUNITIVE OR OTHER INDIRECT DAMAGES, AND SELLER'S TOTAL LIABILITY ARISING AT ANYTIME FROM THE SALE OR USE OF THE EQUIPMENT SHALL NOT EXCEED TWO TIMES THE PURCHASE PRICE PAID FOR THE EQUIPMENT, THESE LIMITATIONS APPLY WHETHER THE LIABILITY IS BASED ON CONTRACT, TORT, STRICT LIABILITY OR ANY OTHER THEORY. 11 ivdiscellaneous If these terms are issued in connection with a government contract, they shall be deemed to include those federal acquisition regulations that are required bylaw to be included. These terms, together with any quotation, purchase order or acknowledgement issued or signed by the Seller, comprise [he complete and exclusive statement of the agreement between the parties (the "Agreement") and supersede any terms contained in Buyer's documents, unless separately signed by Seller. No part of the Agreement may be changed or cancelled except by a written document signed by Seller and Buyer. No course of dealing or performance, usage of trade or failure to enforce any term shall be used to modify the Agreement. If any of these terms is unenforceable, such term shall be limited only to the extent necessary to make it enforceable, and all other terms shall remain in full force and effect. Buyer may not assign or permit any other transfer of the Agreement without Seller's prior written consent. The Agreement shall be governed by the laws of the State of Arkansas without regard to its conflict of laws provisions. 12. Credit Approval: If at any time information available on Purchaser's financial condition or credit history, in JCI's judgment, does notjustify the terms of payment specified herein, JCI may require full or partial payment in advance, or an acceptable for of payment guarantee such as a bank letter of credit, or other modifications to terms of payment. Backcharges: JCI shall not be liable for any charges incurred by Purchaser for work, repairs, replacements or alterations to the Products, without JCI's prior written authorization, and any adverse consequences resulting from such unauthorized work shall be Purchaser's full responsibility. JCI Industries, Inc. 1161 SE Hamblen Rd. Lee's Summit, MO 64081 Tel: 816-525-3320 Thursday, April 16, 2020 CH2M Hill Engineers, Inc 1400 North Fox Hunter Road Fayetteville, AR 72701 Phone: 479-443-3292 Fax: 479-443-5613 Attention: Brian Daniels Subject: Peerless 12MB - 7 Stg Pump Repair Quotation #: 0734963632K_D Please refer to this number when ordering Brian Daniels: JCI Industries, Inc. would like to thank you for the opportunity to provide a proposal on the above referenced service. We appreciate the opportunity to provide our equipment and services. Please contact us if you have any questions regarding this offering. Thank you. Best regards, /rx;9,eW1 Kevin Dick Applications Engineer JCI Industries, Inc. Jason Rector Sales Engineer JCI Industries, Inc. JCI Industries, Inc. 1161 SE Hamblen Rd. Lee's Summit, MO 64081 Tel: 816-525-3320 Thursday, April 16, 2020 Quote #: 0734963632K_D Item Description Unit Price 1.00 Peerless 12MB - 7 Stg VTP Repair $25,776.00 SN: 758664A WORK SCOPE: Discharge Head Inspection Comments: The register fit clearances to the stuffing box and top column are excessive. Skim cut the two female register fits for 100% clean-up Ensure concentricity to within 0.002" Minimally skim -cut mounting faces as needed to ensure perpendicularity and parallelism to within 0.002" Stuffing Box • Inspection Comments: The stuffing box male register fit has excessive clearance to the discharge head's female register fit. The packing bore on the stuffing box is eroded. The stuffing box bushing was found down inside the bowl assembly at the bowl adapter. • Machine prep the male register fit for weld and the packing box bore for a 420 SS insert • Sleeve the packing area and finish machine for proper clearance to the new packing and head shaft • Weld the prepped male register fit and finish machine for proper clearance to the discharge head female register fit • Manufacture and install a new bronze bushing • Finish machine the new bushing for proper clearance to the new head shaft Column (2) Inspection Comments: The top column's male register fit has excessive clearance to the discharge head's female register fit. The lower column and column adapters had to be heated in order to facilitate disassembly. • Supply new one piece column and threaded column coupling • Modify (cut and re -thread) column as needed in order to match the existing pump's original length Item Descri.tion Bowl Assembly Inspection Comments: The bowl assembly components have excessive wear and erosion (see As -Found photo section below). The repair required on the bowl assembly will exceed the cost of new. • Supply new bowl assembly Shafting (3) Inspection Comments: The head shaft was broken inside the pump. All shafting will be replaced with the new bowl assembly. • Supply new pump shaft, line shaft and head shaft with (2) threaded shaft couplings Assembly • Clean all components prior to assembly • Assemble unit complete • Apply Tnemec Series N140 Pota-pox to the pump's exterior and interior • Lock -down rotor • Tag unit • Take final photos & QC check • Prepare for transport Components required for the Repair • Bowl Assembly (impellers, collets, pump shaft, bowls, suction bell, bushings and wear rings) - $12,839 • Column Assembly and column coupling - $814 • Strainer (SS) - $664 • Head Shaft with nut and key - $358 • Line Shaft - $240 • Threaded Line Shaft Couplings (2) - $92 • Mounting hardware (Lot) - $368 • Stuffing Box Gland with T-Bolt, Nut and Clamp - $222 • Packing Rings (6) - $159 • Packing Washer - $14 • Stuffing Box Gasket - $31 Price Breakdown: Parts Total = $15,801 Inbound freight = $375 Pump Shop Labor Total - 48 Hrs x $110/Hr = $5,280 Machine Shop Labor Total = 36 Hrs x $120/Hr = $4,320 Lead Time 6 Weeks After Payment Terms Net 30 Receiving Order Shipping Method Best Way F.O.B. Warehouse Shipping Terms Prepaid and Added to Invoice This Quotation is valid for 30 days. JCI Industries, Inc. 2301 W. 20th Street Joplin, MO 64804 Tel: 417-623-4544 I Ab7lieableTerms These terms govern the purchase and sale of the equipment and related services, if any (collectively, "Equipment"), referred to in Seller's purchase order, quotation, proposal or acknowledgment, as the case may be ("Seller's Documentation") Whether these terms are included in an offer or an acceptance by Seller, such offer or acceptance is conditioned on Buyer's assent to these terms Seller rejects all additional or different terms in any of Buyer's forms or documents. 2 Payment. Buyer shall pay Seller the full purchase price as set forth in Seller's Documentation, Unless Seller's Documentation provides otherwise, freight, storage, insurance and all taxes, duties or other governmental charges relating to the Equipment shall be paid by Buyer If Seller is required to pay any such charges, Buyer shall immediately reimburse Seller_ All payments are due within 30 days after receipt of invoice_ 3. Delivery Delivery of the Equipment shall be in material compliance with the schedule in Seller's Documentation, 4 ZuOgrslhin 6t Materials All devices, designs (including drawings, plans and specifications), estimates, prices, notes, electronic data and other documents or information prepared or disclosed by Seller, and all related intellectual property rights, shall remain Seller's property, Seller grants Buyer a non-exclusive, non -transferable license to use any such material solely for Buyer's use of the Equipment, Buyer shall not disclose any such material to third parties without Seller's prior written consent, 5, Chances. Seller shall not implement any changes in the scope of work described in Seller's Documentation unless Buyer and Seller agree in writing to the details of the change and any resulting price, schedule or other contractual modifications. This includes any changes necessitated by a change in applicable law occurring after the effective date of any contract including these terms. 6, WarrantV Subject to the following sentence, Seller warrants to Buyer that the Equipment shall materially conform to the description in Seller's Documentation and shall be free from defects in material and workmanship. The foregoing warranty shall not apply to any Equipment that is specified or otherwise demanded by Buyer and is not manufactured or selected by Seller, as to which (i) Seller hereby assigns to Buyer, to the extent assignable, any warranties made to Seller and (ii) Seller shall have no other liability to Buyer under warranty, tort or any other legal theory. If Buyer gives Seller prompt written notice of breach of this warranty within 18 months from delivery or 1 year from acceptance, whichever occurs first (the "Warranty Period"), Seller shall, at its sole option and as Buyer's sole remedy, repair or replace the subject parts or refund the purchase price therefor. If Seller determines that any claimed breach is not, in fact, covered by this warranty, Buyer shall pay Seller its then customary charges for any repair or replacement made by Seller, Seller's warranty is conditioned on Buyer's (a) operating and maintaining the Equipment in accordance with Seller's instructions, (b) not making any unauthorized repairs or alterations, and (c) not being in default of any payment obligation to Seller, Seller's warranty does not cover damage caused by chemical action or abrasive material, misuse or improper installation (unless installed by Seller), THE WARRANTIES SET FORTH IN THIS SECTION ARE SELLER'S SOLE AND EXCLUSIVE WARRANTIES AND ARE SUBJECT TO SECTION 10 BELOW, SELLER MAKES NO OTHER WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR PURPOSE 7 lh y Seller shall indemnify, defend and hold Buyer harmless from any claim, cause of action or liability incurred by Buyer as a result of third parry claims for personal injury, death or damage to tangible property, to the extent caused by Seller's negligence Seller shall have the sole authority to direct the defense of and settle any indemnified claim. Seller's indemnification is conditioned on Buyer (a) promptly, within the Warranty Period, notifying Seller of any claim, and (b) providing reasonable cooperation in the defense of any claim, 8. rcE 1Aa- a Neither Seller nor Buyer shall have any liability for any breach (except for breach of payment obligations) caused by extreme weather or other act of God, strike or other labor shortage or disturbance, fire, accident, war or civil disturbance, delay of carriers, failure of normal sources of supply, act of government or any other cause beyond such parry's reasonable control. 9 Cancellation. If Buyer cancels or suspends its order for any, reason other than Seller's breach, Buyer shall promptly pay Seller for work performed prior to cancellation or suspension and any other direct costs incurred by Seller as a result of such cancellation or suspension, 10. LIMITATION 0FLfAAILFN. NOTWITHSTANDING ANYTHING ELSE TO THE CONTRARY, SELLER SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, PUNITIVE OR OTHER INDIRECT DAMAGES, AND SELLER'S TOTAL LIABILITY ARISING AT ANYTIME FROM THE SALE OR USE OF THE EQUIPMENT SHALL NOT EXCEED TWO TIMES THE PURCHASE PRICE PAID FOR THE EQUIPMENT, THESE LIMITATIONS APPLY WHETHER THE LIABILITY IS BASED ON CONTRACT, TORT, STRICT LIABILITY OR ANY OTHER THEORY. 11 f;?rscellajj:pu= If these terms are issued in connection with a government contract, they shall be deemed to include those federal acquisition regulations that are required by law to be included. These terms, together with any quotation, purchase order or acknowledgement issued or signed by the Seller, comprise the complete and exclusive statement of the agreement between the parties (the "Agreement') and supersede any terms contained in Buyer's documents, unless separately signed by Seller, No part of the Agreement may be changed or cancelled except by a written document signed by Seller and Buyer No course of dealing or performance, usage of trade or failure to enforce any term shall be used to modify the Agreement. If any of these terms is unenforceable, such term shall be limited only to the extent necessary to make it enforceable, and all other terms shall remain in full force and effect: Buyer may not assign or permit any other transfer of the Agreement without Seller's prior written consent The Agreement shall be governed by the laws of the State cf Arkansas without regard to its conflict of laws provisions, 12. Credit ApprovaF If at any time information available on Purchaser's financial condition or credit history, in JCI's judgment, does notjusbfy the terms of payment specified herein, JCI may require full or partial payment in advance, or an acceptable for of payment guarantee such as a bank letter of credit, or other modifications to terms of payment Backcharges: JCI shall not be liable for any charges incurred by Purchaser for work, repairs, replacements or alterations to the Products, without JCI's prior written aithorization, and any adverse consequences resulting from such unauthorized work shall be Purchaser's full responsibility. JCI Industries, Inc. 1161 SE Hamblen Rd. Lee's Summit, MO 64081 Tel: 816-525-3320 Thursday, April 23, 2020 CH2M Hill Engineers, Inc 1400 North Fox Hunter Road Fayetteville, AR 72701 Phone: 479-443-3292 Fax: 479-443-5613 Attention: Brian Daniels Subject: Byron Jackson 16G 6-Stg Pump Repair Quotation #: 0735574491 K D Please refer to this number when ordering Brian Daniels: JCI Industries, Inc. would like to thank you for the opportunity to provide a proposal on the above referenced service. We appreciate the opportunity to provide our equipment and services. Please contact us if you have any questions regarding this offering. Thank you. Best regards, /f,e�rviW A 5 Kevin Dick Applications Engineer JCI Industries, Inc. Jason Rector Sales Engineer JCI Industries, Inc. JCI Industries, Inc. 1161 SE Hamblen Rd. Lee's Summit, MO 64081 Tel: 816-525-3320 Thursday, April 23, 2020 Quote #: 0735574491 K_D Item Description Unit Price 1.00 Byron Jackson 16G 6-Stg VTP Repair $29,559.00 SN: 851 H0926 Work Scope Discharge Head and Stuffing Box Assembly Inspection Comments: The tensioning ring and packing follower had to be cut off in order to facilitate disassembly. The top enclosing tube threaded connector bearing has excessive clearance to the head shaft OD. The discharge head's threads for the column are in good condition. • Clean and re -use the discharge head • Supply new OEM tension bearing, tension ring, packing follower, tension ring gasket and packing Column and Column Adapter Inspection Comments: The column adapter's female register fit is within tolerance. The column's threaded ends are in good condition. • Clean and re -use Enclosing Tubes (2) and Threaded Enclosing Tube Connector Bearing Inspection Comments: The bottom enclosing tube's threaded connector bearing has excessive clearance to the line shaft OD. Both enclosing tubes are corroded and eroded. • Supply (2) new OEM enclosing tubes and (1) enclosing tube connector bearing Bowl Assembly - (S) Bowls, Suction Bell and (6) impellers Inspection Comments: All bushing running clearances are out of OEM spec. All register fit clearances are within OEM spec. All impellers are in good condition; however, three impeller collets are eroded. • Balance (6) individually on a balance mandrel to ISO G2.5 at 3600 RPM • Supply and install new OEM bushings • Supply (3) impeller collets Shafting (3) Inspection Comments: All shafting is worn at the at the bushing journals. There is also pitting in several locations on the pump shaft and the line shaft is heavily corroded. One of the two threaded line shaft couplings had to be cut off in order to facilitate disassembly. • Supply new pump shaft, line shaft and head shaft with (2) threaded shaft couplings Q ' D • Assembly • Clean all components prior to assembly • Assemble unit complete • Apply coal tar to the wet end exterior (per OEM specs) • Apply industrial enamel to the exterior of the discharge head • Lock -down rotor • Tag unit • Take final photos & QC check • Prepare for transport Components required for the Repair • Impeller Lock Collets (3) - $1,103 • Series Case Bearings (Bowl Bushings) (5) - $1,296 • Bottom Case Bearing (suction bell) - $727 • Top Case Jump Bearing (Threaded enclosing tube bearing) - $931 • Sand Cap - $482 • Pump Shaft Coupling - $213 • Pump Shaft - $2,515 • Tension Bearing - $1,239 • Tension Ring - $768 • Packing Follower - $108 • Tension Ring Gasket - $28 • Head Shaft Nut - $247 • Ring of Packing - $22 • Fillister Head Screw - $5 • Gib Key - $56 ■ Motor Shaft - $1,077 • Head Shaft - $848 • Head Shaft Coupling - $213 • By -Pass Seal - $1,015 • Inner Column (Bottom Enclosing Tube) - $1,219 • Jump Bearing (Threaded enclosing tube bearing) - $836 • Inner Column - TOP (top enclosing tube) - $814 • Misc. Hardware (Lot) - $368 • Potable Epoxy - $504 Price Breakdown: Parts Total = $16,634 Inbound freight = $485 Pump Shop Labor Total - 100 Hrs x $110/Hr = $11,000 Machine Shop Labor Total = 12 Hrs x $120/Hr = $1,440 Lead Time 6-8 Weeks After Receiving Order Shipping Method Best Way Payment Terms Net 30 Shipping Terms Prepaid and Added to Invoice F.O.B. Warehouse IThis Quotation is valid for 30 days. JCI Industries, Inc. 2301 W. 20th Street Joplin, MO 64804 Tel: 417-623-4S44 I These terms govern the purchase and sale of the equipment and related services, if any (collectively, "Equipment"), referred to in Seller's purchase order, quotation, proposal or acknowledgment, as the case may be ("Seller's Documentation") Whether these terms are included in an offer or an acceptance by Seller, such offer or acceptance is conditioned on Buyer's assent to these terms Seller rejects all additional or different terms in any of Buyer's forms or documents. 2. Payment Buyer shall pay Seller the full purchase price as set forth in Seller's Documentation Unless Seller's Documentation provides otherwise, freight, storage, insurance and all taxes, duties or other governmental charges relating to the Equipment shall be paid by Buyer. If Seller is required to pay any such charges, Buyer shall immediately reimburse Seller. All payments are due within 30 days after receipt of invoice 3 Delivery, Delivery of the Equipment shall be in material compliance with the schedule in Seller's Documentation, 4 Own Rrshrp of Marer,af=_ All devices, designs (including drawings, plans and specifications), estimates, prices, notes, electronic data and other documents or information prepared or disclosed by Seller, and all related intellectual property rights, shall remain Seller's property. Seller grants Buyer a non-exclusive, non -transferable license to use any such material solely for Buyer's use of the Equipment Buyer shall not disclose any such material to third parties without Seller's prior written consent. S Changes Seller shall not implement any changes in the scope of work described in Seller's Documentation unless Buyer and Seller agree in writing to the details of the change and any resulting price, schedule or other contractual modifications. This includes any changes necessitated by a change in applicable law occurring after the effective date of any contract including these terms. 6. Warranty. Subject to the following sentence, Seller warrants to Buyer that the Equipment shall materially conform to the description in Seller's Documentation and shall be free from defects in material and workmanship. The foregoing warranty shall not apply to any Equipment that is specified or otherwise demanded by Buyer and is not manufactured or selected by Seller, as to which (i) Seller hereby assigns to Buyer, to the extent assignable, any warranties made to Seller and (ii) Seller shall have no other liability to Buyer under warranty, tort or any other legal theory, If Buyer gives Seller prompt written notice of breach of this warranty within 18 months from delivery or I year from acceptance, whichever occurs first (the "Warranty Period"), Seller shall, at its sole option and as Buyer's sole remedy, repair or replace the subject parts or refund the purchase price therefor_ If Seller determines that any claimed breach is nor, in fact, covered by this warranty, Buyer shall pay Seller its then customary charges for any repair or replacement made by Seller, Seller's warranty is conditioned on Buyer's (a) operating and maintaining the Equipment in accordance with Seller's instructions, (b) not making any unauthorized repairs or alterations, and (c) not being in default of any payment obligation to Seller Seller's warranty does not cover damage caused by chemical action or abrasive material, misuse or improper installation (unless installed by Seller THE WARRANTIES SET FORTH IN THIS SECTION ARE SELLER'S SOLE AND EXCLUSIVE WARRANTIES AND ARE SUBJECT TO SECTION 10 BELOW, SELLER MAKES NO OTHER WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR PURPOSE. 7 Indgza tr, Seller shall indemnify, defend and hold Buyer harmless from any claim, cause of action or liability incurred by Buyer as a result of third party claims for personal injury, death or damage to tangible property, to the extent caused by Seller's negligence Seller shall have the sole authority to direct the defense of and settle any indemnified claim, Seller's indemnification is conditioned on Buyer (a) promptly, within the Warranty Period, notifying Seller of any claim, and (b) providing reasonable cooperation in the defense of any claim 8. FQrCE L4aieuL Neither Seller nor Buyer shall have any liability for any breach (except for breach of payment obligations) caused by extreme weather or other act of God, strike or other labor shortage or disturbance, fire, accident, war or civil disturbance, delay of carriers, failure of normal sources of supply, act of government or any other cause beyond such parry's reasonable control- 9 Catireliatirn. If Buyer cancels or suspends its order for any reason other than Seller's breach, Buyer shall promptly pay Seller for work performed prior to cancellation or suspension and any other direct costs incurred by Seller as a result of such cancellation or suspension 10 UJ%417ATIC1%lQELIA9ILI1Y, NOTWITHSTANDING ANYTHING ELSE TO THE CONTRARY, SELLER SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, PUNITIVE OR OTHER INDIRECT DAMAGES, AND SELLER'S TOTAL LIABILITY ARISING AT ANYTIME FROM THE SALE OR USE OF THE EQUIPMENT SHALL NOT EXCEED TWO TIMES THE PURCHASE PRICE PAID FOR THE EQUIPMENT. THESE LIMITATIONS APPLY WHETHER THE LIABILITY IS BASED ON CONTRACT, TORT, STRICT LIABILITY OR ANY OTHER THEORY, 11. .. If these terms are issued in connection with a government contract, they shall be deemed to include those federal acquisition regulations that are required by law to be included, These terms, together with any quotation, purchase order or acknowledgement issued or signed by the Seller, comprise the complete and exclusive statement of the agreement between the parties (the "Agreement") and supersede any terms contained in Buyer's documents, unless separately signed by Seller. No part of the Agreement may be changed or cancelled except by a written document signed by Seller and Buyer. No course of dealing or performance, usage of trade or failure to enforce any term shall be used to modify the Agreement, If any of these terms is unenforceable, such term shall be limited only to the extent necessary to make it enforceable, and all other terms shall remain in full force and effect. Buyer may not assign or permit any other transfer of the Agreement without Seller's prior written consent, The Agreement shall be governed by the laws of the State of Arkansas without regard to its conflict of laws provisions. 12. Credit Approval: If at any time information available on Purchaser's financial condition or credit history, in JCI's judgment, does notjustify the terms of payment specified herein, JCI may require full or partial payment in advance, or an acceptable for of payment guarantee such as a bank letter of credit, or other modifications to terms of payment, Backcharges: JCI shall not be liable for any charges incurred by Purchaser for work, repairs, replacements or alterations to the Products, without JCI's prior written authorization, and any adverse consequences resulting from such unauthorized work shall be Purchaser's full responsibility. Capital Projects Update - May 2020 No. Project Description Location Contractor or Project Status Cost % Under Construction 1 Sang Avenue/Pleasant Woods/Maple-Oliver Wards 1, 2, & 4 Kajacs Closeout $1,546,754 95% 2 West Fork Lift Station & Sewer Lines Note: This is a West Fork project with Fayetteville cost -share Ward 1 Boyles Construction Active Construction $256,790 25% 3 Morningside Dr. 24" Waterline Replacement Ward 1 Kajacs Active Construction $1,595,000 73% 4 Annual Manhole Rehabilitaton (sewer) Contract City Wide Krapff Reynolds Pre Construction $590,789 0% 5 1-49/Wedington Interchange Water & Sewer Relocations Wards 2 & 4 Forsgren, Inc. Active Construction $2,495,705 0% 6 Utility Relocations Hwy 16 Ward 1 Cornerstone Construction Mobilization $1,689,781 0% 7 Electrical Improvements for the Noland WRRF (15kV Phase) Noland WRRF Midland Contract Approval $1,036,491 0% 8 Cultural Arts Corridor Utility Replacements - Phase 1 Ward 2 TBD Bid Opening 6/4 TBD 0% 9 Hwy 170 Water & Sewer Relocations, Farmington Farmington TBD Bid Opening 6/3 TBD 0% Engineering Design 10 Benson Mtn. Water Tank Improvements Wash. Co. Hawkins -Weir Easement Acquisition $130,280 100% 11 Kitty Creek Sewer Line Replacement Ward 3 McClelland Easement Acquisition $250,793 95% 12 East Service Area Water System Improvements 1. Contract Section I - PSV's and PRV's 2. Contract Section 11 - 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-ADH Review 3-Esmt. Acquisition 4-Engr. Design $754,305 1-100% 2-90% 3-90% 4-90% 13 Waterline Replacements along S. Garland Ave. & Rolling Hills Dr. Wards 1 & 3 Garver Engr. Design $246,450 30% 14 Noland WRRF Aeration Basin Gates Noland WRRF Jacobs Engr. Design $71,150 90% 15 Round Mountain Standpipe Rehabilitation Wash. Co. Garver Engr. Design $59,600 90% 16 Gregg Ave./Fulbright Expy. Sewer Bypass Ward 3 Hawkins -Weir Engr. Design $162,130 50% Engineering Studies & Master Plans 17 Lake Sequoyah Water Quality Improvements Ward 1 Olsson Lab Soil Testing $114,220 45% 18 2018 Water Tank Inspections and Water Quality Analysis City Wide Garver Final Report Review $154,000 99% 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 Final Report Review $46,144 100% 21 Fire Flow Improvements Within City Limits City Wide Hawkins -Weir Water Modeling $134,720 35% 22 Biosolids Master Plan BMS & WRRFs Jacobs Workshops $254,108 21% 23 Lake Fayetteville Spillway Study - Phase 1 Ward 3 FTN Modeling $63,466 64% 24 Automated Metering Infrastructure - Task 1 City Wide Jacobs Background & Kick Off $116,450 34% 25 Wastewater Collection System Master Plan Update City Wide RJN Flow Metering $408,543 21% Note: % Complete for 'Under Construction' and 'Engineering Studies' represents actual invoice payments. However, for 'Engineering Design' the % Complete represents the phase of document completeness. CITY OF FAYETTEVILLE ARKANSAS WATER AND SEWER COMMITTEE COMMITTEE: Alderman: Mark Kinion, Sonia Gutierrez, Sloan Scroggin, Teresa Turk COPY TO: Mayor Lioneld Jordan, Paul Becker, Lisa Branson, Chris Brown, Lynn Hyke, James McCarty, Chris McNamara, Peter Nierengarten, Susan Norton, Cheryl Partain, Kara Paxton, Mark Rogers, Aaron Watkins, Greg Weeks FROM: Tim Nyander, Utilities Director DATE: April 21, 2020 SUBJECT: Noland and West Side WRRFs Monthly Report, March 2020 Attached are the Noland & West Side Wastewater Resource Recovery Facilities Monthly Report for March 2020 Cc: Beaver Water District Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 JACOBS MONTHLY REPORT -MARCH 2O20 JACOBS Fayetteville March Client Report City of Fayetteville FAYETTEVILLE PROJECT- JACOBS JACOBS MONTHLY REPORT - MARCH 2O20 Jacobs Monthly Report— March 2020 PREPARED FOR: Tim Nyander COPY To: City: Susan Norton / 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: April 21, 2020 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 - MARCH 2O20 Table of Contents JacobsMonthly Report — March 2020........................................................................................................2 ExecutiveSummary.........................................................................................................................................4 PlantOperations...............................................................................................................................................4 ProcessControl................................................................................................................. 4 BiosolidsProcess.............................................................................................................. 4 Compliance........................................................................................................................ 5 Successes........................................................................................................................... 5 Issues/Resolutions........................................................................................................... 6 Revenue............................................................................................................................. 6 Maintenance...................................................................................................................................................... 7 WestSide........................................................................................................................... 7 Noland...............................................................................................................................8 LiftStations....................................................................................................................... 9 Key Performance Indicators/Measures.......................................................................10 Capital Improvement Projects(CIP).............................................................................11 Laboratory/Industrial Pretreatment......................................................................................................11 WoolseyWet Prairie..................................................................................................................................... 13 CommunityOutreach.................................................................................................................................. 13 Sustainability.................................................................................................................................................. 14 Health& Safety / Training......................................................................................................................... 15 AppendixA...................................................................................................................................................... 16 FAYETTEVILLE PROJECT- JACOBS 3 JACOBS MONTHLY REPORT - MARCH 2O20 Executive Summary March saw the impacts of COVID-19 hit in full force as much of the month was focused on implementing procedures to protect our workforce and assure that we continued to operate at a high level. I want to take this opportunity to acknowledge the operators, maintenance team, and Lab staff that continued to come in everyday to perform their craft. These essential workers kept the treatment plants operating seamlessly. Through good planning, protective measures, and good luck we have had no cases of the virus among our staff, but we do have 24 hour / 7 day on / 7 day off schedules in place if needed to isolate this key staff on site, with the hope we do not have to implement it. Everyone has gone about their business despite the personal issues we all are confronting during this shutdown. March also continued the wet weather hampering BMS operations in the field and causing high flows through the plants. We were able to handle them in process without any excursions, however we again could not take Beaver Water District residuals. With April coming up we focused heavily on maintenance activities preparing both plants for the Lower permit limits in April as we move into spring and summer operations. Several of these key activities are detailed below. Plant Operations The Noland and West Side WRRF's effluent discharge were 100% in compliance with the National Pollutant Discharge Elimination System (NPDES) permit. Details of effluent quality and influent loadings are shown in Appendix A. The West Side WRRF continues to run at high efficiency, treating 100% over designed flow for the month of March. Process Control A second aeration basin was placed online at the Noland WRRF to meet the more stringent summer permit limits for Carbonaceous Biochemical Oxygen Demand (CBOD). With both aeration basins online detention time will be extended, allowing the bacteria to efficiently break down the complex carbon compounds. 2019 was a record setting year for influent flow at the WRRF's. And during the first quarter of 2020 the WRRF's received 1.7 billion gallons of influent, an increase of 100 million gallons above the first quarter of 2019. Process control adjustments carefully mitigate these record setting flows to ensure permit compliance. Influent BOD loadings have been much lower over the past two months at the Noland WRRF. The possible causes are being explored, including industrial changes and COVID-19 economic work flow variations. Lower loadings to the WRRF's will require process adjustments to maintain adequate food to microorganism ratios. Biosolids Process During the month of March, the WRRF's produced 2,273 wet tons of biosolids with approximately 284 wet tons of biosolids sent into the solar houses prior to the thermal dryer and 1,866 wet tons processed directly through the thermal dryer. Six belt filter pressed loads of biosolids and one partially dried solar load totaling 139 tons were transferred to area landfills due to solar house capacity related to the storm damage. The Biosolids Drying operation saved an estimated $59,333 in disposal costs this month, compared to landfill disposal. FAYETTEVILLE PROJECT- JACOBS JACOBS MONTHLY REPORT - MARCH 2O20 Compliance During the month of March, the Noland WRRF discharged to the White River for three hours without disinfection. This was brought on by a loss of communication with the ozone disinfection system, causing the system to shut down without populating any alarms. Despite ozone system being shut down, pre ozone fecal coliform results were within effluent permit limits, indicating no negative environmental impact. ADEQ requested planned actions to mitigate loss of communications in the future. Staff informed ADEQ that an additional alarm was added to the SCADA system that will catch critical sub -component shut downs in the case of similar network errors. ADEQ was also informed that the City of Fayetteville is currently implementing a $1 M+ SCADA-Network upgrade that will increase the reliability and overall integrity of the SCADA network and safeguard against similar communication -control interruptions. No regulatory impact is anticipated. Successes The Noland WRRF re -seeding effort was completed by washing one truckload of West Side biosolids from the BMS transfer basin to the Noland WRRF on March 1 st. Support was provided to operations during an aeration basin cleanout, finishing the transfer of 85 tons of grit from the Noland WRRF aeration basin to area landfills. BMS trailer unit 966 received a new deck able to fully support hauled loads. TRAILER ❑ECK REPLACEMENT COMPLETED ON UNIT 966 A total of 50 customers requesting 5,000 tons of fertilizer resulted from the March 2nd fertilizer call -in event. Fertilizer demand remains strong with fertilizer production standing at 1,500 tons. The next scheduled call -in will be on September 1 st and will become an annual event instead of every six months. The City of Fayetteville acquired the task of invoicing customers for hay, fertilizer, and WTR as part of the 2020 contract renewal. The March scale tickets were transferred from the BMS to the City of Fayetteville for invoicing and collection on April 3rd. FAYETTEVILLE PROJECT- JACOBS JACOBS MONTHLY REPORT - MARCH 2O20 Potassium application that began in 2019 was completed in March by working around adverse weather and field conditions. POTASSIUM APPLICATION COMPLETE❑ BY OVERCOMING CHALLENGING FIEL❑ CONDITIONS APPLICATION TRUCK IS PULLED FREE FROM SOFT TERRAIN Issues/Resolutions Records from NOAA dating back to 1950 show the first quarter of 2020 ranking third highest for total Fayetteville rainfall. During the seventy -year time frame only 1990 (21.4") and 1998 (19.12") experienced higher rainfall than this year with a first quarter total of 17.8". Fayetteville received 37% of its normal expected annual rainfall (48.5") in the first three months of the year. Facing a short supply of activated carbon due to the supply chain interruptions with the Covidl 9 pandemic, BMS sourced carbon produced from coconut hulls to restock inventory. This activated carbon will be used in the next scheduled change to determine effectiveness versus cost. Revenue Table 1: Revenue Generated from the BMS Tons Sold/Received Revenue Hay 25 $1,657 Fertilizer 238 $4,752 Water Treatment Residuals 153 $4,804 Figure 1: Revenue Generated from the BMS via Hay, Fertilizer, and WTR FAYETTEVILLE PROJECT- JACOBS JACOBS MONTHLY REPORT — MARCH 2O20 Revenue Generated from the BMS $50,000 $45,000 $40,000 $35,000 $30,000 $25,000 $20,000 $15,000 $10,000 ' $5,000 e�'d Monthly ♦Cumulative Year to Date Maintenance West Side Maintenance and a City of Fayetteville water crew installed two large wastewater flow meters to measure process flow from the 24-inch and 30-inch lines pumped from the Hamestring lift station. With flawless planning, communication, and scheduling the CIP project completion was a success thanks to the work of the two parties being in sync. 1. AF 11 PLANNING AND COMMUNICATION WERE KEY IN THE SUCCESSFUL INSTALLATION OF WEST SIDE FLOW METERS FAYETTEVILLE PROJECT- JACOBS 7 JACOBS MONTHLY REPORT - MARCH 2O20 Noland The west aeration basin was cleaned out to prepare for the April permit. Maintenance cleaned and removed five semi -truck loads of grit totaling 85 tons taken to the landfill. NOLAND WEST AERATION BASIN GETS A SPRING MAKE -OVER READY FOR APRIL PERMIT The aeration basin anoxic zone process is experiencing age and fatigue on the mixer mounting structures. The mixer H-frame structures are constructed of large I -beams which are experiencing excessive wear causing the mixers to rock. Three H-frames have been replaced along with three rebuilt anoxic mixer gear boxes. .`reTWITHITTATUNATHOW BASIN ANOXIC ZONE IMPROVEMENTS FAYETTEVILLE PROJECT- JACOBS 8 JACOBS MONTHLY REPORT - MARCH 2O20 Two effluent pump station W3 pumps were pulled and sent for evaluation and repair. These pumps supply W3 process water to the Noland WRRF and to the BMS for irrigation and drying processes. EFFLUENT W3 PUMP REPAIRS THESE PUMPS SUPPLY PROCESS AND IRRIGATION WATER Aeration Basin RAS/WAS process. The waste activated sludge pump in the Noland aeration basin RAS/WAS process experienced electrical issues. Several tests on the motor revealed the motor insulation was shorted to ground on all three phases. A replacement pump was ordered and will be delivered in 8 -10 weeks. The Noland WRRF experienced a filter building potable water (W1) leak in the line that supplies water to the emergency eye wash station for the alum chemical tank refilling area. The City of Fayetteville's leak detection crew was notified to help locate the leak. The repair was completed, and a new emergency eye wash station was installed and put into service. Safety inspections of the structures around the Noland WRRF revealed several handrail systems in need of repair and replacement. The aeration basin repairs consisted of replacement of large sections of railing and kick plates and minor repairs on the stairwell handrails. The disinfection channels experienced settling on two concrete stairs that pulled the handrail apart. Both handrails were extended and repaired. The filter building had several sections repaired with new pedestals and rails. Lift Stations The Hamestring channel monster spare received a cleaning and evaluation. The 10-horsepower motor that powers the grinders had shorted windings in the motor. With quotes for a replacement motor at $12,000, it was determined a repair would be effective. A shop was Located to repair the explosion proof immersible motor for $3,600 and the motor was reinstalled with the unit now available as a critical back up. FAYETTEVILLE PROJECT- JACOBS JACOBS MONTHLY REPORT - MARCH 2O20 Key Performance Indicators/Measures Figure 2: Total number of work orders completed in March — 1,838 Figure 3: Total labor hours worked per work order type. In the month of March 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 10 JACOBS MONTHLY REPORT - MARCH 2O20 Capital Improvement Projects (CIP) 2019 Encumbered Projects Completed and Updates 1. Delivery of one rebuilt Noland anoxic mixer by Automatic Engineering. 2. Hamestring LS Pump #2 motor and pump rebuild delivered. 3. Greg Avenue LS Pump # 3 rebuild delivered. 4. Clarifier scum pump delivery delayed due to Covid-19 supply -chain interruptions. Plants, Pumps, and Equipment 1. PO issued for RAS mixer replacement with delivery scheduled in June. 2. Replacement of Phosphax/Amtax units were approved at the agenda session and will be scheduled for final Council review in April. 3. Additional 2020 CIP Project - Influent pump station (IPS) pump #5 break-in scheduled for Water & Sewer and Council review in April. 1. . Building Improvements Water & Sewer approval for Noland bulk chemical tank replacement. Presentation to Council for review scheduled in April. Laboratory/Industrial Pretreatment A water treatment residual (WTR) sample was collected at the BMS and analyzed for pH. The sample was sent to American Interplex for metals, potassium, phosphorus, total solids, and sodium adsorption ratio (SAR). WTR analyses are required to land apply the material. Soil samples collected from Areas 4, 6, and 8 at the BMS were analyzed for pH. The samples were sent to American Interplex for metals, potassium, phosphorus, nitrate + nitrite, SAR, total solids, cation exchange capacity (CEC), and electrical conductivity. These analyses are required by the BMS no discharge permit. First quarter Noland WET testing results concluded the White River effluent quality passed for both species, Fathead Minnow and Ceriodaphnia Dubia. First quarter West Side WET testing retest of Goose Creek effluent passed. The lab said goodbye to Madeline Graham who pursued a job in Dallas, TX. She will be greatly missed. March was the highest month for hauled waste loads accepted at the Noland WRRF in the last 12 months, with a total of 52 loads accepted. This is an increase of about 33% compared to the previous two months. American Air Filter was issued a Notice of Violation in violation of ordinance #51.075(B)(1) - pollutants discharged caused interference with operations of the WRRF in the form of a blue green dye observed in the Noland influent and throughout the facility. This dye is oxidized by the ozone but it creates a demand that prevents the ozone from being available to oxidize coliform. FAYETTEVILLE PROJECT- JACOBS 11 JACOBS MONTHLY REPORT - MARCH 2O20 Portable toilets were ordered for Noland, West Side, and the BMS for contractor use to limit visitors inside the facilities. Restaurants were contacted to locate extra masks for purchase, but none were located. Dusts masks in supply were distributed for use when needed. Monthly surcharge and waste hauler reports were completed and sent to the city for billing. For revenue generated from the IPP, see Table 2. Table 2: Revenue Generated from the IPP Revenue $70,369.21 Surcharges on February data $2,600.00 Fees from hauled waste accepted in March $0.00 Other fees paid in March $0.00 Fines assessed in March Zero violations for all industrial users Violations on February data Revenue Generated Industrial Pretreatment Program $300,DD0 $250,000 $200,000 $150,000 $100,D0C $50,000 I I n >a�Ja-A z6 �a{r i �e 60 OMonthlySurcharge Fees plus Hauled Waste Fees --Q—CRJmulative Fees Figure 4: Revenue Total from Surcharges, Fees, and Fines Hauled Waste 2020 D`10 0e{ �o OAPT OBJ OPH WIRES —TOTAL Figure 5: Number of hauled waste loads, by hauler FAYETTEVILLE PROJECT- JACOBS 12 JACOBS MONTHLY REPORT - MARCH 2O20 Woolsey Wet Prairie The eight inches of rainfall this month was approximately double March's normal average of 3.95 inches. Despite rainy conditions, project staff were able to start 2020 herbicide treatments WEST SIDE BIOSWALE with focus on cool -season annual grasses, fescue, and early treatments of Yellow Rocket, burdock and motherwort. Staff also completed the late -winter mowing of the West Side facility's three rain garden areas and two bioswales. These well managed green infra -structure areas require mowing only once per year to clear the previous year's vegetation and make room for new, spring growth. Together these areas comprise just over 100,000 square -feet of area; reduced mowing decreases fossil -fuel consumption while also promoting a greater diversity of native wildflowers, sedges, rushes and grasses that provide valuable habitat for birds, beneficial pollinators and other wildlife. Lastly, the West Side WRRF's Entrance Bioswale performed as designed during March's abundant precipitation. Constructed in early 2019, this bioswale, approximately 40,000 SF, temporary stores thousands of gallons of stormwater runoff from the West Side WRRF. A series of three permeable weirs slows down the flow of stormwater, allowing it to trickle through more slowly over the course of 24-48 hrs, and decreases highly erosive 'storm -surge' effects to the receiving stream. In the meantime, the temporarily detained stormwater receives additional filtration when infiltrating into the area soils and transpiring through the bioswale's dense vegetation root zone. Community Outreach Community outreach was essentially halted as "social distancing" was implemented and non- essential visitor traffic was stopped. Washington County Search and Rescue K9 unit utilized the BMS site once during February for training. event FAYETTEVILLE PROJECT- JACOBS 13 JACOBS MONTHLY REPORT - MARCH 2O20 Sustainability While performing Woolsey's 2017 botanical survey, botany specialists found a very small colony of White Sagebrush (Artemisia ludoviciana ssp. Mexicana) on nearby city property north of the new solar array. White Sagebrush is a species rare to Arkansas and known to occur in dry grasslands and glades in a few counties in the northwestern part of the state. It was last documented in the Fayetteville area in 1954, when it was collected from "West Mountain", a site believed to be about two miles east of Woolsey Wet Prairie. Shortly after discovery, it also became apparent that the location of this isolated colony, very possibly the only one left in Washington County, was terribly susceptible to right-of-way and easement disturbances for mowing and non -selective herbicide applications. In early 2019 a handful of plants were transplanted from the original colony to four locations within Woolsey's protected boundaries. By the end of summer, the re -located plants were alive and thriving. This conservation endeavor continues for the rare White Sagebrush with two goals: 1) transplant additional cultivated seedlings to the original four transplant sites to strengthen the plant populations in those areas, and 2) initiate at least two new transplant sites by relocating cultivated seedlings and expand the foot -print distribution of White Sagebrush within Woolsey Wet Prairie. The new transplant areas will be revisited in late summer to assess and quantify survivability. FAYETTEVILLE PROJECT- JACOBS 14 JACOBS MONTHLY REPORT — MARCH 2O20 In addition to transplanting the White Sagebrush the Jacobs team also collected 55 gallons of dried Broomsedge Bluestem (Andropogon virginicus) straw from city property next to Woolsey Wet Prairie. The harvested broomsedge stems contain valuable seeds that will be taken to the Noland Nativescape for landscape area improvement. Health & Safety / Training s BROOMSEDGE BLUESTEM SEEDS E:►-1.i►l*1Y21i]1il a IMPROVEMENTS TO THE NATIVE-SCAPE AREAS AT NOLAND Andropogon virginicus, broomsedge btuestem, is a meadow grass essential to prairie restorations Fayetteville continues to be heading in a positive direction with Safety. The safety team strives to always bring safety awareness and training to all associates within the Fayetteville project. Earth Moving Equipment training was administered to the Biosolids staff. The training was given on permit requirements and qualifications for the process. The plant had no incidents during the month and three safety work orders were completed. The plant staff completed 14 training courses. The following chart illustrates training administered to the departments throughout the month. Leadership within the plant continue to monitor safety work processes and conditions. The Safe Observation Reports (SOR) are completed weekly by all project management. These reports provide a snapshot of the overall safe work practices. to date, the plant leadership is required to submit 36 SOR's per month. Currently, the staff has completed 97% of 836 training courses. The safety committee has completed 13 inspections during 2020. SAFETY TRAI NI NG Ops 13°f Maintenance 33% gL656i1d5 4f9_ FAYETTEVILLE PROJECT- JACOBS 15 JACOBS MONTHLY REPORT - MARCH 2O20 Appendix A Table 3: White River Effluent Characteristics m 20.0 2,102 15.0 1,i(`illi"MJ05.0 4.0 7.2 2.7 176 1.9 126 0.1 7.8 0.6 8.6 3.5 230 2.9 184 0.2 10.6 0.1 �wmmmmmww Immmummw 420 8.7 6.0 9.0 1,000 44 15.7 7.3 7.6 68 15.0 6.8 7.3 20 �wmmm 7.6 3.1 194 2.2 139 0.1 8.6 0.3 19 Table 4: White River Effluent Characteristics - Minerals 20,548 82 FAYETTEVILLE PROJECT- JACOBS F F_ 15.9 7.0 7.4 85 12,505 report report Al i 3,809 2 105 3,371 4,899 5 214 4,026 16 JACOBS MONTHLY REPORT -MARCH 2O20 Table 5: Goose Creek Effluent Characteristics 10.8 2.0 167.9 1.0 84 0.07 5.9 11.4 2.0 189.3 1.0 95 0.25 22.7 11.1 2.0 183.4 1.0 92 0.1 12.4 17.4 10.7 7.1 7.5 18.9 10.2 7.1 7.4 15.4 10.67. 7.1 7.4 FAYETTEVILLE PROJECT- JACOBS 17 JACOBS MONTHLY REPORT -MARCH 2O20 Table 6: Paul R. Noland Influent Characteristics b_KANK-_ 23,198 _M-O 2,250 J.M 8.1 64.5% 14,829 50.0% 8,503 36.7% 154 20.1% 952 42.3% =-*1095 50.9% 8,877 38.3% 178 _w 36.4% 7.4 58.6% 10,078 34.0% 9,525 41.1% 263 34.3% 857 38.1% ,�,. .__I 7.7 61.4% 13,334 44.9% 8,968 38.7% 198 25.9% 876 38.9% Table 7: West Side Influent Characteristics 10.8 108.3% 11,412 78.2% 11,670 80.0% _�__�i3.9% 11.4 113.7% 9,847 67.5% 12,653 86.7% 111.0% 10,441 71.5% 11,705 80.2% 43.6% 1,190 62.0% 32.2% 1,226 63.9% 37.0% 1,174 61.2% FAYETTEVILLE PROJECT- JACOBS 18 JACOBS MONTHLY REPORT - MARCH 2O20 Table 8: Labor Status Department Job Employee Fayetteville% FTE Title Name 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 Wes Cloud 70.00% Professional Admin Project Coordinator Brandi Miller- 70.00% DeWeese Admin Administrative Assistant Christy Taylor 100.00% Admin Administrative Assistant Kassandra Foster 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 Equipment Operator Vacant 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 Rony Ralpho 100.00% BMS Operator In Training Mike Reed 100.00% LAB Admin-Lab/IPP Supervisor Thom Vinson 80.00% LAB Industrial Pretreatment Ashley Gregg 100.00% Coordinator LAB Lead Laboratory Analyst Nicholas King 100.00% LAB Laboratory Analyst II Donna McChristian 100.00% LAB Laboratory Analyst Vacant 100.00% Maint Maintenance Supervisor Joshua Alleman 100.00% Maint Lead Mechanic Brian Daniels 80.00% Maint Ops Technician Tim Marr 70.00% 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 David Abbott 100.00% Maint Mechanic Vacant 100.00% Operations Operations Supervisor Austin Ramsfield 100.00% FAYETTEVILLE PROJECT- JACOBS 19 JACOBS MONTHLY REPORT - MARCH 2O20 Operations Operator II Shawn Santellanes 100.00% Operations Operator I Anthony Ramsfield 100.00% Operations Operator I Travis Patton 100.00% Operations Operator Justin Sweeney 100.00% Operations Operator In Training Tom Meunier 100.00% Operations Operator In Training Grace Germon 100.00% Operations Operator In Training Rick Dollarhide 100.00% Operations Operator In Training Kasey Lybrant 100.00% Operations Operator In Training Vacant 100.00% SCADA Instrument & Control Tech Pat Cooley 92.00% SCADA Instrument & Control Tech Vacant 100.00% Authorized Positions = 48.0 Filled Positions = 43.0 Filled FTE's= 41.5 TEMPS BMS Engineering Intern, U of A Olivea Groeber 100.00% Admin Engineering Intern, U of A Summer Wilkie 100.00% Maint Engineering Intern, U of A VACANT 100.00% FAYETTEVILLE PROJECT- JACOBS 20