Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2020-07-14 - Agendas - Final
CITY OF 9im FAYETTEVILLE 4VARKANSAS MEETING AGENDA Water, Sewer, and Solid Waste Committee July 14, 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, Andrea Foren, Greg Weeks, Matthew Benton, Tim Luther, Josh Durham, Brett Peters, Chris Hall From: Tim Nyander, Utilities Director CALL TO ORDER ROLL CALL OLD BUSINESS: NEW BUSINESS: 1. Engineering Services for a Water and Sewer Comprehensive Rate Study The City of Fayetteville is preparing to perform a water and sewer rate study to develop a 4- year financial plan and conduct a cost of service analysis along with an update on rates for the City's water and sewer systems. A formal selection committee for RFQ 20-01, Engineering and Architect Services, Selection #10 was held on March 10, 2020. Black & Veatch Corporation was selected to perform the comprehensive rate study. An engineering contract, scope, and fees have been prepared and reviewed by city staff. The cost of the rate study is $93,355.00 plus a contingency amount of $10,000. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 2. Noland WWTP Influent Pump Station Pump #2 Pump #2 at the Noland Influent Pump Station, originally installed in 1988, is one of nine pumps utilized to feed influent through the treatment process. Recently, the bottom plate on Pump #2 detached from the rest of the pump resulting in an influent leak. We have received a quote from Electric Motor Center of Springdale for $18,418.42 (shipping included) to repair the pump. Their proposal recommends replacing the bearings, impellor, seals, shims, and other components. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 3. West Side Post -Aeration W3 Pump #3 Repair While checking pump pressure for operations, Jacobs maintenance staff discovered Pump #3 was only putting out 60 PSI of pressure instead of the expected 140 PSI. Upon closer inspection, it was discovered that the pump's hardware was non -stainless and severely corroded. The pump was taken out of service and later pulled for repair. The pump was recently sent to JCI out of Joplin, MO for a hidden -damages inspection We received a quote for $23,746.00 (plus $1500 shipping contingency) to repair the Pump STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 4. Benson Pressure Plane Improvements Bid Award The Benson water pumping station is located east of Goshen and pumps water into the Benson water standpipe. Replacement of the standpipe is planned soon, pending property negotiations, but the pumping station is aging and requires frequent repair. Hawkins -Weir completed the design of a new pumping station at the same site as the existing station and on June 25, 2020 the City of Fayetteville accepted sealed competitive bids for the Benson Pressure Plane Improvements project. Crossland Heavy Contractors, Inc. submitted the lowest bid. All bids are shown here: Crossland Heavy Contractors, Inc. $379,870.00 Goins Enterprises, Inc. $711,509.50 Goodwin & Goodwin, Inc. $413,145.00 Staff recommends awarding Bid #20-47 and approving a construction contract with Crossland Heavy Contractors, Inc. in the amount of $379,870.00 for construction of a new water pumping station and 2,250 linear feet of 6-inch diameter water main. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 5. Benson Pressure Plane Engineering Construction Services In support of the Benson Pressure Plane Improvements project, staff recommends the approval of an engineering services amendment with Hawkins -Weir to perform field observation and oversight of the project per engineering best practices and state law. Staff recommends approval of Amendment No. 4 to the engineering services contract with Hawkins -Weir engineers in an amount not to exceed $81,380.00. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 6. Gulley Road Water Tank Bid Award The new Gulley water tank will be located adjacent to the City's existing water tank on Gulley Road, east of Fayetteville. The new tank will be of identical shape and capacity as the existing tank and will help the City's water system meet the demands for water use both today and into the future. This tank was recommended in the City's Water Master Plan by Olsson, Inc. On July 1, 2020 the City of Fayetteville accepted sealed competitive bids for the Gulley Road Water Tank project. CB & I Storage Tank Solutions, LLC submitted the lowest bid. All bids are shown here: CB & 1 Storage Tank Solutions, LLC $2, 517, 000.00 Caldwell Tanks, Inc. $2,682,000.00 Gerard Tank & Steel, Inc. $2,545,000.00 Phoenix Fabricators & Erectors, Inc. $2,966,000.00 Staff recommends awarding Bid #20-54 and approving a construction contract with CB & I Storage Tank Solutions, LLC in the amount of $2,517,000.00 for construction of a new elevated water storage tank. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 7. Gulley Road Water Tank Engineering Construction Services In support of the Gulley Tank project, staff recommends the approval of an engineering services amendment with Olsson to perform field observation and oversight of the project per engineering best practices and state law. Staff recommends approval of Amendment No. 3 to the engineering services contract with Olsson in an amount not to exceed $169,500.00. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 8. Zion Roadway & Utilities Bid Award As a part of the City's Transportation Bond improvements, Zion Road from Vantage to Crossover will be upgraded and improved. The City's Engineering Division is managing this project. As a part of this work, several aging water and sewer lines will be reconstructed to avoid future roadway disturbance for rehabilitation. The sewer lines will also be upgraded based on master plan sizing recommendations. On June 24, 2020 the City of Fayetteville accepted sealed competitive bids for the Zion Roadway project. Tri Star Contractors, LLC submitted the lowest bid of $6,820,075.20. The water/sewer portion of this bid schedule is $2,424,965.25. The overall project will be presented by the Engineering Division to the City Council on July 21, 2020. Furthermore, construction services with McClelland Consulting Engineers, Inc. will be presented at this same meeting. The water/sewer portion will total $33,100.00. INFORMATION ONLY 9. Capital Projects Update Discussion of current capital projects in the design state or underway. 10. Overview of WWTP Monthly Report Discussion of April's Monthly WWTP Report PRESENTATIONS ATTACHMENTS Scope and Fee, Rate Study Draft Engineering Agreement — Black & Veatch Quote — Electric Motor Center Influent Pump Quote — JCI W3 Pump Benson Pressure Plane Vicinity Map Benson Engineering Recommendation Bid Tab — Benson Pressure Plane Improvements Engineering Services Amendment — Hawkins -Weir Gulley Tank Vicinity Map Bid Tab — Gulley Road Water Tank Engineering Services Amendment — Olsson Capital Projects Status Spreadsheet WWTP April 2020 Report ADJOURN Next Water, Sewer, Solid Waste Committee meets on Tuesday, August 11t", 2020, 5:30 p.m. 4 r�- -ll-U CITY OF FAYETTEVILLE, ARKANSAS Water and Sewer Comprehensive Rate Study TECHNICAL PROPOSAL I JUNE 17, 2020 0. BLACK&VEATCH June 17, 2020 City of Fayetteville Ms. Andrea Foren Purchasing Manager RE: Water and Sewer Comprehensive Rate Study Dear Ms. Foren: Black & Veatch Corporation 11401 Lamar Avenue, Overland Park, KS 66211 +1913-458-2489 1 WelchRE@bv.com As requested, Black & Veatch has prepared this proposal for a comprehensive water and sewer rate study ("Rate Study") for the City of Fayetteville. Included in this proposal is the scope of services, project team organization chart, project schedule, and proposed fee. Ms. Anna White will be the Project Manager for this study and has 22 years of consulting experience in the water, sewer, and stormwater utility financial planning and cost of service rate studies. Ms. Prabha Kumar ,with 21 years of utility financial and business consulting expertise, will serve as the Project Director. Supporting them is a team of analysts with multi -disciplinary expertise and financial modeling experience. Each member of the Project Team was selected based on their experience in the various aspects required to complete this Rate Study successfully, and all embody our approach of "Think. Plan. Do. Act." If you have any questions about our proposal, please contact Ms. Anna White at 913.458.3025 (WhiteAM@bv.com). Robert E. Welch Senior Vice President Building a World of Difference: Table of Contents SCOPEOF SERVICES..............................................................................................................1 PROJECTTEAM..................................................................................................................... 4 PROJECTSCHEDULE.............................................................................................................. 5 PROJECTFEE......................................................................................................................... 6 BV. CO M BLACK & V EATCH I TABLE OF CONTENTS Scope of Services The following sections present our proposed project methodology, project team, schedule, and fee. We look forward to the opportunity to discuss with the City of Fayetteville ("City") to further refine our scope of work, if necessary, and finalize a schedule that best meets your needs. PROPOSED METHODOLOGY The primary purpose of the study is to develop a 5-year financial plan and conduct a cost of service analysis along with a rates update, for the City's water and sewer systems. Project Management The project management task includes general project coordination, staff direction, budget/scope/schedule management, coordination with the City team for project -related activities, and billing/invoicing activities. Task 1— Proiect Initiation and Data Collection This task will provide an opportunity to review project objectives and confirm scope of work, review project schedule and major milestones, collect pertinent data for the study, and discuss any relevant study needs. Specific subtasks are: ■ Preliminary Data Request: Black & Veatch will prepare an initial request for financial and operational data and other pertinent information needs. A preliminary list of typical data which may be required for the study includes (not limited to): ■ Detailed operating and capital budgets pertaining to the water and sewer systems; The most recent Capital Improvements Plan (CIP) schedule/costs, debt service schedules, and loan agreements; ■ Financial audited statements along with itemized revenues; and ■ Customer consumption and meter read data, and special wholesale billing information. ■ Supplemental Data Request: After the initial meeting with utility staff, Black & Veatch will submit requests for additional data and clarifications of initial data received. Task 2 — Financial Planning and Cost of Service The primary purpose of this task is to develop a 5-year financial plan for 2021 through 2025 (forecast period). The necessary subtasks include the following: 2.1 Water and Sewer System Forecast of Operating Revenues The focus of this task is to review the existing sources of operating revenues and the total annual revenue generation for the water and sewer systems. Key subtasks include: . Bill Tabulation Analysis to determine the distribution of usage in each rate tier to compute usage revenues for 2020 and beyond, under existing rates; ■ Projection of accounts by meter size and billed water usage for the forecast period, and projection of fixed and variable charge revenues under existing rates; and BV.COM BLACK& VEATCH I SCOPE OF SERVICES 1 • Projection of miscellaneous service revenues. 2.2 Forecast of Annual Revenue Requirements Black & Veatch will develop the annual revenue requirements for the systems, considering multiple factors including budgeted Operation and Maintenance (0&M) expenditures; debt service on existing revenue bond issues and State Revolving Fund loans; proposed capital funding to support the projected capital program; debt service coverage, operating reserve and fund balance requirements; and any required transfers. Additionally, we will review existing policies on reserve fund requirements and fund balances for adequacy. 2.3 Forecast Period Financial Plan Black & Veatch will develop cash flow analyses for each system over the forecast period showing a comparison of revenue under existing rates with revenue requirements. As a part of the cash flow analyses, we will determine the annual revenue increases that may be necessary. The cash flow analyses will establish the basis to develop a sound financial plan over the forecast period and establish the target revenue to be utilized in performing the cost of service and rate design analyses. 2.4 Cost of Service Analysis The objective of this task is to determine customer class cost of service responsibility for the systems. Key subtasks include: • Determination of functional costs for the systems and allocation of each functional cost to cost causative elements; • Development of Units of Service associated with each cost causative element of the systems; • Development of Unit Cost for each cost -causative component for the Test Year (2021); • Distribution of Test Year Cost of Service to Customer Classes, and • Comparison of Customer Class cost of service with the existing revenues to determine the extent of alignment and adjustments needed. 2.5 Rate Design Analysis The objective of this task is to evaluate the existing rate structure and determine potential changes, if any, needed to assure equity of cost recovery within and among the various customer classes. Key factors that we will consider in rate structure review and potential changes include (i) nexus between costs incurred in providing service and the rates and charges that are designed to recover the costs of providing service; (ii) appropriate alignment between Base Charge and Volumetric Charge costs of service and revenues from those components; (iii) customer bill impact, (iv) and other objectives such as revenue stability, ease of administration, and revenue adequacy. Black & Veatch will present a schedule of proposed rates for the Test Year and typical residential bill impact comparisons between the existing and proposed rates. Task 3 — Meetings and Presentations It is anticipated that three on -site meetings and two presentations will be held during the rate study. The meetings will be held with appropriate City staff and management. While these meetings will be BV.COM BLACK &VEATCH I SCOPE OF SERVICES 2 scheduled at significant stages of the study to receive project direction and review study progress, these sessions would also be used to discuss or review any study related issues and decisions. These meetings are important for providing appropriate consultant/client interaction, exchanging ideas, and developing recommendations tailored to meet the City's needs. ■ Meetings: Up to three meetings will be held during the study. We recommend the following meetings with City and utility staff: Review draft results from the revenue requirements to discuss the magnitude and timing of increases and the alternative scenarios that are developed and to affirm the key assumptions for the cost of service portion of the study. Review and obtain feedback on the cost of service analysis and receive input on the City's rate design objectives. ■ Review and obtain feedback on the proposed rate schedules and typical bill analysis. A work session with the Water /Sewer Committee will be held the following day to present preliminary results of the study and solicit input. ■ Presentations: Black & Veatch will participate in one presentation to the Water/Sewer Committee and one presentation to the City Council to summarize the findings of the rate study and recommendations. If desired, the Black & Veatch team will support additional meetings as an added scope of work. Task 4 — Rate Report Black & Veatch will prepare a draft report that will include a discussion of all assumptions, study approach, summary of findings of the financial plan, results of the cost of service analysis, and proposed rate schedules. Following review of the draft report by City and utility staff, Black & Veatch will prepare a final report and deliver printed copies, as well as an electronic copy. BV.COM BLACK &VEATCH I SCOPE OF SERVICES 3 Project Team Black & Veatch has assembled a highly experienced team of consultants with expertise in finance, management, cost of service and rate design to execute the diverse tasks in this rate study. Figure 1 presents the project team organization. FIGURE 1- PROJECT TEAM ORGANIZATION CHART City of Fayetteville OProject Manager Anna White Financial Planning and Cost of Service Anna White ® Giovanna Rivera Montoya °3AliZuvin SUPPORT STAFF G Project Director Prabha Kumar Meetings and Presentations Anna White ® Prabha Kumar \E!�v Giovanna Rivera Montoya In addition to the team members indicated in Figure 1, we have other experienced staff engineers, financial and rate experts, and staff consultants with qualifications and experience in various aspects of financial advisory services including indirect cost allocation, impact fee analysis, wholesale cost of service, miscellaneous fee studies, and cost -benefit analysis. We will leverage our depth of Black & Veatch subject matter expertise and broad range of experience to support the project, assuring the City of the team's ability to successfully and effectively complete the proposed scope of services. BV.COM BLACK&VEATCH I PROJECTTEAM 4 Project Schedule Black & Veatch believes the proposed work plan presented in this section, meets the City's expectations; however, it can be adjusted to meet the City's specific needs as they may change during the rate study. A tentative work schedule for this engagement is shown in Figure 2. This schedule is not meant to be definitive; it can be adjusted accordingly, based on any additional needs or requirements. Black & Veatch expects to complete the scope of services within three months of the execution of a contract and issuance of notice -to -proceed. Black & Veatch believes that we can meet the proposed schedule assuming we receive data and the City's feedback on deliverables, in a timely manner. FIGURE 2 — PROJECT SCHEDULE Project Management Task 1.0 Task 2.0 Task 3.0 Task 4.0 Financial Planning and Cost of Service Meetings and Presentations M1 M2 M3 P1 P2 Report Black & Veatch Project Work Meetings and Presentations: M1 Meeting #1 - Preliminary Review Revenue Requirements M2 Meeting #2 - Results of Cost of Service, Proposed Rate Schedules M3 Meeting #3 - Review Proposed Rates / Workshop with W&S Committee P1 Presentation #1 - W&S Committee P2 Presentation #2 - City Council BV.COM BLACK&VEATCH I PROJECT SCHEDULE 5 Project Fee Black & Veatch will perform the services described in the Scope of Services section of this proposal based on the Billing Rate Schedule presented in Table 1. Based on those billing rates, which are effective through December 31, 2020, we estimate a total not -to -exceed contract amount of $93,355, which includes all direct expenses and fees. TABLE 1 - BILLING RATE SCHEDULE Senior Analyst $215 Consultant $240 Principal Consultant $285 Director $295 Table 2 presents a breakdown of the estimated fee, for each of the key tasks, associated with the scope of work. TABLE 2 - WORK EFFORT AND FEE Task 0 - Project Management $1,140 Task 1 - Project Initiation and Data Collection $1,220 Task 2 - Financial Planning and Cost of Service $51,125 Task 3 - Meetings and Presentations (Prep & Meetings) $29,430 Task 4 - Study Report $6,040 Direct Expenses $4,400 DISCLAIMER It is understood that, upon notification of your award of the project to Black & Veatch Corporation ("Black & Veatch"), both parties agree to use reasonable diligence, to negotiate a mutually acceptable definitive written contract with respect to the work described in this proposal. Based on our experience we are reasonably confident that the contract terms can be negotiated quickly and without any effect on the project schedule. However, until we receive a fully executed, mutually acceptable definitive written contract, Black & Veatch will not perform any work on behalf of the City of Fayetteville related to the scope of work proposed herein. BV.COM BLACK&VEATCH I PROJECT FEE 6 AGREEMENT For PROFESSIONAL ENGINEERING SERVICES FOR A WATER AND SEWER RATE STUDY Between CITY OF FAYETTEVILLE, ARKANSAS And BLACK & VEATCH CORPORATION THIS AGREEMENT is made as of , 20 , by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE OR CITY) and Black & Veatch Corporation with its principal office located in Kansas City, Missouri (hereinafter called ENGINEER or BVC). WHEREAS CITY OF FAYETTEVILLE annual) solicits statements of uRlifications and BLACK AND Y q VEATCH CORPORATION responded to RFQ 20-01 and was selected by committee. WHEREAS, CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the evaluation, planning, design, and/or construction administration of capital improvement projects. Therefore, CITY OF FAYETTEVILLE and BVC in consideration of their mutual covenants agree as follows: BVC 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 BVC'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. NO - CITY OF FAYETTEVILLE and BVC agree in addition to this agreement, the following documents are hereby incorporated: RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 07.09.2020 Page 1 of 20 • Appendix A —Scope of Work and Fees • Appendix B — Black and Veatch Corporation's response to RFQ 20-01 • Appendix C —Black and Veatch Corporation's Certificate of Insurance SECTION 1- AUTHORIZATION OF SERVICES A 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of BVC. 1.2 Assignments from CITY OF FAYETTEVILLE to BVC may include services described hereafter as Basic Services or as Additional Services of BVC. 1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. SECTION 2 - BASIC SERVICES OF ENGINEER 2.1 Perform professional design services in connection with the Project as hereinafter stated. 2.1.1 The Scope of ervices to be furnished by ENGINEER during this project is included in APPENDIX A attached hereto and made part of this Agreement. J`v RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 06.30.2020 Page 2 of 20 2.2 BVC shall coordinate their activities and services with the CITY OF FAYETTEVILLE. BVC and CITY OF FAYETTEVILLE agree that BVC 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 BVC: 3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 3.1.2 Assist BVC by placing at BVC's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 3.1.3 Obtain for BVC access to property reasonably necessary for BVC to perform its services under this Agreement. `A qW 3.1.4 Examine all studies, reports, cost opinions, Drawings, proposals, and other documents presented by ENGINEER and render in writing decisions pertaining thereto. 3.1.5 The City's Chief Financial Officer is the CITY OF FAYETTEVILLE's project representative with respect to the services to be performed under this Agreement. Such person shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 3.1.6 CITY OF FAYETTEVILLE will review all documents and provide written comments to BVC in a timely manner. RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 06.30.2020 Page 3 of 20 SECTION 4 - PERIOD OF SERVICE 4.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder after issuance of a Purchase Order signed by the Purchasing Manager. 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 stat�theAgreement. BVC will proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. 4.3 BVC shall provide a schedule of its services and include such schedule with the scope in APPENDIX A. qW SECTION 5 - PAYMENTS TO ENGINtER , 5.1 The maximum not -to -exceed amount authorized for this Agreement is $93,355.00 US Dollars. 5.2 The CITY OF FAYETTEVILLE shall compensate BVC based upon a unit price basis as described in APPENDIX A. Ar 1 5.2.. h► aximum not -to -exceed amount authorized for this Agreement is based upon the estimated fee scope, hours, costs and expenses per phase. The estimated fee spreadsheets shall be included in APPENDIX A. The amount for any phase may be more or less than the estimate, however the maximum not -to -exceed amount shall not be exceeded without a formal contract amendment. RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 06.30.2020 Page 4 of 20 5.3 Statements 5.3.1 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE consistent with BVC'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 BVC and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated project schedule. Final payment for professional services shall be made upon CITY OF FFAAYEETTTEVILLE's approval and acceptance with the satisfactory completion of the— pro ess`aI engineering services. 5.4 Payments 5.4.1 All statements are payable upon receipt and generally due within thirty (30) days. If a portion of BVC'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 BVC 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. \NO 5.5 Final PNaac 5.5.1 Upon saticompletion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, BVC 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 BVC 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 RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 06.30.2020 Page 5 of 20 Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against BVC. SECTION 6 - GENERAL CONSIDERATIONS 6.1 Insurance r 6.1.1 During the course of performance of these services, BVC will maintain (in United States Dollars) the insurance coverages as presented and listed in APPENDIX C. BVC will provide to CITY OF FAYETTEVILLE certificates as eviden` f t e specified insurance, listing the CITY as an additional insured, within ten calendar days of the date of this Agreement and upon each renewal of coverage. 6.1.2 CITY OF FAYETTEVILLE and BVC waive all rights of subrogation against each other and their officers, directors, agents, or employees for damage covered by property insurance during and after the completion of BVC's services. A provision similar to this shall be incorporated into all construction contracts entered into by the CITY OF FAYETTEVILLE, and all construction contractors shall be required to provide waivers of subrogation in favor of CITY OF FAYETTEVILLE and BVC for damage covered by any construction contractor's property insurance. �Nv 6.2t4Pssional Responsibility 6.2.1 BVC will exercise reasonable skill, care, and diligence in the performance of BVC's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices, CITY OF FAYETTEVILLE Standards, Arkansas State Law and the Rules and regulations of the Arkansas Board of Licensure For Professional Engineers and Professional Surveyors. CITY OF FAYETTEVILLE will promptly report to BVC any defects or suspected defects in BVC's services of which RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 06.30.2020 Page 6 of 20 CITY OF FAYETTEVILLE becomes aware, so that BVC can take measures to minimize the consequent of such defect. BVC agrees not to seek or accept any compensation or reimbursements from the CITY OF FAYETTEVILLE for engineering work it performs to correct any errors, omissions or other deficiencies caused by BVC's failure to meet customarily accepted professional engineering practices. This is BVC's sole obligation and guarantee and the CITY OF FAYETTEVILLE's exclusive remedy with the respect to the quality of the Services. 6.2.2 In addition, BVC will be responsible to CITY OF FAYETTEVILLE for damages caused by its negligent conduct during its activities at the Pro—�ect ite` he� tent covered by BVC's Commercial General Liability and Automobile Liability Insurance policies. 6.3 Cost Opinions and Projections 401, 6.3.1 Cost opinions and projections prepared by BVC relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on BVC's experience, qualifications, and judgment as a design professional. Since BVC has no control over weather, cost and avail alit labor, material and equipment, labor productivity, construction Contractors proce ures 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, BVC does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by BVC. 6.4 Changes 6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of BVC's services, with an appropriate change in compensation and schedule only RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 06.30.2020 Page 7 of 20 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 BVC. 6.5 Termination It 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 fulfilldbligations 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 S;�; i , ry 6.5.1.2 An opportunity for consultation with the terminating party prior to termination. 6.5.2 This Agreement may be terminated in Vle or in part in writing by CITY OF FAYETTEVILLE for its <N nce, provided that BVC is given: 6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, v 6.5.2.2 An op p un ,y 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 BVC at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of BVC's default. RFQ 20-01, Engineering and Architectural Services — Selection 410 — Water Sewer Rate Study Last Revised 06.30.2020 Page 8 of 20 6.5.4 If termination for default is effected by BVC, 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 BVC for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by BVC 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, BVC 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 BVC 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 t gregCnent. 6.5.7 If, aer termination for failure of BVC to fulfill contractual obligations, it is determined that BVC 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. RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 06.30.2020 Page 9 of 20 6.6 Delays 6.6.1 In the event the services of BVC are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond BVC's reasonable control, BVC shall be entitled to additional compensation and time for reasonable costs incurred by BVC in temporarily closing down or delaying the Project. 6.7 Rights and Benefits 6.7.1 BVC'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 BVC 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 BVC in the performance of this Agreement, and disputes concerning payment�X 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. RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 06.30.2020 Page 10 of 20 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 BVC 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 sh Ll1e granted, and the appropriate portions of this Agreement that authorize the relief requested. v 6.8.4 Negotiation: Within seven days of recei the Notice, the Project Managers for CITY OF FAYETTEVILLE and BVC shall confer i n 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 BVC and the Mayor of CITY OF FAYETTEVILLE or his denee These officers shall meet at the Project Site or such other location as is agreed within 30 days of the written request to resolve the dispute. 6.9 CITY Of F EVILLE represents that it has sufficient funds or the means of obtaiing tpo remit payment to BVC for services rendered by BVC. 6.10 ,Pub�ations 6.10.1 Recognizing the importance of professional development on the part of BVC's employees and the importance of BVC's public relations, BVC may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to BVC's services for the Project. Such publications will be provided to RFQ 20-01, Engineering and Architectural Services — Selection 410 — Water Sewer Rate Study Last Revised 06.30.2020 Page 11 of 20 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 BVC. CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of BVC's activities pertaining to any such publication shall be for BVC'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 BVC 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. BVC may retain reproduced copies of drawings and copies of other documents. 6.12.2 The CITY OF FAYETTEVILLE acknowledges the BVC's plans and specifications, including documents on electronic media ("delivered documents"), as instruments of professional services. Nevertheless, the delivered documents prepared under this Agreement shall be delivered to and become the property of the CITY OF FAYETTEVILLE upon completion of the services and payment in full of all monies due to BVC. Except for the BVC's services provided for by this Agreement as related to the construction and completion of the Project, the BVC accepts no liability arising RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 06.30.2020 Page 12 of 20 from any reuse of the delivered documents by the CITY OF FAYETTEVILLE, unless BVC is retained by CITY OF FAYETTEVILLE to make modifications or otherwise reuse the delivered documents. Except where the CITY OF FAYETTEVILLE reuses the delivered documents subsequent to the completion of the Project, nothing contained in this paragraph shall alter the BVC's responsibilities and obligations under this Agreement. 6.12.3 Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. BVC toftware. e no warranty as to the compatibility of these files with any other system & I%L Because of the potential degradation of electronic medium overtime, 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 Is 6.13.1 Any Notice required under this Agreem4t will be in writing, addressed to the appropriate party at the followinkddresses: CITY OF FAYETTEVILLE's address: 113 West Mountain Fayetteville, AR 72701 ekk* f BLACK AND VEATCH CORPORATION's address: 11401 Lamar Avenue Overland Park, KS 66211 RFQ 20-01, Engineering and Architectural Services — Selection 410 — Water Sewer Rate Study Last Revised 06.30.2020 Page 13 of 20 [.'�i11112,1! 6.14.1 6.15 6.15.1 6.16 6.16.1 Successor and Assigns CITY OF FAYETTEVILLE and BVC 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 BVC shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. Controlling Law 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. Entire Agreement NA A This Agreement represents the entire Agreement between BVC 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 s=` to BVC a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by BVC, shall be considered as a document for CITY OF FAYETTEVILLE's internal rr it f its operations. ,,,,Ag SECTION 7 - SPECIAL CONDITIONS 7.1 Additional Responsibilities of ENGINEER: 7.1.1 CITY OF FAYETTEVILLE's or any Federal or State Agency's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve BVC of responsibility to its standard of care set RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 06.30.2020 Page 14 of 20 forth in Section 6.2.1. Except as set forth in this Agreement, neither CITY OF FAYETTEVILLE's nor any Federal or State Agency's review, approval or acceptance of, nor payment for any of the services shall be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. 7.1.2 BVC shall be and shall remain liable, in accordance with applicable law, fordirect third -party property and personal injury damages to CITY OF FAYETTEVILLE to the extent caused by BVC's negligent performance of the Services furnished under this Agreement; BVC shall not be liable for errors, omissions r other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 7.1.3 In no event will BVC be liable for any special, indirect, or consequential damages including, without limitation, damages or losses in the nature of increased Project costs, loss of revenue or profit, lost production, claims by customers of OWNER, or governmental fines or penalties 7.1.4 To the fullest extent permissible by law, and notwithstanding any other provision of this Agreement, the total liability, in the aggregate, of BVC, its officers, directors, shareholders, employees, agents, and consultants, and any of them, to CITY OF FAYETTEVILLE and anyone claiming by, through or under CITY OF FAYETTEVILLE, for any and all claims, losses, liabilities, costs or damages whatsoever arising out of, resulting from or in any way related to the Project or this Agreement from any form of negligence, professional errors or omissions (including breach of contract or warranty) of BVC, its officers, directors, employees, agents or consultants, or any of them, SHALL NOT EXCEED One Million Dollars ($1,000,000). The parties agree that specific consideration has been given by the BVC for this limitation and that it is deemed adequate. RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 06.30.2020 Page 15 of 20 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 BVC arising out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. 7.3 Audit: Access to Records 7.3.1 BVC shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement and for three (3) years from the date of final payment under this Agreement, in accordance with generally accepted accounting principles and practices c nsi ntl lie4 in effect on the date of execution of this Agreement. BVC all a maint the financial information and data used by BVC in the preparation of supp of the cost submission required for 14 any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost sum mar u ted. CITY OF FAYETTEVILLE, the State or any of their authorized representa - es shall have access to all such books, records, documents and other evidence for thlwpose of inspection, audit and copying during normal v- business hours. BVC will provide proper facilities for such access and inspection. 7.3.2 Records un ar`dgraph 7.3.1 above, shall be maintained and made available during performance n 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. RFQ 20-01, Engineering and Architectural Services — Selection 410 — Water Sewer Rate Study Last Revised 06.30.2020 Page 16 of 20 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 BVC; 7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; , 1\ * 7.3.3.3.3 If the subagreement is terminated for default or for convenience. v- 7.4 Covenant Against Contingent Fees 7.4.1 BVC represents 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 BVC for the purpose of securing business. For breach or violation of this representation, CITY OF FAYETTEVILLE shall have the right to terminate this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise RFQ 20-01, Engineering and Architectural Services — Selection 410 — Water Sewer Rate Study Last Revised 06.30.2020 Page 17 of 20 recover, the full amount of such commission, percentage, brokerage, or contingent fee. 7.5 Gratuities 7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that BVC or any of BVC'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 treatmen iin awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to BVC 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 BVC as it could pursue in the event of a breach of the Agreement by BVC. 7.6 Arkans ee� of Information Act 7.6.1 cit�ont is nd 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 for records kept solely and only in the possession of BVC, to the extent required by law, BVC will provide the documents in a prompt and timely manner as prescribed in the Arkansas RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 06.30.2020 Page 18 of 20 Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 7.6.2 Pursuant to Arkansas Code Ann. § 25-19-105(b)(20), the personal information of CITY OF FAYETTEVILLE water system customers must be treated as confidential information and shall not be made available for inspection except by BVC's employees as required to fulfill the terms of this Agreement.; Upon ` m II tion of BVC's contractual duties and after approval of BVC's documents, the BVC agrees to destroy or return to CITY OF FAYETTEVILLE any copies of records cont*ing information about CITY OF FAYETTEVILLE water systecustomer) IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and BVC, by its authorized officer have made and executed this Agreement as of the day and year first above written. RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 06.30.2020 Page 19 of 20 [aI=01111111111y_\'doaI WimIW a'If-Al0RUM By: Mayor, Lioneld Jordan ATTEST: By: Kara Paxton, City Clerk BLACK & VEATCH CORPORATION By: Title: END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 06.30.2020 Page 20 of 20 ELECTRIC MOTOR CENTER 804 N. JEFFERSON SPRINGDALE, AR 72764 PHONE: (479)756-8040 FAX: (479)756-0567 EMAIL: ravatemc@gmaii.com Matt/Jacobs-Nolan NSYV 12X12X15 AC Pump and Motor 6/24/2020 Repair both — install new bearings, seals, impellor with wear ring, 2-piece mechanical seal, shims and all new hardware, rebuild $18,418.42 + tax if needed Frt is included Thanks, Ray Edmisson ci CH2M Hill - Fayetteville 1400 North Fox Hunter Road Fayetteville, AR 72701 Phone: 479-443-3292 Fax: 479-443-5613 Attention: Matt Benton Subject: Fairbanks 10M 7000 VTP Repair Quotation #: 0740408077K_D Please refer to this number when ordering Matt Benton: JCI Industries, Inc. 1161 SE Hamblen Rd. Lee's Summit, MO 64081 Tel: 816-525-3320 Monday, June 22, 2020 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 Monday, June 22, 2020 Quote #: 0740408077K_D 1.00 Fairbanks 10M 7000 VTP Repair S N: 506004 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's running clearance is out of tolerance to the head shaft OD. Customer would like to upgrade from packing to a mechanical seal. • Machine prep the male register fit for a registering ring and the packing box bore for a 420 SS insert • Sleeve the packing area and finish machine for proper clearance to the new mechanical seal pilot fit • Ring the prepped male register fit and finish machine for proper clearance to the skimmed female fit on the discharge head • Manufacture and install a new bronze bushing • Finish machine the new bushing for proper clearance to the new head shaft • Skim cut the stuffing box mounting face in preparation for a new mechanical seal • Install a new mechanical seal in lieu of packing Wet End (Bowl Assembly, Columns and Spider) Inspection Comments: The wet end components have excessive wear and erosion (see As -Found photo section below). The repair required will exceed the cost of new. • Supply new bowl assembly, columns, and spider $23,746.00 Shafting (4) Inspection Comments: All shafting will be replaced with the new bowl and column assembly. • Supply new pump shaft, line shaft, head shaft and motor shaft with (3) 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 • National M10LC-7 Stg Bowl Assembly (impellers, collets, pump shaft, bowls, suction bell, bushings and wear rings) - $9,442 • Flanged Column (2) - $3,466 • Spider with rubber bearing - $86 • Strainer (SS) - $664 • Shafts (4) - $848 • Line shaft couplings (3) - $168 • Mechanical Seal - $809 • Mounting Hardware (Lot) - $442 • Stuffing box bushing - $386 Price Breakdown: Parts Total = $16,311 Inbound Freight = $575 Pump Shop Labor Total - 34 Hrs x $110/Hr = $3,740 Machine Shop Labor Total - 26 Hrs x $120/Hr = $3,120 ci loar-ungival JCI Industries, Inc. 1161 SE Hamblen Rd. Lee's Summit, MO 64081 Tel: 816-525-3320 1. Applicable 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. Buyer shall be charged the lower of 1 Y2% interest per month or the maximum legal rate on all amounts not received by the due date and shall pay all of Seller's reasonable costs (including attorneys' fees) of collecting amounts due but unpaid. 3. Delivery. Delivery of the Equipment shall be in material compliance with the schedule in Seller's Documentation. 4. Ownership of 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. 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 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. Indemnity. 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. Force Majeure. 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 party'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 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 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. Miscellaneous. 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 Delaware 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'sjudgment, 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, withoutJCl's prior written authorization, and any adverse consequences resulting from such unauthorized work shall be Purchaser's full responsibility. Benson Pressure Plane Improvements Vicinity Map I NTS Project Location 74 hAyHAWKI N S AWE I R ENGI N E E R S, I N C. Engineering Client Success July 6, 2020 Mr. Tim Nyander Utilities Director City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 Re: Benson Mountain Pressure Plane Project No. 20-47 HWEI Project No. 2017076 Dear Mr. Nyander: Three (3) bids were received on Thursday, June 25, 2020, for the referenced project. The low bid was submitted by Crossland Heavy Contractors, Inc. in the amount of $379,870.00. We have reviewed the Certified Bid Tabulation prepared by the City of Fayetteville, and recommend that the City of Fayetteville award a contract for the Benton Mountain Pressure Plane Improvements to the low bidder, Crossland Heavy Contractors, Inc., for a total contract price of $379,870.00. We have worked with Crossland Heavy Contractors on past projects and their performance to date has been satisfactory. We understand that you will present the bid tabulation and our recommendation to the City of Fayetteville Water, Sewer, and Solid Waste Committee for their consideration at the July 2020 meeting. We will attend the meeting and be available to answer any questions. If you have any questions or comments, please do not hesitate to call. Sincerely, HAWKINS-WEIR ENGINEERS, INC. IS nkb b, eduut�.' Brett D. Peters, P.E. BDP/gch Enclosure: Certified Bid Tabulation cc: Mr. Corey Granderson, P.E., Utilities Engineer 110 So. 7th Street • P.O. Box 648 • Van Buren, AR 72957 • Ph: (479) 474-1227 • Fax: (479) 474-8531 211 Natural Resources Drive • Little Rock, AR 72205 • Ph: (501) 374-4846 438 East Millsap Road • Suite 200 • Fayetteville, AR 72703 • Ph: (479) 455-2206 403 Garrison Avenue • Suite 101 • Fort Smith, AR 72901 • Ph: (479) 242-4685 2017076\TN070620BP.docx zazozu.hawkins-zoeir.coin CITY OF FAYETTEVILLE ARKANSARKANSAS Bid Tabulation Bid 20-47, Construction - Benson Pressure Plane Improvements Crossland Heavy Contractors, Inc. Goins Enterprises, Inc. Goodwin & Goodwin, Inc. Total Cost $379,870.00 $711,509.50 $413,145.00 Unit Quantity of IternNo. Required Measure UnitPrice TotalCost UnitPrice TotalCost UnitPrice TotalCost 1 1 LS $4,075.00 $4,075.00 $20,000.00 $20,000.00 $10,000.00 $10,000.00 2 1 LS $7,900.00 $7,900.00 $5,000.00 $5,000.00 $7,500.00 $7,500.00 3 1 LS $18,500.00 $18,500.00 I $10,000.00 $10,000.00 $20,000.00 $20,000.00 4 1 LS $200.00 $200.00 $15,000.00 $15,000.00 $5,000.00 $5,000.00 5 1 LS $600,00 $600.00 $5,000.00 $5,000.00 $1,000.00 $1,000.00 6 1 LS $269,200.00 $269,200.00 $474,322.00 $474,322.00 $248,220.00 $248,220.00 7 1 LS $4,500.00 $4,500.00 I $4,000.00 $4,000.00 $3,500.00 $3,500.00 8 1 LS $1,175.00 $1,175.00 $3,000.00 $3,000.00 $3,000.00 $3,000.00 9 2250 LF $21.00 $47,250.00 ' $60.00 $135,000.00 $32.00 $72,000.00 10 500 LBS $9.40 $4,700.00 $10.00 $5,000.00 $10.00 $5,000.00 11 5 CY $335.00 $1,675.00 $250.00 $1,250.00 $150.00 $750.00 12 5 EA $190.00 $950.00 I $150.00 $750.00 $200.00 $1,000.00 13 50 LF $125.00 $6,250.00 $150.00 $7,500.00 $200.00 $10,000.00 14 3 EA $1,360.00 $4,080.00 $1,500.00 $4,500.00 $2,200.00 $6,600.00 15 1 EA $2,265.00 $2,265.00 $2,500.00 $2,500.00 $4,200.00 $4,200.00 16 1 EA $600.00 $600.00 $2,000.00 $2,000.00 $2,500.00 $2,500.00 17 1 EA $1,150.00 $1,150.00 $2,500.00 $2,500.00 $1,500.00 $1,500.00 18 200 LF $6.00 $1,200.00 $10.00 $2,000.00 $10.00 $2,000.00 19 150 SY $6.50 $975.00 $6.00 $900.00 $10.00 $1,500.00 20 5250 SY $0.50 $2,625.00 1,$2.15 $11,287.50 $1.50 $7,875.00 CITY OF AY1LLE ARKANSAYKANiAl Bid 20-47, Construction Benson Pressure Plane Improvements - Bid 20-47, Construction - Benson Pressure Plane Improvements Project Overview Project Details Reference ID Bid 20-47, Construction Benson Pressure Plane Improvements Project Name Project Owner Bid 2047, Construction - Benson Pressure Plane Improvements Andrea Foren Project Type ITB Department Purchasing Certification Of Funds $700,000.00 Project Description Benson Pressure Plan Improvements Open Date May 17, 2020 12:00 PM CDT Close Date Jun 25, 2020 2:00 PM CDT Highest Scoring Supplier Score Crossland Heavy Contractors, Inc. 1 100 pts Seal status CITY or FATETiEY1LLE f AYRAKaAS Requested Information Unsealed on Unsealed by City's Required Forms Jun 25, 2020 2:03 PM CDT Les McGaugh Bid Bond Jun 25, 2020 2:03 PM CDT Les McGaugh Bid 20-47, Bid Form (BT-24JR) Jun 25, 2020 2:03 PM CDT Les McGaugh AR Contractors License # Jun 25, 2020 2:03 PM CDT Les McGaugh AR Secretary of State Filing # Jun 25, 2020 2:03 PM CDT Les McGaugh Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, Jun 25, 2020 2:03 PM CDT Les McGaugh or while in contract, with any public entity as defined in §25- 1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Conflict of Interest # 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 CITIf OF FAYETTEVILLE ' ARKANSAS 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. Name Date Signed Has a Conflict of Interest? Les McGaugh Jun 25, 2020 2:03 PM CDT No I ciry or- �� FAYETTEVILLE S AYKAKSAL Public Notices The City has issued Addendum 1 to bid 20-47 Les McGaugh, Jun 19, 2020 4:36 PM CDT The City has issued Addendum 1 to bid 20-47 CITY OF r7 FAYETTEYILLE Aoiuwsws Scoring Summary Active Submissions Total Certified Funds Pass/Fail Total Base Bid Price / 100 pts Supplier / 100 pts Crossland Heavy Contractors, Inc. 100 pts Pass 100 pts ($379,870.00) Goodwin & Goodwin, Inc. 91.95 pts Pass 91.95 pts ($413,145.00) Goins Enterprises, Inc. 53.39 pts Pass 53.39 pts ($711,509.50) CITY Or PAYETTEYILLE s ""KS" Signatures Name Andrea Foren (Project Owner) Les McGaugh (Evaluator) Andrea Foren Signatures Digitally signed by Andrea Foren Date: 2020.07.02 16:56:04-05'00' Digitally signed by Les McGaugh Les McGaugh Date: 2020.07.01 16:08:35-05'00' CITY OF FAYETTEVILLE ARKANSAS Bid Tabulation Bid 20-47, Construction - Benson Pressure Plane Improvements Crossland Heavy Contractors, Inc. Goins Enterprises, Inc. Goodwin & Goodwin, Inc. Total Cost $379,870.00 $711,509.50 $413,145.00 Unit Quantity of Item No. Required Measure UnitPrice TotalCost UnitPrice TotalCost UnitPrice TotalCost 1 1 LS $4,075.00 $4,075.00 $20,000.00 $20,000.00 $10,000.00 $10,000.00 2 1 LS $7,900.00 $7,900.00 $5,000.00 $5,000.00 $7,500.00 $7,500.00 3 1 LS $18,500.00 $18,500.00 I $10,000.00 $10,000.00 $20,000.00 $20,000.00 4 1 LS $200.00 $200.00 $15,000.00 $15,000.00 $5,000.00 $5,000.00 5 1 LS $600.00 $600.00 $5,000.00 $5,000.00 $1,000.00 $1,000.00 6 1 LS $269,200.00 $269,200.00 $474,322.00 $474,322.00 $248,220.00 $248,220.00 7 1 LS $4,500.00 $4,500.00 I $4,000.00 $4,000.00 $3,500.00 $3,500.00 8 1 LS $1,175.00 $1,175.00 $3,000.00 $3,000.00 $3,000.00 $3,000.00 9 2250 LF $21.00 $47,250.00 $60.00 $135,000.00 $32.00 $72,000.00 10 500 LBS $9.40 $4,700.00 $10.00 $5,000.00 $10.00 $5,000.00 11 5 CY $335.00 $1,675.00 $250.00 $1,250.00 $150.00 $750.00 12 5 EA $190.00 $950.00 $150.00 $750.00 $200.00 $1,000.00 13 50 LF $125.00 $6,250.00 $150.00 $7,500.00 $200.00 $10,000.00 14 3 EA $1,360.00 $4,080.00 $1,500.00 $4,500.00 $2,200.00 $6,600.00 15 1 EA $2,265.00 $2,265.00 $2,500.00 $2,500.00 $4,200.00 $4,200.00 16 1 EA $600.00 $600.00 $2,000.00 $2,000.00 $2,500.00 $2,500.00 17 1 EA $1,150.00 $1,150.00 $2,500.00 $2,500.00 $1,500.00 $1,500.00 18 200 LF $6.00 $1,200.00 $10.00 $2,000.00 $10.00 $2,000.00 19 150 SY $6.50 $975.00 $6.00 $900.00 $10.00 $1,500.00 20 1 5250 1 SY $0.50 $2,625.00 11$2.15 $11,287.50 11$1.50 $7,875.00 cirr of EE YILL ARKANS AYICANiAS Bid 20-47, Construction Benson Pressure Plane Improvements - Bid 20-47, Construction - Benson Pressure Plane Improvements Project Overview Project Details Reference ID Bid 20-47, Construction Benson Pressure Plane Improvements Project Name Bid 20-47, Construction - Benson Pressure Plane Improvements Project Owner Andrea Foren Project Type ITB Department Purchasing Certification Of $700,000.00 Funds Project Description Benson Pressure Plan Improvements Open Date May 17, 2020 12:00 PM CDT Close Date Jun 25, 2020 2:00 PM CDT Highest Scoring Supplier Score Crossland Heavy Contractors, Inc. 100 pts Seal status corn of RATETTLYILL. AYQANLAi Requested Information City's Required Forms Bid Bond Bid 20-47, Bid Form (BT-24JR) AR Contractors License # AR Secretary of State Filing # Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25- 1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Conflict of Interest Unsealed on Jun 25, 2020 2:03 PM CDT Jun 25, 2020 2:03 PM CDT Jun 25, 2020 2:03 PM CDT Jun 25, 2020 2:03 PM CDT Jun 25, 2020 2:03 PM CDT Jun 25, 2020 2:03 PM CDT 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 corn of RATETTLYILL. AYRAMS" 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. Name Date Signed Has a Conflict of Interest? Les McGaugh Jun 25, 2020 2:03 PM CDT No AGOcirr of RATETTEVILLE AYRAMSM Public Notices The City has issued Addendum 1 to bid 20-47 Les McGaugh, Jun 19, 2020 4:36 PM CDT The City has issued Addendum 1 to bid 20-47 - � © _ Ci) |�| acn O % Cl) Q E 2 q R % a 6 $ co V ■ m m C cocn k k ® co R / \ m 2 $ $ S IL 3 ■ m m m CL R \ % f f / , 7 k 0 k / / C a / $ 0 . U o CL CL g m §CO) k 2 E I / '0 E 0 0 k / 7 } § 3 m § 0 / E cirr of ARKAMSFATETLYILL. AYICANLAi Signatures Name Andrea Foren (Project Owner) Les McGaugh (Evaluator) Andrea Foren Signatures Digitally signed by Andrea Foren Date: 2020.07.02 16:56:04-05'00' Les McGaugh Digitally signed by Les McGaugh Date: 2020.07.01 16:08:35-05'00' AMENDMENT NO.4 TO THE AGREEMENT For PROFESSIONAL ENGINEERING SERVICES BETWEEN CITY OF FAYETTEVILLE, ARKANSAS GM HAWKINS-WEIR ENGINEERS, INC. In accordance with the AGREEMENT For PROFESSIONAL ENGINEERING SERVICES for the Goshen Ground Water Storage Tank and Benson Pressure Plane Improvements (HW Project No. 2017076), dated October 3, 2017, between the City of Fayetteville, Arkansas (hereinafter called Owner) and Hawkins - Weir Engineers, Inc. (hereinafter called Engineer), Owner hereby authorizes Engineer to proceed with engineering services as modified by this Amendment No. 4. SECTION 1— SCOPE OF SERVICES 1.1 Amendment No. 4 is for construction management services for the Benson Mountain Pressure Plane Improvements (Task 8) associated with Owner's Project No. 19-18. Task 8 services are detailed in the Engineer's attached Scope of Services dated June 2, 2020. SECTION 2 — TEVIE OF SERVICE 2.1 The scope of services as defined above is based on addressing the Task 8 services within a 180- calendar day construction Contract Time in 2020 for the Owner's Project No. 19-18. Engineer will proceed with providing the services set forth herein immediately upon execution of this Authorization by all parties. Amendment No. 4 Page 1 of 2 June 2, 2020 SECTION 3 — COMPENSATION 3.1 Owner shall compensate Engineer for providing the services set forth herein in accordance with the terms of the Agreement. Total payment for Scope of Services described herein shall not exceed Eighty - One Thousand Three -Hundred Eighty and 00/100 Dollars ($81,380.00) without written approval of Owner. These additional services adjust the Agreement's not to exceed fee to $258,670.00, but do not adjust the not to exceed reimbursable expenses of $21,820.00. Attachments: Scope of Services dated June 2, 2020 Fee Proposal dated June 2, 2020 Standard Hourly Billing Rate Structure, effective August 18, 2019 Certificate of Liability Insurance (2 Pages) AUTHORIZATION BY: CITY OF FAYETTEVILLE, ARKANSAS Honorable Lioneld Jordan, Mayor Date: ACCEPTED BY: HAWKINS-WEIR ENGINEERS, INC. By: U U_-d b - `JIJv Brett D. Peters, P.E. President and CEO Date: ob 102 / 2020 Amendment No. 4 Page 2 of 2 June 2, 2020 City of Fayetteville, Arkansas Benson Mountain Pressure Plane and Tank Improvements Project No. 2017076 June 2, 2020 Task 8 - Construction Management - Benson Mountain Pressure Plane Improvements Task 1. Conduct Pre -Construction Conference with the Owner and Contractor a) Prepare Meeting Summary b) Field survey to reestablish control monumentation and stake easement limits and/or limits of clearing 2. Provide periodic observation of during construction 3. Conduct two (2) progress meetings a) Prepare Meeting Summary 4. Prepare, review, and coordinate the dissemination of construction documentation including material submittals, testing results, field orders, and change orders as directed by the Owner 5. Review the Contractor's constructed quantities and prepare monthly pay requests for the Owner's approval 6. Conduct as -built surveys of completed water improvements 7. Coordinate and conduct a final inspection with the Contractor and the Owner, and prepare a punch list of deficient construction items for the Contractor to address 8. Prepare record drawings of the completed project and provide one (1) reproducible hard copy and one (1) electronic copy forthe Owner's archives TOTAL HOURS= SUBTOTALCOST= Engr VII $190 Engr IV $145 Engr III $125 Engr 1 $85 Designer II $100 Tech III $75 Tech 1 $55 6PS Survey $175 Total Hours Total Cost 2 2 4 4 4 16 $1,730 4 4 $340 8 8 $1,400 8 40 520"' 568 $50,360 4 4 8 4 8 28 $3,120 4 4 $340 2 16 64 4 86 $10,920 4 8 16 8 36 $4,360 8 4 16 28 $3,880 4 8 8 20 $2,260 2 4 8 16 30 $2,670 12 44 144 560 4 16 24 24 828 $2,280 $6,380 $18'000 $47,600 $400 $1,200 $1,320 $4,200 $81,380 (1) Based on 180-calendar day Contract Time (150-calendar days until substantial completion, and 30-calendar days until final completion thereafter). Periodic construction observation is based on 8-hours per day (Monday through Friday) during the construction of the below grade improvements (assumed at 30-calendar days) and based on 4-hours per day (Monday through Friday) for the remaining 120-calendar days until the originally scheduled substantial completion date. Engineering Services Summary Task 8 - Construction Management - Benson Mountain Pressure Plane Improvements $81,380 Total Engineering Fee - Not To Exceed $81,381 qW FAYETTEVILLE ARKANSAS 2017076\Scope of Services and Fee Proposal - Benson Pressure Plane Construction Management 060220.xlsx Engineer Standard Billing Rate Structure For Hourly Fee Based Contracts Hawkins -Weir Engineers, Inc. Effective August 18, 2019 through August 15, 2020(1) Engineer VII $ 190 Per Hour Engineer VI $ 175 Per Hour Engineer V $ 160 Per Hour Engineer IV $ 145 Per Hour Engineer III $ 125 Per Hour Engineer II $ 100 Per Hour Engineer I $ 85 Per Hour Engineering Technician Designer II $ 100 Per Hour Designer I $ 75 Per Hour Technician IV $ 85 Per Hour Technician III $ 75 Per Hour Technician II $ 65 Per Hour Technician I $ 55 Per Hour Field Technician - Field Inspector Resident Project Representative (RPR) $ 120 Per Hour Inspector II $ 75 Per Hour Inspector I $ 65 Per Hour Field Surveying GPS Survey $ 175 Per Hour GPS Mapping Survey $ 95 Per Hour Surveyor $ 85 Per Hour Administrative Business Manager $ 85 Per Hour Expert Witness Preparation At Engineer's Hourly Rate Testimony, less than 1/2 day $1,000 Testimony, per Day $ 2,000 Expenses Reimbursable Expenses and upcharges are determined by the Client Agreement/Contract Subconsultants/Outside Services Express Delivery, Field Supplies, Testing, Review/Filing Fees and Advertising Travel: Hotel and meals Actual Cost Vehicle(2) $0.575 per mile effective 1/l/20 Reproduction: Outside printing service Actual Cost In-house printing Letter Copy - B&W $ 0.10 Per Copy Letter Copy - Color $ 0.75 Per Copy 22 x 34 Size Copy - B&W $ 3.00 Per Copy 22 x 34 Size Copy - Color $10.00 Per Copy 11 x 17 Size Copy - B&W $ 1.50 Per Copy 11 x 17 Size Copy - Color $ 5.00 Per Copy CD Copy $ 5.00 Per Copy Binding $ 1.00 Each Billing Rates are reviewed and adjusted annually in August. Regardless, any adjustment in Billing Rates will not impact previously negotiated Not To Exceed (NTE) fee amounts without a formal Contract Amendment. (2) To be adjusted periodically to current IRS mileage rate. All Billings are due upon receipt unless prior arrangements for payment have been made. Client#: 53866 HAWKWEIR ACORD_ CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/21/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NA. AMETrudy Henry Greyling Ins. Brokerage/EPIC PHONE oNo,EXt):770.552.4225 AC, No: 866.550.4082 3780 Mansell Rd. Suite 370 E-MAIL . trud hen re Iln com Alpharetta, GA 30022 ADORE y ry@9c,yli 9 INSURED Hawkins -Weir Engineers, Inc. P.O. Box 648 Van Buren, AR 72957 INSURER A: Sentinel Insurance company 11000 INSURER B : Hartford Ins Co of the Midwest 37478 INSURER C : INSURER D : INSURER E : COVERAGES CFRTIFICATF NtIMRFR- 19-20 RFVISI(1N NIIIMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDLSUB INSR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR 20SBWZM2676 11/01/2019 11/01/2020 EACH OCCURRENCE $1,000,000 DAMAqGE TO RENTED PREMISES(Eaoccurrence1 $1,000,000 MED EXP (Any one person) $10,000 GEN'L PERSONAL &ADV INJURY $1,000,000 AGGREGATE LIMIT APPLIES PER: POLICY a JECT LOC OTHER: GENERALAGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $2,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY X AUTOS ONLY 20UEGNM6289 21SBWZ112676 11/01/2019 11/01/2019 11/01/202 COMBINEDSINGLELIMIT a (Ea ccident) $ 1,000,000 X BODILY INJURY (Per person) $ rX__ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 11/01/2021 EACHOCCURRENCE $2 000,000 AGGREGATE $2 000,000 DED X I RETENTION $10000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY N ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below FNIA 20WEGPV0830 11/01/2019 11/01/202 X PEAT UTE EORH E.L. EACH ACCIDENT $500,000 _ E.L. DISEASE - EA EMPLOYEE s500,000 E.L. DISEASE - POLICY LIMIT s500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project# 2017076, Goshen Water Storage Tank & Pump Station/Benson Standpipe City of Fayetteville, Arkansas is named as an Additional Insured on the above referenced liability policies with the exception of workers compensation where required by written contract. Waiver of Subrogation is applicable where required by written contract & allowed by law. L:tK I It -ILA I t NULUtK L A NI.tLLH I IUIV City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville,AR 72701-0000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 1 of 1 #S1838652/M1793544 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THEN2 ACOROa CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDNYYY) AC� 7/5/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Amanda Palmer BXS Insurance PO Box 251510 PHONE FAX (A/C. No.Exe: 501-614-1571 (A/C. No): 501-614-1447 ADDRESS: amanda.palmer@bxsi.com Little Rock AR 72225- INSURERS) AFFORDING COVERAGE NAIC # INSURER A: Navigators Insurance Company 42307 INSURED HAWKENG-01 INSURER B Hawkins -Weir Engineers, Inc. P.O. Box 648 INSURER C : INSURER D : Van Buren AR 72957 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:919859133 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS -MADE OCCUR PREMISES (Ea occurcence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PRO ❑ JECT LOC PRODUCTS - COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE HIRED NON -OWNED AUTOS ONLY AUTOS ONLY (Per accident) $ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE EXCESS LIAB CLAIMS -MADE AGGREGATE $ DED I I RETENTION$ $ _ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE I ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE. $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ A Professional Liability _ _ CM19DPL0270281V 7/11/2019 7/11/2020 Each Claim Limit $1,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project# 2017076, Goshen Water Storage Tank & Pump Station/Benson Standpipe City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville AR 72701 %.R1V VCLLA I IUIV SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 91988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD CITY OF WOO FAYETTEVILLE ARKANSAS Bid Tabulation Bid 20-54, Construction - Gulley Road New Water Storage Tank CB&I Storage Tank Solutions LLC Caldwell Tanks, Inc. Gerard Tank & Steel, Inc Phoenix Fabricators & Erectors, Total Cost $ 2,517,000.0 $ 2,682,000.0 $ 2,545,000.0 $ 2,966,000.0 Unit Quantity of # Required Measure UnitPrice TotalCost $2,512,000.00 $2,512,000.00 UnitPrice $2,673,000.00 TotalCost $2,673,000.00 UnitPrice $2,540,000.00 TotalCost $2,540,000.00 UnitPrice $2,960,000.00 TotalCost $2,960,000.00 #1-1 1 Lump Sum #1-2 1 Lump Sum $3,000.00 $3,000.00 1 $4,000.00 $4,000.00 $3,000.00 $3,000.00 $3,500.00 $3,500.00 #1-3 1 Lump Sum $2,000.00 1 $2,000.001 $5,000.00 $5,000.00 $2,000.00 $2,000.00 $2,500.00 $2,500.00 CITY OF FAYETTEVILLE ARXANS A i11fAN8A8 Bid 20-54, Construction — New Water Storage Tank; Gulley Rd - Bid 20-54, Construction - Gulley Road Water Tank Project Overview Project Details Reference ID Bid 20-54, Construction — New Water Storage Tank; Gulley Rd Project Name Bid 20-54, Construction - Gulley Road Water Tank Project Owner Andrea Foren Project Type ITB Department Purchasing Certification of $2,300,000.00 Funds Project Description Bid 20-54, Construction - Gulley Road Water Tank Open Date Jun 07, 2020 12:00 AM CDT Close Date Jul 01, 2020 2:00 PM CDT Highest Scoring Supplier Score CB&I Storage Tank Solutions LLC Seal status 100 pts CITY OF EVILLE ARKANSRKAN8A8 Requested Information Required City Forms • 1 . Bid 20-54, Bid Form (BT- 13QZ) Arkansas Contractors License# Arkansas Secretary of State Filing # Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25- 1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Conflict of Interest Unsealed on Jul 01, 2020 2:02 PM CDT Jul 01, 2020 2:02 PM CDT Jul 01, 2020 2:02 PM CDT Jul 01, 2020 2:02 PM CDT Jul 01, 2020 2:02 PM CDT Jul 01, 2020 2:02 PM CDT 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 CITY OF FAYETTEVILLE ARKANS A i1K AN8A8 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. Name Date Signed Has a Conflict of Interest? Les McGaugh Jul 01, 2020 2:02 PM CDT No CITY OF FAYETTEVILLE ARXANS A i11fAN8A8 Public Notices Addendum 1 - Bid 20-54, Construction - Gulley Road Water Tank Les McGaugh, Jun 25, 2020 3:23 PM CDT The City has issued Addendum 1 to Bid 20-54, Construction - Gulley Road Water Storage Tank £ 2 E « _ CD $ $ Cl) 2 cu a a a CD Q a � k k R R f C) k k / / 2 ■ 7 00 co co 2 (a G 7 7 � � � � 2 co ƒ ?LO 2 / ƒ ■ m m m n CL CL co CC) k / co 2 ? ƒ E \ © D kL 06 % d n £ E / CL m f / / ) Cl) k k \ 6.14 e 2 L co ƒ § U E /�W� '� )§ @ O m 0 (L m 0 Q Cl) Q CITY OF EVILLE ARKANSRKAN8A8 Signatures Name Andrea Foren (Project Owner) Les McGaugh (Evaluator) Andrea Foren Signatures Digitally signed by Andrea Foren Date: 2020.07.08 16:23:58-05'00' Digitally signed by Les McGaugh Les M c G a u g Date: 2020.07.02 16:18:56-05'00' Gulley Road Water Tank Vicinity Map I NTS AMENDMENT NO. 3 To AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And OLSSON, INC. (formerly McGOODWIN, WILLIAMS, AND YATES, a DIVISION OF OLSSON ASSOCIATES) EAST FAYETTEVILLE AND TOWNSHIP PRESSURE PLANE IMPROVEMENTS WHEREAS, on January 2, 2018, the City of Fayetteville, Arkansas (CITY OF FAYETTEVILLE) and Olsson (formerly McGoodwin, Williams and Yates, a Division of Olsson Associates) of Fayetteville, Arkansas (ENGINEER) entered into an Agreement for engineering services in connection with the East Fayetteville and Township Pressure Plane Improvements (the "Project"); and WHEREAS, on August 13, 2018, the CITY OF FAYETTEVILLE and the ENGINEER agreed to Amendment No.1 that included the ENGINEER providing services in connection with the evaluation, design and/or construction administration for a 12-inch waterline along Highway 45; and WHEREAS, on December 3, 2019, the CITY OF FAYETTEVILLE and the ENGINEER agreed to Amendment No.2 that included the ENGINEER providing additional services for the East Fayetteville and Township Pressure Plane Improvements. The work included meetings with Washington County Road Dept., Arkansas Department of Health, property owners, East Fayetteville Contract Section I redesign, geo-technical borings for the new Gulley Rd. and Township tanks, easement acquisition services, and miscellaneous analyses and infrastructure designs; and WHEREAS, the CITY OF FAYETTEVILLE now wishes to increase the scope of work to include Construction Administration services for the East Fayetteville Service Area Improvements, Contract Section II New Elevated Water Tank project. The work shall include project management, onsite meetings with contractor, field survey staking, observation of construction, and field and lab material testing; and WHEREAS, the current Agreement must now be amended to provide the additional scope and amount of compensation to the ENGINEER for the additional work; and NOW THEREFORE, in consideration of the mutual covenants and Agreements herein contained, CITY OF FAYETTEVILLE and the ENGINEER, the parties hereto, stipulate and agree that the Agreement for Engineering Services dated January 2, 2018, and amended on August 13, 2018 and December 3, 2019, is hereby amended in the following particulars: SECTION 5 — PAYMENTS TO ENGINEER 5.1 The maximum not -to -exceed amount authorized for this Agreement is $923,805.00. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on a Unit Price or Lump Sum basis as described in Appendix A. APPENDIX A — SCOPE OF SERVICES Add the following Paragraph A.2.4: 018-0031 Amendment No.3 Page 1 A.2.4 Construction Administration Services — East Fayetteville Service Area Improvements, Contract Section II New Elevate Water Tank: Olsson shall provide a suitable staff to perform the Construction Administration services for the East Fayetteville Service Area Improvements, Contract Section II project. Work includes the following: Project Management — Includes submittals, RFI's, change orders, work change directives, review of contractors monthly pay estimates, etc. Services also include coordination with contractor, preparation and attending a kick-off meeting as well as monthly progress meetings and Engineer site visits 2. Survey — Includes constructing staking for new tank and 18-inch transmission line. Resident Project Representative (RPR) — Duties of RPR include project observation and reporting construction activity to Engineer, maintaining record of construction activity, performing field material testing including concrete slump, air content, etc. tests, making concrete cylinders for strength tests, and soil density testing. 4. Material Lab Tests — Work includes concrete cylinder breaks, grout prisms, soil and aggregate proctors, gradation and Atterberg tests. Post Construction — Work includes creation of project close-out documents, site visit/final walk through, plans of record, etc. Compensation for these tasks are based on a construction timeline of 420 days to Substantial Completion and 450 days to Final Completion. If project construction runs longer that the aforementioned times, ENGINEER shall invoice CITY OF FAYETTEVILLE the standard hourly billing labor rate charged for those employees actually performing the work, plus reimbursable expenses if any. ENGINEER shall not commence work without CITY OF FAYETTEVILLE' S prior written approval. The staff shall consist of engineers, engineering technicians, and other assistants as may be necessary to carry on the work in an efficient and expeditious manner. A.4 Compensation Add the following Paragraph A.4.3: A.4.3 Construction Administration Services — East Fayetteville Service Area Improvements, Contract Section II New Elevated Water Tank: The maximum not -to -exceed amount for services described in Section A.2.4 Construction Administration Services — East Fayetteville Service Area Improvements, Contract Section II New Elevated Water Tank is $169,500.00. For clarification purposes, Amendment No. 3 increases the maximum not -to -exceed amount project by $169,500.00. 018-0031 Amendment No.3 Page 2 IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and ENGINEER, by its authorized officer have caused this Amendment to be duly executed this day of , 2020. CITY OF FAYETTEVILLE, ARKANSAS By: Mayor, Lioneld Jordan ATTEST: By: City Clerk OLSSON, INC. W. Chris Hall, P.E.; Team Leader Brad B. Hammond, P.E.; Office Leader END OF AMENDMENT NO. 3 TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES 018-0031 Amendment No.3 Page 3 olsson 8 Date: 09-Jul-20 Job: 018-0031, East Fayetteville Service Area Improvements, CSII TOTALS Phase/ Task Description of Work Total Man - Days Total Labor Fee Total Expense Fee Total Fee 100 Construction Administration Project Management 18.50 $ 20,280.00 $ 120.75 $ 20,400.75 Submittals 9.25 $ 8,124.00 $ - $ 8,124.00 Change Orders, RFI's & Work Change Directives 6.75 $ 6,828.00 $ - $ 6,828.00 Kick -Off and Progress Meetings 8.69 $ 9,443.00 $ - $ 9,443.00 Survey - Construction Staking 1.00 $ - $ - $ 2,100.00 Inspection/Field Material Testing - $ 106,400.00 $ 4,200.00 $ 110,600.00 Lab Material Testing - $ 3,000.00 $ - $ 3,000.00 Project Closeout/Post Construction Services 8.75 $ 8,680.00 $ 348.83 $ 9,028.83 GRAND TOTAL rounded 52.94 $ 162,755.00 1 $ 4,669.58 1 $ 169,500.00 Capital Projects Update - July 2020 No. Project DeEngineer Complete scription Location Contractor or Project Status Cost % Construction 1 West Fork Lift Station & Sewer Lines Note: This is a West Fork project with Fayetteville cost -share Ward 1 Boyles Construction Active Construction $257,484 28% 2 Morningside Dr. 24" Waterline Replacement Ward 1 Kajacs Active Construction $1,595,000 88% 3 Annual Manhole Rehabilitaton (sewer) Contract City Wide Krapff Reynolds Active Construction $590,789 0% 4 1-49/Wedington Interchange Water & Sewer Relocations Wards 2 & 4 Forsgren, Inc. Active Construction $2,495,705 12% 5 Utility Relocations Hwy 16 Ward 1 Cornerstone Active Construction $1,689,781 36% 6 Electrical Improvements @ Noland WRRF (15kV Phase) Noland WRRF Midland Pre -Con $1,036,491 0% 7 Hwy 170 Water & Sewer Relocations, Farmington Farmington Cisneros Fam. Contract Approval $892,403 0% 8 Benson Mtn. Pump Station & Linework Wash. Co. Crossland Hvy. Contract Approval $379,870 0% 9 1 East Serv. Area Water: CSII - Gulley Rd. Tank Wash. Co. CB & I Contract Approval $2,517,000 0% 10 Zion Road Utility Reconstruction Note: Cost only reflects water/sewer portion of project Ward 3 Tri Star Contract Approval $2,424,965 o 0% 11 Cultural Arts Corridor Utility Replacements - Phase 1 Ward 2 TBD Bid Opening 7/9 TBD 0% 12 East Serv. Area Water: CSI - PSV's and PRV's Springdale TBD Pend. Advertisement TBD 0% 13 Kitty Creek Sewer Line Replacement Ward 3 TBD Pend. Advertisement TBD 0% Engineering Design 14 Township - New tank, pump station, mains Wards 2 & 3 Olsson Easement Acquisition $754,305 95% 15 East Serv. Area Water: CSIII - Gulley & Goshen Improv's Wash. Co. Olsson Easement Acquisition 90% 16 Waterline Replacement along S. Garland Ave. Ward 1 Garver ADH Review $246,450 100% 17 Waterline Replacement along Rolling Hills Dr. Ward 3 Garver Engr. Design 30% 18 Noland WRRF Aeration Basin Gates Noland WRRF Jacobs Engr. Design $71,150 90% 19 Round Mountain Standpipe Rehabilitation Wash. Co. Garver Engr. Design $59,600 90% 20 Gregg Ave./Fulbright Expy. Sewer Bypass Ward 3 Hawkins -Weir Engr. Design $162,130 50% 21 Benson Mtn. Water Tank Replacement Wash. Co. Hawkins -Weir Easement Acquisition $130,280 100% 22 Kessler Water Booster Pump Station Ward 1 Garver Engr. Design $311,600 0% 23 Greater Clabber Creek Area Pressure Management Ward 4 Black & Veatch Project Kickoff $107,592 0% Engineering Studies & Master Plans 24 Lake Sequoyah Water Quality Improvements Ward 1 Olsson Concept Designs $114,220 73% 25 North College Water Main Replacement Evaluation Wards 2 & 3 McClelland Bond Projects Coordination $128,930 44% 26 Fire Flow Improvements Within City Limits City Wide Hawkins -Weir Water Modeling $134,720 38% 27 Biosolids Master Plan BMS & WRRFs Jacobs Final Report $254,108 65% 28 Lake Fayetteville Spillway Study - Phase 1 Ward 3 FTN Modeling $63,466 87% 29 Automated Metering Infrastructure - Task 1 City Wide Jacobs Business Model $116,450 50% 30 Wastewater Collection System Master Plan Update City Wide RJN Flow Metering $408,543 46% Note: % Complete for 'Under Construction' and 'Engineering Studies' represents actual invoice payments. However, for 'Engineering Design' the % Complete represents the phase of document completeness. Jacobs Fayetteville Client Monthly Report for April 2020 May 20, 2020 Prepared by Greg Weeks ON Jacobs Fayetteville - Client Monthly Report for April 2020 Saco s Contents ExecutiveSummary.................................................................................................................................................iii 1. Plant Operations.........................................................................................................................................4 1.1 Process Control...........................................................................................................................................................4 1.2 Biosolids Process........................................................................................................................................................4 Figure 1-1: BMS Bobcat S770 skid steer with broom attachment.......................................................................4 1.3 Compliance.................................................................................................................................................................. 5 1.4 Successes......................................................................................................................................................................5 1.5 Issues/Resolutions.................................................................................................................................................... 5 1.6 Revenue.........................................................................................................................................................................6 Table 1-1: Revenue generated from the BMS...............................................................................................................6 Figure 1-3: Revenue generated from the BMS via hay, fertilizer, and WTR.......................................................7 2. Maintenance................................................................................................................................................8 2.1 West Side.......................................................................................................................................................................8 2.2 Noland............................................................................................................................................................................8 2.3 Lift Stations............................................................................................................................................................... 10 2.4 BMS.............................................................................................................................................................................. 10 Figure2-1: Thermal fluid oil pump................................................................................................................................. 10 2.5 Key Performance Indicators/Measures.......................................................................................................... 11 Figure 2-2: Labor Hours by Work Order Type............................................................................................................. 11 Figure2-3: Work Order Count by Type.......................................................................................................................... 11 2.6 Capital Improvement Projects(CIP)................................................................................................................ 11 3. Laboratory/Industrial Pretreatment...................................................................................................13 Table 3-1: Revenue generated from the Industrial Pretreatment Program(IPP)........................................ 13 Figure 3-1: IPP revenue total from surcharges, fees, and fines........................................................................... 14 Figure 3-2: Loads of hauled waste -by hauler and cumulative loads per month .......................................... 14 4. Woolsey Wet Prairie................................................................................................................................15 5. Community Outreach.............................................................................................................................16 6. Sustainability............................................................................................................................................17 7. Health & Safety/Training.......................................................................................................................18 Figure 7-1: Departmental Safety Training Completed............................................................................................ 18 Appendix A. Additional Information.................................................................................................................19 A.1 Effluent & Influent Data....................................................................................................................................... 19 A.1.1 White River Effluent Characteristics................................................................................................................ 19 A.1.2 White River Effluent Characteristics — Minerals.......................................................................................... 19 A.1.3 Goose Creek Effluent Characteristics.............................................................................................................. 20 A.1.4 Paul R. Noland Influent Characteristics.......................................................................................................... 20 Jacobs — Fayetteville Project ON Jacobs Fayetteville — Client Monthly Report for April 2020 i aco s A.1.5 West Side Influent Characteristics.................................................................................................................... 21 A.2 Labor Status.............................................................................................................................................................. 22 Jacobs — Fayetteville Project ON Jacobs Fayetteville — Client Monthly Report for April 2020 Saco s Executive Summary April brought the beginning of lower discharge limits and the full impact of the COVID-19 precautions. The plants are performing well despite very low BOD influent levels. Treatment processes have been adjusted in response. As business and life slowly return to normal, we anticipate these loadings will return to their normal levels. We have also started an exciting process of sending influent samples to Arizona State University for a research project to detect corona virus levels in the waste stream. They are anticipating being able to correlate levels with expected cases in a given community. As the sampling begins next month further information on this interesting effort will be provided. Other than that, April was a month of catching up on maintenance and keeping things between the lines. Jacobs — Fayetteville Project ON Jacobs Fayetteville — Client Monthly Report for April 2020 Saco s 1. Plant Operations Operations has been facing the challenge of reduced loading into the facilities, which is suspected to be caused by the COVID-19 lockdown. Stricter seasonal permit limits and increasing temperatures in the return activated sludge (RAS) had to be closely monitored and adjusted to meet process targets. With the lower BOD loading, these changes are expected to meet and maintain an ideal food to microorganism ratio (F:M) for increased effluent quality. 1.1 Process Control Discharge was stopped to the White River for seven days in order to perform the annual ozone channel clean out and inspection. The ozone system was shut down and White River discharge was diverted to the effluent holding pond during this time. There were no issues during the cleanout and the inspection did not show any problems with the ozone channel or the diffusers. Flow was returned to the ozone channel and the semi-annual preventative maintenance bleaching of the filter cells was performed during the shutdown by feeding a total of 2,950 gallons of 12.5% bleach over 24 hours. Filter cell efficiency increased after the bleaching and the appearance of the filter cells increased helping to reduce filter cell turbidity and allow for fewer filter cells to be needed for processing flow. 1.2 Biosolids Process During the month of April, the WRRF's produced 1,625 wet tons of biosolids with 399 wet tons of biosolids sent to the solar houses prior to the thermal dryer and 868 wet tons processed directly through the thermal dryer. A total of 17 belt filter pressed loads of biosolids and four partially dried solar loads totaling 429 tons were transferred to area landfills due to reduced solar house capacity related to storm damage and the dryer shut down for 13 days to repair and replace thermal dryer bearings. The Biosolids Drying operation saved an estimated $26,633 in disposal costs this month, compared to landfill disposal. April rainfall recorded at the White River bridge recorded by the USGS totaled 5.3 inches, adding to the 2020 first quarter total of 17.8 inches. BMS received a Bobcat S770 skid steer with a power broom attachment through the rolling stock program to replace the obsolete Volvo skid steer. Figure 1-1: BMS Bobcat S770 skid steer with broom attachment Jacobs — Fayetteville Project Jacobs Fayetteville — Client Monthly Report for April 2020 1.3 Compliance Jacobs The Noland and West Side WRRF's effluent discharges 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 over 100% designed flow again for the month of April. 1.4 Successes The 2020 hay call in was conducted on Wednesday April 15Y with 48 customers requesting a total of 8,265 tons of hay. 1.5 Issues/Resolutions On April 6th, the dryer motor moved east approximately'/z inch. The resulting inspection revealed the bearing traveled west along the rotor shaft and contacted the bearing cartridge labyrinth grease seal. Irreparable damage was found in the floating bearing assembly. BMS and the Craft bearing manufacturer discovered a possible discrepancy in the bearing type installed by AIT. According to the tag stamp on the unit, the bearings AIT installed were not C5 type bearings designated for applications above 400°F. The bearings installed were rated for approximately 200°F. Jacobs — Fayetteville Project Jacobs Fayetteville — Client Monthly Report for April 2020 Jacobs Pockets and ring defects from eight years of service, bearing failures, and related rotor movement reduced inner race to shaft contact area. The rotor shaft was honed to remove high spots and was measured within tolerance by 0.001, with tolerance plus 0 minus 0.004. The C5 bearings were installed and the total down- time extended to 13 days. 1.6 Revenue Product Table 1-1: Revenue generated from the BMS Tons Sold/Received Revenue Generated Hay 11 123 $635 $2,456 Fertilizer Water Treatment Residuals 239 $7,769 Jacobs — Fayetteville Project Jacobs Fayetteville - Client Monthly Report for April 2020 $40,000 $35,000 $30,000 $25,000 $20,000 $15,000 $10,000 $ 5,000 Jacobs Figure 1-2: Revenue generated from the BMS via hay, fertilizer, and WTR Revenue Generated from the BMS ,a <<�oc � � O Monthly E3 Cumulative Year to Date Jacobs — Fayetteville Project Jacobs Fayetteville - Client Monthly Report for April 2020 2. Maintenance 2.1 West Side Jacobs During the monthly scheduled Augury vibration analysis, aerator motor 06 reported bad bearings and was in the warning stages of failure. The motor condition was evaluated, and a crane was scheduled to pull the motor for repairs prior to failure and resulting damage. The biological treatment process maintained proper dissolved oxygen levels with the installation of an aerator from an out -of -service bio unit while the motor was being repaired. 14 Vibration analysis reveals a Warning stage for bearings 2.2 Noland During the noted ozone channel cleaning inspections of the ozone channel air relief valves, the pressure plate weights were found to be made of lead and not the specified stainless steel. The lead weights corroded in the ozone environment and were allowing ozone to escape. The correct weights were purchased and installed. With the timely shutdown of the ozone system, other projects were also completed. Oxidation reduction potential (ORP) probes were installed before and after ozone injection. ORP is considered a more efficient control parameter when determining ozone disinfection efficiency. Jacobs — Fayetteville Project ON Jacobs Fayetteville — Client Monthly Report for April 2020 Saco s The City of Fayetteville Water & Sewer crew was on -site to start construction of the concrete slab extension for the new larger liquid oxygen tank needed for the ozone system. The old slab was jack hammered out, Leaving the site clean and safe for the construction process. The crew formed and poured the new slab and installed the bollards. New conduit and a wall mounted LED light was installed to illuminate the front of the new tank fill area. The light is wired into the building lighting sensor to allow the area to be well lit during the evening hours to meet safety regulations during tank filling operations. Construction completed for new liquid oxygen tank Jacobs — Fayetteville Project ON Jacobs Fayetteville — Client Monthly Report for April 2020 Saco s 2.3 Lift Stations City of Fayetteville Water & Sewer vacuum truck crews cleaned out eight lift station wet wells in April. City staff scheduled the cleanings from a Maintenance Connection corrective maintenance work order list that is auto generated and emailed to Water & Sewer each Monday. These cleanings prevent equipment issues at the lift stations and the treatment facilities. 2.4 BMS Maintenance staff assisted the BMS crew with several preventive maintenance measures while the thermal dryer was down for repairs. The condenser fan and the thermal fluid hot oil pump were repaired and replaced. The condenser fan received upgrades with new bearings, a squirrel cage fan, and a new shaft. A shaft seal was installed and then laser aligned for smooth operation. The thermal fluid oil pump developed a small Leak around the input shaft of the pump, causing issues with the pressure of the pump. Maintenance staff assisted with changing out the pump and securing the base, as well as, Laser aligning the pump and motor for optimal performance for the speed of the pump. Figure 2-1: Thermal fluid oil pump Jacobs — Fayetteville Project 10 ON Jacobs Fayetteville - Client Monthly Report for April 2020 Saco s 2.5 Key Performance Indicators/Measures Figure 2-2: Labor Hours by Work Order Type ❑ 8, 0% 0, 0% ❑ 238, 13% ❑ 805, ❑ administrative 30, 2% ❑ corrective maintenance emergency ❑ corrective maintenance non emergency corrective maintenance from pm/pdm ❑ preventive maintenance ❑ 710, 37% project ❑ safety Figure 2-3: Work Order Count by Type ❑ administrative ❑ corrective maintenance emergency ❑ corrective maintenance non emergency corrective maintenance from pm/pdm ❑ preventive maintenance project ❑ 160, ❑ safety ❑ 21, 1% ❑ 25, 1% n 10, 0% 104, 6% 47, 3% 2.6 Capital Improvement Projects (CIP) 2.6.1 2019 Encumbered Projects Completed and Updates 1. Council approved the Noland bulk chemical tank replacement on April 21s'. A purchase order is pending. 2. Water and Sewer approval for the Noland bulk chemical tank secondary containment repairs; Council presentation is scheduled for June. 3. Delivery of Noland clarifier scum pump is still delayed due to the COVID-19 pandemic. Jacobs — Fayetteville Project Jacobs Fayetteville — Client Monthly Report for April 2020 2.6.2 2.6.3 2.6.4 Plants, Pumps, and Equipment Jacobs 1. Noland influent pump station pump #5 was presented to Water & Sewer; an emergency purchase order was issued in April. 2. A purchase order was issued for the Westside blanket detector and Noland analyzer upgrades. 3. Repairs to Noland anoxic mixer #12 were completed. 4. Repair of the West Side W3 pump #4 was added as a break-in item; will be submitting to the May W&S Committee. 5. Repair of the Noland effluent pump #2 was added as a break-in item; will be submitting to the May W&S Committee. Building Improvements 1. BMS thermal dryer bearing replacement emergency break-in completed; dryer is running at full capacity. Lift Station Improvements 1. Specifications for upgrading the VFD harmonic filters at West Side and lift station 07 were finalized; bid opening scheduled for May. Jacobs — Fayetteville Project 12 ON Jacobs Fayetteville — Client Monthly Report for April 2020 Saco s 3. Laboratory/Industrial Pretreatment The analytical study of the Biochemical Oxygen Demand (BOD) control failure event concluded with a clear indication of the failure mechanism as a change in the ability of the Noland influent to serve as an adequate population of microorganisms for the oxygen depletion needed in the quality control samples. A new seed material was developed using Noland secondary effluent and West Side influent and the laboratory reinstated analyses of permit samples for the Noland and West Side facilities. The 'seed' component of BOD is difficult to assess and is greatly affected by rainfall, seasons, industrial changes, etc. In this case it could be directly related to lower influent BOD from the COVID-19 shutdowns. A response was received from American Air Filter about their Notice of Violation of ordinance #51.075(B)(1) involving pollutants discharged that caused interference with operations of the WRRF. The corrective action implemented involves re -directing the exterior water to a holding tank for treatment before discharge. Completed revisions to the Client Monthly Report template to produce a more organized and visually agreeable format with links to automate the inclusion of data tables and graphs. The energy usage spreadsheet was updated to calculate additional natural gas use due to the BMS solar house damage. Monthly surcharge and waste hauler reports were completed and sent to the City for billing. For revenue generated from the IPP, see Table 3-1 and Figure 3-1. Table 3-1: Revenue generated from the Industrial Pretreatment Program (IPP) Revenue $56,413.27 Surcharges on March data $2,250.00 Fees from hauled waste accepted in April $0.00 Other fees paid in April $0.00 Fines assessed in April Zero violations for all industrial users Violations on March data Jacobs — Fayetteville Project 13 ON Jacobs Fayetteville - Client Monthly Report for April 2020 Saco s Figure 3-1: IPP revenue total from surcharges, fees, and fines Revenue Generated Industrial Pretreatment Program $350,000 $300,000 $250,000 $200,000 $150,000 $100,000 $50,000 I I n $- I I ore moo¢ Monthly Surcharge Fees plus Hauled Waste Fees Cumulative Fees Figure 3-2: Loads of hauled waste -by hauler and cumulative loads per month Hauled Waste Summary 60 50 40 30 20 10 O APT O BJ 0 PH I:p WRES — 10 e�NO et • TOTAL Jacobs — Fayetteville Project ON Jacobs Fayetteville — Client Monthly Report for April 2020 Saco s 4. Woolsey Wet Prairie Vegetation maintenance in Woolsey and the green infrastructure areas, which includes the rain gardens and bioswales at both facilities focused on treating early emerging non-native growth. These non-native species thrive during early spring, when temperatures are still cool, and can be particularly aggressive and disruptive as they take advantage of the lingering dormancy of most native wildflowers and grasses. A dozen species of native wildflowers were added to West Side's rain gardens in April. Around sixty deep - cell planters were sown with young Compass Plant, False Aloe, Pale Purple Coneflower, and Prairie Blazing Star. These native perennials were grown last year from locally collected seeds and will work towards improving the rain garden aesthetics and expanding biodiversity. April marked 2020's first successfully reared nest of six bluebird chicks from a nest box in the West Side rain gardens. These bluebird hatchlings represent the earliest fledged brood from Woolsey or West Side since monitoring started in 2016. The presence and monitoring of these nest boxes help illustrate the wide- ranging environmental benefits that rain garden areas provide in addition to erosion control, stormwater runoff mitigation, natural resource stewardship, enhanced aesthetics, and sustainable landscape management. They are also great demonstrations of successful environmentally sustainable practices existing alongside successful management and operation of industrial facilities, such as the wastewater treatment facility. Jacobs — Fayetteville Project is ON Jacobs Fayetteville — Client Monthly Report for April 2020 oaco s 5. Community Outreach In quick response to the pandemic threat to health and safety, Ashley Gregg, IPP Coordinator, made masks for the Jacobs Fayetteville and Berryville team members, as well as, various members of the community. The masks are well -fitting, comfortable, and feature a myriad of delightful colors and designs. Safety Becomes Art to Meet a Pandemic Need Jacobs — Fayetteville Project 16 ON Jacobs Fayetteville - Client Monthly Report for April 2020 Saco s 6. Sustainability With April 20-26 recognized by Governor Asa Hutchinson as Arkansas Native Plant week, members of Jacob's Community Involvement Team organized a native seed planting event at the West Side WRRF. Team members came together to prepare nearly 200 deep -cell planters with 22 different species of native wildflower and grass seeds sustainably collected last year from the Northwest Arkansas region. The seedlings that develop from this effort will be planted later this fall at the West Side rain gardens and bioswales by Jacobs and community volunteers during the West Side -Woolsey Native Seed Collection & Planting event. This will be the seventh year for the Jacobs team to organize and host this family -friendly community involvement event. Seeds included six species ofAsclepias, or milkweed, that are critical for local Monarch butterfly populations. Prairie clovers, coneflowers, and sunflowers were also planted, representing important food sources for beneficial pollinators. These native species are highly adapted to establishing root systems that infiltrate several feet deep into the area soils. Expansive root systems provide the plants with drought resiliency and promote healthy populations of soil microbes to clean the infiltrating stormwater and store plant -extracted carbon dioxide in the ground. Continuously expanding the rain garden and bioswale biodiversity strengthens the area's climatic resiliency, improves aesthetics, expands ecosystem services — such as carbon sequestration — and increases natural defenses against unwanted weeds, thus lowering annual maintenance demands. m+�aMivi•. aw�a h6d(hiiSM N�TlEF9aEfi51'ALiC y ��. lilt 1 r M f/,rr/ r:xs Jacobs — Fayetteville Project 17 ON Jacobs Fayetteville — Client Monthly Report for April 2020 Saco s 7. HeaLth & Safety/Training The ongoing awareness towards health and safety during the pandemic continued to present opportunities to display the impressive teamwork and creativity to perform the work while respecting the critical need for using monitoring, distancing, and safety controls. Daily health checks at home were recommended to include temperature checks and a physical well-being assessment. Supplies were placed on order to set up stations at each project location with equipment and sign-up sheets for conducting these checks upon arrival at work. The safety committee performed all scheduled April inspections, finding no deficiencies. Training was brought up to date within the safety training data base and each department completed the Health and Safety accountability framework training. This framework presents a firm commitment from the staff every six months to prioritize safety as a resolute focus. New hire training was conducted for Lab Analyst, Rebecca Anderson. The safety training is an essential element for new employees and introduces the expectations of the Jacobs safety awareness and culture. Figure 7-1: Departmental Safety Training Completed Safety Training ADMIN 13% OP 2 8' BMS 15% MAINT 44% ❑ADMIN ❑BMS ❑MAINT OPS Jacobs — Fayetteville Project 18 ON Jacobs Fayetteville - Client Monthly Report for April 2020 i aco s Appendix A. Additional Information A.1 Effluent & Influent Data A.1.1 White River Effluent Characteristics 2020 Monthly WR WR WR WR TSS WR WR WR WR D.O. pH pH Fecal Average CBOD CBOD TSS (lbs/d) Phos Phos Ammonia Ammonia Avg Min Max Coliform Flow (mg/L) (lbs/d) (mg/L) (mg/L) (lbs/d) (mg/L) (lbs/d) Min (s.u.) (s.u.) (MPN/ (MGD) WOO loom[) Permit Limit Apr[l 7.5 788 5.0 525 1.0 105.0 2.1 221 7.7 6.0 9.0 200 January 7.2 2.7 176 1.9 126 0.1 7.8 0.6 44 15.7 7.3 7.6 1 68 February 7.0 3.2 174 2.0 107 0.1 7.6 0.1 6 17.1 7.0 7.4 165 March 8.6 3.5 230 2.9 184 0.2 10.6 0.1 7 15.0 6.8 7.3 20 April 7.9 3.6 242 2.6 176 0.2 11.6 0.1 7 12.8 7.2 7.4 12 May June July August September October November De ember Average 7.7 3.3 206 2.3 149 0.1 9.4 0.2 16 15.1 7.1 7.4 66 A.1.2 White River Effluent Characteristics - Minerals 2020 WR TDS (mo/L) WR TDS (lbs/d) WR Sulfate (mo/L) WR Sulfate (lbs/d) WR Nitrate (mo/L) WR Nitrate (lbs/d) Permit Limit February 500 52,542 119 12,505 report report January 325 20,940 76 3,809 2 105 February 320 18,531 59 3,371 4 229 March 322 22,174 110 4,899 5 214 April 314 20,907 58 3,589 6 384 May June July August September October November December Average 320 20,638 76 3,917 4 233 Jacobs - Fayetteville Project 19 Jacobs Fayetteville - Client Monthly Report for April 2020 A.1.3 Goose Creek Effluent Characteristics 2020 Monthly GC GC GC TSS GC TSS Average CBOD CBOD (mg/L) (lbs/d) Flow (mg/L) (lbs/d) (MGD) .;acobs GC GC GC GC D.O. pH pH Fecal Phos Phos Ammonia Ammonia Avg Min Max Coliform (mg/L) (lbs/d) (mg/L) (lbs/d) Min (s.u.) (s.u.) (MPN/100ml) (mg/L) rerlllll IU.L 67U.1 IU.0 Limit April 034 I.0 03.4 1.0 133.4 /.! O.0 7.V I,VUU January 10.8 2.0 167.9 1.0 84 0.07 5.9 0.2 17.4 10.7 7.1 7.5 5 February 11.1 2.0 193.1 1.0 97 0.09 8.7 0.1 9.8 10.9 7.1 7.4 5 March 11.4 2.0 189.3 1.0 95 0.25 22.7 0.2 18.9 10.2 7.1 7.4 5 April 10.5 2.0 176.3 1.0 88 0.41 35.4 0.1 8.9 10.0 7.1 7.4 5 May June July August September October November December Average 11.0 2.0 181.6 L 1.0 91 0.2 18.2 0.2 13.7 10.4 7.1 7.4 5 A.1.4 Paul R. Noland Influent Characteristics Noland Monthly Hydraulic BOD Organic TSS TSS PO4 PO4 NH3 NH3 WRRF Average Loadings Loading Loading Loading Loading Loading Loading Loading Loading Flow Percent of (lbs/d) Percent of (lbs/d) Percent of (lbs/d) Percent of (lbs/d) Percent of (MGD) Design Design Design Design Design Designed 12.6 (Annual Avg.) 29,666 23,198 765 2,250 January 8.1 64.5% 14,829 50.0% 8,503 36.7% 154 20.1% 952 42.3% February 7.7 61.2% 15,095 50.9% 8,877 38.3% 178 23.3% 819 36.4% March 7.4 58.6% 10,078 34.0% 9,525 41.1% 263 34.3% 857 38.1% April 6.1 48.6% 8,486 28.6% 6,100 26.3% 149 19.4% 650 28.9% May June July August September October November December Average 7.3 58.2% 12,122 40.9% 8,251 35.6% 186 24.3% 819 36.4% Jacobs - Fayetteville Project 20 ON Jacobs Fayetteville - Client Monthly Report for April 2020 i aco s A.1.5 West Side Influent Characteristics West Side Monthly Hydraulic BOD Organic TSS TSS PO4 PO4 NH3 NH3 WRRF Average Loadings Loading Loading Loading Loading Loading Loading Loading Loading Flow Percent of (lbs/d) Percent of (lbs/d) Percent of (lbs/d) Percent of (lbs/d) Percent of (MGD) Design Design Design Design Design Designed 1 10.0 (Annual Avg.) January 10.8 14,595 14,595 78.2% 11,670 80.0% 584 � 1918 108.3% 11,412 255 43.6% 1,190 62.0% February 11.1 1 .0% 0,065 9.0% 10,793 13.9% 206 35.30/ 6% March 11.4 113.7% 9,847 67.5% 12,653 86.7% 188 32.2% 1,226 63.9% April 10.5 105.0% 9,307 63.8% 9,950 68.2% 139 23.8% 1,264 65.9% May n July August September October November December Average 10.9 109.5% 10,158 69.6% 11,266 77.2% 197 33.7% 1,196 62.4% Jacobs — Fayetteville Project 21 I Jacobs Fayetteville - Client Monthly Report for April 2020 oaco s A.2 Labor Status Department Job Title Employee Name Fayetteville Admin Area Manager Greg Weeks 95.00% Admin Assistant Project Manager Matt Benton 60.00% Admin - SCADA SCADA Supervisor Mayo Miller 100.00% Admin - Operations Operations Manager Tim Luther 100.00% Admin Environmental Specialist Jeff Hickle 100.00% Admin Health, Safety, Compliance Professional Wes Cloud 70.00% Admin Project Coordinator Brandi Miller-DeWeese 70.00% Admin Administrative Assistant Christy Taylor 100.00% Admin Administrative Assistant 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 Coordinator Ashley Gregg 100.00% LAB Lead Laboratory Analyst Nicholas King 100.00% LAB Laboratory Analyst II Donna McChristian 100.00% LAB Laboratory Analyst Rebecca Anderson 100.00% Maint Maintenance Supervisor Joshua Apeman 100.00% Maint Lead Mechanic Brian Daniels 80.00% Maint Lead Electrician Tim Marr 100.00% Maint Mechanic Kevin Inkster 100.00% Maint Mechanic Buddy Carter 100.00% Maint Mechanic Steve Cook 100.00% Maint Mechanic Michael Spohn 100.00% Maint Mechanic Philip Beach 100.00% Maint Mechanic David Abbott 100.00% Maint Mechanic Vacant 100.00% Operations Operations Supervisor Austin Ramsfield 100.00% Operations Operator II Shawn Santellanes 100.00% Operations Operator I Anthony Ramsfield 100.00% Operations Operator I Travis Patton 100.00% Jacobs - Fayetteville Project Jacobs Fayetteville - Client Monthly Report for April 2020 .;acobs 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 = 44.0 Filled FTE's= 42.5 TEMPS BMS Engineering Intern, U of A Olivia Groeber 100.00% Admin Engineering Intern, U of A Summer Wilkie 100.00% Maint Engineering Intern, U of A VACANT 100.00% SPECIAL PROJECTS (Performed in scope) Area Reason Name Hours SCADA Network Upgrade Atkins, Jerry 0 SCADA Network Upgrade Bass, Edward Lee 1.7 SCADA Network Upgrade Campos, Edgar 45.25 SCADA Network Upgrade Espy, David 0 Maintenance Asset Manager Support Turley, Johnny D (JD) 152 Jacobs — Fayetteville Project