Loading...
HomeMy WebLinkAbout212-20 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 212-20 File Number: 2020-0643 RFQ 20-01 # 10 BLACK & VEATCH CORPORATION: A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH BLACK AND VEATCH CORPORATION, PURSUANT TO RFQ 20-01 SELECTION #10, IN AN AMOUNT NOT TO EXCEED $93,355.00 FOR A WATER AND SEWER RATE STUDY, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $18,600.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves a professional engineering services agreement with Black and Veatch Corporation, pursuant to RFQ 20-01 Selection # 10, in an amount not to exceed $93,355.00 for a water and sewer rate study, and further approves a project contingency in the amount of $18,600.00. PASSED and APPROVED on 8/18/2020 Attest: GOER Kr% ���•• CITY��:9J,'� m: Kara Paxton, City Clerk Treasurer;' AYErrEV/�L ; X = Page 1 Printed on 8/19,20 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2020-0643 Agenda Date: 8/18/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 6 RFQ 20-01 # 10 BLACK & VEATCH CORPORATION: A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH BLACK AND VEATCH CORPORATION, PURSUANT TO RFQ 20-01 SELECTION #10, IN AN AMOUNT NOT TO EXCEED $93,355.00 FOR A WATER AND SEWER RATE STUDY, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $18,600.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves a professional engineering services agreement with Black and Veatch Corporation, pursuant to RFQ 20-01 Selection #10, in an amount not to exceed $93,355.00 for a water and sewer rate study, and further approves a project contingency in the amount of $18,600.00. City of Fayetteville, Arkansas Page 1 Printed on 811912020 Andrea Foren Submitted By City of Fayetteville Staff Review Form 2020-0643 Legistar File ID 8/18/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 7/29/2020 PURCHASING (160) Submitted Date Division / Department Action Recommendation: A resolution approving an agreement for professional engineering services with Black & Veatch Corporation through RFQ 20-01, Engineering & Architect Services — Selection #10 for a water sewer rate study for the Fayetteville Water & Sewer System in an amount not to exceed $93,355 plus a project contingency in the amount of $18,600. 5400.720.1840.5314.00 Account Number 02064.1 Project Number Budget Impact: Water/Sewer Fund Water & Sewer Rate/Operations Study Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget Project Title $ 368,463.00 $ 56,812.87 $ 311,650,13 $ 111,955.00 $ 199,695.13 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF AUGUST 18, 2020 TO: Mayor and City Council THRU: Paul A. Becker, Chief Financial Officer FROM: Andrea Foren, Purchasing Manager DATE: July 29, 2020 CITY COUNCIL MEMO SUBJECT: Professional engineering services agreement for a Water Sewer Rate Study RECOMMENDATION: A resolution approving an agreement for professional engineering services with Black & Veatch Corporation through RFQ 20-01, Engineering & Architect Services — Selection #10 for a water sewer rate study for the Fayetteville Water & Sewer System in an amount not to exceed $93,355 plus a project contingency in the amount of $18,600. BACKGROUND: The last Comprehensive Water and Sewer Rate Study for the City was performed in 2008. Since that time the rates have provided adequate revenues to fund operational and capital needs for the system because a 3% annual increase had been incorporated in the rate structure and ordinance approved by the City Council. DISCUSSION: A new rate study is necessary due to the expanded Capital needs of the system as well as a need to reexamine the allocation of costs to correct user classifications based on a Cost of Service Rate Study by an experienced provider. Black and Veatch was selected as the most qualified vendor submitting a RFQ for this study by a City Selection Committee as required by City Ordinance as well as State Law .The need for this rate study and the proposal by Black & Vetch was discussed at the July 28 2020 Water & Sewer Committee and was approved for recommendation to the City Council for approval. BUDGET/STAFF IMPACT: There are sufficient funds budgeted in the Sewer and Water Fund for this service contract. Attachments: Contract for WS Rate Study, Black & Veatch Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 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 August 18, , 20 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 annually solicits statements of qualifications and BLACK AND 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. CITY OF FAYETTEVILLE and BVC agree in addition to this agreement, the following documents are hereby incorporated: • 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 RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 07.13.2020 Page 1 of 16 SECTION 1- AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of 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 amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. SECTION 2 - BASIC SERVICES OF ENGINEER 2.1 Perform professional design services in connection with the Project as hereinafter stated. 2.1.1 The Scope of Services to be furnished by ENGINEER during this project is included in APPENDIX A attached hereto and made part of this Agreement. 2.2 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. 3.1.4 Examine all studies, reports, cost opinions, Drawings, proposals, and other documents presented by ENGINEER and render in writing decisions pertaining thereto. RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 07.13.2020 Page 2 of 16 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. 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 stated in the Agreement. 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. SECTION 5 - PAYMENTS TO ENGINEER 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. 5.2.1 The maximum not -to -exceed amount authorized for this Agreement is based upon the estimated fee scope, hours, costs and expenses per phase. The estimated fee spreadsheets shall be included in APPENDIX A. The amount for any phase may be more or less than the estimate, however the maximum not -to -exceed amount shall not be exceeded without a formal contract amendment. RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 07.13.2020 Page 3 of 16 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 FAYETTEVILLE's approval and acceptance with the satisfactory completion of the professional engineering services. 5.4 Payments 5.4.1 All statements are payable upon receipt and generally due within thirty (30) days. If a portion of 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. 5.5 Final Payment 5.5.1 Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, 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 Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against BVC. RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 07.13.2020 Page 4 of 16 SECTION 6 - GENERAL CONSIDERATIONS 6.1 Insurance 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 evidence of the 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. 6.2 Professional 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 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. RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 07.13.2020 Page 5 of 16 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 Project Site to the extent covered by BVC's Commercial General Liability and Automobile Liability Insurance policies. 6.3 Cost Opinions and Projections 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 availability of labor, material and equipment, labor productivity, construction Contractors' procedures and methods, unavoidable delays, construction Contractors' methods of determining prices, economic conditions, competitive bidding or market conditions, and other factors affecting such cost opinions or projections, 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 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 6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: 6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 07.13.2020 Page 6 of 16 6.5.1.2 An opportunity for consultation with the terminating party prior to termination. 6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that 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, 6.5.2.2 An opportunity for consultation with the terminating party prior to termination. 6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 6.5.3.2 Any payment due to BVC at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of BVC's default. 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 this Agreement. RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 07.13.2020 Page 7 of 16 6.5.7 If, after 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. 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. 6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied with. 6.8.3 Notice of Dispute 6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice; RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 07.13.2020 Page 8 of 16 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 should be granted, and the appropriate portions of this Agreement that authorize the relief requested. 6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and BVC shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of BVC and the Mayor of CITY OF FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. 6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to BVC for services rendered by BVC. 6.10 Publications 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 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 RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 07.13.2020 Page 9 of 16 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 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 makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 6.13 Notices 6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate party at the following addresses: RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 07.13.2020 Page 10 of 16 CITY OF FAYETTEVILLE's address: 113 West Mountain Fayetteville, AR 72701 BLACK AND VEATCH CORPORATION's address: 11401 Lamar Avenue Overland Park, KS 66211 6.14 Successor and Assigns 6.14.1 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. 6.15 Controlling Law 6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 6.16 Entire Agreement 6.16.1 This Agreement represents the entire Agreement between 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 issues 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 management of its operations. RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 07.13.2020 Page 11 of 16 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 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, for direct 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 or 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 07.13.2020 Page 12 of 16 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 consistently applied in effect on the date of execution of this Agreement. BVC shall also maintain the financial information and data used by BVC in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. BVC will provide proper facilities for such access and inspection. 7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 7.3.3 This right of access clause (with respect to financial records) applies to: 7.3.3.1 Negotiated prime agreements: 7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 07.13.2020 Page 13 of 16 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; 7.3.3.3.3 If the subagreement is terminated for default or for convenience. 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 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 treatment in 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. RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 07.13.2020 Page 14 of 16 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 Arkansas Freedom of Information Act 7.6.1 City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE 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 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 completion 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 containing information about CITY OF FAYETTEVILLE water system customers. 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 07.13.2020 Page 15 of 16 CITY OF FAYETTEVILL , Lioneld J / ,1�11111 llr���/ v R T Y 0 'F9J' ATTEST: ; By. FAY kLE ; = Kara Paxton, City Clerk NSN5 •' ��: BLACK & VEATCH CORPORATION f1m fo By: xo4R 7-13-2020 PM(White) 07/13/2020. "/ %A) Title: Associate Vice President END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES RFQ 20-01, Engineering and Architectural Services — Selection #10 — Water Sewer Rate Study Last Revised 07.13.2020 Page 16 of 16 ,..mot a •-` �• ��, BLACK & VEATCH QBLACK & VEATCH July 10, 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 1j V�g y y � �� � `�'��' ,. ate► �_*�f SCOPE OF SERVICES..............................................................................................................1 PROJECTTEAM..................................................................................................................... 4 PROJECTSCHEDULE.............................................................................................................. 5 PROJECTFEE......................................................................................................................... 6 - 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— Project 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 B`J GM SCOPE OF SERVICES I • 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 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. A 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 5, A:x8 :FA 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 Project Director Prabha Kumar O Project Manager e Anna White J i Financial Planning and Cost of Service Meetings and Presentations Anna White Giovanna Rivera Montoya Ali Zuvin SUPPORT STAFF Anna White Prabha Kumar 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. B`l COM I . PROJECT TEAM 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 four 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. Fl0uRE 2 —PROJECT SCHEDULE August September October November December January Project Management Task 1.0 Data Collection Task 2.0 Financial Planning and Cost of Servic Meetings and Presentations 1 Task 4.0 = 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 F1.1 com - 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.LCN!- - - PROJECT FEE B ^tI ifications for Engineering & Architectural Services RFQ 20-01 City of Fayetteville, Arkansas 23 January 2020 %; BLACK&VEATCH 13 BLACK & VEATCH January 23, 2020 Les McGaugh City of Fayetteville Purchasing Division 113 W. Mountain, Room 306 Fayetteville, AR 72701 Dear Mr. McGaugh, Black & Veatch Corporation 8400 Ward Parkway, Kansas City, MC) 64114 p +1 913-458-3410 E HensonJ@bv.com Black & Veatch appreciates the opportunity to share our Qualifications for Water and Wastewater services. With headquarters in Kansas City, our experts are located in the region and are eager and available to assist you. We have completed numerous projects that cover the range of services you may require and have identified a few for each subcategory to show you our experience. We work with our clients to develop an approach and team specifically for the needs of each project. Our experience includes wastewater treatment projects ranging in size from 1 mgd to over 100 mgd of capacity including work at your Noland Wastewater Treatment Facility. Additionally, we recently performed a Water Audit and Strategic Water Loss Control Plan with your staff. Our Statement of Qualifications is organized to provide the information in the order it is listed in your Request for Qualifications as shown below. • Executive Summary • Approach • Experience • Resumes • Section B — Vendor References Form • Section C — Signature Submittal • Section E — 2019 Annual Statement of Qualifications Summary Form We look forward to discussing potential project needs and sharing our approach to them with you. If you need any additional information or have any questions please contact Suzie (CarpenterS(ftv.com, 913-458-6235) or Jeff (HensonJ@bv.com, 913-458-3410). Very truly yours, Black & Veatch Corporation Jeff Henson Associate Vice President Suzenne Carpenter Project Manager BUILDING A WORLD OF DIFFERENCE' Contents.................................................... iii Executive Summary ..........................ES-1 Black & Veatch Corporation ........................................ ES-1 Types of Services for Which Firm is Qualified..............ES-1 About Black & Veatch Water........................................ES-2 Approach....................................................1 Problem Solving Approach...............................................1 Quality.............................................................................1 Schedule Control Procedures............................................2 Constant Communications.................................................2 Project Controls..................................................................2 Cost Control Procedures....................................................2 OurPolicy............................................................................3 Experience.................................................4 ProjectTeam....................................................................4 Project Experience...........................................................5 Water Conveyance.............................................................5 Pumpingand Storage.........................................................6 Distribution/Hydraulic Modeling ....................................... 8 Major Interceptor Lines and Relief Sewer Systems.......... 9 Sewage Pumping Stations................................................10 Hydraulic Modeling /Flow Monitoring ............................12 USEPA Risk Management Program Rule.........................17 RateStudies......................................................................19 Alternative Financing.......................................................20 Asset Management Services ............................................ 21 Smart Integrated Infrastructure ...................................... 22 Alternative Delivery ..........................................................23 Design-Build/Engineering, Procurement & Construction24 Construction..................................................................... 24 Appendix: Resumes ............................A-1 Forms B Forms C Forms E Black &Veatch is one of the largest and most diversified BLACK & V EATC H engineering/ construction firms in the world. We provide a full range of engineering, procurement, and construction services BY THE NUMBERS in the infrastructure, electric power, and process fields. Since its establishment, Black & Veatch has been entrusted with founded in 100+ more than 30,000 projects by more than 6,100 clients 1915 offices worldwide. worldwide Founded in 1915 and headquartered in Kansas City, Missouri, 2018 �S Li 'T Black & Veatch maintains more than 100 offices worldwide. We revenue �,J • have a global staff of more than 10,000 employees involved in a 10 200+ global wide range of disciplines, including environmental, civil, I workforce electrical, and mechanical engineering, as well as construction, projects in more than science, economics, planning, and architecture personnel. Black 100 countries & Veatch serves the diverse infrastructure, environmental, and 71000 active global projects civil engineering needs of government and industry through its global Water Sector Business. Of 2,500 employees in the Water �.engineering,construction.. Sector, over 400 are located in the Kansas City headquarters office. We will serve the City of Fayetteville from our Kansas City office, which is within convenient driving distance. This staff has a proven track record winning more than 25 design awards over the last five years. Types of Services for Which Firm is Qualified While much of what we do can be considered environmental in nature, our capabilities extend far beyond what are typically considered to be environmental services. Through the Water Sector Business, we offer a complete range of planning, design, construction management, and design -build services encompassing: • Water Supply, Treatment, and Distribution • Wastewater Collection, Treatment, and Reuse • Residuals Management and Beneficial Reuse • Solid Waste Processing, Recycling, and Disposal • Stormwater Management and Flood Control • Environmental Information Management • Locks, Dams, Reservoirs, and Irrigation • Hydropower • Marine Engineering, including. Port, Harbor, and River Works • Roads, Bridges, and Advanced Transportation Technologies • Military and Other Government Facilities • Hazardous and Toxic Waste Management and Remediation Black & Veatch Executive Summary About Black & Veatch Water At Black & Veatch, our project managers tailor every project to fit specific needs. The 2019 ENR Rankings systems, processes and technologies that we recommend are the most appropriate Multiple Categories for a client's individual needs and are based on a life cycle cost. Our reliable 10 Top 500 Design Firms technology meets performance guarantees with measurable standards for cost and 11 Top 100 Design -Build Firms schedule. Clients rely upon our technologies for industry -best project execution and 14 Top 200 superlative risk management techniques as crucial to success. Environmental Firms 18 Top 100 Construction Other doctrines that we follow on every project are listed below: Management -for -Fee Firms • Design Approach/Philosophy— Since 1915, Black & Veatch has specialized in water 17 Top 50 Program engineering and has developed a capability that is unmatched. We have no Management Firms 139 Top 250 International affiliation with any specific vendors or manufacturers and thus provide Contractors independent and honest recommendations that create the best value. 142 Top 250 Global Contractors • Resources — Black & Veatch has more than 2,500 global water professionals. In the past decade we underwent a disciplined cultural transformation to transform the company into a globally integrated workforce. Led by Global Practice and 2019 EN TOP 500 Technology Leaders, Black & Veatch uses communities of practice, specialty practice ENVIRONMENTAL FIRMS leaders, technology leaders and subject matter experts from around the world to 6 Top 20 in Water Transmission Lines share knowledge throughout the company. More importantly, the knowledge of and Aqueducts Black & Veatch Water experts is made available on demand to any Black & Veatch 4 Top 50 in Water project manager anywhere in the world. Supply 4 Top 25 in Sanitary and • Design for Operations — We never forget that the project does not end once design Storm Sewers is finalized or even when a facility is constructed. For a project to be successful, the 4 Top 25 in Wastewater Treatment Plants operators must be able to work with the system as intended without having to deal 4 Top 20 in Water with operational difficulties or reliability issues. Thus, we have developed an Treatment & approach to facility design that is operator -friendly, maximizing maintainability and Desalination Plants operability while minimizing unnecessary complexity. 4 Top 50 in Sewer and Waste • Beyond BIM: Black & Veatch BIM+— Building Information Modeling (BIM) is the s i process of creating and using digital models for design, construction and operation of projects. Over the last decade, Black & Veatch Water has customized a BIM process to support the unique design aspects of the water and wastewater industry. Black & Veatch's BIM+ approach combines the people, technology, and innovative design processes required to address each client's unique needs and concerns. BIM+ is fully integrated into the design process and the source of our design deliverables. This approach allows us to share and leverage information at each stage of a project, improving project quality and efficiency, reducing risk, and providing the best possible client and team experience. Black & Veatch Executive Summary • Safety by Design — Black & Veatch is an industry leader in the consideration of design elements for enhanced operational safety of water utilities. Black & Veatch has assisted water utility clients in the implementation of its Prevention- through -Design (PtD) process since 2003. The Black & Veatch «_- PtD process facilitates the systematic assessment of potential •' •' operational and maintenance (O&M) hazards and develops cost effective hazard mitigation plans during the design process, thereby decreasing the cost of operations and FEEDBA` EEQBgCK S Off ­0 increasing the safety performance over the life of the °�""'""T°" - " project. Black & Veatch led AwwaRF Research Project 3104, "Integrating Worker Safety and Health into Water Utility Management, Operations, and New Facility Design." Safety by Design 1i Lifecycle • Sustainable Planning and Design — Each step of the way, Black & Veatch is committed to evaluating planning and design decision making to provide energy -efficient and sustainable solutions that are justifiable across a "triple bottom line" of life cycle economics, people and the environment. • Stakeholder Partnerships - We partner with all our stakeholders to deliver our services in an affordable way, with responsibility to the environment and the communities we serve. That list of communities is growing. In fact, an estimated 20% of the world's population served by community systems drinks potable water through systems designed constructed or supported by Black & Veatch. Black & Veatch The specific approach that we take for individual projects will depend on the work that is required. However, in general our macro level approach to all projects follows the same general procedures. This structure and conformance across project types allows Black & Veatch to consistently deliver high quality projects on time and on budget. The following paragraphs describe the approach that we take when planning and delivering a project. PROBLEM SOLVING APPROACH The key to success is a thorough understanding of the project goals and objectives. The goals and objectives must be developed and confirmed at the initiation of the project and adhered to from the engineering services contract through resultant construction contracts. Our approach is based on working closely with our clients to develop a balance between the quality of the project, the project schedule, and the overall project budget. Each of these elements is discussed further below: QUALITY Black & Veatch's QA/QC approach is a comprehensive program that controls quality in all project aspects. This quality program encompasses everyone on the project. The Black & Veatch Team is committed to the concept that quality control begins with early planning and ends with completion of all contractual responsibilities. Quality represents an integral part of the overall management effort involving specific processes and QUALITY PLANNING QUALITY MANAGEMENT SYSTEM Standard R—i-- p--- QUALITY CONTROL monitoring tools. Our quality control process is continuous and proactive. Commitment to Quality. Our engineering manager is responsible for coordinating the overall design and incorporating Black & Veatch's QA/QC policies and practices into the design documents. The industry average for change orders on municipal projects is approximately 5%. Change orders on Black & Veatch projects have consistently been well below the national average at about 1.5%. This is the result of our corporate commitment to quality. Black & Veatch E Approach Quality Control Starts with People. Black & Veatch's quality control policies, procedures and guidelines alone do not achieve our quality goals; people implementing these tools ultimately achieve quality goals. Quality Assurance is a Continuous Process. Quality Assurance (QA) is continuously updated throughout the project with scheduled feedback to the project team. The Black & Veatch process of producing quality deliverables is focused on error prevention and not solely on error checking. QA procedures must be established at the start of each and every project. Therefore, we require that they be included as part of the Project Management Plan. This ensures that all team members and your staff involved in the project are on the same page at all times. Schedule Control Procedures It is our usual practice to develop a schedule in great detail with extensive task listings, staff hour estimates and associated milestone dates. Past experience has shown that detailed planning at the outset of the project provides the greatest opportunity for success in the end. The schedule will be the baseline. That is not to say it will remain unchanged throughout the life of the project. Schedules are, by nature, dynamic documents. The key to successful management of project schedules is to create them with built-in flexibility that allow for adjustments in scope or direction while still maintaining the key milestone dates. Constant Communications Black & Veatch understands and appreciates the need for timely and accurate communication with up to date status reports. The Project Manager is responsible for the project staying on schedule and within budget, while ensuring there are no surprises. The Project Principal will be actively engaged throughout project execution and work °p�eib..A.•� Rr�a:, u.aq eAuv.:� «meewa<Wao.:eve�n -'�M+��.+m ls�..ks.fftP.:ve awoep.�SnLLs.rflD,rtb 5aM.5 eleaoem�soec.,am.._ss.o. ekaoew�lkes.dw.it,. [.w.e... MEP9�wn `.pNaYo-c sYna... wnw+5¢.Y<uve Nrv,amat k. hand in hand with the Project Manager to achieve Total Client Satisfaction! Project Controls Black & Veatch recognizes the importance of managing communication, documents, schedule, quality and costs. We have in place proven project controls to address these issues. Tools: ProjectWise. ProjectWise is Black & Veatch's web -based collaboration tool and is used for document control and project execution. ProjectWise consists of an internal and external component (Intranet server and Extranet server) for storage of project -related documents and design data. Black & Veatch has a long history of providing high -quality professional engineering services to our clients. We continue to hone successful techniques and lessons learned to enhance the quality of our products. Quality design documents result in lower bid prices and minimize change orders. Cost Control Procedures Our number one goal for your project is Total Client Satisfaction. This requires the project team's commitment to achieving a quality project on schedule and within your budget guidelines. Meeting project budget requires careful planning and attention to detail on all project activities. The following are major activities used by our project team to help ensure your budget is met. Black & Veatch Approach Trend System. The central component of our cost control plan is the trend system. A trend is any activity or change from the base plan that affects project cost or schedule. A trend log is developed at the outset of the project to record new ideas identified by any member of the project team. A trend analysis is then conducted to determine if the trend is to be incorporated into the project. The results of these analyses are recorded on the trend register, which summarizes all analyses and shows their impact on the project. Engineering Services Cost Control. A monthly progress report will be prepared to compare actual progress against budgets used. Our project team will work very closely with your staff to define the level of service, material and equipment preferences, available budget and schedule proposed for the project. Constant vigilance and frequent communication are the best technique for controlling engineering costs. Our Policy Black & Veatch believes in freedom of opportunity for every individual to hold a job for which he or she qualifies on merit. It is our policy to recruit, hire, and promote individuals in all job classifications regardless of race, color, religion, age, sex, national origin, or presence of a handicap, except where age, sex, or absence of a handicap is a bona fide occupational qualification. All personnel transactions, such as compensation, benefits, promotions, transfers, training, and tuition assistance, or any firm -sponsored activities, are administered regardless of race, color, religion, age, sex, national origin, or presence of a handicap, except where age, sex, or absence of a handicap is a bona fide occupational qualification. Black & Veatch does not maintain segregated facilities nor will it assign employees to perform services at any location under its control where facilities are segregated. The EEO Administrator conducts a monthly analysis of all personnel transactions to ensure equal opportunity, and reports it to Black & Veatch's CEO. Black & Veatch PROJECT TEAM The Black & Veatch team will be led by Suzie Carpenter as the proposed prime Project Manager, John Keller another Project Manager, and Jeff Henson as the Project Director. Suzie has 19 years of water experience, with the majority of her career focused on water and wastewater projects. In this capacity, she is actively involved in managing the study, design, and delivery of projects both regionally and nationally related to water and wastewater delivery and treatment. Suzie has recently worked with Fayetteville staff on a Water Audit and Strategic Water Loss Control Plan. John has 29 years of experience primarily in wastewater treatment plants and pumping stations. Supporting Suzie and John will be Jeff Henson, who will provide management support to ensure the team is delivering solutions Fayetteville requires. Together, this proven and local leadership team will deliver projects that exceed your expectations. Black & Veatch is committed to providing Fayetteville local leadership and a proven national team in implementing water and wastewater projects. Your projects will directly benefit from the personal attention of our Project Manager, Suzie Carpenter, and her team of specialized task leaders, selected with close regard to delivering the relevant experience and expertise required by Fayetteville. An organizational chart of key personnel is provided below, and an appendix including one page resumes for each person is at the end of the proposal. Greg Nelson, PE Mark Bushouse, PE Andrew Hansen, PE James Maher, PE Karen Burgi, PE CITY OF FAYETTEVILLE ARKANS ARKANSAS PROJECT DI RECTOR Jeff Henson, PE PROJECT MANAGER Suzie Carpenter, PE John Keller, PE Mark Funston, PE Alan Ringhausen, PE Robert Schweiger, PE Karen Burgi, PE Rich Hayslett, PE Ed Kobylinski, PE Bryan Dickerson James Barnard, PE, PhD Pam Lemoine, PE Gary Hunter, PE Anna White Scott Carr, PE, BCEE Kyle Lucas Derek Wurst, PE Mark Steichen, PE Biack & Veatch a Experience PROJECT EXPERIENCE The breadth of experience that Black & Veatch has as a company is expansive. This section illustrates recent experience that is directly applicable to the services that the City of Fayetteville provides its customers. The section focuses on experience in water distribution, wastewater collection, wastewater treatment, and additional services that we think might be applicable to your city. Black & Veatch is Building o World of Difference° with expert planning and design for water conveyance and storage. In whatever technology or approach it takes to route, control, channel or store water, Black & Veatch offers you the knowledge and experience to make it successful. For nearly a century, we've built our leading reputation on 10,000 projects and nearly 12,000 miles of water, wastewater and stormwater conveyance worldwide. Water Conveyance Regardless of the contents being transported - raw water supplies, drinking water, hydroelectric generating flows or other fluids - our experts have the knowledge and experience to properly plan and design your system. The project included a risk analysis to prioritize the prestressed concrete cylinder pipe (PCCP) transmission pipelines in the system, an evaluation of the inspection technologies and a review of common rehabilitation methods. The next step was to conduct the inspection and condition assessment of the top three high priority pipelines. The inspection plan identified the most cost-effective approach to gather the data required for the condition assessment. • The inspection and condition assessment included 9,000 feet of 36-inch raw water main and 3,500 feet of 24-inch treated water transmission main. ■ Inspection techniques included Electromagnetic and CCTV on a robotic platform that was inserted into the pipeline when out of service. No significant defects were identified as a result of the inspection, allowing rehabilitation of the pipelines to be deferred and the funding to be utilized elsewhere. Date Completed August, 2014 Project Cost Contracted Fee: $240K Construction Cost: $40K (tap installation) • Key Components • Risk analysis/ prioritization • Technology review • Inspection planning • Coordination with operations Client Reference Andrew Ensz, Engineering Program Manager, P.O. Box 708 1 Lawrence, KS 66044 785-832-7831 Black & Veatch Pumping and Storage Black & Veatch has worked on many of the world's largest pump stations, among them the most technically challenging and sensitive projects in the country. Our pump and storage services include pump and lift station designs for raw water, treated water, wastewater and stormwater with a wide range of capacities. Our designs include intakes and booster pump stations that resemble and are compatible with local aesthetics, each tailored to the particular capacity and head conditions of the project, with pumping equipment that ranges from horizontal centrifugal or split - case pumps to vertical turbine high -lift pumps. U.S. PUMP STATION EXPERIENCE Seattle Salem Providence Eugene Billings Minneapolis Grand Rapids Boston Wyoming el cos per Chicago Lancaster Little Falls Sacramento Omaha Cheyenne Lincoln Decatur Prince Indiana WonGeorges Oakland County Modesto Denver Topeka Kansas City Cincinnati Fairfax County, VA Buena Vista Johnson Bakersfield County St, Louis Memphis Wichita Winston5alem Los Angeles Fayetteville Orange County Las Vegas Amarillo Phoenix Oklahoma City Atlanta Desert Center Lubbock Ft. Wort Midland Shreveport Jacksonville �allas < 100 mgd New Orleans) Orlando 100 — 200 mgd Tampa 20O — 500 mgd Corpus Christi • Soo —1000 mgd San Antonio Everglades > 1000 mgd • Black & Veatch is not limited to the design of new facilities; we have provided rehabilitation/upgrading design services to numerous operating systems. Our rehabilitation experience includes the modification, replacement and addition of equipment such as vertical turbine pumps, diesel engine and electric motor -operated pumps, horizontal centrifugal and split -case pumps, flowmetering equipment, and control and instrumentation facilities. Black & Veatch has designed water storage structures ranging from small standpipes to major cast -in -place concrete storage reservoirs. We have designed all types of water storage reservoirs, including elevated storage tanks; composite steel and concrete tanks, - prestressed, precast, and cast -in -place ground storage reservoirs; and prestressed and cast -in -place concrete underground (or partially underground) water storage reservoirs. Black & Veatch a In response to growth in the Cheney Service Level and need for more resilient and reliable means of replenishing the service level, Black & Veatch teamed with Olsson Associates to design a new pump station next to the existing 10 MG Yankee Hill ground storage tank. The new pump station was designed for an initial total capacity of 7 MGD with provisions to expand the facility to a firm capacity of 18 MGD to meet 2060 anticipated demands. Initial design capacity is met by one 1 MGD pump driven by an AFD, one constant speed 3 MGD pump, and one 3 MGD pump driven by an AFD. The facility was originally designed with provisions to accommodate a temporary generator, but was redesigned during construction to utilize a permanent generator sourced from Cheney Booster Pump Station. Design of the facility included coordination with LES to provide new electrical service and coordinating gear requirements for starting loads. YHPS was completed in 2018, to be online by late January with the generator relocation expected was completed in 2018. Date Completed •2018 Project Cost Construction Contract: $3,008,000 Black & Veatch was selected as a sub -consultant to design the Loma Linda Elevated Storage Tank to provide service to the western portion of Pressure Zone 4. The 1.5-million gallon composite tank, surrounded by a residential subdivision, has a bowl diameter of 60 ft and a hydraulic head range of 35 ft. The site layout was specifically designed to consider setbacks for landscaping and security, drainage for overflow and future maintenance of the facility. Project includes hydraulic analysis for alternative sites using the SAWS hydraulic model. Hydraulic analysis was used to provide design information for the approach main and control valves. Demolition of the existing Loma Linda tank was part of the project. Appurtenances include an inlet/outlet pipe that is supported from the tank column, roof vents, access hatches and a rolling steel door for vehicle access into the support column. The support column houses the tank's altitude valve and associated piping, cathodic protection system and Programmable Logic Controller (PLC) designed by others. The PLC relays valve status, tank level information and security data to the Water Production Control Center main SCADA system. Provisions for SCADA communications were made by installing a remote station UHF radio operating in the 900 MHz frequency band, antenna, lap top computer, and related appurtenances. mate Completed Project Cost 2013 Design Fee: $300,000 Total ($89,000 Black & Veatch) Construction Value: $3M KEY COMPONENTS • Key Components: • Hydraulic Design • Pump Selection • Electrical Service Coordination • High Wind Resistance Design • Bid Phase Services • Construction Phase Services: Client Reference Lincoln Water System Steve Owen 402-441-5925 1 SOwen@Lincoln.ne.gov KEY COMPONENTS • Engineering design • Elevated Storage Tank • Hydraulic Analysis • Hydraulic analysis • Demolition of existing tank Client Reference Mr. Ashok Kaji, P.E. Director, Facilities Engineering 2800 US Hwy. 281 North, Tower II, 4th Floor San Antonio, TX 78212 210-233-3588 Black & Veatch a Distribution/Hydraulic Modeling Our team has recently built, analyzed and assessed highly Hillsboro complex systems ranging from Troutdale Fargo the Denver Water system in 131 nrington Midhurst, ON Savage Casper Madison Muskegon Colorado to the dispersed Rochester Tuxedo Grand Rap,ds Cheyenne Norfolk Wheaton Ann arbor United 'Water BaggS South Cheyenne Reading New Jersey DEP systems serving Palestine. We Mi1lValley Car:pncOmaha St. Charles City Troy Baltimore Lebanon MWRD E le Grand Island St. Joseph Dayton New Castle East Bay MUD Grand Denver ra Un<oln Kansas City, KS SDGC PhiVaAelphia County have built models and g:da M Junction Gunnison ems Co. Topeka Kansas Ciry, MO C mannati Ft Calsor Fountain Lawrence SLSD Bloomington Gloucester County Colorado Springs Johnson County St, Louis Evansville conducted extensive hydraulic Henderson Pueblo Lawrence Ft Leonard Wood Raleig Pu ham Rancho Cucamonga Morganton Gre—011e analyses for regional systems Santa Monica East Valley Tulsa Union CountyKannapolif y g y Fountain Valley i4l,rnecula Glendale Edmond ChN„000�esvd e Peoria phoenix Oklahoma City County Columbla YaRecitos WD tY DeKalb covering the Phoenix metro Escondido Goodyear SROG Charleston County of San Diego Mesa Gwinnett County ton area and detailed hydraulic City of San Diego Dallas Cougl El Paso aCou'y Beaufort Jasper WSA Otay Watet District Trinity River Shreveport Paulding County models throughout Southern oral, San Antonio California's varying • Water Model Tampa topography. We have used Marco Island a 'Miami -Dade Wastewater Model Florida Keys Aqueduct Authority hydraulic models for numerous applications, Black & Veatch Hydraulic Modeling Experience including pressure and flow assessment; wild fire analyses; water quality assessment, reservoir circulation studies; facility sizing and siting; and hydraulic transient analysis. Our experience also includes developing software improvements, which have been adopted by firms like Innovyze. Black & Veatch (Black & Veatch) has been providing engineering services for Kansas City since 1910. This has included numerous water system studies and design of many water supply, treatment, and distribution facilities. In 2012, rY`rCt WSD retained Black & Veatch to conduct a Distribution System Infrastructure Evaluation as part of the Comprehensive Water System Master Plan Update project. The Distribution System Infrastructure Evaluation used an industry -accepted approach to prioritize mains for replacement. The project used Black & Veatch's interactive Capital Improvement Planning (iCIP) tools which is a set of GIS-based buried infrastructure asset management tools and processes. Based on analysis of WSD's facility data, operational, and 43 years of break history the Probability of Failure risk was calculated for each pipeline and the Consequence of Failure risk was determined. The product of these two factors provide the overall Business Risk Exposure and justification for the replacement prioritization. Black & Veatch also developed individual replacement projects based on the prioritized pipe segments to accommodate WSD's ability to execute and fund projects balanced against increasing risk. Date Completed Project Cost 2017 Estimated: $1,760,000 KEY COMPONENTS • Asset Management • CIP Program • GIS-based Analysis • R&R Prioritization Client Reference Kelly Finn, Project Manager 4800 E. 63rd Street, Kansas City, MO 64130 816-513-0351 Black & Veatch n Experience WASTEWATER COLLECTION SERVICES Major Interceptor Lines and Relief Sewer Systems To plan for needed wastewater collection capital, and operations and maintenance improvement projects, a variety of services are available such as master planning, regulatory compliance plans, sewer overflow control technologies, maintenance management programs, rehabilitation programs, and pipeline and facility inspections. State-of-the-art tools such as geographical information systems (GIS) and computer modeling are used to ensure the accuracy and efficiency of each project. The City of Memphis entered into a Sanitary Sewer Overflow Consent Decree with federal and state regulators in September of 2012. Black & Veatch was selected to perform Program Management and Construction Management services of the capital program needed to bring the City's wastewater and sewer system into compliance. The primary services to be performed by the Black & Veatch team at the program level include management, public relations & involvement, financial review, modeling and analyses, and regulatory reporting to ensure the City meets the Consent Decree compliance requirements. The outlined objectives of the Program are consistent with the Consent Decree, and are summarized as follows: ■ To assist the City in accordance with the terms of conditions of the contract, with compliance of the requirements of the Consent Decree. i To upgrade the wastewater treatment facilities a To eliminate sanitary sewer overflows in the sanitary distribution system. Major Services to be Performed At The Program Level - In collaboration with several regional and local companies, the Black & Veatch team will procure the studies, design and construction services aimed at abating the sanitary sewer overflows (SSOs) that impact local waterways. The Consent Decree signed Sept 21, 2012 between the City of Memphis, USEPA and other stakeholders defines the minimum requirements that the program must satisfy and provides the framework for the successful execution of the Program. KEY COMPONENTS • Major Interceptor Lines • Sewage Pumping Stations • Relief Sewer Systems • Hydraulic Modeling • Flow Monitoring This is a $250 Million program over 10 years. It is structured as an initial $92M- Client Reference 4 year contract with the option of 3 (three) 2 year extensions (for a total of 10 John E. Cameron, Dir. of City Engineering years). The work includes condition assessments, CCTV inspections, data 125 North Main, Suite 668 analysis and modeling, program management, procurement of design services Memphis TN, 38103 901-636-6700 and construction, construction management, public involvement, reporting. Date Completed Ongoing Project Cost Initial 4-year Contract: $92M (Option of three 2-year extensions) Black & Veatch 0 Experience Sewage Pumping Stations Black & Veatch's extensive experience in wastewater pump station design and construction is illustrated in the following matrix. This is a sampling of pump stations which include a wide range of capacities and operating conditions. Our rehabilitation experience includes the modification, replacement and addition of equipment such as vertical turbine pumps, diesel engine and electric motor -operated pumps, horizontal centrifugal and split -case pumps, flow metering equipment, and control and instrumentation facilities. Hagerstown, City of Athens/Clarke County Public Utilities Department Aurora, City of Baton Rouge/East Baton Rouge Berthoud, Town of Board of Public Utilities Brentwood Water Services Charlotte -Mecklenburg Utilities Cheyenne Board of Public Utilities In -Plant Pump Station Middle Oconee Water Reclamation Facility Influent Pump Station Piney Creek Wastewater Lift Station Pump Station 514 I New WWTP Influent Pump Station Central Industrial District Pump Station Brentwood Sewer Pump Station McDowell Creek WWTP Influent Pump Station Crow Creek Effluent Pump Station Hagerstown MD Athens GA Aurora CO Baton Rouge LA Berthoud CO Kansas City KS Brentwood TN Charlotte NC Cheyenne WY Pumping 37.5 10.0 16.0 77.0 6.0 90.0 9.5 60.0 4.0 City Water, Light and Power Wastewater Pump Station Springfield IL 25.0 Clark County Sanitation District I Central WWTP Effluent Reuse Pump Station Las Vegas Marietta Collierville NV GA TN 32.0 Cobb County I Proctor Creek Influent Pump Station NE WWTP 2nd Stage Influent Pump Station Oak Grove WWTP Primary Pump Station Paul R Noland WWTP Influent Pump Station 42.0 Collierville, City of 6.0 I 4.0 Ennis, City of Ennis TX Fayetteville, City of Fayetteville Garland Glendale AR TX CO T 1 20.0 45.0 0.4 Garland, City of I Rowlett Creek WWTP Transfer Pump Station Glendale, City of Glendale WWTP Influent Pump Station Johnson County Wastewater Blue River WWTP Influent Pump Station Olathe KS 37.0 Johnson County Wastewater Johnson County Wastewater Kansas City, City of Kansas City, City of Kansas City, City of Ken -Caryl Ranch Water and Sanitation District Kinston, City of Indian Creek Middle Basin Wastewater Pump I Station Tooley Creek Wastewater Pump Station 87th Street Wastewater Pump Station Birmingham WWTP Influent Pump Station Line Creek Pump Station Lockheed Martin World Headquarters WW Lift Station Forrest Street Lift Station i Olathe Olathe Kansas City Kansas City Kansas City i Littleton Kinston i KS 20.0 KS 3.0 MO 160.0 MO 80.0 MO 24.0 CO ; NC ; FL 0.5 20.0 5.3 Lakeland, City of T West Lakeland WRF Effluent Pump Station Lakeland Las Vegas Valley Water District Lawrence, City of Lawrence, City of Leavenworth, City of Leesburg, Town of Metro. Council of Environal Services Met Sewer Dist of Greater Cincinnati Desert Breeze Pump Station I Four Seasons Complex Raw WW Pump Station Lawrence WWTP Influent Pump Station Leavenworth WWTP Influent Pump Station Leesburg Cattail Branch Pump Station Eagles Point WWTP Influent Pump Station Lower Mill Creek Pump Station Las Vegas NV 10.0 Lawrence KS 18.5 Lawrence KS 60.0 Leavenworth KS 34.0 Leesburg VA 9.0 St. Paul MN 40.0 Cincinnati OH 84.0 i Black & Veatch m Experience Client Metropolitan St. Louis Sewer District Pump S Baumgartner WWTP Pump Station city St. Louis State Capacity MO (mgd) 243.0 Metropolitan St. Louis Sewer District Coldwater WWTP Pump Station St. Louis MO 165.0 Metropolitan St. Louis Sewer District Lemay Pump Station No. 1 St. Louis MO 288.0 Metropolitan St. Louis Sewer District Lemay WWTP Raw WW Pump Station St. Louis MO 350.0 Expansion Olathe, City of Cedar Creek WWTP Influent Pump Station Olathe KS 40.0 St. Joseph, City of St Joseph CSO Stormwater Pump Station St. Joseph MO 108.0 Toledo, City of Bay View WWTP Effluent Pump Station Toledo OH 265.0 Topeka, City of Central Park Pump Station Topeka KS 11.5 Topeka, City of North Topeka WWTP Effluent Pump Station Topeka KS 24.0 Black & Veatch will replace an existing, SO -year old pumping station with a new 2S mgd dry -pit submersible pumping station, install a new 24 inch force main beneath the Missouri River, and rehabilitate the existing force main which parallels Missouri 210 Highway. The objective of this project is to improve reliability of the pump station and force mains. Black & Veatch has completed the first phase of the work which consisted of a study and conceptual design services, including a condition assessment of the existing pump station and ancillary systems; screening of rehabilitation or replacement alternatives; a desk -top evaluation of the existing Buckeye Creek Force Mains under the Missouri River and the North Bank Force Main; development of an inspection plan to identify force -main access points; and procedures and costs for future field inspection of the North Bank Force Main condition along with either rehab or replacement of the force main. KEY COMPONENTS • Sewage Pumping Stations The second phase of the work by Black & Veatch requires the following: ■ The design of a new Buckeye Creek pump station to be constructed on existing city property adjacent to the existing facility Client Reference ■ Field inspection and condition assessment of the existing North Bank Force Main Carla Bergman, Project Manager ■ Either rehabilitation or replacement of the North Bank Force Main 4800 E 63rd St, Kansas City, MO 64130 816-513-0348 ■ Design of new replacement force mains under the Missouri River utilizing horizontal directional drilling installation methods. Date Completed Project Cost Preliminary Design: June 2015 Construction Cost: $20M Design: 2016-2017 Construction: 2020-2023 Black & Veatch m Hydraulic Modeling /Flow Monitoring Hydraulic models are one of the most powerful tools available for agencies to evaluate their water and wastewater systems. Black & Veatch offers comprehensive hydraulic modeling services. Expertise. Black & Veatch has a dedicated hydraulic modeling group. This group is focused on delivering cutting edge approaches using the latest tools to solve our client's issues. Our team of modelers are experts in their field and are committed to a quality product for each client. Software. Black & Veatch maintains enterprise licenses with major hydraulic model software vendors - meaning our solutions work around our client's needs, not what works best for us. We work closely with the vendors to help test and improve the software to fit our client's needs. were primary authors of the ESRI publication Hydraulic Modeling and GIS. Solutions. Hydraulic models are incredibly valuable tools. Black & Veatch has used these tools to help clients solve problems in the following areas: • CIP Development • Energy Cost Savings • Sewer Overflow Reduction • Water Quality Analyses • Source Water Blending Analyses Facility Operation Optimization (treatment, pumping, and storage) • Operational Guidance • Peak Flow Management • Surge/Transient Analyses • System Resiliency/Major Facility Outages • Fire Flow Analysis • New Facility Sizing and Integration • Private Development Oversight The Blacksnake Creek Stormwater Separation Improvement is a comprehensive integrated project for the City of St. Joseph — a project that addresses public health, provides green solutions, and increases operational efficiency. The project will intercept and redirect Blacksnake Creek stream flows away from St. Joseph's combined sewer system to a new and dedicated stormwater conveyance system that flows to the Missouri River. Multiple alignments for redirecting the flows to the river are under investigation. Multiple detention alternatives were also evaluated which would provide a permanent pool for the community. Sewer overflows will be reduced while helping improve the water quality of the Missouri River. Black & Veatch studied and designed multiple alignments to re -direct Blacksnake Creek flows from the Water Protection Facility to the Missouri River. This multifaceted project will provide multiple benefits to the community, including: ■ Flood control and flood loss mitigation ■ Revitalization of the St. Joseph Avenue residential and business corridor ■ Traffic safety enhancements ■ Reduction of the City's annual operating expenses ■ Water quality improvements to the Missouri River ■ Strategic investment for future cost reduction ■ Alternative strategies to offset financial burdens to stakeholders Period of Services Project Cost Preliminary Design: 2014-2015 Design Fee: $11M Design: 2015-2016 Construction Cost: $126M Construction: TBD ALTERNATIVE �P :OP1IM ' .art HA} Relief Sewer Systems Hydraulic Modeling Client Reference Andy Clements, Public Works Director 1100 Frederick Ave. I St. Joseph, MO 64501 (816) 271-4653 Black & Veatch In May 2012 the City and MDNR entered into an Amended Consent Judgment which includes "Early Action" projects to be completed by 2018 and the development and implementation of a long-term Overflow Control Plan (OCP), which is to be completed by 2031. Black & Veatch assisted the City in direct negotiations with MDNR on the technical terms contained in the Amended Consent Judgment. Black & Veatch served as the Program Manager, leading an integrated program team consisting of City staff and B&V subconsultants. "Early Action" projects were completed to upgrade, rehabilitate and enhance the capacity of the City's collection system to further eliminate I&I and SSOs. By 2018 the City completed various projects valued at approximately $50M. The City will commit $200 million to reduce SSO and improve the environment over a 10 year period while deferring the commitment to a level of service for the system until more data is collected and system performance is evaluated. The approved OCP consists of three phases. The first phase includes Foundation Projects to be completed 2016 to 2020. These projects continue the significant investment in improving the sewer system and reducing overflows while addressing immediate biosolids digester needs at the SWTP. The second phase includes Advanced Action Plan (AAP) projects to be completed from 2021 to 2025. This phase continues the significant investment in I&I removal and sewer system upgrades, as well as providing needed improvements at the two WWTPs. Phase 3 will be for the period beyond 2025. The City is committed to a long-term, affordable plan to continue investing in system maintenance and I&I removal, as well as capacity improvements to achieve the proposed LOS. Date Completed Project Cost Est. 2018 Contracted Fee: $16.61VI Construction Cost: $250M+ Exoe, fence Hydraulic Modeling Flow Monitoring Client R Errin Kemper, Director 840 Boonville Ave. I Springfield, MO 65802 (417)864-1910 Black & Veatch Exse, �e Black & Veatch is Building o World of Difference with wastewater systems that serve your community efficiently while returning treated wastewater to the environment safely. With an eye to the future, Black & Veatch can help you turn wastewater into a valuable resource with water reclamation and reuse strategies. We employ state-of-the- art technologies to collect and pump water, treat wastewater to appropriate standards, manage residuals, remove nutrients and pre- treat industrial systems. Facility Design —Wastewater treatment includes all aspects of liquid and solids processing, as well as effluent disposal for both municipal and industrial clients. Liquid and solids treatment services include master plans, feasibility studies, pilot plant studies, conceptual design, final design, bidding, construction management, startup and training, operations troubleshooting, and process and energy optimization. Key aspects of effluent disposal are reuse opportunities, as well as water quality issues with respect to nutrient requirements. Effluent disposal services include water quality modeling, load allocations, regulatory negotiations and permitting. Other services include vulnerability assessments, air quality modeling, and air permitting. Municipal Process Design —Black & Veatch's global presence has allowed us to research and evaluate treatment technologies in all types of climates and weather conditions. Our process experts have performed extensive process development; process optimization and troubleshooting; preliminary and final design for primary, secondary and tertiary treatment; chemically enhanced pretreatment; ozonation; ultraviolet (UV) disinfection; aerobic and anaerobic digestion; nutrient removal; and odor/air emissions control. Selecting a treatment strategy for new and existing facilities requiring enhancement is driven by treatment objectives, existing facilities, site constraints, neighborhood, flexibility/ adaptability, and funding limitations. Advanced process options with which we have extensive experience include biological aerated filters (BAF), membrane bioreactor (MBR), moving bed biofilm reactor (MBBR), and integrated fixed -film activated sludge (IFAS). Advanced Technologies —The challenge of treating and managing the biosolids produced at wastewater treatment plants increases every year, as many traditionally available outlets are affected by expanding regulations and public pressures. Black & Veatch has been on the forefront of biosolids management, from public review of the 40 CFR Part 503 regulations through the design and construction of a wide range of treatment technologies. Because our experience includes all types of thickening, dewatering, stabilization and storage technologies, we can tailor an advanced biosolids solution to meet your needs. Black & Veatch has provided services for nutrient removal projects throughout the world for both municipal and industrial clients, covering a broad range of nutrient removal requirements — nitrification only, upgrades to meet moderate nutrient control requirements, and nutrient removal to the limits of technology. Our projects Black & Veatch m Experience have included processes such as suspended growth, fixed -film, integrated fixed -film activated sludge, all in the 3 and 4, 5 stage configurations. Regulatory Compliance —Black & Veatch helps clients meet regulatory compliance challenges, such as those involving effluent guidelines, sludge regulations, and local pretreatment programs as well as regional initiatives, stormwater and spill management including Best Management Practices (BMP), Pollution Prevention and SPCC Plans. Residuals Management —Residuals resulting from wastewater treatment can be a costly problem for utilities. Black & Veatch has extensive experience providing residuals management solutions which is covered in the next section, Biosolids Management. Black & Veatch provided the City of Lawrence with the design and construction support for the new Wakarusa WWTP. The design of the Wakarusa WWTP will rely on the Kansas River WWTP for redundancy, which Black & Veatch also designed and constructed from 2000 to 2004. The project was modeled and documented using the BIM+ application, Autodesk Revit. Wakarusa was a fast track project of 7 months from beginning to end, requiring unique workflows and practices to be implemented. Throughout the accelerated detail design schedule, BIM+was utilized heavily to design, communicate, and document this project for our client as well as the multiple subcontractors on the project. A new submersible pump station was provided within the collection system and will divert base flows up to 2.5 mgd (initially) to the new BNR facility. The PS will be able to divert flow to the Wakarusa facility or the Kansas River as needed. Flows will be received at the new headworks facility consisting of fine screens and grit removal. Wastewater at the Wakarusa WWTP flows by gravity through the treatment process consisting of a 5-stage BNR basin, final clarifier with pumping station, UV Disinfection and discharge to the Wakarusa River. WAS activated sludge will be thickened with centrifuges and then discharged to the sludge storage basin. The solids are stored for a minimum of 40 to 60 days and then land applied on site. An admin building and chemical feed facility was also provided. Date Completed Project Cost 2018 Construction Cost: $45.2 Mechanical Screening Grit & Scum Removal Advanced Wastewater Treatment d Biological Phosphorus Removal ✓ Aeration ✓ Disinfection ✓ Anaerobic Digestion of Primary Sludge and WAS ✓ Land Application of Solids Regulatory Permitting Trouble Shooting Client Reference Dave Wagner, Director of Utilities 1400 East 8th Street I Lawrence, KS 66044 (785)832-7800 Black & Veatch Representative Wastewater Treatment Experience Rogers WWTP - Rogers, AR Northwest WRP - Mesa, AZ Bakersfield WWTP - Bakersfield, CA Phosphorous Removal - Frisco, CO Reclaimed Water Supply - Westminster, CO JEA Buckman WRF- Jacksonville, FL Southwest WRF - St. Petersburg, FL Northwest - Cobb County, GA Egan - Chicago MWRDGC, IL Rock River - Rockford, IL WWTP Improvements - Jacksonville, IL Blucher Poole - Bloomington, IN Blue River - Johnson County, KS Cedar Creek - Olathe, KS Nelson - Johnson County, KS North - Topeka, KS WWTP - Lawrence, KS WWTP - Manhattan, KS WWTP - Shreveport, LA Coldwater - St. Louis, MO Southwest - Springfield, MO Sewer System Expansion - Chadbourn, NC Theresa St. WWTP - Lincoln, NE WWTP - Dayton, OH WWTP Improvements - Springfield, OH Northside - Tulsa, OK Southside - Tulsa, OK WWTP Renovation - Franklin, TN Northwest WWTP Expansion - Collierville, TN Wilson Creek WWTP Expansion - Wylie, TX WWTP Expansion - Corpus Christi, TX Oak Grove WWTP Improvements - Ennis, TX Southeast WRF Improvements - Lubbock, TX Panther Creek Regional - Frisco, TX WWTP Expansion - San Marcos, TX 6-14 ti ■ ■ • ■ • 18 ■ ■ ■ ■ ■ ■ ■ C 25 ■ ■ ■ ■ ■ ■ ■ 2 ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ 6 ■ ■ ■ ■ ■ ■ ■ ■ 54 ■ ■ ■ ■ ■ ■ ■ 20 ■ ■ ■ ■ ■ ■ ■ 12 ■ ■ ■ ■ ■ ■ ■ ■ ■ • 30 ■ ■ ■ ■ ■ ■ 40 ■ ■ ■ ■ ■ ■ ■ 8 ■ ■ ■ ■ ■ ■ 15 ■ ■ ■ ■ ■ ■ 10.5 ■ ■ ■ ■ ■ ■ ■ ■ ■ 3 ■ ■ ■ ■ ■ 15 ■ ■ ■ 12 ■ ■ ■ ■ ■ 12.5 ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ 10 ■ i ■ ■ ■ 24 ■ ■ ■ ■ ■ ■ ■ ■ 55 ■ ■ ■ ■ ■ ■ ■ ■ 50 ■ ■ ■ ■ ■ ■ ■ 1.5 ■ ■ ■ ■ ■ ■ 30 • ■ ■ ■ ■ 72 ■ ■ ■ ■ ■ ■ 25 ■ ■ ■ ■ ■ ■ 37 ■ ■ ■ ■ ■ ■ 42 • ■ ■ ■ ■ ■ ■ ■ ■ ■ 12 ■ ■ ■ ■ ■ ■ ■ ■ ■ 6 ■ ■ ■ ■ ■ ■ 48 ■ ■ ■ ■ ■ ■ ■ ■ 2 • ■ ■ ■ ■ ■ ■ ■ ■ 4 ■ ■ ■ ■ ■ ■ ■ ■ 32 ■ ■ ■ ■ ■ ■ ■ ■ ■ 20 ■ ■ ■ ■ ■ ■ 9 ■ ■ ■ ■ ■ ■ ■ Black & Veatch a 0 ._ Our Team has proven local experience in all facets of infrastructure project delivery. Based on what we have learned about your facilities, our team believes the following additional services may benefit the City of Fayetteville: • USEPA Risk Management Program Rule • Rate Studies • Alternative Financing • Asset Management Services • Smart Integrated Infrastructure • Alternative Delivery • Design Build/Engineering, Procurement, & Construction • Construction The following sections offer brief introductions to the Black & Veatch Team's capabilities in these areas. Our team is happy to provide additional information on any of these topics. USEPA Risk Management Program Rule The EPA rule codified at 40 CFR Part 68 requires facilities that have any listed chemicals in quantities above specified thresholds to develop a Risk Management Plan (RMP) program. OSHA has a similar rule codified at 29 CFR Part 1910 resulting in a Process Safety Management (PSM) program and is applicable to certain facilities and for states with delegated OSHA programs. These programs must, at a minimum, assess the hazards of an accidental release, minimize the chances of a release through a prevention program, and develop emergency response measures for releases that do occur. Affected facilities must submit a risk management plan (RMP) to the EPA. The plan must summarize the key elements of the facility's program. Black & Veatch provides a wide variety of services related to compliance with RMP and PSM program requirements. These include: • Development services for new or existing processes. • Update and revalidation services. • Hazard assessments and off -site consequence analyses for all listed chemicals. • Assistance in developing prevention program elements. • Facilitation of hazard reviews and process hazards analyses. • Compliance audits, particularly to comply with the three-year requirement. • Employee initial and refresher training. • Assistance with plan and revision submittals. • Assistance in preparing for public meetings. Due to the close relationship between EPA's RMP and OSHA's PSM program, Black & Veatch RMP services automatically provide compliance with OSHA's PSM requirements for those clients subject to OSHA standards. Among the processes addressed in the risk management plans developed by Black & Veatch are selective catalytic reduction (SCR) for air pollution control at power plants, water and wastewater disinfection, chloramination, and refrigeration. The chemicals addressed in these processes include ammonia (anhydrous and aqueous), chlorine, sulfur dioxide, methane, and propane. Black & Veatch 0 Exce, ience Risk Management Plan / Process Safety Management Plan Black & Veatch supported the Miami -Dade Water and Sewer District (MDWSD) in its five- year update of its applicable plants' risk management plan (RMP) and process safety USEPA Risk Management management (PSM) plans. The Alexander Orr and John E. Preston Water Treatment Plants Program Rule utilize railcars of chlorine for disinfection while the Central District Wastewater Treatment Plant relies upon one -ton contains of chlorine for disinfection. All three plants have two water treatment processes. Additionally, Central District also creates and stores more than the threshold quantity of methane in the form of digester gas that supplies fuel to on -site cogeneration equipment. Client Goals / Drivers These plans are required by the U.S. Environmental Protection Agency (EPA) in accordance with the 40 CFR Part 68 and OSHA in accordance with 29 CFR 1910.119. Black & Veatch Role on Project During this project, Black & Veatch performed the following services: ■ Reviewed existing RMP / PSM plan documentation. ■ Updated and re -validated plant PHAs. ■ Updated the elements of each plant's RMP Prevention Program. ■ Conducted on -site compliance audits of the process documentation and plant implementation of the RMP / PSM programs. ■ Performed updates for each plant's Off -Site Consequence Analysis. ■ Reviewed and updated each plant's Emergency Response Plan. ■ Coordinated the re -certification documentation to EPA. ■ Provided updated RMP / PSM documentation. Additionally, Black & Veatch supported the de -registration of the South and North District Wastewater Plants as they modified their processes to no longer rely upon the regulated chemical chlorine for disinfection. Date Completed Project Cost Client Reference 2014-2015 Cost: $180,000 Donna Fries, Safety Supervisor 3071 SW 38th Avenue Miami, FL 33146 (786)268-5620 Black & Veatch m Experience Rate Studies As program costs associated with improving water quality increase, and the cost of other related programs have been implemented, affordability is a huge concern for utilities. It is critical that a utility develop a long-term financial model that will allow it to evaluate the impact of the program on an annual basis, including what increases in rates will be necessary to fund the program, and what the impact will be on the utility's financial condition. It is critical that the utility have in place strong financial policies, and to adhere to those policies in order to maintain a strong financial condition, which will allow the utility to debt finance necessary improvements at the lowest possible rate. It is also important for the utility to plan for continued reinvestment in the system, renewing and replacing existing assets at an appropriate rate, in order to avoid future problems due to neglected infrastructure. Development of defensible cost allocation and rate design that supports equitable cost recovery minimizes any subsidization of costs among customer classes and reflects potential changes to rate structure and discount policies to mitigate adverse customer bill impact. Our team typically utilizes a four -step process for developing the financial plan, cost of service, cost allocation and user fee methodology and in designing rates and charges. In 2013, Black & Veatch was selected to conduct a comprehensive water, wastewater and stormwater rate study for BAMA. Key study elements included the development of financial plans for a five-year period; analysis of the cost of providing water, wastewater and stormwater service to retail and wholesale customers; and the design of cost based rates. Also included in the study was the development of a user-friendly rate model and one day of training for City/BAMA representatives. This was the first rate study conducted by an outside firm for the City of Broken Arrow (population 98,500); therefore, Black & Veatch proposed a total of six workshops to be held with the City and BAMA representatives as well as the City Council. These workshops were held at key points in the study and were important for providing appropriate consultant/client interaction, exchanging ideas and developing recommendations tailored to meet the utilities' needs. This process also allowed the team to educate the City Council on the process and study results prior to their formal meeting. The proposed rate schedule, which included water and wastewater system development fees, was unanimously approved by BAMA. Black & Veatch has recently updated the study for the 2017 — 2021 study period. Date Completed 2017 Project Cost Cost: $59,710 KEY COMPONENTS • Rate Study • Comprehensive water, wastewater and stormwater rate study • User friendly rate model • Series of workshops with City/BAMA staff and City Council Client Reference Anthony Daniel, Utility Director 485 North Poplar Avenue Broken Arrow, OK 74013 918-259-7000 Black & Veatch m Experience Alternative Financing Today with the need to fund increasing regulatory, operational, and infrastructure maintenance drivers, broad funding strategies are useful tools to allow proactive system and infrastructure management We understand the drivers that state and federal agencies consider favorably to determine which projects get funded. Our team has the ability and experience to design creative funding approaches using multiple federal, state, and private sources to accomplish objectives. We are able to provide alternative finance planning, applications, strategic planning, and administration to deliver a "concept -to -completion" process, reviewing over 122 programs as sources of financial assistance. The end result of our efforts may include options for alternative funding through low -interest loans, grants, and principle forgiveness combined with traditional methods. Financial Planning and Wastewater Rate Assistance Black & Veatch has provided financial planning and wastewater rate assistance to the Metropolitan Sewer District of Greater Cincinnati since the 1960s. During this time, Black & Veatch has evaluated and modeled several issues facing the utility including a reduction in staff, increased cost of benefits, and capital program development. Black & Veatch recently completed a comprehensive financial planning, cost of service and rate design analysis for the 2017-2021 study period. This analysis included the evaluation of the impact of changes to the capital improvement program, and potential rate structure changes to improve revenue stability, affordability and equity. Consent Decree and Affordability Analysis Support The Black & Veatch team assisted the District in developing an affordability plan for the implementation of its multi -billion dollar Combined Sewer Overflow and Separated Sewer Overflow Consent Decree plan. Black & Veatch developed multiple financing plans during planning and negotiations, illustrating the level of capital improvement funding possible under various economic situations, and given different limitations on annual revenue increases and overall total level of residential user charges. The Black & Veatch team also supported the District in determining the financial affordability and communicating the financial affordability constraints of customers served. We participated in discussions with regulators and the Sierra Club, and worked directly with USEPA's consultant to develop mutually agreeable data sources and calculations for several elements of the Financial Capability Analysis. Black & Veatch was the lead consultant for the District's Phase 2 Consent Decree (Affordability Analysis, in support of a June 2017 submittal to regulators. This work included evaluation of alternative capital programs and participation on the District team in development of a recommended program. Date Completed 2005-Ongoing Cost Cost: $366,803 V oil Key Components • Comprehensive wastewater cost of service and rate design study • Long-term financial planning • Consent decree planning/negotiation support services • Affordability analysis • Alternative rate design • Surcharge and Hauler rate design Client ice Ihab Tadros, Deputy Director/CFO 1600 Gest Street Cincinnati, OH 45204 513-244-1305 Black & Veatch m Asset Management Services Asset management provides a framework to balance financial, environmental, public perception, and operational aspects of operating an infrastructure system in a structured, risk -based framework. As you continue to upgrade your system, consideration should be given to future optimization and tracking of the operational and maintenance data associated with newly acquired and existing assets. Analysis of system data will provide additional tools for capital prioritization to guide future investment. TMUA provides water and sewerage services to more than 500,000 people in and around Tulsa, Oklahoma. TMUA initiated a Utility Enterprise Initiative that incorporates governance and contractual improvements, strategic management improvements, performance management, operations and CIP Gap Assessment Program Plan Comprehensive Assessments and an asset management framework provide a more focused approach for the operation and maintenance of assets. optimization, and asset management system improvements. The completed first phase assessment identified asset management as a key element to drive better O&M optimization and prioritization of the capital improvements program. As part of the second phase, Utility Enterprise Initiative, Black & Veatch has commenced the initial phase of asset management implementation utilizing the international PAS 55 framework assessment. Black & Veatch's services have included: • PAS 55 gap analysis — An assessment of TMUA's current asset management approach using document review and structured interviews with more than 20 staff. Workshops were held to validate findings. • ISO 55001 gap analysis — Recently, Black & Veatch has undertaken an ISO 55001 assessment to update the original PAS 55 assessment. • Development of improvement roadmap — Development of an action plan to close the gaps identified in the gap analysis. This presents an 18 month to two- year program. The roadmap was developed with TMUA staff and includes a road mapping workshop. • Asset management framework policy and strategy development — Assistance provided in the form of templates, advice, examples and facilitated workshops. • Asset management information systems assessment — Review of current systems and needs, including workshops with TMUA staff. Assisting with the procurement of new CMMS and GIS systems. • Implementation of the improvement roadmap — services include assisting with updating and developing new processes and procedures, implementing an enterprise -wide risk management framework, training and change management. • Annual assessments — Independent review on progress towards ISO 55001 compliance Black & Veatch After a successful Phase 1 pilot program that tied wastewater plant CMMS and condition assessments to SAMS business risk assessment, Phase 2 is building Tulsa's asset management capabilities according to ISO 55001 standards. Black & Veatch is leading the asset management efforts. Program implementation tasks include developing asset management policies, strategies, objectives, and plans, as well as other integrated processes and systems to support overall implementation of asset management. A sophisticated capital prioritization and optimization system is being implemented, which includes life cycle cost and business case analysis protocols. Information systems are being consolidated to provide a cohesive AM system aligned with the City's Performance Management Systems. Relevant Aspects ■ ISO 55001 framework planning, organizational strategy, policies and procedures for asset management ■ Consolidation of seven CMMS programs into Lucity integrated with GIS ■ Risk assessment protocols and system, with direct ties to CMMS ■ Reliability -centered maintenance planning ■ Pilot capital prioritization and optimization program identified $11M savings with minimal increase in risk. The two subsequent annual cycles yielded over $100M in savings from the 5 year CIP with no appreciable increase in risk. Date Completed 2011-Ongoing Project Cost Engineering Fee: $6.68M Smart Integrated Infrastructure Smart Integrated Infrastructure helps provide the data tied to asset management and capital and maintenance prioritization. Our team is experienced in incorporating a data analytics system for the purposes of giving visibility to plant systems remotely, providing access to plant data to operational staff, and providing key performance indicators to the design team and water utility management. Our team's Smart Analytics can take real-time and other business system data, perform advanced calculations and analytics and provide data Key Component Asset Management Client Reference Clayton Edwards Director Water and Sewer 175 East 2nd Street, 8th Floor Tulsa, OK 74103 918-596-7810 Exoerience visualization and dashboard screens in a web -based interface to help optimize operations. Smart Analytics enable the diagnosis and resolution of current issues as well as the evaluation of long-term optimization and performance. The "Scorecard" application leverages the capabilities embedded within our ASSET360'" analytics platform — such as data management tools, calculation engines, user interfaces, and a web -based portal —to produce a user-friendly "dashboard" that will give operations and maintenance staff key information very quickly in a familiar format. In addition, our team can define and configure a performance analyst visualization suite that focuses on system- wide chemical and energy use measured against flow. This suite will provide information that can be applied to the goal of optimizing energy use and reducing the cost of water production focusing on individual assets rolled up to major systems. Black & Veatch The project included a comprehensive evaluation of the Distributed Control System (DCS) for a 167 mgd Regional Wastewater Facility. Project elements included developing system requirements, condition assessment of hardware and software, adequacy of system to meet current and future needs, completeness and accuracy of system documentation, development of Knowledge Managemer; System, adequacy of staff training and integration of automation improvements with the Capital Improvement Program. In addition to the evaluation, the AMP also included a comprehensive set of Automation Standards to guide and govern all future CIP projects. Date Completed 2015 Fee: $697,000 yv .. rIlwlmr Automation Master Planning Lily Zhu, PE 700 Los Esteros Road I San Jose, CA 95134 408-945-5177 Alternative Delivery Alternative delivery describes methods that are considered to be alternatives to the traditional Design -Bid -Build method of delivery. Black & Veatch has experience providing Alternative Delivery solutions using many different options, including Design -Build, Construction Management at Risk (CMAR), Alliance/Framework agreements, and Public -Private Partnership (P3). Owners typically consider Alternative Delivery because it offers higher quality work, a single point of responsibility, assignment of risk, fast -track completion, lower project cost and more overall control. Black & Veatch can help an Owner navigate the wealth of delivery choices, selecting the method that is the most appropriate and effective system for its particular project. This pre -selection consultation generally includes evaluation of whether the Owner's budget and schedule are realistic, whether the Owner can clearly communicate the project/ program's intended results to the design team, whether the Owner understands and can convey the risk allocation among project participants, and lastly, the Owner's familiarity with the building process and level of in-house management capability or how much may guide the Owner in determining the appropriate project delivery system. The following is a brief review of project delivery systems that Black & Veatch provides: Design -Bid -Build (Traditional) - The Owner would procure Black & Veatch as the designer to plan, design, and provide construction phase engineering. The Owner would separately procure a contractor to perform the construction. Construction Manager (CM) at Risk (Alternative) — The Owner procures a designer and a CM separately. As the CM, Black & Veatch would then act as a General Contractor during construction either by working directly with subcontractors or by advertising, soliciting, and awarding bids. The CM also coordinates with the designer. The CM and the Owner typically negotiate a Guaranteed Maximum Price (GMP) for the project, which transfers the risk to the CM. The Owner manages the project, relying on the CMAR to coordinate the design and the construction elements of a project. Because of our engineering background, Black & Veatch is comfortable when the GMP is based only on a partially -completed design and can help arrange early agreement on preferred materials, equipment types and other project features. Black & Veatch E,_�e, r— 1C- • Design -Build (Alternative) — The Owner procures a single entity (which may be a joint venture) to be responsible for design and construction. This single entity is responsible for design, construction, and project management. When Black & Veatch leads the DB team, it is considered to be design -led; otherwise it is contractor -led. Bids are typically not taken for construction. The Owner typically allows the single entity to manage the project and coordinate the design and construction to achieve contract stipulated terms related to technical issues, schedule, and budget. For an Owner, the primary benefit is the simplicity of having one party responsible for the development of the project. Since the construction team is working together from the outset, DB offers the opportunity to save time and money. • Alliance/Framework Approach (Alternative) —The Owner procures alliance partners who are obligated to work collectively for the benefit of the project. Every decision of the alliance leadership team is unanimous. If one of the alliance partners cannot support a decision or solution another solution must be found. Furthermore, an alliance agreement does not provide for any dispute resolution mechanism, since all disputes or differences of opinion must be resolved internally. The commercial framework of direct costs, corporate overhead, normal profit and gain share creates strong incentive for the alliance partners to pursue and achieve outstanding results and prevent any possibility of a win/lose result. • Public -Private -Partnership - The contract is between a public sector authority and a private party, in which the private party provides a public service or project and assumes substantial financial, technical and operational risk in the project. In some cases, Black & Veatch and team partners will form a special company ("special purpose vehicle" or SPV) to design, build, maintain and operate the asset for a contracted period. The SPV signs the contract with the Owner and with subcontractors to build the facility and then maintain it, which facilitates funding. Black & Veatch has been executing complex water and wastewater projects using Alterative Delivery Methods design -build for over 20 years. Through the end of last year, Black & Veatch has completed design/build water and wastewater projects totaling nearly $1 billion in revenue, and executes projects ranging in size from $4 million to more than $200 million. The company has o bonding capacity of $1 billion dollars Design-Build/Engineering, Procurement & Construction Offering a full spectrum of Design-Build/Engineering, Procurement & Construction (EPC) services, Black & Veatch is one of the most diversified contractors in the industry. Our seasoned professionals have extensive experience on projects of complex size and scope throughout the world. We provide state-of-the-art technologies and world -class project management skills, combined with Black & Veatch's proven business consulting and industry -leading safety programs, to ensure a competitive price, schedule certainty and long-term value on our clients' most challenging projects. Construction Black & Veatch is a leader in both the U.S. and world markets in providing construction services for the energy, water and telecommunications industries. No one else offers such a comprehensive range of services. We have both the flexibility and experience to offer innovative solutions in almost any situation or geographical location. Through one of our wholly -owned subsidiary construction companies, Black & Veatch Construction, Inc (BVCI), representing the union construction area and Overland Contracting Inc. (OCI) representing the open shop area of Black & Veatch construction, Black & Veatch offers a single source responsibility, innovative solutions, a "begin with the end in mind" construction -driven approach to project execution, a startup driven construction planning mindset and a strong emphasis on safety throughout all aspects of our projects. Both BVCI and OCI Black & Veatch m Ero)( ie­ue were created in response to industry needs for an integrated project provider and continue to grow Black & Veatch's construction operations as they amass an impressive experience record. By combining the reliability and commitment of dedicated project teams with cost-effective specialized support services to meet the unique needs of each project, Black & Veatch consistently exceeds our client's expectations. Our clients can expect a high quality, cost effective, safe project, delivered on time and within budget. With construction having ties to the engineering groups, Black & Veatch is uniquely positioned to offer customers complete projects with more control, fewer subcontracts, lower cost and greater schedule assurance than ever before. Black & Veatch has considerable construction experience, skills, resources, and equipment to perform work both in the U.S. and in international markets. The Project Definition Phase confirmed the flows and loads to the Tomahawk WWTP and the evaluation of necessary treatment processes to meet current and future NPDES permit limits. The existing Tomahawk plant is permitted for 10 mgd, although the full watershed flow is 19 mgd. It is currently a trickling filter plant that can only meet its ammonia and CBCD limits at 7 mgd, so the remainder of the flow is sent to Kansas City, Missouri through a linking interceptor. Through alternative development and evaluations, the Project Definition Phase determined the optimal liquid treatment technologies for nutrient removal to meet current and anticipated future NPDES limits and to treat all flows at the Tomahawk plant. Evaluations of alternatives for all phases of the project were performed for influent pumping, primary clarification, secondary treatment with biological nutrient reduction, final clarification, tertiary filtration, disinfection, solids thickening, digestion, dewatering, sidestream treatment, and auxiliary wet weather treatment. Assistance to JCW was provided to help negotiate the new NPDES permit with KDHE and USEPA. Site permitting with USACE and FEMA is also being completed as a result of the new site layout. Following completion of the Project Definition Phase, B&V completed preliminary and detailed design services. Date Completed 2016 B&V Fee $1.9M Construction Cost (Est): $240M Mechanical Screening Grit & Scum Removal Advanced Wastewater Treatment Biological Phosphorus Removal ✓ Aeration ✓ Disinfection ✓ Anaerobic Digestion of Primary Sludge and WAS Land Application of Solids Regulatory Permitting ✓ Trouble Shooting Client Reference Tami Lorenzen, Managing Engineer — Treatment 4800 Nall Ave I Mission, KS 66202 913 715 8777 Black & Veatch Black & Veatch m Jeff Henson, P.E. Mr. Henson is a Client Director and Associate Vice President for Black & Veatch. He specializes in wet weather program management, water supply, and groundwater management. PROJECT EXPERIENCE Louisville Water Company; Riverbank Filtration Study and Preliminary Design; Louisville, Kentucky Technical Lead. Evaluated aquifer yield and horizontal collector well capacity for riverbank filtration wellfield capacity up to 180 mgd. Proposed wellfield will include up to 12 collector wells connected to a deep tunnel. City of Kansas City; Westport Area Integrated Wet Weather Plan; Kansas City, Missouri Project Director. Led a multi -discipline team in the development of an Integrated Wet Weather Plan for the Westport area, which is a popular entertainment district. The plan included identifying the most beneficial combination of green and grey improvements that is supported by merchants in the area. The plan also included working with the merchants to identify their willingness to fund project improvements using a public/private partnership approach. City of Springfield; Consent Decree Sanitary Sewer Overflow (SSO) Program; Springfield, Missouri Program Manager. Assisting the City with the first phase of their Consent Decree program which is referred to as their 7-year Early Action Program (EAP). Included is development of the actual 7-year EAP, and design and implementation of the projects in the program. Included are pilot private 1/1 source identification and removals as well as public sewer rehabilitation. Also included is rainfall and flow monitoring, detailed modeling of the system, wastewater treatment plant stress testing, and development of an Integrated Long-term Control Plan. City of Kansas City; Town Fork Creek Integrated Wet Weather Plan; Kansas City, Missouri Technical Lead. Leading the technical aspects of a plan to integrate stormwater management and combined sewer overflow plans to identify solutions that maximize reduction in storm damage while reducing combined sewer overflows. This involves a comprehensive evaluation of this five square mile watershed identifying BMP locations for lot, neighborhood, and regional applications to capture runoff before entering the system. The plan also will consider new policies and approaches to manage runoff not currently allowed. Client Director F < ert:-- • MS, Water Resources Engineering, University of Kansas, 1993 • BS, Civil Engineering, Kansas St Univ Manhattan, 1985 i, ;'.;tration PE - 11831, Kansas, 1990 Total Years of Experience 32 Years of Experience with B&V 32 Professional Associations • Water Environmental Federation • American Water Works Association Office Location Kansas City, Missouri Black & Veatch M Suzie G. Carpenter, P.E. Ms. Carpenter has extensive experience in water and wastewater treatment plant and pumping station facilities design, in addition to collection and transmission system design. Her leadership experience includes planning, conceptual design, detailed design, bid document preparation, construction submittal review, and construction cost evaluation utilizing both Progressive Design Build and Traditional Design Bid Build project delivery methods. Ms. Carpenter has designed new facilities and led the design of retrofitted equipment into existing facilities. PROJECT EXPERIENCE Johnson County Wastewater; Nelson Wastewater Treatment Plant Solids Handling Improvements; Johnson County, KS Project Manager - Ms. Carpenter managed the design and construction phase services for improvements to the solids processing facilities at the Nelson WWTP including the gravity thickening, dewatering, storage, new mixing system, and truck loading facilities. City of Omaha; Burt Izard Lift Station Improvements Project, Omaha, NE Project Manager - As part of the City's effort to combat the aging infrastructure of their primary wastewater lift stations, Ms. Carpenter is currently managing the design of comprehensive updates to this 50 mgd CSO lift station. Updates to the facility include new bar screens and screening conveyance, grit basin modification and upgrades to electrical equipment in the grit room for code compliance, new pumps, piping, and valves in the Lift Station, a new MCC, power panel, VFD's, utility power, and lighting protection, a new electrical room, instrumentation and controls upgrades, HVAC upgrades, structural modifications for construction of the electrical room, and new maintenance cranes for removal of the large pumps and motors. Ms. Carpenter's responsibilities include managing overall project coordination and bidding services for the recommended upgrades, evaluation of construction constraints and sequencing, and construction cost estimating. City of Olathe; Harold Street Wastewater Treatment Plant Improvements Project; Olathe, KS Project Manager- Project includes upgrades of the digester complex, rehabilitation of the existing dewatering system with a new centrifuge, high rate trickling filter media replacement, evaluation of code compliance in multiple buildings, and other miscellaneous plant improvements. Ms. Carpenter's responsibilities included managing overall project coordination and design oversight for the multi -discipline team. PROJECT MANAGER Expertise: Nastewater Pumping; wVastewater Residuals; Wastewater Treatment; Water Distribution; Water Residuals; Water Treatment Office Location Kansas City, MO Educatic-, • MS, Civil Engineering, Environmental, University of Kansas, 2006 • BS, Civil Engineering, Environmental, University of Missouri, 1999 Pro'tr s>!cnat Reg,str-Aticn • PE - 2004017139, Missouri • PE - Kansas • PE - Nebraska • PE - Iowa Total Years of Experience 19 Black & Veatch Years of Experience 13.4 Black & Veatch M John Keller, P.E John. Keller has considerable experience as a project manager for the Kansas City Regional Office working primarily on Wastewater Treatment Plants and Pumping Stations. His wastewater experience includes multiple treatment plant evaluations and improvements. In addition, he has also worked on several collection systems pumping stations expansions and upgrades. His work experience ranges from the preparation of conceptual design reports and studies, master plan updates, detailed design, construction administration, resident services, and start-up. PROJECT EXPERIENCE Project Manager. Responsible for planning and design of the expansion of existing Wastewater Treatment Facility. Plant overall improvements will consist of new influent pumping and grit removal, fine screening, primary clarifiers, 5-stage BNR treatment, secondary clarifiers, intermediate pumping, disinfection, solids processing, and sit permitting. A new discharge permit was negotiated with KDHE/EPA. Anticipated treatment limits are TN=5.0 mg/L and TP=1.0 mg/L. ry of Lawrence; Wakarusa 'v%i'44 � N and Conveyance Corridor; Lawrence, KS Project Manager. Responsible for planning, design and construction of the new Wakarusa Wastewater Treatment Plant at a green field site. The new plant will consist of a 2.5 mgd Project Manager Specialization: Wastewater Design and Rehabilitation Office Location Kansas City, Missouri Education • MCE, Civil Engineering, University of Kansas, 1999 treatment train which is capable of phase expansion to 5.0 mgd. The project includes B.S., Civil Engineering, offsite submersible pumping station, force main conveyance, headworks with grit removal, University of Kansas, 1990 5-stage BNR basins with mechanical aeration, clarification, UV disinfection, aerated sludge Professional storage, sludge thickening, and peak flow storage. When completed, the plant will take Registration • PE—KS,1994, 13318 flow from the City's Kansas River WWTP and allow expansion on the growing southern side . PE -AR, 2006, 12623 of the City. The plant is designed to meet a TN=8 mg/L and a TP=1 mg/L. • PE — NV, 2009 19858 • PE — MC, 2010, Unified Government Wyandotte County/Kansas City, KS; Kary Point WWTP Dewatenng 2010038805 Fardities• City KS Professional ations Project Manager. Responsible for design and construction of a new dewatering biosolids Water Environmental facility at the Kaw Point WWTP. The new facility, which replace the existing belt filter press Federation and incineration facilities, provided 4 new dewatering centrifuges capable of dewatering Total Years of Experience combined 28 dry tons per day of combined primary and waste sludge to greater than 30% 29 total solids concentration. In addition, the facility provides dual truck bays and a liquid bulk years of Experience polymer system. Responsibilities included leading the detailed design of the new facility th B&v and providing construction administration support. 29 Johnson County Wastewater; New Contury Air Center WWTP Expansion Iphase 1 & 2); Johnson County, KS Project Manager. Responsible for design and construction of a wastewater treatment plant expansion. Improvements included a new 0.48 MG CMAS aeration basin, new Final Flow Splitter Box, new 45-feet diameter final clarifier, new RAS/WAS pumping station, four new high speed gearless turbo aeration blowers, chemical feed improvements and a new SCADA system. The improvements increased the plant capacity to 1.65 mgd while allowing the facility to closely monitor effluent nitrogen and phosphorus discharges to meet permit requirements. Black & Veatch M Greg Nelson, P.E. Mr. Nelson has extensive experience in the design of water transmission pipelines and distribution mains; ground and elevated storage tanks; pumping stations; and wastewater collection system facilities, including gravity sewers, force mains, and lift stations. He also has extensive experience in water system master planning, water distribution system hydraulic analyses and computer modeling, economic analysis of alternative plans, and report preparation. He has conducted over 50 water supply and/or distribution system studies for clients throughout the country. PROJECT EXPERIENCE Tarrant Regional Water District; State Highway 360 Pipeline Replacements; Mansfield; Mansfield, Texas Engineering Manager. Responsible for design, preparation of plans and specifications, and construction contract administration for replacement of 72-inch and 90-inch pipelines (2,000 feet total length) associated with new State Highway 360 construction. Fast -track design was performed, including coordination with TXDOT engineers, to meet schedule and requirements for State Highway 360 construction. City cf Dallas; Water and Wastewater Main Designs; Dallas, Texas Engineering Manager. Responsible for management and preparation of plans and specifications for over 50,000 feet of water mains and gravity wastewater mains at 9 locations throughout City of Dallas. Water mains ranged in size from 8-inches to 72-inches. Wastewater mains ranged in size from 8-inches to 42-inches. Work also included management/coordination of topographic surveys, easement preparation, and subsurface utility surveys. Tarrant Regional Water District and Dallas Water Utilities; 108" Integrated Pipeline; Ellis County, Texas Engineering Manager. Responsible for design and preparation of plans and specifications for Sections 13 and 14 of 108-inch Integrated Pipeline project (total length of 26 miles). Also involved with preparation of preliminary design report and coordination of design activities with Program Manager. City of Dallas; Water and Wastewater Main Designs; Dallas, Texas Expertise: Computer Modeling; Distribution Mains; Pump Stations; Storage Facilities; Wastewater Collection Facilities; Water Distribution Master Plans; Water Transmission Pipelines Education • Bachelors, Civil Engineering, Iowa State University, 1976 Professional Registration PE - 60859, 2009 Total Years of Experience 41 Years of Experience with B&V 41 Professional Associations • American Water Works Association Office Location Dallas, Texas Engineering Manager. Managed the preliminary design reports; detailed design; and preparation of plans and specifications for over 80,000 feet of water mains and gravity wastewater mains at 18 locations throughout the City of Dallas. Water mains ranged in size from 8-inches to 36-inches. Wastewater mains ranged in size from 8- inches to 30-inches. Work included topographic surveys, easement preparation, and subsurface utility engineering (SUE) surveys. Black & Veatch M Mark Bushouse, P.E. Mr. Bushouse has a wide range of experience in the water and wastewater fields. This experience includes master planning, design, construction administration and inspection. PROJECT EXPERIENCE Little Blue Valley Sewer District; Phase 2 Atherton: Wastewater Treatment Plant Improvements; Independence, Missouri Senior Engineering Manager. Supervised the preparation of drawings and specifications for a new 60 dry ton per day incineration facility to replace the existing incinerator system. The facilities include new dewatered cake pumps and storage silo, incinerator, primary and secondary heat exchangers, wet scrubber and ash slurry system, fluidizing air blower and induced draft fan, with provisions for future advanced emissions treatment systems. Johnson County Wastewater; Blue River MSD No. 1, Wastewater Treatment Plant Expansion; Overland Park, Kansas Resident Project Representative/Project Engineer. Performed inspection and construction phase services administration for the construction of a 2 MGD expansion to the Johnson County Wastewater Blue River Wastewater Treatment Plant. The project includes construction of an influent pump station, two aeration basins, two final clarifiers, a dissolved air flotation thickener, ultraviolet disinfection facilities, and an extraneous flow holding lagoon. City of Lawrence; Lawrence Kansas Wastewater Treatment Plant Biosolids Processing Facilities; Lawrence, Kansas Lead Design Engineer. Prepared drawings and specifications for a single story biosolids dewatering building, dewatered biosolids storage basin, dissolved air floatation thickener, sludge pumping facilities, new non -potable water system, and biofilter odor control system. The dewatering facility includes two 2 meter belt filter presses, polymer feed systems, belt conveyors, and odor control equipment. Sludge pumping improvements include the installation of 6 progressing cavity pumps to transfer sludge in various forms of stabilization. The new non -potable water system expands the existing system from 500 gpm to 2,100 gpm. City of Lawrence; Clinton Reservoir Raw Water Pumping Station, Cathodic Protection System Evaluation; Lawrence, Kansas Project Engineer. Coordinated the inspection and evaluation of an existing raw water pipeline cathodic protection system and its ability to provide sufficient corrosion protection in accordance with current NACE corrosion protection criteria. Senior Engineering Manager Expertise, Pipelines; Project Management and Construction Inspection; Wastewater Collection; Wastewater Pumping; Wastewater Residuals; Wastewater Solids Processing, Thickening, Dewatering, Storage, Incineration; Wastewater Treatment; Water and Wastewater Treatment and Conveyance Design; Water Horizontal Collector Wells; Water Residuals; Water Residuals Thickening, Dewatering, Storage; Water Storage; Water Supply; Water Transmission; Water Treatment Education • MSs, Civil Engineering, University of Kansas, 2002, United States • BS, Civil Engineering, University of Kansas, 1990, United States Professional Registration PE - Civil, 2011024013, Missouri, 2011 PE - Civil, 104479, Texas, 2009 PE - Civil, 18106, Iowa, 2006 PE - Civil, 13509, Kansas, 1995 Total Years of Experience 27 Years of Experience with B&v 27 Kansas City, Missouri Black & Veatch M Andrew Hansen, P.E Mr. Hansen has served as project manager, project engineer, or design engineer for the study and design of water and wastewater projects. His responsibilities include contract preparation, project planning and development, preparation of construction documents, project schedule and budgets, quality assurance, and construction administrations. PROJECT EXPERIENCE City of Lincoln, Nebraska; Northeast Pumping Station Improvements; Lincoln, Nebraska; In - Progress -In -Progress Project Manager. Responsible for coordination of a team to upgrade the largest pumping station in the City of Lincoln. Improvements included addition of a 20 mgd high service pump, replacement of an existing transfer pump with an AFD driven 45 mgd pump, and replacement of the existing MCC and 5 kV switchgear. Other elements of the project included lead paint abatement, valve replacements, pavement replacement, and exterior building maintenance. Lincoln Water System; 60-inch Water Transmission Main; Lincoln, Nebraska Project Manager. Responsible for the design of 52,500 feet of 60-inch transmission main which will increase the City's total supply capacity to 210 mgd. Project involved alignment study, surveying, geotechnical investigations, easement acquisition, pipe design for steel, PCCP, and ductile iron pipe, bidding assistance, construction phase services, and resident project representation. One of the more critical features of the design was a inclusion of a 48-inch sleeve valve to control the hydraulic grade line of the transmission main. This project also included extensive stakeholder coordination including Nebraska Department of Roads, Lincoln Public Works, Nebraska Department of Environmental Quality, Aquila Gas, and numerous other utilities impacted by the project. Beaver Water System; Chlorine Dioxide Improvements; Lowell, Arkansas Project Manager Expertise: Water Distribution; Water Supply; Water i ransmission; Water Treatment Education. • Masters, Civil Engineering, Engineering Management & Water Resources, University of Kansas, 199S • Bachelors, Civil Engineering, Water and Wastewater Systems, University of Nebraska, 1991 Professional Registration PE - E-12726, 2008 PE - 13933, 1996 ' c,as Years of Experience 26 Years of Experience with B&V 26 Professional Associations • Nebraska AWWA Project Manager. Currently designing new disinfection facilities for the generation and feed • Kansas AWWA of chlorine dioxide with the capacity to disinfect 150 mgd. The chlorine dioxide will be generated with a two chemical system that uses gaseous chlorine and sodium chlorite. The Kansas City, Missouri facility will also be designed to feed chlorine in the event that the chlorine dioxide generation system is out of service. Ferrous sulfate storage and feed systems will be installed at each of the three treatment plants downstream of the disinfection facilities and will feed ferrous sulfate at the flash mix of each plant. Ammonia feed facilities including bulk storage and feed systems have been designed so they are ready for implementation if additional DBP reduction is required. Black & Veatch M James Maher, P.E. Mr. Maher specializes in hydraulic evaluation and water quality evaluation of water distribution systems and wastewater collection systems. He has experience with developing, calibrating, and updating computer models of these systems and using them as a tool in master planning efforts and system analysis. Mr. Maher has experience with the integration of GIS (Geographical Information Systems) technologies in computer -aided modeling efforts and is proficient with ArcGIS software. He is proficient in several water system modeling software packages including H2OMAP Water, WaterGEMS, InfoWater, InfoWorks, H2ONET, and H2OMAP Sewer. PROJECT EXPERIENCE St. Louis Water Division; Water Distribution System Model Construction and Calibration; St. Louis Water, Missouri Engineering Manager. A distribution system computer model of all -pipes was developed from the City's 1,400 AutoCAD drawing files. Extensive field testing was performed to gather a significant amount of data for use in the calibration of the water model. Calibration of the model to a high degree of accuracy and model software training in workshops for City staff are part of this project in order to transfer knowledge and aid the City in use of their new system evaluation tool. The City of Kansas City, Missouri, Water Services Department; Water System Master Plan Update; Kansas City, Missouri Planning Engineer, Infrastructure Planning • MS, Civil Engineering, Water, Univ Missouri Kansas City, 2009 • BS, Civil Engineering, Univ Engineering Manager. The City's GIS database was used to develop and construct an all- Missouri Kansas City, 2006 pipes distribution system model. As -built drawings for the entire system were reviewed to 1," 2;0 + e �">', s" rj-,ior, attribute installation years to the distribution pipes as these had not been maintained in PE - 2011000917, Missouri, 2011 the GIS. The materials and diameters of pipelines were validated during the system as -built Total Years of Experience review process. Metered sales data was allocated to the model from AMR information for 18 a peak 3-day period and the model was calibrated using a 72-hour extended period Years of Experience with simulation. Areas of low correlation were identified and field testing was performed to B&v 12 assess C-factors, to locate unknown closed or partially closed distribution system valves, "rofessional Associations and to identify the occurrence of mistakenly open valves at pressure zone boundaries. American Water Works Water demand projections through 2035 were developed which included retail projections Association - Member and detailed wholesale demand projections based on surveys of 39 existing and potential Office Location Overland Park, Kansas wholesale customers. The City's Water Loss Management Plan was updated and included summary of the ongoing leak detection and water loss reduction program. Water age evaluations, fire flow evaluations, and extended period hydraulic capacity evaluations were performed and a phased capital improvement program was developed based on recommendations from quality, fire flow needs, and hydraulic needs to include a holistic and balanced improvement program. Black & Veatch M Karen Burp, P . E Ms. Burgi is a Regional Planning Leader with Black & Veatch's Infrastructure Planning Department. She has extensive experience master planning of both water and wastewater facilities including: population projections, regulatory compliance, hydraulic modeling, vulnerability analysis, and developing improvement alternatives. Ms. Burgi also serves as the liaison between the Denver office and company -wide resources in hydraulic modeling and master planning. PROJECT EXPERIENCE City of Wyoming; Transmission Main Evaluation and Booster Station Location; Wyoming, Michigan Technical Advisor. This project evaluated an existing transmission main, which is Regional Planning Leader approaching its capacity, and evaluated options for expansion including the addition of a booster station or an additional transmission main. Hydraulic modeling was used to Expertise: evaluate existing conditions and the impact of additional demand on system operations. In Population and Flow Projections; Sustainable addition to developing capital cost opinions, the project looked at the impact of Solutions; Wastewater operational costs (energy) on the alternative evaluation. Ms. Burgi developed the project Collection System Modeling; Water and approach and provided technical review of the modeling. Wastewater; Water Distribution System United Government of Wyandotte County; Combined and Sanitary Sewer Overflow Control Mod. Plans for Muncie Bluff Creek, Brenner Heights Creek, and Turkey Creek; Kansas City, Kansas Educ Planning Engineer. The project included flow monitoring, hydraulic model construction, • Masters, Civil Engineering, Environmental model calibration, capacity analysis, and alternative development to recommend Engineering, Colorado improvements to address SSOs and CSOs in the collection system. Ms. Burgi led the State University, 1993 • Bachelors, Civil hydraulic modeling team during flow monitoring, hydraulic model development, and Engineering, Colorado alternative development. State University, 1991 • Bachelors, Other, Engineering Physics, City of Aurora; Conveyance Alternatives Study - First, Second, & Third Creek Basins; Aurora, Westmont College, 1991 Colorado Planning Engineer. The project developed detailed sizing and construction costs for two PE - Civil, 13750, Wyoming, 2012 alternatives to convey wastewater from Aurora to regional treatment facilities. It also PE - Civil, 31252, Colorado, looked at opportunities for cost sharing with other interested parties. Ms. Burgi led the 1996 hydraulic modeling team. Project components included, population and flow projections 24ta1 Years of Experience for the project study area, evaluation of alternate peaking factors, review of previous Years of Experience with studies to determine flows from adjacent communities, construction of a spreadsheet B&V model of the interceptor, and developing recommended improvements and timing to 24 address existing and future capacity issues. Professional Assoriations • Rocky Mountain Section American Water Works Association - Awards Chair • Water Environment Federation Denver. Colorado Black & Veatch M Mark Funston, P.E. Mr. Funston is an Engineering Manager for Black & Veatch with 14 years of experience. His background is in the analysis, planning, design and construction of municipal public works. He specializes in wastewater and water pipeline projects including water distribution and wastewater collection system modeling, master planning, design, and construction phase engineering. Aspects of involvement include project management and project design. PROJECT EXPERIENCE City of Omaha, Nebraska; Fontenelle Park and Paxton Basin Sewer Improvements; Omaha, Nebraska Engineering Manager. Responsible for managing and assisting in the final design of Fontenelle Park Lagoon Improvements and Paxton Basin Upstream Sewer Separation projects. Projects include hydraulic modeling, utility, City, and agency coordination, design of new storm sewers, sanitary sewers, road reconstruction, lagoon expansion, screening structures, lagoon inlet and outlet structures and Green improvements. Coastal Water Authority; Capers Ridge River Intake and Pump Station; Houston, Texas Project Engineer. Responsible for managing and assisting in the planning and design of a raw water river intake structure, pump station, and other site improvements including electrical building, control building, maintenance building, access roads, boat ramp and river bank protection system. The project will be designed for an ultimate capacity of 500 mgd for transfer of raw water from the Trinity River to Lake Houston. Trinity River Authority; Northern Region Interceptor Annual Updates; Arlington, Texas Engineering Manager. Responsible for managing and assisting in the performance of various tasks for the Central, and Ten Mile Creek, Regional Wastewater Systems. Tasks have included interceptor location services, an interceptor ventilation study, and multiple stream bank erosion evaluations using both desktop techniques for evaluation and on -site surface inspections. Engineering Manager Expertise; ;r frastructt,re Plannin,u . + .. ., Education • Masters, Civil Engineering, Wayne State University, 2004 • Bachelors, Civil Engineering, Michigan State University, 2002 Professional Registration PE - Civil, E-15943, Nebraska, 2016 PE - Civil, 110914, Texas, 2012 PE - Civil, 53609, Michigan, 2006 Total Years of Experience 18 Years of Experience with B&V 18 Tarrant Regional Water District; Integrated Pipeline Project; Dallas, Texas Professional Associations 'Water EnvironmentEngineering Manager. Responsible for managing and assisting in the preliminary and final Association of Texas - design of approximately 30 miles of 108 inch raw water transmission main and associated Member facilities, with a hydraulic capacity of 347 MGD. The project includes several tunnels, open office Location cut creek and road crossings, yard piping and valves for a 450 MG balancing reservoir, Dallas, Texas connections to existing 72-inch and 90-inch TRWD pipelines, and metering for the DWU turnout. Black & Veatch E Alan Ringhausen, P.E. Mr. Ringhausen has experience in leading multi -disciplinary teams designing water and wastewater plants, conducting facilities studies, master plans, and providing construction phase services. His responsibilities have included alternative evaluations and costs estimates, hydraulic design of open channel and pumped systems, plant and equipment layout, including biological nutrient removal projects, biosolids projects and process evaluations. PROJECT EXPERIENCE Kansas City, MO Water Services Department; 87th Street Pump Station Rehabilitation Project; Kansas City, Missouri Senior Engineering Manager. Rehabilitation and expansion of an existing Pump Station Facility as part of the City of Kansas City's Overflow Control Program (OCP). The pump station increased dry -weather pump station capacity from 60 million gallons a day (mgd) to 80 mgd and installed improved screening facility for pump protection. Design of future wet -weather capacity within the pump station for flows up to 210 mgd. City of Columbia; Regional Wastewater Treatment Plant -Phase 1 Expansion Project; Columbia, Missouri Engineering Manager. Design and construction phase services for a major facility expansion consisting of two new treatment trains and retrofit of two existing treatment trains for nitrification/denitrification treatment with an average daily flow of 25 mgd. Conversion of existing aeration basins to fine -bubble aeration diffuser and aeration blower systems. Design of a grit removal basin facility, new and rehabilitated primary clarifiers and final clarifiers, new and rehabilitated sludge pumping stations, centrifuge dewatering facilities, aeration blower facilities, chemical feed facilities. Expertise: Facilities Studies; Hydraulics (Plant); Master Plans; Pipelines; Wastewater Process; Wastewater Pumping; Wastewater Residuals; Wastewater Reuse; Wastewater Treatment; Water and Wastewater Plant Design Education • Masters, Civil Engineering, University of Kansas, 2000 • Bachelors, Civil Engineering, University of Missouri - Rolla, 1995 Professional Registration PE - Civil, Missouri PE - Civil, Kansas Tulsa Metropolitan Utility Authority; Comprehensive Wastewater Utility Plan and Strategic Total Years of Experience Asset Management Program; Tulsa, Oklahoma 23 Engineering Manager. Conducted site investigations and identified expanded capacity Years of Experience with B&V needs within the Tulsa Metropolitan Utility Authority (TMUA) four wastewater treatment 23 facilities and collection system pumping stations. Analysis included analysis of influent Professional Associations pumping, grit handling, primary clarification, intermediate pumping, secondary treatment, • water Environment Federation biosolids digestion and solids storage/biosolids processing facilities. Prepared office Location recommended capital construction projects based on projected growth, including capital Kansas City, Missouri cost opinions over the next 50 years. Black & Veatch M Robert Schweiger, P. E Mr. Schweiger has more than 25 years' experience in water and wastewater systems analysis, hydraulic computer modeling and master planning and design and implementation of asset management systems. He has assisted with the development of the Lucity Software, formerly GBA Master Series asset management software, for 12 years including the development of their Sewer, Storm, Street, and Work Management systems. He has extensive experience in hydraulic modeling of Wastewater Collection systems, development and use of computer models for hydraulic analyses and feasibility studies. In addition, Mr. Schweiger has experience in developing pipeline replacement and rehabilitation programs and developing a computer program to assist with the data analysis. Some of Mr. Schweiger's key recent assignments have included: PROJECT EXPERIENCE Trinity River Authority, Texas; Lucity Full and Web Implementation Support; Arlington, Texas Technical Advisor/Project Manager. Working with Authority staff to continually update and improve the Lucity Web environment as well as make improvements for the Authority's roll out of the Lucity Mobile environment. Additional custom reports and forms included in in improving the work flow process for the Authority. Eastern Municipal Water District; 2015 Wastewater Collection System Master Plan Update; Perris, California Technical Advisor/Project Engineer. QA/QC review of the wastewater collection system master plans for both Moreno Valley and Temecula Valley service areas including the model development and analysis. Performed model updates and system analyses of the Perris Valley service area including development of the capital improvement projects for the master plan. City of Springfield, Missouri; Overflow Control Plan; Springfield, Missouri Technical Advisor/Project Manager. Overseeing and coordinating flow data analysis, model development and analysis and system improvement recommendations for the Overflow Control Plan. Other tasks included in the OCP are long term flow monitoring program, long term hydraulic capacity program, cost effectiveness analysis and future development modeling analysis. Clark County Water Reclamation District; Paradise Whitney Interceptor Support; Las Vegas, Nevada Project Engineer. Performed hydraulic model analyses supporting the design of the Paradise Whitney Interceptor sewer (PWI). Analyses included alternative modeling scenarios to determine the effect of a contractor error on the operation of the collection system once the PWI is completed. Project Manager Infrastructure Planning Expertise: Wastewater Collection System Analysis, Hydraulic =omputer Modeling and Master Planning, Geographic Information System (GIS) and Automated Mapping and Facilities Management (AM/FM) Integration and implementation, Pipeline Replacement and Rehabilitation Planning Education • BS, Civil Engineering, University of Kansas, 1988, • Associate of Science, Engineering, Johnson County Community College, 1986 Professional Registration PE - Civil, 12827, Kansas, 1993 Total Years of Experience 15 Years of Experience with B&V 15 Professional Associations • American Water Works Association - Member Overland Park, Kansas Black & Veatch E Rich Hayslett, P.E As a water resources engineer in Black & Veatch's Water Resources Department, Mr. Hayslett's projects have included a wide variety of water quality modeling, hydrologic and hydraulic stormwater modeling, development of industrial wastewater processes, biological treatability studies, and pH process control design. He also has experience performing research work for the treatment of semiconductor CMP wastewater research and UV disinfection technologies. PROJECT EXPERIENCE City of St. Peters; Stormwater Masterplan; St. Peters, Missouri Engineer. Developed a 1-D/2-D model using XP-SWMM/TUFLOW of critical location within downtown St. Peters that was able to identify the extent of surface flooding which was challenging for conventional 1-D model applications due to the flat topography of the area The model was used to identify the portion of the city at -risk to flooding and used to identify the needed stormwater pump capacity to eliminate flooding. Metropolitan Sewer District of Greater Cincinnati; Sanitary Sewer Overflows (SSO) 700 Final Remedial Plan; Cincinnati, Ohio Engineer. Developed and simulated over 20 different options for a critical wet weather treatment facility using EPA SWMM. In addition to providing an alternatives analysis to meet specified environmental performance goals, the results of the modeling were able to answer critical questions related to the existing operations of the facility that had eluded previous engineering studies. Technical Lead for Integrated Planning Expertise: Process Erg r ; Water Resources Education • MS, Civil Engineering, Univ Kansas, 2006 • BS, Chemical Engineering, Univ Missouri Columbia*, 1998 Professional Registration PE - 2004000792, Missouri, 1900 Total Years of Experience 18 Metropolitan Sewer District of Greater Cincinnati; Werk Westbourne Enhanced High Rate Bears of Experience with Treatment (EHRT) Preliminary Design; Cincinnati, Ohio 18 Engineer. Develop 1-D/2-D using XP-SWMM\TUFLOW model of a proposed wet weather Professional Associations treatment facility and a 1-D model of the nearby stream using HEC-RAS. The model formed • water Environmental the basis for both the design of the facility and was used to support facility permit Federation • American Institute of applications. Chemical Engineers Office Location Metropolitan Sewer District of Greater Cincinnati; Werk Westbourne Enhanced High Rate Overland Park, Kansas Treatment (EHRT) Study; Cincinnati, Ohio Engineer. Performed a model validation of the Upper Muddy Creek CSO SWMM model using EPA SWMM. The model serves as the basis of design for a 106 MGD Enhanced High Rate Treatment facility that will be constructed as part of a Consent Decree with the U.S. EPA. Additional project tasks included design support for EHRT hydraulics and downstream stream hydraulics. Black & Veatch E Ed Kobyl i nski, P.E. As a wastewater treatment specialist in the Wastewater Treatment Technology Department, Mr. Kobylinski has over 30 years of experience in the process evaluation and design for industrial and municipal wastewater treatment facilities. He designs biological treatment facilities for the municipal and industrial sectors. He was behind the design of aerated and anaerobic lagoon facilities for the world's largest lagoon treatment system at Izmir, Turkey. He has evaluated and designed high rate activated sludge, including nitrification and denitrification systems for several municipal clients including the biological treatment facilities for Anheuser Busch, National Starch and the U.S. Army. The U.S. Army facility is unique in that sequencing batch reactors (SBR) are used to denitrify a waste containing 2,300 mg/L of nitrate -nitrogen followed by polishing SBRs to Process Engineer remove excess BOD. Ed recently completed several wastewater reuse and wastewater segregation projects that involved evaluation of the impact of water chemistry on downstream processes. Prevention of calcium scaling in sour water strippers and air pollution abatement scrubbers `-ujC.a ;,D r"I to reduce fouling was evaluated. These projects involved wastewater segregation to keep • MIS, Chemical, University of Missouri -Rolla, 1978 calcium out of the sour water stripper and modifications to scrubber operating conditions • Bs, Chemical, University to avoid calcium scaling. of Missouri -Rolla, 1977 Professional Registration PROJECT EXPERIENCE PE - 14899, Virginia, 1984 Total Years of Experience Upper York Ontario, Canada; Upper York Sewage Servicing Water Reclamation Centre 31 Detailed Design; Upper York, Ontario, Canada Years of Experience with Process Engineer. Performed the detailed process design of the 40 MILD (10 mgd) 4 stage B&v Bardenpho activated sludge plant for TN control and chemical feed and control strategy for 31 the Advanced Membrane Treatment System using pressurized MF and RO systems. Design ern; essional Associations Water Environmental included the chemical multistage barrier for phosphorus precipitation to meet a 0.02 mg/L Federation - Member n included the bypass of 10% of the flow around the RID system effluent TP limit. The design Yp Y American Institute for Chemical Engineers - to chemically condition the effluent to reduce corrosivity and effluent toxicity. Wrote the Member process control narratives for the chloramine biofilm control strategy to include managing " the effluent ammonia concentration to meet the 1 mg/L NH3-N permit limit. Kansas City, Missouri Johnson County Wastewater; Blue River Main Wastewater Treatment Plant Train 1 Upgrade to BNR; Johnson County, Kansas Lead Process Engineer. Supervise the field sampling for species fractionation and Biowin modeling for the upgrade of Train 1 from nitrification only with coarse bubble diffusers to a 3 stage BNR system using tapered fine bubble diffusers. Worked with staff to design the basin upgrades for aeration and creation of the anaerobic and anoxic zones. Compared the need for MLSS fermentation versus supplemental carbon addition for BPR. Black & Veatch 0 James Barnard, Pr. Eng, Ph.D. Dr. Barnard is recognized internationally for developing the BARDENPHO Process (BARnard DENitrification and PHOsphorus removal), Phoredox (later AO and A20), the Modified Balakrishnan/Eckenfelder (later called the MILE) process and the Westbank Process. He is currently employed as Global Practice and Technology Leader by Black & Veatch in Kansas City, MO USA. With over 50 years of experience, Dr. Barnard has done process design for more than 140 nutrient removal plants and extensions around the world and introduced BNR to North America with the design of the Palmetto plant in Florida and the Kelowna plant in British Columbia for nitrogen and phosphorus removal. Most designs for high efficiency nitrogen removal in the Eastern USA are now based on these models. He presents courses and seminars on BNR at various universities and Institutions around the world. He served as External Examiner for Ph.D. candidates from the Universities of Cape Town, Pretoria, British Columbia, Queensland, Manitoba, Purdue and Stavanger in Norway. He also served as Adjunct Professor at the University of British Columbia and taught courses in Expertise: Developer of BARDENPHO and Phoredox Processes (AO and A20), the first and most successful biological nutrient removal process configurations biological nutrient removal at the University of Queensland Winter School for ten Education • Doctorate, Water consecutive years. Resources and Environmental Health Engineering, Vanderbilt He also served on several Water Environmental Research Foundation Subcommittees, university, 1971 notably Methods for Wastewater Characterization in Activated Sludge Modeling 99-WWF- • MS, Environmental Engineering, University of 3, and presently on Project 01-CTS-3, Biological Phosphorus Removal Survey and Texas Austin, 1969 Investigation and RFP 02-CTS-1: Sustainable Technology for Achieving Very Low Nitrogen (N) and Phosphorus (P) Effluent Levels. Presently serving as International Advisory Team for Efficient, Cost -Effective Nutrient Removal from Wastewater 06-NUTR-1. He served or is serving on the Technical Advisory Committee for Nitrogen Removal for the City of New York, District of Columbia Water and Sewage Authority (DCWASA), Winnipeg MB, Canada; Los Angeles, CA and Jacksonville, FL Previous Employment: Senior Research Officer NIWR, 1971 to 1974; Director and later President of Wates, Meiring & Barnard in Pretoria, 1974 to 1993; Reid Crowther/Vancouver B.C./ Director/1993-1998. • BS, English (Honorary), University of Pretoria, 1967, South Africa • BS, B.Eng., University of Stellenbosch RSA, 1956, South Africa Professional Registration PE - South Africa, 1975 Total Years of Experience 51 Years of Experience with B&V 51 Professional Associations • Water Environment Federation - Member • American Water Works Association - Member Kansas City, Missouri Black & Veatch 0 Gary Hunter, P.E As a specialist assigned to Black & Veatch's Advanced Environmental Technologies Division, Mr. Hunter is responsible for process evaluation for wastewater treatment facilities. In this role he, is responsible for liquid and residuals process trains of the treatment plant. In this work, he has gained expertise in the design, operation and application various process systems. PROJECT EXPERIENCE Austin Water Utility; Filter Rehabilitation Project Walnut Creek WRF; Austin, TX Sr. Process Engineer. Reviewed various filter technologies for replacement of a 120 mgd deep bed anthracite filter complex. Technologies that were examined ranged from sand filters to membranes. Develop methods for evaluation of various filtration alternatives. Developed concept design for retrofit using two types of cloth media filtration equipment Prepared capital and operating costs for various alternatives. Prepared specifications for the deep bed filtration alternative that was identified as most cost effective alternative. Orange County Utilities; Southwest WRF Plant Expansion; Orlando, FL Sr. Process Engineer. Concept design for retrofit of cloth media filtration equipment into existing upflow filtration structures. Conducted an evaluation of potential cloth media alternatives capable of be used in the existing structure. Developed capital and operating costs for various alternatives. Orange County Utilities; Northwest WRF Plant Expansion; Orlando, FL Sr. Process Engineer. Concept design for retrofit of cloth media filtration equipment into existing upflow filtration structures. Conducted an evaluation of potential cloth media alternatives capable of be used in the existing structure. Developed capital and operating costs for various alternatives. Johnson County Wastewater; Wastewater Filtration Study; Johnson County, KS Sr Process Engineer. Evaluated four types of filtration equipment (traveling bridge, upflow, cloth disc, and fuzzy) to remove suspended solids from wastewater effluent. Prepared conceptual designs for 12 mgd and 24 mgd alternatives for selected filtration equipment. Teneska; Wastewater Reuse Treatment Facilities and Transmission Main for Taylorville Energy Center; Taylorsville, IL Technical Advisor: Tertiary Treatment & Water Reuse Kansas City, MO • MS, Civil Engineering, Brigham Young University, 1985 • BS, Civil Engineering, Brigham Young University, 1984 PE — 1991, KS, 12244 Board Certified Environmental Engineer — 2009, 09-20034 • American Society of Civil Engineers • IUVA Wastewater Subcommittee • Water Environmental Federation Disinfection Committee • Water Environment Federation Sr. Process Engineer. Project involved assisting Teneska, a private power developer, with permitting the proposed Talylorville Energy Center (TEC) power plant. Teneska had 1985 approached the Sanitary District of Decatur for supplying 3.0 mgd of high quality water for use as power plant cooling water from the Decatur Wastewater Treatment Plant. 1985 Developed design documents and assisted Tenaska in obtaining a permit from IEPA. The high quality water required installation of tertiary filtration system for phosphorus removal and production of effluent of low turbidity Black & Veatch M Scott Carr, P.E., BCEE Mr. Carr is Black & Veatch's Global Practice and Technology Leader for biosolids and residuals management, with 30 years of experience. He has focused his career on biosolids and residuals management, including processing and beneficial use of biosolids. His expertise encompasses all aspects of biosolids management, from master planning through design and construction administration. Industry Related Professional Activities. Mr. Carr participated in the preparation of the WEF MOP8 Wastewater Process Design Manual revision, published in early 2010, serving as the lead author for the rewriting of the thermal drying section. He also served as an author of the Emerging Technologies chapter for the EPA's revised Sludge Processing Manual, published in 2012. He participated in the development of the ASCE/AWWA/USEPA Technology Transfer Handbook: Management of Water Treatment Plant Residuals and participated on an EPA/USDA task force to develop a manual on the storage of biosolids. He currently leads a Dryer Taskforce for the WEF BioEnergy Subcommittee. Mr. Carr is a past chair of the Missouri WEA Biosolids Committee and a past chair of the AWWA's Water Quality Division Water Plant Residuals Management Committee. PROJECT EXPERIENCE City of Arlington; Thermal Hydrolysis and Digestion Facilities Design; Arlington, TX Technical Specialist. As part of the design team for a new thermal hydrolysis and anaerobic digestion system for a 167 MGD facility, served as the technical lead for the evaluation of sidestream treatment requirements, including P recovery through struvite precipitation. He also led an evaluation of the viability of implementing a combined heat and power generation system, as well as the viability of thermal drying. Des Moines Water Reclamation Authority; Digester Improvements and Bioenergy Master Plan; Des Moines, IA Project Manager. Scott managed the design of improvements to six 115 ft diameter digesters and to the high -strength waste receiving facility. Improvements included new hauled waste receiving rock boxes, submerged fixed concrete covers on five primaries, mechanical mixing for the five primaries and pumped recirculation mixing for the Technical Advisor - Biosolids Specialist Spec ialitatton: Kansas City, MO • MS, Environmental Systems Engineering, Clemson University, 1985 • BS, Agricultural Engineering, Auburn University, 1983 Professional Registration PE —1989, MO PE — 1989, KS PE — 1989, MA PE — 1989, IA PE — 1989, NC Professional Associations • Water Environment Federation • American Society of Civil Engineers Year Started with B&V Rejoined 2015 1985-2006 secondary, gas handling systems, and a gas membrane cover for the secondary. In addition to physical improvements to the digesters, the plan evaluated alternative technologies for using biogas, biogas storage options, waste activated sludge pretreatment options, and thermophilic processes to enhance system capacity. Black & Veatch E Derek Wurst, P.E. Derek has dedicated his career towards the assessment of water and wastewater infrastructure to help clients extend the useful life of their assets. He brings more than 15 years of focused condition assessment experience in the evaluation of water and wastewater facilities. Derek has directed and provided technical assistance in the analysis of water transmission, sanitary sewer and storm water collection systems, pipelines, pump stations, and treatment facilities. Derek brings hands-on knowledge to provide tangible and appropriate condition assessment services with verifiable results. His unique blend of effective communication and technical expertise provide the skills necessary to convey the intricacies of complex projects. PROJECT EXPERIENCE East Bay Municipal Utility District; Temescal Interchange Pipe and Casing Leak Evaluation, Oakland, California Expertise: Condition Assessment c Waterand Wa;te`Nate_, Project Manager. Completed a condition assessment of approximately 500 linear feet of a 36-inch ML&CS pipe and S00 linear feet of a 72-inch Reinforced Concrete Pipe (RCP). The . 'Bs, Civil/Environmental AWWA C303 36-inch bar -wrapped steel cylinder ML&CS pipe is encased in the 72-inch RCP Engineerin, Humboldt State University, 2000 pipe underneath Highway 24. A leak was discovered and it was necessary to conduct a confined space entry to evaluate the cause. Conducted one evaluation in the annular space • PE - Mechanical, M 32866, between the 72-inch casing and the 36-inch pipe and another evaluation inside the 36-inch California, 2006 pipe. The purpose of the assessment was to determine the overall condition of the • Pipeline & Manhole Assessment Certification pipeline. Joints that were un-mortared, displaced more than 20%, and/or separated by 2r00� am, T-705 2290, more than % inch were identified. Cracks in the pipeline were identified by clock position Total Years of Experience location and by size. The locations of significant spalled and disbonded cement mortar 21 lining and coating were identified. It was determined that the pipe failure occurred at a tears of Experience with spiral weld seam that had separated. Removing the concrete mortar it was verified that the 3&v seam was improperly welded at the time of manufacture. The bar -wrap reinforcing steel .,fessional Associations rods and steel cylinder had only minor surface corrosion. Based on the condition water Environment assessment findings, repairs were developed to get the pipe back in service with minimal Federation -Member delay. Walnut Creek, California Vista Irrigation District; Water Supply Planning Study; Vista, California Project Manager. The District owns and operates a gravity flume and pressurized siphon potable water conveyance system extending 11.25 miles. Built in the 1920s, the system is a combination of above -ground, gunite open -channel flow sections with several steel and concrete siphons. Provided condition assessment expertise to perform direct field observations to document the existing flume benches and siphon pipe conditions and to recommend specific repair measures for the system. Conducted partial CCTV documentation from predetermined access locations to identify sections for follow-up manned entry assessment to physically evaluate conditions. The results concluded that despite the age of the flume conveyance system, it is in good condition and with some investment in rehabilitation, could conceivably continue to serve the District's for the next 20 years. Black & Veatch E Mark Steichen, P.E Mr. Steichen is Director of the Wastewater Treatment Technology Department of Black & Veatch's Water Technology Group. In this role, he leads a group of process engineers dealing with a wide range of advanced wastewater treatment technologies for preliminary and primary treatment, wet weather flow management, chemical and biological nutrient removal, tertiary filtration and disinfection, and residuals management. He specializes in biological nutrient removal and high rate fixed film processes such as integrated fixed film activated sludge (IFAS), moving bed bioreactors (MBBR). Mr. Steichen has been responsible for many aspects of environmental engineering, including process evaluation and selection, facility design, equipment specification, start-up and training, and troubleshooting. PROJECT EXPERIENCE Sacramento Regional County Sanitation District; EchoWater Project - BNR Facility; Sacramento, California Lead Process Engineer. Lead process engineer for the design of the new 181 mgd 5-Stage BNR complex. The BNR configuration has the flexibility to operate with or without biological phosphorus removal and mixed liquor fermentation. Dynamic modeling used to optimize design considering diurnal and seasonal load variations and carbon limitation for the support of both biological N&P removal. San Diego, California; Fallbrook Wastewater Treatment Plant; San Diego, California Process Specialist. Lead process engineer on HAZOP for the Fallbrook WWTP expansion project. Design included the expansion and upgrade of the existing activated sludge process, tertiary filtration, disinfection, and biosolids processing facilities. Associate Vice President, Director of Wastewater Treatment Technology Department Expertise: Wastewater Treatment Plant Design Education • MS, Envir Health, Univ Kansas, 1993 • BS, Civil Engineering, North Dakota St U Fargo, 1990 Professional Registration PE - 12954, Kansas, 1993 Total Years of Experience Midwest City, Oklahoma; Wastewater Treatment Plant Nutrient Removal Upgrade; Midwest 27 City, Oklahoma Years of Experience with Process Specialist. Lead process engineer responsible for process evaluation, selection, and i3&v design of improvements to upgrade the existing trickling filter and rotating biological 27 contact (RBC) plant for nutrient removal. Professional Associations • Water Environmental Federation - Member City of Danbury, Connecticut; Danbury Wastewater Treatment Facility Phosphorus Removal • International Water Facilities Planning Study; Danbury, Connecticut Association - Member Process Specialist. Serving as process lead for the Danbury WWTF Phosphorus Removal off;(t, Lo`` ";;' Kansas City, Missouri Facilities Planning Study. The City of Danbury is under a Consent Order from the Connecticut DEP to reduce phosphorus in their WWTF discharge to less than 0.2 mg/L, while achieving high level nitrogen removal to meet their Long Island Sound nitrogen WLA. The Facilities Planning Study is focused on creative use of existing facilities, including trickling filters, to reduce implementation as well as operational costs. Black & Veatch E Bryan W Dickerson, GISP Mr. Dickerson is a Regional Practice Leader for Asset Management and the National Lead for Asset Management Information Solutions supporting Black & Veatch's�' Water Division. He has over 20 years of program management, consulting, and ! '' system implementation and integration experience on projects for municipal government and water, wastewater, and stormwater utilities clients. He specializes in asset management program development utilizing ISO 55000 and PAS 55 guidelines, CMMS solution requirements development, systems implementation and refinement, web and mobile application development, and systems integration. Having led organizations in both the private and public sector, Mr. Dickerson provides a unique experience in leading asset management and IT programs both from the consultant and client perspectives. PROJECT EXPERIENCE City of Mesa, Arizona; Cityworks Implementation for Signal Butte Water Treatment Plant; Mesa, AZ Asset Management Lead. Currently leading the implementation of Cityworks Asset Management System (AMS) for Signal Butte Water Treatment Plant. Project tasks include asset registry and geodatabase design for facilities/vertical assets, asset data development from BIM and construction documentation, asset data loading, Cityworks software configuration, system testing, end -user training, go -live support, SCADA integration planning, and integration with SharePoint content and document management platform for maintenance plans and 0&M manuals. Kansas City, Missouri Water Services Department; Operations & Maintenance Support and RCM Program Development; Kansas City, MO Asset Management & RCM Lead. Lead for all asset management, maintenance • BS, Geography, Northwest optimization and Reliability Centered Maintenance (RCM) program development Missouri State, 1996, United States tasks for project for Wastewater Treatment Division (WWTD). Key project tasks included RCM program assessment and implementation plan development, asset 21.S identification and naming standards development, asset inventory and condition assessment at wastewater treatment plants, assessment and optimization of Infor 2.4 Public Sector CMMS solution, asset criticality and risk prioritization methodology development, Failure Modes Effects Analysis (FMEA) facilitation, Predictive Institute of Asset Management (IAM) - Maintenance (PdM) program support, and inventory management optimization. Member Society for Maintenance & Johnson County Stormwater Management Program; 2016 Strategic Plan Reliability Professionals (SMRP) - Member Implementation; Olathe, KS Water Research Foundation (WRF) - Member Asset Management Lead. As part of strategic plan to move towards a watershed- water Environmental based organization for management of stormwater program within Johnson County, Federation (WEF) - Member AWWA Strategic Kansas, provided asset management support for System Management Management Practices Committee - Member subcommittee and development of asset management -based approach to system American Water Works management. Developed high-level asset criticality and risk prioritization criteria and g p g Y p Association (AWWA) Member began development of Strategic Asset Management Plan (SAMP) to support new approach to system management for Stormwater Management Program (SMP). Kansas city, Missouri Black & Veatch 0 Pam Lemoine Ms. Lemoine's experience encompasses a diverse range of financial and economic studies for wastewater, water and stormwater utilities. She has extensive experience in the conduct of strategic financial planning studies, cost of service and rate design studies, as well as financial capability analyses and affordability assessments associated with long term control plan development required as a result of federal and state consent decrees. She has assisted utilities in developing strategies to address affordability, directly participating in negotiations with state and federal regulators. Ms. Lemoine's experience also includes the development of policies that address a utility's objectives while meeting customers' needs. She has developed performance measures to allow utilities to better track efficiency and achievement of established objectives. REPRESENTATIVE PROJECT EXPERIENCE Cost of Service/Rate Design Experience • Metropolitan Sewer District of Greater Cincinnati, Ohio; Revenue Requirement, Cost of Service, Rate Design, and Financial Policy Analyses; 2005-ongoing • Greater Cincinnati Water Works; Revenue Requirement, Cost of Service, Rate Design, and Financial Policy Analyses; 2011-2013, 2014-2015, 2016-ongoing • Sanitation District No. 1 of Northern Kentucky; Wastewater and Storm Water Financial Planning and Rate Study; 2012-2013 • City of Shreveport, LA; Comprehensive Cost Allocation/Rate Study; 2013-14 • Jefferson County, Alabama Receiver; Cost of Service Analysis and Rate Design,; 2010- 2011 • Greater Cincinnati Water Works, Cincinnati, Ohio; Litigation Support Services; 2011-2012 Affordability Analysis and Consent Decree Negotiation Support Experience • Sanitation District No. 1 of Northern Kentucky; Affordability Analysis and Consent Decree Negotiation Support Services; 2013-ongoing • Metropolitan Sewer District of Greater Cincinnati, Ohio; Affordability Analysis and Consent Decree Negotiation Support Services; 2006-2009; 2015-ongoing • City of Columbus, OH; Blueprint Columbus Affordability Analysis; 2014-2015 • City of Springfield, MO; LTCP Affordability Analysis; 2014 • Allegheny County Sanitation District; Consent Decree Oversight Services; 2012-2013 • City of Reading, Pennsylvania; Comprehensive Revenue Requirement and Affordability Analysis; 2009-2010 PUBLICATIONS AND PRESENTATIONS Project Manager Specialization: Strategic Financial Planning, Water and Wastewater Rates, Consent Decree Negotiation, Affordability, Stormwater User Fees, Funding and Bond Feasibility, Organizational Efficiency, Citizen Work Groups, Public Information Education • B.S., General Engineering, University of Illinois — Urbana -Champaign registration Professional Engineer: Washington Professional Associations • WEF • AWWA • NACWA — Utility & Resource Management Committee member, Legal Affairs Committee • USEPA Environmental & Financial Advisory Board member Year Career Started 1987 Year Started with B&V 1995 "Environmental Regulations: Can They Be Flexible and Affordable for Local Governments?" National League of Cities, Congressional Cities Conference, Washington D.C., March 2015. (Moderator) "The Great Beyond: Congratulations, You are High Burden — Now What?" NACWA National Clean Water Law Seminar, St. Pete Beach, FL, November 2014. (co -presenter). Black & Veatch M Anna White Ms. White has served as a project manager for Black & Veatch's management consulting business on projects involving cost of service and rate determination, revenue bond determination and financial reviews of operations for water, wastewater and storm water utilities in the public sector. Ms. White also has experience system development fees, indirect cost allocations, and stormwater utility implementation. Her economics background and experience with computer modeling and software applications have been utilized in developing financial analyses of municipal water and wastewater utilities. Ms. White is an active member of the American Water Works Association (AWWA) and is a current member of AWWA's Rates and Charge Committee, the industry -leading organization for water rate setting in the United States. PROJECT EXPERIENCE Charleston Water System; Charleston, South Carolina Black & Veatch has provided revenue bond, rate design and other financial service to the Charleston Water Service for several decades. Ms. White has served as project analyst for all financial and engineering feasibility studies and all comprehensive cost -of -service rate studies since 1998 and has served as project manager since 2004. The comprehensive water and wastewater rate study and rate schedules were recently updated in 2013. In addition, contracts with wholesale customers were reviewed and updated and water and wastewater system development fees were revised. Current work includes development of rates for raw water customers, creation of a surcharge for excess ammonia, and development of a water rate model for a water wholesale customer. Principal Consultant • M.B.A., Finance, University of Kansas, 1998 • B.G.S., Economics, University of Kansas, 1994 Tulsa Metropolitan Utility Authority (TMUA); Tulsa, Oklahoma Professional Associations • American Water Works In 2012, Ms. White served as a managing consultant on a team that performed a Association, Rates and comprehensive legal, engineering and financial evaluation of Tulsa's water and wastewater P g g g Charges Committee, Member -Present systems where she assisted with the tasks associated with financial condition, planning and • Water Environmental reporting analysis. The analysis of financial viability and sustainability recognized the costs Federation rerequired to maintain effective balances between debt and assets as well as operating costs q p g "Career Started 1998 and revenues. Revenues were reviewed for sufficiency to maintain adequate reserves, Year started with B&V support bond ratings and invest in future needs. Commonly used performance ratios for 1998 the utility industry were identified and calculated for TMUA. Alternative rate structures were proposed which met the goals of the community. The team is beginning phase 2 of the project, which includes implementation of recommendations from Phase 1. Ms. White will lead updating and improving the water and wastewater rate models and assisting with implementation of performance management. Black & Veatch M Kyle Lucas Kyle Lucas is a Project Manager assigned to Black & Veatch's Environmental Services Section of the Power Generation Service Area within Black & Veatch Energy with 21 years of industry experience. His responsibilities include environmental project management encompassing complex plant compliance; air quality control studies; Clean Air Act/New Source Review (NSR) compliance; and consulting services related to new and modified power generating plants and industrial facilities. His primary responsibilities include assisting clients in developing compliance strategies and managing specific permitting and licensing projects, particularly for traditional coal fired power plants and gas/oil combustion turbine power plants. He has participated in determining how impacts from multi -pollutant legislation can potentially affect asset management for electric generating sources. He identified air, water, and waste regulatory drivers impacting the value of coal and oil fired facilities; and evaluated potential air quality control technology as mitigation options and the potential economic impact of these drivers. Lucas' current responsibilities include project management encompassing air quality control studies, combustion turbine technology, strategic planning, siting analyses for new equipment, and integration of planning/development activities. He regularly assists clients in their planning activities for potential retirement, decommissioning and demolition of their existing units, as well as compliance with EPA's rules for water intake structures, coal combustion residue and Effluent Limitation Guidelines. PROJECT EXPERIENCE City of Topeka, Kansas; Water Treatment Plant; Kansas Project Manager Expertise: Air Dispersion Modeling; Air Permitting; Business Development; Clean Air Act; Consulting Engineering Services; Decommissioning; Environmental; Feasibility Studies; Project Management; Strategic Planning; Thought Leadership Education • BS, Atmospheric Science, Atmospheric Science, University of Kansas, 1993 Air Quality Scientist V. Acted as Project Manager on behalf of the WTP to update the plant's Total Years of Experience 31 Risk Management Plan due to process changes and correct outstanding deficiencies to Years of Experience with bring the plant into compliance. Duties also included facilitating the plant's Hazard Review B&v 23 (HR) revalidation, developing RMP component workshops, training, and RMP renewal fissional Associations process with EPA for the chlorine process. Additionally, conducted a RMP 3-year • Air and Waste compliance audit for the Plant. The revalidation, training, renewal, and audit were Management Association - Member conducted as part of the requirement under 40 CFR Part 68. . American Meteorological Society - Member City of Hannibal Missouri; Water Treatment Plant and Wastewater Treatment Plant; Missouri Office Location Air Quality Scientist V. Facilitated the plant's 5-year Risk Management Plan (RMP) Hazard Overland Park, Kansas Review (HR) revalidation and RMP renewal process with EPA for the chlorine process. Additionally, conducted a RMP 3-year compliance audit for the Plant. The revalidation, renewal, and audit were conducted as part of the requirement under 40 CFR Part 68. Black & Veatch 0 City of Fayetteville RFQ20-01, Engineering and Architectural Services SECTION B: Vendor References The following information is required from all firms so all statements of qualification may be reviewed and properly evaluated: COMPANY NAME: Black & Veatch Corporation NUMBER OF YEARS IN BUSINESS: 104 HOW LONG IN PRESENT LOCATION: Date of Incorporation: 11/16/1998 TOTAL NUMBER OF CURRENT EMPLOYEES: 10,014 FULL TIME PART TIME NUMBER OF EMPLOYEES PLANNED FORTHIS CONTRACT: N/A FULL TIME N/A PART TIME PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT SERVICES FOR WITHIN THE PAST FIVE (5) YEARS (All fields must be completed): I. -Kansas City Missouri Water Service Division COMPANY NAME Kansas City, MO 64130 CITY, STATE, ZIP Kelly Finn, Project Manager CONTACT PERSON (816) 513-0351 TELEPHONE (816) 513-0288 FAX NUMBER kelly.finn@kcmo.org E-MAIL ADDRESS 3. Johnson County Wastewater COMPANY NAME Mission, KS 66202 CITY, STATE, ZIP Tamara Lorenzen, Managing Engineer CONTACT PERSON (913) 715-8777 TELEPHONE (913) 715-8501 FAX NUMBER Tamara.lorenzen@jcw. org E-MAIL ADDRESS City of Fayetteville, AR RFQ 20-01, Engineering & Architectural Services Page 12 of 17 2. City of Springfield COMPANY NAME Springfield, MO 65802 CITY, STATE, ZIP Errin Kemper, Director CONTACT PERSON (417) 864-1910 TELEPHONE (417) 864-2052 FAX NUMBER ekemper@springfieldmo.gov E-MAILADDRESS 4. Tulsa Metropolitan Utility Authority COMPANY NAME Tulsa, OK 74103 CITY, STATE, ZIP Clayton Edwards, Director CONTACT PERSON (918) 596-7810 TELEPHONE (918) 699-3170 FAX NUMBER cedwards@cityoftulsa.org E-MAIL ADDRESS City of Fayetteville RFQ20-01, Engineering and Architectural Services SECTION C: Signature Submittal 1. Disclosure Information Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Proposer response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: X 1) NO KNOWN RELATIONSHIP EXISTS 2) RELATIONSHIP EXISTS (Please explain): I certify that; as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein are accurate and true; and my organization shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment. 2. Additional Information At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e- mail address, and phone number (preferably a cell phone number) where the City selection committee can call for clarification or interview via telephone. Name of Firm: Black & Veatch Corporation Name of Primary Contact: Jeff Henson, P.E. Title of Primary Contact: Associate Vice President Phone#1 (cell preferred): (816) 605-9577 Phone#2: (913) 458-3410 E-Mail Address: HensonJ(o-)_bv.com TAX ID#: 43-1833073 DUNS #: 09-225-5939 IR3 Cage Code: 1PGJ9 City of Fayetteville, AR RFQ 20-01, Engineering & Architectural Services Page 13 of 17 3. Please acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification by signing and dating below. All addendums are hereby made a part of the bid or RFQ documents to the same extent as though it were originally included therein. Proposers/Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. ADDENDUM NO. SIGNATURE AND PRINTED NAME DATE ACKNOWLEDGED 4. 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. 5. Contractor agrees that no solicitation of City employees will take place. 6. As an interested party on this project, you are required to provide debarment/suspension certification indicating in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. 7. Signature certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Questions regarding this form should be directed to the City of Fayetteville Purchasing Division. NAME: Jeff Henson COMPANY: Black & Veatch Corporation TAX ID: 43-1833073 PHYSICAL ADDRESS: 8400 Ward Parkway Kansas City MO 64114 MAILING ADDRESS: 8400 Ward Parkway Kansas City, MO 64114 PHONE: (816) 805-9577 FAX: (913) 458-3410 E-MAIL: HenSonJ(oibv.com Signed by: City of Fayetteville, AR RFQ 20-01, Engineering & Architectural Services Page 14 of 17 SIGNATURE: PRINTED NAME : Jeff Henson TITLE: Associate Vice Preside DATE: City of Fayetteville, AR RFQ 20-01, Engineering & Architectural Services Page 15 of 17 City of Fayetteville RFQ 20-01, Engineering and Architectural Services SECTION E: 2020 Annual Statement of Qualifications Summary Form ATTENTION: This form shall be completed and returned with EACH SUBMITTED Statement of Qualification. The City will utilize the selection marked by each firm to correspond with the scope of work for each project NAME OF FIRM: Black & Veatch Corporation SUMMARY STATEMENT: Proposer should provide summary information on this form by checking the areas of expertise based on experience and qualifications. This form must be completed and returned in order for your proposal to be eligible for consideration. Airport Architecture Bridges Civil/Structural Design X Construction Administration X Drainage Design, Analysis, & Planning X Electrical Environmental Analysis, Remediation, & Permitting X Environmental Water Services X Floodplain Services X GIS Mapping X Geotechnical Engineering X Hydrology Independent Fee Estimates Interior Design Parks: Campground Planning Parks: Land Dedication Fees Consultant Parks: Aquatics Consultant Site Utility Studio Design X Storm Water Management X Stormwater Modeling X Stormwater Design Structural Design Surveying X Sustainability Design Testing Services: Soil/Materials Traffic Studies X Value Engineering X Wastewater Design Landscape Architecture X Wastewater Management LEED Certification X Wastewater Modeling Lighting Design X Wastewater Rate Studies Master Planning: City/Government X Wastewater SSES Master Planning: Parks X Water/ Sewer Rate Studies Master Planning: Streets X Master Planning: Wastewater X Master Planning: Water X Mechanical Natural Resource Planning City of Fayetteville, AR RFQ 20-01, Engineering & Architectural Services Page 16 of 17 X Water Design X Water Management X Water Modeling Water Quality Monitoring Wetlands 2.) PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR STATEMENT OF QUALIFICATIONS: a) I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein are accurate and true; Black & Veatch Corporation Name of Firm Jeff Henson Printed Name Signature Associate Vice President Title January 22, 2020 Date City of Fayetteville, AR RFQ 20-01, Engineering & Architectural Services Page 17 of 17 nco p' CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 7/ 1 /2020 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(si. PRODUCER Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 INSURED Black & Veatch Corporation 11401 Lamar Overland Park, KS 66211 United Stales NAME`�I Derek Spresser - PHONE 816-960-9060 FAX 191G. N-9�Eaq:- ADDRESS: tA/C.Nol:_ DSpresser@lockton.com INSURERIS AFFORDING COVERAGE- _ NAIC o INSURER A . Zurich American Insurance Company 16635 INSURERS; American Zurich Insurance Company 40142 INSURER C : Lexington Insurance Company 19437 INSURER D COVERAGES CERTIFICATF NIIMRFR• 37073E - - - -- Krzvioiviv 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 ADD L SU R - --- ---- -- POLICY EFF POLICY EXP- - --- TR TYPE OF INSURANCE WVDPOLICY NUMBER M IYYYYI I (MMIDD/YYYYI LIMITS A COMMERCIAL GENERAL LIABILITY A- _ - � CLAIMS -MADE � i OCCUR A R Contractual - — PD & C/O & XCU -� - --_ GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY ❑ PRO--1 - JECT I X ' GLO Works/Small Works GLO 4641358 - Corporate GLO 4641367 -Divisional Works 11/1/2019 11/1/2019 11/1/2019 11/1/2020 '.. 11/1/2020 11/1/2020 EACH OCCURRENCE $ $1,000,000 -- _.. - S $300,000 PREMISES Ea occ�TED 6 - MED EXP (Arty we person) - $ $10,000 $1,000,000 t- S $2.000,000 ._-_- ---- $ $2,000,000 PERSONAL & ADV INJURY_ GENERAL AGGREGATE PRODUCTS -COMPIOPAGG $ OTHER: A AUTOMOBILE LIABILITY X ANY AUTO X OWNED SCHEDULED _j AUTOS ONLY AUTOS HIRED , AUTOS ONLY X AUTOS ONLY t X AUTOS ONLY X i BAP 4641355 11/1/2019 j 11/1/2020 i COMBINED SINGLE LIMIT Ea-accwent) -__,- BODILY INJURY (Per person) I BODILY INJURY (Per accident) ----? PROPERTY DAAAAGE Per accident S $1,000,000 - - -- $ S — — $ $ UMBRELLA LIAR -. OCCUR EACH OCCURRENCE S EXCESS LIAR ! -- --- CLAIMS -MADE ! !AGGREGATE - ---- S - DDIEDRETENTIONS A B A i WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBEREXCLUDED? a (Mandatory- fyes,d In NH) I( yes, describe under DESCRIPTION OF OPERATIONS below NIA ! WC0139244 WC 4641353 (AOS) WC4641354QD,MA,WI ) 11/1/2019 11/1/2019 11/1/2019 11/1/2020 11/1/2020 11/1/2020 X sTn7uTE i_ERH_- $ $1,000,000 - $ $1 ,000.000 _ -- $ $1,000,000 _ E.L._E_ACHACCIDENT _ E.L. DISEASE - EA EMPLOYEE ..... _ -.. _..._-- _ E.L. DISEASE -POLICY LIMIT C I j Professional LiaMGry i 02fi0J0198 11/1/2019 i 1111/2020 ro essional Limit ac am a pima Agyreyale Limit: S1,000,(XIO DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project #: THIS INSURANCE CERTIFICATE HAS BEEN ISSUED FOR INFORMATIONAL PURPOSES; Please see page 2 for additional information I.MIY IiCLLF� I IVIY 7AF ATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE SAMPLE SAMPLE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN tes ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE I s ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD ACO ® A11f11TIr)KIA1 DCnnAo1Z0 Oi+un�mrri r- AGENCY Locidon Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 . ,.�.... ,. ,..v a %03 rL_vu LL NAMED INSURED Black & Veatch Corporation 11401 Lamar Overiand Park, KS 66211 United States EFFECTIVE DATE: 11/1/2019 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance The General Liability Policy provides primary and non-contributory coverage. - "-- The Automobile Liability Policy provides primary and non-contributory coverage. Upon award of contract, CERTIFICATE HOLDER will be included as an Additional Insured as applicable and required by executed, written contract on the following policies: General Liability Automobile Liability .+�Wnu IV I tcvv01v I U 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD change order #2 with Black & Veatch Paul A. Becker City of Fayetteville Staff Review Form 2022-0144 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item CHIEF FINANCIAL OFFICER (110) Submitted By Submitted Date Division / Department Action Recommendation: 2/10/2022 Approval of change order #2 with Black & Veatch utilizing contingency funds from Resolution 18-22 in the amount of $15,415 for additional services necessary to continue the Water & Sewer rate study. Budget Impact: 5400.720.1840.5314.00 Water/Sewer Account Number Fund 02064.1 Water & Sewer Rate/Operations Study Project Number Project Title Budgeted Item? Yes Current Budget $ 194,755.00 Funds Obligated $ - Current Balance $ 194,755.00 Does item have a cost? Yes Item Cost $ 15,415.00 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 179,340.00 V20210527 Purchase Order Number: 2020-0628 Previous Ordinance or Resolution # Res. 212-20 Change Order Number: 2 Approval Date: 2/15/22 Original Contract Number: 2020-00000054 Comments: CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan FROM: Paul A. Becker, Chief Financial Officer DATE: Thursday, February 10, 2022 STAFF MEMO SUBJECT: Change Order #2 to professional engineering service agreement with Black & Veatch for Water Sewer Rate Study RECOMMENDATION: Approval of change order #2 with Black & Veatch utilizing contingency funds from Resolution 18- 22 in the amount of $15,415 for additional services necessary to continue the Water & Sewer rate study. BACKGROUND: The last Comprehensive Water and Sewer Rate Study for the City was completed in 2008. Since that time the rates have provided adequate revenues to fund operational and capital needs for the system because a 3% annual increase had been incorporated in the rate structure and ordinance approved by the City Council. On August 18, 2020, City Council approved a contract with Black & Veatch via Resolution 212- 20 in the amount of $93,355. Change Order #1 in the amount of $15,040 was executed in August 2021 for additional tasks required an increase in the level of effort and associated project costs relative to what was defined in the original scope of work. Approval of change order 2 will increase the total contract expense to $123,810. DISCUSSION: The Water & Sewer Committee requested Black & Veatch to perform the additional scope of work: • Task 1.1 o Develop three additional water and wastewater rate structure options for the City to consider for implantation. • Task 1.2 o Development of water and wastewater rate schedules for the base charge and the volume charge for each of the rate structure options listed in Task 1.1. • Task 2 o Impact of Rate Structure on Water Conservation; providing a brief narrative in two presentation slides regarding short term and long-term effectiveness of rate structure change on water conservation; also, will include examples of conservation best practice initiatives from two other water utilities • Task 3 o Black & Veatch participation in virtual meetings to present the results of Task 1 and Task 2 to City staff and the Water Sewer Committee Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 This request is an expansion of the scope of work to be conducted by Black & Veatch, resulting in the requested change order #2. BUDGET/STAFF IMPACT: Funds are existing within contingency approved by City Council and sufficient funds are budgeted in the Sewer and Water Fund for this service contract. Attachments: Change Order #2 Resolution 18-22 Resolution 212-20 AGREEMENT FOR WATER AND SEWER RATE STUDY BETWEEN CITY OF FAYETTEVILLE, AR (City) AND BLACK & VEATCH CORPORATION (Black & Veatch) CHANGE ORDER NO. 2 This is Price Change Order No. 2 WHEREAS, City and Black & Veatch (individually a Party, collectively the Parties) are parties to a certain Agreement for Water and Sewer Rate Study made the 171h day of September 2020 (Agreement); and WHEREAS, City and Black & Veatch desire to change Scope of Services of the Agreement in accordance with the terms and conditions specified herein. NOW THEREFORE, in consideration of the promises and mutual covenants contained herein, the Parties hereto, intending to be legally bound, hereby agree that Scope of Services is hereby changed as follows: Scope. This Change Order details the work elements to be performed by Black & Veatch at the request of City/ Utility staff that represent additional services not included in the Agreement, and for which this amendment is being requested. Task 1: Development of additional rate structure options Black & Veatch will develop three additional water and wastewater rate structure options for the City to consider for implementation. Subtask 1.1: Develop Additional Rate Structures The additional rate structure options are as follows: 1. Keep the proposed base charges (maximum of existing base charge or cost of service base charge) and change volume charges from declining block volume rate structure to uniform volume rate. 2. Reduce proposed base charges to reflect a decrease that equates to 50% of the difference in amount between existing base charge and cost of service base charge and develop two options for volume rate structure as follows: a. Maintain existing volume rate structure for all classes b. Change the volume rate from declining block volume rate structure to uniform volume rate 3. Keep the existing base charges and, develop two options for volume rates as follows: a. Maintain existing volume rate structure for all classes Change the volume rate from declining block volume rate structure to uniform volume rate Subtask 1.2: Develop Rate Schedules This task will include the development of the water and wastewater rate schedules for the base charge and the volume charge for each of the rate structure options listed in Task 1.1 above. Subtask 1.3: Typical Bills This task will include the calculation of water, wastewater and combined typical bills based on the rate schedules developed in Task 1.2. Task 2 —Impact of Rate Structure on Water Conservation This task includes a brief narrative in two presentation slides regarding the short term and long-term effectiveness of rate structure change on water conservation. It will also include examples of conservation best practice initiatives from two other water utilities. Task 3—Meetinas and Presentations Black & Veatch will participate in a meeting to present the results of the Task 1 and Task 2 to City staff. In addition, Black & Veatch will present the results of Task 1 and Task 2 to the Water Sewer Committee. We assume that both these meetings will be conducted remotely, using Zoom. Contract Price. The Contract Price, as set forth in Section Project Fee of Agreement shall be increased to $120,475 from the current value of $108,395. Optional Tasks Optional Task 1: Update Draft Report for Water Sewer Committee Request This task includes updating the draft report previously provided to the City to address the following requests from the Water Sewer Committee: 1. Show proposed and existing rates on the same page for side -by -side comparison 2. Show Figures 3-1 and 3-2 (existing rate structure) for proposed rates as well, and maybe include in the executive summary 3. Add percentages when describing the increases in the executive summary 4. Add two columns for water tables (W-1 and W-2) and sewer tables (S-1 and S-2) for increase in number of accounts and volume and percent increase. 5. Add additional information to existing charts (include columns with additional data) Optional Task 2: Update Draft Report for selected Rate Structure Option Black & Veatch will update the draft report provided previously to the City to reflect the revised rate structure, if the City decides to transition to the revised rate structure. Contract Price with Optional Tasks. The Contract Price, as set forth in Section Project Fee of Agreement shall be increased to $123,810 from the current value of $108,395. Other Provisions. This Change Order, when executed by the Parties, constitutes a modification to the Scope of Services to the Agreement, and all other provisions of the Agreement shall apply hereto and shall continue in full force and effect in accordance with the provisions thereof on the date hereof. [Signature Page Follows] 2 IN WITNESS WHEREOF, the parties have signed this Agreement as of the date signified below. CITY OF FAYETTEVILLE, BLACK & VEATCH CORPORATION IWO-! INIM-MAMr/i, Robert T. Wilhite (Printed) (Printed) Title: Mayor Title: Senior Vice President Legal PM Approved Approved Reviewed Date _ Date Legal review not required p CP-4.08 (C. Klausner) 2/11 /2022 C, PM (A. White) 2/11/2022�%) 3 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 18-22 File Number: 2021-1124 BLACK & VEATCH WATER AND SEWER RATE STUDY: A RESOLUTION TO APPROVE AN INCREASE IN PROJECT CONTINGENCY FUNDS IN THE AMOUNT OF $25,000.00 FOR SCOPE OF WORK MODIFICATIONS AS NEEDED FOR THE WATER AND SEWER RATE STUDY BEING PERFORMED BY BLACK & VEATCH CORPORATION WHEREAS, on August 18, 2020, the City Council passed Resolution No. 212-20 approving a Professional Engineering Services Agreement with Black & Veatch Corporation for a water and sewer rate study; and WHEREAS, due to the long passage of time since the last cost of service study was performed and the consequent shifts in cost impact among customer classes, the City anticipates additional scope of work and change orders being necessary in order to complete the study. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves an increase in project contingency funds in the amount of $25,000.00 for scope of work modifications as needed for the water and sewer rate study being performed by Black & Veatch Corporation. PASSED and APPROVED on 1/18/2022 Page 1 Printed on 1119122 Resolution: 18-22 File Number 2021-1124 Attest: �%N�,E,RK'ttT,���� r yam+ r LLE; Kara Paxton, City Clerk Treasurq�'. ; !llv�A •rrr r!,� � Page 2 Printed on 1119122 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 212-20 File Number: 2020-0643 RFQ 20-01 # 10 BLACK & VEATCH CORPORATION: A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH BLACK AND VEATCH CORPORATION. PURSUANT TO RFQ 20-01 SELECTION A 10. IN AN AMOUNT NOT TO EXCEED $93,355.00 FOR A WATER AND SEWER RATE STUDY. AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $18,600.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville. Arkansas hereby approves a professional engineering services agreement with Black and Veatch Corporation, pursuant to RFQ 20-01 Selection tt 10. in an amount not to exceed S93.355.00 for a water and sewer rate study, and further approves a project contingency in the amount of S 18,600.00. PASSED and APPROVED on 8/18/2020 Attest: / `1 R K1 /1lR CI T Y p F'9J+ G• G Kara Paxton. City Clerk Treasurer-- 54. ? . Pogo 1 Pfbned on A 19M Black & Veatch Utilizing Contingency Funds City of Fayetteville Staff Review Form 2022-0725 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Paul A. Becker 8/29/2022 CHIEF FINANCIAL OFFICER (110) Submitted By Submitted Date Division/Department Action Recommendation: of $12,758 for additional services related to the Water & Sewer rate study. 5400.720.1940.5314.00 Account Number 02064.1 Project Number Budget Impact: Water/Sewer Fund Water & Sewer Rate/Operations Study Proiect Title Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget Purchase Order Number: 2020-0628 Change Order Number: 3 Original Contract Number: 2020-00000054 Comments: amount $ 80,139.06 $ 80,139.06 $ 12,758.00 $ 67,381.06 Previous Ordinance or Resolution It Res. 212-20, 18-22 Approval Date: 09/25/22 CITY OF %F FAYETTEVILLE STAFF MEMO ARKANSAS TO: Mayor Lioneld Jordan FROM: Paul A. Becker, Chief Financial Officer DATE: Monday, August 29, 2022 SUBJECT: Change Order #3 to professional engineering service agreement with Black & Veatch for Water Sewer Rate Study RECOMMENDATION: Approval of change order #3 with Black & Veatch utilizing contingency funds from Resolution 18- 22 in the amount of $12,758 for additional services related to the Water & Sewer rate study. BACKGROUND: The last Comprehensive Water and Sewer Rate Study for the City was completed in 2008, Since that time the rates have provided adequate revenues to fund operational and capital needs for the system because a 3% annual increase had been incorporated in the rate structure and ordinance approved by the City Council. On August 18, 2020, City Council approved a contract with Black & Veatch via Resolution 212- 20 in the amount of $93,355 with a contingency in the amount of $18,600. Resolution 18-22 was passed in January 2022 allocating project contingency funds in the amount of $25,000.00. Change Order #1 in the amount of $15,040 was executed in August 2021 for additional tasks required an increase in the level of effort and associated project costs relative to what was defined in the original scope of work. Change Order #2 was approved in February 2022 for additional water and wastewater structure options for the City to consider for implementation. DISCUSSION: Change Order #3 is being requested in the amount of $12,758 to accommodate the additional following tasks: Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Task 1: Rate Structure Approval Support Black & Veatch performed the following additional subtasks as a result of the June 21st City Council Meeting. These subtasks were not included in Change Order No. 2. Subtask 1.1: Developed Additional Rate Structures Three additional rate structure options were developed and provided to the City, as follows: 1. Scenario 1: No change in wholesale water and sewer rates from existing rates, with recovery of the resulting revenue shortfall through increases to the inside City residential rates. 2. Scenario 2: Cap the maximum wholesale class rate increase at 5%. 3. Scenario 3: Cap the maximum wholesale rate increase at 10%. Subtask 1.2: Wholesale Customer Mayors/Administrators; Meeting Virtual attendance at a 2-hour O&A session on July 1 st for the Mayors and Administrators from the wholesale communities. Subtask 1.3: City Council Presentation In -person presentation at July 19th City Council meeting. BUDGET/STAFF IMPACT: This change order increases the contract to $136,568 from the current value of $123,810. Funds are existing within contingency approved by City Council and sufficient funds are budgeted in the Sewer and Water Fund for this contract modification order. Attachments: Change Order#3 AGREEMENT FOR WATER AND SEWER RATE STUDY BETWEEN CITY OF FAYETTEVILLE, AR (City) AND BLACK & VEATCH MANAGEMENT CONSULTING, LLC (Black & Veatch) CHANGE ORDER NO. 3 Change Order No. 3 Additional Scope of Work Total Cost for Change Order No. 3: $12,758.00 Scope. This Change Order details the work elements previously performed by Black & Veatch at the request of City/ Utility staff that represent additional services not included in the Agreement, and for which this amendment is being requested. Task 1: Rate Structure Approval Support Black & Veatch performed the following additional subtasks as a result of the June 21st City Council Meeting. These subtasks were not included in Change Order No. 2. Subtask 1.1: Developed Additional Rate Structures Three additional rate structure options were developed and provided to the City, as follows: 1. Scenario 1: No change in wholesale water and sewer rates from existing rates, with recovery of the resulting revenue shortfall through increases to the inside City residential rates. 2. Scenario 2: Cap the maximum wholesale class rate increase at 5%. 3. Scenario 3: Cap the maximum wholesale rate increase at 10%. Subtask 1.2: Wholesale Customer Mayors/Administrators Meeting Virtual attendance at a 2-hour Q&A session on July 1•' for the Mayors and Administrators from the wholesale communities. Subtask 1.3: City Council Presentation In -person presentation at July 18'h City Council meeting. Contract Price. Fees for this Change Order shall not exceed $12,758.00. The Contract Price, as set forth in Section Project Fee of Agreement shall be increased to $136,568.00 from the current value of $123,810.00. Other Provisions. This Change Order, when executed by the Parties, constitutes a modification to the Scope of Services to the Agreement, and all other provisions of the Agreement shall apply hereto and shall continue in full force and effect in accordance with the provisions thereof on the date hereof. (Signature Page Follows] IN WITNESS WHEREOF, the parties have signed this Agreement as of the date signified below. CITY OF FAYETTEVILLE, BLACK & VEATCH MANAGEMENT ARKANSAS CONSULTING, L'LCCI By: By:t�l.'6A.aL WP�Ot Lioneld lordart Robert T. Wilhite (Printed) (Punted) Title: Mayor Title: Senior Vice President Legal PM Ai Approved P=,-ce.vvr Dale Dale Legal review not required per CP-4.08 (G. Klausner) 812612022G1-, PM (A. White) 8/26/2022,AW BLACK & VEATCH MANAGEMENT WATER AND SEWER RATE STUDY City of Fayetteville Staff Review Form 2022-1177 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 12/13/2022 WATER SEWER(720) Submitted By Submitted Date Division /Department Action Recommendation: Staff recommends approval of Change Order No.4 to the agreement I LLC in the amount of $23,485.00 for the Water and Sewer Rate Study. 5400.720.1840-5314.00 Account Number 02064.1 Project Number Budgeted Item? Yes Budget Impact: Water and Sewer Water & Sewer Rate Study/Operations Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Purchase Order Number: Change Order Number: Original Contract Number: Comments: Remaining Budget Project Title $ 185,676.00 $ 121,657.57 $ 64,018.43 $ 23,485.00 $ 40,533.43 Previous Ordinance or Resolution a 212-20 Approval Date: 12-15-22 CITY OF .'FAYETTEVILLE STAFF MEMO ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Paul Becker, Chief Financial Officer FROM: Tim Nyander, Utilities Director DATE: December 13, 2022 SUBJECT: Black & Veatch — Change Order No. 4 for Water and Wastewater Rate Study RECOMMENDATION: Staff recommends approval of Change Order No. 4 to the agreement with Black & Veatch Management Consulting, LLC in the amount of $23,485.00 for the Water and Sewer Rate Study. BACKGROUND: The last Comprehensive Water and Sewer Rate Study for the City was completed in 2008. Since that time the rates have provided adequate revenues to fund operational and capital needs for the system because a 3% annual increase had been incorporated in the rate structure and ordinance approved by the City Council. On August 18, 2020, City Council approved a contract with Black & Veatch via Resolution 212- 20 in the amount of $93,355 with a contingency in the amount of $18,600. Resolution 18-22 was passed in January 2022 allocating project contingency funds in the amount of $25,000.00. The City Council approved an increase in the contingency by $50,000 on September 6, 2022. Three Change Orders have been executed totaling $43,213 for additional tasks related to water and wastewater structure options for the City to consider for implementation, taking the contract from $93,355 to $136,568. DISCUSSION: Due to the long passage of time since the last cost of service study was performed, the consequent shifts in cost impact among customer classes, and ongoing negotiations with wholesale customers, the City anticipates additional scope of work and change orders being necessary in order to complete the study. The current request is for the Mayor to execute Change order # 4 in the amount of $23,485. This change order falls within the $50,000 increased contingency approval by the City Council and will increase the Agreement with Black & Veatch from 136,568 to $160,053. Mailing Address: 113 W. Mountain Street www.fayettevllle-acgov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: Sufficient funds are budgeted in the project for this Change order No. 4. Attachments: Change Order No. 4 AGREEMENT FOR WATER AND SEWER RATE STUDY BETWEEN CITY OF FAYETTEVILLE, AR (City) AND BLACK & VEATCH MANAGEMENT CONSULTING, LLC (Black & Veatch) CHANGE ORDER NO. 4 Change Order No. 4 Additional Scope of work as finalized by revised Purchased Order Total Cost for each Task identified below Potential Scope of Work. This Change Order details the work elements to be performed by Black & Veatch upon issuance of revised Purchase Order represent additional services not included in the Agreement. Task 1 —Alternative Rate Schedules Black & Veatch will prepare up to 3 aitemative water and wastewater rate schedules as requested by City Staff, Water and Sewer Committee and/or City Council. Each alternative will include a summary of the changes, revised rate schedules and typical bills. In addition, up to 3 calls with City staff will be conducted to review the alternative schedules. Task 2 — Wholesale Contract Review Black & Veatch will review and provide written feedback on proposed wholesale contracts for up to 3 wholesale customers. A total of 10 hours is assumed for the Black & Veatch team for this effort. Task 3 — Meetings and Presentations Black & Veatch will participate in the following meetings to present the results of the Task 2. 1. Virtual attendance at one (1) Water and Sewer Committee meeting 2. Virtual attendance at one (1) wholesale customer meeting 3. Project Managers in -person attendance at one (1) City Council meeting in December Task 4 — Revised Rate Report Based on the feedback from City staff and the Water and Sewer Committee, Black & Veatch will perform one final revision to the final draft rate report dated June BIh, 2022, in preparation for the December City Council meeting. Contract Price. Fees for this Change Order for Task 14 shall not exceed $23,485.00 and shall become legally binding upon issuance of revised Purchase Order from the City. The Contract Price, as set forth in Section Project Fee of Agreement shall be increased to $160,053.00 from the current value of $136,568.00. Optional Tasks Optional Task 5: Limited Model Data Update — Total Fee $6,260.00 The rate model will be updated with 2021 and YTD-2022 customer data, 2022 and 2023 operating budgets, confirmation of the capital improvement program, 2022 beginning of year fund balances, and 2021 miscellaneous revenue. A completed data request will be provided upon execution of the change order. Optional Task 6: On -Call Rate Analysis Support — Total Fee $7,830.00 Up to 30 hours of Black & Veatch team support to address any additional cost of service or rate design analysis as requested by the City, Water and Sewer Committee, or City Council in addition to the 3 altematives specified in Task 2. Optional Task 7: On -Call Public Outreach Support — Total Fee $8,350.00 Up to 30 hours of Black & Veatch team support to participate in additional virtual meetings and presentations for City staff, Water and Sewer Committee, or City Council in addition to the meetings specified in Task 4. Contract Price with Optional Tasks. Fees for these Optional Tasks shall not exceed the fee listed for each task and shall become legally binding upon issuance of revised Purchased Order from the City. Other Previsions. This Change Order, when executed by the Parties and modified by City Purchase Order, constitutes a modification to the Scope of Services to the Agreement, and all other previsions of the Agreement shall apply hereto and shall continue in full force and effect in accordance with the provisions thereof on the date hereof. [Signature Page Follows] IN WITNESS WHEREOF, the parties have signed this Agreement as of the date signified below. CITY OF FAYETTEVILLE, ARKANSA I By: l Lioneld Jordan (Printed) Title: Mayor BLACK & VEATCH MANAGEMENT CONSULTING, LLC I Robert T. Wilhite Title: Senior Vice President KAR 12a22 12/5/2022 (A White) Black & Veatch Management Consulting, LLC Agreement Change Order No. 5 City of Fayetteville Staff Review Form 2023-1026 Item N ARCHIVED N/A City Council Meeting Date -Agenda Item Only N/A for Non -Agenda Item Tim Nyander 9/21/2023 WATER SEWER(720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order No. 5 to the agreement with Black & Veatch Management Consulting, LLC in the amount of $15,000.00 for the Water and Sewer Rate Study. 5400.720.1840-5314.00 Account Number 02064.1 Project Number Budgeted Rem? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? No Purchase Order Number: 2020-628 Change Order Number: 5 Original Contract Number: 2020-54 Comments: Budget Impact: Water and Sewer Fund Water & Sewer Rate Study/Operations Project Title Total Amended Budget Expenses(Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget $ 134,330.00 $ 102,336.85 $ 31,993.1S $ 15,000.00 $ 16,993.1S Previous Ordinance or Resolution# 212-20 Approval Date: 09/27/2023 CITY OF �' FAYETTEVILLE STAFF MEMO ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Paul Becker, Chief Financial Officer FROM: Tim Nyander, Utilities Director DATE: September 21, 2023 SUBJECT: Black & Veatch — Change Order No. 5 for Water and Wastewater Rate Study RECOMMENDATION: Staff recommends approval of Change Order No. 5 to the agreement with Black & Veatch Management Consulting, LLC in the amount of $15,000.00 for the Water and Sewer Rate Study. BACKGROUND: The last Comprehensive Water and Sewer Rate Study for the City was completed in 2008. Since that time the rates have provided adequate revenues to fund operational and capital needs for the system because a 3% annual increase had been incorporated in the rate structure and ordinance approved by the City Council. On August 18, 2020, City Council approved a contract with Black & Veatch via Resolution 212- 20 in the amount of $93,355 with a contingency in the amount of $18,600. Resolution 18-22 was passed in January 2022 allocating project contingency funds in the amount of $25,000.00. The City Council approved an increase in the contingency by $50,000 on September 6, 2022. Four Change Orders have been executed for additional tasks related to water and wastewater structure options for the City to consider for implementation, taking the contract from $93,355 to $160,053. DISCUSSION: Due to the long passage of time since the last cost of service study was performed, the consequent shifts in cost impact among customer classes, and ongoing negotiations with wholesale customers, the City anticipates additional scope of work and change orders being necessary in order to complete the study. Black & Veatch will conduct a thorough review of the cost of service allocation methodology in the existing water and sewer rate model and confirm the appropriateness of the allocations specifically to the wholesale customers. In addition, Black & Veatch will confirm the appropriateness of the proposed water and sewer rate schedules to be in place January 1, 2024, and up to 45 hours of support to City staff. Mailing Address: 113 W. Mountain Street www.rayetteville-ar.gov Fayetteville, AR 72701 The current request is for the Mayor to execute Change Order No. 5 in the amount of $15,000.00. This change order falls within the increased contingency approval by the City Council and will increase the Agreement with Black & Veatch from $160,053 to $175,053. BUDGETISTAFF IMPACT: Funds are available in the contingency to cover the cost of Change Order No. 5. Attachments: Change Order No. 5 AGREEMENT FOR WATER AND SEWER RATE STUDY BETWEEN CITY OF FAYETTEVILLE, AR (City) AND BLACK & VEATCH MANAGEMENT CONSULTING, LLC (Black & Veatch) CHANGE ORDER NO. 5 This is Price Change Order No. 5 WHEREAS, City and Black & Veatch (individually a Parry, collectively the Parties) are parties to a certain Agreement for Water and Sewer Rate Study made the 171h day of September 2020 (Agreement): and WHEREAS, City and Black & Veatch desire to change Scope of Services of the Agreement m accordance with the terms and conditions specified herein. NOW THEREFORE, in consideration of the promises and mutual covenants contained herein, the Parties hereto, intending to be legally bound, hereby agree that Scope of Services is hereby changed as follows: Scope. This Change Order details the work elements to be performed, by Black & Veatch at the request of City/ Utility staff that represent additional services not included in the Agreement, and for which this amendment is being requested. Task 1 — Rate Model Cost of Service Review Black & Veatch will conduct a thorough review of the cost of service allocation methodology in the existing water and sewer rate model and confirm the appropriateness of the allocations specifically to the wholesale customers. In addition, Black & Veatch will confine the appropriateness of the proposed water and sewer rate schedules to be in place January 1, 2024. Task 2 — Meetings and Presentations Black & Veatch will participate in the following meetings to present the results of the Task 2. 1. Virtual attendance atone (1) Water and Sewer Committee meeting 2. One -site attendance atone (1) City Council meeting Task 3 — On -Call Support Following the Water and Sewer Committee presentation, Black & Veatch will provide up to 45 hours of on support as requested by the City. Contract Price. The Contract Price, as set forth in Section Project Fee of Agreement shall be increased to $175,053 from the current value of $160,053. Other Provisions. This Change Order, when executed by the Parties, constitutes a modification to the Scope of Services to the Agreement, and all other provisions of the Agreement shall apply hereto and shall continue in full force and effect in accordance with the provisions thereof on the date hereof. IN WITNESS WHEREOF, the parties have signed this Agreement as of the date signified below. CITY OF FAYETTEVILLE, BLACK & VEATCH MANAGEMENT CONSULTING, LLC Chris Klausner (Printed) Title: Mayor Tide: Associate Vice President - --9/21I2023 -- (A. White)