Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2021-04-13 - Agendas - Final
CITY OF 9im FAYETTEVILLE 4VARKANSAS MEETING AGENDA Water, Sewer, and Solid Waste Committee 13 April 2021 5:30 P.M. (Or immediately following Equipment Committee Session) This is a Virtual Meeting Committee: Chairman Mark Kinion; Council Member Sloan Scroggin, Council Member Teresa Turk, Council Member D'Andre Jones, Copy to: Mayor Lioneld Jordan, Paul Becker, Kara Paxton, Susan Norton, Chris Brown, Alan Pugh, Terry Gulley, Peter Nierengarten, Jeff Coles, Brian Pugh, Mark Rogers, Corey Granderson, Aaron Watkins, Greg Weeks, Monty Sedlak, Matthew Benton, Chris Hall, Diego Espinoza, Morgan Hooker, Erin Adkins-Oury, Sandi Formica From: Tim Nyander, Utilities Director CALL TO ORDER ROLL CALL UPDATES OLD BUSINESS: Ll I ATITA1011 **5 1. Ending the "No Cutoff" Policy Due to COVID-19 Discussion by Paul Becker, Chief Financial Officer 2. Township Pressure Plane Improvements Bid Award On April 1411, 2021, the City of Fayetteville will open sealed competitive bids for the Township Pressure Plane Improvements project. Original bid opening was pushed back due to the need for a last-minute addendum. This project will replace the aging pump station on Ash Street, construct a new 12-inch waterline along Juneway Terrace to Township Street, and construct a new larger water storage tank atop the Township hill. These improvements were recommended in the City's Water Master Plan by Olsson, Inc. These improvements will help the water system provide Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 adequate volumes of water for fire protection as well as critical redundancy to keep customers in water even when the tank is offline for future maintenance activities. Due to market fluctuation in material costs, contractors need to order materials as soon as possible after a successful low -bid. For this reason, we are asking the committee to allow the bids to be presented and the bid award to go straight to the next available City Council agenda session, and not delay for the May Water/Sewer Committee. Funds are available for this project in the Water System Rehabilitation account. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 3. Olsson East Service Area Amendment for Township Improvements Construction Phase Services On January 2, 2018, the City Council passed Resolution 19-18 to approve a professional engineering services agreement with Olsson, Inc. to begin design work on this project. The project consists of four sub -parts that will each be bid separately. Namely: Contract Section 1: Pressure Sustaining Valves Rehabilitation Contract Section 2: Gulley Road Water Tank Contract Section 3: Gulley and Goshen Pressure Plane Improvements Contract Section 4: Township Pressure Plane Improvements & Tank Amendment No. 1 was passed administratively utilizing contingency dollars to adjust the project scope. Amendment No. 2 was passed via Res. 266-19 to account for engineering time related to permitting and re -design delays. Amendment No. 3 was passed via Res. 203-20 for construction phase services related to Contract Section 2, the elevated water storage tank. Amendment No. 4 was passed via Res. 239-20 for construction phase services related to Contract Section 1. Amendment No. 5 will provide funding for construction phase services associated with Contract Section 4, the Township Pressure Plane Improvements. Olsson will be involved with all project aspects during construction, including onsite daily observations and inspections per engineering best practices and state law. The total costs for proposed Amendment No. 5 are based on Olsson's fee schedule and level of effort per task, not to exceed $298,900. This will raise the overall engineering project fees from $982,605.00 to $1,281,505. Chris Hall, PE, from Olsson, will be present to answer any questions. Funds are available in the Water System Rehabilitation and Replacement Project. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 4. Lawson & Oakland Cost Share for 2-inch Water Line The City has been approached by SRD Builders, LLC to share in the cost of replacing a 1 '/2 inch galvanized water line with a 4-inch PVC line to facilitate a lot split at 940 W. Lawson Avenue. Three quotes were received, with the low bid from M&M Excavating, excluding private sewer lines to be $37,419.76. Installation of private service lines are $3,237.40 Engineering costs were $3,550. The proposed cost share would be 46% city/54% builder. The City would reimburse up to $20,484.88 for the completed project, and the builder would be responsible for $24,065.12 This cost share proposal accomplishes three things. First, it replaces an ageing and brittle segment of galvanized water pipe that is 50 years old. Second, it allows a portion of the customers on both sides of Lawson Avenue to connect to a larger pipe, which will provide more volume to their meter. Third, it provides a water connection if development occurs to the east on Lawson and fourth, it removes a section of lead pipe from the City's water distribution system, which is a requirement of the new Lead and Copper Rule. Funds are available in the Water/Sewer Impact Fee Cost Sharing Project. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 5. Drake Street Cost Share for 12-inch Water Line 1155 Properties, LLC is developing property at the northwest corner of Gregg Avenue and Drake Street. They are required to reconstruct a portion of existing 8-inch diameter waterline (Approx. 490 linear feet) along Drake Street due to the needed grading cut in this area for the project. The City's water master plan identifies a 12-inch waterline grid every'/2-mile and therefore this reconstruction provides an opportunity to cost share for a 12-inch line instead of 8-inch. The developer received separate quotes from their onsite utility contractor TBE Arkansas, LLC for both the 8-inch waterline and the alternative 12-inch waterline. The difference in installation costs, increased engineering and developer effort is detailed in the attached request letter. Staff recommends approval of 100% of the upgrade costs, excluding Developer Overhead and Profit and excluding the 25% share of the 8-inch line required separate from this cost share. Staff recommends the approval of the cost share agreement with 1155 Properties, LLC in an amount not to exceed $47,752.10 for the upsizing of a water line along Drake Street and approval of a 10% project contingency in the amount of $4,775.21. Funds are available in the Water/Sewer Impact Fee Cost Sharing Project. Funds are available in the Water/Sewer Impact Fee Cost Sharing Project. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 6. Bids for Biological Sampling for Pump Station Dam Removal As part of the pump station dam removal project, a biological assessment must be performed to determine the impact of the dam removal would be to the fish and macro invertebrate present in the river. The assessment would be conducted on an approximately 8,000-foot section of the West Fork of the White River (WFWR) that flows through the pump station dam. It has not been confirmed yet, but it may be possible that the Arkansas Game and Fish Commission would conduct the fish assessment at no cost to the City. One bid and two no -bids were received for the macroinvertebrates assessment. Jennifer L. Bouldin, PhD, has submitted a bid for $19,750. Two seasons of macroinvertebrates would be sampled. Monitoring should be completed prior to May 2022 and the data analysis and final report should be completed and submitted by August 2022. Funds are available in the Wastewater Treatment Water Quality Improvements Project. FOR INFORMATION ONLY 7. Bids for Water Quality Sampling for Pump Station Dam Removal Prior to the removal of the pump station dam, the City desires to understand the physical, chemical, and biological differences in water quality at the WFWR upstream and downstream from the future restoration site. The purpose of this project is to address certain aspects of water quality changes along the WFWR, excluding stream macroinvertebrates and fish. The objective is to collect at least 13 water samples at five locations along the WFWR, analyze for select water quality parameters at the Arkansas Water Resources Center (AWRC) water quality lab, and evaluate difference between sites along the WFWR with proximity to the Pump Station Dam. The assessment includes site selection, water sample collection and analysis, data analysis and statistics, and a final report. A quote was received from the Arkansas Water Resources Center, U of A Division of Agriculture in the amount of $37,631. Funds are available in the Wastewater Treatment Water Quality Improvements Project. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 12 8. Pump No. 4 Rebuild at the Gregg Avenue Lift Station The Gregg Avenue Lift Station at 3896 N. Gregg Ave, collects the sewage from Joyce Avenue and the areas to the south, and pumps it to the Hamestring Lift Station on Sunshine Rd. In late 2020, pump #4 shorted out and was taken out of service. The pump was pulled and sent to J.R. Stewart in West Memphis, AR for a hidden damages inspection. This pump was installed in 2008 and has never been rebuilt. J.R. Stewart has submitted a quote of $37,837.18 plus taxes and shipping. Funds are available in the Wastewater Treatment Plant Pumps & Equipment Project. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 9. Overview of WWTP Monthly Report Discussion of February's Monthly WWTP Report PRESENTATIONS ATTACHMENTS Township Pressure Plane Improvements Map Olsson Construction Phase Services Agreement Lawson & Oakland Cost Share Engineering Costs Lawson & Oakland Cost Share Construction Costs Drake Cost Share Vicinity Map Drake Street Cost Share Request Biological Sampling Bid Dam Removal Water Quality Sampling Dam Removal Gregg Street LS Pump Quote February 2021 WWTP Report ADJOURN Next Water, Sewer, Solid Waste Committee meets on Tuesday, May 11, 2021, 5:30 p.m. Township Pressure Plane Improvements Vicinity Map I NTS E New 12-inch Waterline in Juneway Terrace BROOKS— HUMMEL NATURE PRESERVE E z New Tank Construction, removal of existing 91 New Pump Station, removal of existing hurch Sc':f uOYdh is riiCPi t f A GULLEY PARK CCU Ct u•'Su i AMENDMENT NO. 5 To AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And OLSSON, INC. (formerly McGOODWIN, WILLIAMS, AND YATES, a DIVISION OF OLSSON ASSOCIATES) EAST FAYETTEVILLE AND TOWNSHIP PRESSURE PLANE IMPROVEMENTS WHEREAS, on January 2, 2018, the City of Fayetteville, Arkansas (CITY OF FAYETTEVILLE) and Olsson (formerly McGoodwin, Williams and Yates, a Division of Olsson Associates) of Fayetteville, Arkansas (ENGINEER) entered into an Agreement for engineering services in connection with the East Fayetteville and Township Pressure Plane Improvements (the "Project"); and WHEREAS, on August 13, 2018, the CITY OF FAYETTEVILLE and the ENGINEER agreed to Amendment No.1 that included the ENGINEER providing services in connection with the evaluation, design and/or construction administration for a 12-inch waterline along Highway 45; and WHEREAS, on December 3, 2019, the CITY OF FAYETTEVILLE and the ENGINEER agreed to Amendment No.2 that included the ENGINEER providing additional services for the East Fayetteville and Township Pressure Plane Improvements. The work included meetings with Washington County Road Dept., Arkansas Department of Health, property owners, East Fayetteville Contract Section I redesign, geo-technical borings for the new Gulley Rd. and Township tanks, easement acquisition services, and miscellaneous analyses and infrastructure designs; and WHEREAS, on August 4, 2020, the CITY OF FAYETTEVILLE and the Engineer agreed to Amendment No.3 that included the Engineer providing Construction Administration services for the East Fayetteville Service Area Improvements, Contract Section II New Elevated Water Tank project. The work includes project management, onsite meetings with contractor, field survey staking, observation of construction, and field and lab material testing; and WHEREAS, on October 6, 2020, the CITY OF FAYETTEVILLE and the Engineer agreed to Amendment No.4 that included the Engineer providing Construction Administration services for the East Fayetteville Service Area Improvements, Contract Section I Existing Infrastructure Modifications project. The work shall include project management, onsite meetings with contractor, field survey staking, observation of construction, and field and lab material testing; and WHEREAS, the CITY OF FAYETTEVILLE now wishes to increase the scope of work to include Construction Administration services for the Township Pressure Plane Improvements project. The work shall include project management, onsite meetings with contractor, field survey staking, observation of construction, and field and lab material testing. Scope of work to also include additional design services for the East Fayetteville Service Area Improvements, Contract Section III New Pump Station and Waterline Improvements. Work to include survey and design of an 8-inch waterline along Sassafras Hill Road and geo-technical borings at Richland Creek; and WHEREAS, the current Agreement must now be amended to provide the additional scope and amount of compensation to the ENGINEER for the additional work; and NOW THEREFORE, in consideration of the mutual covenants and Agreements herein contained, CITY OF FAYETTEVILLE and the ENGINEER, the parties hereto, stipulate and agree that the Agreement for Engineering Services dated January 2, 2018, and amended on August 13, 2018, December 3, 2019, 018-0031 & 018-0032 Amendment No.5 Page 1 August 4, 2020 and October 6, 2020 is hereby amended in the following particulars: SECTION 5 — PAYMENTS TO ENGINEER 5.1 The maximum not -to -exceed amount authorized for this Agreement is $1,281,505.00. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on a Unit Price or Lump Sum basis as described in Appendix A. APPENDIX A — SCOPE OF SERVICES Add the following Paragraphs: A.2.6 Construction Administration Services — Township Pressure Plane Improvements: Olsson shall provide a suitable staff to perform the Construction Administration services for the Township Pressure Plane Improvements. Work includes the following: Project Management — Includes submittals, RFI's, change orders, work change directives, review of contractors monthly pay estimates, etc. Services also include coordination with contractor, preparation and attending a kick-off meeting as well as monthly progress meetings and Engineer site visits. Survey — Includes constructing staking at the new pump station site, new tank site and for the new 8- and 12-inch waterlines. Resident Project Representative (RPR) — Duties of RPR include project observation and reporting construction activity to Engineer, maintaining record of construction activity, performing field material testing including concrete slump, air content, etc. tests, making concrete cylinders for strength tests, and soil density testing. Scope based on RPR on site approximately four (4) hours per day during construction activities. 4. Material Lab Tests — Work includes concrete cylinder breaks, grout prisms, soil and aggregate proctors, gradation and Atterberg tests. Post Construction — Work includes creation of project close-out documents, site visit/final walk through, plans of record, etc. Compensation for these tasks are based on a construction timeline of 510 days to Substantial Completion and 540 days to Final Completion. If project construction runs longer that the aforementioned times, ENGINEER shall invoice CITY OF FAYETTEVILLE the standard hourly billing labor rate charged for those employees actually performing the work, plus reimbursable expenses if any. ENGINEER shall not commence work without CITY OF FAYETTEVILLE' S prior written approval. The staff shall consist of engineers, engineering technicians, and other assistants as may be necessary to carry on the work in an efficient and expeditious manner. A.2.7 Design Services — East Fayetteville Service Area Improvements, Contract Section III: Olsson shall provide a suitable staff to perform the Design services for the East Fayetteville Service Area Improvements, Contract Section 111. Work includes the following: Design of new 8-inch waterline including connections into existing distribution system 018-0031 & 018-0032 Amendment No.5 Page 2 and performing geotechnical borings (2 total) at Richland Creek. A.4 Compensation Add the following Paragraphs: A.4.5 Construction Administration Services — Township Pressure Plane Improvements: The maximum not -to -exceed amount for services described in Section A.2.6 Construction Administration Services — Township Pressure Plane Improvements is $282,600.00. A.4.6 Design Services — East Fayetteville Service Area Improvements, Contract Section III: 2. The maximum not -to -exceed amount for services described in Section A.2.7 Design Services — East Fayetteville Service Area Improvements is $16,300.00. For clarification purposes, Amendment No. 5 increases the maximum not -to -exceed amount of the project by $298,900.00. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and ENGINEER, by its authorized officer have caused this Amendment to be duly executed this day of 12021. CITY OF FAYETTEVILLE, ARKANSAS Bv: Mayor, Lioneld Jordan ATTEST: By: City Clerk OLSSON, INC. W. Chris Hall, P.E. Team Leader OWN'-. " FANI I / , Ron Mersch, Regional Leader END OF AMENDMENT NO. 5 TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES 018-0031 & 018-0032 Amendment No.5 Page 3 olsson 6 Date: 06-Apr-21 Job: East Service Area Imp.-CSIII & Township Improvements TOTALS Phase/ Task Description of Work Total Man -Days Total Labor Fee Total Expense Fee Total Fee 100 Township Improvements - Construction Administration Project Management 29.00 $ 32,100.00 $ $ 32,100.00 Submittals 8.75 $ 8,078.00 $ $ 8,078.00 Change Orders, RFI's & Work Change Directives 7.25 $ 7,406.00 $ 143.75 $ 7,549.75 Kick -Off and Progress Meetings 11.63 $ 13,305.00 $ 189.50 $ 13,494.50 Property Owner Meetings 5.00 $ 6,680.00 $ - $ 6,680.00 Survey - Construction Staking 10.00 $ 12,300.00 $ $ 12,300.00 Electrical - KCN 8.25 $ 10,000.00 $ $ 10,000.00 Instrument & Control - LNK 6.25 $ 7,500.00 $ $ 7,500.00 Inspection/Field Material Testing 197.00 $ 150,000.00 $ $ 150,000.00 Lab/Field Material Testing (Asphalt, Concrete, Subgrade) 16.00 $ 18,250.00 $ 7,980.00 $ 26,230.00 Project Closeout/Post Construction Services 8.25 $ 8,490.00 $ 189.50 $ 8,679.50 200 East Service Area Improvements, CSIII - Design Richland Creek Borings 6.00 $ 6,450.00 $ - $ 6,450.00 300 Additional Sassafras Hill Road Waterline Design Engineering Design 6.25 $ 5,838.00 $ $ 5,838.00 Survey 3.50 $ 4,000.00 $ $ 4,000.00 GRAND TOTAL (rounded) 323.13 $ 290,397.00 $ 8,502.75 $ 298,900.00 Township Improvements - Construction Administration $ 282,600.00 East Service Area Improvements - Design $ 16,300.00 Blew & Associates, P.A. 3825 N Shiloh Drive Fayetteville, AR 72703 (479) 443-4506 www.blewinc.com INVOICE BILL TO Diego Espinoza INVOICE # 20-1059 DATE 04/13/2020 DUE DATE 05/13/2020 DESCRIPTION QTY RATE AMOUNT TOPO - 940 W. Lawson St, Fayetteville, AR 1 900.00 900.00 Water Main Extension - 940 W. Lawson St, Fayetteville, AR - Initial 0.50 2,500.00 1,250.00 50% Ref Previous Blew # 19-5051 BALANCE DUE $2,150.00 Blew & Associates, P.A. 3825 N Shiloh Drive Fayetteville, AR 72703 (479) 443-4506 www.blewinc.com INVOICE BILL TO Diego Espinoza despinozl@gmail.com INVOICE # 20-1059B DATE 06/05/2020 DUE DATE 07/05/2020 DESCRIPTION QTY RATE AMOUNT Water Main Extension - 940 W. Lawson St, Fayetteville, AR - Final 0.50 2,500.00 1,250.00 50% Invoice 20-1059 (Initial 50% of Water Main Extension) - Paid 5/6/2020. BALANCE DUE $1,250.00 Blew & Associates, P.A. 3825 N Shiloh Drive Fayetteville, AR 72703 (479) 443-4506 www.blewinc.com INVOICE BILL TO Diego Espinoza despinozi @gmail.com DESCRIPTION Hydrant Flow Test - 940 W. Lawson St, Fayetteville, AR INVOICE # 20-1059C DATE 07/29/2020 DUE DATE 08/28/2020 QTY RATE AMOUI` 1 150.00 150.00 BALANCE DUE $150.00 M&M Excavating Estimate 377 Sulphur City Rd Fayetteville, AR, 72701 (479) 841-9285 mandmexcavating@Windstream.net For: Diego Espinoza despinozl@gmail.com Estimate No: Date: 4 02/09/2021 Description Quantity Rate Amount SRD Builders LLC 1 $0.00 $0.00 4" Water line extension approximately 200 ft Base and bedding 1 $3,700.00 $3,700.00 Materials Concrete 1 $2,700.00 $2,700.00 Materials Asphalt 1 $1,000.00 $1,000.00 Materials Dumptrucks 1 $4,200.00 $4,200.00 Materials Bond 1 $1,000.00 $1,000.00 Material Labor 1 $10,000.00 $10,000.00 Pressure check and testing line 1 $2,400.00 $2,400.00 Service 4"DR14 C900 200 $3.10 $620.00 Materials 14GATW 360 $0.14 $50.40 60 ft service 100 ft existing service 200 ft materials 3x1000 nondetect tape 1 $18.00 $18.00 Materials 1/4 M&M Excavating - Estimate 4 - 02/09/2021 Description 3M wire nut 4 for service 3 for existing service 2 materials 8x4SS tapSLV MJ Outlet Materials 4MJGV Materials 562SD V8 Materials BOXLOC Materials Concrete VLV Pad Materials 4"MJB&GPk316SS Materials 4" PVC Megalug Materials 4" Tap Materials 4x2TAPT CAP Materials 2x24 Brass Nipple Materials #77 blow off hyd Materials 4" DIP Materials 20x300 Polywrap Materials 2x100 polytape Materials 4" Dip megalug Materials Quantity 9 1 2 2 2 2 1 2 1 1 18 1 Rate Amount $3.00 $27.00 $700.00 $700.00 $445.00 $890.00 $125.00 $250.00 $23.00 $46.00 $28.00 $56.00 $46.00 $46.00 $24.00 $48.00 $650.00 $650.00 $78.00 $78.00 $69.00 $69.00 $710.00 $710.00 $19.00 $342.00 $110.00 $110.00 $6.00 $6.00 $24.00 $24.00 2/4 M&M Excavating - Estimate 4 - 02/09/2021 Description 1104SDB Stand Alone Rest Materials 3/4 SS All Thread Materials 3/4SS Hex Nut Materials 3/4 Flat SS Washer Materials 3/4 SS Eyebolt Materials 1" Ball Corp 4 for service 3 existing service 4x1 Saddle 4 for service 3 for existing service 1x3/4 Ubranch 4 for service 5/8x3/4 Setter 8 for service 3 for existing service 3/4DP End Connect 8 for service 3 for existing service 3/4 CTS End Connect 8 for service 3 for existing service 18/24 PVC Box 4 for service 3 for existing service 18" HDPE Lid 4 for service3 for existing service 1" coated Copper 100 ft for service 100ft for existing service 3/4 Coated Copper 60 ft for service 15ft for existing service 1/2 S40 PVC Pipe 20 ft for service 20 ft for existing service Quantity 1 12 4 4 2 7 7 11 7 7 200 75 40 Rate Amount $66.00 $66.00 $6.00 $72.00 $1.80 $7.20 $0.85 $3.40 $20.00 $40.00 $58.00 $406.00 $26.00 $182.00 $42.00 $168.00 $110.00 $1,210.00 $18.00 $198.00 $18.00 $198.00 $50.00 $350.00 $70.00 $490.00 $7.50 $1,500.00 $5.25 $393.75 $0.42 $16.80 3/4 M&M Excavating - Estimate 4 - 02/09/2021 Description Quantity Rate Amount 1x3/4 Male Adapter 3 $20.00 $60.00 Materials 2" S40 PVC Pipe 60 $0.78 $46.80 Materials 3/4 CTS CPLG 3 $20.00 $60.00 3 for existing service #77 blow off hyd 1 $710.00 $710.00 Materials 3/4 Insert 3 $2.00 $6.00 3 for existing service Taxes for itemized materials @ 10.59% 1 $1,081.69 $1,081.69 $10,214.35 Bores 1 $4,000.00 $4,000.00 2 for existing services Subtotal $41,006.04 Discount $6.04 TAX 0% $0.00 Total $41,000.00 Total $41,000.00 4/4 Approximately 490 linear feet of 12-inch Waterline proposed Drake Waterline Cost Share Vicinity Map NTS v a. l 2esa -" i ~CI s I 2fr1F, a, t 5 � i 4 _ O 2cC•2 L 1 _1 6 n Sh `5 2•`.62 t } J IL 7 252F, i } GORDON ' 2$04 r� _ LONG PARK 455 21 K 2777 � 1 1 w i 1 27r.,5 { 1 l � f 1 f! 2751 I ' GUIP %IiVG f rr: 6DIP 2704 r YEL 26�,2 Drake Street Waterline Replacement and Upsizing Costs COSTS FOR WATERLINE LOWERING/ REPLACEMENT - 8" Amount Unit Qty Total Principal Developer $ 300.00 Hrly 11 $ 3,300.00 Director of Development $ 225.00 Hrly 28 $ 6,300.00 Utility Contractor Bid * $ 83,085.00 LS 1 $ 83,085.00 General Contractor Fee 10 % of UC Bid $ 8,308.50 Civil Engineering Design Cost $ 7,000.00 LS 1 $ 7,000.00 Civil Permitting/Coordination $ 5,000.00 LS 1 $ 5,000.00 Civil Engineering Construction Administration $ 5,000.00 LS 1 $ 5,000.00 Civil As -Built Survey $ 4,600.00 LS 1 $ 4,600.00 Civil As -Built Record Drawings $ 3,000.00 LS 1 $ 3,000.00 SUBTOTAL $ 125,593.50 Developer Overhead 5.0%of Subtotal $ 6,279.68 Developer Profit 10.0 % of Subtotal $ 12,559.35 TOTAL $ 144,432.53 Cost Share Request: 25%of Total $ 36,108.13 ADDITIONAL COSTS FOR WATERLINE UPSIZING TO 12" Amount Unit Qty Total Principal Developer $ 300.00 Hrly 9 $ 2,700.00 Director of Development $ 225.00 Hrly 16 $ 3,600.00 Utility Contractor Bid ** $ 36,011.00 LS 1 $ 36,011.00 General Contractor Fee 10 % of UC Bid $ 3,601.10 Additional Civil Engineering Design Cost *** $ 1,840.00 LS 1 $ 1,840.00 SUBTOTAL $ 47,752.10 Developer Overhead 5.0 % of Subtotal $ 2,387.61 Developer Profit 10.0%of Subtotal $ 4,775.21 TOTAL Cost Share Request: 100%of Total Total cost share request for waterline replacement and upsizing: * Priced 09/28/2020 ** Priced 02/01/2021-Total Bid Amount $119,096 *** 8" Civil Engineering Design Completed Prior to Request to Evaluate 12" Option 54,914.92 $ 54,914.92 $ 91,023.05 No additional civil engineering fees associated with permitting, construction administration, survey, or record drawings, beyond what was initially required for the 8" replacement line. Utility Contractor Bid 8" Replacement Water Line TBE Arkansas, LLC 2013 N Old Missouri Road Springdale, AR 72764 PH: (501) 424-0051 - FAX: (205) 878-3082 Waterline Change Order Submitted to C. R. Crawford Construction 1110 S. Happy Hollow Rd. Fayetteville, AR 72704 Job Name Pen ergra ice Fayetteville, Change Order Date eptember zj, 2020 1517717171T67 Waterline Main Material 1 LS $ 56,747.07 $ 56,747.07 Bedding & Thrust Blocks 1 LS $ 8,280.87 $ 8,2 0.87 Labor 1 LS $ 5,801.50 5,80 .50 Machine Time 1 LS $ 11,345.56 $ 11,34656 LOD Change 1 LS $ 910.00 $ 910.00 Based on Plan Set Rev. 8 Dated 8128/20 Exclusions: City, State, County Permits Geo Tech Soil Testing Survey & Stalling Relocation of Existing Utilities TOTAL Is 83,085 TERMS: Net 30 days NOTICE TO OWNER FAI LURE OFTHIS CONTRACTOR TO PAYTHOSE PERSONS SUPPLYING MATERIAL OR SERVICES TO COMPLETE THIS CONTRACT CAN RESU LT IN THE FILING OFAMECHANIC'S LIEN ON THE PROPERTY WHICH IS THE SUBJECT OF THIS CONTRACT PURSUANT TO CHAPTER 429 RS MO. TO AVOID THIS RESULT YOU MAY ASK THIS CONTRACTOR FOR "LIEN WAIVERS" FROM ALL PERSONS SUPPLYING MATERIAL OR SERVICES FOR THE WORK DESCRIBED ON THIS CONTRACT. FAILURE TO SECURE LIEN WAIVERS MAY RESULT IN YOU PAYING FOR LABOR AND MATERIAL TWICE. IF CONTRACTOR OBTAINS THE SERVICES OF AN ATTORNEY FOR ANY PROCEEDING RELATING TO THIS BID/INVOICE, THEN THECUSTOMER SHALL PAYALLATTORNEYS' FEESAND COURT COSTS INCURRED BYCONTRACTOR, THIS PROPOSAL SUBJECT TO CHANGE IF NOT ACCEPTED WITHIN THIRTY (30) DAYS OF DATE STATED ABOVE. Prepared By: Date Accepted ® ADDITIONAL WORK Civil Engineering Proposal 8" Replacement Water Line ❑ CHANGE IN SCOPE OF SERVICES EXTRA WORK AUTHORIZATION WORK WILL SE PERFORMED UNDER THE SAME TERMS &CONDITIONS AS IN ORIGINAL AGREEMENT. UNLESS OTHERWISE STATED THESE SERVICES WERE VERBALLY DIRECTED AND/OR APPROVED BY: (Morgan Hooker) ON: (7/1/2020) DATE: July 10, 2020 CLIENT: 1155 Properties, LLC PROJECT NAME: Fayetteville AR/ Drake Farms- Multi -Phase CLIENT CONTACT: Neal Pendergraft PROJECT NO.: 31296 PROJECT MANAGER: Ryan Evitts DATE OF CURRENT CONTRACT: 05/03/19 Description of Services & Compensation: See attached Exhibit A for scope of services and compensation proposed. If this Authorization is not executed within 30 days, it becomes null and void. This Authorization is only valid if addressed and executed by the authorized signature of the original contracted entity or its assignment as approved per the original contract Terms and Conditions. Agreed to by CEI ENGINEERING ASSOCIATES, INC. Agreed to on this date: (Signature) (Date) Distribution: (Company Name) (Company Authorized Representative & Title) (Signature) PLEASE SIGN & RETURN ORIGINAL ❑ CALIFORNIA ❑ TEXAS-HOUSTON 0 ARRANSAS ❑ MINNESOTA O PENNSYLVANIA 4800 Sugar Grwe Boulevard 3108 SW Regency Parkway 22235"Street 550 Twnahl, Line Road Suite 120 Suite 2 910813 Su tr,450 Staflorq TX 77477 Bentonville. AR 72712 White Bear Lake, MN 55110 Blue Dell, PA 19422 (281)4940380 (479)273-9472 (800)433-1173 (800)43341733 (281) 491 FAX :479) 27MM4 FAX ❑ TEXAS-DALIAS 7543 Ni Ingram Avenue T8Wesl Raza Suite 107 303OLM Freeway. Sure 100 Fresno. CA 93711 Delos. TX 75234 (559)*l7 3119 (972)488-3m 1559) "7.3129 FAX (972) 488-8732 FAX 1155 Properties, LLC Fayetteville AR/ Drake Farms- Water Line Lowering 07/10/2020 EXHIBIT A PROJECT DESCRIPTION CEI understands the existing waterline located on the north side of Drake Street was discovered at 2 feet below existing grade while the contractor was undercutting for the installation of the construction exit shown on the approved Tract 3 development plans. CEI is aware the line will need to be adjusted to accommodate the proposed development grades and features of associated development. CEI understands the Developer has requested the waterline be lowered along the property frontage for both Tracts 3 and 4 respectively and minimally west of Tract 4 as required to complete the connection back to the existing water main. CEI understands the work will be submitted to the City of Fayetteville engineering department as a plan revision to the previously approved development plans for Tract 3. Once approved by the City, plans will be submitted to the Arkansas Department of Health for final approval prior to commencement of improvements. This proposal is based on preliminary discussions with the City concerning engineering review and approval process and services required to complete the associated work. All service and main extensions into the Drake Farms development will require adjustments and drawing revisions necessitated by the change in location of the existing line with additional adjustment likely necessary for landscaping within the waterline easement. Scope of services includes revisions to Tract 3 engineering plans reflecting the water line scope of work, permitting, construction observation, and as -built record drawings 11. SCOPE OF SERVICES A. Updated Utility Plans (Drake Street Water Line Lowering) CEI project team to produce civil engineering construction drawings for water line relocation / lowering along the north side Drake Street along property frontages associated with Tracts 3 and 4. The existing waterline was discovered by the contractor 2 feet below existing grade along the Drake Street right-of-way and will need to be lowered to accommodate the development associated with Tract 3 & 4. A concept sketch will be coordinated with the Developer (High Street Real Estate & Development) and Town Architect (Mike Watkins Architect) for evaluation of potential development conflicts and review of below grade utility locations that would compromise the at -grade aesthetic established for Drake Farms. The attached 'Exhibit B' shows the area of waterline relocation associated with this Extra Work. Phase of services is said to be complete when plans have been reviewed and approved by Client and submitted to the City of Fayetteville for their initial review. The work is expected to include the below items. • Development of design plans and profiles for water line lowering meeting City of Fayetteville and Arkansas Department of Health (ADH) specifications. • Analysis of existing and proposed grading expected to be completed with Tract 3 & 4 to ensure waterline depth supports proposed grade elevations for plaza space on the south side of building 1, porch and stairway connection on the south side of building 2, bike accessible coffee plaza and connection to Drake Street trail, future trail extension west, and driveway connections to Drake Street. • Review of future utility connections and/or extensions associated with Tracts 3 & 4 that could influence aboveground elements such as plazas, bollards, street trees, and on -street parking. • Revisions to construction plans for Tract 3 water main extension from Drake Street into development, hydrant leads including profiles, and fire suppression lead lines and profile associated with City -approved plans for Tract 3. • Review and analyze Tract 4 water line point of connection for future expansion into Tract 4 development. The following items are excluded from this Phase of Service: • Plan revisions associated specifically with the water line lowering, if any, required by Authority Having Jurisdiction. • Client requested meetings to discuss scope of work and at grade design vision impacts and weekly OAC coordination meetings shall be billed under Scope Item F, Discretionary Meeting Allowance of the original contract. Fees(lump sum) ............................ ....................................................................................................... $7,000.00 Page 2 of 4 1155 Properties, LLC Fayetteville AR/ Drake Farms- Water Line Lowering 07/10/2020 B. Additional Permitting/Coordination (Drake Street Water Line Lowering) Updated plans, as required, shall be submitted to thejurisdiction for review and approval. Comments received will be reviewed and required plan revisions will be completed and resubmitted until all jurisdictional comments have been satisfied. Scope of work includes project team time for responding to permitting comments received from City of Fayetteville engineering and Arkansas Health Department, coordination with project team to complete plan revision, and resubmittals. Phase of services is said to be complete when plans have been reviewed and approved by Arkansas Department of Health and final plans bearing the City of Fayetteville approval stamp have been issued for construction. The work is expected to include the below scope. • Preparation and completion of permitting submittal forms, narratives, Opinion of Probable Cost (OPC), and administrative time to compile and deliver submittals. • Project team coordination with jurisdiction, completing plan revisions associated with jurisdictional review comments, preparing comment responses, and attendance of meetings required by the jurisdiction. Fees(hourly, estimated)....................................................................................................................... $5,000.00 Reimbursable expenses are excluded from the fee quoted above. Expenses associated with this phase of services are estimated to be $500 to be invoiced in accordance with Section VI of the original contract. C. Additional Construction Administration (Drake Street Water Line Lowering) CEI is available as needed by Client to provide limited construction administration during the construction of this scope of work. Said services, which may also include Client -directed plan changes or other revision, shall commence upon final approval by the jurisdictional authorities. Required site observation for this project by the municipality is anticipated to be at weekly intervals throughout construction; the scope of services estimated below may be adjusted for more frequent site visits as requested by Client. Such services may include, but are not limited to preconstruction meetings with governmental entities or project team, reviewing contractor submittals, responding to contractor requests for information, construction observation as requested or required by the municipality, project record drawings, and final project site closeout as may be required. Inspections, submittals, and coordination for acceptance of the relocated watermain will be required as an independent and additional process with the City and are included in the estimated fees below. Construction staking is not included in this proposal, but this service is available to the Owner or Contractor upon request as an additional service. Fees(hourly, estimated) ................................................ ............................................... ........................ $5,000.00 Construction Administration fees are charged only for services related to contractor support, such as responses to Requests for Information (RFIs) or coordination of services such as testing or municipal inspections, services or revisions as requested by Client, or as required for jurisdictional acceptance. Fee estimate above is based on an assumed construction duration of 3 months, or (3) 5-day weeks and includes 1 hour of Department Manager, 4 hours of Project Manager, 6 hours of Project Engineer, 36 hours of Construction Observer, and miscellaneous administration expenses. Should requested Construction Administration services exceed estimated fees, such additional services shall be invoiced at the standard hourly rates as detailed in Section V/ below. Reimbursable expenses are excluded from the fee quoted above. Expenses associated with this phase of services are estimated to be $500 to be invoiced in accordance with Section VI of the original contract. Page 3 of 4 1155 Properties, LLC Fayetteville AR/ Drake Farms- Water Line Lowering 0711012020 D. Limited As -Built Survey (Drake Street Water Line Lowering) CEI survey team to collect limited as -built utility survey data consisting of surveying the location of gas line as marked by One -call utility locating services and existing waterline pipe elevations within test dig locations provided by contractor. Information will be formatted for use by civil engineering team for reference during development of water line lowering / relocation drawings. Services also includes surveying as -built waterline information as required by City of Fayetteville requirements. A sealed survey will not be provided with this scope of work. All work will be supervised by an Arkansas Professional Land Surveyor. Client may choose to limit the amount survey time for initial project planning; however, it is recommended by the civil engineering team that gas and waterline data be collected for preparation of civil engineering plans. Time required for as -built construction will vary based on the number of trips required to collect necessary information as noted per Scope Item E included below. CEI Project Team will coordinate with the contractor to limit the number of trips to the site but cannot guarantee the total number visits by survey crew to collect the required information based on unknown construction sequence proposed by Client's contractor. Fees (hourly, estimated).................................................................. $4,600.00 .................................. . Reimbursable expenses are excluded from the fee quoted above. Expenses associated with this phase of services are estimated to be $500 to be invoiced in accordance with Section VI of the original contract. E. As -Built Record Drawings (Drake Street Water Line Lowering) Because it is essential that the relocated watermain be accepted by the City in order to be placed in service to provide uninterrupted water service to its customers, it will be necessary to provide an additional and independent field survey for record locations. As -built Record Drawings shall be prepared utilizing as -built data collected by CEI survey team. Plans shall be prepared and presented to municipal officials for review prior to requesting final acceptance of streets, sanitary, water line and storm sewers. Water drawings shall indicate the location where the water line was installed and have the following items surveyed during/after construction and shown on the drawings: • Fire hydrant — location and top operating nut elevation, valves, fittings, service lines, service saddles used for testing location, meters, and tapping sleeves. • Any other pipe penetrations, and steel encasement or marked sleeves. • Details shall be provided for all vertical offset water lines, profile drawings. • Pipe: manufacture, material, diameter, production code / lot code, pipe class, pressure class • Valves: manufacturer, model number, year manufactured, type, diameter • Hydrants: manufacturer, model number, year manufactured, depth of bury including extensions Fees(lump sum)................................................................................................................................... $3,000.00 Page 4 of 4 ffi FS-1, I �Ir I F4-p-l.; -1-- PHASE 16 a,.ASF A 4 gx I �IT B PHASE 18 PHASE 1A I II II II II II II II I II II II II II II II II 11 41� Know what's below. Call before you dig. EXISTING LEGEND E14 �T 11-�- PROPOSED U71LIP( LEGEND IN GENEIII- U7:Lll COTES Engineering Associates, Inc. NSTRJ,arCN DRAKE FARMS OVERALL UTILITYPLANPHASE 1A 7r Utility Contractor Bid 12" Up -sized Replacement Water Line TBE Arkansas, LLC 2013 N Old Missouri Road Springdale, AR 72764 PH: (501) 424-0051 - FAX: (205) 878-3082 Waterline Change Order Submitted to C. R. Crawford Construction 1110 S. Happy Hollow Rd. Fayetteville, AR 72704 Job Name -----Fe—ndergraft Office Fayetteville, AR Change Order Date February 1, 2021 ate ine ain Material 1 LS $ 81,737.00 $ 81,737.00 Bedding & Thrust Blocks 1 LS $ 11,870.00 11,870.00 Labor 1 LS $ 8,316.00 8, 16.0 Machine Time 1 LS $ 16,263.00 16 263.00 LOD Change 1 LS $ 910.00 $ 910.00 Based on Plan Set Rev. 12 Dated 12-11-20 Exclusions: City, State, County Permits Geo Tech Soil Testing Survey & Staking Relocation of Existing Utilities TOTAL Is 119,096 TERMS: Net 30 days NOTICE TO OWNER FAILURE OF THISCONTRACTOR TO PAY THOSE PERSONS SUPPLYING MATERIAL OR SERVICES TO COMPLETE THIS CONTRACT CAN RESULT IN THE FILING OFAMECHANIC'S LIEN ON THE PROPERTY WHICH IS THE SUBJECT OF THIS CONTRACT PURSUANT TO CHAPTER 429 RS MO. TO AVOID THIS RESULT YOU MAY ASK THIS CONTRACTOR FOR'LIEN WAIVERS" FROM ALL PERSONS SUPPLYING MATERIAL OR SERVICES FOR THE WORK DESCRIBED ONTHIS CONTRACT. FAILURE TO SECURE LIEN WAIVERS MAY RESULT IN YOU PAYING FOR LABOR AND MATERIAL PLAICE. IF CONTRACTOR OBTAINS THE SERVICES OF AN ATTORNEY FOR ANY PROCEEDING RELATING TO THIS BID/INVOICE, THEN THE CUSTOMER SHALL PAY ALLATTORNEYS'FEESAND COURT COSTS INCURRED BY CONTRACTOR. THIS PROPOSAL SUBJECT TO CHANGE IF NOT ACCEPTED WITHIN THIRTY (30) DAYS OF DATE STATED ABOVE. Prepared By: Date Accepted By: Dale Civil Engineering Proposal 12" Up -sized Replacement Water Line lei ® ADDITIONAL WORK ❑ CHANGE IN SCOPE OF SERVICES EXTRA WORK AUTHORIZATION WORK WILL BE PERFORMED UNDER THE SAME TERMS&CONDITIONS AS IN ORIGINAL AGREEMENT: UNLESS OTHERWISE STATED THESE SERVICES WERE VERBALLY DIRECTED AND/OR APPROVED BY: Morgan Hooker ON: 11/11/2020 DATE: 11 /20/2020 CLIENT: 1155 Properties, LLC PROJECT NAME: Fayetteville AR/ Drake Farms- Multi -Phase CLIENT CONTACT: Neal Pendergraft PROJECT NO.: 31296 PROJECT MANAGER: Ryan Evitts DATE OF CURRENT CONTRACT: 05/03/19 Description of Services & Compensation: Drake Street Watermain Lowering Upsizing See attached Exhibit A for scope of services and compensation proposed, If this Authorization is not executed within 30 days it becomes null and void. This Authorization is only valid if addressed and executed by the authorized signature of the original contracted entity or its assignment as approved per the original contract Terms and Conditions. Agreed to by CEI ENGINEERING ASSOCIATES, INC. Agreed to on this date: (Signature) (Date) Distribution: (Company Name) (Company Authorized Representative & Title) (Signature) PLEASE SIGN & RETURN ORIGINAL ❑ CALIFORNIA 0 ARKANSAS ❑ MINNESOTA ❑ PENNSYLVANIA 3108 SW Regency Parkway 22235"Street 550 Township Line Road Suite 2 #10813 Suite 450 Benronville. AR 22212 Mile Bear Lake. MN 55110 Blue Bell. PA 19422 (479)273-9472 (800)4334173 (BF10143311]3 (479) 223ZIB44 FAX ❑ TEXAS—DALLAS ❑ TEXAS—HOUSTON 2543 N. lergrann Avenue T-West Pat. 4800 Sugar Grove Boulevard Suite 107 M30 LEU Freevay, Suite 1GO Suite 120 Fresno. CA 93711 Dallas, TX 75234 Stafford. TX 7]47] (559) 417-31 19 (972) ZS-3737 (251)4WM60 (559) 4473129 FAX (972)4SM732 FAX (281)494-03D9 FAX 1155 Properties, LLC Fayetteville AR/ Drake Farms- Pipeline Revisions 11/20/2020 EXHIBIT A SCOPE OF SERVICES A. Watermain Upsizing Due to insufficient cover of existing watermain along the north side of Drake Street, CEI has previously completed drawings to detail the lowering of the subject watermain. CEI understands that City of Fayetteville Utilities Department has requested that Owner increase the watermain size from 8-inch to 12-inch to benefit future development within the City. CEI project team to produce civil engineering construction drawings for water line relocation/lowering with the larger diameter, adjust for any conflicts with other existing or proposed utilities, and coordinate design and drawing revisions for main extensions and service connections to the relocated and enlarged main. Drawings shall be submitted to City of Fayetteville staff and subsequently forwarded to the Arkansas Department of Health for any necessary reviews and approval. The attached 'Exhibit B' shows the area of waterline relocation associated with this Extra Work Authorization. Phase of services is said to be complete when plans have been reviewed and approved by Client and submitted to the City of Fayetteville for their initial review. Fees(lump sum) ....................................................... .................................................................................. $1,840.00 Page 2 of 3 1155 Properties, LLC Fayetteville AR/ Drake Farms- Pipeline Revisions 1112012020 EXHIBIT B WATERMAIN UPSIZING Page 3 of 3 General Contractor Contract Section 4.6 — Fees for Change Orders init. AIA Document A101a'— 2017 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the Twenty -Fourth day of June in the year Two Thousand Twenty (In words. indicate day, month and yem ) ADDITIONS AND DELETIONS: The author of this document has BETWEEN the Owner: added information needed for its (Nance, legal stains, address and other information) completion. The author may also have revised the text of the original 2828 Mansfield, LLC AIA standard form. An Additions and Deletions Report that notes added PO Box 4245 information as well as revisions to Fayetteville, Arkansas 72702 the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates and the Contractor: where the author has added (Name. legal status. address and other inforncation) necessary information and where the author has added to or deleted CR Crawford Construction, LLC from the original AIA text. 1102 S. Happy Hollow Road This document has important legal Fayetteville, Arkansas 72701 consequences. Consultation with an attorney is encouraged with respect to fts completion or modification, for the following Project: The parties should complete (,'Vance, location and derailed description) A1011N.-2017, Exhibit A. Insurance and Bonds, contemporaneously Win Pendthis Office Building Agreement. AIA Document 828 Ma 2828 N Mansfield Street A201 'R-2017, General Conditions of Fayetteville, Arkansas 72703 the Contract for Construction, is adopted In this document by reference. Do not use with other The Architect: general conditions unless this (Name, legal scat", address and other information) document is modified. Nequette Architecture & Design 2227 2nd Avenue North Birmingham, Alabama 35203 The Owner and Contractor agree as follows. AIA Document A101 -2017. Copyright® 1916 1918. 1925. 1937 1951, 1958. 1%1 1963, 1967, 1974, 1977, 1987, 1991. 1997, 2007 and 2017 by The American In anute of Archaects All right; re6eNad The Amercan Instill -e of Aid, Re, is A n. me AIA I ogo 'A, cat and AIA Conl'aG Dowmenls are ld registered trademarks and a,ay not be used w4houl herm:ss:or This document was omdured by AAA software al 1213'20 ET on onvsi 2o20 under Oiler No 2064561161 wch expires on OlJC6a021. is trot for resale, is (behead for one-time use only, and may only be usee n accordance with the AIA Contract Documents 9 Terms of Service To report mpynght violations. e-mail oopyrighl@ate org I I— Nnlen (389ADA30) TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 CONTRACTSUM 5 PAYMENTS 6 DISPUTE RESOLUTION 7 TERMINATION OR SUSPENSION 8 MISCELLANEOUS PROVISIONS 9 ENUMERATION OF CONTRACT DOCUMENTS ] (Paragraph Deleted) ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary, and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement, and Modifications issued after execution of this Agreement, all of which form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations, or agreements, either written or oral. An enumeration of the Contract Documents, other than a Modification, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents, except as specifically indicated in the Contract Documents to be the responsibility orothers. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION § 3.1 The date of commencement of the Work shall be: (Check one of the follolring bases.) [ ] The date orthis Agreement. [ ] A date set forth in a notice to proceed issued by the Owner. [X ] Established as follows: (Insert a dale or a means to determine the plate ofcomntencement of the Work.) Date of Building Permit or Notice to Proceed, whichever is later. If a date of commencement of the Work is not selected, then the date of commencement shall be die date of this Agreement. § 3.2 The Contract Time shall be measured from the date of commencement of the Work. § 3.3 Substantial Completion Init. PIA Document A101°— 2017. CopyughlS 1915 1918. 1925, i937 1951, 1958, 196t, 1963. 196I. 1974. 1977 1907, 1991, 1997. 2007 and 2017 by Tl-e American Institute of Arendects All mints reserved The "American Institute of Amneects "AiA,'the AIA Logo 'A101 'and ALA Contract Documentsare negiste. red nademarlas and may not be used without permisslno Th s docamentwas produced by AIA software a: 12. 13-.20 ET on 06.2412020 under Order t No 2084561161 which expires co 07'0512021, is not for resale, is licensed for one 4me use oniv and may on be used in accordance wan the ALA Connect Cocumanhr Terms of 5erwca To report mpynghlviclalions, a -mail copy) ght@ala org User Notes: {369ADA30) § 3.3.1 Subject to adjustments of the Contract Time as provided in the Contract Documents, the Contractor shall achieve Substantial Completion of the entire Work: (Check one of the follorring baser and complete the necessmy information.) [ X ] Not later (ban Fourteen ( 14 ) months front the date of commencement of the Work. [ ] By the following date. § 3.3.2 Subject to adjustments of the Contract Time as provided in the Contract Documents, if portions of the Work are to be completed prior to Substantial Completion of the entire Work, the Contractor shall achieve Substantial Completion of such portions by the following dates: Portion of Work Substantial Completion Date § 3.3.3 if the Contractor fails to achieve Substantial Completion as provided in this Section 3.3, liquidated damages, if any, shall be assessed as set forth in Section 4.5. ARTICLE4 CONTRACTSUM § 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract. The Contract Sum shall be Six Million, Six Hundred Seventy -Three Thousand Dollars ($ 6,673,000.00 1, subject to additions and deductions as provided in the Contract Documents. § 4.2 Alternates § 4.2.1 Alternates, if any, included in the Contract Sum: Item Not applicable Price § 4.2.2 Subject to the conditions noted below, the following alternates may be accepted by the Owner following execution of this Agreement. Upon acceptance, the Owner shall issue a Modification to this Agreement. (Insert below each alternate and the conditions that must be metfor the 0lwner to accept the alternate.) Item Price Not applicable § 4.3 Allowances, if any, included in the Contract Sum: (identify each allowance.) Item Price Custom Vanities $21.000.00 Exterior Signage $15,000.00 Custom Steel Mirrors $6,000.00 Data, Security, & Access Control $30,000.00 Sitework Contingency $100,000.00 Building Contingency $125,000.00 Masonry Contingency $50,000.00 Conditions for Acceptance § 4AUnit prices, if any: (Identify the hem and state the unit price and quantity limitations, ifrurv, to which the unit price will be applicable) Item Not applicable Units and Limitations Price per Unit ($0.00) § 4.5Liquidated damages, if any: (Insert terms and conditions /or liquidated damages, It Cozy) Inn. AIA Document A101 a-2017. Copynghl® 1915. 1918. 1925, 1937. 1951 1958. 1961, 1953. 1967. 1974. 1977, 1987. 1991, 1997, 2007 and 2017 by The American Institute of Architects All nghts reserved, The'Amermil Inahtuds of Accrua ts.-AIA,'the AIA Logo, ".A101 'and "AiA contract Documentsare registered trademarks and may not be used without permission This document was praduced by AIA software at 12't3 20 ET on 06,1412020 under Order t No 2034661161 which expires on 07105/2021. is no. for resale, is licensed for one here use only. and may only be used in accordance wits the AIA Contract Documents' Terms of Service To report copyright violations, e-mail copynghl@aia peg distillates: (389ADA30) Not applicable § 4.6 Other: (Inse)t prori,eiarzr,Jnr hrmlc nr other in( its, If an't, that migln restdt of o cGeurge to die Conn aci Stiff;.) Additive change orders are cost of work plus 10%q Deductive change orders are cost of work only. ARTICLE 5 PAYMENTS § 5.1 Progress Payments § 5.1.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. § 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: § 5.1.3 Provided that an Application for Payment is received by the Architect not later than the Twenty-fttth day of a month, the Owner shall make payment of the amount certified to the Contractor not later than the Fifteenth day of the fallowing month. [fan Application for Payment is received by the Architect after the application date fixed above, payment of the amount certified shall be made by the Owner not later than Twenty-one (21 ) days after the Architect receives the Application for Payment. (Federal, stare or local lams may require payment within a certain period of tine) § 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form, and supported by such data to substantiate its accuracy, as the Architect may require. This schedule of values shall be used as a basis for reviewing the Contractor's Applications for Payment. § 5.1.5 Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. - § 5.1.61n accordance with AIA Document A2017^I-2017, General Conditions of the Contract for Construction, and subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: § 5.1.6.1 The amount of each progress payment shall first include: .1 That portion of the Contract Sum properly allocable to completed Work; .2 That portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction, or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing; and .3 That portion of Construction Change Directives that the Architect determines, in the Architect's professional judgment, to be reasonably justified. § 5A.6.2 The amount of each progress payment shall then be reduced by: .1 The aggregate of any amounts previously paid by the Owner; .2 The amount, if any, for Work that remains uncorrected and for which the Architect has previously withheld a Certificate for Payment as provided in Article 9 of AIA Document A201- 1017; .3 Any amount for which the Contractor does not intend to pay a Subcontractor or material supplier, unless the Work has been performed by others the Contractor intends to pay; .4 For Work performed or detects discovered since the last payment application, any amount for which the Architect may withhold payment, or nullify a Certificate of Payment in whole or in part, as provided in Article 9 of AIA Document A201-2017: and .5 Retainage withheld pursuant to Section 5.1.7. Init AlA nocvmentAlml°-2m1r. oVYlyM71915, 1918.1925 The Arnenca3] ant.onA 1-tea1.s 3. 1967194 o, -01 'd*A1A 9.20e7anc2m9Cy Toe A.mancan InsM14�te O( Afceiteeu Ai gh15 •baerveo The-Aihef¢an Insl lute ai ivch�teQa 'AIA ' eha d1A Logo, 'AtC l antl 'AIA Contract Cocume+(s are registered ;ratlemarhs artl may nm be used w�Mout cermission This tlocumem was pmJucac by 41P. seitnare al 1?-' 3 2C ET cn-�62J!2G?0 untler prae: t No 2mBP551 t61 '.vhm_� e'api es an C; %CS/1C2t, is not for'esale s neensed taro" orne cse only, antl may only se setl m accordance ear. the AIA Contract Cocumen;s° Terms of Sara ce To report convnghl rlelalions, e-nau wpyrighu rasa org User Notes: 1369ACA3Cl § 5.1.7 Retainage § 5.1.7.1 For each progress payment made prior to Substantial Completion of the Work, the Owner may withhold the following amount, as retainage, from the payment otherwise due: (Insert a percentage of amount to be withheld as reloinage from each Appiication for Payment. The rnnounl of rerainage it be limited by governing lau•) 10% § 5.1.M.1 The following items are not subject to retainage: (Insert any itents not subject to the withholding ofretainage, such as general conditions, inireronce. etc.) General conditions, insurance, and materials purchased by contractor § 5.1.7.2 Reduction or limitation of retainage, i f any, shall be as follows: (If the retainage established in Section 5. L7 1 is to be modified prior to Substantial Completion of the entire Work inchiding modifications jar Substantial Completion oj'portions of'1he Work as provided in Section 3.3.d, insert prolsionsfor such modifications.) Reduce to 5% once the project is 50% complete § 5.1.7.3 Except as set forth in this Section 5.1.7.3, upon Substantial Completion of the Work, the Contractor may submit an Application for Payment that includes the retainage withheld from prior Applications for Payment pursuant to this Section .5.1.7. The Application for Payment submitted at Substantial Completion shall not include retainage as follows: (Insert any other conditionsfor release ofreiainage upon Substaniial ('onpleiion.) § 5.1.8 If final completion of the Work is materially delayed through no fault of the Contractor, the Owner shall pay the Contractor any additional amounts in accordance with Article 9 of AIA Document A201-2017. § 5.1.9 Except with the Owner's prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. § 5.2 Final Payment § 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when .1 the Contractor has fully performed the Contractexcept for the Contractor's responsibility to correct Work as provided in Article 12 of AIA Document A201-2017, and to satisfy other requirements, if any, which extend beyond Final paymcnt; and .2 a final Certificate for Payment has been issued by the Architect. § 5.2.2 The Owner's final paymcnt to the Contractor shall be made no later than 30 days after the issuance of the Architect's final Certificate for Payment, or as follows: 30 days after issuance of Certificate of Occupancy if all punch list items are complete. § 5.3Interest Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert role of imeresi agreed upon. if oun. 10 %annum [nit AI A Document A101s-2017. Copyegnl©1915 19t8 -920 1937 1951 1958. 1961 '963. 1967197a 197' 1987 1901. 1997 2007 and 2D17 oy 1^a Amarean Institute of Arcndeau, A., fig :-19 reserved the 'Amen -an :nslitu:e of Ar haects 'AIA,the AIA Ipgp. 'A I a 1 - and AIA Contract nncr,ments' are reg.stered trader's, rs ana may not oe used AIF^.oit aorelIsslo� Try s document was omouced ay AIA software at 12: 12 20 ET an 06242020 urder O'cer l N. 208456/161 n hill axp res In 071e6'2021 Is net for resales licensed for pnr-:ime use oily and may pnly ca used n a,o,da nee with ee AIA C;rntracl Documenls'Terns of 5,,,e To epor.wpyr9ht mot ahons. e,an mpyngru@.,. org User Notes Inn 9A DA3'.i) Init. ARTICLE 6 DISPUTE RESOLUTION § 6.1 Initial Decision Maker The Architect will serve as the Initial Decision Maker pursuant to Article 15 of AIA Document A201-2017, unless the parties appoint below another individual, not a party to this Agreement, to serve as the Initial Decision Maker. (If the parties nintually agt ee. insert the name, address and other conhrcr information of the Initial Decision .1 Iaker. it other than the : I r'c hiiec't ) § 6.2 Binding Dispute Resolution For any Claim subject to, but not resolved by, mediation pursuant to Article 15 of AIA Document A201-2017, the method of binding dispute resolution shall be as follows: (Check the appropriate box.) [ ] Arbitration pursuant to Section 15A of AIA Document A201-2017 [X ] Litigation in a court of competent jurisdiction [ ] Other (Spec) If the Owner and Contractor do not select a method of binding dispute resolution, or do not subsequently agree in writing to a bindingdispute resolution method other than litigation, Claims will be resolved by litigation in a court Of competent jurisdiction. This Agreement shall be construed in accordance with the laws of the State of Arkansas. The exclusive venue for the litigation of any disputes arising hereunder or related hereto shall be either Washington County Circuit Court or United States District Court, Western District of Arkansas, Fayetteville Division. By executing the Agreement, Owner hereby voluntarily, knowingly, and intentionally submits itself to the personaf jurisdiction of the courts referenced herein for the purpose of litigating any and all disputes with Contractor related to this (Paragraph Deleted) Agreement. ARTICLE 7 TERMINATION OR SUSPENSION § 7.1 The Contract maybe terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A201-2017. § 7.1.1 If the Contract is terminated for the Owner's convenience in accordance with Article 14 of AIA Document A201-2017, then the Owner shall pay the Contractor a termination fee as follows: (Insert tire amount of, or method far determining, the fee. itrany, payable to rile C'ornractor fallou,ing a termination for the Ou•ner ds convenience.) § 7.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A201-2017. ARTICLE 8 MISCELLANEOUS PROVISIONS § 8.1 Where reference is made in this Agreement to a provision of AIA Document A201-2017 or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. § 8.2 the Owner's representative: AIAOoavnent At al"-201i..^.Nt r,htls ..i tT, t925. t9P 195 t. t(Ar 1,11 153] I-y'h : 74 1977 '98IIi •.e AC r,in ano201%bv The inenere ls3dereaf Architect. rot her !s d;wrretl T'x'A:nerrcandd.0 teed A:cm!eG'd 'led I41rk sn Lear qIJ�"ana A.a j!3/241 Documents are No 2teretl 1161 which and may rot her use5;20 1 !scut for F ashle iC MSed' ern e t o s,retl by rin sonvare a: 12 "a.20 FITcc an :al�4QG20 A A rd,ho No Pavendr tat rvhrch expses on o' oll mp Is i v Ian resale is aj rdI tl !m ga[o me se nary, an, may on,y be usac n acmmance [runt the A'A ^cterae! Do<cmeatse Term-s cf Sarv,ee To reprrt vnDYri9hl r+olaGons amatl copynghLTvela oiy User Notes: t3n9,ll)A3,^�1 t A - I'll e. luldreas, email oddness. Intl other iriornrrrli,onI Morgan Hooker High Street Real Estate & Development, LLC 5530 Carley Road Springdale, Arkansas 72762 § 8.3 The Contractor's representative: (v"atne, address, entail address, and other it jornhation) Jason Keathley or Trent Rogers 1102 S. Happy Hollow Road Fayetteville, Arkansas 72701 § 8.4 Neither the Owner's nor the Contractor's representative shall be changed without ten days' prior notice to the other party. § 8.5 Insurance and Bonds § 8.5.1 The Owner and the Contractor shall purchase and maintain insurance as set forth in AIA Document A 101 rot _ 2017, Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum and elsewhere in the Contract Documents. § 8.5.2 The Contractor shall provide Builders Risk coverage in the amount of the contract. (Paragraphs Deleted) § 8.70Eher provisions: ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS § 9.1 This Agreement is comprised of the following documents: .1 AIA Document AloIT^'-2017, Standard Fort of Agreement Between Owner and Contractor .2 AIA Document A201TA1-2017, General Conditions of the Contract for Construction (Paragraphs Deleted) .5 Drawings Number Title Date Exhibit C Drawing Log .6 Specifications Init. AIA Document A 101 2017.E pyrlgh' ❑IS 1518. 1925 190 1951 1953 1161 I S63 195' I0 a 1W] 1187-1Jr. 199" a0C]ana 201T by The Arse <ar su[ to ..f Ar,.n ,ach III rgh6 rasa vec he "Aete•ieot 1t "^f ATh e Is AA 'the AA ogo A101' d AIACortract0mmmeno are sq 512.ed Vadamareb and may not be moad w tnol. Ic-'mr";b,, L.5 h m ,t was and d by AIA sollware at 12 is 0 ET o11 06/242020 Imdar Order No 208466 16 w". 0 h ex r'res o1 C M5,202i. 5 not for resole. is lsed or one-1'ma lse ai y and .way e1:y 00 u^d I accordance r Ih the AIA Contact Doi re, Is of se "Ice —a repolcoeiget Iclahces. e-ma I C00y,ign:@11a Ord User Notes: i, t59ACA301 Section Title Date Pages Exhibit D Specification Log 7 Addenda,ifany: Number Addendum #1 Addendum #2 Date Pages May 26, 2020 1 May 30, 2020 15 Portions of Addenda relating to bidding or proposal requirements are not part of the Contract Documents unless the bidding or proposal requirements are also enumerated in this Article 9. .S Other Exhibits: (Check all boxes that apply and include appropriate in (brnmrion identifying the exhibit where required) [ [ AIA Document E204T"-2017, Sustainable Projects Exhibit, dated as indicated below: (Jnsert the date of the E204.2017 incorporated into this Agreement.) ( ] The Sustainability Plan: Title Date [ ) Supplementary and other Conditions of the Contract: Document Title Pages Date Pages Other documents, if any, listed below: (List here any additional documents that are intended to farm part oj'ihe Contract Doctouenis :11.1 Document A 10 11 `12017 provides that the advertisement or invitation to bid, insonctions to Bidders, smnple forms, fire Contraclor's bid or proposal, portions of'4ddenda relating to bidding or proposal requirements. and other infornnation fffrnished by the D1vner in anticipation of receiving bids or proposals, are not part of the Connect Dxuments uniess enunrerated in this Agreement .Ivy. such documents should be listed here only ifinfended to be part of the Contract Documents.) Exhibit A- Insurance Certificate Exhibit B- Bid Breakdown dated June 23, 2020 This Agreement entered into as of the day and year first written above. OWNER (Signature) Neal Pendergrafl, Trustee for G.P. (Printed name and title) CO ACTOR (Signature) ason Keath_kv. Vice President (Printed rrarne and title) -- __ IA Init. American menu A701^-2te 7. Copy remit) 19ve 191a 1a 5, 1337 195I 195a. 1961 9, 1967 1I r- 10 -.'937 991. 19C. 2007 and . 017 by The American Institute of Arcnaeds NI rights reserved i , tl ..L., r ,- a r,,, I+ -t... ' i .,:m J r3.1,. is ,s a=.0 m-ry e(c . ;ee : &T F i �� This document was produced by AIA software at 12:13.20 ET on 06124,2020 under Ord., f No 2064561161 which expires on 07105=1 is nw for resale, is licensed for one-time use only. and may oN., be used in accordance with tde AIA Cont-act Documents -Terms of Service To repon copyright violationse-mail wpynghl@aia are User Notes: (3a9ADAd0) West Fork White River Macroinvertebrate Assessment Jennifer L. Bouldin SCOPE of Macroinvertebrate Assessment: Conduct a biological assessment on approximately 8,000-foot section of the West Fork White River (WFWR) on the eastern side of Fayetteville, AR. The purpose is to provide macroinvertebrate population and diversity information above and below the proposed dam removal on the WFWR. This biological assessment will include two upstream riffle sites of the WFWR and two downstream riffle sites of the WFWR as well as Town Creek Lateral. Sampling will follow the USEPA Rapid Bioassessment Protocol and ADEQ regulations. Diversity and tolerant indices will be calculated and the scope includes a final report including a summary and evaluation of the data. Spring and Fall 2021 macroinvertebrate sampling will be conducted as long as low flow conditions allow. If weather conditions do not allow Spring 2021 sampling, then sampling will occur in Spring 2022. Fall and Spring sampling will offer a more comprehensive comparison of before and after construction, thus it is recommended to assess macroinvertebrate communities during both seasons. TIMELINE: Monitoring shall be conducted between April 15, 2021 and November 15, 2021 (if weather permits low flow conditions) and the data analysis and final report shall be completed and submitted in a timely manner. Fish samaline: NO BID Name of Business/Investigator: Jennifer L. Bouldin, PhD Street/PO Box: 1657 Greene 715 Road City: Paragould State: AR Zip: 72450 Phone Number:870-236-0742 Fax Number: 870-972-2577 Description Macroinvertebrate Biological Assessment including report Cost $19,750 (Fall and Spring sampling) Total Bid Price $19,750 This quotation submitted on this 24th day of March, 2021 by: Jennifer L. Bouldin Name Signature West Fork White River Macroinvertebrate Assessment Jennifer L. Bouldin UfA DIVISION OF AGRICULTURE ARi{ANSAS WATER RESEARCH & EXTENSION Universi�y nfArhansas System Arkansas Water Resources Center RESOURCES CENTER 1371 West Altheimer Drive DTAS 107, Fayetteville AR, 72704 479.387.5547 Project Title: Water sampling, lab analysis and data comparisons at the West Fork of the White River near Pump Station Dam Project Director: Brian Haggard, Professor and Director, Arkansas Water Resources Center University of Arkansas System Division of Agriculture Funding Agency: City of Fayetteville Project Timeline: June 1, 2021 through December 31, 2022 Project Tasks and Budget Need: The City of Fayetteville will be removing the Pump Station Dam on the West Fork of the White River (WFWR) and restoring this river to its natural flo egimeanimproving habitat. The City desires to understand the physical, chemical and biological differer quality at the WFWR upstream and downstream from future restoratio a purposeject is to address certain aspects of water quality changes along the WFWR, lu am macroinvertebrates and fish. Objectives: Collect at least 13 water samples at five locations along the WFWR, analyze for select water quality parameters at the Arkansas Water Resources Center (AWRC) water quality lab, and evaluate difference between sites along the WFWR with proximity to the Pump Station Dam. Task 1. Site Selection The AWRC, in cooperation with City of Fayetteville, will select four locations to collect water samples along the WFWR. The proposed sites include the WFWR at Black Oak Road Bridge, WFWR at Pump Station Dam both upstream and downstream, and WFWR at Dead Horse Mountain Road Bridge; an additional site in the back water from the dam will be chosen near Combs Park or the Fayetteville Fire Training Center depending on access. Site selection will be finalized in June 2021 with the City, where the logistical constraint will be public access or private access with permission. Deliverables: (1) Site map with sampling locations, 613012021. Task 2. Water Sample Collection and Analysis Water samples will be collected at least 13 times over the project period at the selected sites, and the AWRC will target seasonal base flow conditions on each sampling event. These water samples will be spread out over the project period with at least five samples during the critical season (May through October, two critical seasons, n=5 per season) and three samples between November and April (n=3, one season). Upon return to the AWRC water -quality lab, the water samples will be analyzed for chlorophyll a (i.e. anions (fluoride, chloride, nitrate and sulfate), dissolved nutrients (ammonia, nitrate plus nitrite, and soluble reactive phosphorus), total nutrients (phosphorus and nitrogen), total organic carbon, turbidity, and dissolved micro elements (aluminum, arsenic, cadmium, cobalt, chromium, copper, iron, manganese, molybdenum, nickel, and zinc). Water samples will be collected in sterile containers for the analysis of bacteria (i.e., E coli) during the growing season, in this case June through October. The analytes will be measured using approved me (Standard Methods for the Analysis of Water and Wastewater) and performed at the A C wat quality labs which are certified by the Arkansas Department of Environmental Quality. The routine sampling will include field measurements of water temperature, pH, dissolved oxygen, and conductivity; these data will be recorded on the field services sheet and reported in the quarterly data reports. Deliverables: (1) Quarterly water quality data and field services sheets reported to the City. (2) Quarterly quality assurance report to the City, detailing any issues with water sampling and analysis. Task 3. Data Analysis and Statistics The collected water -quality data will be analyzed for variability between sites, where the data will be log -transform (if needed) and means separated using analysis of variance (ANOVA) and least significant difference (LSD). The goal will be to evaluate which sites are significantly different from each other along the run of the river, as well as which sites potentially show that constituent concentrations are changing seasonally. These data will provide the baseline for water quality and future comparisons. Deliverables: Updates via graphics and or PowerPoints presentations to the City may be requested. Task 4. Reporting A final report detailing the project will be prepared for the City, providing details on water sample collection, water -quality analysis, and statistical evaluations of the data. This report will be archived in the AWRC digital library. Deliverables: A final report in AWRC MSC format archived in the digital library, December 31, 2022. Budget: $37,631 J.R. STEWART PUMP & EQUIP INC, JRS 313 S.Second St West MEMPHIS AR Office (870)-735-2484 Fax (870)-735-0765 Josh Allenman Jacobs Engineering The following will consist of the following; Labor and material to dismantle, clean, and inspect motor. Electrically test windings (grounded/shorted) rewind, dip, and bake stator. Hypot and surge test stator windings, Mic and record all mechanical fits. Dynamically balance all rotating parts. Install new SKF bearings. Assemble. Test run and record all date. Balance impeller on arbor, final assembly, prime and paint. Total price$ 32,942.89. Tax Not and Freight not Include 4 to 10 Weeks Lead times may be impacted due to COVID 19 Patrick Hughey Outside sales WWW.JRSPUMP.COM Office; 870-735-2484 Cell; 901-461-7603 Jacobs Fayetteville Client Monthly Report for February 2021 March 19, 2021 City of Fayetteville CITY OF FAYETTEVILLE ARKANSAS 7 Jacobs Fayetteville Client Monthly Report for February 2021 jaco s Contents Executive Summary......... 1. Plant Operations 1.1 Process Control........................................................................................................................................................... 3 1.2 Biosolids Process........................................................................................................................................................3 1.3 Compliance.................................................................................................................................................................. 3 1.4 Successes......................................................................................................................................................................3 1.5 Issues/Resolutions.................................................................................................................................................... 4 1.6 Revenue.........................................................................................................................................................................4 Table 1-1: Revenue generated from the BMS...............................................................................................................4 Figure 1-1: Revenue generated from the BMS via hay, fertilizer, and WTR.......................................................4 2. Maintenance................................................................................................................................................5 2.1 West Side....................................................................................................................................................................... 5 2.2 Noland............................................................................................................................................................................5 2.3 Biosolids Management Site...................................................................................................................................7 2.4 Lift Stations..................................................................................................................................................................8 2.5 Key Performance Indicators/Measures.............................................................................................................9 Figure 2-1: Labor Hours by Work Order Type................................................................................................................9 Figure2-2: Work Order Count by Type.......................................................................................................................... 10 2.6 Capital Improvement Projects(CIP)................................................................................................................ 11 3. Laboratory/Industrial Pretreatment...................................................................................................12 Table 3-1: Revenue generated from the Industrial Pretreatment Program(IPP)........................................ 13 Figure 3-1: IPP revenue total from surcharges, fees, and fines........................................................................... 13 Figure 3-2: Loads of hauled waste -by hauler and cumulative loads per month .......................................... 14 4. Woolsey Wet Prairie................................................................................................................................15 5. Community Outreach.............................................................................................................................16 6. Sustainability............................................................................................................................................17 7. Health & Safety/Training.......................................................................................................................18 Appendix A. Additional Information.................................................................................................................19 A.1 Effluent & Influent Data....................................................................................................................................... 19 Jacobs — Fayetteville Project 7 Jacobs Fayetteville Client Monthly Report for February 2021 jaco s Executive Summary February was a remarkable month for plant operations. Record setting frigid temperatures created complications for plant processes, staff reporting to work, and our community overall. The graph below shows the steep departure from normal weather patterns for the month of February in Fayetteville. TEMPERATURE GRAPH a Feb 1 2 3 4 5 5 7 S 3 M 11 12 13 14 15 16 17 1.8 13 20 21 22 2? 24 2= 26 2' 28 — Aug_ Hi — Avg_ La E ActuaL Hi E Actual Lo Farmast Hi ■ Forecast La The lowest temperature was recorded on the night of February 16th at 20 degrees below zero, setting a record for the coldest temperature. The extreme cold affected the treatment process in two significant areas. The first is in biological activity. Nitrifying bacteria are very sensitive to cold temperatures. These are used to convert ammonia to nitrite, and nitrite to nitrate. The ammonia conversion was limited by the cold. Operations monitored the condition closely and we were successful in meeting permit parameters for the final effluent. The water temperature continued to fall throughout the cold spell. As water cools, settling is inhibited from the change in viscosity. The colder the water, the longer it takes to settle out the organisms for return to the process. We were tasked to use alum to aid in the settling process. Alum binds with the suspended solids to form larger particles that settle more readily. Again, Operations worked diligently to maintain permit requirements to ensure we did not experience a violation. The extreme cold was also exacerbated by ice and heavy snow. Many areas experienced more than a foot of snow. Operators, mechanics, and supervisors were available to manage the plant under these severe conditions. We were called upon by Ozark Electric to provide load shedding to support the greater community during the peak demand for electricity. We did experience a few frozen lines and valves throughout the facilities. However, we did not have any catastrophic failures during the cold weather. Jacobs — Fayetteville Project 7 Jacobs Fayetteville Client Monthly Report for February 2021 jaco s 1. Plant Operations The Noland and West Side Water Resource Recovery Facilities (WRRF) effluent discharges were 100% in compliance with the National Pollutant Discharge Elimination System (NPDES) permit. Details of effluent quality and influent loadings are shown in Appendix A. 1.1 Process Control Noland During the month of February, Fayetteville experienced record low temperatures reaching-31.1°C. The extremely low temperatures caused process water temperatures to drop to 7.6°C, which greatly decreased the efficiency of nitrification. This resulted in elevated ammonia concentrations leaving the biological process. The elevated ammonia increased the demand needed to disinfect, resulting in elevated fecal coliform lab results. Flow was decreased to allow a longer detention time and increase nitrification performance. The ozone dose was increased to meet the demand required for targeted disinfection. In addition, a total of 1,672 gallons of alum was fed to the secondary clarifiers to treat the elevated turbidity resulting from poor settling in the secondary clarifiers due to the abnormally cold temperatures. West Side The West Side Facility continues to see increased BOD loading through the month of February. Close monitoring of return activated sludge (RAS) and an increase in waste activated sludge (WAS) were required to maintain proper treatment for a quality effluent. During the month of February, the West Side WRRF experienced a total of 0.6 inches of rain and 12 inches of snow. Elevated influent flows peaked at 17.5 million gallons on the 22nd. 1.2 Biosolids Process A total of 22 loads of partially dried solar material and belt filter pressed material weighing 452 tons was landfilled at a cost of $24,223. The biosolids drying operation saved an estimated $25,611 in disposal costs this month, compared to if all biosolids were landfill disposed. 1.3 Compliance The City of Fayetteville waste stream classification was updated for the West Side and Noland facilities with Heritage Environmental and hazardous waste stream storage supplies were ordered. The City of Fayetteville SARA Tier II report was completed. This report, also known as the Emergency and Hazardous Chemical Inventory Form, is submitted annually to the Arkansas Department of Emergency Management to assist fire and emergency response personnel in the preparation of chemical emergency procedures. 1.4 Successes No permit parameters were violated due to the abnormally cold temperatures and superior effluent quality was maintained throughout the month of February. Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for February 2021 .;acobs A significant portion of the land application areas have been marked with the new permit boundary requirements. The new permit reduced the number of application areas from fifteen to six. After identifying all new areas, permanent markers will be installed, and the previous boundary markers will be removed. 1.5 Issues/Resolutions In the month of February operations coordinated with the City of Fayetteville, Ozarks Electric, and Power Secure to run the Noland, West Side, and Hamestring backup generators during the record breaking power demand caused by the unprecedented low temperatures that occurred in Northwest Arkansas. The generators ran on February 15th for 1,028 minutes and on February 16th for 375 minutes. This was done to help prevent extended rolling blackouts in the area. The generators are equipped with a bi-fuel system, which allows them to run on a natural gas ratio. This feature resulted in a fuel consumption of standard diesel fuel at 1 /4 the rate of normal generation. 1.6 Revenue Product Table 1-1: Revenue generated from the BMS Tons Sold/Received Revenue Generated Hay � 0 $0 Fertilizer 176 $3,514 Water Treatment Residuals 0 $0 s50,oao W,000 s3cl,ow $20,oeo $10,000 Figure 1-1: Revenue generated from the BMS via hay, fertilizer, and WTR Revenue Generated Bicsolids Management Site �Ino© Kk ILA 5 k k R, ' 0'° o oMorrthly2020 oMorrthly2021 --c— Cum ul ative 2021 Jacobs — Fayetteville Project 4 7 Jacobs Fayetteville Client Monthly Report for February 2021 jaco s 2. Maintenance 2.1 West Side Preventive and predictive maintenance projects were completed on equipment and corrective work orders. 2.2 Noland During the installation of the new influent gate for the west aeration basin, Crossland Heavy Contractors, Inc. cut through six conduit bodies, which supplied power and controls to the six anoxic mixers. Crossland Heavy completed saw cuts and jack hammering to expose the conduits bodies for a temporary supply power to the mixers. This allowed operations to start the basin and test the new gate. The wires from the mixer conduits to the MCC panels were removed to prepare for the temporary wiring. A new junction box was installed for the temporary cable until permanent conduit can be supplied to each mixer. Noland West Aeration Basin Conduit and Junction Box Installation began on a new monitoring device for influent pump station 02. The Artesis° has a wide range of communications options available, which allows users to integrate the system with existing control and data acquisition or maintenance management architectures. A typical installation will combine automated alerts using email messages with centralized on-line monitoring screens, creating a better connection to facilities that are spread across a wide geographic area or are difficult to access. Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for February 2021 Noland Influent Pump Station 02 '%J ! 0 J LArlesiso combine equipment to crei 1 ICI .;acobs Denitrification pump 01 was relocated to the west aeration basin in preparation for the basin to go online. With operation of the west basin, Crossland Heavy will begin demolition and installation of the new influent gate on the east aeration basin. Noland West Aeration Basin Denitrification pump relocation brings the west aeration basin online The newly refurbished effluent pump 04 was installed. The effluent pump received a new variable frequency drive and power feeders to the motor. Upon inspection of the control wires, it was decided to pull new wires for the thermal sensor and motor heater. Jacobs — Fayetteville Project MI Jacobs Fayetteville Client Monthly Report for February 2021 jaco s Noland Effluent Pump Station New VFD and power feed installed 2.3 Biosolids Management Site During an inspection on February 4th, aluminum shavings were observed on the thermal dryer floating bearing bolster plate. Further inspection revealed missing dowel pins used to fasten the two halves of the grease seal. The thermal dryer was cooled down and the floating bearing was disassembled. Operators found the grease seal had seized to the shaft and shavings had entered the race and roller bearing area. The seal had also welded itself to the grease seal labyrinth of the cartridge, making disassembly of the bearing difficult. Metal was also welded to the shaft at the mounting position of the seal. Due to the metal impregnated in the cast iron labyrinth, a rush order was placed for a new cartridge set. The replacement cartridge caused a three-day delay over the weekend. During this time frame, the shaft was honed to remove the aluminum deposits and prepare for the new bearing installation. The thermal dryer resumed operation on February 10th. The bearings, races, and cartridge will be inspected for possible inclusion in the refurbished critical spare inventory. Jacobs — Fayetteville Project MI Jacobs Fayetteville Client Monthly Report for February 2021 jaco s IMA 2.4 Lift Stations During a routine inspection of the Hamestring lift station, the staff found the TVSS (Transient voltage surge suppressor) alarming on B phase on the MCC switch board for the smaller equipment. The TVSS was quoted and was found to be an obsolete piece of equipment no longer made by EATON. The quote received was for a retrofit kit with a cost over $27,000 to replace the MCC bucket to accept the TVSS. After further contact with EATON, an externally mounted replacement TVSS was located, which is now an SPD (Surge protection Device). The cost was only $2500 for this option. The external box could not be mounted on the outside of the panel due to the unsuitable appearance of a box hanging from the side of the MCC panel. Support brackets were made to attach the new SPD in the original location, housed within the switch board bucket. A WARNING Harnestring Lift Station Receives New Surge Protection Device Pump 03 was rebuilt and installed at lift station 19, Mally Wagnon Road. The pump was wired on the deck and the rotation was checked before lowering into the well. Amperage was tested during operation and it compared well with the other pumps. Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for February 2021 Lift Station 19 Malty Wagnon Road Pump 03 rebuilt and installed 2.5 Key Performance Indicators/Measures Figure 2-1: Labor Hours by Work Order Type ❑ 5250 3% n i nn no/. ❑ 547.12, 310 31.83, 2' .;acobs ❑ administrative 1 87.50, 5% ❑ corrective maintenance emergency ❑ corrective maintenance non emergency corrective maintenance from pm/pdm ❑ preventive maintenance project +8.83, 48% ❑ safety Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for February 2021 ❑ administrative ❑ corrective maintenance emergency ❑ corrective maintenance non emergency corrective maintenance from pm/pdm ❑ preventive maintenance project ❑ safety Figure 2-2: Work Order Count by Type ❑ 1329, 89 ,U 1, 0% .;acobs ❑ 32, 2% ❑ 141% a1, 6% ❑ 31, 2% Jacobs — Fayetteville Project 10 7 Jacobs Fayetteville Client Monthly Report for February 2021 jaco s 2.6 Capital Improvement Projects (CIP) No capital improvement items were presented at the February Water & Sewer Committee meeting. Specifications were prepared for several 2021 CIP projects, including the VFD upgrades at West Side and the denitrification pump purchase for Noland. Jacobs — Fayetteville Project 11 7 Jacobs Fayetteville Client Monthly Report for February 2021 jaco s 3. Laboratory/Industrial Pretreatment The laboratory submitted analytical results for the DMR Quality Assurance study. DMR-QA is an ungraded sample study on Fecal Coliform, pH, CBOD, Ammonia, Total Phosphorus, Chloride, Nitrate + Nitrite, Total Suspended Solids, and Total Dissolved Solids. Analyses were completed and submitted to NSI Lab Solutions, EPA Region VI, and the Arkansas Department of Environmental Quality (ADEQ). The USEPA requires major and selected minor NPDES permit -holders to participate in an annual DMR QA Study. Permit -holders must obtain GA samples from an USEPA approved provider. In addition, Jacobs requires all projects that perform DMR-reportable tests onsite, to participate in at least two Performance Evaluation (PE) studies per year. Jacobs is contracted with NSI Solutions (Raleigh, NC) to provide PE samples twice a year to all projects performing DMR-reportable tests onsite. Noland and West Side Table III samples were collected in February for the analysis of metals (Antimony, Arsenic, Beryllium, Cadmium, Chromium, Copper, Lead, Mercury, Nickel, Selenium, Silver, Thallium, and Zinc), Cyanide and Total Phenolics. Influent and effluent samples are analyzed for the presence of toxic pollutants listed in 40 CFR 122 Appendix D Table III at least twice per year. Samples were collected from the Noland influent, White River effluent, West Side influent, and Goose Creek effluent and sent to American Interplex (AIC) for analysis. Data results were statistically within scope and exhibited no unusual trends. As required by Solid Waste 503 regulations to meet Class A certification, Fertilizer samples, Noland belt filter press cake, and West Side belt filter press cake samples were collected and analyzed for 503 metals (Cadmium, Chromium, Copper, Lead, Nickel, Silver, and Zinc) and percent Total Solids analysis. All results were within permit limits. An ADEQ discharge permit application was sent to FTN Associates, Ltd. regarding the possibility of being permitted for discharge at the closed Baldwin Piano facility at 1101 Beechwood Ave. Baldwin Piano and Organ Company was added to the State Priority List on December 6, 2003 in the Remediation category by ADEQ through the Arkansas Pollution Control and Ecology Commission (APC&EC). This measure was taken to remediate the known hazardous substances in the site soils. Permitting requirements will be determined after the completed application is received from FTN. State and Federal Regulations require the City of Fayetteville to conduct a Wastewater Survey of the users within service areas every three years. This survey identifies users discharging wastewater that could have a significant impact on the collection and treatment system and its processes, as well as, to confirm compliance with the Industrial Pretreatment Program and the Discharge and Pretreatment Regulations in the Fayetteville Code. Surveys were mailed at the beginning of February and are due back to the IPP coordinator by the end of April. At the end of February, there was a 69% response rate. This is a continuation of the 2020 Wastewater Survey, as the original mailing occurred during the start of the Covid-19 Pandemic, and thus, responses were limited. The total response rate for the 2020 Wastewater Survey was about 54%. The IPP coordinator will be reaching out to users that did not complete the survey to determine if follow-up is needed. Annual compliance sampling for oil and grease and quarterly surcharge sampling were completed on ConAgra, Hiland Dairy, and Tyson. Samples were analyzed for pH, total suspended solids, total phosphorus and biochemical oxygen demand. Samples collected for oil and grease were sent to AIC for analysis. Surcharge fee reports were generated and data reports from this sampling event were sent to the industries to use for daily and monthly average calculations to verify compliance. Elkhart Product Corporation (EPC) submitted updates to the Accidental Spill Prevention Plan (ASPP) and Toxic Organic Management Plan (TOMP) that is contained within their "1 Plan" company document. This document includes descriptions of stored chemicals onsite, procedures for immediately notifying the Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for February 2021 .;acobs Noland WRRF within 24 hours of a slug discharge, or any discharge that would violate the prohibitions outlined in 40 CFR 403.5(b). Procedures for a five-day follow-up written notification and identification of three site -specific contacts are also included. Recommendations were provided to the City for the renewal of the Fayetteville -Elkins Multi -jurisdictional Agreement with verbiage to maintain industrial pretreatment compliance at the municipal, state, and federal levels. Recommendations were also made to the City of Fayetteville regarding 40CFR categorical classification of a potential new business, BioDevCo. Tyson and ConAgra suspended production for a few days due to issues from Winter Storm Uri. Monthly surcharge and waste hauler reports were completed and sent to the City for billing. For revenue generated from the IPP, see Table 3-1 and Figure 3-1. Table 3-1: Revenue generated from the Industrial Pretreatment Program (IPP) Revenue $69,743.01 Surcharges on January data $1,500.00 Fees from hauled waste accepted in February $0.00 Other fees paid in February $0.00 Fines assessed in February Zero violations for all industrial users Violations on January data Figure 3-1: IPP revenue total from surcharges, fees, and fines Revenue Generated Industrial Pretreatment Program $120,000 $100, 000 $80,000 $60,000 $40,000 $20,000 ❑ 2020 Monthly Surcharge Fees plus Hauled Waste Fees ❑ 2021 Monthly Surcharge Fees plus Hauled Waste Fees Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for February 2021 Jacobs Figure 3-2: Loads of hauled waste -by hauler and cumulative loads per month Hauled Waste Summary 60 50 41) 30 20 10 0 i ■ 2020 Arkansas Portable Toilets ❑ 2020 DestJet 12020 White River Envira. Services G 2020 TOTAL 112021 6estJet ■ 2021 Arkansas Portable Toilets ■ 2021 White River Envira. Services 0 2021 TOTAL Jacobs — Fayetteville Project 14 Jacobs Fayetteville Client Monthly Report for February 2021 4. Woolsey Wet Prairie .;acobs Ozark Ecological Restoration, Inc. (OERI) was onsite to perform Woolsey's 14th prescribed burn on February 24th. OERI staff were able to take advantage of a relatively dry weather window following a 10-day period of extremely frigid weather, which included a combination of snow, ice and record low temperatures to complete this year's successful controlled burn. The Jacobs Natural Capital Management Team will take advantage of the clean -slated landscape and get an early start on flagging certain high priority invasive species, namely Callery Pear saplings, non-native blackberries and highly invasive carpetgrass. Prescribed Burn at Woolsey Wet Prairie An early burn will allow the Jacobs Natural Capital Management Team to begin invasive species flagging Jacobs — Fayetteville Project is ON Jacobs Fayetteville Client Monthly Report for February 2021 ,taco S 5. Community Outreach Washington County Search and Rescue K9 Unit utilized the Biosolids Management Site for training. Jacobs — Fayetteville Project 16 ON Jacobs Fayetteville Client Monthly Report for February 2021 ,taco S 6. Sustainability Volunteers gathered on Friday afternoon, February 26" to prepare nearly 200 planters with a mixture of 28 native species of wildflowers and grasses collected locally from Washington and Benton counties. This event Launches one of our 2021 Sustainability Stewardship Goals of increasing the biodiversity of native plants by 24 species within our Rain Garden-Bioswale BlueGreen Infrastructure (BGI) projects. We anticipate a successful germination of seeds in the coming months, yielding plenty of healthy plants for volunteers to transplant during our BGI FALL Festival community outreach event in November. Increasing biodiversity of native vegetation within our natural capital projects builds up resiliency to undesirable invasive species, improves area aesthetics, reduces maintenance demands, and increases wildlife value. Many thanks to go out to Jeff Hickle, John Byrd, Matt Benton, and David Dajani for their help preparing the deep -cell planters. Jacobs — Fayetteville Project MI Jacobs Fayetteville Client Monthly Report for February 2021 jaco s 7. Health & Safety/Training The safety team completed weekly inspections and discovery reports in a timely manner and continues to evaluate emerging technology and safety tools that further the progressive science of evolving the safety program. The onsite management team submits at least one Beyond Zero Observation (BZO) per week by making departmental site visits and observing associates performing daily tasks. The BZO provides real data to company management and to the site safety professional. The BZO's purpose is to assess at -risk behavior while performing the job assignment by looking for trends that can lead to future incidents. Weekly departmental safety meetings offer another opportunity to focus on safety by providing training modules and discussing the emphasis on safety topics related to specialized job tasks. The monthly training presents a valuable review of hazards associated with the distinct functions of the job. Examples of monthly training sessions included Lock-Out/Tag-Out of Hazardous Energy, Confined Space Entry, Hot Work Permits, Near - Miss Reporting, and Hazard Recognition. "Tricky Sampling" training was provided for Jacobs team members involved in sample collection. All Jacobs associates completed Code of Conduct training. Jacobs — Fayetteville Project 18 ON Jacobs Fayetteville - Client Monthly Report for February 2021 ,taco S Appendix A. Additional Information A.1 Effluent & Influent Data 2021 Monthly WR WR WR Average CBOD CBOD TSS Flow (mg/L) (lbs/d) (mg/L) (MGD) Permit 20.0 2,102 15.0 Limit February WR WR TSS Phos (lbs/d) (mg/L) 1,576 1.0 WR WR WR D.O. Phos Ammonia Ammonia Avg (lbs/d) (mg/L) (lbs/d) Min (mg/L) pH Min (s.u.) pH Fecal Max Coliform (s.u.) (MPN/ 100m1) 9.0 1,000 105.0 4.0 420 8.7 6.0 January 5.8 2.7 128 2.8 131 0.1 6.3 0.2 8 15.0 7.0 7.5 77 February 5.1 4.3 174 4.4 181 0.2 7.7 0.5 22 16.6 6.9 7.4 174 March April May June July August September October November December Average 5.4 3.5 151 3.6 156 0.2 7.0 0.4 15 15.8 7.0 7.4 126 White River Effluent Characteristics - Minerals 2021 WR WR TDS TDS (mg/L) (lbs/d) WR WR WR WR Sulfate Sulfate Nitrate Nitrate (mg/L) (lbs/d) (mg/L) (lbs/d) Permit Limit February 500 52,542 119 12,505 report report January 342 15,871 62 3,154 4 204 February 351 14,818 67 3,392 5 253 March April May June July August September October November December Average 346 15,345 65 3,273 5 228 Jacobs - Fayetteville Project 19 ON Jacobs Fayetteville - Client Monthly Report for February 2021 ,taco S Goose Creek Effluent Characteristics 2021 Monthly Average Flow (MGD) GC GC CBOD CBOD (mg/L) (Lbs/d) GC TSS GC GC GC GC GC D.O. pH pH Fecal (mg/L) TSS Phos Phos Ammonia Ammonia Avg Min Max Coliform (Lbs/d) (mg/L) (Lbs/d) (mg/L) (Lbs/d) Min (s.u.) (s.u.) (MPN/100m1) (mg/L) 15.0 1,251 1.0 83.4 3.7 341.9 8.7 6.0 9.0 1,000 Permit Limit February 13.3 1,109.2 January 10.8 2.0 174.3 1.1 95 0.08 7.2 0.2 18.4 10.7 7.0 7.4 8 February 9.7 2.0 161.9 1.0 81 0.08 6.4 0.1 8.1 11.1 7.0 7.4 5 March April May June July August September October November December Average 10.2 2.0 168.1 1.0 88 0.1 6.8 0.2 13.3 10.9 7.0 7.4 6 Paul R. Noland Influent Characteristics Noland WRRF Monthly Average Flow (MGD) Hydraulic BOD Loadings Loading Percent of (Lbs/d) Design Organic TSS TSS PO4 Loading Loading Loading Loading Percent (Lbs/d) Percent (Lbs/d) of of Design I Design 23,198 765 PO4 NH3 NH3 Loading Loading Loading Percent (Lbs/d) Percent of of Design Design 2,250 Designed (Annual Avg.) 12.6 29,666 January 6.3 49.9% 16,471 55.5% 8,150 35.1% 192 25.1% 699 31.1% February 5.1 40.1% 11,850 39.9% 7,368 31.8% 175 22.9% 720 32.0% March April May June July August September October November December Average 5.7 45.0% 14,161 47.7% 7,759 33.4% 184 24.0% 709 31.5% Jacobs - Fayetteville Project 20 ON Jacobs Fayetteville — Client Monthly Report for February 2021 ,taco S West Side Influent Characteristics West Side WRRF Monthly Average Flow (MGD) Hydraulic Loadings Percent of Design BOD Loading (Lbs/d) Organic TSS TSS Loading Loading Loading Percent of (Lbs/d) Percent Design of Design 14,595 PO4 PO4 NH3 Loading Loading Loading (Lbs/d) Percent (Lbs/d) of Design 584 1918 NH3 Loading Percent of Design Designed (Annual Avg.) 10.0 14,595 January 10.8 107.6% 12,508 85.7% 12,331 84.5% 218 37.4% 1,605 83.7% February 9.6 95.9% 13,110 89.8% 12,291 84.2% 160 27.4% 1,406 73.3% March April May June July August September October 101.8% 12,809 87.8% 12,311 November December Average 10.2 84.3% 189 32.4% 1,506 78.5% Jacobs — Fayetteville Project 21 ON Jacobs Fayetteville - Client Monthly Report for February 2021 ,taco S Labor Status Faye/ tteville I Department I Job Title I Employee Name I I - 0 FTE Admin Project Manager Monty Sedlak 95.00% Admin Assistant Project Manager Matt Benton 60.00% Admin - Operations Operations Manager Tim Luther 100.00% Admin Environmental Specialist Jeff Hickle 100.00% Admin Health, Safety Compliance Professional Wes Cloud 70.00% Admin Project Coordinator Brandi Miller-DeWeese 90.00% Admin Administrative Assistant Christy Taylor 100.00% Admin Administrative Assistant Kassandra Foster 100.00% BMS Lead Operator Jerry Genz 100.00% BMS Lead Operator John Tenberae 100.00% BMS Equipment Operator Johnnie Deason 100.00% BMS Equipment Operator Anthony DeJesus 100.00% BMS Equipment Operator Rick Witherspoon 100.00% BMS Equipment Operator Chris Howard 100.00% BMS Equipment Operator Christopher Tiebaud 100.00% BMS Operator I David Dajani 100.00% BMS Operator Peter Burrow 100.00% BMS Operator In Training Ben Shondelmyer 100.00% BMS Operator In Training Rony RaLpho 100.00% BMS Mechanic Mike Reed 100.00% LAB Admin-Lab/IPP Supervisor Thom Vinson 90.00% LAB Industrial Pretreatment Coordinator Johnson Byrd 100.00% LAB Lead Laboratory Analyst Nicholas Kina 100.00% LAB Laboratory Analyst II Donna McChristian 90.00% LAB Laboratory Analyst Walter Chorder 100.00% Maint Maintenance Supervisor Joshua Apeman 100.00% Maint Lead Mechanic Brian Daniels 95.00% Maint Lead Electrician Tim Marr 70.00% Maint Mechanic Rick Scott 100.00% Maint Mechanic Buddy Carter 100.00% Maint Mechanic Steve Cook 100.00% Maint Mechanic Michael Spohn 100.00% Maint Mechanic Rick Dollarhide 100.00% Maint Mechanic Blake Latta 100.00% Maint Mechanic in Training Nathan Eastwood 100.00% Operations Operations Supervisor Austin Ramsfield 100.00% Operations Operator II Shawn Santellanes 100.00% Operations Operator I Anthony Ramsfield 100.00% Operations Operator I Travis Patton 100.00% Operations Operator Justin Sweeney 100.00% Operations Operator In Training Tom Meunier 100.00% Operations Operator In Training Grace Germon 100.00% Operations Operator In Training Leonides Moreno 100.00% Operations Operator In Training Kasey Lybrand 100.00% Operations Operator In Training Vacant 100.00% SCADA SCADA Supervisor Mayo Miller 100.00% Jacobs - Fayetteville Project 22 ON Jacobs Fayetteville — Client Monthly Report for February 2021 ,taco S SCADA Instrument & Control Tech Pat Coolev 95.00% SCADA Instrument & Control Tech Mark Gleber 100.00% Authorized Positions = 48.0 _ Filled Positions = 46.0 Filled FT"s= 44.6 TEMPS BMS Engineering Intern U of A Will Franke 100.00% Admin Engineering Intern U of Vacant 100.00% Maint Engineering Intern U of Vacant 100.00% SPECIAL PROJECTS (Performed in scope) Area Reason Name Hours SCADA Network Upgrade Campos, Edgar 41 Maintenance Asset Manager Support Bass, Edward Lee 1_4 Maintenance Asset Manager Support Turley. Johnny D (JD) 114.5 Jacobs — Fayetteville Project 2,