Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2021-05-11 - Agendas - Final
CITY OF 9im FAYETTEVILLE 4VARKANSAS MEETING AGENDA Water, Sewer, and Solid Waste Committee 11 May 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, Keith Macedo, Ray Eaton, Brett Peters, Josh Durham, Nick Batker, Lee Beshoner From: Tim Nyander, Utilities Director CALL TO ORDER ROLL CALL UPDATES OLD BUSINESS: 1. Jacobs Cost Overrun on the SCADA Upgrade Project The Utilities supervisory control and data acquisition (SCADA) system monitors and provides automated control and monitoring to the water distribution, wastewater treatment, lifts stations and Biosolids Management Site. The system has been operated and maintained by Jacobs for over 20 years. Due to consumer grade network equipment, non -supported operating systems, and the overall network design, the SCADA system was a critical cybersecurity risk that needed a complete redesign with security as the number one action item. A systemwide approach was developed to (1) replace existing components with commercial business grade components, (2) upgrade or replace the existing operating system with an up-to-date system that can be periodically updated, and (3) improve cyber security of the system. The upgrade was developed by the Jacobs team with input from the City. It included in -lab configuration of updated hardware and software, and application and hardware development. The cost estimate for the plan was $474,000. Additionally, the plan included replacing software and hardware which was estimated at $458,000, for a total of $922,918. Additional network and SCADA equipment has brought the project cost to date at $1,009,911. It was understood at the time that additional upgrades beyond the base implementation was not scheduled to happen before the system was initially rolled out. Any additional work would be beyond the scope of the agreement would require additional funding. However, there were activities performed beyond the original scope that were unavoidable due to changes that had to be made as the base implementation was rolled out. The additional funding that was anticipated to be required later is being requested at this time as an amendment to the original scope. That funding amount is approximately $69,500. As the SCADA project progressed Jacobs staff identified approximately 50 network switches that needed to be purchased to complete the overhaul of the SCADA network, at a cost of $43,303.42, plus taxes and freight charges. During SCADA software programming Jacobs determined that removing a proposed SCADA concentrator would improve long term functionality. Removing the concentrator decreased the cost of hardware but increased the cost of programming. Initially this was proposed to be removed in the future, but Jacobs determined it was in the best interest of the City to make the change during initial SCADA software development and not in the future. City IT has monitored the technology portion of this project closely and would have preferred more insight into decisions that affected the scope of work and budget but are pleased with the overall project direction. The end goal is to have a secure SCADA system that provides a foundation to provide advanced monitoring, configuration, and reporting for both water and wastewater operations. With continued scope -of -budget oversight we feel confident we will have a fully functional SCADA system soon that meets or exceeds the City's needs. Funds are available in the Sanitary Sewer Rehabilitation Project in the Water & Sewer Fund. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL NEW BUSINESS: 2. Discussion on Mt. Olive Water Service Agreement Discuss the 15-year water service agreement to be presented to the City Council at the May 18th meeting. For Information Only 3. Badger Master Service Agreement for Smart Metering Discuss the 10-year master service agreement to be presented to the City Council at the May 18th meeting. For Information Only 4. Engineering Agreement for Phase II of the Lake Fayetteville Spillway Improvements with FTN The Lake Fayetteville Dam is regulated by the Arkansas Natural Resources Commission (ANRC) and is classified as an `intermediate -size, high -hazard' dam based on storage volume and downstream conditions, respectively. The City of Fayetteville Water and Sewer Division is responsible for Dam maintenance, inspection, and upkeep. The ANRC completed a comprehensive inspection of the dam and available reports/plans most recently in Fall 2018. One of the key findings by ANRC was that the spillway is reported to have a capacity to pass 50% of the Probable Maximum Flood (PMF), however, for an intermediate/high- hazard classification the spillway must be capable of passing 100% of the PMF. FTN Associates, Inc. is a local engineering firm with expertise in lakes, dams, hydraulics, and hydrology. They were formally selected to provide engineering analysis and design regarding the current Lake Fayetteville spillway capacity and to explore options for increasing this capacity to pass 100% of the PMF. Phase One of this study is completed and provided the hydraulic and hydrologic calculations necessary to define the PMF in this watershed and demonstrated that the current spillway passes about 70% of the PMF. Future Phases Two and Three would analyze downstream effects (City of Johnson) and construction -level engineering design. After each phase of this project, the City will meet with ANRC to ensure compliance and agreement for next steps. With Phase One completed, and concurrence received from ANRC, Amendment No. 1 will now provide funding for the Spillway Feasibility Analyses to look at several modification options to the spillway to achieve the required 100% PMF. The hydraulic model will look downstream and assess the impacts of modifications at the spillway on downstream property. Staff recommends approval of Amendment No. 1 to the Engineering Services Agreement with FTN Associates, Inc. for Assessment of the Lake Fayetteville Spillway Capacity and Recommended Improvements as Required by the Arkansas Natural Resources Commission. Amendment No. 1 will increase the project cost by $107,706.00 for a total project budget of $171,206.00. Funds are available in the Water & Sewer Fund. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 5. Engineering Agreement with Hawkins Weir for Hwy 112 ARDOT has notified the City of Fayetteville to relocate water and sewer infrastructure along Highway 112 where they will be widening the roadway and constructing two round-abouts. After receiving this notification, a formal selection committee was held on March 30, 2021 at which Hawkins -Weir was selected for contract negotiations (RFQ 21-01, Selection #4). Affected utilities include approximately 10,440 LF of 8-inch and smaller water/sewer mains, 465 LF of 12-inch waterlines, and 2,830 LF of 36-inch waterline. Much of this project appears to be reimbursable to the City by ArDOT, however preliminary engineering must be completed first to determine exact qualifications. Afterwards, a formal relocation agreement will be presented to the City Council outlining the terms of reimbursement. This engineering services agreement will include survey, engineering design, permitting, and bidding services. The proposed contract is hourly in the maximum not -to -exceed amount of $466,000.00. Funds are available in the Water/Sewer Relocations for Bond Projects Project. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 6. Engineering Agreement with McClelland for Hwy 16 ArDOT has notified the City of Fayetteville to relocate water and sewer infrastructure along Highway 16 where they will be widening the roadway to 4-lanes. After receiving this notification, a formal selection committee was held on March 30, 2021 at which McClelland was selected for contract negotiations (RFQ 21-01, Selection #5). Affected utilities include approximately 4,100 linear feet of 8-inch diameter cast iron waterline that will need to be replaced and upgraded to 12-inch diameter PVC pipe. Additionally, there is approximately 1,700 linear feet of small diameter sanitary sewer relocation necessary. Parts of this project appear to be reimbursable to the City by ArDOT, however preliminary engineering must be completed first to determine exact qualifications. Afterwards, a formal relocation agreement will be presented to the City Council outlining the terms of reimbursement. This engineering services agreement will include survey, engineering design, permitting, and bidding services. The proposed contract is hourly in the maximum not -to -exceed amount of $273,388.00. Funds are available in the Water/Sewer Relocations for Bond Projects Project. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 7. Gregg Ave/Fulbright Expressway Relief Sewer Bids The City's gravity sewer collection system in this location has a 15-inch and 12-inch diameter line joining into a single 16-inch diameter line crossing underneath the Fulbright Expressway. This creates a hydraulic bottleneck, identified in our most recent Sewer Collection System Master Plan. Hawkins -Weir Engineers studied the area and determined several alternative solutions, including boring the interstate, installing a pump station, and laying a bypass gravity line. The bypass gravity line is the most economical option and will help with long-term future capacity in this basin. On April 28, 2021, the City of Fayetteville accepted sealed competitive bids for the Gregg Avenue and Fulbright Expressway Sewer Improvements project. Crossland Heavy Construction, Inc. submitted the lowest bid. All bids are shown here: Goodwin & Goodwin, Inc. $1,137,689.50 Crossland Heavy Const., Inc. $996,617.00 KAJACS Contractors, Inc. $997,000.00 Staff recommends awarding Bid #21-37 and approving a construction contract with Crossland Heavy Construction, Inc. in the amount of $996,617.00 for construction related to the upsizing and rerouting of an 18-inch diameter gravity sewer line in the vicinity of Gregg Ave. and the Fulbright Expressway. Funds are available for this project in the Sanitary Sewer Rehabilitation account. 4 Funds are available in the Sanitary Sewer Rehabilitation Project. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 8. Denitrification Pumps Replacement — Noland WWTP Nitrates are essential plant nutrients, but in excess amounts they can cause significant water quality problems. Together with phosphorus, nitrates in excess amounts can accelerate the richness of nutrients in a lake or other body of water, causing dramatic increases in aquatic plant growth and changes in the types of plants and animals that live in the stream. One of the denitrification pumps at the Noland Plant failed and was sent out to JR Stewart Pump & Equipment for hidden damages evaluation. The quote for repairs was $71,345.99. We asked Jack Tyler Engineers to provide us a quote for a replacement pump because we felt the repair costs were very high. It is a Flyght pump, and it has a specialized volute and motor. During the discovery process we asked Jack Tyler to quote us a price for a new pump and the new pump was $58,517. While we were finding the best value for the City the other denitrification pump failed. We now have two failed pumps. The pumps are critical for the process. The denitrification pumps pick up mixed liquor from the end of the train before it goes over the weir to the clarifiers and returns it to the beginning of the process in the anoxic basin. This allows for further denitrification of the mixed liquor. The process issues that may develop from the lack of denitrification pumping would be loss of the conversion to nitrite and further denitrification of the mixed liquor. We also could experience denitrification in the clarifiers and risk a solids excursion. We will not be able to manage a single basin without the pump. We must drop basins for routine maintenance ever year during the lowered permit standards. Attached are the rebuild and replacement quotes. We would like to proceed with a sole source procurement of two Denitrification Pumps. The total cost would be $117,034 plus taxes and freight charges. Funds are available in the Wastewater Treatment Plant Pumps and Equipment Project. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 9. Overview of WWTP Monthly Report Discussion of March's Monthly WWTP Report PRESENTATIONS ATTACHMENTS SCADA Switches Quote Mt. Olive Water Services Agreement Badger Master Service Agreement FTN Scope of Services Agreement — Lake Fayetteville Spillway Hawkins Weir Scope of Services Agreement — Hwy 112 McClelland Scope of Services Agreement — Hwy 16 Repair Quote for Rebuilding Denitrification Pump Quote for New Denitrification Pump March 2021 WWTP Report ADJOURN Next Water, Sewer, Solid Waste Committee meets on Tuesday, June 4, 2021, 5:30 p.m. r.1 Converge0ne Customer: CITY OF FAYETTEVILLE, AR Ship To Address: 113 W Mountain St Fayetteville, AR 72701-6069 Bill To Address: 113 W Mountain St Fayetteville, AR 72701-6069 Customer ID: AOSZFAYE101 Customer PO: Date: 4/27/2021 Page #: 1 of 3 Documents #: OP-000611173 SO-000674363 Solution Name: WWTP Industrila Switches Customer: CITY OF FAYETTEVILLE, AR Solution Summary WWTP Industrila Switches Primary Contact: Stefan Bachrodt Email: sbachrodt@fayetteville-ar.gov Phone: (479)575-8245 National Account Manager: Danny Matthews Email: DMatthews@convergeone.com Phone: +14177990737 Solution Summary Current Due Next Invoice Due Remaining Total Project Software $0.00 One -Time $0.00 Hardware $43,303.42 One -Time $43,303.42 Project Subtotal $43,303.42 $43,303.42 Estimated Tax NOT INCLUDED Estimated Freight NOT INCLUDED Project Total $43,303.42 $43,303.42 r.1 Converge0ne Date: 4/27/2021 Page #: 2 of 3 Documents #: OP-000611173 SO-000674363 Solution Name: WWTP Industrila Switches Customer: CITY OF FAYETTEVILLE, AR This Solution Summary summarizes the documents(s) that are attached hereto and such documents are incorporated herein by reference (collectively, this "Order'. Customer's signature on this Order (or Customer's issuance of a purchase order in connection with this Order) shall represent Customer's agreement with each document in this Order and acknowledgement that such attached document(s) are represented accurately by this Solution Summary. Unless otherwise specified in this Order, this Order shall be subject to the following terms and conditions (the "Agreement"): (i) the Master Sales Agreement or other applicable master agreement in effect as of the date hereof between Converge0ne, Inc. and/or its subsidiaries and affiliates (collectively, "Cl" or "Converge0ne" or "Seller") and Customer; or (ii) if no such master agreement is currently in place between C1 and Customer, the Online General Terms and Conditions currently found on the internet at: https://www.convergeone.com/online-general-terms-and-conditions/ . If Customer's Agreement is a master agreement entered into with one of Converge0ne, Inc.'s predecessors, affiliates and/or subsidiaries ("Legacy Master Agreement"), the terms and conditions of such Legacy Master Agreement shall apply to this Order, subject to any modifications, located at: https://www.convergeone.com/online-general-terms-and- conditions/ . In the event of a conflict between the terms and conditions in the Agreement and this Order, the order of precedence shall be as follows: (i) this Order (with the most recent and specific document controlling if there are conflicts between the Solution Summary and any applicable supporting document(s) incorporated into this Order), (ii) Attachment A to the Agreement (if applicable), and (iii) the main body of the Agreement. This Order may include the sale of any of the following to Customer: (a) any hardware, third party software, and/or Seller software (collectively, "Products"); (b) any installation services, professional services, and/or third party provided support services that are generally associated with the Products and sold to customers by Seller (collectively, "Professional Services'; (c) any Seller -provided vendor management services, software release management services, remote monitoring services and/or, troubleshooting services (collectively, "Managed Services'; and/or (d) any Seller -provided maintenance services ordered by Customer to maintain and service Supported Products or Supported Systems at Supported Sites to ensure that they operate in conformance with their respective documentation and specifications (collectively, "Maintenance Services"). For ease of reference only, Professional Services, Managed Services and Maintenance Services may be referred to collectively as "Services." Unless otherwise defined herein, capitalized terms used herein will have the same meanings as set forth in the Agreement. Products and/or Services not specifically itemized are not provided hereunder. This Order will be valid for a period of thirty (30) days following the date hereof. Thereafter, this Order will no longer be of any force and effect. This Order is a configured order and/or contains software. ACCEPTED BY: BUYER: TITLE: 07e19:1 SELLER: TITLE: Solution Quote 07 -All i1 # Item Number Description Public Sector Term Qty I Unit List Price Extended List % Disc Unit Price Extended Price Contract Software 1 IOT-OTHER Not related to an IoT Solution; For tracking AR233 51 $0.00 $0.00 0.00 % $0.00 $0.00 only. 4600036986 r.1 ConvergeOne Solution Quote Date: 4/27/2021 Page #: 3 of 3 Documents #: OP-000611173 SO-000674363 Solution Name: WWTP Industrila Switches Customer: CITY OF FAYETTEVILLE, AR # I Item Number Description Public Sector Term Qty I Unit List Price Extended List % Disc Unit Price Extended Price Contract 2 NO-IOT- Not related to an IoT Solution; For tracking AR233 SOLUTION only. 4600036986 3 IOT-OTHER Not related to an IoT Solution; For tracking AR233 only. 4600036986 4 NO-IOT- Not related to an IoT Solution; For tracking AR233 SOLUTION only. 4600036986 Hardware 5 IE-2000-4T-G-B IE2000 with 4 FE Copper ports & 2 GE Copper AR233 ports (Lan Base) 4600036986 6 IE-2000-8TC-G-B IE2000 with 8FE Copper ports and 2GE uplinks AR233 (Lan Base) 4600036986 51 $0.00 $0.00 0.00 % 8 $0.00 $0.00 0.00 % 8 $0.00 $0.00 0.00 % Software Subtotal: $0.00 51 $1,399.88 $71,393.88 50.00 % 8 $1,901.63 $15,213.04 50.00 % Hardware Subtotal: $86,606.92 Total: $86,606.92 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $699.94 $35,696.94 $950.81 $7,606.48 $43,303.42 $1,650.75 $43,303.42 WATER PURCHASE AGREENIENT This Agreement, made and entered into on this , day of 20 , by and between the City of Fayetteville, Arkansas ("City") and Mount Olive Water Association (`Buyer") witnesseth: WHEREAS, the City owns and operates a water supply distribution system with a capacity currently capable of serving the present customers of the City system and the estimated number of water users to be served by the said Buyer; and WHEREAS, the Buyer desires to purchase water from the City for distribution within the present service area of the Buyer, and the City desires to famish and sell water to the Buyer for distribution within its present service area. NOW, THEREFORE, the City of Fayetteville, Arkansas and Mount Olive Water Association agree as follows: 1. The City of Fayetteville, Arkansas agrees to: A. Furnish the Buyer, at the two points of delivery hereinafter specified, for distribution within its present service area, during the term of this agreement or any renewal or extension thereof, potable treated water meeting applicable purity standards of the Arkansas Department of Health, and in such quantity as may be required by the Buyer, not to exceed 450 gallons per minute. The City shall not be obligated to provide water to the Buyer at a rate greater than 450 gallons per minute. Delivery rates at the individual metering points shall be 300 gallons per minute at the 3985 Black Oak Road metering point and 150 gallons per minute at the 664 Fast Wallin Mountain Road metering point (see Exhibit "A" attached hereto). Li the event the Buyer requires water at a rate greater than thus specified, the City shall have the sole discretion in determining whether to furnish water at a greater rate and in determining the terms and conditions upon which its agreement to do so will be given, including, but not limited to, conditions for reinforcement of the 8" and 6" mains hereinafter referred to at the Buyer's expense in order to increase its capacity, if the reinforcement has not been accomplished by the City prior to the time it is required by the Buyer. Provided, the rates charged for any water, which the City may agree to supply in excess of 450 gallons per minute, shall be the same as that charged to other customers receiving in excess of 450 gallons of water per minute. Any such. agreement shall be in writing and duly authorized by the governing bodies of the respective parties hereto. It is further understood and agreed that the City's responsibility for the water ends at the meter box outlet or vault. B. Furnish water at a reasonably constant pressure (due consideration being given to friction loss) from a six (6) inch water main at a point located at the site described in Exhibit "B" attached hereto and made a part hereof. C. Operate and maintain the water mains up to the point of delivery and maintain at point of delivery the necessary metering equipment, including a meter pit, check valves, and required devices of standard type for properly measuring the quantity of water delivered to the Buyer, including a meter of proper size. The cost of maintenance and operation of the metering facility shall be borne by the City. The responsibility for testing and calibrating the meter rests solely with the City. A meter registering not more than two percent (2%) above or below 100% accuracy shall be deemed to be accurate. The previous reading of any meter disclosed by test to be inaccurate shall be corrected for the two (2) months previous to such test in accordance with the percentage of inaccuracy found by such tests. If any meter fails to register for any period, the amount of water furnished during such period shall be determined by average readings over a period of two previous months or a like month of a previous year, at the City's option. The metering equipment shall be read on a regular schedule each month. The size of the meter shall be in keeping with anticipated water usage and/or demand. Currently, a four (4) inch meter is installed at the Black Oak connection, and a three (3) inch meter is installed at the Wallin Mountain connection.. The Buyer currently has a valve at the inlet side of the meter to shut off the supply and also to limit the flow of water to the rate permitted. The Buyer also currently has a by-pass to the meter installed for use during periods of meter maintenance. The maintenance cost for the by-pass valves, fittings, and pipe shall be borne by the City. D. The City's responsibility for maintenance shall end at the outlet side of the meter box or vault- E. The City agrees to furnish the Manager of the Buyer with an itemized statement of the amount of water furnished and other charges to the Buyer in accordance with the City billing policies. 2. Mount Olive Water Association agrees to: A. Maximum. Purchase water as required by the Buyer and the consumers within the presently defined servicc area of the Buyer, up to a maximum of 450 gallons per minute. B. Minimum. Buyer agrees to remit payment to the City for a minimum of 2.7 million gallons of water per month (commonly referred to as "take -or -pay"). Such take -or -pay mmitnum shall be chargeable at the current wholesale water rate, as amended from time to time as set forth in Section 2(C). Any water usage above 2.7 million gallons per month shall be charged at the same wholesale water rate. C. Pay the City not later than the due date given on the bill for water delivered in the preceding reading period, in accordance with the rates as established by the City from time to time that may hereinafter be established by the City from time to time. The rates for water and meter service charges presently in effect are illustrated by the attached schedule, marked Exhibit "C", but it is understood and agreed that the City is in no way bound to said schedule, and that the City in its sole discretion has the right to increase or decrease the rates and charges shown therefore, at any time, for the Buyer as for other outside the City users. D. Maintain a backflow prevention device approved by the City and the Arkansas Department of Health. E. Restrict water connections to those customers having adequate on -site sewage disposal systems. For purposes of this agreement, all on -site disposal systems previously approved by the Arkansas Department of Health shall be deemed adequate. New on -site systems shall be deemed adequate if the system is approved by the Arkansas Department of Health. New on -site disposal systems on lots contained within a subdivision of five or more lots shall be considered adequate for one single family residence if the Arkansas Department of Health approves the system. New on -site disposal systems on platted lots or lots platted after the effective date of this agreement shall be considered adequate for multi -family housing if the Arkansas Department of Health approves the system. The term "platted lot" shall mean a lot within a subdivision, the plat of which is on file in the County Courthouse. 3. It is further mutually agreed between the City and the Buyer as follows: A. That this agreement shall extend for a term of 15 years from the date of the signature on this agreement. Thereafter this agreement may be renewed for such term, or terms, as may be agreed upon by the City and the Buyer. B. That the City will, at all times, operate and maintain its system in an efficient manner and will take such action as may be necessary to furnish the quantities of water required by the Buyer, up to the maximum amount of 450 gallons per minute as provided in Paragraph 1(A) hereof. Temporary or partial failures to deliver water caused by the failures or difficulties in the City's system shall be remedied with all 3 possible dispatch. Provided., however, the City reserves the right, in the event of acute shortage of water, to limit or discontinue water sales and service to the Buyer. Any reduction or discontinuance of water sales and service fvr this reason shall not render the City liable for damages of any kind, it being understood between the parties that the City's primary obligation is to fumish water and water services to the citizens oFthe City of Fayetteville, Arkansas. The City shall not be responsible for any damages to the Buyer or its consumers by reason of emergency failures of water supply due to water main breaks, power failure, flood, fire, earthquake and other acts of God, or catastrophe, acts of war, insurrection or rebellion, acts of a public enemy, acts of any unauthorized person, firm, or corporation, or acts of the Buyer, or during any periods of water reduction or discontinuance by reason of fire fighting or other emergency situation; nor shall such failures of water supply and/or discontinuance or reduction of water sales and service be construed as a breach of this agreement by the City. C. That this agreement is subject to such rules, regulations, or laws as may be applicable to similar agreements in the State of Arkansas and the City and Buyer will collaborate in obtaining such permits, certificates, or the like, as may be required to comply therewith. It is expressly understood and agreed that the sale of water herein provided for, from the City to the Buyer, is a sale for resale, and the Buyer agrees to maintain a sales tax permit as required by the State of Arkansas and agrees that it will collect and pay over to the Commissioner of Revenues of the State of Arkansas, any and all sates tax now or hereafter imposed upon the resale of said water to the Buyer's consumers. D. That in the event of any occurrence rendering the Buyer incapable of performing under this agreement, any successor of the Buyer whether the result of legal process, assignment, or otherwise, shall succeed to the rights of the Buyer hereunder. E. It is understood and agreed that the water to be supplied by the City to the Buyer under this agreement is to be furnished for distribution within the Mount Olive Water Association service area. The Buyer shall not extend its water main nutside its defined service area without the prior written consent of the City. The City shall have the sole discretion in determining the terms and/or conditions upon which its consent shall be given. F. In the event a portion of the Buyer's water mains are constructed within the corporate limits of the City, the Buyer is not permitted to serve consumers within the corporate limits of the City without prior written consent of the City. G. The Buyer agrees that it will not during the period of this agreement or any renewal thereof, levy any franchise tax, occupation tax, or any other tax of any for 0 whatsoever, by whatever name it may be called, upon the City, the City water system and appurtenances thereto, or the operations called for by this agreement. H. This agreement may be terminated by either the Buyer or the City upon breach by the other of any of the covenants or agreements contained herein, and the failure of the party in breach to remedy such a breach within thirty (30) days after receipt of written notice of the existence of such breach. Written notice shall be sufficient, if sent by certified mail, return receipt requested, postage prepaid, to the respective mayor or chairman of the parties hereto. IN AGREEMENT WITH ALL THE TERMS AND CONDITIONS ABOVE, WE SIGN BELOW: MOUNT OLTYE WATER ASSOCIATION By: %11.:�'*� �A�� -- TOM UNGER President of the Board ATTEST: By: TODD SOCIA Secretary of the Board CITY OF FAYETTEVILLE, ARKANSAS By: — LIONELD JORDAN, Mayor ATTEST: KARA PAXTON, City Clerk O 4�ev f LEE FROU❑ FI � _J i j i 664 E Wallin Mtn Rd (3-inch meter) r w UMIN, C�LIAiiA1N k � � f I� ❑ IAGpN _ 0 f' 1HARNESS^ 1 kBjilGlC6 tint! I E RALPH PHELPS ,+}-1ARR15 ON - Exhibit A T f 664 E Wallin Mountain Road 3-inch meter ° 1s c.a�s ° o.^s nnaes s 150 Gallons pqr minute Exhibit B w + ZEEMIKZ�� E 3985 S Black Oak Road 0.2 0.1 0 0.2 Miles S Winch meter EXHIBIT C Purchase of Water $2.79 per 1,000 Gallons 4-inch Meter - $108.98 per Month Meter Charge 3-inch Meter - $62.20 per Month Meter Charge BADGER METER CITY OF Badger Meter BEACON AMA MANAGED SOL UTION �- FAY E T E V I L L E MASTER AGREEMENT This BEACON AMA MANAGED SOLUTION MASTER AGREEMENT ("Agreement") is entered into as of the _3rd day of _September, 2020 (the "Effective Date") by and between Badger Meter, Inc. , a Wisconsin corporation with offices located at 4545 W. Brown Deer Road, Milwaukee, Wisconsin 53223 ("Badger Meter") , and the City of Fayetteville, with offices located at 113 W Mountain St, Fayetteville, AR 72701, and as applicable its officers, directors, members, board members, governing members, trustees, commissioners, elected and appointed officials, employees, agents, consultants and other representatives ("City"). (1) SERVICE. Badger Meter and its cellular service aggregator and data -hosting service providers ("Suppliers") have developed a hosted, on -demand, web -based service website ("Portal") accessible to its customers to provide metering and water usage service information, communicated through a cellular network, for its customers ("Service"), and documentation to assist customers in using the Portal and the Service ("Documentation"). (2) RIGHT TO ACCESS AND USE THE PORTAL AND SERVICE. In consideration of the payment of the Service Fees as set forth in Section (5), Badger Meter grants to City, its employees and contractors that City approves as users of the Service ("Authorized User") and City's approved end - user water customers ("Authorized Consumer") the right to remotely access and use the Service from the Portal (as currently configured) for City's internal business use and for the benefit of its Authorized Consumers in accordance with this Agreement. Any rights and obligations in this Agreement relative to City and its Authorized Consumers will only be in effect when City affirmatively enables the EyeOnWater Service. (3) OWNERSHIP OF PORTAL AND SERVICE. (a) Badger Meter Service. Badger Meter owns all rights, title and interest in the Portal, Service and Documentation, including all associated intellectual property rights. Neither City, nor its Authorized Users or Authorized Consumers will obtain any rights, title or interest in the Portal, Service, or Documentation or any associated intellectual property rights, other than the right to access and use the Portal, Service and Documentation, subject to the terms of this Agreement. (b) Suggestions. If City provides Badger Meter any suggested improvements ("Suggestions") to the Portal, Service or Documentation, City agrees that Badger Meter will own all rights, title and interest in and to the Suggestions, even if City has designated the Suggestions as confidential. Badger Meter will be entitled to use the Suggestions without restriction. By entering into this Agreement, City irrevocably assigns, conveys and transfers to Badger Meter all right, title and interest in and to the Suggestions and agrees to provide Badger Meter with commercially reasonable assistance to document, perfect and maintain Badger Meter's rights in the Suggestions. (4) TERM. The term of this Agreement begins on the Effective Date and continues for a one (1) year term unless earlier terminated m accordance with Sections (15) or (16) of the Agreement (the "Initial ©2020 Badger Meter, Inc. Page 1 of 29 BADGER METER CITY OF BEACONAMA MANAGED SOLUTION FAYETTEVILLE Badger Meter ARKANSAS .3 MASTER AGREEMENT Term"). Upon expiration of the Initial Term, this Agreement shall automatically renew for nine(9) additional terms unless either Party provides written notice of nonrenewal at least ninety (90) days prior to the end of the then -current term (each a "Renewal Term" and together with the Initial Term, the "Term"), or unless sooner terminated as provided in Section 15 or 16. If the Term is renewed for any Renewal Terms pursuant to this Section, the terms and conditions of this Agreement during each Renewal Term shall be the same as the terms and conditions in effect immediately prior to such renewal. If either Party provides timely notice of its intent not to renew this Agreement, then, unless otherwise sooner terminated in accordance with its terms, this Agreement shall terminate on the expiration of the then -current Term. (5) FEES. (a) Service Fees. Inconsideration for the right to access and use the Portal, Service and Documentation, City agrees to pay Badger Meter certain fees ("Service Fees") to obtain enterprise -wide access to the Portal, Service and Documentation, authorizing all of its Authorized Users and Authorized Consumers to use the Portal and Service and Documentation in accordance with the terms of this Agreement, pursuant to the pricing set forth in Exhibit 1- Fees. (b) Taxes and Surcharges. City will be responsible to pay any sales, use, value added or excise taxes or surcharges resulting from use of the Portal, Service and Documentation by City, its Authorized Users or Authorized Consumers, excluding taxes due on Badger Meter's income. City will not be responsible for payment of taxes or surcharges resulting from its use of the cellular service included as part of the Service, as those charges are included in the Service Fees. (c) Updated Schedule of Fees. At least ninety (90) days prior to the expiration date of the Term ("Anniversary Date"), Badger Meter will provide City with an updated Schedule of Fees for the Service for the upcoming contract term. (6) RESTRICTIONS ON RIGHT TO USE. City agrees that City, its Authorized Users and Authorized Consumers will not use or permit or assist another to use the Portal, Service or Documentation in violation of this Agreement and will not knowingly: (a) Sell, license, resell, sublicense, or otherwise permit any third parties other than Authorized Users or Authorized Consumers to access or use the Portal, Service, or Documentation. (b) Remove patent, copyright, trademark or other intellectual property markings from the Portal, Service or Documentation. (c) Modify, alter, tamper with, repair or otherwise create derivatives from the Portal, Service or Documentation. ©2020 Badger Meter, Inc. Page 2 of 29 BADGER METER CITY of Badger Meter BEACON AMA MANAGED SOL LITION �- FAY E T E V I L L E MASTER AGREEMENT (d) Copy, reverse engineer, disassemble or decompile the Portal, Service or Documentation or apply any other process or procedure to derive the source code from any software included in the Portal or Service. (e) Use the Portal or Service in a manner that violates any applicable international, federal, state or local laws, rules or regulations. (f) Assert or authorize, assist or encourage any third party to assert against Badger Meter, its affiliates, customers, vendors, business partners, Servicers or licensors any intellectual property infringement Claim regarding the Portal, Service or Documentation. (g) Transmit content or messages that are illegal, fraudulent, threatening, abusive, defamatory, or obscene. (h) Make any unauthorized connection to Badger Meter's information technology architecture ("Network") (i) Communicate any unsolicited commercial, voice, SMS, or other message. (j) Upload or transmit any "virus," "worm," or malicious code or access, alter, or interfere with the communications of and/or information about another customer. (k) Take actions that could cause damage to or adversely affect Badger Meter, the Service, Portal, Suppliers, Network or the property or reputation of Badger Meter or its Suppliers. City and Badger Meter agree to make good faith efforts to minimize abuse or fraudulent use of the Portal and Service, to promptly report to each other any such abuse or fraudulent use of which they become aware, and to fully cooperate in any investigation or prosecution initiated by Badger Meter, its Suppliers or City related to abuse or fraudulent use of the Portal and Service. (7) CUSTOMER SUPPORT. Badger Meter will provide City the support services described in Exhibit 2 - Service Level Agreement. (8) CUSTOMER DATA. (a) Customer Data Defined. City, its Authorized Users and Authorized Consumers may provide Badger Meter and its Suppliers certain, customer billing information, personally identifiable information or other content ("Customer Data"). (b) Ownership. The Parties agree that the Customer Data is and shall remain the sole and exclusive property of Customer and/or its licensors or Authorized Consumers, including but not limited to any intellectual rights in the Customer Data. ©2020 Badger Meter, Inc. Page 3 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAYETTE V I LLE Badger Meter IV ARKANSAS MASTER AGREEMENT (c) Use of Customer Data by Badger Meter. City, its Authorized Users and Authorized Consumers consent to Badger Meter and its Suppliers' right to host, access, store, copy and use the Customer Data as reasonably necessary to provide, maintain, repair and enhance the Portal, Service and Documentation. Badger Meter may disclose certain Customer Data only to provide the Service to City, its Authorized Users and Authorized Consumers or to comply with the law or request of a governmental or regulatory body (including subpoenas or court orders as described in Section 9). (d) City Responsibilities. City is solely responsible for the development, content, operation and maintenance of the Customer Data, including but not limited to the technical operation of the Customer Data, and ensuring that calls made to the Service from City's network are compatible with then -current API's for the Service. City is responsible to ensure that City, its Authorized Users and Authorized Consumers comply with the Badger Meter Terms of Use Policy, the Badger Meter Privacy Policy or any other policies referenced in this Agreement and the law. (9) CONFIDENTIALITY. (a) Confidential Information Defined. For purposes of this Agreement, Confidential Information means all nonpublic information disclosed by one party to the other that is designated as confidential or that given the nature of the information or circumstances surrounding its disclosure, reasonably should be understood to be confidential, including but not limited to: (a) nonpublic information related to Badger Meter or its affiliates, Suppliers, business partners, technology, customers, business plans, intellectual property, promotional and marketing activities, finances and other business affairs; (b) third party information Badger Meter is obligated to keep confidential; (c) the content and existence of any discussions or negotiations between the parties; (d) Badger Meter's intellectual property used in providing the Portal, Service or Documentation; (e) Customer Data); and (f) Traffic Data, as defined below. (b) Protection of Confidential Information and Destruction of Records Upon Termination of Agreement. To the extent permitted by law, the parties agree to hold the other party's Confidential Information in strict confidence and will not copy, reproduce, give, sell, assign, license, market, transfer or otherwise dispose of the Confidential Information of the other party to any third parties or use the Confidential Information for any purposes whatsoever other than as contemplated by this Agreement. The Parties will take commercially reasonable steps to avoid disclosure, dissemination or unauthorized access to or use of the Confidential Information during the Term and for a period of five (5) years after the end of the Term, except that Confidential Information which is designated as a trade secret which shall continue to be subject to these confidentiality obligations in perpetuity. City agrees it will not misrepresent or embellish the relationship between the Parties (including by expressing or implying that Badger Meter supports, sponsors, endorses or contributes to City or its business endeavors) or express or imply any relationship or affiliation between Badger Meter and City or any other person or entity except as expressly permitted by this Agreement. ©2020 Badger Meter, Inc. Page 4 of 29 BADGER METER CITY OF Badger Meter BEACON AMA MANAGED SOL LITION FAY E T E V I L L E MASTER AGREEMENT Upon termination of this Agreement for any reason: (i) Badger Meter shall immediately cease providing Services to City, its Authorized Users and Authorized Consumers; (ii) Customer, its Authorized Users and Authorized Consumers will have no further right to use the Portal, Service or Documentation, will immediately cease using the Portal, Service and Documentation, and will receive no further Service; (iii) Customer will deliver to Badger Meter any Confidential Information of Badger Meter's in its possession or control, and (iv) Badger Meter shall immediately cease gathering data from Customer's endpoints. Within a reasonable time period not to exceed thirty (30) days after termination, Badger Meter will scrub the personally identifiable information from the Customer Data. Customer must immediately return, or at Badger Meter's option, destroy all Documentation provided to Customer by Badger Meter. Customer will remain liable for any Service Fees incurred prior to termination. Badger Meter shall not knowingly, recklessly, or negligently release or disseminate any Customer Data to any party, except its web services provider to provide the service, not specifically authorized by City in writing. (c) Traffic Information. All de -identified data (generally, aggregated system data stripped of PII) generated or collected by Badger Meter through operation of the Portal and Service is referred to as the "Traffic Data." All Traffic Data shall be the Confidential Information of and owned exclusively by Badger Meter. (d) Third Party Requests for Confidential Information. Neither party may disclose the other party's Confidential Information except to a Supplier subject to the restrictions in this Agreement or an Authorized User or Authorized Consumer except as otherwise required by law. If a party receives a request for access to the other party's Confidential Information from a third party, the receiving party agrees to inform the disclosing party in writing within three (3) business days of receipt of the request unless prohibited by law. (e) Exclusions from Confidential Information. Confidential Information of a party shall not include information which: (i) is in or becomes part of tbP p»blic domain through no fault of the receiving party; (ii) the receiving party can prove was known to it prior to its receipt from the disclosing party without reference to the Confidential Information; (iii) is independently developed by the receiving party outside of this Agreement without use of the disclosing party's Confidential Information; or (iv) is obtained by the receiving party from a third party which had no obligation of confidentiality to the disclosing party. (10) CITY'S REPRESENTATIONS AND WARRANTIES. City represents and warrants to Badger Meter that: (a) Authority. City has the right and authority to enter into this Agreement and to meet its financial and legal obligations under this Agreement. ©2020 Badger Meter, Inc. Page 5 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION 99 FAYETTEVILLE Badger Meter rV ARKANSAS MASTER AGREEMENT (b) Ownership. City, its licensors or its Authorized Consumers, own all rights, title and interest in and to the Customer Data. City has all rights in the Customer Data necessary to grant the rights to Badger Meter contemplated under this Agreement. (c) Compliance with Badger Meter Policies. None of the Customer Data or the use of the Customer Data, the Portal or Service by City, its Authorized Users or its Authorized Consumers will violate Badger Meter's BEACON Terms of Use or Privacy Policy h s: beaconama.netprivacy/ rivacv.html. The parties hereby agree that the governing law and jurisdiction shall be the State of Arkansas regardless of any changes to the Terms of Use and Privacy Policy. (d) Compliance with the Law. Neither City, the Authorized Users nor the Authorized Consumers will access or use the Portal, Service or Documentation in any manner that violates any applicable international, federal, state or local laws and/or regulations, including but not limited to all applicable data protection, intellectual property and privacy laws. (11) REPRESENTATIONS AND WARRANTIES OF BADGER METER. (a) Authority. Badger Meter represents and warrants to City that it has the right and authority to enter into this Agreement and to perform its obligations under this Agreement. (b) Service Warranty. Badger Meter represents and warrants to City that the Portal and Service will be provided pursuant to Exhibit 2 - Service Level Agreement. In providing the Portal and Service, Badger Meter will maintain sufficient data storage capacity to satisfy the technical requirements and required storage capacity to host the Portal and Service, in its reasonable discretion. If City allows unauthorized users to access the Portal, Service or Documentation, this express limited warranty will immediately become null and void. (c) Remedy for Breach of the Express Limited Warranty. If the Portal, Service or Documentation fail to meet the terms of the express limited warranty set forth in Section 11(b), City is required to notify Badger Meter promptly as defined in Exhibit 2 - Service Level Agreement. City's exclusive remedy for a breach of the express limited warranty is a Service credit to be calculated in accordance with Exhibit 2 - Service Level Agreement. (d) DISCLAIMER OF IMPLIED WARRANTIES. EXCEPT FOR THE EXPRESS LIMITED WARRANTY SET FORTH IN SECTION 11(b), BADGER METER MAKES NO OTHER EXPRESS OR IMPLIED REPRESENTATIONS OR WARRANTIES AS TO THE PORTAL, SERVICE OR DOCUMENTATION. BADGER METER EXPRESSLY DISCLAIMS ANY OTHER EXPRESS OR IMPLIED WARRANTIES WITH REGARD TO THE PORTAL, SERVICE OR DOCUMENTATION, INCLUDING, BUT NOT LIMITED TO, THE IMPLIED WARRANTIES OF MERCHANTABILITY, TITLE, NON -INFRINGEMENT, FITNESS FOR A PARTICULAR PURPOSE, QUIET ENJOYMENT, OR IMPLIED WARRANTIES ARISING FROM A COURSE OF DEALING, INDUSTRY PRACTICE OR USAGE OF TRADE. ©2020 Badger Meter, Inc. Page 6 of 29 kw4 BADGER METER I CITY OF mm"S Badger Meter BEACON AMA MANAGED SOL LITION JS FAY E T E V I L L E MASTER AGREEMENT BADGER METER EXPRESSLY DISCLAIMS THAT THE PORTAL AND SERVICE WILL BE UNINTERRUPTED, ERROR FREE OR FREE OF HARMFUL COMPONENTS, AND EXPRESSLY DISCLAIMS ANY WARRANTIES AS TO THE RELIABILITY, QUALITY, SECURITY, CONDITION, DESIGN, SUITABILITY, INTER -OPERABILITY, AVAILABILITY, COMPLETENESS OF THE PORTAL OR SERVICE OR THAT ANY DATA, INCLUDING THE CUSTOMER DATA, WILL BE SECURE OR NOT OTHERWISE LOST OR DAMAGED. (e) ESSENTIAL TERMS. THE ENFORCEABILITY OF THIS SECTION (11) IS ESSENTIAL TO BADGER METER'S WILLINGNESS TO ENTER INTO THIS AGREEMENT WITH CITY. (12) LIMITATION OF LIABILITY (a) DIRECT DAMAGES. IF ANY PARTY DEFAULTS IN ITS OBLIGATIONS UNDER THIS AGREEMENT, THE NON -BREACHING PARTY WILL BE ENTITLED TO RECOVER FROM THE BREACHING PARTY ONLY THE ACTUAL AND DIRECT DAMAGES THAT THE NON -BREACHING PARTY MAY INCUR AS A RESULT OF SUCH BREACH. (b) CAP ON DAMAGES. NEITHER PARTY'S NOR ANY OF ITS RESPECTIVE AFFILIATES ANNUAL LIABILITY UNDER THIS AGREEMENT WILL EXCEED THE LESSER OF (A) THE AMOUNTS THE CUSTOMER ACTUALLY PAYS BADGER METER UNDER THIS AGREEMENT FOR THE SERVICE THAT GAVE RISE TO THE CLAIM DURING THE 12 MONTHS PRECEDING THE CLAIM, OR (B) US $250,000. NOTHING IN THIS SECTION 12 WILL LIMIT CUSTOMER'S OBLIGATION TO PAY BADGER METER FOR USE OF THE SERVICES PURSUANT TO SECTION 5. (c) LIMITS ON DAMAGES. EXCEPT FOR PAYMENT OBLIGATIONS ARISING UNDER SECTIONS (13) AND (14) (INDEMNIFICATION), NEITHER PARTY NOR ANY OF ITS RESPECTIVE AFFILIATES, SUPPLIERS OR LICENSORS WILL BE LIABLE TO THE OTHER PARTY, AN AUTHORIZED USER, AUTHORIZED CONSUMER OR ANY THIRD PARTY FOR ANY CLAIMS, DEMANDS, ACTIONS, LOSSES, DAMAGES, FINES, JUDGMENTS SETTLEMENTS, COSTS, EXPENSES, ATTORNEY'S FEES, AND COURT COSTS OR ANY OTHER LIABILITIES OF ANY NATURE WHATSOEVER, INCLUDING BUT NOT LIMITED TO THE PORTAL, SERVICE, DOCUMENTATION, OR THE SUBJECT MATTER OF THIS AGREEMENT ("CLAIM"). FURTHER, NEITHER PARTY NOR ANY OF EITHER PARTY'S RESPECTIVE AFFILIATES, SUPPLIERS OR LICENSORS SHALL BE LIABLE TO THE OTHER PARTY, AN AUTHORIZED CONSUMER OR ANY THIRD PARTY FOR ANY SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL, EXEMPLARY, PUNITIVE OR ENHANCED DAMAGES, LOST REVENUE OR PROFITS OR DIMINUTION OF VALUE, OR OTHER ECONOMIC ADVERSITY, CLAIMS RESULTING FROM LOSS OF CUSTOMER DATA, OR BREACH OF CONFIDENTIALITY, ARISING OUT OF, OR RELATING TO, AND/OR IN CONNECTION ©2020 Badger Meter, Inc. Page 7 of 29 BADGER METER CITY OF BEACONAMAMANAGED SOLUTION FAYETTEVILLE 3Badger Meter ARKANSAS MASTER AGREEMENT WITH ANY BREACH OF THIS AGREEMENT, REGARDLESS OF WHETHER SUCH DAMAGES WERE FORESEEABLE, WHETHER OR NOT THE PARTY WAS ADVISED OF THE POSSIBILITY OF SUCH DAMAGES, AND THE LEGAL OR EQUITABLE THEORY (CONTRACT, TORT OR OTHERWISE) UPON WHICH THE CLAIM IS BASED. NEITHER BADGER METER NOR ANY OF ITS AFFILIATES, SUPPLIERS OR LICENSORS WILL BE RESPONSIBLE FOR ANY COMPENSATION, REIMBURSEMENT OR DAMAGES ARISING IN CONNECTION WITH: (A) CUSTOMER'S INABILITY TO USE THE PORTAL OR SERVICE, INCLUDING AS A RESULT OF ANY: (i) TERMINATION OR SUSPENSION OF THIS AGREEMENT OR CUSTOMER'S USE OF OR ACCESS TO THE SERVICE; OR (ii) WITHOUT LIMITING ANY OBLIGATIONS UNDER THE SERVICE LEVEL AGREEMENT, ANY UNANTICIPATED OR UNSCHEDULED DOWNTIME OF ALL OR A PORTION OF THE SERVICE FOR ANY REASON, INCLUDING BUT NOT LIMITED TO AS A RESULT OF A POWER OUTAGE, SYSTEM FAILURE OR OTHER INTERRUPTION; (B) THE COST OF PROCUREMENT OF SUBSTITUTE SERVICES; (C) ANY INVESTMENTS, EXPENDITURES OR COMMITMENTS MADE BY CUSTOMER IN CONNECTION WITH THIS AGREEMENT OR CUSTOMER'S USE OF OR ACCESS TO THE SERVICE OR (D) ANY UNAUTHORIZED ACCESS TO, ALTERATION OR THE DELETION, DESTRUCTION, DAMAGE, LOSS OR FAILURE TO STORE ANY OF CUSTOMER'S DATA. (13) CITY'S INDEMNIFICATION OBLIGATIONS. (a) Generally. To the extent permitted by law, and without waiving its sovereign immunity, City agrees to defend, indemnify, and hold harmless Badger Meter as well as its parents, subsidiaries, affiliates, officers, employees, agents, licensors, Suppliers, representatives and customers and each of their respective employees, officers, directors, members and representatives (the "Badger Meter Parties"), against any and all Claims made against the Badger Meter Parties by any third party arising out of or related to: (i) Customers, Authorized Users or Authorized Consumers access and use of the Portal, Service, or Documentation; (ii) the subject matter of this Agreement; (iii) violation of applicable law by Customer, its Authorized Users or Authorized Consumers; or (iv) a dispute between Customer and any Authorized User or Authorized Consumer. (b) Procedure for Indemnification. Upon receipt of a Claim, Badger Meter will provide prompt written notice to City of the Claim for which the Badger Meter Parties seek indemnification. Badger Meter's failure to promptly notify City will only affect City 's obligation to indemnify the Badger Meter Parties to the extent such failure causes actual prejudice to City 's ability to defend the Claim. The notice must include a description of the Claim with reasonable detail of the facts giving rise to the Claim. Upon receipt of notice of a Claim, Customer shall be obligated to assume and control the defense of such Claim at its own expense. The Badger Meter Parties may retain their own counsel to cooperate in defending the Claim, at their own expense. The Badger Meter Parties agree to cooperate with City in ©2020 Badger Meter, Inc. Page 8 of 29 BADGER METER ,oil CITY OF Badger Meter BEACON AMA MANAGED SOLUTION �� FAY E T E V I L L E MASTER AGREEMENT defending the Claim and in making available to City all witnesses, records, materials and information in their possession or control to assist in the defense of the Claim, as is reasonably requested by City. City may not settle or compromise any Claim or consent to the entry of any judgment unless Badger Meter provides prior written consent and the Badger Meter Parties are given an unconditional written release from City with respect to the Claim. In the event City fails to defend, indemnify, and hold the Badger Meter Parties harmless, after notice of a request for indemnification, the Badger Meter Parties shall be entitled to assume the defense and seek reimbursement from City for all losses with regard to the Claim and all attorneys' fees and litigation costs expended by the Badger Meter Parties in defending the Claim. (14) BADGER METER'S INDEMNIFICATION OBLIGATIONS. (a) Generally. Subject to the limitations of liability provisions set forth in Section (12) of this Agreement, Badger Meter agrees to indemnify, defend and hold harmless City, and as applicable its officers, directors, members, board members, governing members, trustees, commissioners, elected and appointed officials, employees, agents, consultants and other representatives ("City Parties") from and against any legal proceedings filed against the City Parties by a third party based upon the allegations that the Portal, Service or Documentation infringes or violates a third party's patent, copyright or other intellectual property rights ("Intellectual Property Dispute"). (b) Mitigation. If the Portal, Service or Documentation becomes the subject of an Intellectual Property Dispute and is enjoined, Badger Meter will have the right to (i) procure for City the right to continue using the Portal and Service; (ii) modify the Portal and Service to avoid allegations of infringement, provided the modification does not materially change the functionality of the Portal and Service; (iii) replace the Portal and Service with an equally suitable, functionally equivalent, non -infringing Portal and Service; or (iv) immediately terminate this Agreement and provide City with a refund of any unused pre -paid portion of the Service Fees. (c) Exclusions. Badger Meter assumes no liability for and City will not be entitled to receive indemnification from Badger Meter for any Intellectual Property Dispute which results directly and solely from (i) City's failure to use the Portal or Service in conformity with the Documentation; (ii) City's actions in combining the Service with any third party software, technology, hardware or data; or (iii) City's violation of access granted in Section (2). (d) Procedure for Indemnification. Upon receipt of an Intellectual Property Dispute, City will provide prompt written notice to Badger Meter of the Intellectual Property Dispute for which the City Parties seek indemnification. City's failure to promptly notify Badger Meter will only affect Badger Meter's obligation to indemnify the City Parties to the extent such failure causes actual prejudice to Badger Meter's ability to defend the Claim. The notice must include a description of the Intellectual Property Dispute with reasonable detail of the facts giving rise to the Intellectual Property Dispute. Upon receipt of notice of an Intellectual Property Dispute, Badger Meter shall be obligated to assume and control the defense of such Intellectual Property Dispute at its own ©2020 Badger Meter, Inc. Page 9 of 29 BADGER METER CITY OF Badger Meter BEACON AMA MANAGED SOLUTION �- FAYARKE T E V I L L E MASTER AGREEMENT 4 expense. City may retain its own counsel to cooperate in defending the Intellectual Property Dispute, at its own expense. City agrees to cooperate with Badger Meter in defending the Intellectual Property Dispute and in making available to Badger Meter all witnesses, records, materials and information in City's possession or control to assist in the defense of the Intellectual Property Dispute as is reasonably requested by Badger Meter. Badger Meter may not settle or compromise any Intellectual Property Dispute or consent to the entry of any judgment unless City provides prior written consent and the City is given an unconditional written release from Badger Meter with respect to the Intellectual Property Dispute. In the event Badger Meter fails to defend, indemnify, and hold the City Parties harmless, after notice of a request for indemnification, City shall be entitled to assume the defense and seek reimbursement from Badger Meter for all losses with regard to the Intellectual Property Dispute and all attorneys' fees and litigation costs expended by City in defending the Intellectual Property Dispute. (15) TERMINATION. (a) Termination for Convenience. City may terminate this Agreement for any reason by providing Badger Meter written notice of termination at least ninety (90) days in advance of the effective date of such termination. Badger Meter shall be entitled to receive just and equitable compensation for any services performed hereunder through the date of the termination. After receipt of a notice of termination for convenience, Badger Meter will exercise reasonable diligence to accomplish the cancellation or diversion of related services and settle all outstanding liabilities associated with the cancellation of such commitments. (b) Termination for Cause. A party is in default under this Agreement if it materially breaches or materially fails to perform its obligations under this Agreement, which includes any failure to make undisputed payments pursuant to Section (5) ("Event of Default"). (c) Opportunity to Cure. Upon the occurrence of an Event of Default, the non -defaulting party shall deliver a written notice describing the Event of Default (the "Cure Notice"). If the receiving party has not cured the Event of Default within thirty (30) days after receipt of the Cure Notice, then the non -defaulting party shall have the right to terminate this Agreement, at its option, by delivering to the defaulting party a written notice of termination (the "Termination Notice"). (d) Immediate Right to Terminate. Badger Meter shall have the right to immediately terminate this Agreement: (i) in order to protect its Confidential Information, or its Intellectual Property Rights in the Portal or Service; (ii) in order to comply with applicable law (iii) if City makes any representation or warranty which is materially untrue as of the Effective Date or at any time during the Term; or (iv) upon an assignment for the benefit of creditors, if City suffers or permits the appointment of a receiver for its business or assets, or avails itself of, or becomes subject to, any proceeding under any statute relating to insolvency or for the protection of creditor rights or if a party becomes insolvent or technically bankrupt.. ©2020 Badger Meter, Inc. Page 10 of 29 BADGER METER CITY OF Badger Meter BEACON AMA MANAGED SOL LITION �- FAY E E V I L L E MASTER AGREEMENT (e) Reserved. (f) Post - Termination Assistance. At either the expiration of the Term without renewal, or upon termination for any reason, Badger Meter will, within ten (10) days, provide to City, at no cost, an export of Customer Data that will include, at a minimum, account number, full name, email address, street address, and phone number in a comma delimited .txt file. If City desires data beyond this list, Badger Meter can assist at the invoice rate of $200/hour. (g) Reinstatement Fee. If City desires to reinstate access to the Portal and Service after termination, a reinstatement fee of $7.50 per endpoint reinstated will apply. (16) SUSPENSION OF SERVICES. (a) Nonpayment. Badger Meter may suspend the Service and access to the Portal and shall not be obligated to provide access to the Portal and Service to City, its Authorized Users or Authorized Consumers until all outstanding undisputed invoices for the Service have been paid in full, including any fees associated with suspension of the Service. (b) Network Protection. City acknowledges that Badger Meter (and any of its Suppliers) may restrict, or suspend all or a portion of the Service or limit the Service as may be reasonably necessary to prevent or limit suspected fraud or any problem that materially and adversely affects the performance of the Service and/or is likely to do substantial damage to Badger Meter, Badger Meter's customers or Suppliers. Some of these actions may interrupt or prevent legitimate communications and usage. Such situations may arise: (a) if a device deployed on the Service is materially out of compliance with the technical requirements; (b) in case of actual or suspected fraudulent use; or (c) in case of disruptive or damaging operation. (c) Notification. In the event that Badger Meter or one of its Suppliers restricts, suspends or cancels any portion of the Service or limits the operation of the Service, Badger Meter shall (i) notify City in advance or within thirty (30) minutes of the discovery of any issue that affects either Service or access to the Portal by displaying the notification on the portal; (ii) provide reasonable information regarding its identification of the issue that resulted in the actions taken; and (iii) reinstate Service upon resolution of the issue as soon as practicable and in any case within a reasonable timeframe. (d) Immediate Suspension. Badger Meter may suspend City's or an Authorized Users or Authorized Consumers right to access or use the Service immediately upon notice to City if Badger Meter determines: (i) Use of the Service poses a security risk to the Service, the Network or any third party, adversely impacts the Service, the Network or data of any other Badger Meter customer, or subjects Badger Meter or any third party to liability or fraud. ©2020 Badger Meter, Inc. Page 11 of 29 BADGER METER CITY OF Badger Meter BEACON AMA MANAGED SOLUTION �- FAYETTEVILLE MASTER AGREEMENT V ARKANSAS (ii) City or one of its Authorized Users or Authorized Customers is in breach of this Agreement or is delinquent on its payments for more than thirty (30) days. (iii) Badger Meter ceases to operate in the ordinary course, has an assignment for the benefit of creditors or similar disposition of its assets or becomes the subject of any bankruptcy, reorganization, liquidation dissolution or similar proceeding. (e) Reinstatement. Badger Meter will use commercially reasonable efforts to restore City's rights to use and access those portions of the Service or accounts that gave rise to the suspension promptly after City has resolved the problem giving rise to the suspension. (f) Effect of Suspension. If Badger Meter suspends City's right to access or use all or any portion of the Service or the Portal: (i) City remains responsible for all Service Fees and undisputed charges incurred through the date of suspension. (ii) City remains responsible for any applicable Service Fees and charges for any Services to which City has continued access as well as applicable fees and charges. (iii) City will not be entitled to any service credits under the Service Level Agreement for any period of suspension. (iv) Badger Meter's right to suspend the Services is in addition to Badger Meter's right to terminate this Agreement. (17) COMPLIANCE WITH REGULATIONS; DATA PRIVACY. Each party is responsible for complying with industry standards and such applicable laws and regulations, including, but not limited to, the generally accepted practices in the information technology service management industry for providing secure data handling and management, including meeting or exceeding Information Technology Infrastructure Library (ITIL) standards for logical and physical security and all requirements regarding the protection of data in its possession or under its control. A party will not be liable for any failure of the other party to comply with this requirement. (18) DATA SECURITY AND RECOVERY. (a) Data Security. In order to protect the Customer Data and prevent unauthorized access to or use of the Customer Data, Portal or Service, Badger Meter has implemented commercially reasonable internal procedures and systems designed to protect the privacy and security according to the requirements set forth in Exhibit 3 - BEACON AMA Managed Solution Security Policy ("Security Standards"), consistent with applicable international, federal, state and local laws. The purpose of the security policy is to identify reasonably foreseeable and ©2020 Badger Meter, Inc. Page 12 of 29 BADGER METER CITY OF Badger Meter BEACON AMA MANAGED SOLUTION �- FAY E E V I L L E • MASTER AGREEMENT internal risks to security and unauthorized access to Badger Meter's Network and minimize security risks, including through risk assessment and regular testing. Badger Meter will designate one or more employees to coordinate and be accountable for the security program. (b) Protection of Customer Data. Badger Meter will implement reasonable and appropriate measures for the Badger Meter Network designed to help City secure the Customer Data against accidental or unlawful loss, access or disclosure in accordance with Badger Meter's Security Standards. Badger Meter may modify its Security Standards from time to time but will continue to provide at least the same level of security as described in the Security Standards as of the Effective Date. The security and data privacy provisions in this Section contain Badger Meter, and its Suppliers entire obligation regarding the security, privacy and confidentiality of the Customer Data. (c) Data Storage. Badger Meter will employ commercially reasonable storage (including backup, archive and redundant data storage) and commercially reasonable precautions to prevent the loss of or alteration of Customer Data, but does not guarantee against any such loss or alteration. Badger Meter will not serve as City's official record keeper. City will maintain source documents of the Confidential Information (such as billing information) hosted by Badger Meter under this Agreement. (d) City Responsibilities. City is responsible for properly configuring and using the Service and taking steps to maintain appropriate security, protection and backup of the Customer Data, including but not limited to the use of encryption technology to protect Customer Data from unauthorized access and will perform routine archiving of the Customer Data. Further, City is responsible for regularly auditing its Authorized Users, and will enact internal procedures to remove Authorized Users from the Service if their job duties change and access is no longer appropriate, or if an Authorized User separates from City. (e) Data Transmission Risks. (i) Cellular Transmissions. Badger Meter cellular endpoints conform to the AES256 encryption standards or the latest AES standard in effect. City acknowledges that neither Badger Meter nor its Suppliers can guarantee the privacy or security of any cellular transmissions as part of the Service. City acknowledges that cellular transmissions are capable of being intercepted by third parties without the knowledge or permission of Badger Meter or its Suppliers. Badger Meter and its Suppliers shall not be liable to City, the Authorized Users, the Authorized Consumers or any third party for interception or unauthorized use of any data transmitted through the cellular network, as part of the Service. (ii) Internet Transmissions. City acknowledges that security of transmissions over the Internet cannot be guaranteed. Badger Meter is not responsible for: (i) City's access to the Internet, (ii) interception, unauthorized use or interruptions of communications through the ©2020 Badger Meter, Inc. Page 13 of 29 BADGER METER CITY OF Badger Meter BEACON AMA MANAGED SOLUTION IV FAYETTEVILLE MASTER AGREEMENT ARKANSAS Internet; or (iii) changes or losses of data through the Internet, in each case other than to the extent caused solely by Badger Meter. In order to protect Customer Data, Badger Meter may suspend City, City's Authorized Users or Authorized Consumers access to or use of the Badger Meter Portal or Service via the Internet immediately, without prior notice, pending an investigation of any potential security breach. (f) Coverage Availability. The Service is provided using a wireless network. Actual signal availability in the Service Area will depend on the device used to access the Service as well as coverage for the applicable wireless network provided in specific geographic regions. Coverage may be refused, interrupted or limited by environmental factors such as signal strength, buildings, weather, geography, topography, or by factors affecting the Suppliers, such as usage concentration or by facilities changes, modifications, updates, relocations, repairs, maintenance or other similar activities necessary for the proper or improved operation of the Supplier's facilities. Any such factors may result in dropped and blocked connections or slower data speeds. Neither Badger Meter nor any of its Suppliers will be responsible to City or any of City's Authorized Users or Authorized Consumers for any such lapses in or obstructions to coverage. The Service Area is subject to change from time to time. Should Badger Meter receive notice from its Supplier that such Supplier intends to discontinue its support for the Badger Meter Service in all or part of the Service Area, Badger Meter will provide City with as much advance notice as practicable under the circumstances. (g) Password Protection. City, its Authorized Users and Authorized Consumers will be required to select and use certain user names, passwords or codes to access and use the Service and Portal. City assumes sole responsibility for the selection, management and use of any codes or passwords as may be permitted or required for the access to and use of the Portal and Service by City, its Authorized Users and its Authorized Consumers. City agrees to maintain the privacy of usernames and passwords associated with the Badger Meter Portal and Service. City shall remain responsible for all activities that occur under City's password or Internet account. City will immediately notify Badger Meter of any unauthorized use of City's password or Internet account or any other breach of security, and ensure that City exits from City's Internet account at the end of each session. Badger Meter shall not be liable for any damages incurred by City or any third party arising from City's failure to comply with this Section. (h) Third Party Access. To the extent that City requests that Badger Meter provide any Customer Data to Authorized Users, Authorized Consumers or third parties or any non-U.S. location, City represents that it has acquired any consents or provided any notices required to transfer such content or information and that such transfer does not violate any applicable international, federal, state or local laws and/or regulations. (i) Security Breach. If Badger Meter becomes aware of a security breach or that compromises the security, confidentiality or integrity of the Customer Data ("Breach"), Badger Meter will promptly notify City in writing and take appropriate actions to resolve the Breach. Badger Meter will reasonably cooperate with City to investigate the nature and scope of any Breach. In ©2020 Badger Meter, Inc. Page 14 of 29 BADGER METER CITY OF Badger Meter BEACON AMA MANAGED SOLUTION �- FAY E E V I L L E MASTER AGREEMENT its initial notification to City, Badger Meter will provide City with: (i) a description of the Breach; (ii) the estimated impact of the Breach on City's Data; (iii) the name and contact information of the person at Badger Meter who will be primarily responsible for resolving the issues for City; and (iv) the investigation taken and the suggested corrective action. Badger Meter will provide commercially reasonable cooperation to City in investigating, assisting with notification of the Breach and taking corrective action as requested by City. (j) Notification of Breach. In the event that applicable law requires notification to individuals of an Breach or if requested by City, Badger Meter will take additional mitigation steps for the benefit of City, including, but not limited to, providing reasonable assistance with drafting and sending of required notifications. (19) CHANGES. (a) Right to Make Changes. Badger Meter may from time to time make changes, without City's approval, to the Terms of Use, the Privacy policies, the Portal, Service or Documentation, provided that such changes: (i) do not increase City's total costs of accessing and using the Portal and Service during the Term of this Agreement; (ii) do not require City to make any material changes to its systems, software, equipment, policies or procedures; (iii) do not have a material adverse impact on the functionality, interoperability, performance, reliability, security or resource efficiency of the Portal and Service; (iv) do not materially reduce the scope of the Portal and Service; and (v) are otherwise consistent with this Agreement. Badger Meter will publicize any changes by a notice given to City or by a prominent announcement on the Portal. Any such changes will not take effect until thirty (30) days after posting of notice on the Portal. By continuing to use the Service after the effective date of the modification to a policy, City agrees to be bound by the modified policies. It is City's responsibility to check the Badger Meter site regularly for modifications to the policies. (b) Emergency Changes; System Improvement. Notwithstanding the foregoing, Badger Meter and its Suppliers may make temporary changes to the Portal and Service required by an emergency or threat to the security or integrity of the Portal or Service, to respond to Claims, litigation or loss of license rights related to third party intellectual property rights or to comply with the law or requests of a government entity, as well as take actions deemed reasonably necessary to protect or optimize the Service. Some of these actions may interrupt or prevent legitimate communications and usage, including, for example, use of message filtering/blocking software to prevent SPAM or viruses, limitations on throughput, and scheduled maintenance. Badger Meter will provide notice by sending a message to the email address then associated with City's account and by posting it on Badger Meter's Portal. Badger Meter will provide City with: (i) at least thirty (30) days' advance notice of planned maintenance by Badger Meter; and (ii) as much advance notice as reasonably possible of emergency changes or maintenance by Badger Meter or its Suppliers. Any actions resulting in permanent changes shall only be made in compliance with Section (19) (a). ©2020 Badger Meter, Inc. Page 15 of 29 BADGER METER CITY OF Badger Meter BEACON AMA MANAGED SOLUTION MW FAYETTEVILLE MASTER AGREEMENT ARKANSAS (20) RIGHT TO SUBCONTRACT. Badger Meter may subcontract the performance of any of its cellular or web -services duties or obligations under this Agreement, and will use commercially reasonable efforts to subcontract only with subcontractors that have the requisite skills to perform any subcontracted obligations in accordance with the terms of this Agreement. (21) GENERAL. (a) Binding Agreement. This Agreement is binding upon and will inure to the benefit of the parties and their respective successors and assigns. (b) Affiliates. This Agreement covers only the employees and agents of City. If City wishes to have any entity that directly or indirectly controls, is controlled by or is in common control with City to access the Portal and use the Service, City's Affiliate must execute a separate agreement with Badger Meter. (c) Assignment. Either party may assign its rights and obligations under this Agreement with the express written consent of the other party, which consent will not be unreasonably withheld or delayed. Any purported assignment or transfer in violation of this Section will be null and void. Notwithstanding the foregoing, Badger Meter may assign its rights and obligations under this Agreement without the consent of City: (i) upon a sale of a majority of its outstanding capital stock to an affiliate or third party; (ii) if it sells all or substantially all of its assets; (iii) in the event of a merger; or (iv) in the event of a similar change of control. (d) No Waiver. The waiver or failure of either party to exercise any right or remedy provided under this Agreement will not be deemed a waiver of any further right or remedy. All waivers must be in writing to be effective. (e) Severability. If any portion of this Agreement is held to be invalid or unenforceable, the remaining portions of this Agreement will remain in full force and effect. Any invalid or unenforceable portions of this Agreement will be interpreted to effectuate the intent of the original Agreement. If such construction is not possible, the invalid or unenforceable portion of the Agreement will be severed from this Agreement, and the remainder of the Agreement will remain in full force and effect. (f) Independent Contractors. The Parties agree that they are independent contractors and that neither party nor any of their respective affiliates, is an agent of the other for any purpose or has the authority to bind the other. (g) Savings Clause. The invalidity of any provision of this Agreement shall not affect the validity and binding effect of the remaining provisions. 92020 Badger Meter, Inc. Page 16 of 29 BADGER METER CITY OF P3Badger Meter BEACON AMA MANAGED SOLUTION �- FAY E T E V I L L E MASTER AGREEMENT (h) No Third Party Beneficiaries. Nothing express or implied in this Agreement shall confer any rights, remedies, obligations or liabilities whatsoever to third parties which are not signatories to this Agreement. (i) Governing Law. To the extent permitted by law, the terms of this Agreement are governed by the laws of the State of Arkansas, without reference to its conflict of laws principles. The United Nations Convention for the International Sale of Goods does not apply to this Agreement. 0) No Claims Against or Liability of Badger Meter Suppliers. City acknowledges that the Service utilizes services that are furnished to Badger Meter and one or more Suppliers pursuant to agreements between Badger Meter and its Suppliers. Neither City nor any Authorized Users or Authorized Consumers has a contractual relationship with Badger Meter's Suppliers and neither City nor its Authorized Users or Authorized Consumers is a third party beneficiary of or will have any claim against Badger Meter's Suppliers in the event any such agreement expires or is terminated. City further acknowledges that the Suppliers disclaim all liability of any nature, whether legal or equitable, to City, its Authorized Users or Authorized Consumers, whether direct, indirect, incidental or consequential, arising out of the use of Badger Meter Portal or Service by City, its Authorized Users or Authorized Consumers, including any liability for personal injury or death, failure to be able to use the Service or otherwise. City agrees that neither it nor any Authorized Users or Authorized Consumers shall have any Claim against the Supplier of any kind with respect thereto, whether arising out of breach of contract, warranty, negligence, and tort or otherwise. Badger Meter agrees that it is responsible for all claims and liability arising out of, or that could arise out of, breach of contract, warranty, negligence, tort or otherwise with respect to Badger Meter's suppliers. (k) Dispute Resolution and Initial Resolution Efforts. The parties shall act in good faith and use commercially reasonable efforts to promptly resolve any claim, dispute, controversy or disagreement (each a "Dispute") between the parties or any of their respective subsidiaries, affiliates, successors and assigns under or related to this Agreement or any document executed pursuant to this Agreement or any of the transactions contemplated hereby. Thereafter, any claims, disputes, or suits shall be submitted to a court of competent jurisdiction in Washington County, Arkansas. Neither party waives its right to a jury trial. (22) INJUNCTIVE RELIEF: Notwithstanding the provisions of Section 21, to the extent permitted by law, Badger Meter shall have the right to pursue injunctive, declaratory or other relief by the state and federal courts sitting in Fayetteville, Arkansas and waive any objection that they would otherwise have to venue in such courts. (23) NOTICES. All notices shall be in writing and delivered to the other party by means of: (a) personal delivery set forth below; (b) courier (signature required upon delivery); (c) recognized overnight courier, at the following address; (d) fax with proof of delivery; or (e) via electronic mail with proof of delivery: Notices sen[. by email will be effective when sent and notices posted on ©2020 Badger Meter, Inc. Page 17 of 29 BADGER METER CITY OF Badger Meter BEACON AMA MANAGED SOLUTION FAY E T T E V I L L E MASTER AGREEMENT ARKANSAS Badger Meter's Portal will be effective upon posting. All notices must be provided in the English language. If to Badger Meter: Legal Department, Attn: Assistant General Counsel 4545 W. Brown Deer Road Milwaukee, WI 53223 If to City: City of Fayetteville 113 W Mountain St. Fayetteville, AR 72701 (24) SURVIVABILITY. Any provision of this Agreement which by its nature should survive termination or expiration of this Agreement shall survive its expiration or termination. (25) LIMITATION OF CLAIMS. No action arising under or in connection with this Agreement, regardless of the form, may be brought by City more than five (5) years after City becomes aware of or should reasonably have become aware of the occurrence of events giving rise to the Claim. (26) FORCE MAJEURE. Neither party shall be liable to the other or any third party by reason of any failure or delay of its obligations under this Agreement where the delay or failure results from any cause beyond its reasonable control, including, but not limited to, acts of God, fires, storms, floods or other acts of nature, explosions, systemic electrical telecommunications or other utility failures, earthquakes, hurricanes, tornados, natural disasters, strikes, shortage of materials, work stoppage or other labor dispute, embargoes, riots, insurrections, acts of war or terrorism, or any action or restraint by court order or public or governmental authority ("Force Majeure Event"). The party subject to the Force Majeure Event agrees to use commercially reasonable efforts to minimize the impact of the Force Majeure Event on the other party. (27) AMENDMENT. This Agreement may only be amended by a written document signed by both parties. Badger Meter will not be bound by and specifically objects to any term, condition or other provision which is different from or in addition to the provisions of this Agreement (whether or not it would materially alter this Agreement) and which is submitted by City in any receipt, acceptance, confirmation, agreement, purchase order, correspondence or other documentation. If the terms of this Agreement are not consistent with the terms contained in any policy, the terms contained in this Agreement will control, except that the Service Terms will control over this Agreement. (28) ENTIRE AGREEMENT. This Agreement, including all applicable Exhibits and policies, constitutes the entire agreement between the parties with regard to its subject matter. This Agreement supersedes all prior or contemporaneous agreements, discussions, negotiations, undertakings, communications, representations or proposals, whether written or oral. ©2020 Badger Meter, Inc. Page 18 of 29 BADGER METER CITY OF %. Badger Meter BEACON AMA MANAGED SOLUTION IVFAYE EVILLE MASTER AGREEMENT (29) ORIGINALS, COUNTERPARTS. This Agreement may be executed in several counterparts, each of which shall be deemed an original and all of which together will be deemed to constitute one and the same document. This Agreement may be executed and delivered by facsimile signature or portable document format (.pdf) by electronic mail. IN WITNESS WHEREOF, the authorized representatives of the parties hereby bind the parties to this BEACON AMA Managed Solution Master Agreement by signing below: BADGER METER, INC Signature Kimberlv K Stoll Printed Name VP - Sales and Marketing Title ` (� a0a-� Date CITY OF FAYETTEVILLE Signature Lioneld Jordan Printed Name Mayor Title Date ©2020 Badger Meter, Inc. Page 19 of 29 BADGER METER CITY OF BE-1CONAMAMANAGED SOLUTION FAYETTEVILLE Badger Meter ARKANSAS MASTER AGREEMENT EXHIBIT 1 FEES 1. Service Fees. City agrees to pay the following Service Fees, as consideration for the right to access and use the Portal, Service and Documentation during the Term, as well as applicable Taxes. 2. Invoicing. Badger Meter shall issue invoices to City for Service and Support Fees on a monthly basis. Undisputed payments are due within thirty (30) days of the date of the invoice. 3. Interest and Costs. City agrees that it will be responsible to pay Badger Meter for any collection expenses incurred by Badger Meter permitted by law, and reasonable attorneys' fees and court costs incurred by Badger Meter in enforcing its rights under this Agreement. BEACON Monthly Endpoint Subscription Fee 15-minute interval data; 22 scheduled communications per week: Badger Meter's standard price for service units is $.89; Badger Meter will provide quantity discounted pricing to Fayetteville via a quotation. Invoicing for monthly endpoint subscription fee starts at time of endpoint activation or six (6) months from date of shipment, whichever comes first. ©2020 Badger Meter, Inc. Page 20 of 29 BADGER METER %. Badger Meter BEACONAMA MANAGED SOLUTION MASTER AGREEMENT EXHIBIT 2 SERVICE LEVEL AGREEMENT CITY OF ' FAYETTEVILLE ARKANSAS This Service Level Agreement ("SLA") will go into effect upon completion of Endpoint Provisioning, which is the point during meter installation when the endpoint is installed and verified to provide data to the BEACON AMA Managed Solution. 1. CUSTOMER SUPPORT. Service Levels. Within one (1) hour after a request for Customer Support Services from City, Badger Meter will respond to such request in accordance with the procedures set forth below. City may report the problem by phone, email or website provided by Badger Meter to City. Badger Meter will use commercially reasonable efforts to meet the response and resolution times set forth below: Severity Level Response Time Resolution Time Level I - Service is one (1) hour six (6) hours unavailable Level 2 - certain twenty-four (24) hours twenty-four (24) hours interruptions but service is still available Level 3 - minor twenty-four (24) hours three (3) days intermittent malfunction Level 4 - suggestions twenty-four (24) hours Evaluated, scheduled and for new features or prioritized for potential enhancements to inclusion in upcoming BEACON Portal and releases. Service ©2020 Badger Meter, Inc. Page 21 of 29 BADGER METER CITY OF BEACONAMA MANAGED SOLUTION FAYETTEVILLE Badger Meter ARKANSAS MASTER AGREEMENT 2. BEACON PORTAL AND SERVICE AVAILABILITY PROMISE. Badger Meter will use commercially reasonable efforts to fulfill the following Service Promise: ■ BEACON Portal and Service Availability of 99% within each calendar month, excluding any Emergency Downtime, Scheduled Downtime, any unavailability of the Portal and Service due to any Force Majeure Event and any unavailability of the Portal and Service less than fifteen (15) minutes in duration following written notice thereof. Definitions "Availability" is the monthly uptime percentage with normal functionality of the Portal and the Service, calculated as described below. "Emergency Downtime" means any unavailability of the Portal or Service due to a temporary suspension by Badger Meter to perform maintenance to address any, urgent and unexpected issue with the Portal or Service. "Scheduled Downtime" means any unavailability of the Portal or Service due to scheduled maintenance. Scheduled maintenance may occur between 10:00 p.m. on Saturday to 4:00 a.m. on Sunday (Pacific Time) every week. Badger Meter shall have the right to change the scheduled maintenance times upon notice to City posted on the BEACON Portal. CALCULATION of BEACON Portal and Service Availability: Availability is measured by Badger Meter through standard monitoring software that tests the application availability at least every five (5) minutes and logs unavailability incidents (date and UTC time) for each monitored component. Availability is calculated as the percentage of uptime in the applicable calendar month, excluding scheduled downtime: Total Unavailability Minutes Total Minutes of Service Month — Total Minutes of Approved Downtime Where: "Total Unavailability Minutes" is the cumulative unavailability time in minutes in the applicable month where the Portal and Service are not available due to unplanned outages or from systematic errors on the part of Badger Meter, "Total Minutes of Service Month" is the cumulative time in minutes in the month in question, calculated by taking the number of days in month x 24 hours/day x 60 minutes/hour, and ©2020 Badger Meter, Inc. Page 22 of 29 BADGER METER CITY OF Badger Meter BEACON AMA MANAGED SOLUTION �- FAY E T_ E V I L L E MASTER AGREEMENT "Total Minutes of Approved Downtime" is the cumulative time in minutes in the applicable month where the Supplier applications are not available due to scheduled downtime; other planned scheduled outages, or approved exclusion conditions as defined in this Agreement. In order to be included within the Total Unavailability Minutes: (a) City shall notify Badger Meter, in writing, via email(techsupport@badgermeter.com) of the unavailability of the Portal or the Service; (b) such unavailability shall be greater than fifteen (15) minutes in duration following Badger Meter's receipt of such notice; and (c) City shall notify Badger Meter, in writing, via email within twenty-four (24) hours of such unavailability that it should be included within the Total Unavailability Minutes unless such unavailability is due to any Emergency Downtime, Scheduled Downtime, or any unavailability of the Services due to any Force Majeure Event. Service Credits If Badger Meter fails to meet the BEACON Portal and Service Availability Promise, the following Service Credits will be calculated as follows: Service Credit = Endpoint Service Units Consumed in the Month * (1 - Availability) rounded to the next whole number For example; Availability Service Credit (Service Units per 1,000 Service Units consumed in the month) 95 % 50 90% 100 80% 200 70 % 300 60 % 400 50 % 500 Service Credit will be added to City's account in the form of pre -paid Service Units for the same endpoint type(s). ©2020 Badger Meter, Inc. Page 23 of 29 BADGER METER CITY of BEACONAMA MANAGED SOLUTION i FAYETTEVILLE Badger Meter 1W ARKANSAS MASTER AGREEMENT 3. MONTHLY BILLING DATA SERVICE PROMISE. Badger Meter will use commercially reasonable efforts to fulfill the following Service Promise: • The BEACON AMA Managed Solution will successfully provide Monthly Billing Data for at least 97.0% of provisioned accounts at the time of billing request to the BEACON AMA Managed Solution. Definitions "Managed Solution" is a system that consists of a network deployment using fixed network and/or cellular endpoints, where Badger Meter maintains the responsibility for managing the reading hardware and software for system operation over the Term of the Agreement. "Provisioned Accounts" are accounts with cellular or fixed network endpoints that are discovered by the network, fully able to communicate with the network, and completely entered correctly in the BEACON AMA Managed Solution. "Monthly Billing Data" is a valid meter reading obtained within three (3) days of the billing as performed through the BEACON AMA Managed Solution to provisioned accounts. CALCULATION of Monthly Billing Data Service Promise for Provisioned Accounts: Monthly Billing Data success rate is calculated by the count of accounts in the billing cycle with meter read data within three (3) days ("Count of Billing Reads") divided by the number of active and Provisioned Accounts in the billing cycle ("Count of Total Billing Cycle"). Count of Billing- Reads Count of Total Billing Cycle Where: "Count of Billing Reads" is the total number of accounts in the billing file with valid data that a billing quality reading is supplied for managed solution endpoints. "Count of Total Billing Cycle" is the total number of accounts with valid data in the billing file being processed for managed solution endpoints. ©2020 Badger Meter, Inc. Page 24 of 29 BADGER METER CITY OF Badger Meter BEACON AMA MANAGED SOLUTION �- FAYETTEVILLE MASTER AGREEMENT ARKANSAS If City suspects that the Monthly Billing Data Service Promise has not been met for a particular Billing Cycle, (a) City shall notify Badger Meter, in writing, within twenty-four (24) hours of the occurrence, via email (teclisupport@badgermeter.com) of the Count of Billing Reads and Count of Total Billing Cycle of managed solution endpoints; (b) the specific time and date when the billing read file was generated. Service Credits If Badger Meter fails to meet the Monthly Billing Data Service Promise, Service Credits will be calculated as follows: Service Credit = Managed Solution Endpoint Service Units Consumed in the Month * (1 - Monthly Billing Data Success Rate) rounded to the next whole number For example; Monthly Billing Data Success Rate Service Credit (Service Units per 1,000 Service Units consumed in the month 95 % 50 90% 100 80 % 200 70 % 300 60% 400 50% 500 Service Credit will be added to City's account in the form of pre -paid Service Units for the same endpoint type(s). ©2020 Badger Meter, Inc. Page 25 of 29 BADGER METER CITY OF Badger Meter BEACON AMA MANAGED SOLUTION �- FAYETTEVILLE MASTER AGREEMENT V ARKANSAS 4. MISCELLANEOUS. Exclusions The BEACON Portal and Service Availability Promise and Monthly Billing Data Service Promise do not apply to any of the following performance issues, in addition to other exclusions herein: (i) Resulting from any actions or inactions of City, its Authorized Users or Authorized Consumers; (ii) Resulting from City or its suppliers equipment, software, or other technology and/or City's third party equipment, software, or other technology outside of Badger Meter's control; (iii) Caused by failures, including, but not limited to, internet connectivity, port availability, firewall configuration, or cellular networks at City's location; (iv) Resulting from City's breach of any term or condition under the Agreement; (v) Caused by unexpected or unintentional RF interference or signal obstruction caused by sources not present or not in use during endpoint installation; (vi) Caused by intentional RF interference or signal obstruction not present during endpoint installation, caused by third parties; (vii) Caused by City, an Authorized User's or an Authorized Consumer's misuse or abuse of the Portal or Service; (viii) During an event triggering a declared disaster recovery and for a twenty-four (24) hour period after the resumption of the Service following such an event to allow for the system to return to normal operating ranges; (ix) Arising from Badger Meter's suspension or termination of City's right to use the BEACON Managed Solution in accordance with the Agreement; (x) Arising from failure of City to follow Badger Meter's published installation, operation and maintenance instructions and Clarifications from Badger Meter's Preliminary Network Design; (xi) When outdoor temperatures either exceed or are below the endpoint operating temperature range as described in the applicable product data sheet. (xii) Accounts read using manual, touch read, handheld and mobile technology are not included as part of the Monthly Billing Data Service Promise, as these reading technologies are outside of Badger Meter's control. In the event Badger Meter does not meet a Service Promise hereunder, Badger Meter will conduct a commercially reasonable root cause analysis of the Service promise failure. If Badger Meter's analysis is inconclusive, or if Badger Meter concludes that circumstances outside of Badger Meter's control caused the Service promise failure, or if Badger Meter concludes that a failure falls under any other exclusions described hereunder, City will not be entitled to a Service Credit. If Badger Meter's analysis is conclusive and that circumstances within Badger Meter's control caused the Service failure, City will be eligible to receive a Service Credit as described above. EXCEPT AS EXPRESSLY PROVIDED IN THIS SLA, THE SERVICE CREDITS SPECIFIED IN THIS SLA WILL BE CITY'S SOLE AND EXCLUSIVE REMEDY FOR BADGER METER'S FAILURE TO MEET THE SERVICE PROMISE SPECIFIED IN THIS SLA. ©2020 Badger Meter, Inc. Page 26 of 29 BADGER METER CITY OF %. Badger Meter BEACONAMA MANAGED SOLUTION �jS FAY E T T E V I L L E MASTER AGREEMENT f ARKANSAS Badger Meter will report Service Promises and applicable Service Credits upon request and upon a commercially reasonable frequency. Following each report, upon City request, the parties will discuss such performance and the extent to which any Service Credits either are appropriate or should be modified due to circumstances not captured by the reporting methodology. Upon agreement concerning the Service Credits due, such Service Credits will be applied against Badger Meter's charges in the months following the month in which the credits were incurred. ©2020 Badger Meter, Inc. Page 27 of 29 BADGER METER CITY OF BEACON AMA MANAGED SOLUTION FAYETTEVILLE Badger Meter r� ARKANSAS -a MASTER AGREEMENT EXHIBIT 3 BEACON AMA MANAGED SOLUTION SECURITY POLICY 1. BEACON AMA Portal and Service Information Security Program. Badger Meter maintains an information security program (including the adoption and enforcement of internal policies and procedures) designed to (a) support the BEACON AMA Managed Solution, (b) identify reasonably foreseeable and internal risks to the BEACON Portal and Service security and unauthorized access to the Badger Meter Network, and (c) minimize security risks. The BEACON Portal and Service information security program includes the following measures: 1.1 Network Security. The Badger Meter Network is electronically accessible to employees, and contractors necessary to provide the Portal and Service. Badger Meter maintains access controls and policies to manage what access is allowed to the Badger Meter Network from each network connection and user, including the use of firewalls or functionally equivalent technology and authentication controls. Badger Meter maintains corrective action and incident response plans to respond to potential security threats. 1.2 Physical Security. 1.2.1 Physical Access Controls. Physical components of the Badger Meter Network are housed in nondescript facilities (the "Facilities"). Physical barrier controls are used to prevent unauthorized entrance to the Facilities both at the perimeter and at building access points. Passage through the physical barriers at the Facilities requires either electronic access control validation (e.g., card access systems, etc.) or validation by human security personnel (e.g., contract or in-house security guard service, receptionist, etc.). Employees and contractors are assigned photo -ID badges that must be worn while the employees and contractors are at any of the Facilities. Visitors are required to sign in with designated personnel, must show appropriate identification, and are assigned a visitor ID badge that must be worn while the visitor is at any of the Facilities, and are continually escorted by authorized employees or contractors while visiting the Facilities. 1.2.2 Limited Employee and Contractor Access. Badger Meter provides access to the Facilities to those employees and contractors who have a legitimate business need for such access privileges. When an employee or contractor no longer has a business need for access privileges, the access privileges are promptly revoked, even if the employee or contractor continues to be an employee of Badger Meter or its affiliates. 1.2.3 Physical Security Protections. All major access points (other than main entry doors) are maintained in a secured (locked) state. Access points to the Facilities are monitored by video surveillance cameras designed to record all individuals accessing the Facilities. All physical access to the Facilities by employees and contractors is logged and routinely audited. 1.2.4 Pre -Employment Screening. Badger Meter conducts criminal background checks, as permitted by applicable law, as part of pre -employment screening practices for ©2020 Badger Meter, Inc. Page 28 of 29 Mork BADGER METER CITY OF MIS � BEACON AMA MANAGED � FAYETTEVILLE M Badger Meter ARKANSAS MASTER AGREEMENT employees commensurate with the employee's position and level of access to the Facilities. Badger Meter will not permit an employee to have access to the non-public Customer Data or perform material aspects of the Service if such employee has failed to pass such background check. 2. Continued Evaluation. Badger Meter will conduct periodic reviews of the security of its Badger Meter Network and adequacy of its information security program as measured against industry security standards and its policies and procedures. Badger Meter will continually evaluate the security of its Badger Meter Network and associated Service to determine whether additional or different security measures are required to respond to new security risks or findings generated by the periodic reviews. 3. City Responsibilities. System security is a shared responsibility between Badger Meter and City. City shall assign a systems service administrator to be responsible for establishing access and usage policies. City shall develop commercially reasonable policies and procedures to insure physical security, establishing account access approvals and procedures, conduct regular reviews of access rights, and provide security awareness training for staff using the Service. The administrator shall also be responsible for policies and procedures related to Authorized Consumers access to their individual data resident on the Network. 245494477 DOCX 032016 ©2020 Badger Meter, Inc. Page 29 of 29 AMENDMENT NO. 1 To AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And FTN ASSOCIATES, LTD. (FTN) LAKE FAYETTEVILLE SPILLWAY IMPROVEMENTS WHEREAS, on October 1, 2019, the City of Fayetteville, Arkansas (CITY OF FAYETTEVILLE) and FTN Associates, Ltd. of Fayetteville, Arkansas (ENGINEER) entered into an Agreement for engineering services in connection with the Lake Fayetteville Spillway Improvements (the "Project"); and WHEREAS, the CITY OF FAYETTEVILLE now wishes to increase the scope of work to include performing a feasibility study, which may include updating the previously completed Phase I hydrologic and hydraulic analyses and performing other analyses (if needed) to further support the feasibility study and produce up to three (3) conceptual designs for proposed spillway alternatives, which will provide the CITY OF FAYETTEVILLE with the basis for selecting a preferred alternative for the spillway modification. The work shall also include project management, meetings, and general coordination with the CITY OF FAYETTEVILLE contractor; 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 October 1, 2019, is hereby amended in the following particulars: SECTION 5 — PAYMENTS TO ENGINEER 5.1 The increase in cost for Amendment No. 1 is $107,706.00, with the cumulative total Not to Exceed for this project being $171,206.00. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on an hourly NTE basis. APPENDIX A — SCOPE OF SERVICES Add the following Paragraphs: PHASE II — SPILLWAY FEASIBILITY ANALYSES TASK I: UPDATE OF HYDROLOGIC AND HYDRAULIC ANALYSIS FTN will review and update, as appropriate, the previously developed hydrologic and hydraulic modeling, completed as part of Phase 1, with recent watershed changes and/or examine proposed CITY OF FAYETTEVILLE projects that may impact the Lake Fayetteville spillway. This task does not include further subdivision of existing hydrologic drainage basins, or modeling of additional scenarios, storm events, or extents that were not previously included as part of the Phase I — Existing and Proposed Conditions Evaluation. Modeling parameters for Lake Fayetteville Spillway Improvements - Amendment No.I Page 1 this task will be reviewed during any updates performed. Modification of model parameters will only be performed if it is determined that the parameters provide more appropriate, conservative values than those that were previously used in the Phase I analysis. If further revisions (e.g., additional scenarios, storm events, or extents, etc.) are requested beyond those described above, they can be performed as Additional Services. TASK II: SPILLWAY FEASIBILITY ANALYSES SCENARIOS Using the future conditions discharges developed in the previous Phases and Tasks as the starting point, a proposed conditions model will be developed for up to three (3) conceptual spillway modification scenarios. Due to the limited space at the current Lake Fayetteville spillway location, the conceptual spillway scenarios may include, but not be limited to: • An uncontrolled labyrinth weir to replace the existing spillway; • An auxiliary, uncontrolled spillway placed at a secondary location on the dam, which could include use of intake structure or culverts passing through the dam; • Modify the crest elevation of the existing dam along with use of the current spillway; • Develop a lake drawdown plan for active pre -storm management; and/or, • A combination of any of the above. At this time, there appears to be no one straightforward solution because of the spillway's limited space and capacity, as each of the conceptual spillway scenarios has some limiting constraint or inherent risk associated therewith. Prior to beginning analyses, FTN will meet with the City to define up to three scenarios to be evaluated during this study. Based on the size and hazard classification of the existing dam (i.e., intermediate size and high hazard), the Spillway Design Flood (SDF) will be the full Probable Maximum Flood (PMF) in accordance with Arkansas Natural Resource Commission (ANRC) rules. Various configurations will be analyzed until a configuration is achieved that allows the SDF to be conveyed through the structure without overtopping the dam. TASK III: FEASIBILITY STUDY REPORT AND CONCEPTUAL DESIGNS) Based on the results of the preceding tasks, FTN will develop schematic designs for up to three (3) alternative designs and present these in a Feasibility Study Report. The report will include a discussion of the analyses performed and supporting data, schematic drawings of proposed improvements and conceptual design level opinions of probable construction costs. TASK IV: COORDINATION AND PROJECT MANAGEMENT Project management and client coordination, including preparation of monthly progress reports, and up to three (3) meetings with the CITY OF FAYETTEVILLE personnel virtually or in person. Upon acceptance of this proposal, FTN will coordinate with the CITY OF FAYETTEVILLE Point of Contact to schedule an initial meeting to go over the spillway scenarios for consideration to assist the CITY OF FAYETTEVILLE in selecting up to three (3) conceptual spillway scenarios for analysis prior to proceeding. Lake Fayetteville Spillway Improvements - Amendment No.I Page 2 DRAFT OUTLINE SCOPE OF WORK FOR SERVICES RELATED TO REMAINING PHASES PHASE III — DESIGN PHASE (SPECIFIC SCOPE OF SERVICES TO BE DEVELOPED FOLLOWING COMPLETION OF PHASE 2) (POTENTIAL FEE RANGE: ,$ $150, 000 - $225, 000) TASK I: GEOTECHNICAL INVESTIGATION TASK II: 30% CONCEPT DESIGN SUBMITTAL TASK III: 75% DESIGN SUBMITTAL TASK IV: FINAL DESIGN SUBMITTAL TASK V: REGULATORY FLOODPLAIN COORDINATION AND COMPLIANCE TASK VI: SECTION 404 PERMITTING (CONCURRENT WITH DESIGN TASKS TASK VII: ADEEDEQ SHORT TERM ACTIVITY AUTHORIZATION (STAA) TASK VIII: CONSTRUCTION STORM WATER PERMITTING TASK IX: COORDINATION AND PROJECT MANAGEMENT APPENDIX B — SCHEDULE AND DELIVERABLES Add the following Paragraphs: PROPOSED SCHEDULE TASK START 11h END PROJECT AUTHORIZATION 7/1/2021 HYDROLOGIC AND HYDRAULIC MODELING UPDATES 7/1/2021 10/31/2021 FEASIBILITY ANALYSES 10/1/2021 1/31/2022 FEASIBILITY REPORT AND CONCEPTUAL DESIGNS 12/1/2021 3/31/2022 PROJECT MANAGEMENT 7/1/2021 3/31/2022 * All dates calculated based off assumed start date of 7/l/2021. DELIVERABLES Feasibility Study Report describing the alternatives that were analyzed as part of the Project and supporting data. Additionally, the report will include schematic designs for the alternatives considered. Lake Fayetteville Spillway Improvements - Amendment No.I Page 3 APPENDIX C — FEE SCHEDULE 2021 Fee Schedule' FTN Associates, Ltd. Labor CategorX Hourly Professional 7 $ 215.00 Professional 6 190.00 Professional 5 170.00 Professional 4 150.00 Professional 3 135.00 Professional 2 115.00 Professional 1 105.00 Technician 4 105.00 Technician 3 95.00 Technician 2 85.00 Technician 1 70.00 Executive Assistant 76.00 Word Processing 66.00 Direct Expenses Should back-up data be requested for reimbursable expenses, it will be provided for an administrative fee. Payment Terms Unless other arrangements are made in writing, invoicing will be monthly for services completed and will be sent via email to the Client. Payment is due in full within 30 days of invoice and are preferred to be paid electronically through Automated Clearing House (ACH) system; however, other methods are acceptable. A service charge of 1.5 percent per month will be charged on all balances over 30 days. 'Effective January 1, 2021 — December 31, 2021 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 , 2021. CITY OF FAYETTEVILLE, ARKANSAS Bv: Mayor, Lioneld Jordan ATTEST: By: City Clerk ENGINEER Title: Vice President END OF AMENDMENT NO. 1 TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Lake Fayetteville Spillway Improvements - Amendment No.I Page 4 Lake Fayetteville Spillway Modification Feasibility Study — Phase II - 4/20/2021 Meetings 3 Initial Kick -Off Meeting, Concepts Meeting, Results Meeting Principal / Sr Eng PM Des. Eng. GIS / Jr. Engr. CAD Tech. Task Hrs FTN Fee Total Hours Total Cost P7 P6 P5 P4 P3 P2 Pi T4 T3 T2 T1 Exec Asst WP 2021 Rates $ 215 $ 190 $ 170 $ 150 $ 135 $ 115 $ 105 $ 105 $ 95 $ 85 $ 70 $ 76 $ 66 1 Data Collection 25 $ 4,020 Site Visits 6 6 12 $ 1,920 Updates to Phase 1 Data (e.g., Incorp. Ongoing Project in Watershed) 2 5 4 2 13 $ 2,100 2 Feasibility Study 267 $ 43,110 Revise Phase I Hydrologic Modeling 14 28 42 $ 5,600 Revise Phase I Hydraulic Modeling 32 16 48 $ 7,840 Spillway Scenario Modeling (3 Scenarios) 16 60 32 108 $ 18,040 QAQC 12 12 13 37 $ 6,270 Final Concepts Mtg. w/ Community 8 12 12 32 $ 5,360 3 Conceptual Design and Report P 166 $ 25,420 Conceptual Design (3 Iterations) 16 16 80 24 136 $ 20,280 QAQC Review 12 8 10 30 $ 5,140 4 Conceptual Level Const. Cost Est. 42 $ 6,900 Alternatives Est. 12 6 24 42 $ 6,900 5 Project Management / Coordination 192 $ 28,256 Project Management 8 24 16 20 68 $ 9,320 Coordination 8 8 16 $ 2,560 Reporting 12 24 24 16 76 $ 11,016 Kick -Off & Result Meeting 8 12 12 T-32—t $ 5,360 FTN Totals 692 $107,706 Lake Fayetteville Spillway Improvements - Amendment No.1 Page 5 hw Exhibit A Scope of Services Highway 112 Utility Relocations Fayetteville, Arkansas HW Project No. 2021048 April 27, 2021 Further Description of Basic Engineering Services and Related Matters: Scope �� CITY OF FAYETTEVILLE ARKANSAS The Highway 112 Utility Relocation project includes the relocation of publicly owned utilities to precede the widening of Arkansas State Highway 112 by the Arkansas Department of Transportation (ARDOT). The project limits are from Truckers Drive, north and west, to Howard Nickell Road, approximately 1.4-miles. We acknowledge that the project includes relocation of approximately 10,440 linear feet (LF) of 8-inch and smaller diameter water and sewer lines, 465 LF of 12-inch water line, and 2,830 LF linear feet of 36-inch water transmission line. TASK 1 — Preliminary Engineering Services 1. Project Management and Administration — Preliminary Engineering a. Prepare and submit a Certification of Consultant to ARDOT for the project b. Develop a detailed project schedule that outlines the tasks and major milestone dates for the Preliminary Engineering Phase c. Assist the Owner in preparing and submitting monthly reimbursement requests to ARDOT for project related expenses in accordance with ARDOT's Utility Accommodation Policy d. Attend ARDOT's Pre -Construction Meeting(s) for the highway improvement project on behalf of the Owner. Provide updates and answer questions regarding the relocation of the Owner's facilities 2. Assist the Owner in negotiations and preparing documents required to enter into a Highway — Utility Construction/Relocation Agreement with the Arkansas State Highway Commission a. Prepare and submit a Preliminary Engineering (PE) proposal for ARDOT's review in accordance with ARDOT's Utility Accommodation Policy i. Review available record documents and other information provided by the Owner to determine the extent of the Owner's existing facilities that will potentially be impacted by ARDOT's proposed construction limits and/or rights -of -way ii. Based on the information provided by the Owner, develop preliminary exhibits or drawings required to illustrate the anticipated scope of the Owner's existing facilities that will require relocation iii. Based on information provided by the Owner, develop a preliminary list of the Owner's existing facilities that are anticipated to require relocation to avoid conflict with ARDOT's proposed improvements. This list will include an estimated breakdown of the existing facilities to be relocated by diameter 2021048\Exhibit A Scope of Services 042721.docx Exhibit A Scope of Services �� Highway 112 Utility Relocations Fayetteville, Arkansas CITY OF hw HW Project No. 2021048 FAYRKANSALLE J ARKANSAS April 27, 2021 and the estimated length requiring relocation iv. Prepare a preliminary estimate of the anticipated construction cost based on the identified scope of the Owner's existing facilities to be relocated. Include a separate accounting of any betterments that the Owner chooses to include in the relocation project V. Using ARDOT right-of-way mapping and the location of the Owner's existing facilities from the information provided by the Owner, develop a preliminary reimbursement eligibility ratio. This ratio will provide an accounting of the linear footage of the Owner's existing facilities claimed in private easement to the total linear footage of the Owner's existing facilities to be relocated vi. Prepare a preliminary schedule for the design phase of the project including the anticipated dates for starting and completing the relocation design b. Following ARDOT's approval of the PE proposal and subsequent execution of a PE Agreement between the Owner and ARDOT, prepare and submit a Construction Agreement proposal for ARDOT's review in accordance with ARDOT's Utility Accommodation Policy TASK 2 — Final Design Phase (ARDOT Construction Agreement) 1. Protect Management and Administration a. Prepare correspondence and consultation with Owner b. Develop a detailed project schedule that outlines the tasks and major milestone dates for the Final Design Phase (ARDOT Construction Phase) c. Prepare a monthly status report for submission with each invoice 2. Topographic Surveys a. Establish baseline (with references) along centerline of existing roadway. Set monuments at approximate 500-foot intervals and, if necessary, at intervisible points between b. Locate all existing structures, streets, driveways, storm drains, utilities, fences, trees, landscaping, and other features within 50 feet of proposed improvements c. Engineer will obtain ownership information from a Sub -Consultant, WACO Title, for properties along project route including copies of recorded plats, property descriptions for unplatted tracts, and any available easement documents d. Perform field surveys to determine existing monumentation and establish land lines, ownership lines, rights -of -way, and easements e. All surveys and related right-of-way work shall conform to the Arkansas Minimum Standards for Property Boundary Surveys and Plats, Latest Edition 2021048\Exhibit A Scope of Services 042721.docx hw Exhibit A Scope of Services Highway 112 Utility Relocations Fayetteville, Arkansas HW Project No. 2021048 April 27, 2021 3. Utility Coordination W� CITY OF FAYETTEVILLE ARKANSAS a. Obtain location and size of existing overhead and underground utilities from the utility companies b. Using utility field survey data and atlas mapping, plot existing utilities on plans c. Attend meetings with each affected utility company to discuss necessary adjustments or relocations d. Perform field locates by using spot digging performed by the Owner 4. Preliminary Design Phase (50% Design Phase) a. Review available information including Record Drawings and GIS Data from Owner related to the project b. Evaluate possible alternative transmission line alignments in consultation with the Owner Coordinate proposed route changes with the Owner's consultant, McClelland Consulting Engineers c. Evaluate alternative water transmission line pipe materials d. Manage a geotechnical soils investigation by a sub -consultant, GTS, Inc. e. Prepare preliminary plans (horizontal scale of drawings to be 1-inch equals 20 feet or larger, and vertical scale to be 1-inch equals 5 feet or larger). Cross section scale to be 1-inch equals 10 feet horizontal and 1-inch equals 5 feet vertical or larger including the following information: i. Proposed alignments of pipelines and roads ii. Existing and proposed surface profiles iii. Pipelines, roads, and structures detailed in the profile view iv. Buried utility crossing depths shown in profile V. Pipeline crossing locations (streams and roads) vi. Proposed utility easements and temporary construction easements f. Prepare exhibit showing anticipated easement acquisitions for the project. Prepare property descriptions and exhibits in a format approved by the Purchasing Department for the Owner's acquisition of utility easements and/or temporary construction easements 2021048\Exhibit A Scope of Services 042721.docx 3 hw Exhibit A Scope of Services Highway 112 Utility Relocations Fayetteville, Arkansas HW Project No. 2021048 April 27, 2021 g. Prepare 50% Design Opinion of Probable Cost WW� CITY OF FAYETTEVILLE ARKANSAS Develop separate costs for reimbursable expenses, non -reimbursable expenses, and betterments h. Submit one (1) full-size copy and one (1) PDF copy of the 50% Design Plans, as well as a copy of the Opinion of Probable Cost i. Participate in 50% Design Review Meeting within thirty (30) days following submittal of the 50% Design Documents 5. Pre -Final Desiqn Phase (90% Design Phase) a. Prepare final design calculations, plans, profiles, details, cross sections, street crossings, traffic detours and other items. Final plans shall incorporate comments from the 50% Design Review Meeting, evaluation data, record drawing information, and information obtained during site visits i. Prepare construction details which depict all typical items, including but not limited to, fire hydrants, valves, and vaults utilizing the City of Fayetteville format and standard detail drawings where applicable ii. Prepare traffic control plans in accordance with the MUTCD standards and ARDOT requirements iii. Prepare stormwater and erosion control measures on plans. As needed, prepare a Stormwater Pollution Prevention Plan in accordance with the requirements of ADEQ General Permit ARR150000, Part II, Section A.4 iv. Prepare plans identifying existing facilities that are to be removed b. Prepare final notes on plans to fully describe the construction work to be performed c. Identify material to be used under the Buy America requirements d. Prepare Specifications and Contract Documents. The City will provide templates for the front-end documents e. Provide construction bid proposal form in electronic format meeting the City of Fayetteville's requirements f. Prepare Final Opinion of Probable Cost i. Develop separate costs for reimbursable expenses, non -reimbursable expenses, and betterments ii. Prepare a Final Reimbursement Eligibility Ratio g. Perform QA/QC Review of Final Plans 2021048\Exhibit A Scope of Services 042721.docx 4 hw Exhibit A Scope of Services Highway 112 Utility Relocations Fayetteville, Arkansas HW Project No. 2021048 April 27, 2021 W� CITY OF FAYETTEVILLE ARKANSAS h. Prepare permits (ADEQ STAA, ARDOT Utility Permit, USACE Section 404) i. Assist the City's Appraiser and Right -of -Way Acquisition Agent j. Submit one (1) full sized copy and one (1) PDF copy of the 90% Design Plans, as well as a copy of the Final Opinion of Probable Cost and Specifications k. Participate in 90% Design Review Meeting within thirty (30) days following submittal of the 90% Design Documents 6. Final Design Phase (100% Design Phase) a. Incorporate any QA/QC Review Comments and 90% Design Review Comments b. Submit three (3) full-size copies, three (3) half-size copies and one (1) PDF copy of the "Issued for Bid" (IFB) Plans, IFB Specifications, and the Final Opinion of Probable Cost c. Submit the Final Plans, Contract Documents, and a Cost Estimate to the Arkansas Department of Health for review and respond to any questions or comments d. Assist the Owner in transmitting easement documents or an affidavit to ARDOT to substantiate the final reimbursement eligibility ratio 7. Advertising and Bidding Phase a. Provide one (1) PDF copy of the IFB Plans and Specifications updated with the Owner's project number for use in the Owner's electronic procurement portal, Bonfire. The Owner will maintain the official list of plan holders b. Prepare any necessary addenda for the project c. Attend Pre -Bid Conference and Site Visit to assist the Owner in answering questions concerning the project d. Attend the Bid Opening e. Review bids and prepare a recommendation to the Owner for the award of a Construction Contract f. Assist in the preparation of Contract Documents for execution between the Owner and Contractor 2021048\Exhibit A Scope of Services 042721.docx 5 Exhibit A Scope of Services Highway 112 Utility Relocations Fayetteville, Arkansas HW Project No. 2021048 April 27, 2021 8. Construction Phase CITY OF FAYETTEVILLE ARKANSAS a. Construction Phase Services are not included in this Scope of Services 9. General a. The Engineer should anticipate a 30-calendar day review period by the City staff between the completion of one phase and the beginning of the following phase. Additional time may be required for review by agencies b. The Plans, Specifications and Contract Documents authorized by this Agreement shall be prepared to allow construction bids to be received and construction to be performed under one (1) Construction Contract c. Subcontracting of services by the Engineer shall have prior approval of the Owner 10. Exclusions to the Scope of Services a. Construction Observation or Administration including submittal review, review or preparation of payment requests, assessment of substantial/final completion, review of Contractor's conformance to construction documents, and preparation of Record Drawings. Any Scope of Services for Construction Phase Services will be considered under a separate agreement or amendment b. Environmental assessment or evaluation of the site Attachment A — Project Location Map 2021048\Exhibit A Scope of Services 042721.docx co HOWARD NICKELL RD. VAN ASCHE DR. i= 0 0 } a J Z PROJECT LOCH TION Li Lj Y i d N N N f` O ' o TRUCKERS DR. J 3 U) W Z z W U Q (n O Z Q z O H Q U O J W } H J H N } Q ti In 0 Of 00 HAWKINSoWEIR HIGHWAY 112 UTILITY RELOCATIONS o ENGI N E E R S, I N c. N PROJECT LOCATION MAP oN Van Buren Fort Smith Fayetteville Little Rock N (479) 474-1227 I (479) 242-4685 I (479) 455-2206 I (501) 374-4846 FOR: CITY OF FA YETTEVILLE, AR www.hawkins-weir.com APRIL 2021 SCALE.- 1"=1200' 2021048 Exhibit B Scope of Services and Fee Proposal Summary Highway 112 Utility Relocations City of Fayetteville, Arkansas HW Project No. 2021048 April 27, 2021 A. Task 1 - Preliminary Engineering Services W04-01 CITY OF FAYETTEVILLE ARKANSAS Highway 112 Utility Relocations, Fayetteville, Arkansas Engr Engr Engr Engr Dsgnr GPS Tech Tech Total Task VII IV III II II Survey Surveyor III I Hours 1. Project Management and Administration - Preliminary Engineering 8 8 16 a. Prepare and submit a Certification of Consultant to ARDOT for the ro'ect 2 2 b. Develop a detailed ro'ect schedule that outlines the tasks and major milestone dates for the Preliminary Engineering Phase 2 2 4 c. Assist the Owner in preparing and submitting monthly reimbursement requests to ARDOT for project related expenses in accordance 8 16 24 with ARDOT's Utility Accommodation Plan d. Attend ARDOT's Pre -Construction Meeting(s) for the highway improvement project on behalf of the Owner. Provide updates and 4 4 4 12 answer questions regarding the relocation of the Owner's facilities 2. Assist the Owner in negotiations and preparing documents required to enter into a Highway - Utility Construction/Relocation Agreement 2 2 4 with the Arkansas State Highway Commission a. Prepare and submit a Preliminary Engineering (PE) proposal for ARDOT's review in accordance with ARDOT's Utility 4 4 8 16 Accommodation Policy i. Review available record documents and other information provided by the Owner to determine the extent of the Owner's existing 8 16 24 facilities that will PotentialIV be impacted bV ARDOT's proposed construction limits and/or ri hts-of-wa ii. Based on information provided by the Owner, develop preliminary exhibits or drawings required to illustrate the anticipated scope 2 4 16 24 46 of the Owner's existing facilities that will require relocation iii. Based on information provided by the Owner, develop a preliminary list of the Owner's existing facilities that are anticipated to 2 8 24 34 require relocation to avoid conflict with ARDOT's proposed improvements. This list will include an estimated breakdown of the existina facilities to be relocated by diameter and the estimated len th reQuirina relocation iv. Prepare a preliminary estimate of the anticipated construction cost based on the identified scope of the Owner's existing facilities 2 16 40 58 to be relocated. Include a separate account of any betterments that the Owner chooses to include in the relocation prodect v. Using ARDOT right-of-way mapping and the location of the Owner's existing facilities from the information provided by the Owner, 2 2 8 12 develop a preliminary reimbursement eligibility ratio. This ratio will provide an accounting of the linear footage of the Owner's existinq facilities claimed in private easement to the total linear footage of the Owner's existing facilities to be relocated vi. Prepare a preliminary schedule for the design phase of the project including, the anticipated dates for starting and completing the 2 2 4 8 relocation desiqn _____ _ b. Following ARDOT's approval of the PE proposal and subsequent execution of a PE Agreement between the Owner and ARDOT, 2 2 4 prepare and submit a Construction Agreement proposal for ARDOT's review in accordance with ARDOT's Utility Accommodation Polic Total Hours 40 80 120 0 0 0 0 24 0 264 B. Task 2 - Final Design Phase (ARDOT Construction Agreement) $36,000 Highway 112 Utility Relocations, Fayetteville, Arkansas Task Engr VII Engr IV Engr III Engr II Dsgnr II GPS Survey Surveyor Tech III Tech I Total Hours 1. Pro'ect Management and Administration 16 40 56 a. Prepare correspondence and consultation with Owner 8 8 16 b. Develop a detailed project schedule that outlines the tasks and major milestone dates for the Final Design Phase (ARDOT Construction Phase 4 4 4 12 c. Prepare a monthly status report for submission with each invoice 4 16 20 2. Topographic Surveys 0 a. Establish baseline (with references) along centerline of existing roadway. Set monuments at approximate 500-foot intervals and, if necessary, at intervisible points between 24 80 40 144 b. Locate all existing structures, streets, driveways, storm drains, utilities, fences, trees, landscaping, and other features within 50 feet of proposed improvements 4 80 8 92 c. Engineer will obtain ownership information from a Sub -Consultant, WACO Title, for properties along project route including copies of recorded plats, property descriptions for un latted tracts, and any available easement documents 4 8 16 16 44 d. Perform field surveys to determine existing monumentation and establish land lines ownership lines, rights -of -way, and easements 4 40 8 52 e. All surveys and related right-of-way work shall conform to the Arkansas Minimum Standards for Property Boundary Surveys and Plats, Latest Edition T_ 4 40 44 2021048\Scope of Services Fee Proposal Summary 042721.xlsx Page 1 of 3 Exhibit B Scope of Services and Fee Proposal Summary Highway 112 Utility Relocations City of Fayetteville, Arkansas HW Project No. 2021048 April 27, 2021 B. Task 2 - Final Design Phase (ARDOT Construction Agreement) (Continued) W04-01 CITY OF FAYETTEVILLE ARKANSAS Highway 112 Utility Relocations, Fayetteville, Arkansas Task Engr VII Engr IV Engr III Engr II Dsgnr II GPS Survey Surveyor Tech III Tech I Total Hours 3. Utility Coordination 0 a. Obtain location and size of existing overhead and underground utilities from the utility companies 8 16 40 64 b. Using utility field survey data and atlas mapping,lot existing utilities on plans 8 8 8 40 64 c. Attend meetings with each affected utility company to discuss necessary adjustments or relocations 8 24 24 56 d. Perform field locates using sot digging erformed by the Owner 4 8 8 24 4 16 64 4. Preliminary Design Phase 50% Design Phase 0 a. Review available information including Record Drawings and GIS Data from Owner related to the project 4 16 24 44 b. Evaluate possible alternative transmission line alignments in consultation with the Owner 8 8 40 24 80 i. Coordinate proposed alignment changes with the Owner's consultant, McClelland Consulting Engineers 4 4 8 16 c. Evaluate alternative water transmission line pipe materials 8 16 24 48 d. Manage a geotechnical soils investigation by a sub -consultant, GTS, Inc. 2 4 8 8 16 4 4 46 e. Prepare preliminary plans (horizontal scale of drawings to be 1-inch equals 20 feet or larger and vertical scale to be 1-inch equals 5 feet or larger). Cross section scale shall be 1-inch equals 10 feet horizontal and 1-inch equals 5 feet vertical or larger including the following information: 40 40 _ i. Proposed alignments of pipelines and roads 8 8 40 80 80 216 _ _ ii. Existing and proposed surface profiles 8 40 80 40 168 _ _ iii. Pipelines, roads, and structures detailed in the profile view 2 16 24 80 122 _ iv. Buried utility crossing depths shown in profile 4 16 40 40 100 v. Pipeline crossing locations streams and roads 2 16 24 40 82 vi. Proposed utility easements and temporary construction easements 8 40 40 40 40 24 192 _ f. Prepare exhibit showing anticipated easement acquisitions for the project. Prepare property descriptions and exhibits in a format approved by the Purchasing Department for the Owner's acquisition of uiility easements and/or temporary construction easements 8 16 40 40 40 144 g. Prepare 50% Design Opinion of Probable Cost 4 4 8 24 2 42 _ i. Develop separate costs for reimbursable expenses, non -reimbursable expenses, and betterments 4 16 24 44 h. Submit one 1 full size copy and one 1 PDF copy of the 50% D6si- n Plans, as well as the Opinion of Probable Cost 2 2 4 1 4 8 20 i. Participate in 50% Design Review Meeting within thirty 30 days following submittal of the 50% Design Documents 4 4 1 4 4 16 5. Pre -Final Final Design Phase 90% Design Phase 0 a. Prepare final design calculations, plans, profiles, details, cross sections, street crossings, traffic detours and other items. Final plans shall incorporate comments from the 50% Design Review Meeting, evaluation data, record drawing information, and information obtained during site visits 8 24 80 80 80 272 i. Prepare construction details which depict all typical items, including but not limited to, fire hydrants, valves, and vaults utilizing the City of Fayetteville format and standard detail drawings where applicable 8 16 32 56 ii. Prepare traffic control plans in accordance with the MUTCD standards and ARDOT requirements 4 8 8 20 iii. Prepare stormwater and erosion control measures on plans. As needed, prepare a Stormwater Pollution Prevention Plan in accordance with the requirements of ADEQ General Permit ARR150000 Part II Section A.4 4 8 16 28 iv. Prepare plans identifying existing facilities that are to be removed 4 16 16 36 b. Prepare final notes on plans to fully describe the construction work to be performed 2 8 8 40 58 c. Identify material to be used under the Buy America requirements 8 16 24 8 56 d. Prepare Specifications and Contract Documents. The City will provide templates for the front end documents 16 80 40 136 e. Provide construction bid proposal form in electronic format meeting the City of Fa etteville's requirements 4 4 8 16 f. Prepare Final Opinion of Probable Cost 2 4 8 8 2 24 i. Develop separate costs for reimbursable expenses, non -reimbursable expenses, and betterments 2 8 16 4 30 ii. Develop a Final Reimbursement Eligibility Ratio 2 4 6 g. Perform QA/QC Review of Final Plans 40 24 40 16 8 128 h. Prepare permits ADEQ STAA, ARDOT Utility Permit, USACE Section 404 4 16 8 28 I. Assist the Cit 's Appraiser and Right -of -Way Acquisition Agent 8 8 16 40 16 24 112 j. Submit one (1) full size copy and one (1) PDF copy of the 90% Design Plans, as well as the Opinion of Probable Cost and Specifications 2 2 2 8 8 22 k. Participate in 90% Design Review Meeting within thirty 30 days following submittal of the 90% Design Documents 4 4 4 1 1 1 14 16 2021048\Scope of Services Fee Proposal Summary 042721.xlsx Page 2 of 3 Exhibit B Scope of Services and Fee Proposal Summary Highway 112 Utility Relocations City of Fayetteville, Arkansas HW Project No. 2021048 April 27, 2021 B. Task 2 - Final Desiqn Phase (ARDOT Construction Aqreement) (Continued) W041-M-1 CITY OF FAYETTEVILLE ARKANSAS Highway 112 Utility Relocations, Fayetteville, Arkansas Task Engr VII Engr IV Engr III Engr II Dsgnr II GPS Survey Surveyor Tech III Tech I Total Hours 6. Final Design Phase 100% Design Phase 0 a. Incorporate any QA/QC Review Comments and 90% Design Review Comments 40 40 80 b. Submit three (3) full sized copy, three (3) half-size copies, and one (1) PDF copy of the "Issue for Bid" (IFB) Plans, as well as a copy of the IFB Contract Documents, and Final Opinion of Probable Cost 2 2 2 8 8 22 c. Submit the Final Plans, Contract Documents, and a Cost Estimate to the Arkansas Department of Health for review and respond to any questions or comments 4 4 4 8 2 22 d. Assist the Owner in transmitting easement documents or an affidavit to ARDOT to substantiate the final reimbursement eligibility ratio 2 2 4 2 10 7. Advertising and Bidding Phase 0 _ a. Provide one (1) PDF copy of the IFB Plans and Specifications updated with the Owner's project number for use in the Owner's electronic procurement portal, Bonfire. The Owner will maintain the official list of plan hol s - 4 8 8 8 28 b. Prepare any necessary addenda for the prowect ^ 2 4 16 16 16 8 62 _ c. Attend Pre -Bid Conference and Site Visit to assist the Owner in answering questions concerning the proiect 4 4 8 8 24 d. Attend Bid Opening 2 4 6 _ e. Review bids and prepare a recommendation to the Owner for the award of a Construction Contract 8 4 12 f. Assist in the preparation of Contract Documents for execution between the Owner ani Contractor 2 8 4 8 22 Total Hours V 160 360 840 600 120 280 120 800 200 3480 1 $389,8001 C. Reimbursable Expenses j Highway 112 Utility Relocations, Fayetteville, Item Description Arkansas Total 1. Regulatory Review Arkansas Department of Health Review Fee $500 2. Permit Fees Arkansas Division of Environmental Quality - Short Term Activity Authorization Permit Fee $200 3. Reproduction and Printing Photocopies and Plan Sheets for Review $1,000 4. Outside Services GTS Inc. - Geotechnical Investigation $20,000 5. Outside Services Waco Title - Easement and Title Research (55 Parcels @ $300 each) $16,500 6. Outside Services JARKUPS - Utility Locates $2,000 Total Estimated Reimbursable Expenses $40,200 ENGINEERING SERVICES SUMMARY Highway 112 Utility Relocations, Fayetteville, Arkansas A. Task 1 - Preliminary Engineering Services $36,000 B. Task 2 - Final Design Phase (ARDOT Construction Agreement) $389,800 C. Reimbursable Expenses $40,200 Total Engineering Fee - Not to Exceed $466,000 2021048\Scope of Services Fee Proposal Summary 042721.xlsx Page 3 of 3 Project Schedule I_ Highway 112 Utility Relocation City of Fayetteville, Arkansas HW Project No. 2021048 CITY OF _ � FAYETTEVILLE April 27, 2021 ARKANSAS Task Completion Date 1. Fayetteville City Council Approval of the Engineering Services June 1, 2021 Agreement 2. Submit Preliminary Engineering documents to ARDOT for Review July 30, 2021 and Approval 3. Receive ARDOT Approval of Construction Agreement September 3, 2021 4. Deliver 50% Design Plans and a 50% Cost Estimate to the City of December 17, 2021 Fayetteville for Review 5. Conduct a 50% Design Review Meeting January 14, 2022 6. Deliver Property Descriptions and Exhibits for easement January 28, 2022 acquisition by the City of Fayetteville 7. Deliver 90% Design Plans, Contract Documents, and a 90% Cost April 15, 2022 Estimate to the City of Fayetteville for Review 8. Submit ARDOT Utility Permit, USACE Section 404 Permit, and April 15, 2022 ADEQ STAA Applications 9. Conduct a 90% Design Review Meeting May 13, 2022 10. Deliver Final Plans, Contract Documents, and a Cost Estimate to June 17, 2022 the City of Fayetteville 11. Submit Final Plans, Contract Document, Cost Estimate, and June 17, 2022 Reimbursement Percentage to ARDOT for Review 12. Submit Final Plans, Contract Documents, and a Cost Estimate to June 17, 2022 the Arkansas Department of Health for Review 13. Receive ARDOT Utility Permits, USACE Section 404, and ADEQ July 15, 2022 STAA Permits 14. Receive Arkansas Department of Health Approval August 12, 2022 15. Receive ARDOT Approval of Final Plans August 12, 2022 16. Complete easement acquisition by the City of Fayetteville August 12, 2022 17. Receive City of Fayetteville Purchasing Department Approval September 30, 2022 18. First Advertisement October 2, 2022 19. Second Advertisement October 9, 2022 20. Pre -Bid Conference October 13, 2022 21. Issue Final Addendum, if necessary October 18, 2022 22. Receive Bids October 26, 2022 23. Receive City of Fayetteville Water & Sewer Committee approval November 8, 2022 24. Receive City of Fayetteville City Council Approval December 6, 2022 25. Conduct Preconstruction Conference December 20, 2022 26. Issue Notice to Proceed January 9, 2023 27. Construction Substantially Complete (15 Months) April 2, 2024 28. Final Inspection May 2, 2024 2021048\Project Schedule 042721.docx ARKANSAS DEPARTMENT OF TRANSPORTATION ' ARDOT.gov I IDriveArkansas.com I Lorie H. Tudor, P.E., Director 70F KANSAS DEPARTMENT 10324 Interstate 30 1 P.O. Box 22611 Little Rock, AR 72203-2261 TRANSPORTATION Phone:501.569.2000 1 Voice/TTY711 I Fax:501.569,2400 April 6, 2021 Mr. Corey Granderson City of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 Job 040746 (Utilities) Truckers Dr. - Howard Nickell Rd. (Fayetteville)(S) Route 112 Section 1 Washington County Dear Mr. Granderson: Your request of April 6, 2021, to have Hawkins -Weir Engineering perform the preliminary engineering for your utility facilities on the referenced project is approved. This approval is your authorization to have the consultant proceed with the sketch and preliminary engineering fee breakdown, as well as the contract for preliminary engineering services with your utility. This information should be submitted to this office for review and approval. Upon approval of the fee, a Preliminary Engineering Agreement will be prepared by this office and sent to you for signature. The cost of this service will be reimbursable only to the extent your existing utility facilities required to be adjusted are determined to be eligible. In order to receive any eligible reimbursement of consultant engineering costs, the preliminary engineering work must not be started until work authorization is given by the Department. In accordance with requirements for Federal Aid Projects, we are forwarding a "Certification of Consultant" form to your consultant to execute and return to this office. If further information or assistance from this office is needed, please advise. Sincerely, Keith Mashburn Utility Coordinator Utilities Section Right of Way Division Enclosures C: Hawkins -Weir W/Attachments "C" Files ARKANSAS DEPARTMENT of TRANSPORTATION Utility: Consultant Route Section County CERTIFICATION OF CONSULTANT I hereby certify that I am the authorized representative of the firm of whose address is except as expressly stated and described herein, neither I nor the firm of with (Utilities) and duly and that, has, in connection with its contract for preliminary engineering services entered into pursuant to provisions of an agreement between the aforementioned utility owner and the Arkansas Department of Transportation as a part of Federal Aid Project (a) employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm, company, or person, other than a bonafide employee working solely for me or the aforementioned consulting firm to solicit or secure the contract, or (b) agreed, as an expressed or implied condition for obtaining the award of the contract, to employ or retain the services of any firm, company, or person in connection with the carrying out of the contract, or (c) paid, or agreed to pay, to any firm, company, organization, or person, other than a bonafide employee working solely for me or the aforementioned consulting firm, any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the contract. (Statement and explanation of exception, if any:) I acknowledge that this certificate is to be furnished to the Arkansas Department of Transportation and the Federal Highway Administration, in connection with the aforementioned project involving participation of Federal -Aid Highway Funds, and is subject to applicable State and Federal Laws, both criminal and civil. (Date) (Signature) STRUCTURES OVER 20'-0" SPAN O STA.106+53 IN PLACE DBL. 72" X 48" X 60' C.M. ARCH PIPE REMOVE AND CONSTRUCT QUAD. 8' X 5' X 126' R.C. BOX CULVERT ON 15° LT. FWD. SKEW W/ 3:1 WINGS LT. AND RT. BURIED 1'-0" BELOW FLOW LINE AND CONSTRUCT 0'-6" DITCH GRADE ALONG LENGTH OF BOX D.A. = 470 ACRES, 050 = 820 CFS ARKANSAS DEPARTMENT OF TRANSPORTATION CONSTRUCTION PLANS FOR STATE HIGHWAY 0 TRUCKERS DR. HOWARD 31wevyfflip'wr1NlNlONIVAlll0l01yl> WASHINGTON COUNTY ROUTE 112 SECTION I FED. AID PROJ- ___-____(__) 20 PROJECT AREA j0iD ®�®��� BEGINWY000 WEST STA. 306+90.00 NOT TO SCALE LOG MILE 2.85 END HWY.112 NORTH & JOB 040741 Fayetteville Utility Relocation Summary W e p l e 6 & 8-inch Sewer Lines e 1,876-LF Reimbursable 412 I ° 480-LF & —5 crossings; NOT Reimbursable - J. - t ° f 1 R-inch R. Cmnllar \n/afar I inac 5,630-LF Reimbursable o ° e 2,450-LF NOT Reimbursable - . - - -I 12-inch Water Lines 465-LF Reimbursable 36-inch Transmission Waterline T 17 _ 2,830-LF Reimbursable T STA. 300+00.00 N 17 WEDINGTON WOODS o West Transmission Corridor Easements Io BEGIN HWY. 112 NORTH T d ,> N LOG MILE 3.57 16 Approx. 170,000 SF Y1 6 � T 16 N E.;;°«m : Purchased in 2019 $130,300.00 p - ao ® urcase@ N STA. 238+21.01 1.5 112 tucnie rir Wymon 1.7 N 6 — END HWY.112 WEST - 49 `I Cr - 9 FAYETTEVILLE I -41 80 o . -L 1- - x 0.9 * �Pop. 67.158 MING N - _ 62 01 71 16 4 1 16 ;i; ' -4 0 Goose Pop. 4.814 - - STA. 102+22.91 R 31 W I R 30 W R 30 W I R 29 W BEGIN JOB 040746 & HWY.112 NORTH LOG MILE 2.25 BEGIN PROJECT MID -POINT OF PROJECTI END PROJECT LATITUDE N 36 ° 06' 32' 1 N 36 ° 07' 03' IN 36 ° 07' 10' LONG I TUDE I W 94 ° 10' 49' 1 W 94 ° 1 1 ' 00' IW 94 ° 1 LENGTH OF PROJECT CALCULATED ALONG C.L. GROSS LENGTH OF PROJECT 7590.28 FEET OR 1.438 MILES NET ROADWAY 7554.86 1.431 MILES NET BRIDGES 3542 0.007 MILES NET PROJECT 7590:28 1.438 MILES ARK. HWY. DIST. NO. 4 DESIGN TRAFFIC DATA DESIGN YEAR ---------------- 2042 2022 ADT------------------- 9900 2042 ADT------------------ 13000 2042 DHV------------------- 1430 DIRECTIONAL DISTRIBUTION --- 0.60 TRUCKS ----------------------- 5% DESIGN SPEED ------------- 45 MPH STA. 133+02.18 END HWY.112 NORTH [PRIELONOMIR"T SUBJECT TO REVISION N 0 N Z I STA.102+93 IN PLACE 24" X 220' R.C. PIPE ON LT. I REMOVE 112' FROM STA. 102+93 TO STA.104+05 AND TIE IN TO j D.I. a STA. 102+93 LT. STA.102+93 CONSTRUCT DROP INLET ON LT. AND 24" X 85' PIPE OUTLET I CONNECT TO DROP INLET a STA.103+84 LT. ' DROP INLET H = 4'-9" j TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' X 3' 24" R.C. PIPE (CLASS 111)(TYPE 3) = 86 LIN. FT. I 24" SLPCCS PIPE (TYPE 2) = 86 LIN. FT. STA.103+84 CONSTRUCT DROP INLET ON LT. W/ 4' EXTENSION j AND 30" X 50' PIPE OUTLET CONNECT TO DROP INLET a STA, 104+39 LT. DROP INLET H = 4'-11" I TYPE MO DROP INLET = 5' DIA. TYPE C DROP INLET = 4' X 4' 30" R.C. PIPE (CLASS 111)(TYPE 3) = 50 IN, FTC 30" SLPCCS PIPE (TYPE 2) = 50 LIN. F1 STA.104+05 IN PLACE NJ DROP INLET ON LT. r r. AND 30" X 138' R.C. PIPE REMOVE TRA. 94+39 CONSTRUCT INLET Z5N l�T. VN 30" X 49'PPE OLI LET OMINECT TO DROP INL J a STA.104+99 T, DROP INLET H = 4-11" TYPE MO DROP INLET = 5' DIA. l )) TYPE C DROP INLET = 4' X 4' 30" R.C. PIPE (CLASS 111)(TYPE 3) = 50 F 30" SLPCCS PIPE (TYPE 2) = 50 LIN. FT' I � 1 I C4?/ IC= I I E c-� 'z-ST7toz-t 22. IN J 040746 & HtY. 112 NORTH �G ILE 2.25 , STA.103+00 CCOISTRUCT DROP INLET ON RT. AND 18" X f PIPE OUTLET CONNECT TO EXIST, R.C. BOX CULVERT ,DROP INLET H = 5'-11" TYPE MO DROP INLET = 4' DIA. YPE C DROP INLET = 4' X 3' 18" R.C. PIPE (CLASS 111)(TYPE 3) = 6 LIN-F T. 18" SLPCCS PIPE (TYPE 2) = 6 LIN. FT, STA,103+84 CONSTRUCT DROP INLET ON RT. AND 18" X 2' PIPE OUTLET CONNECT TO EXIST. R.C. BOX CULVERT DROP INLET H = 5'-T" TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' X 3' 18" R.C. PIPE (CLASS 111)(TYPE 3) = 2 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 2 LIN. FT. I STA.104+94 CONSTRUCT DROP INLET ON LT. AND 30" X 147' PIPE OUTLET CONNECT TO R.C. BOX CULVERT a STA.106+53 LT. DROP INLET H = 5'-3" TYPE MO DROP INLET = 5' DIA. TYPE C DROP INLET = 4' X 4' 30" R.,C. PIPE (CLASS 111)(TYPE 3) = 148 LIN. FT. 30" SLPCCS PIPE (TYPE 2) = 148 LIN. FT. STA.165+56 IN PLACE STA.107+00 CONSTRUCT DROP INLET ON LT. STA.109+25 CONSTRUCT AND 18" X 19' PIPE OUTLET DROP INLET ON LT. OF MEDIAN W/4' EXTENSION LT. & RT. CONNECT TO R.C. BOX CULVERT AND 18" X 51' PIPE OUTLET a STA.106+53 LT. CONNECT TO DROP INLET a STA.108+70 LT.OF MEDIAN DROP INLET H = 7'-6" DROP INLET H = 4'-5" TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' X 3' TYPE C DROP INLET = 4' X 3' 18" R.C. PIPE (CLASS 111)(TYPE 3) = 52 LIN. FT. 18" R.C. PIPE (CLASS 111)(TYPE 3) = 20 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 52 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 20 LIN. FT. DROP .INLET ON LT. STA. 108+28 CONSTRUCT AND 40" X 80' R.C. PIPE DROP INLET ON LT. OF MEDIAN REMOVE STA, 106+53 IN PLACE AND 18" X 36' PIPE OUTLET DBL. 72" X 48" X 60' C.M. ARCH PIPE CONNECT TO DROP INLET a STA, REMOVE AND CONSTRUCT DROP INLET H = 5'-10" QUAD. 8' X 5' X 126' R.C. BOX CULVERT TYPE MO DROP INLET = 4' DIA. I TYPE C DROP INLET = 4' X 3' ON 15' LT. FWD. SKEW W/ 3:1 WINGS LT. AND FIT. 18" R.C. PIPE (CLASS 111)(TYPt 3) _ j BURIED 1-0- BELOW FLOW LINE AND CONSTRUCT 0'-6" DITCH GRADE ALONG LENGTH OF BOX ST'A.108+7Q CONSTRUCT I D.A. = 470 ACRES, 050 = 820 CFS P.O.B. 600.00.00 DF�OP INLET ON LT. OF MEDIAN AND 18" X 41' PIPE OUTLET C00 C NNECT TO DROP INLET STA. DO DTOP INLET H =11 � I I TTPE C DROP INLET ET = = 4' X 3' I I I; LI ch sewer, leave mHWY.112 NORTH�-�alone PI = 104+03.32 + A - 15'19'00"LT. I \D = 5'00'00" Lo_ T=154.09' 1--�_I •la PC = 02+49.23 a tPF a , PT = 105+ o NO SUPEjE Sealer In easement »f� , x f �! Q, today, reimbursable I i a 0 �' m vb - Z t,•{ �C a I l (STA.104+47 IN PLACEI ' 6' X 3' X 834' R.C. BO) -CULVERT 0 RT. REMOVE R.C. BOX FROM STA. 104+4 RT- TO EXIST.OUTLET a STA.106+12 R (� AODSTRXC3 DR45'R.COP EBOXNPPE 0 LET \ CONNECT TO DR ROE• INLET H = YPE C DROP IN 450 LF of 8/6-inch S 4+94 CON waterline already in \ AN rINlLET ON3 ArDOT r/w, NOT CON o�R reimbursable. S+ RO%T# , H = 6'-0" YPE C .UHOP INLET = 9' X 4' y STA. 10 e I@ X (� '-'RT. SI REMO ST' , 107+ O' CONSTRUCT DRd INL T ON RT. W/ 4' EXTENSION AND 51" 31" X 36' ARCH PIPE OUTLET CON t I �P R.C. BOX CULVERT a ST .• T 53 Rr, DROP NLET H = 7'-3" TYPE MO DROP INLET = 6' DIA. TYPE C DROP INLET = 5' X 4' 51" X 31" R.C. ARCH PIPE (CLASS 111)(TYPE 3) = 36 LIN. FT 51" X 31" SLPCCS ARCH PIPE (TYPE 2) = 36 LIN. FT. DATE I DATE DATE DATE REVISED FILMED I REVISED I FILMED STA.113+00 CONSTRUCT DROP INLET ON LT. W/4' EXTENSION AND 44" X 27" X 195' ARCH PIPE OUTLET CONNECT TO DROP INLET a STA.111+00 LT. DROP INLET H = 4'-11" TYPE MO DROP INLET = 6' DIA, STA, 1 INLET CONSTRUCT 44" XC2 " R.C. ARCH PPEX(CLASS 111)(TYPE 3) = 196 LIN. FT. DROP INLET ON LT, OF MEDIAN W/8' EXTENSION AND IaX 51' PIPE OUTLET 44" X 27" SLPCCS ARCH PIPE (TYPE 2) = 196 LIN. FT. RT. CONNECT T6 DROP INLET a STA.109+25 LT. OF MEDIAN DROP INLEf-H = 4-6" TYPE C DROP INLET $ 18" R-PCCSPIPEYPE2) AST(ELIN 18" 52 FfiLIN.FT, STA.115+00 CONSTRUCT DROP INLET ON LT. STA. III+00 CONSTRUCT AND 44" X 27" X 195' ARCH PIPE OUTLET DROP INLET ON LT. W/4' EXTENSION TA, 113+00 LT. FED.MD PROJ.NO. 6 1 ARK. JOB NO. p40746 PRIELONUMARVI SUBJECT TO REVISION F AND 44" X 27" X 65' ARCH PIPE OUTLET ONNECT TO DROP IN ET a STA.111+00 RT. 820 LF of 6-Inch W/L outside 700-LF of 36-inch WL in F ( DIA DROP INLET H = 5'-9y ArDOT r/w in easement, ASS IID(T easement, relocate, TYPE MO DROP INLET = 6' DIA. YPE C DROP INLET = 4' X 4' 4" X '7" R.C. ARCH PIPE (CLASS 111)(TYPE 3) = reimbursable. Upgrade from pg (TYPE 2) reimbursable �� s 6-inch likely. 0 00 N o m0 135' MEDIAN TAPER o0 `DaND • 00 w/ A o oo m pROP. 0 PROP. W • �� -- -- --- �- -- - - --- --�- & /A SNO 0 IMP 00 0 / & C/A 0 GP QI° o 0 I 0 235' I:i TAPER _ e ,D ago N a in 480 LF of Sewer $ within new r/w, outside ° 876 LF of Sewer to const. limits, maybe HWY.112 N relocate 8-inch 1 remain...? ---PI = 108+ ----- - -- -- - - �y A = 21'50'34"RT. D = 7.30'00" _ - tr T = 147.40' L = 291.23' STA, 108+70 CONSTRUCT RT, STA.INLET ON RT.111+00 CONSTRUCT - ----__ �_-_-- - -- DROP T j `� PC = 107+14.84 DROP INLET ON AND 51" X 31" X 18' ARCH PIPE OUTLET _ - AND-51" X 31" X 113' ARCH PIPE OUTLET_ - 110+06.07 CONNECT TO DROP INLET a STA.108+45 RT. ' CONNECT TO DROP INLET a STA. 109+80 PT. -- -DROP INLET H = 4'ET Sewer out of ArDOT 0.040'/__- - QpgBOP INLET H = 3'-7' - -TYPE-MO - TYPE MO DFFOP INLET = 6' DIA,- - - - 270' R/w today,but not in DROP INLET =SD' DIA --_. TYPE C DROP INLET = 5' X 4' TYPE C DROP INLET = 5' X 4' ' 51" X 31" R.C. ARCH PIPE (CLASS 111)(TYPE 3) = 114 LIN. FT. 51" X 31" R.C. ARCH PIPE (CLASS 111)(TYPE 3) = 18 LIN. FT. 51" X 31" SLPCCS ARCH PIPE (TYPE 2) = 114 LIN. FT. C M PIP easement, 51" X 31" SLPCCS ARCH PIPE (TYPE 2) = 18 LIN. FT. DRAIN reimbursable (?) ??? STA 113+00 CONSTRUCT bTOPI INLET ON28 NRTRUCIr ADD X 31" X 117' ARCH PIPE OU > CONNECT TO DROP INLET a STA.10 DROP INLET H = 5'-1" TYPE MO DROP INLET = 6' DIA. TYPE C DROP INLET = 5' X 4' 51" X 31" R.C. ARCH PIPE (CLASS 1111 51" X 31" SLPCCS ARCH PIPE (TYPE FIT. 'E 3) = 118 LIN. FT. = 118 LIN. FT, STA.108+45 CONSTRUCT DROP INLET ON RT. AND 51" X 31" X 16' ARCH PIPE OUTLET CONNECT TO DROP INLET a STA.108+28 FIT. DROP INLET H = 4'-2" TYPE MO DROP INLET = 6' DIA. TYPE C DROP INLET = 5' X 4' 51" X 31" R.C. ARCH PIPE (CLASS 111)(TYPE 3) = 16 LIN. FT. 51" X 31" SLPCCS ARCH PIPE (TYPE 2) = 16 LIN. FT. STA. 109+25 CONSTRUCT DROP INLET ON RT. W/4' EXTENSION DROP INLET ON FIT. AND 24" X 195' PIPE OUTLET AND 51" X 31" X 46' ARCH PIPE OUTLET CONNECT TO DROP INLET a STA. III+00 RT. CONNECT TO DROP INLET a STA.108+70 RT. DROP INLET H = 4'-6" DROP INLET H = 3'-6" TYPE MO DROP INLET = 4' DIA. TYPE MO DROP INLET = 6' DIA. TYPE C DROP INLET = 4' X 3' TYPE C DROP INLET = 5' X 4' 24" R.C. PIPE (CLASS 111)(TYPE 3) = 196 LIN. FT. 51" X 31" R.C. ARCH PIPE (CLASS 111)(TYPE 3) = 46 LIN. FT. 24" SLPCCS PIPE (TYPE 2) = 196 LIN. FT. 51" X 31" SLPCCS ARCH PIPE (TYPE 2) = 46 LIN. FT. STA.115+00 CONSTRUCT STA.109+80 CONSTRUCT DROP INLET ON FIT. DROP INLET ON FIT. AND 24" X 196' PIPE OUTLET AND 51" X 31" X 46' ARCH PIPE OUTLET CONNECT TO DROP INLET a STA. 113+00 RT. CONNECT TO DROP INLET a STA.109+25 RT. DROP INLET H = 4'-3" DROP INLET H = 4'-0" TYPE MO DROP INLET = 4' DIA. TYPE MO DROP INLET = 6' DIA. TYPE C DROP INLET = 4' X 3' TYPE C DROP INLET = 5' X 4' 24 R.C. PIPE (CLASS 111)(TYPE 3) = 196 LIN. FT. 51" X 31" R.C. ARCH PIPE (CLASS 111)(TYPE 3) = 46 LIN. FT. 24" SLPCCS PIPE (TYPE 2) = 196 LIN. FT. 51" X 31" SLPCCS ARCH PIPE (TYPE 2) = 46 LIN. FT. HWY.112 NORTH r EU.XU. SHEET IOIAL STA. 118+50 CONSTRUCT STA. 120+00 CONSTRUCT STA, 123+00 CONSTRUCT DATE FILMDATED DATE DATE DiST,NO. STATE FEU.MD FROJ.NO. N0. SHEETS STA, IIS+65 R.C.PLACE DROP INLET ON LT. W/8' EXTENSION STA. 125+60 CONSTRUCT REVISED FILNED REVISED FILMED 18" X 40' C. PIPE CULVERT DROP INLET ON LT. DROP INLET ON LT. W/4' EXTENSION DROP INLET ON LT, 6 ARK. LT, SIDE DRAIN AND 36" X 146' PIPE OUTLET AND 36" X 61' PIPE OUTLET AND 36" X 170' PIPE OUTLET AND 36" X 105' PIPE OUTLET REMOVE AND INSTALL CONNECT TO DROP INLET 0 STA, 117+00 LT, CONNECT TO DROP INLET a STA. 119+35 LT. CONNECT TO DROP INLET & STA. 121+25 LT. CONNECT TO DROP INLET STA, 24+50 LT. TDB NO. 040746 24" X XX' R,C. PIPE CULVERT DROP INLET H = 5'-7" DROP INLET H = 5'-2" DROP INLET H = 7'-0" DROP INLET H = 12' I" TYPE MO DROP INLET = 5' DIA. TYPE MO DROP INLET = 5' DIA. TYPE MO DROP INLET = 5' DIA. 2 PLAN AND PROFILE SHEETS CONSTRUCT APPROACH = XX CU. YD. TYPE MO DROP INLET = 5' DIA. TYPE C DROP INLET = 4' X 4' TYPE C DROP INLET = 4' X 4' TYPE C DROP INLET = 4' X 4' 36" R.C. PIPE (CLASS 111)(TYPE 3) = 62 LIN. FT, 36" R.C. PIPE (CLASS IV)(TYPE 3) = 106 LIN. FT. STA. 116+10 CONSTRUCT 36" R.C. PIPE (CLASS 111)(TYPE 3) = 146 LIN. FT, 36" R.C. PIPE (CLASS 111)(TYPE 3) = 170 LIN. FT, 36" SLPCCS PIPE (TYPE 2) = 106 LIN. FT. STA, 128+00 CONSTRUCT DROP INLET ON LT. 36" SLPCCS PIPE (TYPE 2) = 146 LIN. FT, 36" SLPCCS PIPE (TYPE 2) = 62 LIN. FT. 36" SLPCCS PIPE (TYPE 2) = 170 LIN. FT. DROP INLET ON LT. W/4' EXTENSION nl7 AND 44" X 27" X 105' ARCH PIPE OUTLET STA, 120+77 IN PLACE STA. 126+00 CONSTRUCT AND 36" X 90' PIPE OUTLET [PRIELONUMARV CONNECT TO DROP INLET a STA. 115+00 LT. STA. 119+03 IN PLACE 18" X 62' R.C. PIPE CULVERT STA, 124+50 CONSTRUCT DROP INLET ON LT. W/4' EXTENSION CONNECT TO DROP INLET a STA, 127+00 LT, DROP INLET H = 5'-2" 12" X 20' C.M. PIPE CULVERT LT. SIDE DRAIN DROP INLET ON LT, W/8' EXTENSION AND 36" X 33' PIPE OUTLET DROP INLET H = 18 7" SUBJECT TO REVISION TYPE MO DROP INLET = 6' DIA. LT. SIDE DRAIN REMOVE AND INSTALL AND 36" X 146' PIPE OUTLET CONNECT TO DROP INLET @ STA. 125+60 LT, TYPE MO DROP INLET = 5' DIA, TYPE C DROP INLET = 4' X 4' REMOVE AND INSTALL 18" X XX' R,C. PIPE CULVERT CONNECT TO DROP INLET a STA. 123+00 LT. DROP INLET H = 13,-0" 36" R.C. PIPE (CLASS IV)(TYPE 3) = 90 LIN. FT. 44" X 27" R.C. ARCH PIPE (CLASS 111)(TYPE 3) = 106 LIN. FT, 24" X XX' R.C. PIPE CULVERT CONSTRUCT TURNOUT = XX CU. YD. DROP INLET H = 10'-0" TYPE MO DROP INLET = 5' DIA. 36" SLPCCS PIPE (TYPE 2) = 90 LIN. FT, 44" X 27" SLPCCS ARCH PIPE (TYPE 2) = 106 LIN. FT. CONSTRUCT APPROACH = XX CU. YD. TYPE MO DROP INLET = 5' DIA, 36" R.C. PIPE (CLASS IV)(TYPE 3) = 34 LIN. FT. TYPE C DROP INLET = 4' X 4' 36" SLPCCS PIPE (TYPE 2) = 34 LIN. FT, STA, 119+35 CONSTRUCT STA. 121+25 CONSTRUCT 36" R.C. PIPE (CLASS 111)(TYPE 3) = 146 LIN. FT. STA. 129+00 CONSTRUCT DROP INLET ON LT, W/4' EXTENSION 36" SLPCCS PIPE (TYPE 2) = 146 LIN. FT. DROP INLET ON LT. W/4' EXTENSION AND 3IN X 81' PIPE OUTLET DROP INLET ON LT, W/8' EXT SIN STA, 127+00 CONSTRUCT AND 36" X 95' PIPE OUTLET _ AND 36" X 121' PIPE OUTLET DROP INLET ON LT, W/4' EXTENSION CONNECT TO DROP INLET a STA. 128+00 LT. STA, 117+00 CONSTRUCT CONNECT TO DROP INLET a STA, 118+50 LT, CONNECT TO DROP INLET TA. 1 + 0" LT. STA. 124+70 IN PLACE AND 36" X 90' PIPE OUTLET DROP INLET H = 21'-4" a DROP INLET ON LT. W/4' EXTENSION DROP INLET H = 5'-2" DROP INLET H = 5' 2" 18" X 46' R,C. PIPE CULVERT CONNECT TO DROP INLET a STA, 126+00 LT, TYPE MO DROP INLET = 5' DIA. T AND 44" X 27" X 85' ARCH PIPE OUTLET TYPE MO DROP INLET = 5' DIA, TYPE MO DROP INLET = 5' DI LT. SIDE DRAT DROP INLET H = IS' 9" 36" R.C. PIPE (CLASS IVXTYPE 2) = 96 LIN. FT. g fit. R CONNECT TO DROP INLET a STA. 116+10 LT. TYPE C DROP INLET = 4' X 4' TYPE C DROP INLET = 4' 4 ' REMOVE TYPE MO DROP INLET = 5' DIA. 36" SLPCCS PIPE (TYPE 2) = 96 LIN. FT, N �� pPER fl DROP INLET H = 5'-7" 36" R.C. PIPE (CLASS 111)(TYPE 3) = 82 LIN. FT, 36" R.C. PIPE (CLASS IID(T P 3); 12 LIN. FT 36" R.C. PIPE (CLASS IV)(TYPE 3) = 0 LIN. FF d TYPE MO DROP INLET = 6' DIA. 36" SLPCCS PIPE (TYPE 2) = 82 LIN. FT, 36" SLPCCS PIPE (TYPE 2 = 122 LI FT. j'j'j�A• J21+ IN PLACE 36" SLPCCS PIPE (TYPE 2) = 90 LI FT. l STA. 130+0 CONSTRUCT TYPE C DROP INLET = 4' X 4' ' 24" )mod M. PIPE CULVERT $ DROP'INLET ON LT, W/4' EXTENSION $ gv 44" X 27" R.C. ARCH PIPE (CLASS 111)(TYPE 3) = 86 LIN. FT. LT. SID RAIN I AND 36" X 100' PIPE OUTLET $ 44" X 27" SLPCCS ARCH PIPE (TYPE 2) = 86 LIN. FT. REMOV AND INSTALL ¢ 300' o M X X' R.C. PIPE CULVERT CONNECT TO DROP INLET a STA, 129+00 LT,+ a �" DROP INLET H = 23'-11" - ^' s N UCT APPROACH = XX CU. YD. iS P = MO DROP INLET = 5' DIA. ¢ \ ,490 LF 36-inch I 1 0' LT, TAPER ,J6' C. PIPE (CLASS IV)(TYPE 2) = 100 LIN. FT. + \� �o m o ¢ ¢ Imp �� 36 LPCCS PIPE (TYPE 2) = 100 LIN. FT. �^ relocate, reimbursabl _ N d ¢ ,.- 7 70 � //�/ ih ^ ¢i 0 e O _ No w N -�<� N m I V � m o �rn T.C.E. O o 0 0 00 ^ _ N �N rn� _ 0 0� T• PROP. R/ cov m o 1` f 100' LT, TAPER o G in o ��• �IP �' 36 \0 N rn o0 TP 0 0 & C/ - g o Tod o c5 ci o p• ~ o � 30' ON 4 --- --- - - - - -- --- �` M� ♦, ---------- ----- ---- _ o MIL ----- _ +77 r +00 _ tir - - - - CID ILF _ _ z .C.E RTAPER IA T.C..0 C lO O�� F 241 o _❑ - - - - a - p N .D o 00 toD tmD `� 00 1 7 OO •� �• CY w r; zoo 0o PROP. R/W ¢v^�oo T.C.E C/A n 0 . o¢ STA. 117+00 CONSTRUCT n ^ o q , m p�� rn `0o rn ^ ^ ^ o o �, o^rn• w N HWY. 1127+00.00 DROP INLET ON RT. W/4' EXTENSION = 1 ;Dz3 o m w0 N. A = 26.49'32"LT. a- T.C.E o$ $ HWY. 112 NORTH AND 24" X 196' PIPE OUTLET I z rh 0 o n o PI = 129+89.61 �11I t CONNECT TO DROP INLET STA.115+00 RT. rp r ci ,N,am �o o-p $ ° A = 19°51'10"RT._ DROP INLET H = 4'-9" 1,355 LF 6-in WL 300' RT T T = 151.81' n. o e d ER $ L = 298.06' g o - n, • --D = 8°00'00" 1( 1 TYPE MO DROP INLET = 4' DIA. m w T = 125.34'� Q I PC = 125+48.19 TYPE C DROP INLET = 4' X 3' U rade to 8-inch N �* N _ PT = 128+46.25 $ f J L = 248.16' 1 j pg r N . 1 - - d - PC = 128+64.27 24" R.C. PIPE (CLASS 111)(TYPE 3) = 196 LIN. FT. _ �- 24 SLPCCS, PIPE (TYPE 2� 196 LIN. FT N0, SUPERELEVATION- _ a P 1 �J (� reimbursable Relocate over � 1 � 1 CONNECT TO DROP INL� Q STA 120+0 RT. 1 pROPTA 11NLE� 1,000LF Of Sewer, , CONCRETE Wr' KSTA. 127+00 a(TYPE SP CIAL) I x "remaining WL outside �' 1;1 STA. 118+50 CONSTRUCT DROP INLET H = 5' 9" AND 18" X +•} ON RT. P-� 1 -o new project limits ' '1 - - CROP INLET ON RT. W/4' EXTENSION TYPE MO DROP INLET = 4' DIA. �' 1 ONNECT r possibly keep I jjj���� j - -I ' I J (1 AND 24" X 147' PIPE OUTLET - - - - - - - -TYPE C DROP INLET = 4' k 3' , bROP INLET STA. 128+00 CONS,T IlJJCT I I 1� leave as -is _ _CONNECT TO DROP INLET STA. 117+00 RT. 24" R.C. PIPE (CLASS 111)(TYPE 3) = 76 LIN. FT. jTYPE MOD southern section as -is DROP INLET ON RT W/4' EXTEND ON I _ DROP INLET H = 4'-9"- - - - - - - _ _ _ _ _24" SLPCCS PIPE (TYPE 2)'= 76 LIN. FT. I TYPE C OR AND 18" X 102' PIPE' 000OUTLET +Q� F TYPE MO DROP INLET = 4' DIA. - — - - 8" R.C. PIPE (CLASS 111)(TYPE 3) = 32 LIN. FT. CONNECT TO DROP'INLET a ST 1274� RT. I I I TYPE C DROP INLET = 4' X 3' 1 �8" SLPCCS PIPE (TYPE 2) = 32 LIN. FT. STA. 126+00 COS UCT DROP INLET H = 13'-2" 24" R.C. PIPE (CLASS 111)(TYPE 3) = 148 LIN. FT, STA. 121+00 CONSTRUCT DROP INLET ON R /4' EXTEN ION TYPE M DROP INL T = 4' DIA. I 24" SLPCCS PIPE (TYPE 2) = 148 LIN. FT. DROP INLET ON RT. AND 18" X 149' IPE OUTLET 18" R.0 PIPE (CLASS IV)(TYPE ) = 102 L N. FT. I 1 1 AND 24" X 29' PIPE OUTLET CONNECT TO D�OP INLET a ST . 124+50 RT Y STA. 123+00 CONSTRUCT I „ 18" SLPCCS PIP PE 2) = 10� LIN. FT, CONNECT TO DROP INLET & STA. 120+80 RT. DROP INLET ON RT. W/4' EXTENSION DROP INLET H = 9'-I I x DROP INLET H = 4'-3" AND IS" X 138' PIPE OUTLET TYPE MO DROP INLET = 4' DIA. I I x 1 STA. 119+07 IN PLACE TYPE MO DROP INLET = 4' DIA. CONNECT TO DROP INLET a STA. 121+60 RT. TYPE C DROP INLET 4' X 3' STA. 18+57 IN PLACE I I I I 24" X 110' C.M. PIPE CULVERT TYPE C DROP INLET = 4' X 3' DROP INLET H = 5'-4" 18" R.C. PIPE (CLASS 111)(TYPE l = 150 LIN. T. 18" X 60' C.M. PIPE CULVERT RT. SIDE DRAIN 24" R.C. PIPE (CLASS 111)(TYPE 3) = 30 LIN. FT. TYPE MO DROP INLET = 4' DIA. 18" SLPCCS PIPE ( YPE 2) = 15 LIN. FT. RT. SIIOE DRAIN REMOVE AND INSTALL 24" SLPCCS PIPE (TYPE 2) = 30 LIN. FT. TYPE C DROP INLET = 4' X 3' REMO E AND INSTALL STA. 129+48 IN PLACE 24" X XX' R.C. PIPE CULVERT 18" R.C. PIPE (CLASS 111)(TYPE 3) = 138 LIN. FT. STA, 126+60 IN PLA E 18" X XX' R.C. PIPE CULVERT 18" X 46' C.M. PIPE CULVERT CONSTRUCT APPROACH = XX CU. Y STA. 121+25 CONSTRUCT 18" SLPCCS PIPE (TYPE 2) = 138 LIN. FT. 18" X 60' C.M. PIPE ULVERT CONSTRUCT APPROACH = XX CU. YD. RT. SIDE DRAIN DROP INLET ON RT. RT. SIDE DRAIN J REMOVE AND INSTALL AND 24" X 26' PIPE OUTLET STA. 124+00 INSTALL REMOVE AND INSTAL 18" X XX' R.C. PIPE CULVERT STA. 119+59 INSTALL CONNECT TO DROP INLET & STA. 121+00 RT. 18" X XX' R.C. PIPE CULVERT 18" X XX' R.C. PIPE �ULVERT CONSTRUCT APPROACH = XX CU. YD. C> DROP INLET H = 4'-3" 0 24" X XX' R.C. PIPE CULVERT RT, SIDE DRAIN CONSTRUCT APPRO CH = XX CU YD. TYPE MO DROP INLET = 4' DIA. STA. 130+00 CONSTRUCT RT, SIDE DRAIN CONSTRUCT APPROACH = XX CU. YD. STA. 129+00 CONSTRUCT N TYPE C DROP INLET = 4' X 3' DROP INLET ON RT. W/4' EXTENSION STA. 120+00 CONSTRUCTROP INLET ON RT, W/4' EXTENSION 24" R.C.SLP PIPE (CLASS 111)(TYPE 3) = 26 LIN. FT, STA. 124+50 CONSTRUCT STA. 127+00 CON TRUCT AND IS" X 97' PIPE OUTLET DROP INLET 6' RT,AND 18" X 91' PIPE OUTLET 24" SLPCCS PIPE (TYPE 2) = 26 LIN. FT. DROP INLET ON RT. W/4' EXTENSION DROP INLET ON T. W/4' EXT NSION CONNECT TO DROP INLET � STA. 128+00 RT, AND EC X D PIPE OUTLET CONNECT TO DROP INLET STA.129+00 RT, AND IS" X 148' PIPE OUTLET AND IS" X 102' PPE OUTLET DROP INLET H = 13'-2" z CONNECT TO DROP INLET STA, IIB+50 RT, DROP INLET H = IS' 3" v DROP INLET H = 5'-3" STA. 121+37 CONSTRUCT CONNECT TO DROP INLET a STA, 123+00 RT, CONNECT TO DR P INLET a TA, 126+00 RT, TYPE MO DROP INLET = 4' DIA. TYPE MO DROP INLET = 4' DIA. o DROP INLET H = 4'-5" DROP INLET H = 13'-2" 18" R.C. PIPE (CLASS IV)(TYPE 3) = 98 LIN. FT. 18" R.C. PIPE (CLASS IVXTYPE 3) = 92 LIN. FT. TYPE MO DROP INLET = 4' DIA. CONCRETE WALK (TYPE SPECIAL) TYPE C DROP INLET = 4' X 3' ON RT. TYPE MO DROP INLET = 4' DIA. TYPE MO DROP INLET = 4' D A. 18" SLPCCS PIPE (TYPE 2) = 98 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 92 LIN. FT. o v 24" R.C. PIPE (CLASS 111)(TYPE 3l = 146 LIN. FT, TYPE C DROP INLET = 4' X 3' 18" R.C. PIPE (CLASS IV)(TY E 3) = 102 LIN. FT, M v 24" SLPCCS PIPE (TYPE 2) = 146 LIN. FT, 18" R.C. PIPE (CLASS 111)(TYPE 3) = 148 LIN. FT, 18" SLPCCS PIPE (TYPE 2) = 102 LIN. FT, H W Y o 112 NORTH 18" SLPCCS PIPE (TYPE 2) = 148 LIN. FT. = it 0 N DATE REVISED DATE FILMED DATE REVISED DATE FILMED FED.RD. DIST.NO. STATE FED.MD PROJ.N0. SHEET NO. TOTAL SHEETS 00�06-69 6L 6 ARK. STA, 130+66 CONSTRUCT 14' X 10' X 174' R.C. TUNNEL HWY. 112 WEST d V 0 Nt0 ZS'8Z1 JOB NO. 040746 ON 45• RT, FWD. SKEW SEE TUNNEL PLAN AND PROFILE FOR DETAILS PI = 204+25.18 A = 5'00'00"LT, D = 6'00'00" 1 1 4 P. b d (D PLAN AND PROFILE SHEETS r T = 41.70' ~ I I - (1p STA, 131+00 CONSTRUCT L = 83.34 PC = 203+83.48 b� I I a 00 98-85'8L Vi D D D DROP INLET LT, W/4' EXTENSION AND X 101' PIPE OUTLET PT = 204+66.82 o _ f UIIU LI V Lr�1 U T CONNECT TO DROP INLET a STA, 130+00 LT, + STA, 133 02.18 NO SUPERELEVATION 1 o Zg,1 f fOZ '1'd 1 SUBJECT TO REVISION DROP INLET H = 25-6" TYPE MO DROP INLET = 51DIA. END HWY. 112 NORTH 81'o6•ZOZ 1 d 36" R.C. PIPE (CLASS IVXTYPE 1) = 102 LIN. FT. STA.131+90 CONSTRUCT West Transmission I I I DROP INLET ON LT. W/4' EXTENSION AND 36" X 89' PIPE OUTLET Easement O .d I �N HWY. 112 WEST CONNECT TO DROP INLET STA. LT. I it PI = 22+90.18 0 A = 5'00'00"RT. DROP INLET H = 6' 9" TYPE MO DROP INLET = 5' DIA. o °D o °' 1 I f D = 6'00'00" TYPE C DROP INLET = 5' X 4' 36" R.C. PIPE (CLASS III)(TYPE 3) = 90 LIN. FT, o 1 x v T = 41.69' L = 83.33' CPC = 202+48.49 36" SLPCCS PIPE (TYPE 2) = 90 LIN. FT. 0o RS 0o'SZ! 0 OL • I 1 I 1 I- w PT = 203+31.82 NO SUPERELEVATION I 00 '98 I I d o $ �' ii, 1 06, 1� x� 270 LF 6-inch WLCn HWY. 112 NORTH PI = 127+00.00 M o o v �; Upgrade, Relocate A = 26'49'32"LT, D = 9*00*00" T = 151.81' S„W�� 1 - ---ph w .� .�1 Reimbursable ��o 8 _ PC = 25+48.19 Q S' 100' LT TAPER 7 ono MEW ITT �D d' • 1 S ' 6 • .E Q • - - --•: r-g8. - i p L I 03 Nzv Q_ T.0o00 $ T� ,�� $' m Op •e \ 1' NO' ^ $ a �I� �I ( �" I VAN ASCHE DR. Oro I g I av1 s� , o - - - _l j N I PI = 404+35.70 P. T. 808.27.23 Iz ^ o W I a ( d A= 28.52'02"LT. a o f WY. 112 NORTH ( d D= 31.00'00".I T - - - o d - • - PI = 29+89.61 ! d T = 47.57'J J I I - = • d A = 19.51'10"RT, --`i) L = 93.12' D = 8.00'00"' ( d PC = 403+88.13 «'PI I I IS this a pedestrian T = 125.34' 1 PT = 404+81,25 pS, STA 131+10 IN PLA E C I I II -o- _I71 L = 248.16' I NO SUPERELEVATION 08'Z6•ZOp •I SO gZ, p6 e0p TWO' DROP INLETS ON T. , tunnel? i PC = 128+64.27 d 1'd AND 18" X 16' R.C. �IPE CULS j PT = 131+12.43 AND' 36" X 14' R.C. PIPE CUL' ITT I NO SUPERELEVATION ( 1 V/0 NI Et'19 1 00'ES o REMOVE ALL I I 1 I - Lo0191 1 V/ 1 0 LL• VAN ASCHE DR, - - _ v 8E65•Z06 'O d ~ PI = 402+92.80 - Y �.3-ems Ln I -� n A = 10.00'00"RT. ST 131+30 CONST UCT STA. 131+80 CONS RUCT �(� - - - - 1 ) I 1 v +j•D x A D = 15'00'00" DR P INLET ON R DROP INLET ON R , W/4' EXTENS10� 1 T = 33.42' AN 18" X 120' PIP OUTLET AND 18" X 48' PIPE OUTLET801SN L = 66.6T CO NECT TO DRO INLET R �'�A. 130+00 , T. CONNECT TO DROP INLET STA. 131+§0 RT. 0 LI PC = 402+59.38 DR P INLET H I 8" I I DROP INLET H = 4'-10" yi0 ON3 °'9' PT = 403+26.05 TY E MO DROP IN ET = 4''DA: TYPE MO DROP INLET = 4' DIA, x T R,C. PIPE I SS IV)(TYPE 3) = 120 LI , FT, TYPE C DROP INLET = 4' X 3' I ll' 00%ZO NO SUPERELEVATION 00 O'V9-66'OS - - I IS" R.C. PIPE (CLASS Ilp(TYPE 3) = 4� LIN. FT, I 18" SLPCCS PIPE (TYPE 2) = 48 LIN. T. 1 u -I n sP 640 LF 36-inch WL 00,99 I oo v9 —J Relocate '' ► 6d Reimbursable, less xingI Possible 8-inch SS relocation work, NOT Reimbursable HWY. 112 NORTH N 0 N Z rn P`�, p6 Zh \ �Zg•00 STA. 201+03 CONSTRUCT STA. 203+50 CONSTRUCT DATE DATE DATE DATE REVISED FILMED REVISED FILMED • i \ DROP INLET ON LT. W/4' EXTENSION DROP INLET ON LT. W/4' EXTENSION I HWY. 112 NORTH AND 36" X 71' PIPE OUTLET AND 18" X 130' PIPE OUTLET ❑1 I PI = 129+89.61 CONNECT TO DROP INLET a STA.131+90 LT. CONNECT TO DROP INLET a STA.202+20 LT. a = 19'51'10"RT, DROP INLET H = 6'-3" DROP INLET H = 3'-11" STA.208+15 CONSTRUCT * D = 8.00'00" TYPE MO DROP INLET = 5' DIA. TYPE MO DROP INLET = 4' DIA. DROP INLET ON LT. W/4' EXTENSION o T = 125.34' TYPE C DROP INLET = 5' X 4' TYPE C DROP INLET = 4' X 3' AND 18" X 82' PIPE OUTLET 36" R.C. PIPE (CLASS 111)(TYPE 3) = 72 LIN. FT. 18" R.C. PIPE (CLASS 111)(TYPE 3) = 130 LIN. FT. CONNECT TO DROP INLET a STA, 209+00 LT, Ip I" PC 128+64.27 36" SLPCCS PIPE (TYPE 2) = 72 LIN. FT, 18" SLPCCS PIPE (TYPE 2) = 130 LIN. FT. DROP INLET H = 9'-1" a" 4 y PT = 131+12.43 A STA 201+65 CONSTRUCT STA. 205+00 CONSTRUCT TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' X 3' gA•6�•`� p.G P'c • �50'p0 NO SUPERELEVATION J DROP INLET ON LT. W/4' EXTENSION LT. & RT. AND 30" X 64' PIPE OUTLET DROP INLET ON LT. W/4' EXTENSION AND 18" X 143' PIPE OUTLET IS" R.C. PIPE (CLASS 111)(TYPE 3) = 82 LIN. FT. 18 SLPCCS PIPE (TYPE 2) = 82 LIN. FT, A g9.6� CONNECT TO DROP INLET a STA. 201+03 LT. CONNECT TO DROP INLET a STA. 203+50 LT. I •� p0 I o T 1. �� DROP INLET H = 5' 4" DROP INLET H = 5' I" STA. 209+00 CONSTRUCT \ 11� �✓ P 1 803.54 07 TYPE TYPE CO DROPPINLIETT= 55XDIA. �'s� 4' TYPE TYPE CO DROPPINLIETT= 44XD3' INLET ON LT. AND X46 PPE OUTLET �g0'YA 134 30 R.C. PIPE (CLASS 111)(TYPE 3) = 64 LIN. FT. 18' R.C. PIPE (CLASS 111)(TYPE 3) = 144 LIN. FT. 18" 18" CONNECT TO DROP INLET a STA. 209+50 LT. 24 30" SLPCCS PIPE (TYPE 2) = 64 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 144 LIN. FT. DROP INLET H = 11'-8" p0 g\.6� 1 STA. 202+20 CONSTRUCT STA. 206+50 CONSTRUCT TYPE MO DROP INLET = 4' DIA. 18" R.C. PIPE (CLASS 111)(TYPE 3) = 46 LIN. FT. DROP INLET ON LT. W/4' EXTENSION DROP INLET ON LT, W/4' EXTENSION 18" SLPCCS PIPE (TYPE 2) = 46 LIN. FT. AND 18" X 51' PIPE OUTLET AND 18" X 146' PIPE OUTLET 15 I I \\ HWY. I12 WEST CONNECT TO DROP INLET a STA. 201+65 LT. CONNECTINLET OHDROP INLET a STA. 205+00 LT. STA. 209+50 CONSTRUCT DROP INLET H = 4' O" gg.2A ,' �,1 PI = 202+90.18DROP CRON INLET ON LT. (I ( TYPE MO DROP INLET = 4' DIA. 130.80 A = 5'00'00"RT' TYPE MO DROP INLET = 4' DIA. AND 3IN X 107' PIPE OUTLET W/F,E.S. TYPE C DROP INLET = 4' X 3' D = 6'00'00" 18" R.C. PIPE (CLASS IID(TYPE TYPE C DROP INLET = 4' X 3' FT,ROP INLET H = 12' 10" 3) = 1� T = 41.69' 18" SLPCCS PIPE (TYPE 2) = 52 LIN. 52 LIN. 18" R.C.RCPIPE (CLASS 111)(TYPE 3) = 146 FT. LIN. FT, TYPE MO DROP INLET = 5' DIA. L = 83.33' 18" SLPCCS PIPE (TYPE 2) = 146 LIN. FT. 36" R.C. PIPE (CLASS IVXTYPE 3) = 108 LIN. FT. I �' ♦ 1 PC = 202+48.49 36" F.E.S. = I EACH 2 I I I PT = 203+31.82 NO SUPERELEVATION o STRUCT West Transmission LT. W/4' EXTENSION I 131,� \ U m I A D / 34.00 Z Easement OP NLETEa STA.209+50 LT. N y am" 9 if \ N ry \ $ �Do TFOP DD - o L0 w m TYPE MO DROP INLET = 4' DIA. R.C. PIPE 46 FT. S 2 I ob �80', bS�` o^ 18" (CLASS IV)(TYPE 3) = LIN. 18" SLPCCS PIPE (TYPE 2) = 46 LIN. FT. ; ^N N N o� 0 n O ♦ v PROP, W R/u)K •� ^ m m \ c6 I I a p *♦♦-_-------- a -- - - ---- - ---_- . a ----------- - - - - ----------------=3A0 I tf: TAPER - P, C. C. 2.32.4 K ^ \ II n o _ Otr8[ST-6T� '� N FED.MD PROJ.NO. 6 1 ARK. JOB NO. p40746 PRIELONUMARVI SUBJECT TO REVISION I i a o / N I � n coo � N 4 o f�I (� -� o Qo N • - (Q��J� ^\ M71P, WP-`----- A o J d ci PI = 204+25 18 PROP.- ^ A = 5.00'00"LT. & C/A oLo z`o° rr - - \) 2Y` ri D = 6'00'00"- - �¢I •1 24 °oL = 83.34' 0' o OP. R/W oo = I .. o & C/A rVAN ASCHE DR. PC = 20+83.48 3oO va oo m 10 M 7 PI = 404+35.70 PT=204+66.82 � m DI A= 28.52'02"LT. NO SUPERELEVATION c � D 31.00'00"' "O o a I RT L = 93. 57' _ D v o - T• 7 - �9 I MEDIAN TAPER I o 7 DO PC = 403+88.13 0 - a ^� STA.206+50 NS�� STA.209+50 IN PLACE 1 on o9 PT = 404+81.25 rn DD P-0.E. 71q, ^ DROP INLET 0 RT,RW�4' E ENSION 18" X 24" X 28' R.C. BOX CULVERT I o NO SUPERELEVATION m- • S'+ .o 60• 11 AND 18" X 146 PIPE OUTLET' f REMOVE AND CONSTRUCT I10 CONNECT TO OPOP INLET a STA.205+00 R�. DROP INLET ON RT, 175 Ri, TA ER STA 200 + OO. OO DROO INLET H = 14'-2" AND 30" X 34' PIPE INLET W/F.E.S. o 0 -- a AND 36" X 79' PIPE OUTLET ^N TYPE' MO DRO`INLET = 4' DIA. CONNECT TO DROP INLET a srA. zo 900 LF 6-In WL I a STA, 200+ 0 CONSTRUCT \ N 18" ♦� C. PIPE LASS IV)(TYPE 3) = 146 LIN. FT, ^ DROP IN4�T bN RT. W/8' EXTENSION BEGIN HWY. 1 12 WEST 18" SL�CC5 P (TYPE 2) = 146 LIN. FT. DROP INLET H = 12'-8" AND 30" 12' PIPE INLET W/F.E.S. ✓ J TYPE MO DROP INLET = 5' DIA. Relocate, Upslze I a AND 33O- X 41' PIPE OUTLET LOG MILE 2. 85 STA. 207" ,8 INSTALL 30" R.C. PIPE (CLASS IV)(TYPE 3) = p _ CONNECt TO DROP INLET a STA. 201+20 RT. f 22" x 14 ' X XX' R.C. ARCH PIPE CULVE T 36" R.C. PIPE (CLASS IVATYPE 3) = Reimbursable 1) OP INLET H = 4'-0" RT: SIDE ; AIN j 30" F.E.S. = I EACH 'x�l STA. 203+50 CONSTFF CT )JJ� TYPE MO DROP INLET = 5' DIA. STA. 20+65 CONS RUC ` ��NSTRU APPROACH = 67 YD. D.A. = 6.4 ACRES. O50 = 46.1CFS TYPE C DROP INLET = 5' X 4' DROP INLET ON R W/ E ENS ON LT. & RT. DROP INLET ON RT. W/4' EXTE�S10 AND 18" X 123' PIPE OUTLET (� 30" R.C. PIPE (CLASS 111)(TYPE 3) = 54 LIN. FT. AND 30" X 78' PIP �Oltl� LET�� STA. 8+15 CONSTRUCT 30" SLPCCS PIPE (TYPE 2) = 54 LIN. FT. CONNECT TO DROP INCET a STA. 201+65 LT. CONNECT TO DROP INLET a STA. 202+20 RT. STA. 210+00 CONSTRUCT DROP INLET H = 8'-2" DROP, I LET ON RT. W/4' EXT ROP I T ON RT. W/4' EXTENSION 30" F.E.S. = I EACH DROP INLET H = T�' 0 - - - - - • _ , . _ - AND 18" X 82' PIPE OUTLET TYPE MO DROP INLET = 5' DIA. TYPE C CROP INLET = 4' DIA. D18"EC 46' PIPE OUTLET TYPE C DROP INLET 4')(-3'- - - . ` _ . � _ CONNECT TO DROP INLET a A. �209+00 RT. NNECT T� DROP INLET a STA. 209+59 RT. STA.2INLET IN PLACE TYPE C DROP INLET = 5' X 4' 18" R.C. PIPE (CLASS IID(TYPE 3) = 124 LIN. FT. �ROFVNLEL H. =810" f DROP INLET H = 12' S" DROP INLET ON RT, 30" R.C.PIPE (CLASS V)(TYPE 3) = 78 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 124 LIN. FT. TYPE MO DROP INLET= 4 �4. - ---T,YPE..MQpp�OP INLET = 4' DI AND 36" X 130' R.C. PIPE CULVERT TYPE C DROP INLET = 4' k 3' IS" R,C.PI VCL-ASS-W4=121 _ _46 LIN. FT. REMOVE STA. 202+20 CONSTRUCT 18" R.C. PIPE (CLASS III)(TYPE 3) = 82 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 46 LIN. FT: DROP INLET ON RT. W/4' EXTENSION STA. 205+00 CONSTRUCT -, _ _ AND 18" X 51' PIPE OUTLET DROP INLET ON RT. W/4' EXTENSION 18" SLPCCS PIPE (TYPE 2) = 82 LIN. FT. - - - _ _ STA. 201+20 CONSTRUCT CONNECT TO DROP INLET a STA, 201+65 RT. AND 18" X 149' PIPE OUTLET DROP INLET ON RT. W/4' EXTENSION DROP INLET H = 5'-0" CONNECT TO DROP INLET a STA. 203+50 RT, DROP INLET STA. 2INLET CONSTRUCT AND 30" X 43' PIPE OUTLET ' RT. TYPE MO DROP INLET = 4' DIA. DROP INLET H = II' -II" AND 18" X 46' PIPE OUTLET CONNECT TO DROP INLET a STA. 201+65 RT. TYPE C DROP INLET = 4' X 3' TYPE MO DROP INLET = 4' DIA. CONNECT TO DROP INLET a STA, 209+50 RT, DROP INLET H = 4'-6" 18" R.C. PIPE (CLASS IID(TYPE 3) = 52 LIN. FT. 18" R.C. PIPE (CLASS 111)(TYPE 3) = 150 LIN. FT. DROP INLET H = 11'-6" TYPE MO DROP INLET = 5' DIA. 18" SLPCCS PIPE (TYPE 2) = 52 LIN. FT, 18" SLPCCS PIPE (TYPE 2) = 150 LIN. FT. TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 5' X 4' 18" R.C. PIPE (CLASS 111)(TYPE 3) = 46 LIN. FT. 30" R.C. PIPE (CLASS 111)(TYPE 3) = 44 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 46 LIN. FT. 30" SLPCCS PIPE (TYPE 2) = 44 LIN. FT, 16'n HWY.112 WEST 0 N Z rn STA.210+75 CONSTRUCT DROP INLET ON LT. AND 18" X 72' PIPE OUTLET CONNECT TO DROP INLET & STA.210+00 LT. DROP INLET H = 12'-5" TYPE MO DROP INLET = 4' DIA. 18" R.C. PIPE (CLASS IVHTYPE 3) = 72 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 72 LIN. FT. STA.210+90 CONSTRUCT DROP INLET ON LT. AND 18" X 12' PIPE OUTLET CONNECT TO DROP INLET a STA.210+75 LT. DROP INLET H = 12'-1" TYPE MO DROP INLET = 4' DIA. 18" R.C. PIPE (CLASS IV)(TYPE 3) = 12 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 12 LIN. FT. STA.211+10 CONSTRUCT DROP INLET ON LT. W/4' EXTENSION AND 18" X 20' PIPE OUTLET CONNECT TO DROP INLET a STA.210+9' DROP INLET H = 11'-10" TYPE MO DROP INLET = 4' DIA. 18" R.C. PIPE (CLASS 111)(TYPE 3) = ZO LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 20 LIN FT. N � ( I N'� n N 08 00 - O 0 m STA.212+00 CONSTRUCT DROP INLET ON LT. W/8' EXTENSION AND 18" X 86' PIPE OUTLET CONNECT TO DROP INLET a STA.211+10 LT. DROP INLET H = II'-T" STA.217+00 CONSTRUCT TYPE MO DROP INLET = 4' DIA. DROP INLET ON LT. W/4' EXTENSION 18" R.C. PIPE (CLASS 111)(TYPE 3) = 86 LIN. FT. 0 AND 18" X 146' PIPE OUTLET 18" SLPCCS PIPE (TYPE 2) = 86 LIN. FT. CONNECT TO DROP INLET 4 STA. 218+50 LT. STA.213+00 CONSTRUCT DROP INLET H = 3'-8" APPROACH ON LT. = XX CU. YD. TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' X 3' STA. 213+50 CONSTRUCT 18" R.C. PIPE (CLASS 111)(TYPE 3) = 146 LIN. FT. DROP INLET ON LT. W/4' EXTENSION 18" SLPCCS PIPE (TYPE 2) = 146 LIN. FT. AND 18" X 146' PIPE OUTLET CONNECT TO DROP INLET a STA.212+00 LT. DROP INLET H = 11-4" STA.217+37 INSTALL TYPE MO DROP INLET = 4' DIA. 18" X XX' R.C. PIPE CULVERT 18" R.C. PIPE (CLASS 111)(TYPE 3) = 146 LIN. FT. LT. SIDE DRAIN 18" SLPCCS PIPE (TYPE 2) = 146 LIN. FT. CONSTRUCT APPROACH = XX CU. YD. STA.215+50 CONSTRUCT DROP INLET ON LT. W/4' EXTENSION STA. 218+50 CONSTRUCT AND 18" X 146' PIPE OUTLET DROP INLET ON LT. W/8' EXTENSION CONNECT TO DROP INLET & STA. 217+00 LT. AND 18" X 146' PIPE OUTLET DROP INLET H = 3'-8" CONNECT TO DROP INLET a STA.220+00 LT. TYPE MO DROP INLET = 4' DIA. DROP INLET F = 3'-8" TYPE C DROP INLET = 4' X 3' TYPE MO DRP INLET PIA. Q 18" R.C. PIPE (CLASS 111)(TYPE 3) = 146 LIN. FT. TYPE C DROPINLET = 4' X cphv n v 18" SLPCCS PIPE (TYPE 2) = 146 LIN. FT. 18 R.C. PIPE LASS 111)(TYPE 3) = 146 LIN. FT. o 18" SLPCCS F)I E (TYPE 2) = 146 'I FT. 4.N _Z 0 0 _ Mui N v o O p Q - N z loo n 1 T MEDIAN TAPER N -coo •_ ` "� Q O � / 00 O v� PROP. R/W 0 ( ( 0 I & C/A ---- -- _� ¢I - -- ___ __ } CONST. LIMITS - - / - } --- % - ----------- C ._. i LIMITS - 24' PROP. R/W og Qn -- & C/A 10 'o ¢o o� i O 75' TAPER o Z n {I+ 0 CONSTRUCT I S ROP INL t ON RT. W/4' EX , �I N 14rAND 18" X 86' PIPE OUTLET�I CONNECT- TO DROP INLET a . v. 210+00 RT. DROP INLET H = 10-6" TIP MO DROP INLET = 4' I 18'' R.C. PIPE (CLASS IIU(TYP ) = 86 LIN. FT. 1 SLPCCS PIPE (TYPE 2) = CL I IN. FT. STA.211+35 IN PLACE �18" X 48' C.M, PIPE CULVERT FIT. SIDE DRAIN,) REMOVE AND'INSTAL L " 22" X 14" X XX' R.C. ARCH PI E CULVERT CONSTRUCT 'TURNOUT = XX C YD. STA.211+80 CONSTRUCT DROP INLET ON RT. W/4' EXTE SIO� AND 18" X 88' PIPE OUTLET I CONNECT TO DROP INLET a S A.210+90 RT. DROP INLET H = 8-3" 1 TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' X 3' 18" R.C. PIPE (CLASS 111)(TYPE 3) = 88 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 88 LIN. FT. STA.213+50 CONSTRUCT DROP INLET ON RT. W/4' EXTENSION AND 18" X 167' PIPE OUTLET CONNECT TO DROP INLET a STA.211+80 RT. DROP INLET H = 5'-6" TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' X 3' 18" R.C. PIPE (CLASS 111)(TYPE 3) = 168 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 168 LIN. FT. STA.215+50 CONSTRUCT DROP INLET ON RT. W/4' EXTENSION AND 18" X 146' PIPE OUTLET CONNECT TO DROP INLET & STA.217+00 RT. DROP INLET H = 6'-3" TYPE MO DROP INLET = 4' DIA. -TYPE -C "DROP TNtET- F4 18" R.C. PIPE (CLASS 111)(TYPE 3) = 146 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 146 LIN. FT. STA.217+00 CONSTRUCT DROP INLET ON RT. W/4' EXTENSION AND I. X 146' PIPE OUTLET CONNECT TO DROP INLET a STA.218+50 RT. DROP INLET H = 7'-3" TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' X 3' 18" R.C. PIPE (CLASS 111)(TYPE 3) = 146 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 146 LIN. FT. g w m N 1,185 LF 6-in WL Upgrade 8", Relocate -� Reimbursable O / N STA.218+50 CONSTRUCT DROP INLET ON RT. W/4' EXTENSIO AND 18" X 146' PIPE OUTLET CONNECT PTO DROP INLET &STA. 220+00 RT. DROP INL,)ET H = 8'-3" TYPE MO DROP INLET = 4' I]IA.-- TYPE C DROP INLET` = 4' X 3' 18" R.C. PIPE (CLASS 111)(TYPE 3) = 146 LIN. FT 18" SLPCCS PIPE (TYPE 2) = 146 LIN. FT. STA.220+00 CONSTRUCT DROP INLET ON LT. W/8' EXTENSION AND 18" X 147' PIPE OUTLET CONNECT TO DROP INLET 0 STA.221+50 LT. DROP INLET H = 3'-8" TYP MO DROP INLET = 4' DIA. TYOE C DROP INLET = 4' X 3' 18" R.C. PIPE (CLASS 111)(TYPE 3) = 148 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 148 LIN. FT. STA.221+50 CONSTRUCT DROP INLET ON LT. W/4' EXTENSION AND 18" X 147' PIPE OUTLET CONNECT TO DROP INLET a STA. 223+00 LT. DROP INLET H = 3'-8" TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' X 3' 18" R.C. PIPE (CLASS 111)(TYPE 3) = 148 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 148 LIN. FT. STA.223+00 CONSTRUCT DROP INLET ON LT. W/4' EXTENSION AND 18" X 112' PIPE OUTLET CONNECT TO DROP INLET a STA.224+15 LT. DROP INLET H = 3'-8" TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' X 3' 8" R.C. PIPE (CLASS 111)(TYPE 3) = 112 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 112 LIN. FT. West Transmission Easement O N (11 ti o PROP. RW a S, 7ti( DATE DATE DATE DATE REVISED I FILMED I REVISED I FILMED STA.224+15 CONSTRUCT DROP INLET ON LT. W/4' EXTENSION AND 18" X 83' PIPE OUTLET CONNECT TO DROP INLET & STA.225+00 LT. DROP INLET H = 3'-8" TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' X 3' 18" R.C. PIPE (CLASS 111)(TYPE 3) = 84 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 84 LIN. FT. STA.224+58 IN PLACE 18" X 24' C.M. PIPE CULVERT LT. SIDE DRAIN REMOVE AND INSTALL 18" X XX R.C. PIPE CULVERT CONSTRUCT TURNOUT = XX CU.YD. --- -- ---- - - - - -- & C/A STA.221+50 CONSTRUCT DROP INLET ON RT. W/4' EXTENSION AND 18" X 147' PIPE OUTLET CONNECT TO DROP INLET @ STA. 223+00 RT. DROP INLET H = 8'-6" TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' X 3' 18" R.C. PIPE (CLASS 111)(TYPE 3) = 148 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 148 LIN. FT. ` STA. 22,0+00 CONSTRUCT. STA. 223+00 CONSTRUCT DROP INLET ON RT. W/4' EXTENSION DROP INLET QN W/4' EXTENSION AND 18" X 147' PIPE OUTLET -RT. AND 18" X III' PIPC CUTLET -- CONNECT TO DROP INLET a STA.221+50 RT. CONNECT TO DROP INLET a STA.224+15 RT. DROP INLET H = 9'-3" DROP INLET H = 7'-10" TYPE MO DROP INLET = 4' DIA. TYPE MO DROP INLET = 4' DIA. i TYPE C DROP INLET = 4' X 3' TYPE C DROP INLET = 4' X 3' 18" R.C. PIPE (CLASS 111)(TYPE 3) = 148 LIN. FT. 18" R.C. PIPE (CLASS 111)(TYPE 3) = 112 LIN. FT. -' 18" SLPCCS PIPE (TYPE 2) = 148 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 112 LIN. FT. STA. 223+25 IN PLACE 18" X 20' C.M. PIPE CULVERT RT. SIDE DRAIN REMOVE STA.225+00 CONSTRUCT DROP INLET ON LT. W/4' EXTENSION AND 18" X 96' PIPE OUTLET CONNECT TO DROP INLET a STA.226+00 LT. DROP INLET H = 3'-8" TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' X 3' 18" R.C. PIPE (CLASS 111)(TYPE 3) = 96 LIN. FT. 18" SLPCCS PIPE (TYPE 2) = 96 LIN. FT. FED.MD PROJ.NO. 6 1 ARK. JOB NO. p40746 PRIELONUMARVl SUBJECT TO REVISION 300' LT. TAPER [1 o N 00 p N ppp o0 N tO � 0 o+ N N v N N 75' LT. TAPER I � \¢ I U OV I z O 2N Gao.i aeN ---:245T_LiM1T1------------------y- •z in o m x I n O N ) RT MEDIAN TAPER rn m STA.224+15 CONSTRUCT l I - - DROP INLET ON RT. W/4' EXTENSION l( AND 18" X 71' PIPE OUTLET CONNECT TO DROP INLET & STA.224+90 RT. N N DROP INLET H = 6'-5" I TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' X 3' t 18" R.C. PIPE (CLASS 111)(TYPE 3) = 72 LIN. FT. x 18" SLPCCS PIPE (TYPE 2) = 72 LIN. FT. x STA.224+70 CONSTRUCT I CONCRETE WALK (TYPE SPECIAL) ON RT, 81 -N- STA.224+90 CONSTRUCT I DROP INLET ON RT. AND 18" X 21' PIPE OUTLET CONNECT_ .ZO. DROP INLET a STA. 225+10 RT. -x DROP INLET H = 6'-6" -- " - - . - J TYPE MO DROP INLET = 4' DIA. TYPE C DROP INLET = 4' X 3' 11 18" R.C. PIPE (CLASS 111)(TYPE 3) = 22 LIN. FT. x 18" SLPCCS PIPE (TYPE 2) = 22 LIN. FT. HWY.112 WEST DATE DATE DATE DATE •LD'�' STATE FEO.MD FROJ.NO. SHEET IMIAL STA. 226+00 CONSTRUCT STA. 228+40 CONSTRUCT STA, 230+37 CONSTRUCT REVISED FILMED REVISED FILMED DIST•N0. N0. SHEETS DROP INLET ON LT. W/4' EXTENSION DROP INLET ON LT, W/4' EXTENSION DROP INLET ON LT, W/4' EXTENSION LT, & RT, STA, 234+00 CONSTRUCT 6 ARK. AND EC X 96' PIPE OUTLET AND 18" X 44' PIPE OUTLET AND DBL. 60" X 42' PIPE OUTLET W/F,E.S. DROP INLET ON LT, W/4' EXTENSION CONNECT TO DROP INLET STA. 227+00 LT, AND 60" X 143' PIPE OUTLET JOB N0. 040746 DROP INLET H = LET CONNECT TO DROP INLET STA, 228*BB LT, DROP INLET H = ET = CONNECT TO DROP INLET a STA. 232+50 LT, DROP INLET H 3'-8" TYPE C DROP INLET = 16' X 6' 2 PLAN AND PROFILE SHEETS TYPE MO DROP INLET = 4' DIA. TYPE MO DROP INLET = 4' DIA. 60" R.C.PIPE (CLASS 111)(TYPE 3) = 84 LIN. FT, DROP INLET H = 15'-0" TYPE R.C.DROP INLET = 4' X 3' TYPE MO DROP INLET = 6' DIA, STA, 236+23 CONSTRUCT 18" , PIPE (CLASS 111)(TYPE 3) = 96 LIN. FT, TYPE C DROP INLET = 4' X 3' 60" F.E.S. = 2 EACH 60" R.C. PIPE (CLASS IV)(TYPE 3) = 144 LIN. FT, DROP INLET ON LT, W/4' EXTENSION LT, & RT, 18" SLPCCS PIPE (TYPE 2) = 96 LIN. FT, 18 R.C. PIPE (CLASS 111)(TYPE 3) = 44 LIN. FT, STA. 231+00 CONSTRUCT 60" SLPCCS PIPE (TYPE 2) = 144 LIN. FT, AND 60" X 51' PIPE OUTLET n j�/�j (�jj n (�/J 18" SLPCCS PIPE (TYPE 2) = 44 LIN. FT. � NJ MAR �f STA. 227+00 CONSTRUCT DROP INLET ON LT, W/4' EXTENSION CONNECT TO DROP INLET a STA. 235+68 LT. DROP INLET ON LT. W/4' EXTENSION STA, 228+88 CONSTRUCT AND 60" X 52' PIPE OUTLET DROP INLET H = 9•-2 SUBJECT TO REVISION AND 18" X 137' PIPE OUTLET DROP INLET ON LT, CONNECT TO DROP INLET a STA, 230+37 LT, STA, 2INLET CONSTRUCT TYPE MO DROP INLET = 6' DIA, AND 18" X 51' PIPE OUTLET DROP INLET H = 9'-5" DROP INLET ON LT, TYPE C DROP INLET = 6' X 4' CONNECT TO DROP INLET &STA. 228+40 LT, TYPE MO DROP INLET = 6' DIA. AND 60" X 95' PIPE OUTLET 60" R.C. PIPE (CLASS 111)(TYPE 3) = 52 LIN. FT. DROP INLET H = CONNECT TO DROP INLET STA.229+43 LT. CONNECT TO DROP INLET v STA.234+00 LT. TYPE MO DROP INLLETET = 4' DIA. DROP INLET H = 5-4-TYPE C DROP INLET = 6' X 4' DROP INLET H = 14'-7" 60" SLPCCS PIPE (TYPE 2) = 52 LIN. FT. TYPE MO DROP INLET = 4' DIA, 60" R.C.PIPE (CLASS 111)(TYPE 3) = 52 LIN. FT, TYPE R.C.DROP INLET = 4' X 3' TYPE MO DROP INLET = 6' DIA, 18" . PIPE (CLASS 111)(TYPE 3) = 138 LIN. FT, TYPE C DROP INLET = 4' X 3' 60" SLPCCS PIPE (TYPE 2) = 52 LIN. FT, 60" R.C. PIPE (CLASS IV)(TYPE 3) = 96 LIN. FT, 18" SLPCCS PIPE (TYPE 2) = 138 LIN. FT, 18" R.C. PIPE (CLASS 111)(TYPE 3) = 52 LIN. FT. STA, 232+50 CONSTRUCT 60" SLPCCS PIPE (TYPE 2) = 96 LIN. FT, STA. 236+T8 CONSTRUCT 18" SLPCCS PIPE (TYPE 2) = 52 LIN. FT. rn � DROP INLET ON LT, W/8' EXTENSION DROP INLET ON LT. W/4' EXTENSION CONSTRUCT AND 60" X 144' PIPE OUTLET STA. 235+68 CONSTRUCT AND 60" X 50' PIPE OUTLET STA, 229+43 N DROP INLET C STT. CONNECT TO DROP INLET a STA, 231+00 LT, DROP INLET ON LT, CONNECT TO DROP INLET a STA. 236+23 LT, DROP INLET H = 11'-6" AND 60" X 70' PIPE OUTLET DROP INLET H = 7'-9" v AND 30" X 84' PIPE OUTLET CONNECT TO DROP INLET ST 235+00 LT, N v TYPE MO DROP INLET = 6' DIA. TYPE MO DROP INLET = 6' DIA. N CONNECT TO DROP INLET a STA.230+37 LT. DROP INLET H = 12' S" N 60" R.C. PIPE (CLASS 111)(TYPE 3) = 144 LIN. FT, TYPE C DROP INLET = 6' X 4' 75' LT, TAPER DROP INLET H = 8' 0" 60" SLPCCS PIPE (TYPE 2) = 144 LIN. FT, TYPE MO DROP INL 60" R.C. PIPE (CLASS 111)(TYPE 3) = 50 LIN. FT, TYPE MO DROP INLET = 5' DIA, 60" R.C. PIPE (CLA Sewer crossingT. 60" SLPCCS PIPE (TYPE 2) = 50 LIN. FT, 1 k TYPE C DROP INLET = 5' X 4' 60" SLPCCS PIPE f 30" R.C. PIPE (CLASS 111)(TYPE 3) = 84 LIN. FT. 0 00� 30" SLPCCS PIPE (TYPE 2) = 84 LIN. FT. STA, 233+311NSTALL reconfiguration 0 r 0 24" X XX' R.C. PIPE CULVERT required, NOT C -� ,z m' vLn LT, SIDE DRAIN HWY. 112 WEST q ' v I -N West Transmission CONSTRUCT TURNOUT = XX C YD. PI = 232+66.15 Reimbursable STA, 237+78 IN PLACE, ' N �o� N A = 3°55'30"LT $ Easement 16'• X 16' C,M. PIPE ULV RT 0 �� o D = 32.72'0" i 0 �T'1N1 'Ic o _ � J FILL AND ABANDON N. - N oo � T = 32.72' O _ °D < O L = 65.42' v $ STA. 238+19 IN PLACE PC = 232+33.43 =� N °D N PT = 232+98,85 A N 16" X 61' R.C. PIPE CULVERT M N N U Z U "� A� UQH L'AA& RT, TAPER ry o _ + PLUG AND ABANDON I I o0 100' LT. & NO SUPERELEVATIO � � w i - j _ 0 MEDIAN TAPER In o N xx o �" �rn PROP. R/A �m '0 -9 OOON N `D 0o I9- \ \\ �i ;'na -- - - -- ----- - - - --►-____-__ CON _-__ ST. MI_ _ ;d `� 9LtrZ � �. _CZ 12142 o - - n (( 40 - - ,F,.TF- - x - �� 31�� p x- � Wi6xp -x F x - - - - TTT TT -_-_-_________ ItrZZ •m z zI� o+ 5 � x-x 1 � J•J. x -x PROP. R/ W v o x�x - 1,100 LF 6-inch a �A ,, + N + Relocate Upgrade -"'rt V (n`� \ pg - } I HWY. 112 WEST I I I Reimbursible \�, zsEZ �� Z PI = 235+45.46 A -s-4 13 08 27 RT, sotrZ x + / c x ZtZ •) 300 STA.2 +88 CONSTRUCT � D = 22°00'00" I u )5. DROP INLET ON RT, p T = 29.99'Lx / AND 24" X 51' PIPE OUTLET L = 59.73' t STA. 225+ DNS RUT r DROP INLE -N T, - ONyECJ TO DROP, INLET & +43 RT, i0£ W£Z I PC = 235+15.47 �S 59trZ / o0 AND 18" X 12' PIPE OUTLETS ROp INLET H = 6 6'_' P� = 235+75.20 I p 1 P O, ) •57.4 C w: IYPE MO DROP INLET = A� T dIa „ff SUPER2LEVATION STA 238+ I 0 \ 1 I • l O o0 CONNECt'TO DRdP INLET 0 STA, +25 FIT, $ lB1�.! d,- • + P,T / �y1 C DROP IN T = 6'-I' 4YPE C DROP INLET = 4' X 3' 302,) I / �-+ STA. 227 S RUCT R IPE (CLASS IID(T PE 3 52 LIN. FT, a 4 I P. I TYPE Mt DR P INLET - 4'DIA: - oaf JE' No HWY. 12 W T DROP ET R EXTE TYPE C p; INLET = 4' X 3' x x- " SL PIPE (TYPE 2 IN. FT, M p P X O' PIP NLJTCEL T S A. 31+ C ST .235+68 CONSTRUCT x f 18 R.Cv (CLASS II (TYPE ,3) = IN. NNECT TO DROP INLET T���'228+40 RT. � �-x LET R ., LET 0 RT. I I � t � I • 18" SLP C IPE c7YP = I LIN. I )2. 00 IsE9E as-.r OP IN�FT N = 6'-1" STA. 22P41 NSTEfGCT V64" X 52' PSI E, OUTLET ,1 PE M_ DROP INLET = 4' DI DROP INLET RT. 1 C NNECT TO DROP 'INLET 'S 30+ T. � CONNECT, TO ,DROP INLE] g! +0 1 1 v STA.22 +2 CANSj9UtCT YPE EDIROP INLET = "I X 3�j AND X PIPE,OUTLET D,OP INLF,T H = I(5 5' D P INLET H = 13 -11" � HWY.112 NORTH I DROP IN ET ON RT. 8' R.�. PIPE (CLASS ID(TYPE') = 138 LIN. FT. CONNECT ROPI LET � TA. +37 T. TYPE MO DROP INLET IA. �E MO DROP INL�I, 6' Dld. PI = 301+85.76 AND 18" X 72' PIPE 0 T (r 8" SLPCCS PIPE (TYP 2) = I#8 LIN. F% DROPFINLET = 8l 54" R.C.�PIPE (CLASS IID( PE ) = 52 LI . FT. 4i R.C. PIPE (CLASS YPE 3) = 56 N. F A = 15°46'04"RT, 1 �w 22 TT 11�� �ONNEC TO q INLET 2 RT. I TYPE b10 D IN' �4 IA. 5b" SLPCCS PIPE (TYPE -2) = 5 T� 4' SLP CS'PIPE (Y 2 = �156 LIN. D = 28*0000" 1 n� DROP I E� FI 6" . +7g IN P AC~IL TYPE C D3 IN ' _ �' 1( 4' c T = 28.33' TYPE M I� I LET = 4' DIA, 4" lip' R C. PIKE CULV x 7 x Z A. 2 Ej+ 3 C N TRUC I L = 56.31' 3 )0.6 / �'• TYPE C ;DD�20P, INLET = I' X 3' T, SIDE ," R.C. P (CL S IID( 1sP� 3) I 84 LI FT, X STA, 2 + STR CT� I� I 302.>2 PP FF /{ 4" S PC IPE PE_2 $84 LIN. FT, ROP INLET ON R f4' EX ION DROP IN� 0 W/`T, $$$� PC = 301+57.43 I 7E IP (CLA S. III (TYPE = 7 L N. FT REDO E4ND INST LL AND 54 �X 146' PIPE UTLE ar, g AND 5 48' PIPE OU L T PT .= 302+13.74 I / 18" SLP S�PE ( $PE ) = 72 LIIN. F . 18" XRX R.C. PIP CI�LVERT Q CONNE 0-DROP INLE TA.235+ 8 RTx CONNEC TO DROP �N ET @' 5 A. 23+ 0 T NO SUPERELEVATION-ONS RUCTSQURN UT = XXU YD. ` DROP I ET H = 11'-2"STA.+0ONSTRU T - TA. 230+ IN P ACE _ DROP INL T H = 12' 1 - - 0 � � TYPE M DROP INLET = �i' DIA. f3 I I I 7 L. 30" 44" X 36' C. �ULVER TYPE MO ROP INL 6' A I x N DROP INLET ON RT, , STA. +40 CON TRUCT I 54" R. PIPE (CLASS 111)(TYPE 3) = 48 INi ? ' P T o R MOVE AND CONSTRUCT 54" R.C. PIPE (CLA$T'I�)(T $= I LI FT. 54" SL ,CCS PIPE (TYPE l = 48 LIN. F ^�' HWY. I12 NORTH 303.48.42 N AND IB'' X 97' PIPE OUTLET DROP INLE W/4' EXT NSION OP INLET ON RT, W/4' E (TENSION LT & RT, x 54" SLPC S PIPE (TYFIE 2) = 146 LIN. T, � "I' w)PI = 303+10.67 p, CONNECT TO DROP INLET @ STA. 22 +OOOTF AND 24" X 44' PIPE OUTLET � AND DBL. 60" X 4' PIPE INLET W/F_F.S-I ZO£-V€Z _x ��A = 8°19'11"LT. I f DROP NLET H = 6' II" = CONNECT TO DROP INLET f3p 228+88 RZ L I STA.236+78 CONSTRUCT 'r I I * I AND DBL, 60" X 65' PIPE OUTLETZoE-V£Z I STA. 234+00 CONSTRUCT D = u°00'00" 1 TYPE 0 DROP INLET = 4' DIA. DROP INLET H = 5'-6' - 1' DROP INLET ON RT. W/4' EXTE CONNECT TO DROP INLET @STA.230+37 LT, DROP INLET 6' RT, OUTLET EXT NJION T = 5,'89' TYPE DROP INLET = 4' X 3' � TYPE MO DROP INLET = 4' DIA. AND 54" X 50' PIPE OUTLET , DROP INLET H 7 4' D 0 NLE 9' 6" L 5.6 z AND 54" X 146' PIPE OUTLET (r CONNECT TO DROP INLET a STA, 236+2 R 1 / 18" L C. PIPE (CLASS 111)(TYPE 3) = 98 L1f FT, TYPE C DROP INLET = 4' X 3' TYPE C DROP INLET = 16' X 6' CONNECT TO DROP INLET A STA. 232+50 RT. DROP INLET H = 9'-7" I PC - 302+72.78 i r-- 6.00 18" SLPCCS PIPE (TYPE 2) = 98 LIN. FT. 'I 24" SLPCCSR.IP ECLAT IIIATYPE443) = 44 LIN. FT, 60" R.C. PIPE (CLASS 111)(TYPE 3) = 138 LIN. FT. DROP INLET H = 16'-4" TYPE MO DROP INLET = 6' DIA. PT 303+48.42 _ a 0 END C/A c v 60" F,E.S. = 2 EACH TYPE MO DROP INLET = 6' DIA. TYPE C DROP INLET = 6' X 4' NO SUPERELEVATION �� "` '" Wi a 54" SLPCCSPPIPELATYPESS V2) =1463LIN1 F6 LIN. FT. 54" R.C. PIPE (CLASS III) T( PE 3) = 50 LIN_,1�4. �� �J I 54" SLPCCS PIPE (TYPE 1 15Qi LIN. FT. HWY. 112 WEST = N O N Z HOWARD NICKELL RD.( PI = 503+07.57 A = 12'19'47"RT, D = 20'00'00" T = 30.95' _ L = 61.65' PC = 502+76.62 PT = 503+38.27 50- 0 NO SUPERELEVATION"z� _ 504.�A HOWARD NICKELL RD. PP-1• 5 PI = 504+27.72 A = 20'00'00"LT. D = 28'00'00" T = 36.08' L = 71.43' PC = 503+91.64 PT = 504+63.07 63.07 NO SUPERELEVATION I 00. GE -, r m 1 j HWY, 112 WEST PI = 232+66.15 A = 3'55'30"LT. �� NI D = 6'00'00" T = 32.72' L = 65'42 PC = 232-33.43 PT = 232+98.85/ NO SUPERELEVATION 8 '86 • ZEZ + 1 •76. 00 x 00 A I ) x�_ 'w \ ~ x► n STA. 301+40 -CONSTRUCT-x x DATE REVISED DATE DATE DATE FED.RD. STATE FED.PiD FROJ.ND. FILMED REVISED FILMED DiST.NO. SHEET TOT1L N0. SHEETS 4 92 ® 70.OQ, r \ Z rn I \ x DROP INLET ON LT. W/8' EXTENSION AND 54" X 125, PIPE OUTLET x x x STA. 303+00 CONSTCCT x-x 6 ARK. 7- \� CONNECT TO DROP INLET a STA. 301+50 RT. DROP INLET ON LT. W/4' EXTENSION JOB N0. 040746 .00 I p v /A' a I z • DROP INLET H = 8'-3" TYPE C DROP INLET = 16' X 5' AND 18" X 97' PIPE OUTLET CONNECT TO DROP INLET a STA, 302+00 LT, 2 PLAN AND PROFILE SHEETS 4 6 p 68.00 w 502.00 54" R.C. PIPE (CLASS IID(TYPE 3) = 126 LIN. FT. DROP INLET H = 4'-7" TYPE MO DROP INLET = 4' DIA. • 0.00 - 4 C/A 65.03 CONSTRUCT SOP TYPE C DROP INLET = 4' X 4' : n j�/�j (�jj n �/J M 45.00 ` x � 502.30 INL+00ONLTW/ EXTENSION 18" R.C. PIPE (CLASS IID(TYPE 3) = 98 LIN. FT. 18" SLPCCS PIPE (TYPE 2) 98 FT. � �] NJ � �] � f AND IS" X 66' PIPE OUTLET CONNECT TO DROP INLET STA.301+q0 LT. = LIN. I SUBJECT TO REVISION P•C• •7 ,62 I +, a DROPPALET li = 6'-5" STA,303+44 CONSTRUCT 0.00 I TYPES DR P INLET = 4' DIA, TYPE 1 DROP INLET = 4' X 4' PROP INLET ON LT, W/4' EXTENSION LT, & RT. AND 18" X 37'PIPE OUTLET }05p3'38,27 io I 1 60.650• GI iA 18 . PIP (CLASS IID(TYPE 3) = 66 LIN. FT. 18" $LP�CSPIPE (TYPE 2) = 66 LIN. FT, ONNECT TO DROP INLET @ STA. 303+00 LT, STA. 305+00 CONSTRUCT DROP INLET ON LT. " ti 503•��y09 ROP INLET H = 4'-1" YPE MO DROP INLET = 4' DIA. �YPE AND 18" X 96' PIPE. 6DTLET 8 1 x 503.30 C DROP INLET = 4' X 4' CONNECT TO DRQP INLET a STA.3 6+00 LT. DROP INLET H = 4'-9" STAe 3 0+ Os00 I R.C. PIPE (CLASS 111)(TYPE 3) = 38 LIN. FT. SLPCCS PIPE (TYPE 2) = 38 LIN. FT. 4A TYPE MO DROP INLET = 4' DIA. d} TYPE C PROP INLET = 4'X 4' 18" R.C. PIPE (CLASS IID(TYPE 3) _ 96 LIN. FT. BEGIN HWY. 112 NORTH STA.304+00 CONSTRUCT CO 18"SLPCCS PIPE (TYPE 2)= 96 LIN'r FT. 81.00 ► / o- 503.80 LOG MILE 3.57 DROP INLET ON LT. AND 18" X 52' PIPE OUTLET STA. 306+00 CONSTRUCT '4.27 ► 1 1 o n CONNECT TO DROP INLET 0 STA. 303+49 LIT. DROP INLET H = 4'-0" DROP INLET ON LT. W/4' EXTENSION AND 18" X 23' PIP OUTLET W/F.E.S. / --; 7 2 If 0 P 06.00 0 0 0 TYPE MO DROP INLET = 4' DIA. . DROP INLET -6" aU F ( 503.91 TYPE C DROP INLET = 4' X q I TYPE MO RQP IyL�� 4' DIAL TYPE INLET '= 4' 4' ?J1 d "" I z II' \ / 64 r P T. 504.6 .07cu )80, TAPER L & RT, 18" R.C. PIPE (CLASS IID(TYPE 3) = 52 LIN. FT. 18" SLPCCS PIPE (TYPE 2S = 52 LIN. FT. C DR X 18" R.C. PIPE (CLASS IIIHTYPE ` 1 = 24 LIN. F /. O I Fi _ I i 18 SLPCCS PIPE (TYP 2) = 24 LIN. FT. / Ex ► u 0 • 100.00 ^T ¢ i" 18" F.E.S. = I EACH 7 N �� 150.00 _ 0 2,000 LF Various WL �' '" STA.306+ 0. 89.0/ 05a i x �- � Relocate m x � END HWY. 112 0 T Some Reimbursement '" - & JO 04074I N �► /D-- �i �" I ' x I I P�OP. LIMIT & �A III II -ST. --- -- -- n p Q x X-x \- X _ x _ I I \ J - t- ----- x d ------ - - x X-OQ- -� - ip-_---- -- _----pr---�-- - - -- T\ __ .�==__ice-_-__ -_-_-__ _ -- ■� I 1 11 i' HWY. 112 NORTHI i PI = 303+10.67 - - o ^ 1 M A = 8'19'11"LT. I Q �r 1 o m I I D= II'00'00' STA.302+00 CONSTRUCT T = 37.89' DROP I LET ON RT. -�'` a L = 75.64' I AND 18' X 3�' PIPE UTL T "3 I �� I PC = 302+72.78 E T�-L(Z DR -OF NLE C ST ,.p0+50 T. STA. 305+00 ON T UCT- {ry DROP IN R . HWY.112 NO H PT 03+48.42 0 IV�ET H = T�'J I ' J AND 18" X 9 P UTLET PI = 301+ 6 NO ERELEVATION NP M DROP INLET = 4' DIA. I 101 #- A = 15'46_ "RT, I C DROP IN = �' X 4 {i CONNECT TO INLET 30 +0(�''R x rt1 I t D 28.00�" I x x R.0 PIPE (CLASS `IID(T �E 3l - 6 L . FT, BOP INLET F� 4'-7" + {!1 T = 28.33' 18" SLR CS P (TYF1E 36 LIIOf`#T TYPE MO DROP ILET - 4 DIA. -- ^ ✓ TYPE C DROP INLET = 4' X I x L = 56.31' -/ \\\�' V 18" R.C. PIPE (CLASS IIU(TYPE 3l 6 L T. x�y �j PC = 301+57.43 � I I STA. 3 3+ 0 CO STR CT 18 SLPCCS PIPE (T E 2) = 96 LIFT, r PT = 302+13.74 D, _ _ ON U NOERELEVAiIbN yy ND 18' X 9 ' IPfQUTLF�T . Y tr f CONNECT ETOH�D 05 INLET W1TA. 302+ 00 RT, 5 06+00 Q Rtl } - 'c2 ST 0 +0 TRUCT � YPE DR P IN ET - 4 A� DROP INLET OIL RT. I +� 1 D INLET. ON W/ NSI 0 L I I `^ x x" 'AND IS" X 65' PIPE OUTLET TYPE C I-F1LET,t4 X 4 A 4" X` T7' P OU P _ 0 NE T TO DR P INL T STA. 306+00 LT g I R,C. PI AS$ IIU(TY ) - 9 LIN. kT CC,, y C �Q - 1 •5EZ _ - -`C NNECT TO P IN . RT. ', 1 •• SLP TYPE 2) = 6 SIN. FT. ROP�NLET H 3 =�'� y ,y ID p INT H = g -6" YPE M0 DFjOP' IFjhET - 4' DIA. © o T PE'A' DROP •1 ET = 6' DIA. / h} YPE C D OP INLET = 4' X 4' `. T PE C �iROP 1 T X 4'1 I 8" R.C. E (CLASS IRATYPE 3 = 66 I .FT. \ HW f�y2 WEST R. .PIPE �A55 ID(TYPE ) 8 LIN. ST 03+4 CT' _ T. PI 235+q5,q� " SL CS PIP (T P 2) = 7g LIN FT, R 18NLXT44QN RE UTLET_ �+ A r-513'08'27"RT - - - ONNECT TOP LET a 5 . 303+00 R TA + l D T22 00 00 x x- ROP INLET 5' L S . 306 90 ENDJ - - T 29,99 I CONCRETE WALK (TYPE SPECI L = 59.73' A. 30„50 UCT TYPE MO DR INL = 4' DIA. ON RT. PC = 235+15.47 OP IINLgT 0 T. W/4' EXTENSION TYPE C DROP IDLE = 4' X 4' x PT = 235+75.26] ND $7" jC 47 E`OUTLET �S" $R.C. CC IP ZL T PE2)(TYPE PIS INQFT�IN. FT. NO SUPERELEVAT ONN T TO P jNLET a STA. 301+00 FIT. f �l rz ROP NLET H - 8'-5" 0-4 h 'L YPE `C DROP I T = 7' X 7' STA 304+Ob*(.; 5 T � � �rj 4" PIPE (CL SS IID(TYPE 3) = 48 LIN. FT? DROP INLET ONQIT �I C* 0 4" SL C TYPE 2) = 48 LIN. FT. AND 18" X pPE ET �y CONNECT TO0P T a STA. 303+44 RT. "* _ X TA• 301+57 IN PLA 2' X 6' X 25 C. B CULVERT LU AND A NOON DROP INLET IF1,J= 5' I F•.} TYPE MOD IN i'--- 4' DIA. TYPE C DR INLE 4' X 4' (h} I i 18" R.C. PIP CLA WD(TYPE 3) 54 LIN. FT. 18" SLPCCS PIPE ( YPE 2) = 54 011IR FT. jV - w _ 0 5 x ~4 HWY. 112 NORTH �" AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And MCCLELLAND CONSULTING ENGINEERS, INC. THIS AGREEMENT is made as of , 2021, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and McClelland Consulting Engineers, Inc. (hereinafter called ENGINEER). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the evaluation, design, and/or construction supervision of capital improvement projects. Therefore, CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows: ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those assignments to which this Agreement applies, and shall give consultation and advice to CITY OF FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed under the direction of a professional engineer registered in the State of Arkansas and qualified in the particular field. SECTION 1 - AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of ENGINEER. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of ENGINEER. 1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. SECTION 2 - BASIC SERVICES OF ENGINEER 2.1 Perform professional services in connection with the Project as hereinafter stated. 2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in Appendix A attached hereto and made part of this Agreement. 2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE. ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for the engineering services. Hwy 16 Utility Relocations — Stone Bridge Rd to E Roberts Rd 21-2121 SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE 3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of ENGINEER. 3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to perform its services under this Agreement. 3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by ENGINEER and render in writing decisions pertaining thereto. 3.1.5 The Utilities Director is the CITY OF FAYETTEVILLE's project representative with respect to the services to be performed under this Agreement. The Utilities Director shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 3.1.6 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide written comments to ENGINEER in a timely manner. SECTION 4 - PERIOD OF SERVICE 4.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. 4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. ENGINEER will proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. The anticipated schedule for this project is included in Appendix A. SECTION 5 - PAYMENTS TO ENGINEER 5.1 The maximum not -to -exceed amount authorized for this Agreement is $273,388.00. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on an hourly not -to -exceed basis as described in Appendix B. 5.2 Statements 5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for professional services consistent with ENGINEER's normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Applications for payment shall be made in accordance with a format to be developed by ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall Hwy 16 Utility Relocations — Stone Bridge Rd to E Roberts Rd 21-2121 2 be accompanied each month by the updated project schedule as the basis for determining the value earned as the work is accomplished. Final payment for professional services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the study and report for the Project. 5.3 Payments 5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE shall advise ENGINEER in writing of the basis for any disputed portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the invoice is approved, however, payment within 30 days is not guaranteed. 5.4 Final Payment 5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by ENGINEER to be set forth therein. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against ENGINEER or his sureties under this Agreement or applicable performance and payment bonds, if any. SECTION 6 - GENERAL CONSIDERATIONS 6.1 Insurance 6.1.1 During the course of performance of these services, ENGINEER will maintain (in United States Dollars) the following minimum insurance coverages: Type of Coverage Workers' Compensation Employers' Liability Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage Professional Liability Insurance Hwy 16 Utility Relocations — Stone Bridge Rd to E Roberts Rd Limits of Liability Statutory $500,000 Each Accident $1,000,000 Combined Single Limit $1,000,000 Combined Single Limit $1,000,000 Each Claim 21-2121 ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the specified insurance within ten days of the date of this Agreement and upon each renewal of coverage. 6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their officers, directors, agents, or employees for damage covered by property insurance during and after the completion of ENGINEER's services. 6.2 Professional Responsibility 6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of ENGINEER's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly report to ENGINEER any defects or suspected defects in ENGINEER's services of which CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of ENGINEER. 6.3 Cost Opinions and Projections 6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on ENGINEER's experience, qualifications, and judgment as a design professional. Since ENGINEER has no control over weather, cost and availability of labor, material and equipment, labor productivity, construction Contractors' procedures and methods, unavoidable delays, construction Contractors' methods of determining prices, economic conditions, competitive bidding or market conditions, and other factors affecting such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by ENGINEER. 6.4 Changes 6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of ENGINEER's services, with an appropriate change in compensation and schedule only after Fayetteville City Council approval of such proposed changes and, upon execution of a mutually acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE and the duly authorized officer of ENGINEER. 6.5 Termination 6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: 6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.1.2 An opportunity for consultation with the terminating party prior to termination. Hwy 16 Utility Relocations — Stone Bridge Rd to E Roberts Rd 21-2121 4 6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that ENGINEER is given: 6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.2.2 An opportunity for consultation with the terminating party prior to termination. 6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default. 6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to ENGINEER for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by ENGINEER relating to commitments which had become firm prior to the termination. 6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER shall: 6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise), 6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by ENGINEER in performing this Agreement, whether completed or in process. 6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. 6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is determined that ENGINEER had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in Paragraph 6.5.4 of this clause. 6.6 Delays 6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER shall be entitled to additional compensation and time for reasonable costs incurred by ENGINEER in temporarily closing down or delaying the Project. Hwy 16 Utility Relocations — Stone Bridge Rd to E Roberts Rd 21-2121 5 6.7 Rights and Benefits 6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 6.8 Dispute Resolution 6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or ENGINEER in the performance of this Agreement, and disputes concerning payment. 6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied with. 6.8.3 Notice of Dispute 6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice. 6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give ENGINEER written Notice at the address listed in Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. 6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of ENGINEER and the Mayor of CITY OF FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. 6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to ENGINEER for services rendered by ENGINEER. 6.10 Publications 6.10.1 Recognizing the importance of professional development on the part of ENGINEER's employees and the importance of ENGINEER's public relations, ENGINEER may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to ENGINEER's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to ENGINEER CITY OF FAYETTEVILLE may require Hwy 16 Utility Relocations — Stone Bridge Rd to E Roberts Rd 21-2121 6 deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of ENGINEER'S activities pertaining to any such publication shall be for ENGINEER's account. 6.11 Indemnification 6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the Contractors, or their employees, agents, Subcontractors, and Suppliers. 6.12 Ownership of Documents 6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings, estimates, field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of other documents. 6.12.2 Engineering documents, computer models, drawings, specifications and other hard copy or electronic media prepared by ENGINEER as part of the Services shall become the property of CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services rendered, provided, however, that ENGINEER shall have the unrestricted right to their use. ENGINEER shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of ENGINEER. 6.12.3 Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. ENGINEER makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 6.13 Notices 6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate party at the following addresses: CITY OF FAYETTEVILLE's address: 113 West Mountain Street Fayetteville, Arkansas 72701 MCCLELLAND CONSULTING ENGINEER's address: 1580 East Stearns Street Fayetteville, Arkansas 72703 Hwy 16 Utility Relocations — Stone Bridge Rd to E Roberts Rd 21-2121 7 6.14 Successor and Assigns 6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors, executors, administrators, and assigns to the other party of this Agreement and to the successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. 6.15 Controlling Law 6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 6.16 Entire Agreement 6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal management of its operations. SECTION 7 - SPECIAL CONDITIONS 7.1 Additional Responsibilities of ENGINEER 7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services shall be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. 7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty materials, equipment, or work. 7.2 Remedies 7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising Hwy 16 Utility Relocations — Stone Bridge Rd to E Roberts Rd 21-2121 g out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. 7.3 Audit: Access to Records 7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. ENGINEER shall also maintain the financial information and data used by ENGINEER in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. ENGINEER will provide proper facilities for such access and inspection. 7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 7.3.3 This right of access clause (with respect to financial records) applies to: 7.3.3.1 Negotiated prime agreements: 7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: 7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: 7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of ENGINEER; 7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; 7.3.3.3.3 If the subagreement is terminated for default or for convenience. 7.4 Covenant Against Contingent Fees 7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by ENGINEER for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the Hwy 16 Utility Relocations — Stone Bridge Rd to E Roberts Rd 21-2121 9 contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 7.5 Gratuities 7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of ENGINEER's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to ENGINEER terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs ENGINEER incurs in providing any such gratuities to any such officer or employee. 7.6 Arkansas Freedom of Information Act 7.6.1 City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, ENGINEER will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY OF FAYETTEVILLE, ARKANSAS By: Mayor, Lioneld Jordan ATTEST: By: City Clerk FNGINF,F,R B : Nicholas R. Batker, P.E. Title: Senior Associate END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Hwy 16 Utility Relocations — Stone Bridge Rd to E Roberts Rd 21-2121 I0 APPENDIX A -SCOPE OF SERVICES 1.1 General Generally, the scope of services includes design surveys along the Highway 16 corridor from the vicinity o f S t o n e B r i d g e D r i v e to the vicinity o f East Roberts Road, as defined by ARDOT's Job No. 040785 for widening this segment of Highway 16. Surveys will be limited to those areas where existing and new water and sewer facilities must be coordinated with the ARDOT highway improvement plans. Preliminary and Final Design services related to water and sewer improvements within the limits outlined above shall be completed. The design work shall cover approximately 4,100 linear feet of 8-inch water main relocation (to be upsized to 12-inch) and approximately 1,700 linear feet of 6-inch and 8-inch sanitary sewer main relocations. Design services shall also include necessary water and sewer interconnections and replacements, water meter relocations, manhole rim adjustments, and related work as necessary to accommodate the ARDOT Job No. 040785 widening plans. It is assumed that the existing 36-inch and 42-inch sewer mains will be allowed by ARDOT to remain within the proposed right-of-way as -is. If ARDOT requires relocation or adjustment of the 36-inch or 42-inch sewer mains, it will be considered Additional Services. The scope of services also includes boundary surveys, preparation of easement exhibits/descriptions, and appraisal and acquisition services (if requested by the City of Fayetteville) for new easements associated with water and sewer relocations. Appendices B-1 and B-2 contain the fee proposals for design and easement services, respectively. Appendix C contains the preliminary assessment of water and sewer relocations required to accommodate the ARDOT Job No. 040785 widening plans. 1.2 Design Surveys, Preliminary and Final Design, SWPPP/Environmental and Bidding Phase Services 1.2.1 Design Surveys MCE will complete design surveys as necessary to locate existing water and sewer facilities and to locate other existing utilities that are marked by One -Call services in areas required to accommodate the ARDOT widening plans along Hwy 16 from Stone Bridge Rd to E Roberts Rd. Areas where there are no water and sewer conflicts or no new water and sewer facilities will not be surveyed. MCE shall rely on the Fayetteville water and sewer GIS information for general utility locations and on Fayetteville's personnel marking water and sewer facilities during the one call process for design survey locations. Appendix A — Scope of Services Page 1 of 5 Hwy 16 Utility Relocations — Stone Bridge Rd to E Roberts Rd 1.2.2 Preliminary Design Preliminary plans shall be prepared and submitted to the City of Fayetteville for the purpose of confirming the final design scope of work, including the extent of new water and sewer mains, the location of interconnections, coordination issues with the highway plans, preliminary easement requirements, anticipated right of way conflicts, and a preliminary estimate of construction costs. The preliminary plans will include the proposed ARDOT right-of-way and limits of construction, with minimal profile information. 1.2.3 Final Design Based on review comments from Preliminary Design, the Final Design and Project Specifications shall be completed, including plans, profiles, details, ARDOT coordination issues, final estimated construction cost, and related documents as necessary to obtain approvals by the City of Fayetteville, the Arkansas Department of Health and ARDOT. In addition, up to 4 rock soundings shall be performed at critical locations along the project corridor. Final Design deliverables shall include: • City of Fayetteville — one full size set and one half size set of plans, one set of project specifications, and one copy of the cost estimate. Digital (PDF) copies of the above referenced deliverables shall also be provided. • Arkansas Department of Health and ARDOT — digital submittals (PDF) • Rock sounding summary report and logs, which shall be included in the Project Specifications. 1.2.4 Regulatory Compliance MCE shall assist the City of Fayetteville with obtaining applicable local, state and Federal permits required for the project, which shall include: • Floodplain Development Permit — required by City of Fayetteville • Stormwater Pollution Prevention Plan — includes erosion control plans/details. If greater than 5 acres will be disturbed, MCE shall submit the SWPPP to ADEQ and prepare the Notice of Intent for the City of Fayetteville. • Short Term Activity Authorization — one stream crossing assumed (unnamed tributary of West Fork White River) near western end of project limits. • 404 Permit — assumed coverage under Nationwide Permit 58. MCE shall coordinate with USACE for project notification as required utilizing existing environmental constraint data obtained from ARDOT. Should USACE require additional data or coverage under an Individual Permit, it shall be considered Additional Services. Appendix A — Scope of Services Page 2 of 5 Hwy 16 Utility Relocations — Stone Bridge Rd to E Roberts Rd 1.2.5 Bidding Phase MCE shall assist the City of Fayetteville with an Advertisement for Bids, assist in addressing bidders' questions, issue Addenda as authorized by the City of Fayetteville, conduct a Prebid Conference, attend the bid opening and prepare Bid Tabulation with an award recommendation. Inaddition, MCE shall prepare a summary of the project costs and the estimated ARDOT reimbursement value based on the actual bid prices. 1.3 Property Surveys, Easement Preparation, Appraisal and Acquisition Services 1.3.1 Property Surveys MCE shall rely on the ARDOT Highway 16 right-of-way plans, the ARDOT ownership map and Fayetteville easement information for the initial evaluation of easement requirements. Based on those sources of information, an initial map of easement needs will be submitted to the City of Fayetteville. Upon City of Fayetteville's concurrence, property surveys as necessary to confirm property lines needed for the easement preparation process will be completed. The property survey process shall include verification of current property ownership/current property legal descriptions based on courthouse records. The ARDOT property maps shall be updated/modified based on any changes determined during the property survey process and property ownership verification process. 1.3.2 Easement Preparation The easement maps obtained from Fayetteville atlas sheets shall be updated as needed to reflect more current existing easement records, as provided by City of Fayetteville personnel, in areas where the exact location of existing easements has an impact on the project. New easements shall be added to this easement map and to the project plans, as necessary to illustrate to the bidders and construction contractor the limits of their authorized work areas. For those areas identified and subsequently approved by the City of Fayetteville, individual easement legal descriptions and tract maps will be prepared inaccordance with criteria established by the City of Fayetteville, generally in accordance with documents prepared on previous projects. It is anticipated that as many as 20 new easement documents may be required and as many as 5 of these documents may require revisions based on design changes by ARDOT or the City of Fayetteville. 1.3.3 Easement Appraisal Services If requested in writing by the City of Fayetteville, MCE shall obtain appraisals through subcontract with Reed & Associates on up to 20 parcels. It is assumed that no major Appendix A — Scope of Services Page 3 of 5 Hwy 16 Utility Relocations — Stone Bridge Rd to E Roberts Rd improvements (residential structure, outbuilding, etc.) will be damaged by the proposed easement acquisitions. 1.3.4 Easement Acquisition Services If requested in writing by the City of Fayetteville, MCE shall provide acquisition and negotiation services for up to 20 parcels. MCE will subcontract with Visionary Milestones, LLC to assist in providing these services. MCE shall also attend meetings with property owners as required during negotiation and acquisition of easements. 1.4 Construction Phase Services The scope of Construction Phase Services will be added with a future amendment to this agreement. 1.5 Extra Work The following items are not included under this agreement but will be considered as extra work: • Redesign for the City's convenience or due to changed conditions after prior approval or conflicting direction from the City or from ARDOT. • Submittals or deliverables in addition to those listed in paragraph 1.2.3. • Environmental Assessment. • Work related to environmentally or historically (culturally) significant items. • Approved Jurisdictional Determination. Extra Work will be as directed by the City of Fayetteville in writing for an additional fee as agreed upon by the City of Fayetteville and MCE. Appendix A — Scope of Services Page 4 of 5 Hwy 16 Utility Relocations — Stone Bridge Rd to E Roberts Rd 1.6 Schedule MCE will begin work under this Agreement upon Notice to Proceed and will work continuously to completion in accordance with the proposed schedule below: Task Item Task Duration (Calendar Days) Cumulative Duration (Calendar Days) Notice to Proceed 0 0 Design Surveys 60 60 Preliminary Design 60 120 City Review of Preliminary Design 10 130 Final Design 90 220 Regulatory Compliance' 120 Concurrent Easement Preparation/Acquisition2 150 Concurrent City Review of Final Design 20 240 ADH Review 30 270 Bid Advertisement/Opening/Contractor Award 90 360 Construction 240 540 Start during Final Design; assumed Nationwide Permit 58 coverage; all permits obtained prior to start of construction. Assumed use of ARDOT appraisals and City staff for acquisition. All parcels must be acquired prior to start of construction. Assumed duration based on current knowledge of scope of work; to be updated at completion of Final Design Appendix A — Scope of Services Page 5 of 5 Hwy 16 Utility Relocations — Stone Bridge Rd to E Roberts Rd Appendix B-1 Fee Proposal Appendix B-1 Design Surveys, Preliminary Design, Final Design, Regulatory Compliance and Bidding Phase Services in Conjunction with the Highway 16 Water and Sewer Relocations (Stone Bridge Rd to E Roberts Rd) ARDOT Job No. 040785 Fayetteville, Arkansas Personnel Hours Labor Classification Hours Labor Rate Extended Sr. Project Manager 84.00 $65.00 $5,460.00 Project Manager 394.00 $48.00 $18,912.00 Project Designer 672.00 $35.00 $23,520.00 Reg. Land Surveyor 30.00 $40.00 $1,200.00 Survey Technician 80.00 $25.00 $2,000.00 Field Survey Crew 140.00 $25.00 $3,500.00 Office Admin 50.00 $20.00 $1,000.00 Direct Labor Subtotal $55,592.00 Overhead 149.31 % $83,004.00 Subtotal $138,596.00 Fixed Fee 12% $16,632.00 Subtotal Labor Costs $155,228.00 EXPENSES Item Amount Mileage ($0.42/mile) $200.00 Rock Soundings - 4 soundings at $1,250/ea $5,000.00 Utility Locates (ArkUps) $500.00 Total Estimated Reimbursable Expenses $5,700.00 Total Costs - Design Surveys, Preliminary Design, Final Design, Regulatory Compliance and Bidding Phase Services $160,928.00 (Task Item 1.2) Appendix B-2 Fee Proposal Appendix B-2 Property Surveys, Easement Preparation, Appraisal and Acquisition Services in Conjunction with the Highway 16 Water and Sewer Relocations (Stone Bridge Rd to E Roberts Rd) ARDOT Job No. 040785 Fayetteville, Arkansas Personnel Hours Labor Classification Hours Labor Rate Extended Sr. Project Manager 0.00 $65.00 $0.00 Project Manager 88.00 $48.00 $4,224.00 Project Designer 0.00 $35.00 $0.00 Reg. Land Surveyor 88.00 $40.00 $3,520.00 Survey Technician 184.00 $25.00 $4,600.00 Field Survey Crew 40.00 $25.00 $1,000.00 Office Admin 0.00 $20.00 $0.00 Direct Labor Subtotal $13,344.00 Overhead 149.31 % $19,924.00 Subtotal $33,268.00 Fixed Fee 12% $3,992.00 Subtotal Labor Costs $37,260.00 EXPENSES Item Amount Mileage ($0.42/mile) $200.00 Title Search - $150 per parcel - 20 parcels assumed $3,000.00 Total Estimated Reimbursable Expenses $3,200.00 SUBCONSULTANTS Item I Amount Reed & Associates - Appraisal Services ($2,500/parcel, 20 parcels) $50,000.00 Visionary Milestones - Acquisition Services ($1,100/parcel, 20 parcels) $22,000.00 Total Estimated Subconsultant Cost $72,000.00 Total Costs - Property Surveys, Easement Preparation, Appraisal and Acquisition Services (Task Item 1.3) $112,460.00 City of Fayetteville - Hwy 16 Water/Sewer Relocations (Stone Bridge Rd to E Roberts Rd)cCLELLAND Personnel Hour Fee Estimate iffrUme INSULTING 5/3/2021 n7sma-mran ENGINEERS, INC. Task Description Sr. Project Manager Project Manager Project Designer Reg. Land Surveyor Survey Technician Field Survey Crew Office Admin TASK 1.2 - DESIGN SURVEYS, PRELIMINARY AND FINAL DESIGN, REGULATORY COMPLIANCE AND BIDDING SERVICES 1.2.1 Design Surveys Review ARDOT preliminary roadway plans 4.00 4.00 Process ARDOT survey data for use in project design 2.00 12.00 Establish vertical and horizontal control 2.00 12.00 Coordinate with Arku s 2.00 8.00 Complete mapping of surface features 100.00 Complete mapping of potholed utilities 16.00 Drafting 60.00 Project Management / QA/QC 1 1 8.00 1 1 20.00 1 8.00 Subtotal 1.2.1 Design Surveysl 0.00 1 8.00 1 0.00 1 30.00 1 80.00 1 140.00 1 0.00 1.2.2 Preliminary Design Review ARDOT preliminary roadway plans 2.00 8.00 16.00 Conduct field evaluation 16.00 16.00 Identify affected utilities 2.00 12.00 20.00 Prepare preliminary horizontal plans 12.00 72.00 140.00 Prepare list of techincal specifications 2.00 4.00 Develop preliminary opinion of probable construction cost 4.00 8.00 16.00 Project Management / QA/QC 8.00 20.00 Subtotal 1.2.2 Preliminary Design 30.00 140.00 208.00 0.00 0.00 0.00 0.00 1.2.3 Final Design Review final R/W and construction plans from ARDOT 4.00 8.00 Coordinate easement requirements 2.00 8.00 16.00 Prepare final drawing set 12.00 68.00 224.00 Prepare Bid Project Manual 4.00 20.00 48.00 40.00 Owner submittal/response to comments 4.00 8.00 4.00 Prepare final opinion of probable construction cost 2.00 6.00 12.00 ADH submittal/response to comments 4.00 16.00 20.00 2.00 ARDOT coordination 4.00 16.00 4.00 Utility coordination 4.00 8.00 4.00 Meetings with Owner 8.00 16.00 16.00 Project Management / QA/QC 8.00 24.00 Subtotal 1.2.3 Final Designl 48.00 1 190.00 1 360.00 1 0.00 1 0.00 1 0.00 1 46.00 1.2.4 Regulatory Compliance Flood lain Development Permit 4.00 8.00 SWPPP incl. Erosion Control Plans and NOI 16.00 40.00 4.00 STAR permit 2.00 8.00 404 permit coordination 4.00 8.00 24.00 Subtotal 1.2.4 Regulatory Compliance 4.00 30.00 80.00 0.00 0.00 0.00 4.00 Page 1 of 2 City of Fayetteville - Hwy 16 Water/Sewer Relocations (Stone Bridge Rd to E Roberts Rd) 1WcCLELLAND CONSULTING Personnel Hour Fee Estimate AFEE 5/3/2021 ENGINEERS, INC. Task Description Sr. Project Manager Project Manager Project Designer Reg. Land Surveyor Survey Technician Field Survey Crew Office Admin 1.2.5 Bidding Phase Respond to questions during bidding 8.00 8.00 Prepare/issue addenda 8.00 8.00 Pre -bid meeting 6.00 4.00 Bid opening 2.00 2.00 Bid tabulation and recommendation of award 2.00 2.00 2.00 Subtotal 1.2.5 Bidding Phasel 2.00 1 26.00 1 24.00 0.00 0.00 0.00 0.00 Total Task 1.2 Personnel Hours (See Appendix B-I)l 84.00 1 394.00 1 672.00 1 30.00 1 80.00 1 140.00 1 50.00 TASK 1.3 - PROPERTY SURVEYS, EASEMENT PREPARATION, APPRAISAL AND ACQUISITION SERVICES 1.3.1 Property Survevs Assemble survey plats, subdivision plats, deeds, etc. 16.00 Tie property pins / field crew time 40.00 Drafting / data processing 20.00 Boundary resolution 16.00 Subtotal 1.3.1 Property Surveys 0.00 0.00 0.00 32.00 20.00 40.00 0.00 1.3.2 Easement Preparation Update easement maps from Fayettevile atlas sheets with proposal easements 8.00 16.00 Drafting / data processing 20.00 Exhibit A map preparation estimate of 20 20.00 80.00 Prepare easement description estimate of 20 20.00 40.00 Project Management / QA/QC 1 8.00 8.00 1 8.00 Subtotal 1.3.2 Easement Preparationj 0.00 1 8.00 0.00 56.00 1 164.00 1 0.00 0.00 1.3.3 & 1.3.4 Easement Appraisal & Acquisition Services Coordination with Reed & Associates on appraisals 20.00 Coordination with Visionary Milestones on acquisitions 20.00 Property owner meetings during acquisition 40.00 Subtotal 1.3.3 & 1.3.4 Easement Appraisal & Acquisitionj 0.00 1 80.00 1 0.00 1 0.00 1 0.00 1 0.00 1 0.00 Total Task 1.3 Personnel Hours (See Appendix B-2)1 0.00 1 88.00 1 0.00 1 88.00 1 184.00 1 40.00 1 0.00 Page 2 of 2 ARKANSAS DEPARTMENT OF TRANSPORTATION ' ARDOT.gov I IDriveArkansas.com I Lorie H. Tudor, P.E., Director 70F KANSAS DEPARTMENT 10324 Interstate 30 1 P.O. Box 22611 Little Rock, AR 72203-2261 TRANSPORTATION Phone:501.569.2000 1 Voice/TTY711 I Fax:501.569,2400 April 6, 2021 Mr. Corey Granderson City of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 Job 040785 (Utilities) Stone Bridge Rd. - East Roberts Rd. (Fayetteville)(S) Route 16 Section 1 Washington County Dear Mr. Granderson: Your request of April 6, 2021, to have McClelland Engineers perform the preliminary engineering for your utility facilities on the referenced project is approved. This approval is your authorization to have the consultant proceed with the sketch and preliminary engineering fee breakdown, as well as the contract for preliminary engineering services with your utility. This information should be submitted to this office for review and approval. Upon approval of the fee, a Preliminary Engineering Agreement will be prepared by this office and sent to you for signature. The cost of this service will be reimbursable only to the extent your existing utility facilities required to be adjusted are determined to be eligible. In order to receive any eligible reimbursement of consultant engineering costs, the preliminary engineering work must not be started until work authorization is given by the Department. In accordance with requirements for Federal Aid Projects, we are forwarding a "Certification of Consultant" form to your consultant to execute and return to this office. If further information or assistance from this office is needed, please advise. Sincerely, Keith Mashburn Utility Coordinator Utilities Section Right of Way Division Enclosures C: McClelland Engineers W/Attachments "C" Files ARKANSAS DEPARTMENT of TRANSPORTATION Utility: Consultant Route Section County CERTIFICATION OF CONSULTANT I hereby certify that I am the authorized representative of the firm of whose address is except as expressly stated and described herein, neither I nor the firm of with (Utilities) and duly and that, has, in connection with its contract for preliminary engineering services entered into pursuant to provisions of an agreement between the aforementioned utility owner and the Arkansas Department of Transportation as a part of Federal Aid Project (a) employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm, company, or person, other than a bonafide employee working solely for me or the aforementioned consulting firm to solicit or secure the contract, or (b) agreed, as an expressed or implied condition for obtaining the award of the contract, to employ or retain the services of any firm, company, or person in connection with the carrying out of the contract, or (c) paid, or agreed to pay, to any firm, company, organization, or person, other than a bonafide employee working solely for me or the aforementioned consulting firm, any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the contract. (Statement and explanation of exception, if any:) I acknowledge that this certificate is to be furnished to the Arkansas Department of Transportation and the Federal Highway Administration, in connection with the aforementioned project involving participation of Federal -Aid Highway Funds, and is subject to applicable State and Federal Laws, both criminal and civil. (Date) (Signature) 20' UTILITY EASEMENT z 0 z w w Q 0 of 0 cv 0 cv C� 0 Ld U) Q d I Ln 0 i cn z Q J z 0 0 i 0 z Q 0 i un Q m Q m CD m w LJ ca H ry m J I w Q 0 w ry 0 N 0 m 0 N I I I I I `I I ` I 'II I II ----- C------ I II I I I J 15"SS R/W!'- 765-15881-OJO WASHINGTON REGIONAL MEDICAL J70 W APPLEBY ROAD r( 5: o / y��� €WI r". 25' ACCESS 110 EASEMENT II-------------I0o 0I ooao 0000000000 0 I III -----------Q ----------(-- ------- NOR 7H GREGG AVENUE II II II II II II II II tF--------------- --------- R/W WA TER AND SEWER EASEMENT I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I __IL___—_—_--_ I I I L-------- II I I I I _ 1--1— I I TEMPORARY O CONSTRUCTION EASEMENT -I I I I I r II� I I I I I I I III------------------t--- --- III r III III --I I III I I' \ o �- 30 15 0 30 SCALE IN FEET r---------------------------------------------------------- I I I I I I 765-15881-003 APPLEBY LTD PARTNERSHIP J082 N GREGG AVENUE I I e ` cfl -- -�--------------- ss, TEMPORARY CONSTRUCTION EASEMENT v° a ♦ �_____I ____________________________ ---r---------------- IL 25' WATER AND ---------- SEWER EASEMENT -- ♦ O ` O I I I a P I I -i —15'SS ---------------------------- -- !>----------------------------- I / ' r ------------------------------- ----------------------------------- I � ' I — I � I I � I � I � I � I IIt � I II i I I II I II I I II I I II I I II I II I 10 � I II I I II I I I II I I II I I II IIIL-------------------------------------------------------------------- I II I II I II 111� 111 111 RIW \---------------------------------------------------------------- PHASED CONSTRUCTION START END NOTES STA TION STA TION PHASE 1 STA 0+00 STA 0+94 • CONSTRUCT CROSSING OF GREGG AVENUE BY OPEN CUT WHILE MAINTAINING A MINIMUM OF ONE TRAVEL LANE IN EACH DIRECTION. PHASE 2 STA 0+94 STA 7+30 • STOCKPILE AS NEEDED WITHIN TEMPORARY CONSTRUCTION EASEMENT (TCE). • MAINTAIN DRIVE AISLE WITHIN TCE. • CONSTRUCTION ACTIVITIES SHALL NOT OBSTRUCT MORE THAN 10 PARKING SPACES AT ONE TIME. • CONSTRUCTION ACTIVITIES SHALL NOT DISTURB MORE THAN 200 FEET AT ANY TIME. PHASE 3 STA 7+30 STA 8+00 • CONSTRUCT CROSSING OF WEST APPLEBY ROAD BY OPEN CUT. CLOSE WEST APPLEBY ROAD BEGINNING AT 6. 00 PM ON A FRIDAY NIGHT, CONSTRUCT SEWER IMPROVEMENTS AND HAVE STREET BACKFILLED, TEMPORARILY PLATED AND OPEN TO TRAFFIC BY 6: 00 AM THE FOLLOWING MONDAY. • PLACEMENT OF THE CONCRETE DEEP PATCH AND ACHM SURFACE COURSE SHOULD BE PERFORMED WHILE MAINTAINING AT LEAST ONE LANE OF ONE WAY TRAFFIC HEADING EAST. PHASE 4 STA 8+00 STA 8+95 • CONSTRUCTION ACTIVITIES SHALL NOT OBSTRUCT MORE THAN 15 PARKING SPACES AT ANY TIME. • COORDINA TE WI TH PROPER TY OWNER TO CL OSE DRI VEWA Y. w Q z 0 I --I H w 1" ONE INCH AT FULL SIZE IF NOT ONE INCH SCALE ACCORDINGLY U Z U 00 O 1 O M J Q C Q W cN Lr) ZILL r- 00 V 00 t cm Z c) lqt = N W ,0 3 Z Q ti(1) Q m� V J js � Q o� 2 ti Q 4 Z� O (W Q Qc C� DATE: SEPTEMBER 2020 SCALE: AS SHOWN DESIGNED BY- BAP DRAWN BY: RLS HWEI NO.: 2019102 FILENAME: 05-PHASED 0 N O N z vi w w z z w IT, w 1n z Y Q 0 i N 5 OF 11 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 quote 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. Install new impeller and balance impeller on arbor. Impeller is a type N and part of cost. Install new case ring insert, final assembly, prime and paint. Total Price is 71,345.99 Tax Not include 13 to 14weeks lead time Lead times may be impacted due to COVID 19 Patrick Hughey Outside sales WWW.JRSPUMP.COM Office; 870-735-2484 Cell; 901-461-7603 ��Net E lg - JACK TYLER ENGINEERING, INCORPORATED 6112 PATTERSON AVENUE, LITTLE ROCK, ARKANSAS 72209 (501) 562-2296 FAX (501) 562-4273 WATTS 1-800-562-2296 � a Ooorpove QUOTATION NUMBER: SJ3821 D QUOTATION DATE: March 8, 2021 PAGE: 1 OF 2 TO: City of Fayetteville Noland Treatment Plant 1400 N Fox Hunter Road Fayetteville, AR 72701 ATTN: Josh Alleman COPIES: James Spann Phone: 479-502-0963 Email: Joshua.alleman@jacobs.com Noland Denitrification Pump: FLYGT model 3301 NP818-14 60/460V/3Ph/60Hz, with FLS, 14" discharge, suitable for VFD service and 50ft of cable. Please see attached PRICEEACH................................................................................................................. $ 58,517 DELIVERY: 12-14 Weeks, ARO FOB POINT: Standard Freight Included 'NOTE: FREIGHT CHARGES AND ANY APPLICABLE SALES TAXES ARE NOT INCLUDED IN QUOTED PRICE. Thank you for the opportunity to quote on your requirements. If we may be of further assistance, please do not hesitate to contact me at scott(a)_iteng.com or 479-806-8970. Very truly yours, JACK TYLER ENGINEERING, INCORPORATED Scott Jones Senior Sales Representative Nev En_&,� co JACK TYLER ENGINEERING, INCORPORATED 6112 PATTERSON AVENUE, LITTLE ROCK, ARKANSAS 72209 ♦ a (501) 562-2296 • FAX (501) 562-4273 • ARKANSAS WATS 1-800-562-2296 corpovax.e STATEMENT OF TERMS AND CONDITIONS TERMS/PAYMENTS: Our terms of payment are net cash 15 days from date of the invoice subject to Seller's prior credit approval. If the Buyer shall fail to make any payments in accordance with the terms and conditions of sale, the Seller, in addition to its other rights and remedies, but not in limitation thereof, may, at its option, without prior notice, cancel this order as to any undelivered products or defer shipments or deliveries hereunder, or under any other agreement between Buyer and Seller, except upon Seller's receipt of cash before shipment or such security as Seller considers satisfactory. Seller reserves the right to impose an interest charge of 16%on the balance of each invoice not paid on its due date for the period from the due date to the date of receipt of payment by Seller. In the event Buyer's failure to make timely payments to Seller results in Seller incurring additional costs, including but not limited to collection expenses and attorneys' fees, said costs shall be added to the amount due Seller from Buyer. Buyer shall have no right to any discount or retainage and shall not withhold payment as a set-off on Seller's invoice in any amount. Visa, MasterCard, Discover, and American Express credit card purchases are accepted. SHIPMENT: The date of shipment is subject to our receiving your order with complete information at our office, final approval of any prints or drawings as may be required, credit approval, and the acceptance of your order by the company. Freight Charges are not included in the quoted price. EXPIRATION: Quotation expires 30 days from the date of proposal and, in the interim, is subject to change without notice. TAXES: Unless otherwise stated in the proposal, the prices quoted herein are exclusive of all sales, use and similar taxes and, wherever applicable, such taxes will be added to the invoice as separate items. RETURNS/REFUNDS: Items wished to be returned are subject to prior approval and must be accompanied by a Return Merchandise Authorization (RMA). Items returned without proper approval and/or paperwork will be returned to the customer at their expense. Returns past 30 days of initial receipt will not be accepted. All returned items are subject to a restocking fee. The customer's credit will be equal to the credit Jack Tyler Engineering, Inc. receives from the vendor, minus orginal freight and freight back to the vendor. Please note that all items must be returned to JTEI, who will return the item to the vendor. Credit will only be issued once JTEI receives credit from the vendor. SPECIAL NOTE: THIS PROPOSAL IS BASED ON CURRENT PRICES. EQUIPMENT IS SUBJECT TO THE SAME PERCENTAGE INCREASE AS MADE BY OUR SUPPLIERS AND THE INVOICE WILL REFLECT PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS SPECIFICALLY EXCEPTED. WE WILL NOT ACCEPT RETAINAGE ON ANY OF OUR INVOICES! ***** A $50.00 minimum order charge will apply ***** WARRANTY: "The products sold by Jack Tyler Engineering, Inc. hereunder are manufactured by others, and the only warranties that apply to these products are those of the manufacturer of the products which can be passed on by Jack Tyler Engineering, Inc. to its customers. No other warranty of any kind is given in connection with the sale of any of the above products, and JACK TYLER ENGINEERING, INC. MAKES NO WARRANTY OF ANY KIND, EXPRESS OR IMPLIED, AS TO MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, OR AS TO ANY OTHER MATTER RESPECTING THESE PRODUCTS. Jack Tyler Engineering, Inc. shall not be liable in connection with the sale of the above products for any incidental or consequential damages of any kind." An electronic copy of the latest version is available online at www.jteng.com. Form No. 41-1 Rev. 07 - 07/12/19 Jacobs Fayetteville Client Monthly Report for March 2021 April 20, 2021 City of Fayetteville CITY OF WiM FAYETTEVILLE ARKANSAS Redbud tree, Cercis canadensis, in bloom after the removal of invasive species from the Woolsey Homestead Restoration Capital Improvement Project I Jacobs Fayetteville Client Monthly Report for March 2021 ;aco S Contents ExecutiveSummary..................................................................................................................................................ii 1. Plant Operations.........................................................................................................................................3 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.........................................................................................................................................................................5 Table 1-1: Revenue generated from the BMS............................................................................................................... 5 Figure 1-1: Revenue generated from the BMS via hay, fertilizer, and WTR.......................................................6 2. Maintenance................................................................................................................................................7 2.1 West Side....................................................................................................................................................................... 7 2.2 Noland............................................................................................................................................................................7 2.3 Biosolids Management Site...................................................................................................................................8 2.4 Lift Stations..................................................................................................................................................................8 2.5 Key Performance Indicators/Measures.......................................................................................................... 10 Figure 2-1: Labor Hours by Work Order Type............................................................................................................. 10 Figure2-2: Work Order Count by Type.......................................................................................................................... 11 2.6 Capital Improvement Projects(CIP)................................................................................................................ 12 3. Laboratory/Industrial Pretreatment...................................................................................................13 Table 3-1: Revenue generated from the Industrial Pretreatment Program(IPP)........................................ 13 Figure 3-1: IPP revenue total from surcharges, fees, and fines........................................................................... 14 Figure 3-2: Loads of hauled waste -by hauler and cumulative loads per month .......................................... 14 4. Woolsey Wet Prairie................................................................................................................................15 5. Community Outreach.............................................................................................................................16 6. Sustainability............................................................................................................................................17 7. Health & Safety/Training.......................................................................................................................19 Appendix A. Additional Information.................................................................................................................20 A.1 Effluent & Influent Data....................................................................................................................................... 20 Jacobs — Fayetteville Project ON Jacobs Fayetteville Client Monthly Report for March 2021 jaco S Executive Summary The month of March realized significant progress on the replacement of the influent gates on the aeration basin at the Noland Water Resource Recovery Facility (WRRF). Maintenance staff used the opportunity to remove the sediment from the drained basin. The team craned a skid steer loader into the basin and removed the grit and debris with a concrete bucket. Three semi -tractor loads were removed. The thermal dryer experienced maintenance issues resulting in a spike of material being transported to the Landfill. Repairs were expedited to bring the dryer back online for operations. We are continuing to advance predictive maintenance technologies for the project. One of the most promising technologies is the Artesis system. The Artesis system is a motor current signature analysis tool that measures the gap between the rotor and the stator in an electrical motor. Variations of this gap correlate to defects in the motor and driven unit. Bearing faults or pump faults cause the motor shaft to oscillate or vibrate in patterns that recognize specific equipment faults. The value of the system is real time diagnosis of equipment condition. Motor, coupling and driven unit faults can be recognized in the infancy of the degradation curve. Repairs can be scheduled to replace bearings, seals or perform precision maintenance to bring the equipment back to an acceptable condition. Without this level of internal diagnostic and analysis, the machine would degrade to a state of severe failure. The difference is realized in greatly increased repair costs and unnecessary downtime. The Artesis system is based on electrical inputs from current transformers, measuring amperage and voltage input. The passive inputs make this system particularly useful for submersible pumps and equipment that is difficult to access. We are able to "see" the condition of the entire pump and motor assembly that is in a submerged application. Truly, this is next generation technology making a difference for the City of Fayetteville. Installation is progressing on several critical pieces of equipment. We also completed installation of the Centrica energy analysis system. This system measures real time energy usage on the Hamstring Pump Station. Each pump was fitted with current transformers that measure the energy consumption of the pumps. We are experimenting with different configurations of pumps to determine the best solution for operations. We have pumps that run at a single speed and use soft starts to initiate. We also have pumps that operate with variable frequency drives based on the flow demand. Experimentation with different configurations of the two devices will provide an optimum method of managing the station. Visibility is key as we develop an operations strategy. We will continue to advance leading edge maintenance technologies for the operation of the City of Fayetteville facilities. New technologies are always emerging, and we will continue to apply these to improve the efficiency of the project. Jacobs — Fayetteville Project ON Jacobs Fayetteville Client Monthly Report for March 2021 jaco S 1. Plant Operations The Noland and West Side WRRF's effluent discharges were 100% in compliance with the National Pollutant Discharge Elimination System (NPDES) permit. Details of effluent quality and influent loadings are shown in Appendix A. 1.1 Process Control Noland During the month of March, Crossland Construction completed the installation of the new bioprocess influent gate in the west aeration basin. The west basin was placed online, and the east basin was taken offline, drained, and cleaned in preparation of the gate replacement. West Side West Side WRRF experienced a total of 3.3 inches of rain with elevated influent flows, peaking at 30 mgd on the 14th. 1.2 Biosolids Process During the month of March, the WRRF's produced 2,048 wet tons of biosolids with approximately 349 wet tons of biosolids applied into the solar houses prior to the thermal dryer and 1,699 wet tons processed directly through the thermal dryer. A total of 258 tons of belt filter pressed and partially dried biosolids were transferred to area landfills due to thermal dryer downtime, septic biosolids, and operations wasting demands that exceeded processing capabilities. The total landfill cost was $13,128. The biosolids drying operation saved an estimated $51,665 in disposal costs this month, compared to if all biosolids were landfill disposed. 1.3 Compliance Hazardous waste generated from in-house process control and laboratory analyses from both facilities are scheduled for pickup by Heritage Environmental during the week of April 26th. 1.4 Successes Belt Filter Press #1 was repaired and placed back into service. The West Side dewatering efficiency has increased almost 30%, resulting in fewer trucks needed and a savings in landfill trips. Midland Electric completed the transformer installation for the Noland east and west aeration basins. During this period the basins and filter cells were placed on portable generator power for six days while the transformers were installed. On March 19th two biosolids end dump trailers, units 9111 U and 9165, were successfully auctioned on the Gov Deals website. The first fertilizer call -in for 2021 occurred on April 1 st with 44 customers requesting a total of 4,400 tons of City of Fayetteville Exceptional Quality Class A fertilizer. This six-month request is slightly under the total annual production of the BMS site capacity. Jacobs — Fayetteville Project ON Jacobs Fayetteville Client Monthly Report for March 2021 jaco S BMS provided support to operations during the basin grit clean -out, in preparation for the gate replacement, by hauling 29 tons of debris from the basin to area landfills at a cost of $1,273. 1.5 Issues/Resolutions During a troubleshooting endeavor, a high dissolved oxygen (DO) condition was discovered in the biounit caused by incorrect scaling in the aerator VFD controller. This condition was preventing the aerators from dropping below —52Hz. The issue has been corrected and the DO trend and aerator speeds are now within desired ranges, which saves on the cost of electrical usage for low loading days. BMS experienced another fill auger and bearing failure in the month of March. Working with the vendor, an auger with an additional 30% gusset support at the head of the auger mount was utilized, which exhibits improved strength. This auger assembly was available as a critical spare and was successfully installed, without the need to landfill additional biosolids related to this downtime. On March 15th, the biosolids elevator upper drive assembly failed. The upper drive components are located above the thermal dryer hopper, so a work platform was constructed to span the hopper and complete the repairs. Replacement components were installed, and drying operations resumed the following day. On March 28th the thermal dryer condenser pipe became plugged with biosolids. This impaction prevents the dryer steam and exhaust from being removed. The biosolids were removed and operations resumed after approximately 3 hours. The rotor was inspected, and no other obstructions were visible. On March 29th the opposite end of the dryer rotor plugged with biosolids. The ports were removed and the biosolids cleaned out of the rotor. Fill time for the dryer was reduced by two minutes (from thirty to twenty-eight) for the remainder of the day in an effort to avoid this condition. After processing three batches, the rotor once again plugged with biosolids. Approximately eleven hours were required to remove the buildup of biosolids in the rotor veins. The biosolids were sticking to the rotor in the veins and not completely drying and therefore, would not release. The subsequent batch has less space to occupy and the buildup continues. The product "flow" during the drying process appears to be the issue. Even distribution of biosolids across the rotor is necessary for efficient drying and avoidance of overloading. BMS staff incorporated approximately 50 gallons of water to 30 tons of biosolids and realized a benefit to product distribution across the rotor. This practice as prevented repeat issues. About 18 hours of production was lost due to these three events. Jacobs — Fayetteville Project I Jacobs Fayetteville Client Monthly Report for March 2021 ;aco S > A • 1 _ v+ � R A Change to Biosolids Flow Leads to More Efficient Drying 3 f Incorporating water into the biosolids ;} feed prevents clogging in rotor veins e 1.6 Revenue Table 1-1: Revenue generated from the BMS Product Tons Sold/Received Revenue Generated Hay 0 $0 Fertilizer 248 $4,965 Water Treatment Residuals 0 $0 Jacobs — Fayetteville Project 5 Jacobs Fayetteville Client Monthly Report for March 2021 .;acobs Figure 1-1: Revenue generated from the BMS via hay, fertilizer, and WTR Revenue Generated Biosolids Management Site $16,000 $14,000 $12,000 $10,000 $8,000 $6,000 $4,000 $2,000 I I ��at� ,a �t P 0 Monthly 2021 PJ� wed Cumulative 2021 o`er°sec & ec Jacobs — Fayetteville Project ON Jacobs Fayetteville Client Monthly Report for March 2021 jaco S 2. Maintenance 2.1 West Side Anew panel and conduit forth eArtesis monitor in the West Side post aeration blower building were installed for blower Oland effluent pump 03. Phase two of this event will involve the installation of ethernet cabling to each unit for remote monitoring access via the Cloud. 2.2 Noland During the demolition phase and concrete cutting for the installation of the new influent gate on the east aeration basin anoxic zone, Crossland Heavy had to cut through eight conduit bodies which supplied power and controls to the six anoxic mixers and the lighting circuits at the north east and north west units. Crossland Heavy completed saw cuts and jack hammering to expose the conduit bodies for the installation of a temporary power supply to the mixers, which will allow the operations staff to start the basin and test the new gate. Wires from the mixer conduits to the MCC panels were removed to prepare for the temporary wiring. Each mixer will operate through the temporary SO cable until permanent conduit can be installed. A new junction box was installed in preparation for the future fixed conduit. Jacobs — Fayetteville Project ON Jacobs Fayetteville Client Monthly Report for March 2021 jaco S Noland Aeration Basin East Anoxic Zone The installation of temporary conduit supplies power to start basin and test new gate Debris was removed from the aerator and anoxic mixer shafts over a two-day endeavor before moving into the cleaning phase to get rid of the solids and grit out of the lower basin. The BMS staff assisted in hauling three truck loads to the landfill, while maintenance used a tracked skid steer to maneuver through the maze of chambers for the procedure. Noland Aeration Basin Maintenance and BMS join forces to remove and haul three truck Loads of solids and grit 2.3 Biosolids Management Site An electrical issue in Solar House A resulted in the transfer of partially dried material to an area landfill. The biosolids entered an anaerobic state deprived of oxygen and turned septic as a result of the electrical issue and the cold weather event. The electrical issue was resolved, and the house was refilled with biosolids. 2.4 Lift Stations Rebuilt motors and pumps were installed at the Hamestring lift station. Multi -Craft Contractors crane service was employed to lift each sky light to lower the motors and pumps into their locations. With the crane still available, the old bladder tanks and rusted metal structures were removed. The pumps and motors were Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for March 2021 .;acobs bolted and prepared for laser alignment. Jack Tyler Engineering and J.R. Stewart Pump & Equipment were onsite during the commissioning phase to observe the laser alignment for both motors. aumwglrong' IM gf@dm Rebuilt motors and pumps are Lowered through skylight and instaLLed with Laser alignment Lift station 16 on Ernest Lancaster Drive received an upgrade to the pump bases with new concrete edges to even out the rough and worn areas. In order to keep the mess and safety concerns to a minimum, the dry grout was carried down the spiral staircase in 50-Lb bags and mixed in the basement. With the grout leveled and set, the trowel work was completed to edge the bases. Pumps are upgraded with new grouted and edged bases deep in the lift station basement Jack Tyler Engineering assisted with the installation of new Larger pumps and controls at lift station 55 in the Farmington Heights Subdivision. The 13 HP pumps were exchanged for 17 HP pumps and the starters and overload protection devices were up -sized, accordingly. The next phase involves the placement of a Larger generator to be placed on the new extension slab. The 13 HP pumps are being stored for future use. Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for March 2021 2.5 Lift Station 55 Farmington Heights Larger pumps and controls are installed with assistance from Jack Tyler Engineering Key Performance Indicators/Measures 115.20, 5% ❑ 544.20, 269 59.22, 3% Figure 2-1: Labor Hours by Work Order Type ❑ 2.51, 0% ❑ 94.09, 4% ❑ RR nn 2% .;acobs ❑ administrative ❑ corrective maintenance emergency ❑ corrective maintenance non emergency corrective maintenance from pm/pdm ❑ preventive maintenance J 1285.95, 60% project ❑ safety Jacobs - Fayetteville Project Jacobs Fayetteville Client Monthly Report for March 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 7, 0% ❑ 4, 0% u ItSU4, yl% .;acobs ❑ 32, 2% ❑ 6, 0% 110, 6% 27, 1% Jacobs — Fayetteville Project 11 ON Jacobs Fayetteville Client Monthly Report for March 2021 jaco S 2.6 Capital Improvement Projects (CIP) No capital improvement items were presented at the March Water & Sewer Committee meeting. The Noland effluent pump No. 4 rebuild project was completed in March. This was a 2020 encumbered capital improvement project that was presented to the Water & Sewer Committee at the May 2020 meeting. The Water & Sewer Committee approved a proposal by JCI Industries, Inc. to complete the rebuild. Specifications for the purchase of new variable frequency drives (VFD) for the West Side facility were submitted to procurement for the solicitation of sealed bids. This equipment upgrade is a scheduled 2021 capital improvement project. Repair of the Gregg Avenue lift station pump No. 4 was added as a 2021 break-in capital improvement project. This pump began experiencing excessive run times in late 2020 and was sent for a 'hidden damages' inspection by J.R. Stewart Pump & Equipment (J.R. Stewart) of West Memphis, AR. J.R. Stewart's repair proposal will be presented at the April meeting of the Water & Sewer Committee. A quote was requested from AIT Services, Inc. of Denton, TX for materials needed to repair the fertilizer surge bin at the Biosolids Management Site. Replacement of the surge bin is an approved 2021 capital improvement project, but after further evaluation Jacob's staff has determined a major in-house refurbishment will be a more cost-effective alternative. Jacobs — Fayetteville Project 12 ON Jacobs Fayetteville Client Monthly Report for March 2021 jaco S 3. Laboratory/Industrial Pretreatment Whole Effluent Toxicity (WET) samples were collected March 14-19 for the Goose Creek outfall at the West Side facility to complete a retest resulting from a lab control failure at American Interplex (AIC). The test experienced another control failure in the fathead minnow species, Pimephales promelas, and the analysis has been rescheduled for April 4-9. The laboratory passed the DMR Quality Assurance study submitted in February. DMR-QA is an ungraded sample study on Fecal Coliform, pH, BOD, 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 CIA 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. Sample collection began for another round of testing with the University of Arkansas Covid Project. Dr. Wen Zhang and colleagues will endeavor to determine the feasibility of tracking virus markers throughout various steps within the wastewater treatment process. Samples will be collected twice per week from five locations at each facility for several weeks. Improvements to the BMS sample tracking tool (STT) were discussed with the Jacobs Compliance & Reporting (C&R) group. An STT will be issued with the updates from the newest No Discharge Permit. IPP and Jacobs C&R group discussed possible permitting of the former Baldwin Piano site, which will begin continuous discharge of treated groundwater by 2022. 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 $44,716.41 I Surcharges on February data $2,300.00 Fees from hauled waste accepted in March $0.00 I Other fees paid in March $0.00 I Fines assessed in March Zero violations for all industrial users I Violations on February data Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for March 2021 Figure 3-1: IPP revenue total from surcharges, fees, and fines Revenue Generated Industrial Pretreatment Program $120,000 $100,000 $80,000 $60,000 $20,000 I I Pp�` �e ❑ 2020 Monthly Surcharge Fees plus Hauled Waste Fees ❑ 2021 Monthly Surcharge Fees plus Hauled Waste Fees .;acobs Figure 3-2: Loads of hauled waste -by hauler and cumulative loads per month Hauled Waste Summary 60 50 40 30 20 10 0 F ❑ 2020 Arkansas Portable Toilets 2020 White River Enviro. Services 2021 Arkansas Portable Toilets ❑ 2021 White River Enviro. Services o& met 0`9 o�ecc` e`ec� � O ❑ 2020 Best Jet ❑ 2020 TOTAL ❑ 2021 Best Jet ❑ 2021 TOTAL Jacobs — Fayetteville Project ON Jacobs Fayetteville Client Monthly Report for March 2021 jaco S 4. Woolsey Wet Prairie Eco, Inc. presented the annual Monitoring and Management Summary for 2020 to Jacobs and the City of Fayetteville Utility Department. The encouraging decrease in the population of invasive plant species of Johnsongrass and Sericea lespedeza was highlighted. A continued need for locating and decreasing small carpetgrass populations was noted and impacts on the vegetation management effort in the start-up of the neighboring West Prairie-Savanah unit restoration will be monitored. Jacobs shared with the team a table of targeted vegetation management priorities for Woolsey in the coming year. This tool was developed by the Jacobs team to organize the treatment efforts within a highly nuanced strategy to cover a wide area. The spring growing season started off relatively slow with cool March temperatures and approximately 3.5 inches of rainfall, which fell just short of March's 4-inch normal average. Herbicide treatments of Yellow Rocket and flagging of Callery Pear saplings started towards the end of March. Control of Yellow Rocket and monitoring the emergence of area vegetation will continue through April. Species -of -Concern E1 E2 E3 E4 E5 W1 W2 GL s tW v .- BB Priority Water Hemlock z x _ ., Tall Gokfenrod � x z x x x x x x x x x x z I VERY LIMITED to NO Control W 9< (Cocklebur) X % X X. p�g This%anthlum Elm _ x x x x x x x _ - Q Green Ash z x x x x x x L r— x L x �J CONTROLLED Z JZ 2 Honey Locust x x x x x x x L x l + Non-Comprimhin( Densities Q Persimmon x x z x x z x L x x x C x•prwdY«.riwnoonta«IimiH Black Willow x x x x x x x x L x x x x hxasaM and aweacoerrRa HhXn 1 Serkes Lespedeza X % X % % % % x I % x 2 Small % x }1I IIILL X.I song,grass i lohnsongrass % % X % _>< X % x X x 4 White Sweet Clover % -% % -#•: x % -%: % l % % X_l %_ _ .% % % x 6 Himalayan 7 -X -X_ _% -z:k:�::X _X ai°"" l %_k. X_ X$.L_ 7 Narrow -leaf Cattail I _-1_(_ % I _%_I_% I_ _I II I_ _ I e Javanese Honeysuckle x_}� _ x % _ % x F } {- %-}- % x •{ � l % I I I NIGH PR2021FIORITY y 0 Mullow ltlflora Rose % T x-I ' -x-I X .-- II'• _111 %--x _I _%:1: _ 1' t 7' 't _%-�: % % US Q X 11 Z 12 ZO Perilla Mint Indian Heliotrope __ % ___ _ _ _ I % %111 %•� % Extirpation Target O 13 Chinese Privet --y -- --- --- -% - - -- --- -% -:_ Z ::• 14 Bush Honeysuckle X i _ r::: 15 Winter Creeper -- -�- -- -�--_ - -�- - % -_-_-_ -_ -_X 16 MulliM k== _-- __#=__ ==k=== __�___ x-vpnXd brmnpwe rrrnw�w Hedge Mustard _-_ _-_-_ X %high-dw-hasLMTree of HeavenAramanthus %White [17 Mulberry Chinese Silver Grass,h Chinese Pisbche -_-•_-_-----•---_---_•__ -- This ___ --- __.-___ _ ._ --- --- _-_ --- .-- --- h__ •-__ This _ -- l •_- -- •-- --- --------•_---____•--__This•________•_______ Thistle (beans, wlpn) L L X L L L X X L L L L x Burdock X X LIMITED TREATMENT RESOURCES Chkory X X and Within Controll Limits Velvet Leaf A Queen Annes Lace X X X X X X % X X % % X X I%-CrXr-xhYRepand a00nmd; Tall Fescue X X X X X X X X X x x X x lkhisadaaaunantapbm arMrWa Doc(MN. aura) x X X X X X x x x x x X XRepo-c,ob—axe; wom..-. ror,+wa Dallis Grass h X X X X X X X X % % X % X i •huaha LIKELY aha Forte iI ItXah-. rwaw, IolYel Y x % x Orchard Grass x xis------_ %- x ___ v_____ Spin Sow Thistle _-__ -- * This-_._--_-___.-_---___._ . --- 0 VERY IIMITEO TO NO Japanese Bushckrver X X X x 10 TREATMENT RESOURCES Korean Bush Uover X X X X 0 p-fMs.a anrrboda uapwah-was Crabgrass lsaadhrn,smoanl x x x x x x x x x x x x x 0 Bermuda Grass x x X X X X X X x x x x X 10 Jacobs Vegetation Management Tool Jacobs — Fayetteville Project 15 7 Jacobs Fayetteville Client Monthly Report for March 2021 jaco S 5. Community Outreach Twenty-six volunteers from the University of Arkansas, the City of Fayetteville, and Jacobs removed invasive Privet and Bush Honeysuckle from the Woolsey Homestead site near the West Side facility. As part of the Woolsey Homestead Restoration Capital Improvement Project, removing these densely propagating species will contribute to a more accessible renovation effort for this historical early Arkansas prairie farmstead. Woolsey Homestead Invasive Removal 26 volunteers from the City of Fayetteville, University of Arkansas, and Jacobs contributed 80 hours of community involvement to remove invasive species from 10,000 square feet of the Woolsey Homestead Restoration Capital Improvement Project Before and after photo shows dramatic improvementwith the removal of invasive Privet and Bush Honeysuckle Jacobs — Fayetteville Project ON Jacobs Fayetteville Client Monthly Report for March 2021 jaco S 6. Sustainability Volunteers from multiple environmental management agencies converged on the beautiful hillside of Kessler Mountain to remove invasive Privet and Bush Honeysuckle. Located next to the Ground -cherry Creek streambank restoration site, this area would have been vulnerable to further erosion due to the proclivity for these invasive plants to form a canopy of restrictive growth to other ground level native species. Jacobs volunteers joined with Beaver Watershed Alliance, the Watershed Conservation Resource Center, U of A Extension Service, and volunteers from the City of Fayetteville Parks, Planning, Sustainability, and Forestry departments to complete this restorative environmental stewardship endeavor. Early removal of these species encourages the emergence of native wildflowers and grasses, which produce a more beneficial food source and botanical diversity while improving soil retention via a thick turf of dense vegetation from 350 plant species. Kessler Mountain boasts a richly diverse offering of hiking and biking trails of varying difficulty through bottomlands with flowing streams, while providing a home to 400-year-old trees and 125 bird species. The area is a local favorite of outdoor enthusiasts, families, and community events. Community Engagement �� Kessler Mountain In partnership with Beaver Watershed Alliance Watershed Conservation Resource Center U of A Extension Service Parks, Planning, Sustainability, and Forestry and Jacobs volunteers 30,000 square feet of invasive Privet and Bush �ioneysuckle was removed from the richly diverse Ozark dome formation of Kessler Mountain Jacobs — Fayetteville Project 17 MI Jacobs Fayetteville Client Monthly Report for March 2021 jaco S March was a captivating month for wildlife along the Goose Creek riparian zone. This densely forested area not only represents an example of ecological diversity compared to neighboring Woolsey Wet Prairie, the West Prairie, and the Hardwood-Savanah areas, but also acts as a critical space where wildlife retreat for shelter, foraging and hunting. Trail cameras capture nighttime activity Jacobs — Fayetteville Project 18 ON Jacobs Fayetteville Client Monthly Report for March 2021 jaco S 7. Health & Safety/Training Jacobs associates have been continuing to refine the use of daily work plans, job task hazard analysis documents, and department specific safety training to enhance and create a safer work environment. Jacobs has introduced ION City, a new work tool designed to assist in the preparation of work plans that incorporate safe behavior recommendations from a more accessible platform. ION also has the ability to track safety inspections and vehicle inspections and provide real time data to support project management. The administrative staff have been busy onboarding new talent for the facilities. Four new associates were added in the month of March. The new -hire training program employs safety modules consistent with an OSHA 10-hour training schedule. The training program also includes an orientation exercise to cover relevant site safety plans, emergency action plans, and all evacuation areas. Tracking actionable data, such as the daily pre -task work plans and weekly safety inspections, helps align the efforts and results into a matrix that can be used to assess continual improvement. The staff has submitted over 600 pre -task work plans for the month of March and the safety team performed four weekly safety inspections during the month. Jacobs associates attended the Cybersecurity Solutions Webinar. John Byrd, Matt Benton, Walter Chodor, and Donna McChristian attended the Laboratory Updates & Resources Webinar John Byrd attended the NWD Virtual Meeting and a 24-hour Class 1 Wastewater Treatment Operator course. John Byrd obtained a Class 1 Arkansas Department of Environmental Quality (ADEQ) Wastewater Treatment Operator License. Jacobs — Fayetteville Project Jacobs Fayetteville - Client Monthly Report for March 2021 Appendix A. Additional Information A.1 Effluent & Influent Data .;acobs 2021 Monthly WR Average CBOD Flow (mg/L) (MGD) WR WR WR CBOD TSS TSS (Lbs/d) (mg/L) (lbs/d) WR Phos (mg/L) 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/ 100m[) Permit Limit March 20.0 2,102 15.0 1,576 1.0 105.0 4.0 420 8.7 6.0 9.0 1,000 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 1 7.4 174 March 6.3 3.7 199 3.0 166 0.1 7.9 0.2 12 14.9 7.3 7.4 22 April May June July August September October November December Average 5.7 3.6 167 3.4 159 0.2 7.3 0.3 14 15.5 7.1 7.4 91 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 March 500 52,542 119 12,505 report report January 342 15,871 62 3,154 4 204 February 351 14,818 1 67 3,392 5 253 March 347 18,845 72 3,741 6 291 April May June July August September October November December Average 347 16,511 67 3,429 5 249 Jacobs - Fayetteville Project 20 Jacobs Fayetteville - Client Monthly Report for March 2021 Goose Creek Effluent Characteristics .;acobs 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/100mL) (mg/L) 15.0 1,251 1.0 83.4 3.7 341.9 8.7 6.0 9.0 1,000 Permit Limit March 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 11.8 2.1 202.0 1.0 101 0.13 12.8 0.1 13.3 10.4 7.1 7.5 7 April May June July August September October November December Average 10.8 2.0 179.4 1.0 92 0.1 8.8 0.1 13.3 10.8 7.0 7.4 6 Paul R. Noland Influent Characteristics Noland WRRF Monthly Average Flow (MGD) Hydraulic Loadings Percent of Design BOD Organic TSS TSS PO4 PO4 NH3 NH3 Loading Loading Loading Loading Loading Loading Loading Loading (Lbs/d) Percent (Lbs/d) Percent (lbs/d) Percent (Lbs/d) Percent of of of of Design Design Design _ Design 29,666 23,198 765 7,250 Designed (Annual Avg.) 12.6 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 6.7 53.2% 14,260 48.1% 7,846 33.8% 196 25.6% 826 36.7% April May June July August September October November December Average 6.0 47.7% 14,194 47.8% 7,788 33.6% 188 24.5% 748 33.3% Jacobs - Fayetteville Project 21 Jacobs Fayetteville — Client Monthly Report for March 2021 West Side Influent Characteristics .;acobs West Side WRRF Monthly Average Flow (MGD) Hydraulic Loadings Percent of Design BOD Loading (lbs/d) 14,595 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 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 11.8 118.1% 15,216 104.3% 12,918 88.5% 252 43.1% 1,850 96.4% April May June July August September October November December Average 10.7 107.2% 13,611 93.3% 12,513 85.7% 210 36.0% 1,620 84.5% Jacobs — Fayetteville Project 22 7 Jacobs Fayetteville - Client Monthly Report for March 2021 jaco S Labor Status Fayetteville Department I Job Title I Employee Name I I /o 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 Charlie Boaer 100.00% BMS Equipment Operator Anthony DeJesus 100.00% BMS Equipment Operator Rick Witherspoon 100.00% BMS Equipment Operator Chris Howard 100.00% BMS Equipment Operator Vacant 100.00% BMS Operator I David Dajani 100.00% BMS Operator Peter Burrow 100.00% BMS Operator In Training Ben Shondelmyer 100.00% BMS Operator In Training Rony Ralpho 100.00% BMS 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 Matt Benton 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 Paul Goolsby 100.00% Operations Operator In Training Leonides Moreno 100.00% Operations Operator In Training Kasey Lybrand 100.00% Operations Operator In Training Brittney Doyle 100.00% SCADA SCADA Supervisor Mayo Miller 100.00% Jacobs - Fayetteville Project Jacobs Fayetteville — Client Monthly Report for March 2021 .;acobs SCADA Instrument & Control Tech Pat Coolev 95.00% SCADA Instrument & Control Tech Mark Gleber 100.00% Authorized Positions = 48.0 Filled Positions = 47.0 Filled FTE's= 45.6 TEMPS BMS Engineering Intern. U of A Will Franke 100.00% Admin Engineering Intern. U of A Vacant 100.00% Maint Engineering Intern. U of A Vacant 100.00% SCADA Network Upgrade Campos, Edgar 42 Maintenance Asset Manager Support Bass, Edward Lee 0_3 Maintenance Asset Manager Support Turley. Johnny D OD) 58 Jacobs — Fayetteville Project 24