Loading...
HomeMy WebLinkAbout2021-06-08 - Agendas - FinalCITY OF FAYETTEVILLE %PF ARKANSAS MEETING AGENDA Water, Sewer, and Solid Waste Committee 8 June 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, Nick Batker From: Tim Nyander, Utilities Director CALL TO ORDER ROLL CALL UPDATES OLD BUSINESS: NEW BUSINESS: 1. Supplemental Agreement No. 1 for West Water Transmission Line The City of Fayetteville owns and operates two parallel water transmission lines from Beaver Water District (BWD) in Lowell that enter the northeast corner of the City. These lines are a 36-inch pipe installed in 1967 and a 42-inch pipe installed in 1993. The BWD intends to build a western clear well distribution point near HWY-112 and the newly constructed Springdale Northern Bypass, HWY-612. This clear well will supply a western water transmission feed to all four customer cities, helping with hydraulics, critical redundancy, and overall utility resiliency. This 11-mile connection has been identified in water master plans for many years, but the timeline was unknown. In 2012, the City of Fayetteville hired McClelland Consulting Engineers (MCE) to establish a preliminary alignment for a waterline along this western corridor (Res. 120-12) and begin easement acquisitions. The remaining funds from this original agreement have been slowly used to appraise and acquire 15 of 68 easements required for the alignment. The BWD has been notified by Springdale Water Utility (SWU) that a connection to the western clear well delivery point is desired by 2025. The BWD and SWU have begun final design for alignments and pump stations to make this project a reality. The City of Fayetteville desires a connection to this facility by 2030. With this in mind, the easement corridor should be acquired by 2025 so that engineering and construction of the 11-mile pipeline can occur between 2025 and 2030. The pipeline may cost approximately $30M- $40M, dependent on many variables. Once a timeline for connection to this facility was recognized, a detailed plan to complete easement acquisition was created by City Staff and MCE. Amendment No. 1 will provide the necessary funds to acquire the remaining 53 easements over the next 3-years. This amendment consists of $160,000 in engineering services and $101,000 in appraisals and reimbursable expenses for a total cost of $261,000.00. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 2. Harmonic Filters & Variable Frequency Drives at the West Side WWTP ($48,985.88) We are seeking to replace 8 VFD-Harmonic Filter Units at the West Side facility, 6 on the return activated sludge pumps and 2 on blowers #1 and #2 in the odor control building. The existing VFDs are obsolete with replacement parts and servicing unavailable. We are also beginning to have issues with failing HMI (Human Machine Interface) panels, thus limiting VFD control and adjustment capability. This project was sent out for sealed bids with two bids received. The bid opening occurring on April 28, 2021. Mayer Electric Supply, Inc provided a low bid of $48,985.88 plus applicable taxes and freight charges. Mayer Electric Supply $48,985.88 Wade Company $89,955.00 Funds are available in the Plants, Pumps & Equipment - WWTP Projects Project. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 3. BMS Ribbon Blender Purchase ($19,625) In 2020, Jacobs was approved to replace the existing 10-year old surge bin at the Biosolids Management Site as a scheduled 2021 CIP. After further evaluation, it was determined that an in-house refurbishment will be more economical, and the scope of the project was modified. Jacobs will purchase the material needed and provide the labor to refurbish the surge bin. The City will provide the ribbon blender needed to complete the rebuild. We have obtained a quote from AIT Services, Inc for a new carbon steel ribbon blender at $19,625.00 plus applicable taxes & freight charges. Additionally, due to the volatile nature of materials purchases that is currently occurring in the market, it is requested to add a 20% contingency of $3925. Ordinance 6147, signed on February 5, 2019 waives competitive bidding through December 21, 2021 for dryer repair through AIT Services. Funds are available in the Plants, Pumps & Equipment - WWTP Projects Project. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 4. Replace Clarifier Scum Pump at Noland WWTP Within the past year, clarifier scum pump #1 has seized (one or more of the moving parts fail to turn) and repair is no longer feasible due to its age and previous rebuilds. This item was sent out for sealed bids in April, and the bid opening occurred on May 51n Environmental Technical Sales provided a low bid of $12,150.00 plus applicable taxes and freight charges. We do believe this item qualifies for tax exemption as specified by the Arkansas Department of Finance Arkansas Tax Rules, but a determination is pending. Environmental Technical Sales $12,150 Haynes Pump & Process LLC $13,986 Instrument & Supply, Inc. $20,832 Funds are available in the Plants, Pumps & Equipment - WWTP Projects Project. For Information Only 5. Failure of the Noland WWTP Standby Generator The emergency standby generator at the Noland Plant had an annual inspection on May 1, 2021 for switch gear and automatic transfer switch operation, which was good. On May 10, 2021, the generator was exercised on the monthly PM (preventive maintenance) schedule to include a load test to ensure full operability and functionality of switch gear, which all went well. On May 2611, 2021, an additional test of the 2 MW generator at the Noland WW was performed to ensure the system was prepared for load shedding. During this test, the generator failed to operate. Something was wrong in the control system. It was possible to get it started but it would not run for any length of time. Caterpillar representatives worked on it that same day but could not solve the problem. During this same time, the hospital lost a generator, so they begin working on that more critical need. Due to those circumstances, the Jacobs staff obtained a quote for a rental generator from Cat that can be utilized while the Noland generator is repaired. It was approximately $14,000 to get the generator delivered and set up, and approximately $8,000 a week thereafter for rental. This expenditure will also include a 10% markup by Jacobs. This action was taken for several reasons. First, it was unknown at the time what was wrong with the generator and how much lead time it would take to get parts. Second, there is always the possibility of a power failure at any time that would leave the Noland plant unable to provide full treatment full treatment. Third, we are on the cusp of load shedding requirements beginning on June 1st, and failure to be off the grid at designated times when the peak demand is set results in a huge penalty. The City saves approximately $300,000 each year by load shedding. Cat came back and worked on the generator. They isolated the problem to the potentiometer on the main control panel that controls the RPM's on the engine which in turn controls the amount of fuel that feeds the generator causing it to stall out. Staff requested that the potentiometer be replaced instead of cleaned or repaired. Also, Caterpillar provided a service report with all the troubleshooting findings and repairs. For Information Only 6. Overview of WWTP Monthly Report Discussion of April's Monthly WWTP Report PRESENTATIONS ATTACHMENTS Amendment No. 1 — McClelland Western Corridor Vicinity Map VFDs & Harmonic Filters Bid Tabulation Mayer Electric Bid BMS Ribbon Blender Quote Ordinance 6147 — Dryer Repair Clarifier Scum Pump Bid Tabulation Environmental Tech. Sales Bid Generator Rental Agreement April 2021 WWTP Report ADJOURN Next Water, Sewer, Solid Waste Committee meets on Tuesday, July 13, 2021, 5:30 p.m. 4 V� � [2 f 27q AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And MCCLELLAND CONSULTING ENGINEERS, INC. THIS AGREEMENT is made as of � { JA-6 , 2012, 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 MCCLELLAND CONSULTING ENGINEERS). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the investigation, planning, and preliminary design of the Fayetteville Water Transmission Main Western Corridor. Therefore, CITY OF FAYETTEVILLE and MCCLELLAND CONSULTING ENGINEERS in consideration of their mutual covenants agree as follows: MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS' 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 I - AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of MCCLELLAND CONSULTING ENGINEERS. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of MCCLELLAND CONSULTING ENGINEERS. 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. 177--- WtrnrF- I Trans Line Easmt MCE Contract April12.docx SECTION 2 - BASIC SERVICES OF MCCLELLAND CONSULTING ENGINEERS 2.1 General 2.1.1 Perform professional services in connection with the Project as hereinafter stated. 2.1.1.1 The Scope of Services to be furnished by MCCLELLAND CONSULTING ENGINEERS during the Survey (Topographic and Boundary), Preliminary Alignment and Easement Acquisition Phase is included in Section 2.2 hereafter and in Appendix A attached hereto and made part of this Agreement. 2.1.2 MCCLELLAND CONSULTING ENGINEERS shall coordinate their activities and services with the CITY OF FAYETTEVILLE. MCCLELLAND CONSULTING ENGINEERS and CITY OF FAYETTEVILLE agree that MCCLELLAND CONSULTING ENGINEERS has full responsibility for the engineering services. 2.2 Engineering Services — Water Transmission Line Layout and Easement Acquisition. 2.2.1 Perform engineering services for the Water Transmission Line Layout and Easement Acquisition as described in the Scope of Services in Appendix A. SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE CITY OF FAYETTEVILLE shall, 3.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 3.2 Assist MCCLELLAND CONSULTING ENGINEERS by placing at MCCLELLAND CONSULTING ENGINEERS' disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 3.3 Guarantee access to and make all provisions for MCCLELLAND CONSULTING ENGINEERS to enter upon public and private property as required for MCCLELLAND CONSULTING ENGINEERS to perform the services under this Agreement. 3.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by MCCLELLAND CONSULTING ENGINEERS and render in writing decisions pertaining thereto within seven (7) calendar days. WtrTrans Line Easmt MCE Contract April 12.docx 3.5 The Utilities Engineer is the CITY OF FAYETTEVILLE's project representative with respect to the services to be performed under this Agreement. The Utilities Engineer 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. 3.6 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide written comments to MCCLELLAND CONSULTING ENGINEERS 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. MCCLELLAND CONSULTING ENGINEERS will proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. The anticipated schedule for this project is included as Appendix A. SECTION 5 _ PAYMENTS TO MCCLELLAND CONSULTING ENGINEERS 5.1 Compensation 5.1.1 Water Transmission Line Layout and Easement Acquisition The maximum not -to -exceed amount authorized for this Agreement is $388,600.00. The CITY OF FAYETTEVILLE shall compensate MCCLELLAND CONSULTING ENGINEERS based on a Unit Price or Lump Sum basis as described in Appendix A. 5.1.1.1 Subject to the City Council approval, adjustment of the not -to -exceed amount may be made should MCCLELLAND CONSULTING ENGINEERS establish and CITY OF FAYETTEVILLE agree that there has been or is to be a significant change in scope, complexity or character of the services to be performed; or if CITY OF FAYETTEVILLE decides to shorten the duration of work from the time period specified 3 Wtr Trans Line Easmt MCE Contract April12.docx in the Agreement for completion of work and such modification warrants such adjustment. Changes, modifications or amendments in scope, price or fees to this Contract shall not be allowed without formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost, fees, or delivery schedule. 5.1.1.2 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 MCCLELLAND CONSULTING ENGINEERS' 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 MCCLELLAND CONSULTING ENGINEERS and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated project schedule as the basis for determining the value earned as the work is accomplished. Final payment for professional services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the study and report for the Project. 5.2 Statements Statements and progress report for each calendar month will be submitted to CITY OF FAYETTEVILLE. Statements will be based on MCCLELLAND CONSULTING ENGINEERS' percent completion of the project. 5.3 Payments All statements are payable upon receipt and due within thirty (30) days. If a portion of MCCLELLAND CONSULTING ENGINEERS' 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 MCCLELLAND CONSULTING ENGINEERS 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 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, MCCLELLAND 4 Wtr Trans Line Easmt NICE Contract April 12.docx CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS 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, MCCLELLAND CONSULTING ENGINEERS will maintain (in United States Dollars) the following minimum insurance coverages: Type of Coverage Workers' Compensation Employers' Liability Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage Professional Liability Insurance Limits of Liability Statutory $500,000 Each Accident $1,000,000 Combined Single Limit $1,000,000 Combined Single Limit $1,000,000 Each Claim MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS' services. Wtr Trans Line Easmt MCE Contract Aprill2.docx 6.2 Professional Responsibility 6.2.1 MCCLELLAND CONSULTING ENGINEERS will exercise reasonable skill; care, and diligence in the performance of MCCLELLAND CONSULTING ENGINEERS' services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices_ CITY OF FAYETTEVILLE will promptly report to MCCLELLAND CONSULTING ENGINEERS any defects or suspected defects in MCCLELLAND CONSULTING ENGINEERS' services of which CITY OF FAYETTEVILLE becomes aware, so that MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS. 6.3 Cost Opinions and Projections Cost opinions and projections prepared by MCCLELLAND CONSULTING ENGINEERS relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on MCCLELLAND CONSULTING ENGINEERS' experience, qualifications, and judgment as a design professional. Since MCCLELLAND CONSULTING ENGINEERS 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, MCCLELLAND CONSULTING ENGINEERS does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by MCCLELLAND CONSULTING ENGINEERS. 6.4 Changes CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of MCCLELLAND CONSULTING ENGINEERS' 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 MCCLELLAND CONSULTING ENGINEERS. 6 Wtr Trans Line Easmt MCE Contract April12.doex 6.5 Termination 6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: 6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.1.2 An opportunity for consultation with the terminating party prior to termination. 6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of MCCLELLAND CONSULTING ENGINEERS' default. 6.5.4 If termination for default is effected by MCCLELLAND CONSULTING ENGINEERS, 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 MCCLELLAND CONSULTING ENGINEERS for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by MCCLELLAND CONSULTING ENGINEERS relating to commitments which had become firm prior to the termination. % Wtr Trans Line Easmt MCE Contract April 12.docx 6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS to fulfill contractual obligations, it is determined that MCCLELLAND CONSULTING ENGINEERS 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 In the event the services of MCCLELLAND CONSULTING ENGINEERS are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond MCCLELLAND CONSULTING ENGINEERS' reasonable control, MCCLELLAND CONSULTING ENGINEERS shall be entitled to additional compensation and time for reasonable costs incurred by MCCLELLAND CONSULTING ENGINEERS in temporarily closing down or delaying the Project. 6.7 Rights and Benefits MCCLELLAND CONSULTING ENGINEERS' 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 MCCLELLAND CONSULTING ENGINEERS which arise from, or in any way are related to, this Agreement, including, but not limited to Wtr Trans Line Easmt MCE Contract April 12.docx the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or MCCLELLAND CONSULTING ENGINEERS 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 parry 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 MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS for services rendered by MCCLELLAND CONSULTING ENGINEERS. 9 Wtr Trans Line Easmt MCE Contract April 12.docx 6.10 Publications Recognizing the importance of professional development on the part of MCCLELLAND CONSULTING ENGINEERS' employees and the importance of MCCLELLAND CONSULTING ENGINEERS' public relations, MCCLELLAND CONSULTING ENGINEERS may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to MCCLELLAND CONSULTING ENGINEERS' 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 MCCLELLAND CONSULTING ENGINEERS CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of MCCLELLAND CONSULTING ENGINEERS' activities pertaining to any such publication shall be for MCCLELLAND CONSULTING ENGINEERS' 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 MCCLELLAND CONSULTING ENGINEERS 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 Computer Models. MCCLELLAND CONSULTING ENGINEERS may use or modify MCCLELLAND CONSULTING ENGINEERS' proprietary computer models in service of CITY OF FAYETTEVILLE under this agreement, or MCCLELLAND CONSULTING ENGINEERS may develop computer models during MCCLELLAND CONSULTING ENGINEERS' service to CITY OF OFAYETTEVILLE under this agreement. Such use, modification, or development by MCCLELLAND CONSULTING ENGINEERS does not constitute a license to CITY OF FAYETTEVILLE to use or modify MCCLELLAND CONSULTING ENGINEERS' computer models. Said proprietary computer models shall remain the sole property of MCCLELLAND CONSULTING ENGINEERS. CITY OF FAYETTEVILLE and MCCLELLAND CONSULTING ENGINEERS will enter into a separate license agreement if CITY OF FAYETTEVILLE wishes to use MCCLELLAND CONSULTING ENGINEERS' computer models. 10 wtr Trans Line Easmt NICE Contract April12.docx 6.13 Ownership of Documents All documents provided by CITY OF FAYETTEVILLE including original drawings, disks of CADD drawings and cross sections, estimates, specification field notes, and data are and remain the property of CITY OF FAYETTEVILLE. MCCLELLAND CONSULTING ENGINEERS may retain reproduced copies of drawings and copies of other documents. Engineering documents, drawings, and specifications prepared by MCCLELLAND CONSULTING ENGINEERS as part of the Services shall become the property of CITY OF FAYETTEVILLE when MCCLELLAND CONSULTING ENGINEERS has been compensated for all Services rendered, provided, however, that MCCLELLAND CONSULTING ENGINEERS shall have the unrestricted right to their use. MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. MCCLELLAND CONSULTING ENGINEERS 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 drawingsihard copies will govern. Notices Any Notice required under this Agreement will be in writing, addressed to the appropriate party at the following addresses: CITY OF FAYETTEVILLE's address: 11.3 West Mountain Street Fayetteville, Arkansas 72701 MCCLELLAND CONSULTING ENGINEERS' address: 1810 North College Avenue Fayetteville, AR 72703 6.14 Successor and Assigns I I Wtr Trans Line Easmt MCE Contract April 12.docx CITY OF FAYETTEVILLE and MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. 6.15 Controlling Law This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 6.16 Entire Agreement This Agreement represents the entire Agreement between MCCLELLAND CONSULTING ENGINEERS and CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase orders do not generally apply to prcl'essional services, in the event CITY OF FAYETTEVILLE issues to MCCLELLAND CONSULTING ENGINEERS a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by MCCLELLAND CONSULTING ENGINEERS, 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 MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by MCCLELLAND CONSULTING ENGINEERS' negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to 12 Wtr Trans Line Easmt MCE Contract April I2.docx the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE- furnished data. 7.1.3 MCCLELLAND CONSULTING ENGINEERS' obligations under this clause are in addition to MCCLELLAND CONSULTING ENGINEERS' 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 MCCLELLAND CONSULTING ENGINEERS for faulty materials, equipment, or work. 7.2 Remedies Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and MCCLELLAND CONSULTING ENGINEERS arising out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. 7.3 Audit: Access to Records 7.3.1 MCCLELLAND CONSULTING ENGINEERS 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. MCCLELLAND CONSULTING ENGINEERS shall also maintain the financial information and data used by MCCLELLAND CONSULTING ENGINEERS 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. MCCLELLAND CONSULTING ENGINEERS 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 13 Wtr Trans Line Easmt MCE Contract April12.docx 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 MCCLELLAND CONSULTING ENGINEERS; 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 MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 7.5 Gratuities 7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that MCCLELLAND CONSULTING ENGINEERS or any of MCCLELLAND CONSULTING ENGINEERS' agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or 14 Wtr Trans Line Easmt MCE Contract April 12.docx 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 MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS as it could pursue in the event of a breach of the Agreement by MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS incurs in providing any such gratuities to any such officer or employee. 7.6 Arkansas Freedom of Information Act 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, MCCLELLAND CONSULTING ENGINEERS 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 MCCLELLAND CONSULTING ENGINEERS, by its authorized officer have made and executed this Agreement as of the day and year first above written. 15 Wtr Trans Line Easmt MCE Contract April 12.docx CITY OF FAYETTEVILLE, ARKANSAS B [y��Z— N14r,6oneld - - J an AST: By' C9' 4-2741& Sondra Smith. City Clerk MCCLELLAND CONSULTING ENGINEERS, INC. Title:Q/,�£s�� Crf'rEri7'v�-zc odifiCations or amendments in scope, price or fees to this Contract shall not be allowed vwithoutal contract amendment approved by the Mayor and the City Council in advance of the �FAY angeksC*pe, cost, fees, or delivery schedule. 0 9 END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES 16 Wtr Trans Line Easmt MCE Contract April I2.docx CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES APPENDIX A — SCOPE OF SERVICES This is Appendix A, consisting of 3 pages, referred to in and part of the Agreement For Professional Engineering Services between CITY OF FAYET VIL , ARKANSAS and MCCLELLAND CONSULTING ENGINEERS, INC. dated Initial: CITY D AYETTEVILLE MCCLELLAND CONSULTING LNGINEERS, INC. The following contains additional Scope of Services tasks. A.I General Scope The work covered by this agreement includes developing a corridor, up to and including acquiring easements, for a future water transmission line from northwest Fayetteville to a future Beaver Water District distribution point west of 1-540, the conceptual routing of which was performed by others. A.2 Specific Scope of Services MCCLELLAND CONSULTING ENGINEERS shall provide a suitable engineering staff to complete the necessary field surveys, to perform preliminary alignment, to prepare easement documents, to provide needed services during easement identification, appraisal, and acquisition, and to provide other services as may be directed by the CITY OF FAYETTEVILLE. The staff shall consist of engineers, engineering technicians, inspectors, easement negotiators, and other assistants as may be necessary to carry on the work in an efficient and expeditious manner. It is expected that some subcontract work will be performed; subcontractors should be identified and approved by the City of Fayetteville. MCCLELLAND CONSULTING ENGINEERS and subcontractors will provide the Following services: A2.1 Detailed Scope of Services l . Establish and survey (topographic and boundary) alignment for approximately 58,000 feet of water transmission main (50 ft. width). Meet with CITY OF FAYETTEVILLE as needed to discuss deviations from preliminary alignment. 2. Perform boundary survey as required to develop easements descriptions. 3. Identify major conflicts (specifically evaluating potential karst formations, based on existing data). 4. Identify major utilities along proposed corridor. 5. Request comments from U.S. Fish and Wildlife, State Historic Preservation Office, and U.S. Army Corps of Engineers. 6. Coordinate with Beaver Water District regarding their proposed route and distribution station to be located west of 1 -540. Appendix A Page 1 7. Determine geotechnical evaluation plan (City will execute separate geotechnical contract). 8. Perform land records searches to identify property owners (estimated 90 parcels). 9. Develop appraisal plan for City approval; obtain appraisals (estimated 30 parcels). 10. Develop easement description and Exhibit A map for each parcel and submit to the CITY OF FAYETTEVILLE for review and approval. The CITY OF FAYETTEVILLE will be responsible for inserting easement description into easement documents. 11. Complete easement negotiations (estimated 90 parcels). 12. Develop easement offer letters and side letters for City finalization and signature. 13. Record executed documents for Benton County Parcels at the Benton Courthouse. THE CITY OF FAYETTEVILLE will record Washington County Parcels at the Washington County Courthouse. A.3 Project Deliverables The following will be submitted to the CITY OF FAYETTEVILLE, or others indicated, by the MCCLELLAND CONSULTING ENGINEERS as part of the Proj ect. • Topographic Survey — 50 ft wide strip topo • Boundary Survey • Centerline conceptual plans • Draft easement offer letters and side letters • Geotechnical requirements plan • Easement documents • Appraisal plan for City approval; obtain appraisals A.4 Compensation In consideration of the performance of the foregoing services by MCCLELLAND CONSULTING ENGINEERS, the CITY OF FAYETTEVILLE shall pay to MCCLELLAND CONSULTING ENGINEERS compensation as follows: I. Compensation shall be paid to MCCLELLAND CONSULTING ENGINEERS on the basis of MCCLELLAND CONSULTING ENGINEERS's standard hourly rates in effect at the time the work is performed, plus reimbursable expenses. Rates are adjusted annually at the beginning September I" of each calendar year. MCCLELLAND CONSULTING ENGINEERS agrees to keep the CITY OF FAYETTEVILLE apprised in a timely manner of costs incurred. 2. The reimbursable expenses for which MCCLELLAND CONSULTING ENGINEERS will be reimbursed shall include travel expenses when traveling outside Northwest Arkansas in connection with the project, rental expenses for special equipment needed for completion of the work, purchase of material, and other expenses directly attributable to the project, Appendix A Page 2 including any work performed by subcontractors. MCCLELLAND CONSULTING ENGINEERS shall charge the CITY OF FAYETTEVILLE for reimbursable expenses at actual cost plus ten percent (10%). The maximum not -to -exceed amount authorized by this contract is $388,600. A.4 Project Schedule MCCLELLAND CONSULTING ENGINEERS shall begin work under this Agreement within fourteen (14) calendar days of a Notice to Proceed (NTP) and shall complete the work described in Section A2.1 within 18 months of issuance of the notice to proceed. Appendix A Page 3 City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 05-Jun-12 City Council Meeting Date Agenda Items Only David Jurgens Water & Sewer Utilities Submitted By Division Department $ 388,600 $ 1,000,000 Water Improvements Cost of this request Category / Project Budget Program Category / Project Name ,5406-300-5808.$ - Water/Sewer Improvements Account Number Funds Used to Date Program / Project Category Name 10007.1 $ 1,000,000 Water/Sewer Project Number Remaining Balance Fund Name Budgeted Item Budget Adjustment Attached Previous Ordinance or Resolution # Depart it tar Date Original Contract Date: S-1457- Original Contract Number: i'. nrnoDate m n and Internal SE es Director Date Received in City 0 - I Clerk's Office S! Chiaf of St ate Received in j-r'S'!a �7IGf Mayor's Office yor Dale Comments: Revised January 15, 2009 Zayl*t le ee *4 -RRKAN5AS To: Thru: From: Date: Subject Fayetteville City Council CITY COUNCIL AGENDA MEMO MEETING DATE OF JUNE 5, 2012 THE CITY OF FAYETTEVILLE, ARKANSAS Mayor Lioneld Jordan Don Marr, Chief of Staff David Jurgens, Utilities Director Water/Sewer/Solid Waste Committee May 14, 2012 Engineering Agreement with McClelland Engineers for $388,600 for water transmission line layout and easement acquisition RECOMMENDATION City Administration recommends approval of an Engineering Services Agreement with McClelland Consulting Engineers for $388,600 for water transmission line layout and easement acquisition. BACKGROUND Drinking water is delivered to the City of Fayetteville through two City owned transmission lines that run from the Beaver Water District (BWD) site in Lowell, through Springdale, to the northeast corner of Fayetteville. These two lines, a 36" pipe installed in 1967 and a 42" pipe installed in 1993, are side by side — generally within 20' of each other — all the way from the BWD plant to a location near the intersection of Joyce and Crossover Road. The 1967 pipe experiences an average of four leaks per year; the 1993 pipe had its first leak in May, 2012..Repairing one of these leaks can take up to two weeks, placing the City in the very uncomfortable position of having only one transmission line. During extreme demand conditions, neither line alone can meet peak day water supply requirements. Additionally, there is some risk that an incident that causes a problem with one pipe could disrupt both pipes. There will be an eventual need for a third transmission line, driven by both service reliability and demand. Recognizing this need, the BWD has acquired easement to an area west of I-540 for a future water distribution point to their four customers. This location significantly enhances future flow efficiency to BWD's customer cities while simultaneously reducing risk by separating the transmission lines — one incident will not be able to impact all transmission lines to Fayetteville. Each city is responsible to run its own transmission main to this future distribution point. This project involves all actions required to acquire easements for a new water transmission line — approximately 58,000' long, and 50' wide — beginning at the existing 36" water transmission line on Van Asche Drive in Fayetteville and ending at the future Beaver Water District west clearwell/transmission line north of Elm Springs west of the Wagon Wheel exit off I-540. Major subtasks include: 1. Establish and survey (topographic and boundary) alignment and boundaries as required for easement descriptions; 2. Identify major conflicts including utilities, current and future highways, and specifically evaluating potential karst formations, based on existing data; 3. Determine geotechnical evaluation plan (City will execute separate geotechnical contract). 4. Develop easement requirements, including performing land records searches, obtaining appraisals, developing easement descriptions and maps, completing easement negotiations, and developing easement offer and side letters. An engineering selection committee met on September 22, 2011, and selected McClelland Consulting Engineers to execute this work. The attached contract was developed through negotiations. BUDGET IMPACT Funds are available in project 10007. Wtr Trans Line CCMemo Mayl2 RESOLUTION NO. A RESOLUTION APPROVING A CONTRACT WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN THE AMOUNT OF $388,600.00 FOR WATER TRANSMISSION LINE LAYOUT AND EASEMENT ACQUISITION RELATED TO A THIRD CONNECTION TO BEAVER WATER DISTRICT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a contract with McClelland Consulting Engineers, Inc. in the amount of $388,600.00 for water transmission line layout and easement acquisition related to a third connection to Beaver Water District. A copy of the contract is attached to this Resolution as Exhibit "A". PASSED and APPROVED this 5th day of June, 2012. APPROVED: I: LIONELD JORDAN, Mayor ATTEST: I0 SONDRA E. SMITH, City Clerk/Treasurer o m m rn 0 A w iv L. m CL yy q C _mo .. , I 71rn 3 t yy y �yrysj cn m n ?=r o . � o v o tp x` C co mom got rs � n w o 3 r m" +Z'7Cl- w � c. 7 v •- r ' 0 iD 9aYen 1 C C Oco W _7 �,p `•°ice}'Y:. umi N con C7a.4aZ'}-. 0o NCD w v •' c a m'��., Lam m �? m Ciy;RS> H' ` -F iN ap 0 0 M M 6% C9 fA En !R 0 0 0 0 0 0 0 0 0 0 0 0 0 n � n❑ _N a „1 a_ C"O N 6 d ZI C N CU n N C C LA Z ^ 7 v 0 a o 0 ;o 0 n o v m Z o Z �0( ° w rs N oCD 0 0 0 0 o N y o 0 O 0 O 0 N n m m a � x m Q. m N Z eb R ;t RESOLUTION NO. 120-12 A RESOLUTION APPROVING A CONTRACT WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN THE AMOUNT OF $388,600.00 FOR WATER TRANSMISSION LINE LAYOUT AND EASEMENT ACQUISITION RELATED TO A THIRD CONNECTION TO BEAVER WATER DISTRICT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a contract with McClelland Consulting Engineers, Inc. in the amount of $388,600.00 for water transmission line layout and easement acquisition related to a third connection to Beaver Water District. A copy of the contract is attached to this Resolution as Exhibit "A". PASSED and APPROVED this 5 h day of June, 2012. APPROVED: LIM ATTEST: S0I4DRA E. SMITH, City Clerk/Treasurer ����1NrrrrrlRr���r 6 G�1 Y QF .•p� ��■ :p= w : FAYETTEVILLE o - fys'9RkArtSP �h'+/�G +0 IV�C'� ��' Amendment No. 1 to the Engineering Services Agreement for Water Transmission Line Layout and Easement Acquisition Date: WHEREAS, the CITY OF FAYETTEVILLE and McClelland Consulting Engineers, Inc. (ENGINEER) entered into an Agreement for Professional Engineering Services (AGREEMENT) on June 5, 2012; and, WHEREAS, the CITY OF FAYETTEVILLE has requested that ENGINEER perform additional services outside of the scope of the AGREEMENT. NOW THEREFORE, the following modifications will be made to the AGREEMENT to include the additional services requested: MODIFICATIONS: Section 2.2.1 — the additional scope of services is included in the attached Appendix "A-1 ". 2. Section 5.1.1 —the maximum not -to -exceed amount is increased from $388,600.00 to $649.600.00. Modifications to compensation are included in the attached Appendix "A-1 ". IN WITNESS WHEREOF, the parties execute this Amendment No. 1, to be effective on the date set out above. McClelland Consulting Engineers, Inc. BY: v� V Nicholas R. Batker, P.E. Senior Associate City of Fayetteville, Arkansas Mayor Lioneld Jordan APPENDIX A-1 — SCOPE OF ADDITIONAL SERVICES AMENDMENT NO. 1 TO THE ENGINEERING SERVICES AGREEMENT FOR WATER TRANSMISSION LINE LAYOUT AND EASEMENT ACQUISITION 1.0 General As part of the original scope of services, the ENGINEER developed a preliminary alignment for a future water transmission line from the intersection of Highway 112 and Van Asche Drive in Fayetteville to a future Beaver Water District pump station site located near the intersection of Highway 612 and Miller Road in Springdale (total distance of approximately 11 miles). The ENGINEER completed topographic and boundary surveys along the entire alignment and prepared easement descriptions and exhibits for 68 parcels. In addition, the ENGINEER obtained appraisals on 19 of these parcels and assisted the CITY OF FAYETTEVILLE with property owner coordination/negotiations. To date, a total of 15 easements have been acquired for the project, and the CITY OF FAYETTEVILLE has active offers out on an additional 12 parcels. In April 2021, the ENGINEER provided the CITY OF FAYETTEVILLE an easement acquisition plan to acquire the remaining estimated 53 parcels by December 2024. The following scope of additional services covers the effort required by the ENGINEER to continue assisting the CITY OF FAYETTEVILLE in achieving the December 2024 deadline for 100% acquisition. 2.0 Scope of Additional Services 2.1 Continue assisting CITY OF FAYETTEVILLE with property owner coordination and easement negotiations for remaining parcels to be acquired. 2.2 Continue assisting CITY OF FAYETTEVILLE with stakeholder coordination, including but not limited to Beaver Water District, Springdale Water Utilities, ARDOT, City of Springdale, City of Elm Springs, and City of Tontitown. 2.3 Revise portions of the preliminary alignment as required to facilitate property owner concerns, potential design concerns, or land use changes. 2.4 Provide additional boundary surveys as required and revised easement exhibits and descriptions related to Item 2.3 above. Note that no additional topographic surveying will be done at this time. LiDAR data will be utilized to obtain existing ground information in realignment areas. 2.5 Revise concept plan sheets as required to reflect alignment changes and current aerial photographs. 2.6 Obtain appraisals on remaining parcels to be acquired. At this time, there are 41 parcels that have not been appraised. It should be noted that additional appraisals may be required due to alignment changes or subdivision of existing parcels. In addition, reappraisals of select parcels may be required due to length of time from the original appraisal. The ENGINEER will coordinate closely with the CITY OF FAYETTEVILLE to minimize the number of appraisals required to complete easement acquisition. The ENGINEER will continue to subcontract appraisal services to Reed & Associates. 2.7 Conduct progress meetings with the CITY OF FAYETTEVILLE. At this time, it is assumed that progress meetings will be held quarterly; however, the ENGINEER is available to meet more frequently if required. Appendix A-1 — Scope of Additional Services — Water Transmission Line Layout and Easement Acquisition Page 1 of 2 5/28/2021 3.0 Project Deliverables 3.1 Final alignment, affected parcel boundaries, and easement limits in AutoCAD and GIS format. 3.2 Revised concept plan sheets in PDF format. 3.3 Revised easement descriptions and exhibits in PDF format. 3.4 Appraisal reports in PDF format. 3.5 Other electronic files as requested by the CITY OF FAYETTEVILLE. 4.0 Compensation In consideration of the performance of the foregoing services by the ENGINEER, the CITY OF FAYETTEVILLE shall by to the ENGINEER compensation as follows: 4.1 Compensation shall be paid to the ENGINEER on the basis of ENGINEER's standard hourly rates in effect at the time the work is performed, plus reimbursable expenses. A task hour fee breakdown is provided as Appendix A-2. ENGINEER's current rate schedule is attached hereto as Appendix A-3. 4.2 The maximum not -to -exceed for Amendment No. 1 shall be $261,000.00. A task hour fee breakdown is provided as Appendix A-3. 5.0 Project Schedule The ENGINEER shall begin work under Amendment No. 1 immediately upon receipt of a Notice to Proceed (NTP) and shall complete the work described in Section 2.0 by December 31, 2024. Appendix A-1 — Scope of Additional Services — Water Transmission Line Layout and Easement Acquisition Page 2 of 2 5/28/2021 APPENDIX A-2 City of Fayetteville - Water Transmission Line Layout and Easement Acquisition Amendment No. 1 Personnel Hour Fee Estimate 5/28/2021 McCLELLAND CONSULTING ENGINEERS, INC Task Description Sr. Project Manager Project Manager Project Designer Reg. Land Surveyor Survey Technician Field Survey Crew Extended Cost $220.00 $150.00 $110.00 $140.00 $80.00 $160.00 2.1 Property Owner Coordination/Easement Negotiations 40.00 160.00 40.00 $37,200.00 2.2 Stakeholder Coordination 20.00 100.00 40.00 $23,800.00 2.3 Alignment Revisions 10.00 40.00 80.00 $17,000.00 2.4 Add'I Boundary Surveys; Revise Easement Exh/Desc. 40.00 40.00 60.00 100.00 $32,400.00 2.5 Revise Concept Plan Sheets 10.00 40.00 160.00 $25,800.00 2.6 Coordination with Appraiser 60.00 $9,000.00 2.7 Progress Meetings 40.00 40.00 $14,800.00 $0.00 Subtotal Labor Hours / Fee 120.00 480.00 320.00 40.00 60.00 100.00 $160,000.00 Estimated Reimbursable Expenses Mileage $1,000.00 Appraisals Reed & Associates; avg. appraisal cost range of $2,000-$2,500 $100,000.00 Subtotal Reimbursable Expensesi $101,000.00 Total Amendment No. 1 120.00 480.00 320.00 40.00 60.00 100.00 $261,000.00 Page 1 of 1 APPENDIX A-3 mrMcCLELLAND CONSULTING ,E examummmm= ENGINEERS, INC 2021 McCLELLAND CONSULTING ENGINEERS, INC. *STANDARD HOURLY RATES Chief Draftsman $95 - $110 Clerical $45 - $75 Construction Observer $70 - $140 Draftsman $65 - $95 Environmental Scientist/Designer $105 - $120 Geotech Engineer $85 - $170 HR/Payroll Admin $75-$100 Landscape Architect $90 - $140 Media Specialist $80 - $100 Principal $160 - $230 Project Accountant $70 - $155 Project Designer $80 - $140 Project Engineer $120 - $175 Project Manager $120 - $200 Registered Land Surveyor $95 - $140 Soils Lab Technician $50 - $135 Specification Writer $50 - $90 Sr. Project Manager $140 - $230 Survey (2 man or Robotic) Crew $115 - $160 Survey (3 man) Crew $135 - $195 Survey Field (1 Man or Rodman) $45 - $105 Survey GPS $75 - $130 Survey Technician $65 - $95 Water Lab Supervisor $70 - $120 Water Lab Tech $50 - $95 Expenses @ Cost Mileage .560/mi * Standard Hourly Rates may be adjusted annually in accordance with the normal salary review practices of McClelland Consulting Engineers. 1q AMi eA . I656m- Clear _ ll 1 � E agonjNheeP e'• �) i 4Bethel,Heigh _ Elm Springs__ 4-VCV:_. zr r +j_rp' ��+�.-�"`��.�' � • U ri •- _�. • . � . r - _�4 n� Har Ee Ave 3 y ,�:. , _ . Spriri.gdale r co 77 77 r f �,. _. , L+uvene F e Gnapman ' '. � l+�+atklns-A��o • a. ,I '.. q . Shady Grove . d V aftNFIRMS , on I to v T . At N rg I fO u� � m'. f • x CITE' OF FATETTEVILLE ARKANSAS BID TABULATION BID 21-39, HARMONIC FILTERS AND VARIABLE FREQUENCY DRIVES (VFD's) Deadline: Thursday, April 29, 2021 at 2:00 PM, Local Time. Mayer Electric Supply Wade Company Inc $ 48,985.88 $ 89,955.00 Total Cost Quantity Unit Total Unit Total Item # Items Description Required Price Cost Price Cost New Altivar Process ATV630 series VFD controllers for 60HP, 460V, 88 Amp drives. Model #: #1-1 ATV630D45N4 (see Data Sheet Insert) 8 $ 3,575.30 $ 28,602.40 $ 3,765.00 $ 30,120.00 New Altivar Process ATV630 series 10 HP, 460V, 16 Amp Drives. Model #: ATV630U75N4 (see Data #1 2 Sheet Insert) 2 $ 1,064.09 $ 2,128.18 I $ 1,125.00 $ 2,250.00 New Altivar Process ATV 600 series Door Mounted Remote HMI Keypad. Model #: VW3A1112 (see #1 3 Data Sheet insert) 10 $ 43.90 $ 439.00 $ 465.00 $ 4,650.00 #1-4 New Altivar Process ATV 600 series Data Cables. Model #: VW3A1104R30 (see Data Sheet insert) 10 $ 27.79 $ 277.90 $ 260.00 $ 2,600.00 New MTE Matrix® AP Harmonic Filters, with Capacitor Bank. Open style, 480V/83 Amp Rated Model#: #1-5 MAPP0083DO02 (see Data Sheet insert) 2 $ 2,000.00 $ 4,000.00 $ 3,595.00 $ 7,190.00 New MTE Matrix® AP Harmonic Filters, with Capacitor Bank. Open style, 600V/83 Amp Rated Model#: #1 6 MAPP0083EO02 (see Data Sheet insert) 6 $ 2,000.00 $ 12,000.00 $ 4,300.00 $ 25,800.00 New MTE Matrix° AP Harmonic Filters, with Capacitor Bank. Open style, 480V/14 Amp Rated Model#: #1 7 MAPP0014D (see Data Sheet insert) 2 $ 769.20 $ 1,538.40 $ 1,360.00 $ 2,720.00 Manufacturer Certified Technician For: 1.On-site new system commissioning 2.Site Specific #1 8 programming & Calibrations 3.Start-up & "Full Load" Performance Testing 1 No Charge $ $ 6,950.00 $ 6,950.00 #1-9 Total Delivery Fee (at both locations, F.O.B. - Destination) 1 No Charge $ $ 7,675.00 $ 7,675.00 *NOTICE: Bid award is contigent upon vendor meeting minimum specifications and formal authorization by City Officials. CITY OF FAYETTEVILLE ARKANS ARKANSAS Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Project Overview Project Details Reference ID Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Project Name Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Project Owner Andrea Foren Project Type IFB Department Purchasing The City of Fayetteville is accepting bids from qualified vendors for the purchase of specific brand -name harmonic filters and variable Project Description frequency drives (VFD's) equipment. Any questions concerning the bidding process should be addressed to Adonis Bwashi, City of Fayetteville Purchasing Agent, at abwashi@fayetteville-ar.gov or by calling (479)575-8258. Open Date Apr 11, 2021 12:00 AM CDT Close Date Apr 29, 2021 2:00 PM CDT Highest Scoring Supplier Score Mayer Electric Supply Inc 100 pts CITY OF FAYETTEVILLE ARKANS ARKANSAS Seal status Requested Information Required Forms (Signature Form) Arkansas Secretary of State Filling # DUNS: Unsealed on Apr 29, 2021 2:04 PM CDT Apr 29, 2021 2:04 PM CDT Apr 29, 2021 2:04 PM CDT Bid 21-39, Bid Form (BT-19JZ) Apr 29, 2021 2:04 PM CDT Conflict of Interest Unsealed by Adonis Bwashi Adonis Bwashi Adonis Bwashi Adonis Bwashi # Declaration of Conflict of Interest You have been chosen as a Committee member for this Evaluation. Please read the following information on conflict of interest to see if you have any problem or potential problem in serving on this committee. ## Code of Conduct All information related to submissions received from Suppliers or Service Providers must be kept confidential by Committee members. ## Conflict of Interest No member of a Committee shall participate in the evaluation if that Committee member or any member of his or her immediate family: * has direct or indirect financial interest in the award of the contract to any proponent; * is currently employed by, or is a consultant to or under contract to a proponent; * is negotiating or has an arrangement concerning future employment or contracting with any proponent; or, * has an ownership interest in, or is an officer or director of, any proponent. Please sign below acknowledging that you have received and read this information. If you have a conflict or potential conflict, please indicate your conflict on this acknowledgment form with information regarding the conflict. I have read and understood the provisions related to the conflict of interest when serving on the Evaluation Committee. If any such conflict of interest arises during the Committee's review of this project, I will immediately report it to the Purchasing Director. Name Date Signed Has a Conflict of Interest? Adonis Bwashi Apr 29, 2021 2:04 PM CDT No ( T Y -- ��FAYETTEVILLE ARKANSASAS Submissions Supplier Date Submitted Wade Company Apr 29, 2021 8:41 AM CDT Mayer Electric Supply Inc Project Criteria Criteria Total Base Bid Apr 29, 2021 2:25 PM CDT 20-39, Technical Specifications Total Name Danny Brown Email dbrown@wadecoinc.com Confirmation Code MTM3ODg1 Chris Glasco cglasco@mayerelectric.com MTM4MTlw Points Description 100 pts Lowest price offered on the Unit Pass/Fail Does the bid meet all minimum specifications? 100 pts P CITY OF .� FAYETTEVILLE ARKANSAS Scoring Summary Active Submissions Total Total Base Bid Supplier I / 100 pts I / 100 pts Mayer Electric Supply Inc 1 100 pts 1 100 pts ($48,985.88) Wade Company 1 54.46 pts 1 54.46 pts ($89,955.00) Page 5 of 5 20-48, Technical Specifications Pass/Fail Pass Pass CITY OF FAYETTEVILLE ARKANS ARKANSAS Signatures Name Andrea Foren (Project Owner) Adonis Bwashi (Evaluator) Signatures Andrea Digitally signed by Andrea Foren Foren Date: 2021.05.06 16:56:50-05'00' Digitally signed by Adonis Bwashi O I em it=abw nis Bwashi, email=abwashi@fayetteville-ar.gov, c=US Date: 2021.04.30 08:59:42-05'00' CITY OF City of Fayetteville, Arkansas Purchasing Division — Room 306 FAYETTEVILLE 113 W. Mountain Fayetteville, AR 72701 A R K A N S A S Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) DEADLINE: Thursday, April 29, 2021 before 2:00 PM, Local Time PRE -BID MEETING: Tuesday, April 20, 2021, at 10:30 AM at WRRF ACCEPTABLE DELIVERY METHODS: (1) City's third -party bidding platform, Bonfire OR (2) sealed and delivered directly to the City of Fayetteville as instructed in the advertisement PURCHASING AGENT: Adonis Bwashi, abwashi(@faye-tteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Sunday, April 11, 2021 No late bids shall be accepted. Bids shall be submitted in one of the following methods: (1) through the City's third -party bidding platform, Bonfire, or, (2) mailed and received ad the address in the invitation to bidders prior to the deadline or (3) delivering in person via sealed envelope by appointment only. Submitting through the City's electronic bidding platform is strongly encouraged. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager - Name of Firm: MAYER ELECTRIC SUPPLY INC Contact Person: CHRIS GLASCO Title: OUTSIDE ACCOUNT MGR E-Mail: CGLASCO@MAYERELECTRIC COM Phone: 479-648-1276 Business Address: 2800 S ZERO City: FORT SMITH Signature: { --_ { tate: AR City of Fayetteville, AR ' Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Page 1 of 15 Date: 04/26/2021 Zip: 72901 City of Fayetteville Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) The City of Fayetteville is accepting bids from qualified vendors for the purchase of specific brand -name harmonic filters and variable frequency drives (VFD's) equipment. Any questions concerning the bidding process should be addressed to Adonis Bwashi, City of Fayetteville Purchasing Agent, at abwashi@fayet_teville-ar_g0v or by calling (479)575-8258. A non -mandatory pre -bid meeting will be held on Tuesday, April 20, 2021, at 10:30 AM at West Side Wastewater Treatment Facility (WRRF), 15 S. Broyles Avenue, Fayetteville, AR 72704. All interested parties are strongly encouraged to attend. Bidding documents, and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gnv/bids. All bids shall be received by Thursday, April 29, 2021 before 2:00 PM, Local Time utilizing the electronic bidding software, by mail at the address listed below, or by submitting a sealed bid via special arrangements made with the City Purchasing Division in advanced by calling 479-575-8256 to schedule a delivery appointment. All bids shall be received prior to the bid deadline. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at htt2s://www.yautUbe.comjriserfcityoffayetteyillear. Late or misdirected bids shall not be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's technical equipment. City of Fayetteville Purchasing Division — Room 306 113 West Mountain Street Fayetteville, AR 72701 Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. The City of Fayetteville reserves the right to waive irregularities, to reject bids, and to postpone the award of the Contract for a period which shall not exceed beyond ninety calendar days from the bid opening date. City of Fayetteville By: Adonis Bwashi, Purchasing Agent P: 479.575.8258 abwashi@fayetteville-ar.gov TDD (Telecommunicotions Device for the Deaf): (479) 521-1316 Date of advertisement: 04/11/2021 City of Fayetteville, AR Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Page 2 of 15 City of Fayetteville Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Bid Form DATE REQUIRED AS A COMPLETE UNIT: 120 CALENDAR DAYS FROM DATE OF ORDER F.O.B. West Side Wastewater Treatment Facility, 15 S. Broyles Avenue, Fayetteville, AR 72704 Refer to electronic platform to complete Bid Form (bid pricing and total base bid) ALL BIDDERS SHALL READ THE "TECHNICAL SPECIFICATION" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THE PROVIDED' TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. Bids shall be submitted on this bid form in its entirety AND accompanied by descriptive literature on the products being bid. The City reserves the right to award this bid based on the City's best interest at the time of product order. City of Fayetteville, AR Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Page 3 of 1S City of Fayetteville Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Bid Form DATE REQUIRED AS A COMPLETE UNIT: 120 CALENDAR DAYS FROM DATE OF ORDER F.O.B. West Side Wastewater Treatment Facility, 15 S. Broyles Avenue, Fayetteville, AR 72704 F.O.B. Hamestring Lift -Station, 2053 N Sunshine Rd, Fayetteville, AR 72704 ITEM: DESCRIPTION QTY I *PRICE EACH *TOTAL. PRICE West Side WRRF (15 S. Broyles Avenue, Fayetteville, AR 72704) 1 New Altivar Process ATV630 series VFD 8 controllers for 60HP, 460V, 88 Amp $ _ 3 ( nh �4O drives. Model M ATV630D45N4 (see N Data Sheet Insert) 2 New Altivar Process ATV630 series 10 2 _ HP, 460V, 16 Amp Drives. $ 1 hcr-l.hq $ Q Model M ATV630U75N4 (see Data Sheet Insert) 3 New Altivar Process ATV 600 series Door 10 Mounted Remote HMI Keypad. $ �_° $ 4 3°I. CYJ Model #: VW3A1112 (see Data Sheet insert) 4 New Altivar Process ATV 600 series Data 10 Cables. $ $ 2--n -90_ Model M VW3A1104R30 (see Data Sheet insert) New MTE Matrix` AP Harmonic Filter ,, 2 with Capacitor Bank. $ $ )-4 000 . Open style, 480V/83 Amp Rated Model#: MAPP0083DO02 (see Data Sheet insert) 6 New MTE Matrix• AP Harmonic Filters, 6 _ with Capacitor Bank. $ - $ 2 . Lt±C) _[ Open style, 600V/83 Amp Rated Model#: MAPP0083EO02 (see Data Sheet insert) 7 New MTE Matrix' AP Harmonic Filters, 2 with Capacitor Bank. $ `110S. 2C) Open style, 48OV/14 Amp Rated Model#: MAPP0014D (see Data Sheet insert) g Manufacturer Certified Technician For: $ 1. On-slte new system commissioning L 2. Site Specific programming & calibrations 3. Start-up &'Full load' Performance4 Testing City of Fayetteville, AR Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Page 3 of 15 Total Delivery Fee 1 $- �e $ DC� (at both locations, F.O.B. - Destination) — TOTAL BASE BID: $ ALL BIDDERS SHALL COMPLETE THE "TECHNICAL SPECIFICATION" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THE PROVIDED "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. Bids shall be submitted on this bid form in its entire AND accompanied by descriptive literature on the products being bid. The City reserves the right to award this bid based on the City's best interest at the time of product order. City of Fayetteville, AR Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Page 4 of 15 EXECUTION OF BID - Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production option. Upon signing this Bid, the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 4. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 5. I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein is accurate and true. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 7. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. X 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): 8. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. As A bidder on this project, you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. a. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. City of Fayetteville, AR Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Page 5 of 1S b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: MAYER ELECTRIC SUPPLY Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name *BUSINESS ADDRESS: 2800 S ZERO *CITY: FORT SMITH *STATE: AR *ZIP: 72901 *PHONE: 479-648-1276 *E-MAIL: CGLASCO@MAYERELECTRIC.COM *BY: (PRINTED NAME) CHRIS GLASCO *AUTHORIZED SIGNATURE: r *TITLE: OUTSIDE ACCOUNT MGR DUNS NUMBER: 006900419 FAX: 479-648-3184 CAGE NUMBER: 3P275 *TAX ID NUMBER: 63-0274133 Acknowledge Addendums: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated Acknowledged by - ALL BIDDERS SHALL COMPLETE THE "TECHNICAL SPECIFICATION" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THE PROVIDED "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. City of Fayetteville, AR Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Page 6 of 15 City of Fayetteville Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) General Terms and Conditions 1. SUBMISSION OF BID & BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. c. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www iayetteville-ar gov/tale,. All bids shall be received by Thursday, Aril 29 2021 before 2:00 PM Local Time utilizing the electronic bidding software. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at htt s: www. Dutube . co ml user cit offa etteviIlear. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's technical equipment. d. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at 479.575.8258 to ensure correct receipt of bidding documents 2riz to opening time and date listed on the bid form. e. Bidders shall have experience in providing products and/or services of the same or similar nature. f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its response to the bid. Failure to do so may lead the City to declare any such term non- negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before the time as shown by the atomic clock located in the Purchasing Division Office. h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City reserves the right to award bids in their entirety, none, or by line item. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, City of Fayetteville, AR Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Page 7 of 15 size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract with the City'. b. All bidders shall promptly notify Adonis Bwashi, City Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the bidder's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the bidder may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the bidder. The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of notification. 7. WITHDRAWL OF PROPOSAL: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. 8. LATE PROPOSAL OR MODIFICATIONS: Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at (479) 575-8220 to insure receipt of their submittal documents City of Fayetteville, AR Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Page 8 of 15 prior to opening time and date listed. 9. LOCAL STATE AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 12. RIGHT TO AUDIT, FOIA, AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases between the City and said vendor. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will 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. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City. City of Fayetteville, AR Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Page 9 of 15 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or penalty for untimely payments. Payments can be processed through bidder's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actually performed by the bidder would not justify such fee. The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be made after approval and acceptance of work and submission of invoice. Payments will be made within 30 days of accepted invoice. 18. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. City of Fayetteville, AR Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Page 10 of 15 19. ASSIGNMENT SUBCONTRACTING CORPORATE ACQUISITIONS AND/OR MERGERS: The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bid der's/proposer's/protector's staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. 22. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24. INTEGRITY OF BID DOCUMENTS: City of Fayetteville, AR Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Page 11 of 15 Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. OTHER GENERAL CONDITIONS: a. Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. b. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented. Sales taxshall not be included in the bid price. Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project. c. Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville. d. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. e. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the bidder's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. g. If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. h. NOTE: Any uncertainties shall be brought to the attention to Adonis Bwashi immediately via telephone (479.575.8258) or e-mail (abwashiMayetteville-ar.g,av). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Adonis Bwashi, City of Fayetteville, Purchasing Agent via e-mail (abwashi fa ettevilie-ar. Dv) or telephone (479.575.8258). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if City of Fayetteville, AR Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Page 12 of 15 any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a bid's content or to exclude any relevant or essential data. k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful bidder shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. m. The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville. 26. INVOICING: All invoices shall be presented to the City with the minimum information listed below. a. City Department that ordered the materials or services b. Order Date c. Delivery date or the date of services d. Name of the City Employee that requested or picked up the goods, materials, or service e. Bid Number that applies to the purchase and invoices. Amounts in the bid shall match invoicing. 27. ATTACHMENTS TO BID DOCUMENTS: Data sheets attached. City of Fayetteville, AR Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Page 13 of 15 City of Fayetteville Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Technical Specification ALL BIDDERS SHALL COMPLETE THIS "TECHNICAL SPECIFICATION" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THIS "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. BIDDING REQUIREMENTS: NOTICE: THIS SECTION CAN BE COMPLETED ON THE FOLLOWING MANNER: When given a specification option containing a blank (example a, ), bidder shall write a "check mark" or write "Yes" indicating yes if the accompanied specification is met. In the event a specification cannot be met, bidder shall indicate so by writing in "no" and writing on the City's laid forms how the specification is not met or how the unit(s) bid differ from what has been specified. Leaving item blank shall indicate bidder does not meet the listed $pecificatfon and can result in bidder DISQUALIFICATION. Bidders shall NOT supply warranty oa ers for the City to interpret whether a warranty specification is met or not. 1.GENERAL- 1.1 All unit(s) bid shall meet or exceed the minimum requirements or they will be deemed incomplete and will not be considered for bid award. 1.2 All specifications written are to minimums, unless otherwise noted. These specifications are for supplying specific brand -name harmonic filters and Variable Frequency Drives equipment for the West Side WRRF. 2.INSTALLATION — 2.1 The Bidder will be responsible for providing the specified name brand and model harmonic filter and VFD equipment (with applicable auxiliary components) necessary for full compatibility with ancillary components for upgrading the facility Aerator MCC's. 2.2 The Owner (City of Fayetteville) will provide ancillary equipment, coordinate the mounting, and electrical installation of the systems. 2.3 The Bidder shall also provide by an on -site Manufacturer -certified Technician who will PROVIDE start-up programming, DETERMINATE appropriate electrical connections, site - specific calibration programming appropriate for the operational demands of the individual motors following installations. 2.4 The on -site Manufacturer -Certified Technician will also be responsible for the post -installation site visit for on -site new system commissioning, start-up programming and calibrations (equipment testing which will include site -specific calibration -adjustments), and start-up and "Full Load" Performance Testing. City of Fayetteville, AR Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD"s) Page 14 of 15 3. PERFORMANCE TESTING 3.1 Final and successful acceptance of product(s) will follow successful performance demonstration at varying 'representative' loads for both aerator and pump motors. 3.2 Owner or Qualified Agent will be present for all equipment start-up programming and sign -off on equipment adjustment calibrations prior to Final Acceptance of all equipment(s). 4. DELIVERY/DOCUMENTATION 4.1 All units shall be delivered FOB Destination to the City's West Side Water Resource Recovery Facility (WRRF), located at 15 S. Broyles Avenue, Fayetteville, AR 72704, and Hamestring Lift - Station, located at 2053 N Sunshine Rd, Fayetteville, AR 72704 for compliance review and final acceptance. 4.2 Delivery shall include the following documents as a minimum: 1. Dealer invoice 2. Parts Manual 3. Service Manual 4.3 Unit shall be fully assembled, serviced, and ready for operation as delivered. 5. MANUALS 5.1 The successful bidder agrees to furnish each of the following submittal information: 1. A written description of equipment makes, models and quantities. o Provision of the specified equipment brands and model types are minimum requirements as standardization of multiple Motor Control Centers (MCC's), and subsequent components, are critical for third -party installation which requires 'mirror -image' system configurations. o All equipment and components shall be new; any after -market or refurbished equipment shall not be considered meeting specification requirements. Contact information of locally available technical support for addressing issues related to equipment start-up, site -specific calibration -adjustments, maintenance needs and general operational troubleshooting. , 3. Statement of pricing for on -site technical support service for start-up and site -specific calibration programming for harmonic filters & VFD equipment after installations. 6. TECHNICAL & WARRANTY SUPPORT SERVICES I. Qualified bidders shall demonstrate availability of, and provide pricing for, local technical support for on -site response for initial start-up, calibration adjustment and troubleshooting services. An hourly or on -call labor rate for local technical support shall be included in the final bid. (Optional extended warranty if any) 2. Harmonic filters and VFD's will have a minimum 1-year manufacturer standard warranty. City of Fayetteville, AR Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) Page 15 of 15 Arkansas Secretary of State Page 1 of 1 O Search Incorporations, Cooperatives, Banks and Insurance Companies Notice Tins K onrh a eretrmrary WE and no guarantee that a name is available for initial filing until a confirmation has been received from the Secretary of Slate after filing has been processed .. _. ;mod h� Vare101t LLC Member information is now confidential per Act 865 of 2007 Use your browsers back button to return to the Search Results Begin New Search For service of process contact the •:. a sury of State s offc r Corporation Name MAYER ELECTRIC SUPPLY COMPANY, INC. Fictitious Names Filing 0 811149185 Filing Type Foreign For Profit Corporation Fled under Act Dom Bus Corp; 958 of 1987 Status Good Standing Principal Address 3405 4TH AVENUE SOUTH BIRMINGHAM, AL 35222 Reg. Agent C T CORPORATION SYSTEM Agent Address 124 WEST CAPITOL AVENUE, SUITE 1900 LITTLE ROCK, AR 72201 Date Fled 11/07/2017 Of icere DAVID MORGAN , InoorporstodOrganizer BRYAN C CHAUVIN , Tax Preparer JAMES W SMITH, President CHARLES A COLLAT JR. Secretary DAVID L MORGAN , Vies-Presldent KAREN F SMITH, Controller Foreign Name MAYER ELECTRIC SUPPLY COMPANY, INC. Foreign Address 3405 4TH AVENUE SOUTH BIRMINGHAM, AL 35222 State of Origin DE Pchsse_s4!4�a cop Pay Frint hitsa Tgx for thks coraoratkan Stand Ina toe, this Enufv https://www.sos.arkansas.govlcorpslsearch_corps.php?DETAIL=491176&corp type_id=... 4/26/2021 Item Number Item Descriptiol Quantity Requii Unit Price #1-1 New Altivar Process 8 3575.3 #1-2 New Altivar Process 2 1064.09 #1-3 New Altivar Process 10 43.9 #1-4 New Altivar Process 10 27.79 #1-5 New MTE Matrix° Al 2 2000 #1-6 New MTE Matrix° Al 6 2000 #1-7 New MTE Matrix° Al 2 769.2 #1-8 Manufacturer Certifi 1 0 #1-9 Total Delivery Fee (a 1 0 4/29/2021 Proposal Data Back to Project Bid 21-39, Harmonic Filters and Variable Frequency Drives (VFD's) - Proposal Data Show/Hide O Search Supplier Arkansas Secretary of State Filling # DUN; Mayer Electric Supply Inc i 006900419 Scorecard Open... Wade Company 2 10311751 Scorecard Open... C https://fayetteville-ar.bonfirehub.com/projects/42217/proposal Data 1 /1 AIT SERVICES, INC. Date: May 3, 2021 To: Jerry Genz Jacobs/Fayetteville From: Dan Bolton AIT Services, Inc. Re: Ribbon Blender Price Jerry, The price below is for a replacement shafted ribbon blender for your existing dryer dry product surge bin. This price does not include the vessel, bearings, or any other component. Price: $19,625.00 Lead Time: Estimated 8 —10 Weeks ARO and Down Payment Not Included: Any State or Local Taxes, Installation or Freight Terms: 50% Down with PO — 50% Net 30 Upon Completion Freight: Estimated maximum freight cost - $4,000. Note: The ribbon blender design is taken from the original files of Fayetteville generated when the dryer was manufactured by Fenton Environmental Technologies, Inc. The drawings of the ribbon blender from these files now owned by AIT were submitted to the original manufacturer and supplier of the complete surge bin mixer for pricing. While AIT believes the ribbon blender proposed should be a direct replacement for the existing component, no guarantee or warranty of such can be provided unless exact measurements if the existing component can be compared to the drawings on file. If you have any questions, please let us know. Thanks, Dan Bolton P.O. Box 2333 1100 CR 134 Phone: 325-646-9754 Brownwood, TX 76804 Brownwood, TX 76801 Fax: 325-649-9658 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Ordinance: 6147 File Number: 2018-0741 AIT SERVICES, INC.: AN ORDINANCE TO WAIVE THE REQUIREMENTS OF FORMAL COMPETITIVE BIDDING AND AUTHORIZE THE PURCHASE OF SPARE PARTS AND REPAIR SERVICES FOR THE THERMAL DRYING UNIT LOCATED AT THE BIOSOLIDS MANAGEMENT SITE FROM AIT SERVICES, INC. IN THE AMOUNT OF $117,917.67 PLUS APPLICABLE TAXES, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $20,000.00, AND TO WAIVE THE REQUIREMENTS OF FORMAL COMPETITIVE BIDDING FOR FUTURE PURCHASES OF PARTS AND REPAIR SERVICES FOR THE THERMAL DRYING UNIT FROM AIT SERVICES, INC. THROUGH DECEMBER 31, 2021 WHEREAS, the thermal dryer located at the City's Biosolids Management Site has helped save the City approximately $1,000,000.00 in landfill costs and generated $48,500.00 in revenue through fertilizer sales to the public in 2018; and WHEREAS, a recent inspection identified stress damage to split bearings, critical parts that support each end of the rotating drum, and the replacement or repair of the bearings and other worn or failing components should extend the life of the dryer up to five more years; and WHEREAS, AIT Services, Inc. is the sole provider of replacement parts for the thermal dryer. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby determines an exceptional situation exists in which competitive bidding is deemed not feasible or practical and therefore waives the requirements of formal competitive bidding and authorizes the purchase of spare parts for the thermal drying unit located at the Biosolids Management Site from AIT Services, Inc. in the amount of $117,917.67 plus applicable taxes, and further approves a project contingency in the amount of $20,000.00. Page 1 Printed on 217119 Ordinance Number.' 6147 File Number.' 2018-0741 Section 2: That the City Council of the City of Fayetteville, Arkansas hereby determines that, because AIT Services, Inc. is the sole provider of replacement parts for the dryer unit, an exceptional situation exists in which competitive bidding is deemed not feasible or practical for future purchases and therefore waives the requirements of formal competitive bidding through December 31, 2021. PASSED and APPROVED on 2/5/2019 Attest: Lisa Branson, Deputy City Q,FK T ►i, ' f A YE EVILtf :;Iu r I..F�•��. C Page 2 Printed on 217119 CITY nv T EMI LLE AR I[A RKAN N SA3i BID TABULATION BID 21-44, CLARIFIER SCUM PUMP REPLACEMENT Deadline: Wednesday, May 05, 2021 at 2:00 PM, Local Time Total Base Bid Environmental Technical Sales Haynes Pump & Process LLC Instrument & Supply, Inc $12,150.00 $13,986.00 $20,832.00 Item # Items Description Quantity Required Manufacturer Model Unit Price Total Cost Manufacturer Model Unit Price Total Cost 11 Manufacturer Model Unit Price Total cost #0-1 Clarifier Scum Pump 1 Vogelsang VX-136 $12,150.00 $12,150.00 NETZSCH Tornado T1 X13-4 $13,986.00 $13,986.0011 Boerger CL390 $20,832.00 $20,832.00 *NOTICE: Bid award is contigent upon vendor meeting minimum specifications and formal authorization by City Officials. CITY OF FAYETTEVILLE ARKANS ARKANSAS Bid 21-44, Clarifier Scum Pump Replacement Project Overview Project Details Reference ID Bid 21-44, Clarifier Scum Pump Replacement Project Name Bid 21-44, Clarifier Scum Pump Replacement Andrea Foren IFB Project Owner Project Type Department Purchasing The City is seeking bids from qualified vendors for the supplying a rotary lobe style replacement pump at the Paul R Noland Wastewater Treatment Facility. Installation of the pump and will be the responsibility Project Description of the City. Any questions concerning the bidding process should be addressed to Adonis Bwashi, City of Fayetteville Purchasing Agent, at abwashi@fayetteville ar.gov or by calling (479)575 8258. Open Date i Apr 18, 2021 12:00 AM CDT Close Date I May 05, 2021 2:00 PM CDT Highest Scoring Supplier Score Environmental Technical Sales 100 pts CITY OF FAYETTEVILLE ARKANS ARKANSAS Seal status Requested Information Bid Document - (Completed & Signed) W-9 Form Arkansas Secretary of State Filling # LIO 1;3 Bid Tab 21-44, Clarifier Scum Pump Replacement (BT-68CH) Conflict of Interest Unsealed on Unsealed by May 05, 2021 2:02 PM CDT Adonis Bwashi May 05, 2021 2:02 PM CDT Adonis Bwashi May 05, 2021 2:02 PM CDT Adonis Bwashi May 05, 2021 2:02 PM CDT Adonis Bwashi May 05, 2021 2:02 PM CDT Adonis Bwashi # Declaration of Conflict of Interest You have been chosen as a Committee member for this Evaluation. Please read the following information on conflict of interest to see if you have any problem or potential problem in serving on this committee. ## Code of Conduct All information related to submissions received from Suppliers or Service Providers must be kept confidential by Committee members. ## Conflict of Interest No member of a Committee shall participate in the evaluation if that Committee member or any member of his or her immediate family: * has direct or indirect financial interest in the award of the contract to any proponent; * is currently employed by, or is a consultant to or under contract to a proponent; * is negotiating or has an arrangement concerning future employment or contracting with any proponent; or, * has an ownership interest in, or is an officer or director of, any proponent. Please sign below acknowledging that you have received and read this information. If you have a conflict or potential conflict, please indicate your conflict on this acknowledgment form with information regarding the conflict. I have read and understood the provisions related to the conflict of interest when serving on the Evaluation Committee. If any such conflict of interest arises during the Committee's review of this project, I will immediately report it to the Purchasing Director. Name Date Signed Has a Conflict of Interest? Adonis Bwashi May 05, 2021 2:02 PM CDT No CIT of FA EVILLE ARKANSKAA$ Submissions Supplier Instrument & Supply, Inc Environmental Technical Sales Date Submitted Name Email May 03, 2021 12:40 PM Chris Enloe cenloe@isiequip.com CDT May 04, 2021 4:41 PM Melissa Clouatre mclouatre@etec-sales.com CDT Confirmation Code MTM4Nzc5 MTM5MTY1 Haynes Pump & Process May 07, 2021 2:05 PM Wes Ivory wes@haynes-pump.com MTM5OTgx LLC CDT CITY OF .� FAYETTEVILLE ARKANSAS Project Criteria Criteria Points Total Base Bid 100 pts 21-45, Technical Specifications Pass/Fail Total ' 100 pts Description Lowest price offered on the Unit Does the bid meet all minimum specifications? P CITY OF .� FAYETTEVILLE ARKANSAS Scoring Summary Active Submissions Total Total Base Bid Supplier I / 100 pts / 100 pts Environmental Technical Sales 1 100 pts 1 100 pts ($12,150.00) Haynes Pump & Process LLC 1 86.87 pts 1 86.87 pts ($13,986.00) Instrument & Supply, Inc 1 58.32 pts 1 58.32 pts ($20,832.00) Page 6 of 9 21-45, Technical Specifications Pass/Fail Pass Pass Pass CTv OF FAY ETTEVILLE ARKANSA$ Proposal Score Comments Instrument & Supply, Inc - Scoring Comments Total Base Bid - Reviewer Scores Reviewer Score Reason Comments Adonis Bwashi 58.32 pts ($20,832.00) - 3rd Lowest price offered on the unit. 21-45, Technical Specifications - Reviewer Scores Reviewer Score Reason Comments Adonis Bwashi Pass Meets the requirement(s) Met all minimum technical specifications. CITY OF FAYETTEVILLE ARKANS ARKANSAS Environmental Technical Sales - Scoring Comments Total Base Bid - Reviewer Scores Reviewer Adonis Bwashi Score Reason Comments 100 pts ($12,150.00) - 15t Lowest price offered on the unit. 21-45, Technical Specifications - Reviewer Scores Reviewer Adonis Bwashi Reason Comments Meets the requirement(s) Met the minimum technical specification required. CITY OF .W FAYETTEVILLE ARKANSAS Haynes Pump & Process LLC - Scoring Comments Total Base Bid - Reviewer Scores Reviewer I Score I Reason Adonis Bwashi 86.87 pts ($13,986.00) - 21-45, Technical Specifications - Reviewer Scores Reviewer Scor Adonis Bwashi Pass Reason Meets the requirement(s) Comments Second lowest price offered on the unit. Comments Met minimum technical specifications. CITY OF .� FAYETTEVILLE ARKANS ARKANSAS Signatures Name Signatures Andrea Foren Andrea Digitally signed by Andrea Foren (Project Owner) Date: 2021.05.11 10:08:08 F o re n-05'00' Adonis Bwashi Digitally signed by Adonis Bwashi DN: cn=Adonis Bwashi, (Evaluator) 0� email=abwashi@fayetteville-ar.gov, c=US Date: 2021.05.07 15:45:33-05'00' W-9 Request for Taxpayer Give Form to the Form Identification Number and Certification requester. Do not (Rev. October 2018) Department of the Treasury send to the IRS. Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. ETEC SERVICES, INC. 2 Business name/disregarded entity name, if different from above ca 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to mfollowing seven boxes. certain entities, not Individuals; see n o ❑ Indivlduavaole proprietor or El Corporation ✓❑ S Corporation El Partnership ❑ TrosVestate instructions on page 3); W single -member LLC Exempt payee code (if any) di ao ?� :U ❑Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► `a 2 Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting r, c LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (1f any) ^ another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that ti is disregarded from the owner should check the appropriate box for the tax classification of its owner. O m ❑ Other (see instructions) 10,(Pppem to •sours mNnbM•OouaCe Me U.a) y 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) y 7731 OFFICE PARK BLVD 8 City, state, and ZIP code BATON ROUGE, LA 70809 FAYETTEVILLE, AR 7 List account number(s) here (optional K7 Ma Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid I Social security number backup withholding. For individuals,etorrthis this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other — m — entities, it is your employer Identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is In more than one name, see the instructions for line 1. Also see What Name and I Employer identification number Number To Give the Requester for guidelines on whose number to enter. 7 2— 1 1 4 1 9 1 8 1 5 1 8 1 7 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer Identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA oode(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax retum. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to wwvvJrs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security, number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an Information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-5 (proceeds from real estate transactions) • Form 1099-K (merchant card and third parry network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat No. 10231X Form W-V (Rev. 10-2018) City of Fayetteville, Arkansas CITY OF Purchasing Division —Room 306 _ FAYETTEVILLE 113 W. Mountain Fayetteville, AR 72701 ARKANSAS Phone: 479.575.8258 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 21-44, Clarifier Scum Pump Replacement DEADLINE: Wednesday, May 05, 2021 before 2:00 PM, Local Time DELIVERY LOCATION: Room 306 — 113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Adonis Bwashi, abwashi@fayetteville-ar.Rov DATE OF ISSUE AND ADVERTISEMENT: Sunday, April 18, 2021 INVITATION TO BID Bid 21-44., Clarifier Scum Pump Replacement No late bids will be accepted. Bids shall be submitted in one of the following methods: (1) through the City's third -party bidding platform, Bonfire, or, (2) mailed and received ad the address in the invitation to bidders prior to the deadline or (3) delivering in person via sealed envelope by appointment only. Submitting through the City's electronic bidding platform is strongly encouraged. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager. Name of Firm: ETEC Services, Inc. Contact Person: Kathryn Terito E-Mai I : kterito@etec-sales.com Business Address: 7731 Office Park Blvd. Title: Contract Adminstrator Phone: (225) 295-1200 City: Baton Rouge State: LA � Signature. Date: City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page 1 of 17 Zip: 5/4/21 70809 City of Fayetteville Bid 21-44, Clarifier Scum Pump Replacement Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 21-44, Clarifier Scum Pump Replacement The City is seeking bids from qualified vendors for the supplying a rotary lobe style replacement pump at the Paul R Noland Wastewater Treatment Facility. Installation of the pump and will be the responsibility of the City. Any questions concerning the bidding process should be addressed to Adonis Bwashi, City of Fayetteville Purchasing Agent, at abwashi@fayetteville-ar.gov or by calling (479)575-8258. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.favetteville-ar.gov/bids. All bids shall be received by Wednesday, May 05, 2021 before 2:00 PM, Local Time utilizing the electronic bidding software. All bids are due before the time stated. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/citVoffaVettevillear. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's technical equipment. City of Fayetteville Purchasing Division — Room 306 113 West Mountain Street Fayetteville, AR 72701 Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. The City of Fayetteville reserves the right to waive irregularities, to reject bids, and to postpone the award of the Contract for a period of time which shall not exceed beyond ninety calendar days from the bid opening date. City of Fayetteville By: Adonis Bwashi, Purchasing Agent P: 479.575.8258 abwashi@fayetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 04/18/2021 City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page 2 of 17 City of Fayetteville Bid 21-44, Clarifier Scum Pump Replacement Bid Form DATE REQUIRED AS A COMPLETE UNIT: 120 CALENDAR DAYS FROM DATE OF ORDER F.O.B. 1400 N Fox Hunter Rd., Fayetteville, AR 72701 Refer to electronic platform to complete Bid Form (bid pricing and total base bid) ALL BIDDERS SHALL COMPLETE THE "TECHNICAL SPECIFICATION" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THE PROVIDED "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. Bids shall be submitted on this bid form in its entirety AND accompanied by descriptive literature on the products being bid. The City reserves the right to award this bid based on the City's best interest at the time of product and/or service order. THIS BID FORM CONTINUES ON THE NEXT PAGE... City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page 3 of 17 EXECUTION OF BID - Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production option. Upon signing this Bid, the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 4. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. S. I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein is accurate and true. 6. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 7. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. x 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): 8. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. 9. As A bidder on this project, you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. a. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page 4 of 17 by any federal department or agency. Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: ETEC Services, Inc. Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name *BUSINESS ADDRESS: 7731 Office Park Blvd *CITY: Baton Rouge *STATE: LA *ZIP: 70809 *PHONE: (225) 295-1200 FAX: (225) 295-1800 *E-MAIL: kterito@etec-sales.com *BY: (PRINTED NAME) Kathryn Terito *AUTHORIZED SIGNATURE: *TITLE: Contract Administrator DUNS NUMBER: 838718161 CAGE NUMBER: *TAX ID NUMBER: 72-1498587 Acknowledge Addendums: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: ALL BIDDERS SHALL COMPLETE THE "TECHNICAL SPECIFICATION"" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THE PROVIDED 'TECHNICAL SPECIFICATION"" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION-, City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page S of 17 City of Fayetteville Bid 21-44, Clarifier Scum Pump Replacement General Terms and Conditions 1. SUBMISSION OF BID & BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. c. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.faVetteville-ar.gov/bids. All bids shall be received by Wednesday, May 05, 2021 before 2:00 PM, local time utilizing the electronic bidding software. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/cityoffayetteviIlear. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's technical equipment. d. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at 479.575.8258 to ensure correct receipt of bidding documents prior to opening time and date listed on the bid form. e. Bidders shall have experience in providing products and/or services of the same or similar nature. f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its response to the bid. Failure to do so may lead the City to declare any such term non- negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before the time as shown by the atomic clock located in the Purchasing Division Office. h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City reserves the right to award bids in their entirety, none, or by line item. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page 6 of 17 quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. The City of Fayetteville reserves the right to accept or reject any or all bids. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract with the City'. b. All bidders shall promptly notify Adonis Bwashi, City Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the bidder's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the bidder may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the bidder. The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of notification. 7. WITH DRAWL OF PROPOSAL: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. 8. LATE PROPOSAL OR MODIFICATIONS: Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at (479) 575-8258 to insure receipt of their submittal documents City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page 7 of 17 prior to opening time and date listed. 9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 12. RIGHT TO AUDIT. FOIA. AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases between the City and said vendor. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will 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. c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page 8 of 17 goods and payment thereof by the City. 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or penalty for untimely payments. Payments can be processed through bidder's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actually performed by the bidder would not justify such fee. The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be made after approval and acceptance of work and submission of invoice. Payments will be made within 30 days of accepted invoice. 18. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page 9 of 17 d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder's/proposer's/protector's staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. 22. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page 10 of 17 individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. OTHER GENERAL CONDITIONS: Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. b. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented. Sales taxshall not be included in the bid price. Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project. c. Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville. d. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. e. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. f. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the bidder's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. g. If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. h. NOTE: Any uncertainties shall be brought to the attention to Adonis Bwashi immediately via telephone (479.575.8258) or e-mail (abwashi@favetteville-ar.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page 11 of 17 ask questions to enable all bidders to be on equal bidding terms. i. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Adonis Bwashi, City of Fayetteville, Purchasing Agent via e-mail (abwashi@fayetteville-ar.gov) or telephone (479.575.8258). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. j. Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a bid's content or to exclude any relevant or essential data. k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful bidder shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. m. The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville. 26. INVOICING: All invoices shall be presented to the City with the minimum information listed below. a. City Department that ordered the materials or services b. Order Date c. Delivery date or the date of services d. Name of the City Employee that requested or picked up the goods, materials, or service e. Bid Number that applies to the purchase and invoices. Amounts in the bid shall match invoicing. 27. ATTACHMENTS TO BID DOCUMENTS: a. Drawings & Precise Dimensions required for a Boerger Model CL 390 or equivalent rotary lobe pump City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page 12 of 17 City of Fayetteville Bid 21-44, Clarifier Scum Pump Replacement Technical Specification ALL BIDDERS SHALL COMPLETE THIS "TECHNICAL SPECIFICATION" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THIS "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. BIDDING REQUIREMENTS: o NOTICE: THIS SECTION CAN BE COMPLETED ON THE FOLLOWING MANNER: When given a specification option containing a blank (example a. ), bidder shall write a "check mark" or write "ides" indicating yes if the accompanied specification is met. In the event a specification cannot be met, bidder shall indicate so by writing in "no" and writing on the City's bid forms how the specification is not met or how the unit(s) bid differ from what has been specified. Leaving item blank shall indicate bidder does not meet the listed specification and can result in bidder DISQUALIFICATION. o Bidders shall NOT supply warranty papers for the City to interpret whether a warranty specification is met or not. DELIVERY LOCATION & INFORMATION Paul R Noland Wastewater Treatment Facility 1400 N Fox Hunter Rd - Fayetteville, AR Paul R. Noland WRRF — Scum Pump for Secondary Clarifier #2 MISCELLANEOUS REQUIREMENTS This specification is for supplying a rotary lobe style replacement pump for one (1) Boerger Model CL 390 heavy-duty process pump, or equivalent. The pump shall be a complete pump skid with motor in an inline configuration. Physical and electrical installation of the pump and all ancillary appurtenances will be the responsibility of the Cam. In addition to meeting all Pump Specification requirements, qualifying bids shall include the following submittal information: (a) A completed Pump Characteristics Checklist (see below) (b) A certification of the warranty and statement of extended warranty if any, (c) A detailed set of installation instructions including a contact name and telephone number for technical support, (d) A factory certified performance pump curve. PUMP SPECIFICATIONS City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page 13 of 17 I. One (1) pump herein shall be a replacement rotary lobe pump for a Boerger Model CL 390 or equivalent. Reference to this particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified, will be acceptable for consideration. II. The new pump configuration shall be fully compatible as a replacement for the following existing pump: a. Serial Number C-5846 and b. Assembly Number 019109300221 III. The pump shall coincide with the following process pump characteristics: a. Pump — Industrial Duty (ID) grade b. Model — Boerger Model CL 390 or equivalent rotary lobe pump C. Performance — Compatible with Boerger Model CL 390 Series pump or 250 gpm at 40 psi. d. Wear plates — replaceable axial and radial steel wear plates e. Port — Flanged Port Option with outside to outside flange dimensions of 23 %". f. Relief Valve — No Relief Valve g. V Seals — Maintenance free single acting mechanical h. Complete pump skid with motor in an inline configuration INDUSTRIAL PUMP CHARACTERISTICS CHECKLIST: Bidder confirms the price bid includes the following requirements by acknowledging the following. Bidders shall complete the checklist below and submit response with bid. Failure to submit a response on the checklist below can result in bid rejection. a. One replacement pump specification for Boerger-brand, Industrial Duty (ID)Model CL 390 Series process pump or equal Yes V No b. Maintenance free single acting mechanical seals Yes No c. Flanged /6-inch Port with 23 1/4" dimensions outside to outside. Yes v No City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page 14 of 17 d. No Relief Valve Inclusion Yes V No e. Rotary lobe pump Yes V No f. Replaceable axial and radial steel wear plates Yes V No WARRANTY REQUIREMENTS Pump shall have a minimum 1-year manufacturer standard warranty beginning with the date of delivery acceptance to the City of Fayetteville. Bidders shall submit the following written documentation with bid response: a. A detailed set of installation instructions including a contact name and telephone number for technical support, b. A factory certified performance pump curve City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page 15 of 17 _ o i 23 114" 59 1 f 16° ANSI 6" ANSI 6' IINII 3 14"T- 12_ 1�1 1I11V _ �—0 71T —4 6 1 is" 23 I f4" 44 11116" 4$ 114" FFff%VAUAW03*MCNTJL x.rawrrnixirtrum a xs FFYnL d M MF PF.N Fh OF 5 i[ VYi�f hk A—W.. i'- AN, UPFM.i1d Y W*.,..*f,rHWFK Model: CL 390 Gear: NDrd - In -Line 5K- 2 I OTC ALL�bNSIwIkr� �.y1. �._T- �OU4ter, .rJ HP Urns oxr+DmiE m I ED uwm - Ta-ou m 2 irr wm SIZE DING.. NO. eo NOT SC F'a XW. SHEt I fs- A D-004-B07 ,� This page intentionally left blank. City of Fayetteville, AR Bid 21-44, Clarifier Scum Pump Replacement Page 17 of 17 Environmental Technical Sales, m ETEC Services, Inc 0 Attn: Accounts Payable Chad Cooley 0 7731 Office Park Blvd a Baton Rouge, LA 70809 O (501) 978-1025 ccooley@a etec-sales.com U Cn OGELSANG Quote #: 117192 v. 00 �1�1 11111 I I III I 1111 II I 1!II II Date: 04.19.2021 No. of Pages: 3 Valid To: 07.18.2021 Delivery Terms: PPA (PrePay and Ad Credit Terms: Net 30 Project Name: Bid 21-44, Clarifier Scum Pump Replaceme Any item not specifically listed in the quotation will not be supplied by Vogelsang. Questions? Please contact:Anthony Kowalik at 330-520-2230 or anthonyk@vogelsangusa.com Line # P/N# Qty Description Exceptions and Clarifications We are offering our rotary lobe pump as an alternative to the named manufacturer. We will match the 23.25" flange to flange dimension 15 hp is required based on the design points provided. Delivery 4-6 Weeks ARO Bid 21-44, Clarifier Scum Pump Replacement / Sludge, No specifics / 1 % Solids / 250 gpm @ 40 psi (92.17 ft of head) 1.0 # 10.1019 VX136-210 In -Line Assembly Each of the above assemblies contain these individual parts: No. Part Qty 1 USIL.0451 1 Base Plate with RiserIQ112 & VX100/136, SK42 8S, Raw Steel 2 VX136-210H4Q 1 VX136-210Q Base Pump 3 ADSH0008 1 VX136-210Q Shaft AdderMotor Shaft Long Shaft Adder42mm 4 ADSH0046 1 VX136-210Q Shaft AdderMotor Shaft Short Shaft Adder 5 ADHS1284 1 VX136-210 Housing AdderHVSS Radial Wear Plates Housing Segment AdderInjection S (I) Verify materials of construction are compatible with your process, as Vogelsang does not warrant against chemical incompatibility. Vogelsang 1 7966 St. Rt. 44 1 P.O. Box 751 1 Ravenna, OH 44266 1 Ph: 330-296-3820 Fax: 330-296-4113 1 www.vogelsangusa.com vna55 3-3-08 ver.1 Scope Quote #: 117192 v.00 Line # P/N# Description 6 ADRL1061 1 VX136-210 Lobe AdderNBR, HiFlol/2, black Rotary Lobe Adder 7 ADOR1058 1 VX136-Q O-Ring AdderNBR Wetted O-Ring Adders 8 ADMS1021 1 VX136-Q Seal AdderSingle Cart. Cr2O3vs.Duronite Mechanical Seal Adder 9 ADWP1019 1 VX136-Q Wear Plate AdderHigh Wear Res Steel Wear Plate Adder 10 ADTW 1002 1 VX136-Q Pressure Disc AdderMild Steel Pressure Disc Adder 11 ADST1003 1 VX136-Q Strain Bolt AdderGalvanized Steel Strain Bolt Adder 12 SK42-160MP/4-286 1 Geared Motor, 15.0 HP, 286 RPM 6.19 Ratio, 3/230/460/60 IP 55, TEFC, SF 2.9AGMA Class III 13 8HS 1 8HS Hytrel Sleeve Split 14 8S42MM 1 Flange, Driven, 8S x 42MM 15 8S178 1 8S x 1 7/8 Flange 16 USCON0199 2 VX136-210 Mild Steel Custom Flange Adder 17 DFD.006.P 2 Pump Flange Gasket136-210 AF42, 2 mm 18 NUS.004 28 WasherA 10,5 mm x 20 mm x 2,0 mm DIN 125 Steel 140 HVElectro-Galvanized 19 NSK.027 28 Hexagon Head BoltM 10 x 25 mm, DIN 933 Steel 8.8 Electro-Galvanized 20 PSG.014 1 Buffer Fluid TankPolycarbonate, Opaque 0,29 1 NBR 60 °C, Pressure Range 0 -10 bar Page: 2 Qty Verify materials of construction are compatible with your process, as Vogelsang does not warrant against chemical incompatibility. Vogelsang 1 7966 St. Rt. 44 1 P.O. Box 751 1 Ravenna, OH 44266 1 Ph: 330-296-3820 Fax: 330-296-4113 1 www.vogelsangusa.com vna55 3-3-08 ver.1 Scope Quote #: 117192 v.00 Line # P/N# Description 21 48x78Pallet 1 48"x78" Custom PalletWeight Limit 13001b 22 VUSA.0142 1 Assembly Serial Tag6 x 13 cm .032" Thick Aluminium 23 VUSA.0247 1 Pump Assembly Safety Label 24 VUSA.0080 1 Made in USA Label2.875" Circle Label Stock ePlanet Label#LT2785-6CJHG 26 TEST HI364 1 Hydraulic Institute 3.6.4Performance Test - Acceptance Level A (Vogelsang Standard) Page: 3 Qty 96GELSANG Terms & Conditions STANDARD TERMS & CONDITIONS OF SALE GENERAL: All references to Vogelsang USA, LLC. herein shall mean Vogelsang USA, LLC. and all references to Buyer herein shall mean the customer named in a purchase order, quotation or proposal. All quotations from Vogelsang USA, LLC. shall be considered solicitations of offers. All orders placed by Buyer shall be considered offers which shall be deemed accepted upon notice thereof from Vogelsang USA, LLC. Buyer will provide Vogelsang USA, LLC, with a complete written authorization or purchase order (with frequencies and all other technical specifications required to manufacture the equipment to completion), containing necessary information, such as site name, type and quantity of product, requested delivery date and delivery instructions. Notwithstanding any terms or conditions which may be included in Buyer's purchase order form or other communication, Vogelsang USA, LLC's acceptance is conditional upon Buyer's assent to the terms and conditions set forth herein. It is agreed that sales are made only on the terms and conditions herein and any terms or conditions other than those set forth herein shall not become a part of the agreement of sale unless expressly agreed to in writing by Vogelsang USA, LLC Corp. Vogelsang USA, LLC.'s failure to object to any term or condition contained in Buyer's purchase order or other communication shall not be deemed to be acceptance of such term or condition. In the absence of Buyer's written acceptance of these terms, acceptance of or payment for purchases hereunder shall constitute an acceptance of these terms and conditions. The terms and conditions set forth herein shall be deemed incorporated (as though set forth in full) into any agreement of sale entered into between Vogelsang USA, LLC. and Buyer unless otherwise modified in writing. Vogelsang USA, LLC. quotations are not firm unless expressly indicated, with a specific period of time during which the quotation will remain firm on the face thereof. Vogelsang USA, LLC, reserves the right, without any increase in price, to modify the design and specifications of equipment designed by Vogelsang USA, LLC., provided that the modification does not adversely affect the original performance specifications as specified by Vogelsang USA, LLC. or as requested by the Buyer. Buyer shall not assign any interest in the contents of this quotation without the prior written consent of Vogelsang USA, LLC. All orders are subject to prior credit approval. Stenographic, typographic and clerical errors are subject to correction. All headings contained in these terms and conditions are for reference purposes only and shall not in any way affect the meaning or interpretation of these terms and conditions. SHIPPING & HANDLING: Unless otherwise specified by Buyer and agreed to by Vogelsang USA, LLC, in writing, shipping and handling charges (e.g. Air, Parcel Post, Common Carrier) will be included on the applicable invoice as a separately priced item to be paid by the Buyer. Freight charges are subject to frequent change and in consideration of Vogelsang USA, LLC's agreement to hold to the charges stated, Buyer agrees to pay such amount without regard to the actual charges applicable at the time of shipment. It is understood that Vogelsang USA, LLC. will not provide the Buyer with any copies of carrier freight bills. All packaging and packing shall be in accordance with good commercial practice. Special export packaging, packing or crating, as required, will be quoted separately. DELIVERY & TITLE: Unless otherwise specified, all deliveries and risk of loss shall be determined in accordance with Ex Works as per Incoterms 1990. Shipping or delivery dates are best estimates only and subject to change based on Vogelsang USA, LLC. commitments at the time Buyer's purchase order is received and accepted. Vogelsang USA, LLC. reserves the right to make deliveries in installments, and contracts shall be Vogelsang USA, LLC 330.296.3820 PO Box 751 800.984.9400 7966 State Route 44 sales@vogelsangusa.com Ravenna, OH 44266 www.vogelsangusa.com severable as to such installments. A delay in delivery or default of any installment shall not relieve Buyer of its obligation to accept and pay for remaining deliveries. Claims for shipment shortage or damage shall be deemed waived unless presented to Vogelsang USA, LLC. in writing within ten (10) days of delivery of each shipment, and failure to make any claim within ten (10) days after receipt of each product covered hereunder shall constitute an irrevocable acceptance thereof. Title to the products shall pass to Buyer upon shipment; however, Vogelsang USA, LLC. shall be deemed to have retained a purchase money security interest and right of possession in the products until Buyer makes full payment. Buyer's rights to enforce such purchase money security interest and its right of possession shall be nonexclusive remedies. Buyer agrees to cooperate as necessary to assist Vogelsang USA, LLC. in perfecting such security interest, upon request. PATENT & COPYRIGHT INDEMNIFICATION: Vogelsang USA, LLC. agrees to defend, at its expense, any suits against Buyer based upon a claim that any products furnished directly infringe a United States patent or copyright. Vogelsang USA, LLC. agrees to pay costs and damages finally awarded in any such suit, provided that Vogelsang USA, LLC., is notified promptly in writing of the suit and, at Vogelsang USA, LLC. request and at its expense, is given control of said suit and all requested assistance for defense of same. If the use or sale of any products furnished hereunder is enjoined as a result of such a suit. Vogelsang USA, LLC., at its option and at no expense to Buyer, shall obtain for Buyer the right of use or sale for said product(s) or shall substitute an equivalent product reasonably acceptable to Buyer and extend this indemnity thereto, or shall accept the return of product(s) and reimburse Buyer the purchase price thereof, less a charge for reasonable wear and tear. This indemnity does not extend to any suit based upon any infringement or alleged infringement of any patent or copyright by the combination of any products furnished by Vogelsang USA, LLC, and other elements, nor does it extend to any products of Buyer's design or formula. The foregoing states the entire liability of Vogelsang USA, LLC. for patent or copyright infringement. PAYMENT: For domestic shipments, Vogelsang USA, LLC's standard terms of sale are net thirty days of invoice date, subject to the approval of Vogelsang USA, LLC. For export shipments, the standard payment terms are irrevocable Letter of Credit (in accordance with Vogelsang USA, LLC. Letter of Credit Guidelines) or Cash in Advance (as described below), unless Vogelsang USA, LLC. has, prior to its acceptance of Buyer's purchase order, approved in writing other credit arrangements. All payments, whether by Letter of Credit or Cash in Advance, shall be made in U.S. Dollars (US$) by electronic funds transfer. All orders on terms of Cash in Advance requires a 25% payment upon placement of the order and the balance shall be paid prior to shipment. Exceptions to the payment terms included herein shall be subject to the prior consideration and written approval of Vogelsang USA, LLC. The Buyer shall make payments in full to Vogelsang USA, LLC, at the address stated on the Vogelsang USA, LLC. invoice or as otherwise specified in writing by Vogelsang USA, LLC. Overdue payments are subject to a service charge of 1.5% per month or the maximum legal rate. whichever is lower. To the extent permitted by applicable law, Buyer agrees to pay any and all costs and disbursements, including reasonable attorney's fees, incurred by Vogelsang USA, LLC. in legal proceedings to collect overdue invoices or enforce indebtedness. Buyer agrees that any and all costs or disbursements may be added to the total invoice amount already due at time of placement with an attorney or collection agency. TAXES: Except for the amount, if any, of tax stated in a Vogelsang USA, LLC. proposal, the prices set forth in a Vogelsang USA, LLC. proposal are exclusive of any amount for federal, state, local, excise, sales, use, property, retailers 96GELSANG Terms & Conditions occupation, in -country, import, VAT or similar taxes or duties. Such prices are also exclusive of all government permit fees, license fees, customs fees and similar fees levied upon delivery of the Vogelsang USA, LLC Corp. products and services. The Buyer shall be liable for all such taxes, duties and fees, regardless of whether or not the same are separately stated by Vogelsang USA, LLC.. and the Buyer shall pay the amount thereof to Vogelsang USA, LLC. or, in lieu thereof, the Buyer shall provide Comtech EF Data Corp. with a properly executed tax exemption certificate acceptable to the taxing authorities prior to delivery of Vogelsang USA, LLC. product. If Vogelsang USA, LLC. is required to pay or bear the burden of any excluded tax then the Buyer shall reimburse to Vogelsang USA, LLC. the full amount of any such tax payment no later than ten (10) days after receipt of an invoice. TERMINATION, CHANGES & DELAYS: Vogelsang USA, LLC. shall not be liable for any delay or failure to perform due to any cause beyond its control, including, but not limited to, acts of God, civil disturbances, default of any supplier, delays in Federal Communications Commission ("FCC") any other government or regulatory body frequency authorization or license grant, government intervention, inability to obtain necessary labor, material or facilities, interruptions of transportation, strikes, or war. The delivery schedule shall be considered extended by a period of time reasonably necessary to perform after such event(s). Notwithstanding the preceding sentence, in the event Vogelsang USA, LLC. is unable to wholly or partially perform due to any cause beyond its control, Vogelsang USA, LLC may terminate any contract without liability to Buyer. Buyer may cancel any order due to the default of Vogelsang USA, LLC. upon thirty (30) day's prior written notice and failure to cure by Vogelsang USA, LLC. Otherwise orders may be terminated, changed or delayed by Buyer only with the specific approval of Vogelsang USA, LLC. and shall be subject to termination, change or delay charges which shall include compensation for specific expenses and costs related to commitments already made in connection with the order and a reasonable allowance for the cost of overhead, general and administrative expenses and profit in accordance with Vogelsang USA, LLC's standard accounting practices. A minimum of a 15% cancellation fee will be applicable to any order canceled after fifteen (15) days. Change orders may also necessitate a change in the delivery schedule. In the event Buyer causes a delay in contract completion or delivery, Vogelsang USA, LLC. shall have the right to submit invoices at sales value for progress to date, and Buyer shall pay the invoiced amount and all necessary storage charges and other costs incurred due to such delay. GOVERNMENT OR IN -COUNTRY LICENSING: The Buyer is solely responsible for obtaining any licenses or other authorizations required by the FCC, Federal Aviation Administration or any other government regulatory bodies, and for complying with their rules and with the rules and regulations of any other U.S. or foreign regulatory agency, whether federal, state, local or otherwise. Neither Vogelsang USA, LLC., nor any of its employees, will be an agent or representative of the Buyer in such matters or otherwise. Vogelsang USA, LLC. may assist in the preparation of the license application by the Buyer; however, Vogelsang USA, LLC's warranty shall not be modified to the detriment of Vogelsang USA, LLC., and Comtech EF Data Corp. shall have no liability to Buyer or any third parties arising out of or relating to Vogelsang USA, LLC, rendering technical advice, facilities or service in connection with such assistance. CONTROLLING LAW: This document shall be governed by the internal laws of Ohio, as applied to contracts entered into and performed within Ohio, by residents of Ohio, except for its conflict of law rules. The parties hereby agree that this Vogelsang USA, LLC 330.296.3820 PO Box 751 800.984.9400 7966 State Route 44 sales@vogelsangusa.com Ravenna, OH 44266 www.vogelsangusa.com document shall not be governed by the United Nations Convention on Contracts for the International Sale of Goods. Buyer hereby irrevocably consents to the exclusive personal jurisdiction of the state and/or federal courts located in the State of Ohio and of the federal courts located in the Northern District of Ohio, and waives any other venue to which Buyer might be entitled by domicile or otherwise. This document is prepared and executed in the English language only and any translation of this document into any other language shall have no effect on effectiveness of or the interpretation of this document. LIMITATION OF LIABILITY: VOGELSANG USA, LLC'S TOTAL LIABILITY IS LIMITED TO THE NET PRICE OF THE PRODUCTS SOLD HEREUNDER, EXCLUDING ANY CHARGES STATED SEPARATELY FROM THE PRODUCT PRICE ON THE INVOICE. BUYER'S SOLE REMEDY FOR LIABILITY OF ANY KIND, INCLUDING NEGLIGENCE. WITH RESPECT TO THE EQUIPMENT, SOFTWARE AND DOCUMENTATION FURNISHED HEREUNDER IS TO REQUEST VOGELSANG USA, LLC., AT VOGELSANG USA, LLC'S OPTION. TO REFUND THE PURCHASE PRICE, EXCEPT THAT IN THE CASE OF A BREACH OF PRODUCT WARRANTY, THE BUYER'S SOLE REMEDY IS TO RETURN THE PRODUCT TO VOGELSANG USA, LLC. FOR REPAIR IN ACCORDANCE WITH SECTION 4 OF THESE STANDARD TERMS AND CONDITIONS OF SALE. NO ACTION SHALL BE BROUGHT FOR ANY BREACH OF THIS CONTRACT MORE THAN ONE YEAR AFTER THE ACCRUAL OF SUCH CAUSE OF ACTION, EXCEPT FOR MONEY DUE UPON AN OPEN ACCOUNT. IN NO EVENT SHALL VOGELSANG USA, LLC. BE LIABLE FOR INCREASED COSTS, LOSS OF PROFITS, LOSS OF GOODWILL, OR ANY INCIDENTAL OR CONSEQUENTIAL DAMAGES FOR ANY REASON. WAIVER: The failure of Vogelsang USA, LLC. to insist, in any one or more instances, upon the performance of any of the terms, covenants or conditions herein or to exercise any right hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such term, covenant or condition, or the future exercise of such right, but the obligation of the Buyer with respect to such future performance shall continue in full force and effect. US GOVERNMENT ORDERS: The provision of Executive Order No. 11246 of September 24, 1965, as amended, regarding equal employment opportunity, and the rules and regulations issued pursuant thereto, are incorporated herein by reference. Any other US Government procurement regulations which are required to be included shall be specifically and separately agreed to in writing prior to incorporation into the final agreement of sale. COMPLETE AGREEMENT: Buyer acknowledges that Buyer has read and understands these Standard Terms and Conditions of Sale as stated, and agrees to be bound by them and that these are the complete and exclusive statement of the agreement between the parties and supersede all proposals, oral or written, and all other communications between the parties relating to the subject matter. No modification hereof shall be binding upon either party unless such modification is in writing signed by duly authorized representatives of the parties. If any part of the terms and conditions included herein is deemed contrary to, prohibited by or invalid under applicable laws or regulations, such provision shall be deemed omitted to the extent so contrary, prohibited or invalid, but the remainder shall not be invalidated and shall be given effect as far as possible. VOGELSANG LIMITED WARRANTY For the benefit of the original purchaser only. Vogelsang warrants all products of its manufacture to be free from uCiCutz� i, workmanship and materials, for a period of 5 years from the date of shipment, provided the purchaser gives prompt notice of any such defect to Vogelsang, and upon request, furnishes any defective parts or product to Vogelsang for its inspection, freight pre -paid, at its facility in Ravenna, Ohio. Provided such notice is received, and authorization is given by Vogelsang in writing, to commence work on its behalf, Vogelsang, at its option, will either repair or replace, without charge, F.O.B. original shipping point, any parts of products to have been found defective at shipment or during the warranty period, or credit to the account of purchaser the price paid for such product. No reimbursement shall be allowed for any expense incurred for repairs or alterations made by others without prior written authorization from Vogelsang. The warranty does not cover any product failures arising from abnormal use, normal wear, improper or other than approved applications or installations, neglect or accident. Our products are not designed nor intended for use with every known substance. Vogelsang does not warrant against chemical incompatibility. The foregoing expressed limited warranty and remedy are exclusive of all other warranties and remedies, including, but not limited to, all implied warranties of merchantability or fitness for particular purpose, and all other remedies and damages for breach of such warranties are specifically excluded. The warranties of Vogelsang do not cover and Vogelsang makes NO Warranty with respect to: A. Materials of construction offered by Vogelsang are recommended based of previous Vogelsang experience. Verifications and acceptance of the materials of construction recommended are the sole responsibility of the buyer; B. Failures not reported to Vogelsang within the warranty period specified above; C. Failures or damage due to misapplication, abuse, improper installation; D. Failures due to operation above the rated capacities or in an otherwise improper manner; E. Products which have been in any way tampered with or altered by anyone other than an authorized representative of Vogelsang F. Products damaged in shipment or storage or otherwise without fault of Vogelsang; G. Loss associated with pumping medium H. Labor and/or material expense incurred by buyer which relates in any manner to any alleged defective products, unless the Buyer incurs such expenses under expressed written authorization, from Vogelsang, PRIOR TO THE COMMENCEMENT OF WORK. I. Unless a freight carrier is noted on the buyer's purchase order, Vogelsang will send all shipments at its own discretion, using fully insured commercial carriers. Any equipment manufactured by others, included in the sale is sold only with such warranties as may be provided by the original manufacturer. This information supersedes all previously published information. 7966 SR 44 xRavenna, OH 44266 x (800) 984-9400 Toll -Free x(330) 296-4113 Fax Specification Sheet (1/2) V/OGELSANG PROCESS CONDITIONS Customer Number 134101 Abrasion Medium Customer Name Environmental Technical Sales, Inc. Abrasiveness (1-10) not Provided Project Bid 21-44, Clarifier Scum Pump Replacement Suction Condition 0.0 ft. flooded Quote Number 11719200 Requested Capacity 250 gpm Quote Position Number 1 Discharge Pressure 40.0 psi Number of Pumps 1 Discharge Head 92 ft Pumping Temperature 100 °F Inlet Pressure 0.0 psi Viscosity not Provided Differential Pressure 40.0 psi Density not Provided Actual Capacity 249.9 gpm Specific Gravity not Provided Motor HP Reserve % 10% Liquid PH 7 Rated Power 9.6 BHP Chloride Content not Provided Pump Speed 286 RPM % Solids not Provided Rated Volumetric Efficiency % 85.50% Solid Size Starting Torque 1700 in.lbs. NPSH-Available 31.14 ft. Running Torque 2107 in.lbs. NPSH-Required 6.56 ft. Tag Number 1 Not Specified Medium Sludge, No specifics POSITIVE DISPLACEMENT PUMP INFORMATION Pump Part Number VX136-210H4Q Mechanical Seal Type Cartridge Pump Model VX136-210Q Mechanical Seal Single/Double Single Mechanical Seal Material of Construction Grey Cast Iron Seal Carrier Material Mild Steel Cover Type Material Block Ring 1 304 Stainless Steel (1.4301) Housing Segment Material 0.6025 (Grey Cast Iron) Material Block Ring 2 None Housing Segment Coating None Material Mechanical Seal 1 Duronit Housing Segment Form Injection S (1) Modular Material Mechanical Seal 2 None Direction of Flow Bi-Directional Thrust Washer Material Mild Steel Rotary Lobe Material NBR Strain Bolt Material Galvanized Rotary Lobe Coating Pump Shaft Top Motor Shaft Long 042 Rotary Lobe Form HiFlo® Pump Shaft Bottom Motor Shaft Short Rotary Lobe # of Wings 4 Pump Length 25.7 inch 0-Ring Material NBR Pump Width 10.2 inch Lip Seal Material HNBR Pump Weight 195 Ibs Wear Plate Material High Wear Resistant Special Steel Pump Shaft Diameter 60 mm Wear Plate Coating Galvanized Pump Shaft Diameter (Flange) 42 mm Oil Bottle Standard Pressurized Oil Bottle Pump Shaft Length 4.3 inch Drain Hose No Maximum Shaft Deflection 0.0178 inch Buffer Chamber Fluid Titan Gear MP90 Gear Oil PERFORMANCE DATA Pump 60 Hz Pump Speed 286 286 RPM Flow Rate (new) 250 249.9 gpm Flow Rate (used) 146.3 146.1 gpm Starting Torque 1700 1700 in.lbs. Running Torque 2107 2107 in.lbs. Running Power 9.6 9.6 BHP Efficiency (Volume) 85.5 85.5 % Efficiency (Total) 61 61 % Dynamic Pressure Reduction 0.5 0.5 psi NPSH-r 6.56 6.56 ft Specification Sheet (1/2) � V/OGELSANG GEARED MOTOR INFORMATION Manufacturer NORD Gear Corp. Gearbox Service Factor 2.90 Vendor Part Number SK42-160MP/4 TW-286 Motor Service Factor 1.15 Motor Material Aluminum Insulation Class F Gearbox Material Cast Iron AGMA Class III Class I Div I No KVA Code J Class I Div II No Inverter Rating Inverter Duty Voltage 230/460 VFD Turndown 10:1 Ratio Frequency 60 Hz Duty Continuous Phase 3 Thermistors No HP 15 HP Thermostats Yes Efficiency % 92.5 Weight 260 Ibs Motor Speed 1800 RPM 230V Full Load Amps 35.6 A RPM (Output) 286 RPM 460V Full Load Amps 17.8 A Output Torque 3307 in.lbs. 575V Full Load Amps 14.2 A Gear Ratio 6.19 Speed at 9 Hz Frame Size 160M Speed at 90 Hz Enclosure IP 55, TEFC Temp Rise Class B COUPLING INFORMATION Coupling Manufacturer TB Woods Coupling Flange Drive 8S178 Coupling Sleeve 8HS Coupling Flange Pump 8S42MM FLANGE CONFIGURATION Flange Size 6.0 inch Right Flange Type Mild Steel Galvanized, Straight Left Flange Part Number USCON0199 Right Flange Material Hot Dipped Galvanized Steel Left Flange Type Mild Steel Galvanized, Straight Marathon Flange Part Number N/A Left Flange Material Hot Dipped Galvanized Steel Marathon Flange Material N/A Right Flange Part Number USCON0199 Marathon Flange Configuration N/A WARRANTY INFORMATION Warranty Type Limited Industrial Warranty Work Space minimum: W = 20.63 inch required, 32.44 inch recommended L Z J X inches Scale: NTS dimensions shown in inches dimensional changes reserved general tolerances acc to ANSI Std. created with CAPSlogik L 59.39 H 22.64 L 1 4.55 L2 11.30 L 3 38.19 L 4 0.00 L 5 0.00 h 12.60 u 18.90 v 16.93 x 3.35 y 7.87 y2 0.00 y3 0.00 z 0.71 Recommended Anchor Bolts: Bolt Size: 5/8" Thread UNC / Length min.2.25" L @L aR t Connector left L aL 11.60 bL 7.90 CL 0.00 dL 4.72 Straight R Connector right R aR 11.60 bR 7.90 CR 0.00 dR 4.72 Straight Vogelsang USA - 7966 SR 44, Ravenna, OH 44266 Phone: 330-296-3820 Email: sales@vogelsangusa.com www.vogelsangusa.com Date 4/20/2021 1 © copyright Raised -Face Flange Data Inches Norm ANSI (ASA) B 16.5 " DN 6 " D11" k 9.5 " d 0.875 " Hole number 8 " J Vogelsang Data Customer Environmental Technical Sales, Inc. Quote ID 11719200 Sales Order No Position No 1 Pump Type VX136-21 OQ Motor SK42-16OMP/4-286 Drive Type In -Line Geared Motor Guard Type Coupling Guard, Galvanized Base Plate USIL.0451 Total Weightl 878 Ibs V/OGELSANG 62 I�IOGELSANG Flowrate / Speed at Constant Pressure Project: Bid 21-44, Clarifier Scum VX136-210Q Quote No.: 11719200 NPSH-R: 6.56 ft. E11 350 300 250 c d 3 200 0 ILL 150 100 50 0 0 50 100 150 — — Theoretical Flowrate New Pump - - - - - - - Pump with Gap • Operating Points — — —Water Curve — — — Operating Power � 24�9.9 Ole Ole >00� �o ii i >00� ii i 200 250 Speed in RPM 300 Sludge, No specifics 40 PSI Differential Pressure 350 14.00 12.00 10.00 IL 8.00 = c 3 0 . 1 1 ', 4.00 2.00 0.00 400 VOGELSANG L9 M Best Practices for Installation of VX Rotary Lobe Pumps Vogelsang Service Webinar I Storage Storage If you are not installing your new pump right away, there are steps you must take to ensure the pump remains in working condition when it comes time for startup. VOGELSANG17 ' YWWI h .00 Vogelsang Service Webinar I Storage Short Term Storage 1. 2. 3. 4. 5. 6. VOGELSANG17 Flush pump with clean water (or water glycol mix), empty and allow it to dry. Lightly grease bare metal surfaces and shafts. Store the pump assembly in horizontal position in a dry area. Temperature must not go below 230 F and the relative humidity not less than 60%. No direct exposure to sunlight or UV light. No aggressive, corrosive substances (contaminated air, ozone, gases, solvents, acids, alkalis, salts, radioactivity etc.) in the immediate vicinity. 7. No constant vibration or oscillation. Vogelsang Service Webinar Storage 9 9 I 9 VOGELSANG Long Term Storage 1. Flush pump with clean water (or water glycol mix), empty and allow it to dry. 2. Store the unit in a low humidity environment, allowing excess moisture to evaporate 3. Open the cover plate of pump and spray a long-term preservative (e.g. SHELL ENSIS) on all bright pump internals and the inside of the cover plate. 4. Rotate the pump manually (at least two revolutions) to ensure complete and even coating of the surfaces in contact every 30 days. 5. After rotation spray again all bright pump internals with the long-term preservative. 6. Close the pump cover plate. 7. Seal pump connectors carefully with metallic full face blind flanges and gaskets. 8. Spray the long-term preservative on all exposed metallic parts of the complete unit. 9. Fill the pump gear box nearly full with the proper gear oil. Consider thermal expansion. 10. Fill the drive gear box nearly full with the proper gear oil. Consider thermal expansion. Vogelsang Service Webinar I Storage Recommissioning VOGELSANG17 1. Remove long-term rust preservative. 2. Drain the gear oil of the pump gear box to the rated oil level according to the O&M manual. 3. Drain the gear oil of the drive gear box to the rated oil level according to the O&M manual. 4. Check the seals and gaskets properly; if any changes regarding shape, color, hardness or sealing effect are detected, they must be replaced. VOGELSANG L9 Preparing for Installation Follow all best practices for safety when working on Vogelsang Equipment. Vogelsang Service Webinar I Lockout & Tagout CCAUTIO Read Manual Before Operating! 1. Read & understand O&M Manual before servicing this pump. 2.Turn power OFF at main panel. 3. Perform Lockout Tagout procedure. 4.Test lockout: press RUN button on panel. 5. Close ALL valves to isolate pump. 6. Loosen lower front cover bolts first to relieve pressure in the wet -end. 7. Depressurize buffer chamber only if you are servicing lobes or seals. VOGELSANG Important: 1. Follow all Lockout & Tagout procedure before any work is performed on the pump. 2. This sticker (or one similar on older models) came with your pump. Make sure your pump is ready to be serviced by performing steps 1-7. 3. Be sure to depressurize the pump before any work is performed. Vogelsang Service Webinar VOGELSANG 9 9 I Over Pressurization Risk of injury from bursting components and liquid spraying out under high pressure. • The maximum operating pressure must not be exceeded at any time. • Observe and implement the recommendations in for installation in pipelines. • Protect the pump assembly against excess pressure. For example, the following safety devices can be used: • current limiter on the motor • pressure relief valve • cut-off with a pressure switch 0 overload coupling Vogelsang Service Webinar I VOGELSANG Run Dry Even though our pumps are allowed to run dry from time to time, a brand new pump may develop friction during the break-in period. Friction could IM-ToUo7liTM,MF.TiToEiToMNI,oTM.-=* MI • Avoid pump dry running during startup. Prevent the pump from running dry using, for example: • temperature monitor • level gauge • flow rate gauge Vogelsang Service Webinar I Offloading Moving the Pump V/OGELSANG Depending on the chosen configuration, assemblies may be moved in a variety of ways. • Always follow basic safety practices when moving heavy equipment. • All assemblies come with factory installed lifting points and should not be removed or relocated. Vogelsang Service Webinar I Offloading Moving a Bare Shaft Q Pump Simply lift a Q-Series pump by the lifting ring located in the center. Removing the Oil Bottle is a best practice when moving the pump but is not always necessary for short moves. 1 V/OGELSANG Vogelsang Service Webinar I Offloading Moving a Bare Shaft QD Pump Larger QD-Series pumps will have two lifting points. One is the same as the Q-Series and the other will be located on the outboard end of the pump. The fitting at the outboard end may be a ring or a tab depending on pump model. Removing the Oil Bottle is a best practice when moving the pump but is not always necessary for short moves. V/OGELSANG Vogelsang Service Webinar I Offloading r, Moving an Inline Assembly Moving a complete assembly will require a bridle to be composed of four cables or chains connected to the four slots located in the channel base. Do not use the lifting rings to move a completed assembly. They are only rated to move the individual component they are attached to. Removing the Oil Bottle is a best practice when moving the pump but is not always necessary for short moves. V/OGELSANG Vogelsang Service Webinar I Offloading Moving a Belt Drive Piggy Back Assembly Moving a complete assembly will require straps to be threaded under the motor mounting plate. Make sure your straps are rated for the weight of the complete assembly. Do not use the lifting ring on top of the motor! It is only rated to lift the motor itself. V/OGELSANG I Vogelsang Service Webinar I Installation Mounting Flanges Most pumps come complete with a set of flanges. The flanges will be mounted to the skid to prevent damage during shipping. All hardware will be included such as hex bolts, washers and flange gaskets. Simply insert the gasket between the pump and flange. Then thread each bolt in and secure. All piping must be supported. The flanges and pump are not designed to support connected piping! 40GELSANG ,� Vogelsang Service Webinar I Installation Optional Grouting Our customers sometimes prefer to bolt inline assemblies to the pad and then apply grout above the flange to secure the pump and prevent any vibration. Our pumps are pulsation -free which means grouting is not a requirement but is an acceptable installation method. It is recommended that only the flanges at the bottom of the base be grouted. This will ensure accessibility to underside of the base for maintenance purposes. Grout along edges over flange 40GELSANG Vogelsang Service Webinar I Alignment Coupling Alignment Vogelsang offers two basic assemblies for most applications. The belt drive configuration must be aligned by verifying that both sheaves are aligned using a straight edge. Inline assemblies use a three part coupling device that must also be aligned to avoid any vibration or unnecessary wear. 40GELSANG Vogelsang Service Webinar I Alignment Coupling Alignment for Inline Assemblies The alignment of the coupling must be periodically checked. If there is vibration during operation, alignment is sometimes the cause. Alignment can be verified by using a straight edge or other devices. 40GELSANG Vogelsang Service Webinar I Alignment Surflex Coupling Alignment Check parallel alignment by placing a straight edge across the two flanges and measuring the maximum offset at various points around the periphery without rotating the coupling. Parallel Alignment 40GELSANG Vogelsang Service Webinar I Alignment Surflex Coupling Alignment Check the angular alignment with a micrometer or caliper. Measure from the outside of one flange to outside of the other at intervals around the periphery of the coupling. Don't rotate the coupling. Angular Alignment 40GELSANG Vogelsang Service Webinar I VOGELSANG Surflex Coupling Alignment Tolerances (Dimensions in inches) Sleeve Maximum Types JE, JN, JES, JNS, E & N Type H & HS Size RPM Parallel Angular Y Parallel Angular Y 3 9200 .010 .035 1.188 ... ... ... 4 7600 .010 .043 1.500 ... ... ... 5 7600 .015 .056 1.938 ... ... ... 6 6000 .015 .070 2.375 .010 .016 2.375 7 5250 .020 .081 2.563 .012 .020 2.563 8 4500 .020 .094 2.938 .015 .025 2.938 9 3750 .025 .109 3.500 .017 .028 3.500 10 3600 .025 .128 4.063 .020 .032 4.063 11 3600 .032 .151 4.875 .022 .037 4.875 12 2800 .032 .175 4.688 .025 .042 5.688 13 2400 .040 .195 6.688 .030 .050 6.625 14 2200 .045 .242 7.750 .035 .060 7.750 16 1500 .062 .330 10.250 ... ... ... Note: Values shown above apply if the actual torque Vogelsang Service Webinar V-Belt Drive Alignment Aligning the V-Belt or Piggy Back configuration requires that the sheaves are in line with each other. Once the pump is mounted, the orientation of the motor is controlled via four mounting bolts as shown. Using a straight edge, align the top sheave to the bottom sheave by adding or removing turns. Once the sheaves are aligned, belt tension is added by tightening each nut equally until the proper belt tension is achieved. VOGELSANG V/OGELSANG L9 Pressurizing the Pump Vogelsang Service Webinar I Pressurized Oil Bottle What is the Pressurized Oil Bottle? VOG' l , RG L V/OGELSANG L(,,) Vogelsang applies positive pressure inside the buffer chamber. The pressure is achieved via a semi -opaque bottle where air is pumped inside the bottle creating pressure on the oil inside the bottle and buffer chamber. The reason for this is to: • Maintain equilibrium at the seal face. • Buffer pressure spikes/changes. • Assure longer seal life span. • Test seals after rebuild or maintenance. Vogelsang Service Webinar I Pressurized Oil Bottle What is the Pressurized Oil Bottle? i I The oil bottle consists of: V/OGELSANG 1. Metal Cap with integrated Pressure Gauge 2. Threaded Ring to hold the cap to the bottle. 3. A Plastic Bottle with integrated threaded fitting on the bottom for mounting to the pump. Vogelsang Service Webinar I Pressurized Oil Bottle Where is the Pressurized Oil Bottle Located? The pressurized oil bottle must be connected to the Buffer Chamber Port. Not the Gear Box Chamber Port. As shown on this VX Q Pump, the Buffer Chamber port is the closest to wet end of the pump. 40GELSANG L(,,) Buffer Chamber Port Wet End Chamber J Vogelsang Service Webinar I Pressurized Oil Bottle Where is the Pressurized Oil Bottle Located? The pressurized oil bottle must be connected to the Buffer Chamber Port. Not the Gear Box Chamber Port. As shown on this VX QD Pump, the Buffer Chamber port is the closest to wet end of the pump. There is also a second Buffer Chamber on the outboard side of the wet end as well. This requires a second pressurized oil bottle. Wet End Chambei 40GELSANG L(,,) = 0 Vogelsang Service Webinar I Pressurized Oil Bottle Where is the Pressurized Oil Bottle Located? V/OGELSANG L(,,) On piggy -back assemblies or installations where the top of the pump is obstructed, the bottle is threaded to an external mount and connected to the pump via a high pressure hose. Vogelsang Service Webinar I Pressurized Oil Bottle Section 4. Pressurizing the Pump IM V/OGELSANG L(,,) Adding pressure to the buffer chamber and QD Door buffer for QD pump models. 1.Fill the Buffer Chamber completely using a factory recommended oil. 2.Attached the Pressurized Oil bottle to the buffer chamber or assemble the hose and bottle assembly for piggy back installations. 3. Remove the Bottle Cap. 4.Fill the Pressurized Oil Bottle approximately'/4 full with oil. 5.Replace the Cap and hand tighten. Vogelsang Service Webinar I Pressurized Oil Bottle 0 Determining the Correct Pressure V/OGELSANG L(,,) The proper pressure to be set varies. The pressure in the buffer chamber is determined by your normal suction and discharge pressure. A simple formula is used to determine the pressure. You need to know your suction and discharge pressure. To pump air into the bottle, simply attach the hand pump to the nipple on the opposite side of the gauge. Never pressurize the Oil Bottle past 72psi. Vogelsang Service Webinar I Pressurized Oil Bottle Determining the Correct Pressure Formula: Step Suction Plus Pressure V/OGELSANG Discharge Pressure Equals Operating Pressure Pressure Pressure Divided by Equals '/2 Differential `� Pressure Plus 2 Gauge PSI Equals Pressure c + 7psi = Vogelsang Service Webinar I Pressurized Oil Bottle Troubleshooting V/OGELSANG 1. If the oil level drops during operation or at idle, then it is likely that the pressure in the buffer chamber is too high. Add oil to '/4 full and reduce the pressure in increments of 7psi until the level stabilizes. 2. If the oil level rises during operation or at idle, then it is likely that the pressure in the buffer chamber is too low. Increase the pressure in increments of 7psi until the level stabilizes. Do not pressurize past 72 psi. 3. A rise or drop in oil level may also indicate a problem with the mechanical seal. 4. Contamination of oil in the Bottle is indicative of a mechanical seal failure. Vogelsang Service Webinar I Pressurized Oil Bottle Factory Recommended Oils 40GELSANG - - Acceptable Oils that match -� Exxon Mobil Spartan EP220: " f� -� • Exxon Mobile Mobilgear 600 XP220 • Lubrication Engineers' 1605 li 0G' l III Duolec Vari-Purpose Gear Lubricant � L • NAPA SAE 80W-90 GI-5 Gear Oil • Shell Spirax 80W-90 Gear Oil �-- • Chevron's RPM Universal GL SAE 80W-90 API GL-5 Gear Oil Vogelsang Service Webinar I Pressurized Oil Bottle Factory Data Card Each pump ships with a data card mounted to the pump. This document shows the designed operating conditions for that particular pump. On the reverse side it also shows where to set the pressure on the oil bottle. 40GELSANG L(,,) DO NOT REMOVE THIS CARD FROM PUMP �v] II'GGEL�ANG Please have the Serial Number of this pump ready when you call for service. Model: VX186.130H4Q Assembly Serial #: 11-05027 Vogelsang Work Order #: 5766, Sales Order #: 3961400 Customer PO #:00404432-FonDuLac WWTP Owner Information: Distributor Information: Manufacturer Information: JF Ahem Cc - Brian Horejs J.F. Ahern Co. Vogelsang do Fond Du Lac Biogas 855 Moms St. 7966 State Route 44 700 Doty Street Fond Du Lac, WI 54936 Ravenna, OH 44266 Fond Du Lac, WI 54935 (920) 921-9020 (330) 296-3820 Pump Information Pump Model: VX186-130H4Q Lobe Design: HiFIoO Left Flange: 316 Stainless Steel, 90° Equipment Tag#: HSWRP-75-01 Lobe Mat.: NBR Bend Construction: 316 Stainless Steel Lobe Tips:4 Right Flange: 316 Stainless Steel, Housing Sag. Type: 316 Stainless Steel (SS) Mechanical Seal: Cartridge Single - Block Straight T Cast Ring SS316 TCISiC Oil Bottle Type: Standard Pressurized Wear Plate Mat.: 316 Stainless O-Ring Mat.: NBR Oil Bottle Steel Lip Seal Mat.: NBR Motor & Drive Information Drive Type: In -Line with TC Motor: Baldor Electric Company HP: 20.0 Gearbox +TC Motor Motor Part#: IDVSM2334T Voltage: 2301460 Base Plate Type: In -Line Motor Family: Inverter Duty RPM: 1800 Gearbox Ratio: 5.25 Motor Mounting: C-Face Footed Frequency: 60 Hz Gearbox Output 342.86rpm Standard Motor: STD Efficiency: 93.00% Gear Box: NORD Gear Corp Frame Size: 256TC Gear Box Frame: 250TC Enclosure: TEFC Belt Guard Type: No Belt Guard Insulation Class: F Coupling: TB Woods 9HS Performance Information This pump was configured to perform under the below opera8ng conditions. Fluid Type: Other Medium, not NPSH Required: 9.15, 3.97 psi Suction Pressure: 0.0 psi on the list pH: 7.0 Discharge Pressure: 30.0 psi Flow Rate Required: 400 US gpm Max. Temp.: 100"F Suction Lift: 0' Solids Content: High Strength Waste Running Time: 24 hrs. per day Flooded Suction: 10' Solids by Weight: 9% See Reverse Side for Preventative Maintenance & Lubrication Equivalency Guide. V/OGELSANG L9 Startup Direction of flow, Vogelsang Service Webinar I Direction of Flow Motor Driven Pumps OGELSANG �` Most pumps are configured with a single shaft electric motor as the drive unit for VX Series Pumps. The rotation of the shaft determines the direction of flow. The wiring configuration and/or VFD setting will determine which way the shaft will spin. FM Vogelsang Service Webinar I Direction of Flow Direction of Flow OGELSANG �` Rotary Lobe Pumps are all reversible by design. Most Vogelsang pumps can easily be reversed on the fly. If your pump has standard or injection housings, the pump can run in either direction. However, our injection II housing is asymmetrical and should be run in the direction that the pump was configured for. wp� Standard Injection I Injection 11 Vogelsang Service Webinar Direction of Flow VOGELSANG The flow direction is initially determined by the way the motor is wired. Refer to the wiring diagram on the motor for instructions on which way to wire the motor. ApN1N, a FAILURE TO PROPERLY GROUND THIS EQUIPMENT MAY CAUSE SERIOUS INJURY TO PERSONNEL. GROUNDING SHOULD BE IN ACCOROAACE WITH THE NATIONAL CODE AND CONSISTENT 17H S,; '4D LOCAL/ PRACTICES. / Na2W73 M1T---- • xaa� _.: x�[wr.i ...ipNg � rux wt 41 i�I\ Vogelsang Service Webinar I Controls Control Panels Operating parameters are set by a certified controls representative per the motor specification. All panels must be set to constant torque. W- VOGELSANG17 Shown with Optional Line and Load Reactors Vogelsang Service Webinar I Startup Checklist Startup Checklist Vogelsang requires a completed checklist to be filled out and submitted back to us. The warranty on the product does not initiate until we receive the startup form back. This form confirms to us that the product we installed properly. This form can be downloaded at: www.vogelsangusa.com/startup.pdf VOGELSANG17 Starl Report & Checklist 92Vogelsang Scheduled Date: SfN: CUSTOMER INFORMATION End -User Contact Name: VSGN: End User Company: Phan.: End -User City: State: Fax: Distributor Salesperson: Phone: Distributor Company: Fax: UNITTYPE Pump Rota -Cut CONSTRUCTION Iron Stainless Steel Turgsten Carbide (FI-edon Coating) LOBE MATERIAL NBR EPOM FUR FKM SBR UNIT INFORMATION Equipment Number Mounted on: Channel Base V-Bell Construction Unit Serial Number. Unit Made) Number. Flange Connections: Suction: Gooseneck 0Ellow Straight Other Discharge'. Gooseneck 9T Elba. Straight Other: MOTOR INFORMATION Minor Manufacturer: Model: Sadal Number. HP, RPM: Gear Ratio: Voltage: 0: S.F.: Enclosure: Nameplate Amps: Actual Amps'. Is there a VFD installed for this unit? Yes No & so what is the Make & Model: FLUID & DESIGN INFORMATION Fluid Type. Solids by weight(%): Hours Running per day: Capacityin(USGPM(: Design: Actual: Flooded Suction: It Pressure(PSI): Design: Actual: 5uclionI lh q. Other Information: Pipe see: Suction Pipe inches Discharge Pipe inches COMMENTS 7966 State Route 44 - Ravenna, OH 44266 • (800) 984-9400 TO -Free • (330) 296-01}3 Fax O Yggelsang 3N3 Rev.5 Vogelsang Service Webinar I Identification Pump Indentification Each Vogelsang product has an gffiypri tag that shows the model and SE number. • Always have the model and number ready when making service call. • This will ensure that you get the right parts in the proper material for your pump. V/OGELSANG Vogelsang Service Webinar I Operation & Troubleshooting Troubleshooting • Troubleshooting Matrix • Service Web Page • Contact Service at (330) 510-1557, (330) 296-3820 x226 or service __vogelsangusa.com. • Download this presentation at: www.vogelsangusa.com/pi VOGELSANG17 Item Number Item Descriptioi Qua No Basket (1) #0-1 Clarifier Scum Pump i Manufacturer Model Unit Price 1 Vogelsang VX-136 12150 5/7/2021 Proposal Data Back to Project Bid 21-44, Clarifier Scum Pump Replacement - Proposal Data Supplier Environmental Technical Sales Scorecard Open... Haynes Pump & Process LLC Scorecard Open... Instrument & Supply, Inc Scorecard Open... Arkansas Secretary of State Filling # 5 5 Go https://fayetteville-ar. bonfirehu b. com/projects/42588/proposal Data Show/Hide + Search 838718161 DUN; T N f Rental S10Rf- 4117 WAGON WHEEL RD, SPRINGDALE, AR 72764 SPRINGDALE CRS 479 756 8080 Customer: 538430 Bill to: CH2M HILL ENGINEERS INC ACCOUNTS PAYABLE FAYETTEVILLE LOCATION PO BOX 241329 DENVER, CO 80224-9329 Rental Agreement Agreement R45220 Date Out: 05/27/2021 Thu 12:00 PM Est. Date In: 06/03/2021 Thu 12:00 PM Delivery Date: 05/27/2021 Thu 10:30 AM Jobsite: NOLAND WASTE WAT Contact: JEREMY LACO Phone: 918-851-7019 NOLAND WASTE WATER PLANT 1400 N FOX HUNTER ROAD FAYETTEVILLE AR Written By: Kathy Sledge Signed By: Sales Rep: NO SPEND MARKETING Order By: JEREMY LACO PO #: Q48292 QTY DESCRIPTIONDAY WEEK 4WEEK Rental Items 1. GENERATOR RERENT AW XQ2000 $2,783 $7,953 $23,888 ID:RP14302 SERIAL:BPD00473 HRS OUT: 0.0 GENSET 1825KW XQ2000, ID RP14302 S/N BPD00473, HOURS OUT 23686 W/CABLES 1. GENERATOR RERENTAW CABLES1 $1,027 $1,027 $1,027 ID:CABLES 1 SERIAL:CABLES1 HRS OUT: 0.0 CABLES *** ALL EQUIPMENT MUST BE RETURNED CLEAN & FULL OF FUEL OR ADDITIONAL CHARGES WILL BE ASSESSED. Miscellaneous Items 1 ARK RENTAL FEE 1.25 % 1 EPA & DISPOSAL 1.00 % 1 HAULING CHARGES 2,300.00 each 1 PICK UP CHARGES 2,300.00 each 1 RENTAL PROTECTION PLAN 15.00 % State 6.5% County 1.5% City 2% Total Tax: 10% Short Rent Tax 1 % ACCEPTANCE By signing below, I warrant and represent that I am an authorized representative of the customer above and that I have read, understand and agree to the terms, conditions and responsibilities contained in this Rental Agreement. Date Customer Printed on Wednesday, May 26, 2021 11:29:27 AM by KEATONH R45220 Page 1 of 2 RENTAL PROTECTION PLAN I Accept RPP Coverage I Decline RPP Coverage RPP DEFINITION: The Riggs Cat Rental Protection Plan ("RPP") is not insurance. When purchased, RPP protects customers from losses and damages that are unintentional up to a deductible. Covered losses include damage caused by fire, theft, vandalism, hail, earthquake, wind and accidental damage. Abuse including but not limited to improperly adding fluids including but not limited to DEF fluid, lack of cleaning, dirtying of equipment by paint, mud plaster and sheetrock, concrete, rosin, welding spatter or any other material or using the equipment for an unintended purpose will not be covered. RPP limits the cost a customer will be charged for covered losses to 20% of the repair cost up to a maximum deductible. The deductible is $500 per occurrence on equipment with a retail price under $100,000 and the deductible is $2,500 per occurrence for equipment with a retail price over $100,000. GENERAL TERMS AND CONDITIONS DAMAGE REPAIRS: If RPP is not selected, the Lessee shall be responsible to Lessor for all damage to equipment not caused from ordinary wear and tear. DAMAGE REPAIRS: If RPP is not selected, the Lessee shall be responsible to Lessor for all damage to equipment not caused from ordinary wear and tear. "Ordinary wear and tear" shall mean only the normal deterioration of the equipment caused by ordinary, reasonable and proper use of the equipment on a one -shift basis. Damage includes, but is not limited to: damage resulting from lack of fuel or lubrication; damage from operating equipment when the diesel particulate filter display shows the filter is plugged or requires maintenance; failure to maintain proper oil, water, hydraulic or air pressure levels; damage due to collision, overturning, overloading or exceeding rated capacities; improper use; abuse; lack of cleaning; tire damage; dirtying of equipment by paint, mud plaster, concrete, rosin or any other material. Any damage repair or replacement made by Lessor on the equipment shall be immediately due and owing. The maximum amount of damage the lessee is responsible for is the retail value of the equipment. PHYSICAL DAMAGE INSURANCE: If RPP is not selected, the Lessee, at its expense shall keep said equipment covered with "all risk" physical damage insurance for the term of this Agreement and any renewals or extension thereof, for the full Insurable Value of the equipment and deliver to Lessor the policies or evidence of insurance with a standard long form endorsement attached thereto, showing losses, if any, to be payable to Lessor as its interest may appear. NOTICE: Any loss or damage must be communicated to Riggs Cat within 24 hours of loss. Losses resulting from theft or vandalism also require the prompt submission of applicable police reports. GENERAL TERMS AND CONDITIONS TERMS: Customer's rental of Equipment is conditioned upon Customer's acceptance of the terms in this Agreement. "Customer" aslo "Lesee" is identified on the first page of Agreement and includes any of its representatives, agents, or employees and anyone signing this Agreement on their behalf. "Equipment" is the equipment and services identified in the Agreement, with all replacements, repairs, or additions and all future Equipment rented. "Lessor" refers to Riggs Cat. This agreement shall NOT constitute any type of credit or installment sale contract. Agreement is between Lessor and Lessee, not seller and buyer. RENTAL RATES & TERMS: The total charges in this Agreement are estimated based upon the rental period stated in the agreement. The rates listed are for "one shift" which are not more than 8 hours per day and 40 hours per week, unless otherwise specified. Customer will be charged additional fees for more than "one shift" use as well as freight, repairs, cleaning fees if required, fuel used if not returned full, lost or unreturned items, environmental charges, taxes, governmental charges, and other fees. Payments are due in advance of each rental period or upon receipt of invoice. If credit or debit card is used for paymend of any rental invoice, then it may also be used for subsequent rental invoices for the same Rental Agreement. OPERATION AND MAINTENANCE: Customer agrees to operate the Equipment within its rated capacity by a qualified operator over the age of 18 years and to pay all expenses of operation. Maintenance includes, but is not limited to, daily service in checking fuel, oil, tires, gearboxes, hydraulics, batteries, water, all fluid levels, filters, particulate filters, and other maintenance as requested by Riggs Cat. If a diesel particulate filter is provided on the Equipment, Customer shall not operate the Equipment if a display shows the filter is plugged or requires maintenance, and Customer agrees to notify Riggs Cat immediately if such events occur. TITLE: Title to the equipment described on front page shall at all times remain with Riggs Cat, "Lessor" unless and until transferred to the Customer, "Lesee" through separate sale documentation. Lesee shall keep the equipment free from any and all liens, security interests, and other claims, and shall permit no act whereby Lessor's title or rights may be encumbered or impaired and shall protect and defent, at its own cost and expense, the ownership of Lessor against all contrary or adverse claims. POSSESSION: So long as Lessee shall not be in default under this agreement, Lessee may possess and use the equipment in accordance with this agreement. Equipment shall be kept in the City listed on first page, and if moved then Lessee will notify Riggs Cat at least monthly of the location of use so that Riggs Cat can charge the correct sales tax associated with the location of use. Lessor may at all reasonable times, enter upon Lessee's property for the purpose of inspecting the equipment. INDEMNITY: Lessee agrees to indemnify the Lessor, its directors, officers, agents, and employees, from and against all calims, actions, losses, damages, expenses and penalities (including costs and attorney's fees) arising from any claims or action on account of personal injury, disability, or death of any persons, or damage to property of any character, whatsoever, whether belonging to Lessor or to another, occasioned by the use, operation, possession, handling or transportation of the property during the existence of this agreement (collectively, "damages claims"), and Lessee shall provide general liability insurance covering any damages claims at Lessee's own expense, in form satisfactory to Lessor. ASSUMPTION OF RISK/RELEASE -DISCHARGE OF LIABLIITY: Lessee is fully aware and acknowledges there is a risk of injury or damage arising out of the use or operation of the Equipment and elects to voluntarily enter into this rental agreement and assume all of the risks. Lessee agrees to release and discharge Lessor from any and all responsibility or liability from such injury or damage. EQUIPMENT FAILURE: The Lessor shall not be liable for any failure of the Equipment to operate or for any delays occasioned thereby. Lessee's sole remedy for any failure or defect in the Equipment shall be termination of the rental agreement. FREIGHT: All freight charges, transportation charges, loading and unloading charges, both ways, are to be paid by Lessee. TAXES: In the event any sales, use, local, city, state, personal property or other similar tax or fee is now or hereinafter imposed by any governmental authority upon the rental, use or possession of the equipment (excluding any taxes based upon net income or gross receipts of Lessor), same is to be promptly paid by Lessee in addition to the rent for the equipment. Return of the property shall not terminate this or any other liability to Lessor. PERFORMANCE AND DEFAULT: If, for any reason, payments are not made as herein specified, said payments shall bear interest at the highest interest rate allowed by law, from the date due until paid. Lessee shall be in default of this agreement if (a) Lessee shall default in payment of any rent or other obligation hereunder and such default shall continue for five (5) days after performance is due; or (b) A determination by the Lessor, in its sole judgment and discretion, that it deems itself, or the equipment, insecure. In the event of default of this agreement, Lessor shall have the option, but not the obligation, to do any or all of the following: (1) terminate this Agreement with respect to any equipment subject thereto; (2) take possession of the equipment, with or without notice or legal process, and repossess all or any part of the equipment; (3) declare all sums that shall become due on this agreement to be immediately due and payable; Lessee hereby expressly waives all further rights to possession of the equipment and all claims for injury or damage suffered or caused by such repossession. Lessee shall pay all expenses, including court costs and attorney's fees, incurred by Lessor in exercising or attempting to exercise its rights, powers, and remedies as conferred by this agreement. VENUE AND CHOICE OF LAW: This agreement shall be governed and construed in accordance with the laws of the State of Arkansas. Lessee consents to jurisdiction and venue in the state courts in Pulaski County, Arkansas. WARRANTY DISCLAIMER: THE LESSOR DISCLAIMS THE IMPLIED WARRANTY OF MERCHANTABILITY AND THE IMPLIED WARRANTY OF FITNESS FORA PARTICULAR PURPOSE. LESSOR MAKES NO WARRANTY OR REPRESENTATION, EITHER EXPRESSED OR IMPLIED, AS TO THE FITNESS, QUALITY, DESIGN, CONDITION, CAPACTIY, SUITABILITY, MERCHANTABILITY, OR PERFORMANCE OF THE EQUIPMENT OR OF THE MATERIAL OR WORKMANSHIP, THEREOF, IT IS AGREED THAT LESSOR RENTS THE EQUIPMENT "AS IS" AND EXTENDS NO WARRANTIES OR REPRESENTATIONS BEYOND THE FACE HEREOF, AND THAT ALL RISKS ARE TO BE BORNE BY THE LESSEE AT ITS SOLE COST AND EXPENSE. LESSEE WAIVES ANY AND ALL CLAIMS WHATSOEVER AGAINST THE LESSOR BASED THEREON INCLUDING BUT NOT LIMITED TO ANY AND ALL CLAIMS FOR LOSS OF ANTICIPATORY PROFITS OR CONSEQUENTIAL DAMAGES. R45220 Page 2 of 2 .;acobs Fayetteville Client Monthly Report for April 2021 May 20, 2021 City of Fayetteville CITY OF WA FAYETTEVILLE ARKANSAS Native Butterfly Milkweed, Asclepias tuberosa L., in bloom at the Paul R. Noland Water Resource Recovery Facility I Jacobs Fayetteville Client Monthly Report for April 2021 ;aco S Contents ExecutiveSummary..................................................................................................................................................ii 1. Plant Operations.........................................................................................................................................4 1.1 Process Control...........................................................................................................................................................4 1.2 Biosolids Process........................................................................................................................................................4 1.3 Compliance..................................................................................................................................................................4 1.4 Successes...................................................................................................................................................................... 4 1.5 Issues/Resolutions.................................................................................................................................................... 6 1.6 Revenue.........................................................................................................................................................................7 Table 1-1: Revenue generated from the BMS............................................................................................................... 7 Figure 1-1: Revenue generated from the BMS via hay, fertilizer, and WTR.......................................................7 2. Maintenance................................................................................................................................................8 2.1 West Side....................................................................................................................................................................... 8 2.2 Noland............................................................................................................................................................................8 2.3 Biosolids Management Site...................................................................................................................................9 2.4 Lift Stations............................................................................................................................................................... 10 2.5 Key Performance Indicators/Measures.......................................................................................................... 11 Figure 2-1: Labor Hours by Work Order Type............................................................................................................. 11 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.......................................................................................................................18 Appendix A. Additional Information.................................................................................................................19 A.1 Effluent & Influent Data....................................................................................................................................... 19 Jacobs — Fayetteville Project ON Jacobs Fayetteville Client Monthly Report for April 2021 jaco S Executive Summary The project team has initiated a forecasting system to determine the financial status in a more accurate manner. Traditionally, financial statements do not account for transactions in process. The booked charges do not include work that is done but not invoiced or work that has been obligated and not started. Financial statements do not include costs in transition. To close this gap between actual expenses and total financial obligations, a forecast element has been added. The forecast is an additional set of accounting tables that adds the known financial obligations to the current financial statement. Tracking these future costs ensures we will have a solid understanding of our budget. The following table shows the year-to-date budget figures through April. EXPENSE CATEGORY BUDGET ACTUALS VARIANCE Direct Labor $ 1,120,921 $ 1,151,707 $ 30,786 Labor Markup, 15% $ 168,138 $ 172,756 $ 4,618 Total Labor $ 1,289,060 $1,324,463 $ 35,404 Direct Non -Labor Expense $ 9711247 $ 770,440 $ (200,807) Expense Markup, 10% $ 971125 $ 77,044 $ (20,081) Total Expense $ 1,068,372 $ 847,484 $ (220,888) Fixed Fee $ 421696 $ 421696 $ - Grand Total 1 $ 2,400,127 1 $ 2,214,643 1 $ (185,484) The report shows that the project is over budget on Labor by $35,404 and under budget on Non -Labor by $220,888 for a total under budget figure of $185,484. However, this figure does not include transactions that are in transition or obligations that must be funded in the future. Adding the forecast provides a more realistic projection and budget status. The following table shows the true state of the project financials. The table with the added forecast shows a positive budget variance of $62,608 instead of $200,807 for Direct Non -Labor Expense. The difference between the two tables is $138,199. The overall variance is reduced from $185,484 to $47,285. We are still under budget, but reduced figure is more accurate. As the year progresses, this value could show an even greater variance. We will continue to present this information in the executive summary. Jacobs — Fayetteville Project 7 Jacobs Fayetteville Client Monthly Report for April 2021 ;aco S EXPENSE CATEGORY BUDGET ACTUALS VARIANCE VARIANCE Direct Labor $ 1,120,921 $ 1,151,707 $ 30,786 Labor Markup, 15% $ 168,138 $ 172,756 $ 4,618 Total Labor $1,289,060 $1,324,463 $ 35,404 Direct Non -Labor Expense $ 971,247 $ 770,440 $ 908,639 $ (62,608) Expense Markup, 10% $ 97,125 $ 77,044 $ (20,081) Total Expense $1,068,372 $ 847,484 $ (82,689) Fixed Fee $ 42,696 $ 42,696 $ - Grand Total $ 2,400,127 $ 2,214,643 $ (47,285) Jacobs — Fayetteville Project ON Jacobs Fayetteville Client Monthly Report for April 2021 jaco S 1. Plant Operations The Noland and West Side Water Resource Recovery Facilities (WRRF) effluent discharges were 100% in compliance with the National Pollutant Discharge Elimination System (NPDES) permit. Details of effluent quality and influent loadings are shown in Appendix A. 1.1 Process Control Noland During the month of April, Crossland Construction completed the installation of the new influent gate for the east basin and the unit was returned to service. The Noland WRRF is operating with both aeration basins for extended aeration to aid in breaking down the more complex carbon compounds which add to the effluent CBCD after ozone disinfection. West Side During the month of April, the West Side WRRF experienced a total of 7.3 inches of rain, with influent flows peaking at 41.76 MGD on the 30th. Most of the rain fell on the 29th into the 30th and elevated flows of over 40 MGD were maintained through the facility for several hours. Monthly flow averaged 12.10 MGD. In spite of these record setting flow events, all incoming flow was treated to meet NPDES permit limits with no overflows at the facility. 1.2 Biosolids Process During the month of April, the WRRF's produced 2,150 wet tons of biosolids with approximately 512 wet tons of biosolids applied into the solar houses prior to the thermal dryer and 1,567 wet tons processed directly through the thermal dryer. A total of 72 tons of belt filter pressed, partially dried biosolids, and dryer clean out debris were transferred to area landfills due to septic sludge, dryer cleanout debris from March, thermal dryer downtime to replace odor control tri-pack media, and loss of W3 while operations put a second basin online. Total landfill cost was $3,749. The biosolids drying operation saved an estimated $56,696 in disposal costs this month, compared to if all biosolids were landfill disposed. 1.3 Compliance A hazardous waste pick-up for the West Side and Noland facilities was completed through the services of Heritage Environmental. Hazardous waste is generated from process lab and compliance lab analyses. BMS staff collected the 60-day fertilizer compliance samples on April 22"d, and all samples passed all criterion. The samples are tested for MPN/fecal, percent dry solids, and 503 regulated metals content. The results of these tests demonstrate compliance to the State and Federal regulations governing biosolids processing and the continued classification of Exceptional Quality Class A fertilizer for the City of Fayetteville customers. 1.4 Successes Discharge to the White River was stopped for a total of 7 days for the quarterly preventive maintenance filter cell bleaching. A total of 4,150 gallons of 12.5% bleach was fed to the filter cells over a 4-day event. Filter cell efficiency increased after bleaching, resulting in a reduced turbidity in the filter cell effluent and Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for April 2021 .;acobs increased efficiency in ozone disinfection. While discharge was stopped for this week, operations staff used this opportunity to clean the Parshall Flume. Regular cleaning provides a more aesthetic appearance and ensures accurate instrumentation flow readings for state reporting. Noland Effluent Parshall Flume Filter cell bleaching provides an ideal time to complete cleaning of the effluent discharge flume The annual hay commitment call -in was held on Thursday, April 1 st with a total of 61 customers requesting 10,224 tons of hay. This is an increase of ten customers and 1,359 tons compared to 2020. On April 9th, the Biosolids Management Site received a new biosolids elevator/conveyor through the rolling stock program. This machine delivers biosolids from the transfer basin and solar houses into the thermal dryer hopper. The new model is electric, as opposed to the current hydraulic model, which is a petroleum driven engine. b 1 BMS Receives Electric Biosolids Conveyor The new model replaces the current hydraulic conveyor via the rolling stock program BMS has been experimenting with a different solar house odor control chemical. The product, NEUTRON° is an encapsulating odor neutralizer. Jacobs — Fayetteville Project ON Jacobs Fayetteville Client Monthly Report for April 2021 jaco S NEUTRON° is a powerful odor neutralizer formulated to combat odor -producing compounds typically found in wastewater and industrial applications. It chemically alters the structure of the odor at the source. This product is nontoxic and neutralizes the odor, rather than just masking the odor with perfume. It is also nonflammable, highly concentrated, and biodegradable. Applications include wastewater treatment, solid waste handling facilities, landfills, food processors, septic tanks, oil/water separators, and lift stations. When compared to the current solar house odor control chemical Ecosorb@, NEUTRON° presents a $13.09 per gallon savings while providing improved control of odors. 1.5 Issues/Resolutions April marks the start of a more stringent permit season for the Noland and West Side facilities. Operations has been conducting additional process testing to monitor adjustments and maintain permit compliance. A weather event that occurred on April 28th produced 2.99 inches of precipitation over a fifteen -hour period. The resulting upstream precipitation caused the White River to leave its banks and flood area 3 (area 8 under the previous permit). An additional 0.16 inches fell on April 2911 leaving approximately 50 acres under water. The areas will be inspected for debris left in the field, fence damage, and downed trees. An armadillo and crawdad were photograped escaping the rising flood waters. White River floods BMS Area 3 rs are seen escaping ?ir flooded homes Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for April 2021 1.6 Revenue Product hite River Surges Over Its Banks howers dump 3 inches in one day g the river to flood nearby fields .;acobs Table 1-1: Revenue generated from the BMS Tons Sold/Received Revenue Generated Water Treatment Residui $25,000 $20,000 $15,000 $10,000 $5,000 Figure 1-1: Revenue generated from the BMS via hay, fertilizer, and WTR —ICY*" fl n e'Ot�a� F Revenue Generated Biosolids Management Site NO' O Monthly 2021 Cumulative 2021 Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for April 2021 2. Maintenance 2.1 West Side .;acobs The pole lights around the solids building were retrofitted with LED lights. The original400-watt HID lamps were replaced with 150-watt LEDs. The equipment storage building outside lighting was also upgraded to LEDs. The original 250-watt HID lamps were replaced with 75-watt LED's. The upgrades enhance sustainable efficiency for the facility and provide a safer area for maneuverability as the night shift operators and drivers transfer trucks in and out of the bays. West Side Lighting Upgrades from HID to LED provide safer maneuverability while furthering the facility commitment to sustainability measures 2.2 Noland Ozone recirculation pump 01 received a temporary display panel and wire for the Artesis@ monitor to be installed. The next phase will be to run ethernet cabling to each unit for monitoring via the Cloud. 0 111111110. Noland Ozone Recirculation Pump 01 Upgrades begin that will bring Artesiso monitoring to the recirculation pump Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for April 2021 .;acobs A floating surface aerator was prepared and placed into the east aeration basin while aerator 11 was out for gearbox and shaft repair. MCC crane service lowered the floating aerator into the north-east cell of the basin. A temporary electrical box was installed to house the conductors and to keep them secure and dry while also providing a safe environment for staff working around the area. Noland East Aeration Basin Floating Aerator Installation of a floating surface aerator provides process continuity while Aerator 11 is out for rer The operations department observed a large water leak seeping from asphalt near the Noland filter building. The area was excavated, and W3 process water was turned off to locate the damaged eight -inch Line. The pipe was cleaned and scaled to prepare for the full circle clamp to be installed. Once the repair was made the area was repacked with gravel. Water Leak at the Noland facility reveals a damaged 8-inch W3 Line 2.3 Biosolids Management Site The thermal dryer experienced downtime to replace odor control tri-pack media. Jacobs — Fayetteville Project 9 MI Jacobs Fayetteville Client Monthly Report for April 2021 jaco S 2.4 Lift Stations Lift Station 16 modifications were completed to prepare for the installation of new grating. The staff constructed uni-strut brackets to elevate the transformer above the floor. Six inches of the eight -inch diameter stilling ring that protruded above the grating were removed. The piping was cut below grade so the new grating will be flush with no trip hazards. The transducer wire was secured in aluminum conduit. l Lift Station 16 •••a� •• •�r��I��� }; ' Modifications to piping give the lift station a • new grating flush without trip hazards Jacobs — Fayetteville Project 7 Jacobs Fayetteville Client Monthly Report for April 2021 jaco S 2.5 Key Performance Indicators/Measures Figure 2-1: Labor Hours by Work Order Type 34.25, 2% ❑ 692.25, 299 75.95, 3% ❑ administrative ❑ 0.00, 0% ❑ 252.25, 11% �2.50, 1% ❑ corrective maintenance emergency ❑ corrective maintenance non emergency corrective maintenance from pm/pdm ❑ preventive maintenance project ❑ safety 1265.67, 54% Figure 2-2: Work Order Count by Type ❑ 1529, 85% 4, 0% ❑ 0, 0% ❑ administrative ❑ corrective maintenance emergency ❑ corrective maintenance non emergency corrective maintenance from pm/pdm ❑ preventive maintenance project ❑ safety ❑ 34, 2% --- 011,1% ❑ 180, 10% 31, 2% Jacobs — Fayetteville Project 7 Jacobs Fayetteville Client Monthly Report for April 2021 jaco S 2.6 Capital Improvement Projects (CIP) The bid opening for the 2021 scheduled West Side VFD Upgrade project occurred on April 29th. Two vendors submitted bids to replace VFDs in the RAS and odor control buildings. The lowest bid was submitted by Upchurch Electrical Supply. Their proposal will be presented at the June Water & Sewer Committee meeting. A proposal by J.R. Stewart Pump & Equipment was presented at the April Water & Sewer Committee meeting. The proposal received final council approval on May 4th. Refurbishment of the rollers on Noland Belt Filter Press #1 was added as a break-in repair item. A proposal by Powerhouse Industrial Supply has been forwarded to the Utilities Department for administrative approval as a sole source repair. A quote was received from AIT Services, Inc. of Denton, TX for a new ribbon blender for 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 is a more cost-effective alternative. This item will be presented at the June Water & Sewer Committee meeting. The replacement of the Noland aeration basin gates was completed in April. This 2020 encumbered project was a major undertaking which took over a year to complete. Jacobs — Fayetteville Project 12 ON Jacobs Fayetteville Client Monthly Report for April 2021 jaco S 3. Laboratory/Industrial Pretreatment Whole Effluent Toxicity (WET) samples were collected April 4-9 for the Goose Creek outfall at the West Side facility to complete a second retest resulting from a lab control failure at American Interplex (AIC). The test passed showing no toxicity to the fathead minnow species, Pimephales promelas. Whole Effluent Toxicity (WET) samples were collected from the Goose Creek outfall at West Side for 2nd quarter testing April 25-29 and sent to AIC for analysis. WET testing passed for both species; Ceriodaphnia Dubia, water flea, for survival and reproduction and the Pimephales promelas, fathead minnow, for growth assessment showing neither lethal nor sublethal effects, in the full dilution series outlined of 100%, 74%, 56%, 42%, 32% and 0% in the discharge permit for Goose Creek. As required by Solid Waste 503 regulations to meet Class A certification, samples were collected from the fertilizer product and the belt filter presses of both facilities and analyzed for 503 metals (Cadmium, Chromium, Copper, Lead, Nickel, Silver, and Zinc) and percent total solids analysis. All results were within limits and exhibited no unusual trends. Quarterly industrial surcharge samples were collected from Hiland Dairy, Conagra Brands, and Tyson for the analysis of pH, total suspended solids, total phosphorus and biochemical oxygen demand (BOD). The accuracy quality control data result of 121 % recovery for BOD did not pass the upper control limit of 115% recovery. This sample event has been rescheduled in May for the generation of surcharge fee reports. 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 $81,207.05 I Surcharges on March data $2,500.00 I Fees from hauled waste accepted in April $0.00 I Other fees paid in April $0.00 I Fines assessed in April Zero violations for all industrial users I violations on March data Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for April 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 ❑ 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 s0 40 30 20 10 � 0 n 7� II ❑ 2020 Arkansas Portable Toilets 2020 White River Enviro. Services 2021 Arkansas Portable Toilets ❑ 2021 White River Enviro. Services e��t met sec sec � O ❑ 2020 Best Jet ❑ 2020 TOTAL ❑ 2021 Best Jet ❑ 2021 TOTAL Jacobs — Fayetteville Project ON Jacobs Fayetteville Client Monthly Report for April 2021 jaco S 4. Woolsey Wet Prairie In April, vegetation management continued throughout Woolsey and the BGI areas, including various rain gardens and bioswales. Early focus on treating the emerging nonnatives of Yellow Rocket, White Sweet Clover, Thistle, Fescue, Vetch, Queen Anne's Lace, Sweet Pea and Hedge Parsley may create a more manageable season to come. Several small to large colonies of Narrow -leaf Cattail were also treated this month in Woolsey. This highly invasive, nonnative species of cattail was identified last year as a target species of high concern. Last summer, seed production was prevented by cutting several thousand square feet of blooming cattail to minimize the impact through development of viable seeds. This year, early spring herbicide treatments will significantly diminish the plant's population. Staff will continue monitoring for opportune treatment windows as we work towards eliminating this species from the project site. Six inches of rainfall in April has also left all wetland cells with standing water as emerging wetland sedges and grasses dominate the landscape in a lush, multi -hued green carpet of vegetation. The fully saturated soils are primed for an abundance of late spring wildflowers of foxglove beardtongue and rose vervain. A concrete foundation was completed for the future Barn Owl Nest Box. Nearly 2,000 pounds of concrete was poured to create a 24-inch wide by 60-inch deep footing for mounting the steel Owl Tower Beam. The foundation will also support the project's video control box and components needed to broadcast a live video by radio transmitter to a local server. Barn Owl Io�� II Nest Box Project: • concrete foundation completed for tower beam mount •• », Foundation willsupport the owl tower and control box to transmit live video feed" 1N 111 Jacobs — Fayetteville Project is MI Jacobs Fayetteville Client Monthly Report for April 2021 jaco S 5. Community Outreach The West Side facility hosted a tour for a local scouting troop and sponsors. Also, in April, the Washington County Search and Rescue K9 team utilized the BMS site for training. Jacobs — Fayetteville Project 16 7 Jacobs Fayetteville Client Monthly Report for April 2021 jaco S 6. Sustainability The Jacobs Team celebrated Earth Day alongside Master Naturalists by transplanting starts of Prairie Sage into Woolsey Wet Prairie and other WRRF natural capital areas. In 2014 Theo Witsell, at the time an Arkansas Natural Heritage Commission (ANHC) botanist, discovered two small colonies of Prairie Sage on City of Fayetteville property not far from the Woolsey Wet Prairie Sanctuary. Before this discovery, Prairie Sage was last documented in the Fayetteville area in 1954. Likely one of the last remnants of Prairie Sage in Washington County, this small Artemisia colony was located within a utility easement and was very susceptible to impacts of non -selective roadside maintenance. Since 2018 the Jacobs Team has worked to cultivate Prairie Sage transplants and relocate them to safer Locations such as the Woolsey Wet Prairie and the West Side WRRF Rain Gardens in order to promote and protect this regionally vulnerable plant species. This year NWA Master Naturalists helped the Jacobs Team transplant six flats of young Prairie Sage. The NWA Master Naturalists have become increasingly valuable partners by helping to make the West Side WRRF a truly unique and outstanding facility by advancing environmental stewardship, wildlife conservation and public education with their support of WRRF endeavors such as the Barn Owl Nest Box Project, the Bluebird SuperGourd Trail, and the Chimney Swift Nesting Tower. '0-4L�� HAPP`J EARTH DAV The vulnerable and rare Prairie Sage reaps the benefits of a 3-year plan hatched by Jacobs and the NWAMN Northwest Arkansas Master Naturalists Michael Beilfuss and Rick Jones pictured with transplanted Prairie Sage seedlings Jacobs — Fayetteville Project 17 MI Jacobs Fayetteville Client Monthly Report for April 2021 jaco S 7. Health & Safety/Training The safety committee performed all scheduled inspections with no findings of deficiencies in the month of April. Emergency Response training was conducted by the safety team at the quarterly plantwide meeting. The training consists of steps to navigate emergency situations including fire, weather, active shooters, and pandemic response. All training data was brought up to date within the safety training data base. All departments completed semi-annual training of the Health and Safety Accountability Framework. The Accountability Framework provides a firm commitment from the staff to do the right thing and make consistently sound decisions in all areas of worker safety. New hire training was conducted for a new associate. The safety training is an essential element for new employees and sets the expectations for applicable areas of safe practices while providing a solid foundation for Jacobs safety awareness and culture. Active shooter training was completed by all applicable Jacobs associates. This training allows the team to understand the warning signs and recognize an event before it escalates and to learn the best response to safeguard personnel, facilities, guests, and the community. John Byrd attended the Jacobs Compliance & Reporting webinar, "Significant Non -Compliance Review". Jacobs — Fayetteville Project 18 Jacobs Fayetteville - Client Monthly Report for April 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/ 100m1) Permit Limit April 20.0 2,102 15.0 1,576 1.00 105.0 4.0 420 8.7 6.0 9.0 1,000 January 5.8 2.7 128 2.8 131 0.14 6.3 0.2 8 15.0 7.0 7.5 77 February 5.1 4.3 174 4.4 181 0.19 7.7 0.5 22 16.6 6.9 7.4 174 March 6.3 3.7 199 3.0 166 0.15 7.9 0.2 12 14.9 7.3 7.4 22 April 5.1 3.4 188 1.1 62 0.09 4.9 0.3 15 12.8 7.3 7.6 54 May June July August September October November December Average 5.6 3.5 172 2.8 135 0.14 6.7 0.3 14 14.8 7.1 7.5 82 White River Effluent Characteristics- Minerals 2021 WR TDS (mg/L) WR TDS (lbs/d) WR sulfate (mg/L) WR sulfate (lbs/d) WR Nitrate (mg/L) WR Nitrate (lbs/d) Permit Limit April 500 52,542 119 12,505 report report January 342 15,871 62 3,154 4 204 February 351 14,818 67 3,392 5 253 March 347 18,845 72 3,741 6 291 April 335 18,124 72 3,609 3 135 May June July August September October November December Average 344 16,915 68 3,474 4 221 Jacobs - Fayetteville Project Jacobs Fayetteville - Client Monthly Report for April 2021 Goose Creek Effluent Characteristics .;acobs 2021 Monthly Average Flow (MGD) GC CBOD (m9/0 GC CBOD (lbs/d) GC TSS (mg/L) GC TSS (lbs/d) GC Phos (mg/L) GC Phos (lbs/d) GC Ammonia (mg/L) GC Ammonia (lbs/d) D.O. Avg Min (mg/L) pH Min (s.u.) pH Max (su.) FecalColiform (MPN/100mL) Permit Limit April 13.3 1,109.2 15.0 1,251 1.00 83.4 3.7 341.9 8.7 6.0 9.0 1,000 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 1 0.1 8.1 11.1 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 12.1 2.0 202.1 1.0 101 0.08 7.6 0.1 13.5 9.9 7.2 7.5 6 May June July August September October November December Average 11.1 2.0 185.1 1.0 95 0.09 8.5 0.1 13.3 1 10.6 1 7.1 7.4 6 Paul R. Noland Influent Characteristics Noland WRRF Monthly Average Flow (MGD) Hydraulic Loadings Percent of Design BOD Organic Loading Loading (lbs/d) Percent of Design 29,666 TSS TSS PO4 PO4 NH3 NH3 Loading Loading Loading Loading Loading Loading (lbs/d) Percent (lbs/d) Percent (lbs/d) Percent of of of Design Design Design 23,198 765 2,250 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 7.1 56.6% 17,335 58.4% 9,693 41.8% 209 27.3% 939 41.7% May June July August September October November December Average 6.3 49.9% 14,979 50.5% 8,264 35.6% 193 25.2% 796 35.4% Jacobs - Fayetteville Project 20 Jacobs Fayetteville - Client Monthly Report for April 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 12.1 121.0% 12,799 87.7% 13,164 90.2% 219 37.5% 1,917 100.0% May June July August September October November December Average 11.1 110.7% 13,408 91.9% 12,676 86.8% 212 36.3% 1,695 88.4% Jacobs - Fayetteville Project 21 7 Jacobs Fayetteville - Client Monthly Report for April 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 Leonides Moreno 100.00% Admin - Operations Operations Manager Tim Luther 100.00% Admin Environmental Specialist Jeff Hickle 100.00% Admin Health, Safety Compliance Professional Wes Cloud 70.00% Admin Project Coordinator Brandi Miller-DeWeese 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 Laboratory Director Donna McChristian 90.00% LAB Industrial Pretreatment Coordinator John Byrd 100.00% LAB Lead Laboratory Analyst Matt Benton 60.00% 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 Chandler Smothers 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 April 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= 45.7 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 33.75 Maintenance Asset Manager Support Bass, Edward Lee 1_5 Maintenance Asset Manager Support Turley. Johnny D OD) 42 Jacobs — Fayetteville Project 23