Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2021-07-13 - Agendas - Final Revised
CITY OF FAYETTEVILLE ARKANSAS MEETING AGENDA Water, Sewer, and Solid Waste Committee 13 July 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, Chris Hall, Chris Dougherty, Sandi Formica From: Tim Nyander, Utilities Director CALL TO ORDER ROLL CALL UPDATES OLD BUSINESS: 1. Jacobs Cost Overrun for FY2020 In March of 2021, the City was informed that the Jacobs O&M budget for FY2020 experienced an overrun of $435,857. There will be a presentation on the overrun as to what caused it, and what will be done in the future to avoid a reoccurrence. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL NEW BUSINESS: 2. Boring Under Richland Creek for a Water Line The City of Fayetteville serves water to customers in Goshen through a waterline that follows Highway 45, crossing "twin bridges" or the White River and Richland Creek. The first crossing (White River) is accomplished through a waterline hung from the bridge. The second crossing is subsurface below Richland Creek. The City's upcoming East Service Area Improvements project includes the upgrade of this waterline to provide flows for current and future demands in Goshen. On April 29, 2021 the waterline under Richland Creek was disrupted by streambank erosion during a significant flooding event. City Crews worked swiftly to construct a temporary bypass line over the Highway 45 bridge in this location to ensure customers could be kept in service. A subsequent boil order was coordinated with the Department of Health and all news outlets. To date, the water in Richland Creek has not receded enough to allow city crews to inspect this area to determine the type or scope of failure and make repairs subsurface. The City quickly coordinated with Olsson Engineering to create a stand-alone bid package for this creek crossing area, pulling from the larger East Service Area Improvements project. This smaller project includes approximately 850 feet of waterline, and a 225 foot bore under the creek. All permits, easements, and approvals are in place and the City will be advertising this project July 11th. Upon bid opening the project will be placed on the next available City Council agenda to expedite contract approval timeline. The City's goal is to have this project under contract as quickly as possible so the permanent replacement of this line can be accomplished prior to freezing weather in the winter. For Information Only 3. Bid Award for Water Line Improvement Project to Kajacs On June 15th, 2021, the City of Fayetteville accepted sealed competitive bids for the 2021 Waterline Improvements project. KAJACS Contractors, Inc. submitted the lowest bid. All bids are shown here: Goins Enterprises, Inc. $4,584,685.00 Goodwin & Goodwin, Inc. $3,516,690.47 KAJACS Contractors. Inc. $3.479.500.00 This project will reconstruct aging and failing waterline infrastructure in five locations around Fayetteville. The construction of approximately 1,890 linear feet of 8" waterline along Huntsville Rd. from Mill Ave. to Mashburn Ave., 1,250 linear feet of 8" waterline along Ila St. from Wilson Ave. to Lincoln Ave. and 690 feet of 8" waterline along Shady Ave. from Maple St. to Louise St., 1,950 linear feet of 8" waterline along Oaks Manor Dr. from Rolling Hills Dr. to Sheryl Ave., 820 linear feet of 12" waterline along Persimmon St. from Betty Jo Dr. to Shiloh Dr., and 3,345 linear feet of 8" waterline and 890 linear feet of 4" waterline within the Western Park trailer park including off -site connections to the east. Staff recommends awarding Bid #21-54 and approving a construction contract with KAJACS Contractors, Inc. in the amount of $3,479,500.00 for construction of approximately 10,835 linear feet of 12-inch and smaller waterlines. Funds are available for this project in the Water System Rehabilitation account. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 4. Contract Award for Lake Fayetteville Watershed Study Upon the council's request in resolution 82-21, staff has selected an experienced firm to draft and develop a Lake Fayetteville Watershed Strategy and improvement Plan. The plan will build on the previous studies performed for the Lake with regard to the internal and external pollutant loading with the ultimate goal of improving water quality to meet the requirements for primary contact. The attached document represents the proposed scope of work along with an estimated fee for the council's consideration. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 5. Engineering Service Agreement for Markham Elevated Storage Tank The Markham 1-MG elevated storage tank is located atop Markham hill and provides water to the City's primary pressure plane. The tank is in need of removal and replacement of the painted coating systems due to normal aging. Furthermore, the tank climbing systems are outdated and need to be updated to modern safety standards. This tank does not have a previous inspection on record but will be inspected as a part of the engineering design in this agreement. Olsson Inc. has been involved in many past City tank rehabilitation projects, as well as new construction designs. On April 6, 2021, the City of Fayetteville conducted a formal Engineering Selection meeting for this project and selected Olsson, Inc. (RFQ 21-01, Selection #14). The scope of services for this project will include site visits, structural inspections, and analyses, developing plans and specifications for coating systems and tank mixing retrofits, bidding services, and on -site inspection services during construction. Staff recommends approval of an Engineering Services Agreement with Olsson, Inc. for design of removal and replacing coating systems and updating safety systems at the Markham one million gallon elevated storage tank in an amount not to exceed $107,000.00. Funds are available in the Water Tank Improvements account. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 6. Bid Award for Round Mountain Standpipe Refurbishment On June 24th, 2021, the City of Fayetteville accepted sealed competitive bids for the Round Mountain Standpipe Rehabilitation project. Maguire Iron, Inc. submitted the lowest bid. All bids are shown here: Classic Protective Coatings, Inc. $263,950.00 Leher Painting Enterprises, Inc. $223,777.00 Maguire Iron, Inc. $153,000.00 Utility Service Co., Inc. $248,300.00 Viking Painting $187,500.00 This project will remove and replace the interior and exterior coatings on the 100,000-gallon Round Mountain standpipe as recommended by recent tank inspections performed by Garver Engineers. While the coating system is removed, upgrades to safety climbing systems will be made to align with modern standards. Tank mixing will be added to improve circulation by the use of an active mixer placed inside the tank. Staff recommends awarding Bid #21-56 and approving a construction contract with Maguire Iron, Inc. in the amount of $153,000.00 for painting and rehabilitation of the Round Mountain 100,000-gallon water standpipe. Funds are available for this project in the Water System Rehabilitation account. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 7. Rebuild Noland Aerator No. 11 The Noland Wastewater Treatment Facility utilizes 16 mechanical aerators to provide oxygen to the biology in the aeration basin. On March 31 st Aerator No. 11 was found to be mechanically unsound and the below surface aerator paddle had broken. The aerator was removed and sent to JCI Industries for forensic examination of hidden damages. We have received a quote for hidden damages from JCI Industries for $21,590.50 to make repairs to Aerator No. 11. JCI's proposal includes new bearings, seals and the remanufacture of the mixer shaft. JCI industries will also reassemble and test the unit. We do believe this item qualifies for tax exemption as specified by the Arkansas Department of Finance Arkansas Tax Rules — Gross Tax Receipt Rules; Compensating Use Tax Rules; Special Excise Tax Rules - Section GR-66E because Aerator No. 11 is used to aerate the bioprocess. Pending this determination, taxes are estimated to be $2,159. Freight is included in the quoted price. The total cost for this project is estimated to be $23,749.50. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 8. Biological Sampling on the West Fork of the White River Dr. Bouldin conducted the Spring Sampling Event in June for macroinvertebrates (flatworms, snails, insects, etc.). The sampling took 2'/2 days and included one site at the Town Branch confluence and four sites on the WFWR. Dr. Bouldin had several staff persons and equipment. We have not received any results yet. The Arkansas Game & Fish Commission have conducted a fish sampling event over the area to be restored on the WFWR. We have not received any results yet. Dr. Haggard started the Water Quality sampling the week of July 5th. We have not received any results yet. For Information Only 9. Overview of WWTP Monthly Report Discussion of May's Monthly WWTP Report 4 PRESENTATIONS 2020 O&M Contract Overrun ATTACHMENTS Budget Overrun Power Point Richland Creek Plans Kajacs Vicinity Map Kajacs Bid Tab Lake Fayetteville Study Scope & Fee Markham Vicinity Map Markham Scope & Fees Round Mountain Vicinity Map Round Mountain Bid Tab Aerator Rebuild Quote — JCI Industries May 2021 WWTP Report ADJOURN Next Water, Sewer, Solid Waste Committee meets on Tuesday, August 10, 2021, 5:30 p.m. •l• Jacobs FY2020 Budget Actuals vs Budget Meeting 07/ 13/2021 2020 Contract Revisions First year of implementation Changes in contract terms in 2020 Extension ■ Previous Terms — Should the actual expenditures exceed the total estimated annual expenditures by more than Twenty Thousand Dollars ($20,000), in any year of this Agreement, specific approval will be obtained from the City of Fayetteville prior to CH2M incurring additional costs. (0.29% variance) — Accrual basis — Billing is in advance, end of year true up is 120 days ■ Revised Terms — Should the actual expenditures exceed the total estimated annual expenditures by more than five percent (5%) in any year of this Agreement, approval will be obtained from the City of Fayetteville. — The City acknowledges CH2M HILL is utilizing a cash basis method of accounting and reporting. — Billing for labor and fixed fee is in advance, end of year true up is 30 days — Billing for non -labor is in arrears, end of year true up is 90 days Reconciliation of Labor .2.1 CH2M HILL will invoice a month in advance for the Direct Labor costs plus 15% markup in 12 onthly equal installments payable at the start of the month in which services are rendered. Actual labor ►sts will be reconciled within 30 days after the current contract year and City of Fayetteville will either invoiced or refunded the difference ■ Overtime due to COVID & SCADA Upgrade ■ Additional hours for condition assessment and Electrical Upgrade 4 ©Jacobs2020 Reconciliation of Non -Labor D.2.3 CH2M HILL will invoice Direct Expense (non -labor) cost plus 10% the month after the costs are expensed. C112M HILL will attempt to have all Direct Expense (non -labor) for the current budget year are coded in the system within 90 days of the current contract year and will submit the final Direct Expense (non -labor) invoice to the City of Fayetteville by April 15' of each year. If invoices are not received by the vendors during the close out period, then the costs will be invoiced under the current year contract. ■ Many invoices from 2020 work continued to be submitted in 2021 ■ 2020 was difficult for vendors because COVID1 9 taxed many offices due to limited admin staff and offsite work situations. 5 ©Jacobs2020 Cost Overruns Dryer Repair, COVID Related Overtime, and Condition Assessment cost FY2020 Costs Labor was trending over budget all year but was not apparent because of overall budget Non -labor was under budget The result was year to date financials indicated we were under budget October November December % %Annual % %Annual % %Annual Variance Budget Variance Budget Variance Budget BUDGET ACTUALS VARIANCE YTD Spent BUDGET ACTUALS VARIANCE YTD Spent BUDGET ACTUALS VARIANCE YTD Spent Direct Labor $ 2,730,438 $ 2,895,490 $ 165,052 $ 2,984,432 $ 3,117,061 $ 132,629 $ 3,301,925 $ 3,414,670 $ 112,745 Labor Markup, 15% $ 409,566 $ 434,324 $ 24,758 $ 447,665 $ 467,559 $ 19,894 $ 495,289 $ 512,201 $ 16,912 Total Labor $3,140,004 $3,329,814 $ 189,810 6% 88% $3,432,097 $3,584,620 $ 152,523 4% 94% $3,797,214 $3,926,871 $ 129,657 3% 103% Direct Non -Labor $ 2,501,306 $ 2,124,726 $ (376,580) $ 2,733,985 $ 2,368,068 $ (365,917) $ 3,024,835 $ 2,900,117 $ (124,718) Expense Markup, 10% $ 250,131 $ 212,473 $ (37,658) $ 273,399 $ 236,807 $ (36,592) $ 302,484 $ 290,012 $ (12,472) Total Expense $2,751,436 $2,337,199 $(414,238) -15% 70% $3,007,384 $2,604,875 $(402,509) -13% 78% $3,327,319 $3,190,129 $(137,190) -4% 96% Fixed Fee $ 105,290 $ 105,290 $ - $ 115,819 $ 115,819 $ - $ 126,348 $ 126,348 $ - Grand Total $5,996,730 $5,772,303 $(224,428) -4% 80%1 $6,555,300 $6,305,314 $(249,986) -4% 87%1 $7,250,880 $7,243,348 $ (7,533) ©Jacobs2020 Labor OT overage ■ COVID related overtime - overtime in Biosolids and Operations most significant ■ Critical projects - SCADA integration consumed the greatest amount of overtime ■ Overtime was over budget by $66,03 1 Category 2020 Overtime Costs Budget Actuals Variance Increase 2019 Overtime Costs Budget Actual Variance Admin Biosolids Lab Maintenance Operations SCADA Regional Support $5,234 $1,070 $4,164 $ 445 $ 23,696 $ 5,949 $ (7,766) $ 7,898 $ 26,064 $ 3,580 $ 4,840 $ 232 $ 4,608 $26,793 $48,695 ($21,902) $ 29,697 $ 27,903 $ 1,794 $7,713 $8,892 ($1,179) $ 11,179 $ 6,410 $ 4,769 $20,596 $19,064 $1,533 $ 26,773 $ 33,006 $ (6,233) $20,138 $31,292 ($11,154) $ 20,600 $ 23,856 $ (3,256) $7,439 $40,987 ($33,548) $ 7,352 $ 14,836 $ (7,484) $1,270 $5,214 ($3,944) $ - $ 364 $ (364) $89,183 $155,214 ($66,031)1 $ 59,865 1 $ 100,441 $ 106,606 $ (6,165) 8 ©Jacobs2020 Labor hours overage ■ Detail labor cost overrun reasons - Labor costs were high due to the condition assessment and asset management related work, as well as coordination with the capital Electrical Upgrade - Two associates had heavy engagement in these activities ■ JD Turley's (Regional Support) hours were above what we estimated. - Actual Hours 1170 - Budgeted Hours 607 - over budget by 563 hours - Additional hours on CMMS - Work Order clean up - Data transfer from old system to new system ■ Tim Marr, Master Electrician, normally budgeted 30% to the remaining south-central region, spent primarily for Phase 1 electrical upgrades and condition 70% to Fayetteville project and 1 00% of his time on Fayetteville assessment activities. 9 ©Jacobs2020 Non labor causes of the overage ■ Unplanned costs for the thermal dryer breakdowns Non - Labor Service Budget Actuals Variance AIT SERVICES INC $ 56,675.00 $ (56,675.00) MOTION INDUSTRIES INC $ 28,370.21 $ (28,370.21) WASTE MANAGEMENT OF ARKANSAS $ 24,996.00 1 $ 268,246.52 1 $ (2431250.52) Grand Total $353,291.73 $ (328,295.73) 10 ©Jacobs 2020 Delayed Recognition of Invoices ■ COVID1 9 led to slowed response for invoicing from many companies ■ We continued to get invoices in January, February and March in 2021 ■ Invoices were from as late as August of 2020 11 ©Jacobs 2020 Overall Budget Summary ■ Unexpected costs are slightly over the 5% contingency allowed by the contract ■ Unexpected costs are above and beyond normal operating expenses Category Actuals Billed Remaining Bill Amount Final Bill Amount Total Budget Labor $ 3,954,125.00 $ 3,953,827.00 $ 3,797,213.00 Non -Labor $ 3,190,129.00 $ 3,606,563.00 $ 3,327,320.00 Mgmt Fee $ 126,344.00 $ 126,344.00 $ 126,344.00 TOTAL $ 7,270,598.00 $ Non Labor $ Overtime Labor $ Labor $ Total $ 435,857.00 $ (328,295.73) (66,030.69) (41,530.26) (435,856.68) 7,686,734.00 $ 7,250,877.00 12 ©Jacobs 2020 Lessons Learned Going Forward ■ We have added a local forecasting model to better project future spending ■ The forecast recognizes all cost obligations that have not been recognized in the financial system - Purchase orders that have been executed but not fulfilled - Work that has been done but not invoiced - Any financial transaction in float ■ We have been communicating since April any budget overages, by category, in the monthly narrative report, in addition to the monthly financial report ■ We have been showing the financial forecast in the Executive Summary and in the financial reports since April 14 ©Jacobs 2020 Summary ■ The cause of the overrun was due to - Adjusting to changes in the contract structure - Significant unanticipated maintenance expenses - COVID delays in supplies, equipment, billing, and labor OT ■ Solution to correcting the overrun - Incorporate the contingency of 5% into the annual budget per the contract - Monitor committed but unbooked costs more closely ■ Methods for preventing reoccurrence - Utilizing forecasting tool for recognizing pending financial transactions - Early notification of any trends that may cause the project to go over budget 15 ©Jacobs 2020 EAST SERVICE AREA WATER IMPROVEMENTS RICHLAND CREEK CROSSING FAYETTEVILLE, ARKANSAS PROJECT NO. 018-0031 a� a� Y U E L w Cn C C3 U ry I U I Cn U L� is C U) U) O U N O L U C 0 i 0 U U Cn U U C O U C O Q �w Qw �ry �x w VICINITY MAP X � THE LOCATIONS OF EXISTING UNDERGROUND UTILITIES SHOWN ARE APPROXIMATE BASED ON THE BEST INFORMATION AVAILABLE AND MAY NOT REFLECT ALL EXISTING UTILITIES IN THE PROJECT AREA. THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING WITH THE UTILITY COMPANIES FOR LOCATING EXISTING UTILITIES PRIOR TO CONSTRUCTION AND FOR PROTECTION OF SERVICES DURING CONSTRUCTION. INDEX OF SHEETS SHEET No. SHEET DESCRIPTION GENERAL G1 TITLE SHEET, VICINITY MAP, INDEX OF SHEETS CIVIL / SITE C1 STATION 0+00 TO 8+01 C2 DETAILS C3 DETAILS C4 BMP DETAILS St A—T E W. CHRIS HALL x m z O U Cn W 0 Cn z O w Ir w Q U O z -'t O O 't M C'7 I- C6 C 5 JX LU Q F LL 7C) CM m O O i` N i` CB Q u > CO (ll LLJ N >+ O m (y) LL C) z O Cl) NW Q. N CD N W z W W C U) W LL > rrV nn O Oz U) W W 0 2O z ry �U � Y Q W w U z ry Q \ / Q Z > W J U = U Q W �� W Cl)= C/) C/) z z LLI Q < Q � w w J J_ W w Q LL drawn by: ELH checked by: C HALL approved by: C HALL QA/QC by: CNW project no.: FY373CS3 drawing no.: FY373CS3-G1.DWG date: 6/18/21 ARKANSAS REGISTERED PROFESSIONAL ENGINEER NO.12012 I SHEET Know what's below. w Q Call before you dig. 00 0' 1000' 2000' SCALE IN FEET G1 U E Ld V) c U q) / C U) 0 OCD n U rr) N N U 0 O V) m c � E in >> U E a) LL > a� LL Ld >,ry X LL_ Ld E r7 Cz r7 ,1- � N L� — / N _ NO +� N a� - T C7 O L� X � / \ f111\ --7148 4 XILI — I I I I r-- — I 3 I I I I EXISTING 12"VALVE 1150 1140 1130 1120 imulm a PARCEL 770-17465-000 EDNA M. EDICK TRUST a DEED 2020-47012 a -EXISTING 6" WATER LINE (FIELD VERIFY) ONCE NEW WATER LINE IS IN SERVICE CONTRACTOR EDGE OF NEW,EASEMENT SHALL CUT AND INSTALL 6" CAP AND REACTION BACKING. SEE DETAIL SHEET C2. STA. 3+01 FURNISH AND INSTALL 18" CAP FURNISH AND INSTALL 18" 45° VERTICAL BEND - FURNISH AND INSTALL ANCHOR COLLAR - SEE DETAIL STA. 2+64 FURNISH AND INSTALL 18" BUTTERFLY VALVE FURNISH AND INSTALL STA. 0+44 FURNISH AND INSTALL 18" x 12" 18" 45° VERTICAL BEND - TEE(ROTATED), 18" BUTTERFLY VALVE, AND 18" CAP STA. 0+51 FURNISH AND INSTALL 18" BUTTERFLY VALVE i NEW LEAK DETECTION METER VAULT. SEE DETAIL SHEET C2 ---------------f COE PROP d d \ \ \ o- \ \ \ CONSTRUCTION NOTES: 1. CONTRACTOR TO FIELD VERIFY LOCATION AND DEPTH OF ALL EXISTING UTILITIES IN PRESENCE OF ENGINEER'S AND OWNER'S REPRESENTATIVES AND NOTIFY ENGINEER OF ANY CONFLICTS 2. CONTRACTOR SHALL PROTECT ALL TREES UNLESS OTHERWISE NOTED TO BE REMOVED 3. CONNECTIONS TO EXISTING WATER MAINS SHALL BE INSTALLED AT LEAST 24 INCHES FROM BELL JOINTS, FITTINGS, END OF PIPE OR ANOTHER TAP. 4. ALL FITTINGS REQUIRE MJ RESTRAINT AND CONCRETE REACTION BACKING UNLESS OTHERWISE SPECIFIED IN PLANS. 5. TRACER WIRE PORTS SHALL BE INSTALLED AT ALL VALVES (SEE GATE VALVE DETAIL) AND ALL HORIZONTAL BENDS GREATER THAN 45° (SEE TRACER WIRE PORT DETAIL). 0' 15' 30' SCALE IN FEET PARCEL 770-17453-000 RIGGINS DEED 2016-24366 CONSTRUCT 18" CLASS \\\ I \ \\ INSTALL 18" 22J° BEND 250 DIP WATER LINE -------------- y \ \\\\\ \ - - - - - - --' -----1143--- 1+00 2+00 a I i v vvv 4+00 I\v 115+00 � v -- STA. 6+73 FURNISH�6, AND 00 _ _W_ —T — W— _ \ ---- 18" 224 INSTALL \ --------- 1 ICI 11 ` av\ \\\ II\\ \ \ \ TOP 1 I a I I J-1 fit— W— — `-- -- / w t ram` _(— \� �0 I\\\\ — J \ w d \ - - W— / W� / a / ! \ \\\\\\\\\ I \ ----- / \ \ \ \ \ r �J\\ �� \ V \ --t--- -----of--- - - W_ — — — —w�= —dl� R/W �'��_ - 0E-----0E--- d 7144-- \ \ \ \ \ \ \ \ I �,�\\\\\\\ Z \ \ -_ ®\ 7+00 =---x=�- — — — of----- E---- - l \\ \ \ \ \ \ \ \ \\\\\\ p �w DG' R/W— `Q—OE — — --� �\ \ OEM n \ \ \ \ — R/W \ — R/W— \\\\ \ \ \_rr\ III�E — — — — —oE — — — — —OEM \\ \ \ .�13�\-1 t-\ R W --- \\ rT — — — —OE — — — — — TA. 0+41 FURNISH AND INSTALL 12" 111'4° EXISTING 6" PVC WATER LINE \ Y — !,\ \\ \ — R/W— — — — OE — — — — —oE — — — — — \\ TO BE ABANDONED R '— — — °E — — — — —oE PP >` W— — / 225.0' BORE WITH 30" STEEL ENCASEMENT STA. 5+42 FURNISH AND INSTALL 18" 45° VERTICAL BEND STA. 5+60 FURNISH AND INSTALL 18" 45° VERTICAL BEND \� STA. 5+70 FURNISH AND INSTALL 18" BUTTERFLY VALVE \ STA. 5+90 FURNISH AND LEGEND (EXISTING FEATURES) -zoo 1' CONTOURS w WATER LINE ss SANITARY SEWER — — — —uE UNDERGROUND ELECTRIC — — — —oE OVERHEAD ELECTRIC ur UNDERGROUND TELEPHONE — cns— GAS LINE ,c HIGH PRESSURE GAS LINE Ro FIBER OPTIC R/w RIGHT-OF-WAY PL PROPERTY LINE BOARD FENCE RAIL FENCE o CHAIN LINK FENCE - —x BARBED WIRE FENCE WM - WATER METER GM - GAS METER FH - FIRE HYDRANT PP - POWER POLE V - W/L VALVE DG - DOWN GUY STA 7+38 FURNISH AND INSTALL 18" x 12" REDUCER STA. 7+51 FURNISH AND INSTALL AIR RELEASE VALVE FURNISH AND INSTALL 12"x6" TEE, 12" BUTTERFLY VALVE, 12" RESTRAINED JOINT CAP WITH REACTION BACKING AND ANCHOR COLLAR...... 8+00 le BEND (ROTATED) \ — — — - _ _ — STA. 0+18 AND 0+21 \ — R/W — R/W— — R/W—/W—t �E = R//�= of // x X IW FURNISH AND INSTALL \ —g�w = —oE — R — R/w 4 2 - 12" 45° BENDS (ROTATED) \ \ EXISTING 6" PVC WATER LINE — — —°E — — \ \ TO BE ABANDONED — — —oE i —x STA. 0+00 FURNISH AND INSTALL \ —x — — — — —x — — — / _—_ of x REPAIR EXISTING x — 12" SOLID SLEEVE, \ \ BARBED WIRE FENCE 12" TEE, d\ \ AS REQUIRED 12" BUTTERFLY VALVE \ \ CONSTRUCT 12" CLASS EXISTING 12" DIP WATER LINE \\ \� 305 DR14 PVC WATER LINE 3 (FIELD VERIFY) \ CUT AND CAP AND REACTION BACKING. / \ SEE DETAIL SHEET C2 12" PVC PIPE 18" CLASS 250 DIP 18" CLASS 250 RESTRAINED JOINT DIP NEW 12" PVC WATER LINE 6" CLASS 305 DR14 PVC PIF EXISTING 6" WATER LINE. FIE — W x — — —F 12" WATER LINE CONSTRUCTED UNDER CONTRACT SECTION III FURNISH AND INSTALL C900PVC PIPING 6" TEE, 6" GATE VALVE, 6" SOLID SLEEVE 12%6" TEE 12" SPOOL - 12" LONG 12" BUTTERFLY VALVE FUTURE WATER LINE 12" CAP ANCHOR COLLAR - SEE DETAIL FOSTER ADAPTOR 6" GATE VALVE 6" TEE ONUL NLW WAILK LINL IS IN StKVIUL CONTRACTOR SHALL CUT AND INSTALL 6" CAP 6" SOLID SLEEVE AND REACTION BACKING. SEE DETAIL SHEET C2. 6" GATE VALVE ``� .000 I 0.0 12" PVC PIPE STA. 0+00 FURNISH AND INSTALL STA. 7+38 FURNISH AND 12" SOLID SLEEVE, INSTALL 18" x 12" REDUCER 12" TEE, 12" BUTTERFLY VALVE STA. 7+51 FURNISH AND NSTALL AIR RELEASE VALVE EXISTING 6" WATER LINE TO BE ABANDONED NEW LEAK DETECTION METER 4.0' MIN. STA. 8+32 FURNISH AND INSTALL 12%6" (FIELD VERIFY) VAULT. SEE DETAIL SHEET D2. COVER STA. 5+90 FURNISH AND INSTALL TEE, ROTATED, AND FOSTER ADAPTOR _______ __ 11 181,22J ' BEND EXISTING GROUND y, STA. 5+70 4.0' MIN. FURNISH AND 18" BUTTERFLY INSTALL VALVE COVER - - _ ---------------- - -- ---------------------- -------- STA. 0+51 FURNISH AND INSTALL MAINTAIN NEGATIVE RADE------- 18" BUTTERFLY VALVFri --- -------- CONSTRUCT 12" STA. 0+44 FURNISH AND INSTALL 12" x 18" TEE STA. 2+64 FURNISH AND INSTALL CLASS 305 DR14 (ROTATED), 18" BUTTERFLY VALVE, AND 18" CAP 18" 45' VERI ICAL BEND \ MAINTAIN POSITIVE GRADE _ PVC WATER LINE STA. 0+41 FURNISH AND INSTALL \ i 12" 11Ya' BEND (ROTATED) �� j TA. 5+60 FURNISH AND INSTALL 6" STA. 0+18 AND 0+21 FURNISH AND INSTALL CONSTRUCT 18" CLASS 250 DIP � FURNISH AND INSTALL STA. 6+73 GATE VALVE 2 - 12" 45' BENDS (ROTATED) WATER LINE TO OF �' TOP OF 18" 45' VERTICAL BEND FURNISH AND INSTALL 'BEND _ ENCASEMENT \ �- �� ENCASEMENT 18" 22 FURNISH AND INSTALL 6" EL = 111ENT -------- -------- -------- ------- EL = 1117.57 C900 PVC PIPE STA. 5+42 STA. 8+39 FURNISH AND FURNISH AND INSTALL INSTALL 6%6" TEE. TIE TO 18" 45' VERTICAL BEND EXISTING 6" WATER LINE STA. 3+01 FURNISH AND INSTALL 18" 45' VERTICAL BEND 225.0' BORE WITH 30" STEEL ENCASEMENT Lq N n a0 O N � � 0) Oq N IA N IA N M aq N O N_ � r �ri W) Ki Ki rj N3 ri N ri N �� In M a0 M � r M 7c, 00 M n 0+00 0+50 1 +00 1 +50 2+00 2+50 3+00 3+50 4+00 4+50 NEW 18" DIP AND 12" PVC WATER LINE SCALE: 1 "=30' HORIZ.; 1 "=10' VERT. 5+00 5+50 6+00 6+50 7+00 7+50 8+00 8+50 oil-- e 1150 1140 1130 1120 Name 0 N N u A, AR `AR N AS R'E I P A Ja GI No.1201'21 ti C IRIS .;I- O O ;I- CM M � JX W Q I— LL -0 CO M o O ti ()� N f,- a W > (a a) W N N >+ O CO C''i LL z O H U U) w z O w w I- 0 O O O O + O U) w ui V Oz �p Lu v I Y >Q w Lu w U 0� 0 Q z LLJ Q U = z O U) Lu N O N U_ Q Lli C/) U) z Y LLJ LJJ J_ > LLJ w Q LL drawn by: JRM checked by: C HALL approved by: C HALL QA/QC by: CNW project no.: FY373CS3 drawing no.: FY373CS3-C22 date: 7/1 /21 SHEET C1 a� N U E LLJ U a 4-1 C O 4-1 a) W > O CL E N > (%7 a) 4-1 LLJ >,X � X LL 41 LLJ E r0 >- o0 LL. N > O 0) N �00 O N Ld X � �Q 00 4" TOPSOIL REVEGETATE DISTURBED AREAS W SUITABLE ON- o MATERIAL COMPACTED a I TO 90% STANDARD o M PROCTOR w 3" WIDE SAFETY BLUE MARKER oo TAPE 18" FROM PIPE IMPRINTED WITH "CAUTION - BURIED WATER LINE BELOW" CONTINUOUS TRACER WIRE 12 GAUGE SOLID COATED COPPER NO GREATER THAN 6" ABOVE PIPE WATER LINE UNDISTURBED EARTH �� j�\ 6" MIN. OF ASTM SIZE 7 OR 67 PIPE BEDDING MATERIAL AROUND PIPE (SEE SPECIFICATIONS). TRENCH 12" MIN. + OUTSIDE DIAMETER PIPE NOTES: WIDTH 24" MAX.+ OUTSIDE DIAMETER PIPE 1. ALL VALVES, BENDS, ETC. SHALL BE RESTRAINED. 2. THE CONTRACTOR SHALL PROVIDE ALL ITEMS NECESSARY TO CONNECT WITH ANY PART OF THE EXISTING WATER SYSTEM THAT WILL REMAIN IN ORDER TO ESTABLISH A SATISFACTORY AND ACCEPTABLE WATER SYSTEM. 3. CONTRACTOR TO CONSTRUCT ALL TRENCH EXCAVATION IN ACCORDANCE WITH ALL OSHA REGULATIONS (29 CFR CH.XVII, SUBPART B) 4. TRENCH SHALL BE EXCAVATED BELOW GRADE REQUIRED TO PROVIDE A MINIMUM 36" OF PIPE COVER. 5. MAXIMUM PIPE COVER SHALL BE 60" UNDER NORMAL CONDITIONS. COVER GREATER THAN 60" MAY BE ALLOWED FOR SHORT DISTANCES WHERE REQUIRED BY FIELD CONDITIONS. NO HYDRANT SHALL BE ALLOWED WHERE LINES ARE GREATER THAN 60" DEEP. WATER TRENCH (NON -PAVED AREA) 8'- 4" 0 I 8" DIA OPENING FOR BUTTERFLY I VALVE OPERATOR EXTENSION - I ADDITIONAL #5 BAR EACH SIDE I 1 OF OPENING -4 REQ'D / ___ I I I I __�_ I I �I , ------- •___' L l L.I I i t A t I I I 1 /\/ L� - ----5� 3'-0 MIN. I 2» CLR i n y� ins y SEPARATION I TYP. \1 \\ / I�i - - - - - - - - - - - - ---� ��- -.e4----II-- `I ♦ 1 J iX h` ADDITIONAL #5 BARS DIAGONAL - 8 REQ'D 3'-0" Ile Ir PLAN (a 7 5 6 4 5 3 4 2 _ 00 x 2 _I < 1 1117 II\', ,I511I1 I�� I I i II I I I I ___ ___________-� u u c. 8 9 9 2 PROFILE 3/8" = 1'-0" LEAK DETECTION METER VAULT SAWCUT EXISTING PAVEMENT EXISTING PAVEMENT MATCH EXISTING GRADE H M Z \�\ UJ 0 Li I3 WATER LINE - UNDISTURBED EARTH SAWCUT EXISTING PAVEMENT-, O V c 0 ed a z wo o I I� WATER LINE - UNDISTURBED EARTH V Oo O 08, / 0 0,1111111111 1.) 0 0 00 ���/�����\����� O O/��//�// / v// O O ��QO 0 -OR ' �11 E SAFETY BLUE MARKER �o'�Op, 18" O O 0 TAPE 18" FROM PIPE IMPRINTED o 60 "CAUTION V O V 0 WITH - BURIED WATER 000 000D0 LINE BELOW" CLASS 7 ABC BACKFILL COMPACTED TO 98% M.P.D. CONTINUOUS TRACER WIRE O 12 GAUGE SOLID COATED COPPER NO GREATER \ THAN 6" ABOVE PIPE \�� 1 6" MIN. OF ASTM SIZE 7 OR 67 PIPE BEDDING �� MATERIAL AROUND PIPE (SEE SPECIFICATIONS). TRENCH 12" MIN. + OUTSIDE DIAMETER PIPE 24" MAX.+ OUTSIDE DIAMETER PIPE WIDTH WATER TRENCH (UNDER ASPHALT) 9" CONCRETE 4200 PSI EXISTING PAVEMENT MATCH EXISTING GRADE d d d V 1. O dl d r e G d a G d d e a w d TEE 11 1/4°, 22 1/2' AND/OR 45' BEND \` \`\. VA VA H❑RIZ❑NTAL RUN 90' BEND W NATURAL UNDISTURBED SOIL TYP. a ' a VERTICAL RUN SEE SHEET W18 FOR END PLUG, CAP VERTICAL TIE-D❑WN BLOCKING OR BLIND FLANGE REDUCER UZ L d-40- BLNU.I IN PLACE OF 90e BEND t r CR❑SS WITH PLUG TEE WITH PLUG THRUST BLOCKING THRUST BLOCK SCHEDULE (2000 PSF SOIL, 200 PSI WATER PRESSURE, 100 PSI WATER HAMMER) BEARING AREA OF THRUST BLOCKS IN SQ. FT. (HORIZONTAL BENDS) VOLUME OF THRUST BLOCK IN CU. FEET (VERTICAL BENDS) FITTING SIZE PLUG TEE OR CAP BEND ANGLE FITTING SIZE BEND ANGLE ROD DIAM. EMBE➢- MENT 90°' 45° 22112° 11114° 90°' 45° 22112° 11114° 2, 3, & 4 119 2,7 1.4 0.7 0.4 2, 3, & 4 35.5 19.2 9.8 4.9 .50' 30' 6 5.6 7.9 4.3 2.2 1.1 6 105.8 57.2 29.2 14.7 .75' 30' 8 9.6 13.6 7.4 3.8 1.9 8 181.9 98.5 50.2 25.2 .75' 30' 12 20.5 29.0 15.7 8.0 4.0 12 387.1 209.5 106.8 53.7 1.0' 30' 16 35,7 50,4 27.3 13.9 7.0 16 672.6 364.0 185.6 93.2 1,0' 36' 18 44.8 63.4 34,3 17.5 18.8 18 844.7 457.2 233.1 117.1 1,0' 36' 24 78.4 110.9 60,0 30.6 15.4 24 1478.7 800.3 408.0 205.0 1.5' 36' �90 DEGREE BENDS SHALL ONLY BE USED ON A BY -EXCEPTION BASIS, AND MUST EACH BE SPECIFICALLY APPROVED BY CITY. THRUST BLOCK NOTES: 1. CONCRETE FOR THRUST BLOCKS - CLASS A CONCRETE SHALL DEVELOP NOT LESS THAN 3000 P.S.I. COMPRESSIVE STRENGTH AT 28 DAYS AND BE PLACED AGAINST UNDISTURBED SOIL. 2. ALL BENDS, BOTH HORIZONTAL AND VERTICAL, SHALL BE BACKED WITH CONCRETE. VERTICAL BENDS SHALL BE PLACED ON CONCRETE PADS WHERE BENDS TURN UP, OR LOADED WHERE BENDS TURN DOWN. 3. DOUBLE WRAP PIPE JOINTS IN 8 MIL "POLYETHLENE" BEFORE PLACING CONCRETE. 4. BEARING AREA SHOWN IN TABLE, IS BASED UPON A 2000 LB/SF. SOIL BEARING, AND UPON A PIPELINE PRESSURE OF 200 psi. PLUS 100 psi. WATER HAMMER. AREAS SHOWN SHALL BE ADJUSTED, SHOULD FIELD CONDITIONS VARY. 5. MJ RESTRAINTS ARE REQUIRED FOR ALL FITTINGS. 6. USE LONG -RADIUS FITTINGS WHEREVER POSSIBLE. 7. ALL BOLTS FOR FITTINGS SHALL BE 316 STAINLESS STEEL. 8. ALL DUCTILE IRON FITTINGS SHALL BE FUSION -BONDED EPDXY COATED INSIDE AND OUTSIDE IN ACCORDANCE WITH ANSI/AWWA C116/A21.16. 9. UNIT WEIGHT OF CONCRETE FOR VERTICAL THRUST BLOCKS IS 150 LBS/CU. FT. 0 N N u AT RE- I 0 O 0 /' WIDE SAFETY BLUE MARKER NOTES: P E 0 0O O O 0 60 0 g0 TAPE 18" FROM PIPE IMPRINTED WITH 1. TAPPING SLEEVE SHALL BE FORD G1 1 18" O DO OOOOO "CAUTION - BURIED WATER LINE BELOW" FAST OR APPROVED EQUAL. CLASS ABC 7 BACKFILL 2. AFTER THE TAP IS MADE, RE -TORQUE No.1201 COMPACTED TO 98% M.P.D. BOLTS ON SLEEVE TO SEAL TO FINAL MJ TAPPING SLEEVE , SHAPE OF PIPE. CI�RIS CONTINUOUS TRACER WIRE 3. TAPPING SLEEVE AND VALVE SHALL / O 12 GAUGE SOLID COATED COPPER NO GREATER BE DOUBLE WRAPPED WITH 8 MIL x/ \// THAN 6" ABOVE PIPE POLY, d , /�� O 6" MIN. OF ASTM SIZE 7 OR 67 PIPE BEDDING o� e • m U MATERIAL AROUND PIPE (SEE SPECIFICATIONS). TRENCH 12" MIN. + OUTSIDE DIAMETER PIPE .,, WIDTH 24" MAX.+ OUTSIDE DIAMETER PIPE WATER TRENCH NOTES: (UNDER CONCRETE) 1. ALL VALVES, BENDS, ETC. SHALL BE RESTRAINED. 2. THE CONTRACTOR SHALL PROVIDE ALL ITEMS NECESSARY TO CONNECT WITH ANY PART OF THE EXISTING WATER SYSTEM THAT WILL REMAIN IN ORDER TO ESTABLISH A SATISFACTORY AND ACCEPTABLE WATER SYSTEM. 3. CONTRACTOR TO CONSTRUCT ALL TRENCH EXCAVATION IN ACCORDANCE WITH ALL OSHA REGULATIONS (29 CFR CH.XVII, SUBPART B) 4. TRENCH SHALL BE EXCAVATED BELOW GRADE REQUIRED TO PROVIDE A MINIMUM 36" OF PIPE COVER. 5. MAXIMUM PIPE COVER SHALL BE 60" UNDER NORMAL CONDITIONS. COVER GREATER THAN 60" MAY BE ALLOWED FOR SHORT DISTANCES WHERE REQUIRED BY FIELD CONDITIONS. NO HYDRANT SHALL BE ALLOWED WHERE LINES ARE GREATER THAN 60" DEEP. WATER TRENCH - UNDER PAVEMENT MJ RETAINER GLAND MJ x MJ GATE VALVE PROVIDE 18" DIA. CONC. COLLAR AROUND ALL VALVE BOXES 1" WIDE REFLECTIVE STRIP 66" LENGTH MARKER POST WITH LABELS NOTES: (TWO SIDES) 1. WATER LINE MARKERS SHALL BE TRI-VIEW MARKING SYSTEM BY RHINO MARKING AND 54" TYPICAL PROTECTION SYSTEMS OR CARSONITE INTERNATIONAL DUAL -SIDED UTILITY MARKER 2" SQ. OPERATING NUT 24" (CIB-380). 2. THE UPPERMOST PORTION OF THE CARSONITE 8" V-6" INSIDE 8" MARKER SHALL BE MADE OF VISIBILITY HDPE VALVE BOX - Q„ , ENHANCER (CVE-360). ALIGNMENT DEVICE , 3. TRI-VIEW MARKERS DO NOT REQUIRE VISIBILITY ENHANCERS. #4 HOOKED DOWELS 4. AN ADDITIONAL WHITE VI WIDE REFLECTIVE 2'-1" LONG ®1'-0" O.C. In Q ; / / /� TAPE (3M OR EQUAL) SHALL BE PLACED ANGLE TOP OF DOWELS 0A�/VA/VA/V� / I d/V�/Vw J AROUND THE FULL CIRCUMFERENCE OF THE NOTER ERETHEY DWITHO MANWAY `4 � a /jam/j�/j�/j�/j�� TOP OF THE MARKER. BE 0 o ��/ v /%/%/% II II//%/%/%/%/%�' S AROUNDTAND 1L-FOOTPDEEPDAROU DHES THE hk w o BASE OF EACH MARKER. #5 BARS ® 12" EACH U WAY 24„ Z CONCRETE WATER VALVE MANWAY EXISTING GRADE 6" DIAMETER I I w/ BOX AND COLLAR OPENING 12" DEEP S FINISH GRADE 0 FE N 3" CLR o W W Z U 1„ r7 ---- 2 - #5 BARS- 3" CLR 18" WATER LINE - 2'-0" DIA MANWAY OPENING. , EAST JORDAN MODEL DUROSTREET COMPOSITE ASSEMBLY WITH "WATER" STAMPED ON LID. 7'-0" SECTION 3/8" = 1'-O" LOPE=5: 1 PRE -CAST OR CAST IN PLACE CONCRETE #4 @ 12" VERT IS #5 ® 12" HORIZ TAPPING SADDLE (SEE -- MARK 9). Q» 3" MIN. CLEARANCE �� BETWEEN VAULT AND J\y TOP OF PIPE. 8" x 16" x 8'-6" LONG CONCRETE PADS (2 REQ'D) 1Y2' CLEAN ROCK FILL MATERIAL 6" PIPE BEDDING PIPE FITTING TABLE MARK DESCRIPTION QUANTITY 1 1" FB1000-4-Q-NL BALL CORP. 2 2 1" x 'Y4' BRASS BUSHING 2 3 FORD METER BOX C84-33NL -Y4" ADAPTOR 2 4 FORD METER BOX 3X" L44-33-NL COUPLING 2 5 FORD METER BOX -Y4" B43-332W-NL BALL VALVE 2 6 BADGER MODEL 25 W x N" METER PROVIDED BY CITY OF FAYETTEVILLE 1 7 3/a" TYPE K COPPER TUBE - 8 18" CLASS 250 PSI 6'-0" LONG PE x PE 1 9 ROMAC IND. FTS420T TAPPING SADDLE (THREADED 1" OUTLET) 2 VALVE MARKER WATER ABANDON WATER M 4" x 4" rRLJJVRL IRG i IGU IIMOLR VI 4" x 4" STEEL POST (TYPICALLY 2' OR LESS IN LENGTH) PROFILE VIEW CUT AND CAP WATERLINE 1 ATA F THRUSTBLOCK WORD WATER " ON COVER " FIRE FOR FIRE LINES " 2" VALVE " FOR 2" VALVES COIL MIN. 12" OF TRACER WIRE INSIDE TOP OF BOX CONTINUOUS TRACER WIRE 12 GAUGE SOLID COATED COPPER 6" ABOVE PIPE MJ TAPPING SLEEVE 4" THICK CONCRETE BLOCK TAPPING SLEEVE AND VALVE 1' WOOD WEDGES PLAN VIEW CONCRETE THRUST BLOCK THRUST BLOCK 4" x 4" PRESSURE TREATED TIMBER or 4" x 4" STEEL POST (TYPICALLY 2' OR LESS IN LENGTH) MECHANICAL JOINT CAP (RESTRAINED) WATER MAIN TO REMAIN IN SERVICE DOUBLE POLYWRAP UNDISTURBED SOIL AN COLLAR SCHEDULE PIPE *MINIMUM DIMENSIONS* REINFORCING BARS SIZE W H T "A" BARS "B" BARS 6" 1.5' 2.0' 1.0' #6 ® 6" #6 6" 8" 2.0' 2.5' 1.0' #6 ® 6" #6 @ 6" 12 2.5' 4.0' 1.5' #6 ® 6" #6 @ 6" 16" 3.5' 5.0' 1.5' #6 ® 6" #6 @ 6" 20" 5.0' 5.5' 2.0' #6 0 6" #6 @ 6" 24" 6.5' 6. 0' 2.0' #7 ® 6" #7 @ 10" UNDISTURBED SOIL IINIl14TIIRRFn S(lll H /2 3" H /2 " BARS "B" BARS 3" TYP. J 4 EA. -"A" BARS (LENGTH = PIPE DIA. x 3.0) NOTES: 1. DESIGN PRESSURE IS 200 PSI PLUS 100 PSI SURGE AND 2,000 PSI SOIL BEARING. 2. ALL DIMENSIONS ARE MINIMUM REQUIREMENTS. ACTUAL FIELD CONDITIONS MAY REQUIRE LARGER DIMENSIONS. 3. ALL RETAINER GLANDS SHALL BE MEGA -LUG BY EBAA IRON. T 316 STAINLESS STEEL ALL THREAD RODS w/ DUCTILE LUGS g" DOUBLE THRUST POLYWRAP �� DUCTILE IRON PIPE MECHANICAL JOINT CAP MJ RETAINER GLAND 2H MIN. r SEAT FACING AWAY FROM MJ CAP "A" B" REBAR MAT USE TWO GLANDS BACK TO BACK / FOR PIPES SUBJECT TO TWO WAY 2 LAYERS REQUIRED THRUST. WHEN T EXCEEDS 1.5' 4" ANCHOR COLLAR z O U LLJ 0 (n z O > Lu D_ n r LU E O U c 0 V) _0 O 't CV) M ti ti J It H LL_ -0 c� (0 O Of N ti � Q v> > m W O O m M LL U) z 0 CIO W N N W W >� z_ J_ � Q L.L_ U Ij Lu � ~ Q N L.L 0 Q U Iii 0 Q Q ~ Q W J U = 5; UNN Q W z Cn Q Y LL Q Q W LJJ J W Lu IL drawn by: ELH/JRM checked by: C HALL approved by: C HALL QA/QC by: C HALL project no.: 018-0031 drawing no.: FY373CS3-D1 date: 9/17/19 SHEET C2 14 > -1 ;w �� 0x L w E M 0 r" O n N >- rn L N N > O N N Nc(s 0 r X � C� � �Q 00 CONTINUOUS TRACER WIRE 12 GAUGE SOLID COATED COPPER or 14 GAUGE COATED COPPER CLAD STEEL (BLUE JACKET) PLAN PROVIDE 2'-0" x 2'-0" x 6" CONC. COLLAR AROUND ALL TRACER WIRE BOXES. COIL MIN. 12" OF TRACER WIRE INSIDE TOP OF BOX CONTINUOUS TRACER WIRE 12 GAUGE SOLID COATED COPPER or 14 GAUGE COATED COPPER CLAD STEEL (BLUE JACKET) i SECTION A -A TRACER WIRE ACCESS BOX 8" x 16" x 6'-0" LONG CONCRETE PADS (2 REQ'[ 3" SCHEDULE 40 STEEL VENT PIPE MINIMUM, WITH #24 MESH BUG SCREEN. PAINT ABOVE 8 GROUND VENT PIPE PER SPECIFICATIONS. SEE COATING NOTE 1 BELOW. 3" UNIFLANGE SERIES 200 STEEL ADAPTER FLANGE 0 i, 3" FLANGE FILLER (Y2" Y8" MIN WELD LENGTH) 77\77��/:�j/x �\ STEEL UNION FITTING ' STEEL VENT PIPE. SIZE" NPT 00 in 3" COMBINATION AIR RELEASE/VACUUM VALVE PLAN 6'-0" INSIDE 2 7„ U 2" MIN. CLEARANCE BETWEEN VAULT AND TOP OF PIPE 1 i4 - -I d - 16" 24" f� r) T PIPE OPENING COMBINATION AIR EASE/VACUUM VALVE ADDITIONAL #4 BAR ON EACH OF OPENING CENTERED WEEN NORMAL REINF. 1 - #4 BENT BAR ME AND LID AS SPECIFIED. MIN. OPENING. WATER LINE DRILL AND FIELD WELD" STEEL PIPE TO VENT PIPE AS INDICATED. FRAME AND LID AS SPECIFIED. 24" MIN. OPENING. FINISH GRADE ' EXISTING GRADE JCM 3" STEEL COUPLING MODEL NO. 201-035002. PIPE INSERTION LENGTH INTO COUPLING APPROX. 1.5" EACH SIDE ARV TO VENT PIPE CONNECTION IS NPT PRE -CAST OR CAST IN PLACE CONCRETE 3" FLGxFLG GATE VALVE 3" MEGAFLANGE 4"x3" PExPE REDUCER. 4" MEGALUG 8" x 16" x 6'-0" LONG CONCRETE PADS (2 REQ'D) FORD 12"x4" STAINLESS STEEL TAPPING SLEEVE. MODEL NO. FTSS-1320-4-MJ-Q WATER LINE 1Y2" CLEAN ROCK FILL MATERIAL 6" PIPE BEDDING 7'-6" SECTION COMBINATION AIR RELEASE AND VACUUM VALVE DETAIL NOT TO SCALE 1. COATING SYSTEM FOR SHOP PRIMED PIPE: SURFACE PREPARATION: SURFACE MUST BE CLEAN AND DRY, FREE OF OIL, GREASE AND OTHER CONTAMINANTS. HAND OR POWER TOOL CLEAN AREAS OF RUST IN ACCORDANCE TO SSPC-SP2 OR SP3 . COAT TNEMEC PRODUCT DRY FILM THICKNESS(MILS1 SPOT PRIME SERIES 10 TNEMEC PRIMER 2 TO 3 MILS PRIME SERIES 1029 ENDURATONE 2 TO 3 MILS FINISH SERIES 1029 ENDURATONE 2 TO 3 MILS COATING FOR UNPRIMED PIPE: SURFACE PREPARATION: MUST BE CLEAN AND DRY, FREE OF OIL , GREASE AND OTHER CONTAMINANTS. POWER TOOL CLEAN IN ACCORDANCE TO SSPC-SP3. COAT TNEMEC PRODUCT DRY FILM THICKNESS(,MILS1 PRIME SERIES 10 TNEMEC PRIMER 2 TO 3 MILS FINISH SERIES 1029 ENDURATONE 2 TO 3 MILS 3' MIN. BACK OF CURB ROAD EDGE OF PA RIGHT-OF-WAY DITCH BOTTOM CASING RESTRAINED JOINTS SPACER TRACER WITHIN CASING (TYP.) (See Note 2) WIRE (SEE NOTE 4) --z---T7 -------- -��- - ----- .--- CARRIER PIPE STEEL CASING MIN. 3 SPACERS PER 20' JOINT MIN. 3 SPACERS PE EVENLY SPACED 13' JOINT EVENLY SECURE CONTINUOUS TRACER WIRE SPACED 12 GAUGE SOLID COATED COPPER or 14 GAUGE COATED COPPER CLAD STEEL (BLUE JACKET) BOTH ENDS OF CASING TO BE SEALED WITH CASING SPACERS RUBBER END SEALS. (SEE NOTE 3) STEEL CASING CARRIER PIPE NOTES: 1. STEEL CASING SHALL BE CONSTRUCTED OF SPIRAL OR STRAIGHT WELDED STEEL WITH A MINIMUM DIAMETER AND THICKNESS AS SHOWN BELOW (SEE TABLE). 2. PROVIDE CASING SPACERS BY CASCADE MODEL CCS AS MANUFACTURED BY CASCADE WATERWORKS MFG. CO., OR APPROVED EQUAL. 3. PROVIDE WRAP -IT LINK MECHANICAL SEAL, MODEL WL-SS BY CCI PIPELINE SYSTEMS, OR APPROVED EQUAL. 4. WHERE ENCASEMENTS ARE GREATER THAN 25 FEET IN LENGTH, SELF -RESTRAINING GASKETS OR BELL RESTRAINTS SHALL BE USED FOR ALL JOINTS INSIDE THE ENCASEMENT PIPE AND FOR THE FIRST JOINT IN EACH DIRECTION OUTSIDE THE ENCASEMENT PIPE. 5. BELL RESTRAINTS FOR PVC SHALL BE SERIES1900 RESTRAINT HARNESS AND BELL RESTRAINTS FOR DIP SHALL BE SERIES 1700 RESTRAINT HARNESS BY EBAA IRON INC., OR APPROVED EQUAL. 6. DIRECT BURY STEEL ENCASEMENT SHALL BE DOUBLE POLY WRAPPED. 7. JACK AND BORE STEEL ENCASEMENT SHALL HAVE 17# HP MAGNESIUM ANODES CAD WELDED TO THE END OF THE ENCASEMENT PIPE. CARRIER AND CASING SIZES CARRIER ID 2" 3" 4" 6" 8 loll 12" CASING ID 5" 6" 8" 12" 16" 20" 24" CASING WALL THICKNESS 0.250 0.250 0.250 0.250 0.250 0.250 0.375 CARRIER ID 4"-16" 8"-20" 24" 30" 36" 42" 48" CASING ID 30" 36" 42" 48" 54" 60" 72" CASING WALL THICKNESS 1 0.375 1 0.500 0.625 0.625 0.625 0.625 0.750 STEEL ENCASEMENT PERMITTED VALVES 1. AMERICAN FLOW CONTROL SERIES 2500 2. MUELLER SERIES 2360 3. AMERICAN AVK COMPANY SERIES 25 OR SERIES 45 GATE VALVE 2" SQ. OPERATING NUT CONTINUOUS TRACER WIRE 12 GAUGE SOLID COATED COPPER or 14 GAUGE COATED COPPER CLAD STEEL (BLUE JACKET) MJ x SWIVEL TEE or MJ x MJ TEE w/ FOSTER ADAPTER ON OUTLET PROVIDE 2'-0" x 2'-0" x 6" CONC. COLLAR AROUND ALL VALVE BOXES DRILL HOLE OR CUT - SLOT FOR TRACER WIRE EJIW 8550 SERIES or - TYLER UNION 6850 SERIES VALVE BOX HDPE VALVE BOX ALIGNMENT DEVICE SECTION A -A NOTES: BLOCKING SCHEDULE PIPE BENDS SIZE 45' 22 1/2' 11 1/4' ROD DIA. VOLUME REQ'D (CU. FT.) 98.5 50.2 25.2 A (FT.) 5.00' 4.00' 3.00' B (FT.) 4.00' 3.20' 2.80' 3/4 IN. 8 C (FT.) 5.00' 4.00' 3.00' MIN. CLAMP (2 EA.) 3/8 IN. x 2 IN. VOLUME REQ'D (CU. FT.) 5 106.8 53.7 A (FT.) ' t6. 5.00' 4.00' 12" B (FT.) O' 4.25' 3.50' 3/4 IN. C (FT.) 6.00' 5.00, 4.00' MIN. CLAMP (2 EA.) 1/2 IN. x 2 IN. VOLUME REQ'D (CU. FT.) 457.2 233.1 117.1 A (FT.) 8.00' 6.50' 5.00' B (FT.) 7.25' 5.50' 4.75' 1 IN. 18 C (FT.) 8.00' 6.50' 5.00' MIN. CLAMP (2 EA.) 5/8 IN. x 3 IN. VOLUME REQ'D (CU. FT.) 800.3 408.0 205.0 A (FT.) 9.50' 7.50, 6.00' 24" B (FT.) 9.00, 7.25' 5.75' 1 1/4 IN. C (FT.) 9.50' 7.50' 6.00' MIN. CLAMP (2 EA.) 5/8 IN. x 3 IN. VOLUME CALCULATED ON THE BASIS OF CONCRETE REACTING THRUST ON THE RESPECTIVE BENDS UNDER AN INTERNAL PRESSURE OF 250 PSI, 50 PSI SURGE AND THE WEIGHT OF CONCRETE IS 150 POUNDS PER CU. FT. ALL FITTINGS SHALL BE MECHANICAL JOINTS WITH RETAINING GLANDS. BEDDING NOT SHOWN WATER MAIN S.S. CLAMP SEE SCHEDULE - (BEDDING NOT SHOWN) STAINLESS STEEL THREADED ROD SEE SCHEDULE 2 S.S. HEX NUTS 3" DIA.,1/4" TH. S.S. PLATE WASHER 12" LAP A rim'.1 7�II • � �Lnr��l.1 IIIII Af PLAN WORD WATER ON COVER FIRE FOR FIRE LINES 2" VALVE FOR 2" VALVES 2" SQ. OPERATING NUT GATE VALVE MJ RETAINER GLAND - DOUBLE WRAP WITH 8 MIL. POLY 1. ALL VALVES SHALL BE SECURELY ANCHORED TO THE TEE. 2. ALL HARDWARE SHALL BE 316 STAINLESS STEEL. 3. IF DEPTH OF BURY EXCEEDS 4 FT., A VALVE STEM EXTENSION SHALL BE REQUIRED. THE VALVE STEM EXTENSION NUT SHALL BE WITHIN 24-INCHES TO 12-INCHES OF THE FINISHED SURFACE. S.S. HEX NU1 1/4" TH. S.S PLATE WASHEF U #6 0 6" WATER MAIN D.I. FITTING w/ RETAINING GLANDS S.S. CLAMP SEE SCHEDULE CONCRETE SUPPORT STAINLESS STEEL THREADED ROD, SEE SCHEDULE SECTION A -A SECTION VIEW VERTICAL TIE -DOWN BLOCKING GATE VALVE DETAIL 2" - 12" USE 316 STAINLESS STEEL T-BOLTS DOUBLE WRAP WITH 8 MIL. POLY SPLICE TRACER WIRE WITH 3M WATERPROOF CONNECTOR THRUST BLOCK COIL MIN. 12" OF TRACER WIRE INSIDE TOP OF BOX CONTINUOUS TRACER WIRE 12 GAUGE SOLID COATED COPPER or 14 GAUGE COATED COPPER CLAD STEEL (BLUE JACKET) THRUST BLOCK SUPPORT PIPE AND VALVE WITH MIN. 6" CRUSHED STONE NOTES: 1. ALL HARDWARE SHALL BE 316 STAINLESS STEEL. 2. IF DEPTH OF BURY EXCEEDS 4 FT., A VALVE STEM EXTENSION SHALL BE REQUIRED. THE VALVE STEM EXTENSION NUT SHALL BE WITHIN 24-11 12-INCHES OF THE FINISHED SURFACE. 3. ALL VALVES SHALL BE DOUBLE WRAPPE POLY. WORD WATER ON COVER PROVIDE 2'-0" x 2'-0" x 6" CONC.- COLLAR AROUND ALL VALVE BOXES. PROVIDE 36" DIA. CONC. COLLAR FOR ALL VALVES 24" AND LARGER. DRILL HOLE OR CUT SLOT FOR TRACER WIRE EJIW 8550 SERIES or TYLER UNION 6850 SERIES VALVE BOX HDPE VALVE BOX ALIGNMENT DEVICE PLAN VIEW MJ RETAINER GLAND CONTINUOUS TRACER WIRE 12 GAUGE SOLID COATED COPPER or 14 GAUGE COATED COPPER CLAD STEEL (BLUE JACKET) COIL MIN. 12" OF TRACER WIRE INSIDE TOP OF BOX CONTINUOUS TRACER WIRE 12 GAUGE SOLID COATED COPPER or 14 GAUGE COATED COPPER CLAD STEEL (BLUE JACKET) PRATT HP25011 OR DEZURIK BAW BUTTERFLY VALVE 0 WATER MAIN 0 0 PROFILE VIEW ALL VALVES SHALL BE SUPPORTED BY MIN. 6" OF CONCRETE BELOW 30" x 30" FOR 24" VALVES AND SMALLER 42" x 42" FOR 36" VALVES 12-INCH WATER MAINS AND LARGER NOTES: 1. OPERATING NUT EXTENSIONS SHALL BE USED WHEN THE TOP OF THE OPERATING NUT IS GREATER THAN 4 FEET FROM THE TOP OF FINISHED SURFACE. 2. THE STEM EXTENSION SHALL BE OF ADEQUATE LENGTH TO REACH FROM THE VALVE OPERATING NUT TO A POINT WITHIN 24-INCHES TO 12-INCHES OF THE FINISHED SURFACE. WORD WATER ON COVER COIL MIN. 12" OF TRACER WIRE INSIDE TOP OF BOX PROVIDE 2'-0" x 2'-0" x 6" CONC. COLLAR AROUND ALL VALVE BOXES EJIW 8550 SERIES or TYLER UNION 6850 SERIES VALVE BOX CONTINUOUS TRACER WIRE 12 GAUGE SOLID COATED COPPER or 14 GAUGE COATED COPPER CLAD STEEL (BLUE JACKET) HDPE VALVE BOX ALIGNMENT DEVICE WATER MAIN SUPPORT PIPE AND VALVE WITH MIN. 6" CRUSHED STONE �a I zX I I 04 I i - CV VALVE STEM EXTENSION SEE SPECIFICATIONS SET SCREW (2) WATER VALVE VALVE WITH STEM EXTENSION E O U c O fn O rm "t O O 1�t co CAM 0 eM C7 � It � O ti ti 41 Nzl- J x Lu Q H LL. c7 (0 O m � N ti CL 03 Q (U W O N >+ O M M IL AT REIII P No.1201 cI�RIS. } Z m U z O0 o_ Cf) U > w W o 07 z O > w ly- Wz N N C0 z LLJ LJ J Oz J_ 0- W Q wLJJU � ~ W >QLILI 0 U IQii 0 Q Q ~ Q LLJ J U = � U Q U) W z W Q Cn Q w LLi J J > Lu Ll Q LL drawn by: JRM checked by: C HALL approved by: C HALL QA/QC by: C HALL project no.: 018-0031 drawing no.: FY373CS3-D2 date: 6/18/21 SHEET C3 3 �i Q r) I n m I c 0 U ry I U I r7 N U M LL_ U) rn O U Q Q U c U ry / c 0 U (D m Q > LL_ w Try X LL_ Q 0 w E o N M N LL_ Q = N >O Q) N >,CD o� LL_ _ X � �Q 00 CLASS B STONE 6"(MIN) A EXIST GROU MOUNTABLE BERM EXISTING ( PTIONA) PAVEMENT h rx.r 0 20' MIN. (SEE PLAN) PLAN MUST EXTEND FULL WIDTH OF INGRESS AND EGRESS OPERATION. 50' MIN. 3'-0" MOUNTABLE BERM (OPTIONAL) —EXISTING \�GEOTEXTILE EROSION EXISTING GROUND PAVEMENT CONTROL (CLASS B) ELEVATION 24' MIN z FLOW \__- GEOTEXTILE EROSION CONTROL EXISTING (CLASS B) GROUND - STABILIZED � CONSTRUCTION ENTRANCE NOT TO SCALE STAKE STAKE STEEL POST FASTENERS STAPLES STAPLES FABRIC FENCE JOINING FENCE SECTIONS JOINING FENCE SECTIONS JOINING FENCE SECTIONS SUPPORT STAKE (MIN. 2"X2" WOODEN STEEL SUPPORT POST SPACED AT 8' O.C. MAX. REINFORCING MESH - (MIN. 1.33 LB./FT. AT 1 GA. STEEL WIRE MESH 6 O.C. MAX.) SUPPORT STAKE 6" MAX. NOMINAL OPENING (MIN. 2"X2" WOODEN FASTENERS WIRE FENCE TIED OR CLIPPED TO FENCE - SPACED AT 8' O.C. MAX.) 1 (3 PER POST) NO. 7 GA. TENSION WIRE FILTER FABRIC `MIN. 10 GA. WIRE FILTER FABRIC GEOTEXTILE FABRIC o j CHAIN LINK FENCE (2" (TYPE 4) IN COMPACTED BACKFILL FILTER FABRIC WOVEN MESH FABRIC) ACCORDANCE WITH c� COMPACTED BACKFIL \ SPECIFICATIONS GROUND GROUND NV,COMPACTED BACKFILL -GROUND z LO 5' MIN. //- 10 MIL PLASTIC LINER O O 0 I. _IX 0 0 0' �0 '0 0 O O O O -STAKES (TYP) -SANDBAG 10 MIL PLASTIC LINER —J STRAW BALES PLAN 3,4 ADJACENT ROLLS SHALL TIGHTLY ABUT 10 MIL PLASTIC LINER OTHER MATERIAL NATIVE MATERIAL (OPTIONAL) MAY BE USED AS APPROVED �jA�jA�jA�jA� c BY CITY 1"x 1" WOOD TRENCH IN 2" BINDING WIRE STAKES -CENTERED ��//��//�� ��j�x//� '` STRAW BALES 18"-24" X\ INSTALLATION NOTES 1. WATTLES SHALL CONSIST OF COMPOST, EXCELSIOR, OR COCONUT FIBER. 2. NOT FOR USE IN CONCENTRATED FLOW AREAS. WOOD OR METAL STAKES 3. THE WATTLES SHALL BE TRENCHED INTO THE GROUND A MINIMUM OF TWO (2) INCHES. 4. WATTLES SHALL BE INSTALLED PER MANUFACTURERS SPECIFICATIONS. SANDBAG SECTION SANDBAGJ 5 CURVE ATON ST EAEND OF TOHELROW IN ORDER TOBE INSTALLED NCREATE CONTOUR PONDITNGA SLIGHT UPWARD 6. RUNNING LENGTHS OF WATTLES SHOULD BE ABUTTED FIRMLY TO ENSURE NO LEAKAGE WASHOUT NOTES AT THE ABUTMENTS. 7. WHEN INSTALLING RUNNING LENGTHS OF WATTLES, BUTT THE SECOND WATTLE TIGHTLY 1. NO WASHING OUT OF CONCRETE TRUCKS OR WASHING OF SWEEPINGS FROM AGAINST THE FIRST, DO NOT OVERLAP THE ENDS. STAKE THE WATTLES AT EACH END AND FOUR FOOT CENTER. EXPOSED AGGREGATE CONCRETE INTO STORM DRAINS, OPEN DITCHES, STREETS, OR 8. STAKES SHOULD BE DRIVEN THROUGH THE MIDDLE OF THE WATTLE. LEAVING 2 - 3 STREAMS IS ALLOWED. INCHES OF THE STAKE PROTRUDING ABOVE THE WATTLE. WHEN INSTALLING WATTLES 2. EXCESS CONCRETE IS NOT ALLOWED TO BE DUMPED ON -SITE, EXCEPT IN ON SLOPES, DRIVE THE STAKES PERPENDICULAR TO THE SLOPE. DESIGNATED TEMPORARY CONCRETE WASHOUT PIT AREAS. 9. DRIVE THE FIRST END STAKE OF THE SECOND WATTLE AT AN ANGLE TOWARD THE 3. ON -SITE TEMPORARY CONCRETE WASHOUT AREAS WILL BE LOCATED AT LEAST 50 FIRST WATTLE IN ORDER TO HELP ABUT THEM TIGHTLY TOGETHER. FEET FROM STORM DRAINS, OPEN DITCHES, OR WATER BODIES AS DETERMINED IN 10. STAKING: USE WOOD STAKES TO SECURE THE WATTLES. 1/2" TO 5/8" REBAR IS ALSO THE FIELD. ACCEPTABLE WITH A SAFETY CAP. BE SURE TO USE A STAKE THAT IS LONG ENOUGH 4. TEMPORARY CONCRETE WASHOUT FACILITIES WILL BE CONSTRUCTED AND TO PROTRUDE SEVERAL INCHES ABOVE THE WATTLE. MAINTAINED IN SUFFICIENT QUANTITY AND SIZE TO CONTAIN ALL LIQUID AND 11. THE CONTRACTOR SHALL INSPECT WATTLES EVERY TWO WEEKS AND AFTER ANY CONCRETE WASTE GENERATED BY WASHOUT OPERATIONS. SIGNIFICANT STORM EVENT AND MAKE REPAIRS OR REMOVE SEDIMENT ACCUMULATED 5. WASHOUT FACILITIES WILL BE CLEANED OUT OR REPLACED ONCE THE WASHOUT IS BEHIND WATTLE AS NECESSARY. 75% FULL. 12. SEDIMENT ACCUMULATED BEHIND WATTLE SHALL BE REMOVED WHEN THE SEDIMENT 6. PLASTIC LINING MATERIAL WILL BE MINIMUM OF 10 MIL POLYETHYLENE SHEETING HAS ACCUMULATED TO ONE HALF THE DIAMETER OF THE WATTLE. AND WILL BE FREE OF HOLES, TEARS, OR OTHER DEFECTS. 13. WATTLES SHALL REMAIN IN PLACE UNTIL THE UPSTREAM DISTURBED AREA IS 7. WHEN WASHOUT FACILITIES ARE NO LONGER REQUIRED FOR WORK, THE HARDENED STABILIZED AND IS ACCEPTED BY THE OWNER. CONCRETE WILL BE REMOVED AND DISPOSED OF OFFSITE. MATERIALS USED TO CONSTRUCT TEMPORARY CONCRETE WASHOUT FACILITIES WILL BE REMOVED FROM THE SITE AND DISPOSED OF. 8. WASH OUT SHALL BE MIN. 5' X 5' X 2' TALL. �LL�n�TAILE NOT TO SCALE 5' STEEL POST 32' WIRE FENCE CONCRETE BLOCKS V) Y Z o� � 004 0 RUNOFF p O O = AGGREGATE u f` R I P E GI No.1201 chiRlS� m i WIRE SCREEN 12- E CONCRETE BLOCKS U U) w 0 FILTERED z z WATER O rn e w ° INLET 6 O O O O O O O O O O O O O O O O O O �/ e O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ° BURIED o000000 000000000000000000000 00 6 TOE ANCHOR TRENCH °° � 6" 1 "X2"X12" STAKEJ TOE ANCHOR TRENCH FL`�� END OF TOE ANCHOR TRENCH 8 FABRIC Z_ MIN. GRATED INLET 6"x6" TRENCH SECTION PLAN TYPE 1 TYPE 2 TYPE 47 GROUND LINE AGGREGATE NOTES: 1. SILT (FILTER FABRIC) FENCE MUST BE INSTALLED AT EXISTING LEVEL GRADE. BOTH ENDS OF EACH FENCE SECTION MUST BE EXTENDED AT LEAST 8 FEET UPSLOPE AT 45 DEGREES TO THE MAIN FENCE ALIGNMENT. TYPE 3 2. SEDIMENT MUST BE REMOVED WHERE ACCUMULATIONS REACH Ys THE ABOVE GROUND HEIGHT OF THE FENCE. 3. ANY FENCE SECTION WHICH HAS BEEN UNDERMINED OR TOPPED MUST BE IMMEDIATELY REPLACED WITH A ROCK FILTER OUTLET. 4 SILT FENCE DETAIL NOT TO SCALE FL DITCH SUBEXCAVATE ctwVry g FLOWLINE C D'- FL DITCH L = THE DISTANCE SUCH THAT POINTS TYPE 1 - RIPRAP NTS *POINT C MUST BE HIGHER THAN POINT D USE SUFFICIENT NUMBER OF UNITS TO SP... -"- '""""'""-" POINT A MUST BE AT LEAST 6" HIGHER THAN A POINT B. A DISTANCE SUCH THAT POINTS C AND B ARE OF �(1, EQUAL ELEVATION B 6 CHECK DAMS N TYPE 2 - GEOSYNTHETIC NTS 5 INLET PROTECTION DETAIL NOT TO SCALE SEDIMENT CONTROL NOTES 1) THE STRUCTURAL SEDIMENT CONTROLS INDICATED ON THE DRAWING ARE THE MINIMUM CONTROLS TO BE INITIALLY IMPLEMENTED BY CONTRACTOR. CONTRACTOR SHALL BE RESPONSIBLE FOR IMPLEMENTING, ADDING, MAINTAINING, SEDIMENT CONTROL STRUCTURES AND BEST MANAGEMENT PRACTICES, AS NECESSARY, TO MAINTAIN COMPLIANCE WITH ENVIRONMENTAL REGULATORY PERMITS FROM THE TIME OF INITIAL SURFACE DISTURBANCE UNTIL FINAL STABILIZATION HAS BEEN ACHIEVED. 2) CONTRACTOR SHALL IMPLEMENT THE APPROPRIATE SEDIMENT CONTROL MEASURES AT LOCATIONS HAVING STORM WATER DISCHARGES FROM CONSTRUCTION ACTIVITIES, AS REQUIRED BY THE ARKANSAS DEPARTMENT OF ENVIRONMENTAL QUALITY GENERAL PERMIT (ARR150000) FOR STORM WATER DISCHARGES FROM CONSTRUCTION ACTIVITIES WITHIN THE STATE OF ARKANSAS. 3) MEASURES TO PREVENT OFFSITE TRACKING, SUCH AS USE OF CRUSHED STONE AT CONSTRUCTION SITE ACCESS POINTS SHALL BE IMPLEMENTED BY THE CONTRACTOR PRIOR TO SURFACE DISTURBANCE ACTIVITY. CONTRACTOR MAY RELOCATE OR ADD CONSTRUCTION ENTRANCE THAT MUST EFFECTIVELY PREVENT OFF SITE TRACKING, NOT INTERRUPT THE FLOW OF TRAFFIC, AND NOT BE LOCATED WITHIN AN ECOLOGICALLY SENSITIVE AREA (I.E., WETLAND, STREAM CROSSING) 4) SHOULD CONTRACTOR CREATE TEMPORARY STOCKPILE OF REMOVED SOILS OR DEBRIS FROM DEMOLITION OF STRUCTURES, CONTRACTOR SHALL BE RESPONSIBLE FOR INSTALLING AND MAINTAINING ANY NECESSARY SEDIMENT CONTROL, INCLUDING, BUT NOT LIMITED TO SEEDING, SILT FENCING, STRAW BALE BARRIERS, POLYSHEETING, SAND BAGS AND/OR SETTLING BASINS. 5) CONTRACTOR SHALL INSTALL SILT FENCING AND/OR USE EXISTING VEGETATED BUFFER ZONE WHERE RUNOFF IS IN IMMEDIATE VICINITY OF STREAMS, AS INDICATED BY DASHED LINE. IF THESE MEASURES ARE NOT EFFECTIVE FOR POLLUTANT REMOVAL, CONTRACTOR SHALL USE ADDITIONAL/OTHER SEDIMENT CONTROL MEASURES. 6) PERMANENT SOIL STABILIZATION WITH PERENNIAL VEGETATION OR OTHER PERMANENTLY STABLE, NON -ERODING SURFACE SHALL BE INITIATED WITHIN 14-DAYS AFTER FINAL GRADING. 7) REGARDING THE SEQUENCING OF SEDIMENT CONTROLS, PERIMETER SILT FENCES (AND OTHER NECESSARY SEDIMENT CONTROL STRUCTURES) SHALL BE INSTALLED BY CONTRACTOR PRIOR TO ANY SURFACE DISTURBANCE ACTIVITY, SUCH AS CLEARING, GRUBBING, AND GRADING. 8) CONTRACTOR SHALL MAINTAIN, AND NOT DISTURB, EXISTING VEGETATIVE BUFFER ZONES THAT EXIST OUTSIDE OF THE LIMITS OF CONSTRUCTION. 9) CONTRACTOR SHALL CONSTRUCT AND UTILIZE CONCRETE TRUCK WASH OUT BASIN AT SITES WHERE CONCRETE POURS WILL BE MADE AT A SPECIFIC LOCATION THAT IS APPROVED BY OWNER. 10) [ NOT APPLICABLE ]CONTRACTOR SHALL POST ADEQ STORM WATER PERMIT CERTIFICATE AT ALL INGRESS/EGRESS LOCATIONS AND SHALL MAINTAIN A RAIN GAUGE ON SITE. 11) CLEAR WATER FROM DE -WATERING ACTIVITIES WILL BE ALLOWED TO BE DISCHARGED TO RIVER. THE DISCHARGE OF TURBID WATER TO RIVER IS STRICTLY PROHIBITED. 12) CONTRACTOR SHALL STORE FUELS AND OIL A MINIMUM OF 100 FEET FROM ANY KNOWN RIVER OR DRAINAGE WAY. 13) CONTRACTOR SHALL MAINTAIN SANITARY FACILITIES FOR PERSONNEL AT ALL LOCATIONS. w Q w W Oz a_ U) 20 J �U LLl Q W W 0 3:� a_ Q U W 00 n/ Q W U = E O U C O U U O �o M M � M M � LL m MO N CL ma W N >+ o LL W z O N O N > U Q U) W z (n Y U Q W J J_ W W Q LL drawn by: JRM checked by: WCH approved by: WCH QA/QC by: CNW project no.: 018-0032 drawing no.: FY373CS3-D3 date: 6/18/21 SHEET C4 2021 Waterline Improvements Project Vicinity Map I NTS 0 -n"'n (uF---1WEDINGT R. �C0� ❑ NORTH STREET ❑ �� ILA STREET mm❑m ❑p��❑0 SHADY AVE. 0 o O❑ ���� o Z w ❑❑mm Wilson Park ¢� ®� o ❑❑ DODI❑0 Om o10 1010 d MAPLE ST. �� =11 8. 1 EI❑❑ Y ❑a❑ PERSIMMON ST. m B�AF DICKSGN ST. ST. of SE 001111UL] 000000 WESTERN �❑❑ (]❑❑°LJDOE PARK �o-GMLKBLVD❑ Q❑❑ �ti�/ HUNTSVILLE RD U ❑ Q 0 a �� o HUNTSVILLE ROAD �� 15TH STREET RD n ST. CITY op FAYETT EVILLE A■KANSAS BID TABULATION Bid 21-54, Construction - 2021 Waterline Improvements Deadline: Tuesday, June 15, 2021 at 2:00 PM Certification of Funds : $4,200, 000. 00 Total Allowed: $5,250,000.00 Goins Enterprises, Inc. Goodwin & Goodwin, Inc. Kajacs Contractors Inc. Total Cost $ 4,584,685.00 $ 3,516,690.47 $ 3,479,500.00 Quantity Unit Unit Total Unit Total Unit Total Item 8 Item Description Required of Price Cost Price Cost Price Cost Measure #1-1 BID SCHEDULE 1 - OAKS MANOR DR. WATERLINE (32) Mobiliution(Shall not exceed 5%of Total Bid) 1 LS $ 35,000.00 $ 35,000.00 $ 25,000.00 $ 25,000.00 $ 29,500.00 $ 29,500.00 #1-2 Insurance and Bonding 1 LS $ 21,000.00 $ 21,000.00 $ 18,000.00 $ 18,000.00 $ 20,000.00 $ 20,000.00 #1-3 Construction Staking 1 LS $ 4,000.00 $ 4,000.00 $ 3,000.00 $ 3,010.00 $ 2,000.00 $ 2,DD0.00 #1-4 Act 291, 1993 Trench and Excavation Safety Systems for W/S Install 1 LS $ 5,000.00 $ 5,000.00 $ 2,500.00 $ i 2,500.00 $ 2,500.00 $ 2,SOO.OD #1-5 Clearing, Grubbing, & Demolition 1 LS $ 5,000.00 $ 5,000.00 $ 15,000.00 $ 15,000.00 $ 2,500.00 $ 2,500.00 #1-6 Traffic Control & Maintenance 1 LS $ 5,000.00 $ 5,000.00 $ 15,000.00 $ 15,000.00 $ 4,500.00 $ 4,500.00 #1-7 Rock Excavation 100 Cy $ 10.00 i 1,000.00 $ 200.00 $ 20,000.00 $ 250.00 $ 25,000.00 #1-8 8" PVC, C-900, Class 200 DR-14 Water Main 1944 LF $ 110.00 $ 213,840.00 $ 105.00 $ 204,120.00 $ 90.00 $ 174,960.00 #1-9 6" PVC, C-900, Class 200 DR-14 Water Main 95 LF $ 105.00 $ 9,975.00 $ 85.00 $ 8,075.00 $ 65.00 $ 6,175.D0 #1-10 2"Copper, Type K-Soft, Water Service Tubing 90 LF $ 55.00 $ 4,950.00 $ 45.00 4,050.00 $ 75.00 $ 6,750.00 #1-11 1"Copper, Type K-Soft, Water Service Tubing 480 LF $ 45.00 $ 21,600.00 $ 23.00 11,040.00 $ 60.00 $ 28,800.00 #1-12 8" Gate Valve with Box 6 EA $ 2,100,00 $ 13,800.00 $ 2,800.00 $ 16,800.00 $ 2,000.00 $ 12,DD0.00 #1-13 6" Gate Valve with Box 2 EA $ 1,700.00 $ 3,400.00 $ 2,000.00 $ 4,000.00 $ 1:500.00 $ 3,000.00 #1-14 Three Way Fire Hydrant Assembly with Valve 3 EA $ 6,000.00 $ 18,000.00 $ 5,800.00 $ 17,400.00 $ 5500.00 $ 16,500.00 #1-15 Remove Existing Fire Hydrant and Return to Owner 3 EA $ 1,000.00 $ 3,000.00 $ 800.00 $ 2,400.00 $ 500.00 $ 1,500.00 41-16 6" x 6" Tapping Sleeve and Valve with Box 3 EA $ 3,500.00 $ 10,500.00 $ 5,300.00 $ 15,900.00 $ 4,500.00 $ 13,500.00 #1-17 Epoxy Coated Ductile Iron Fittings 3442 LB $ 15.00 $ 51,630.00 $ 0.01 $ 34.42 $ 10.00 $ 34,420.00 #1-18 Single Meter Setting, Complete to Existing Service 18 EA $ 1,600.00 $ 28,800.00 $ 1,300.00 $ 23,400.00 $ 11000.00 = 18,000.00 #1-19 Double Meter Setting, Complete to Existing Service 3 EA $ 1,900.00 $ 5,700.00 $ 1,800.00 $ 5,400.00 $ 1,200.00 $ 3,600.00 41-20 Remove Existing Meter Setting 21 EA $ 150.00 $ 3,150.D0 $ 150.00 $ 3,150.00 $ 350.00 $ 7,350.00 #1-21 8" Saddle, 1" or 2" Corporation Stop and Tap 20 EA $ 650.00 $ 13,000.00 $ 400.00 $ 8,000.00 $ 550.00 $ 11,000.00 #1-22 Cut and Cap Existing 6" Water Main 4 EA $ 3,500.00 $ 14,000.00 $ 2,000.00 $ 8,000.00 $ 2,000.00 $ 8,D00.D0 #1-23 Abandon (Remove) Existing Water Valve 3 EA $ 1,500.00 $ 4,500.00 $ 300.00 $ 900.00 $ 1,000.00 $ 3,000.00 #1-24 4" Topsoil Placement 350 Sy $ 5.00 ` 1,750.00 $ 5.00 $ 1,750.00 $ 5.00 rs 1,750.D0 #1-25 Solid Sod(Bermuda)- Use as directed 350 Sy $ 8.00 $ 2,800.00 $ 6.00 $ 2,100.00 $ 7.00 $ 2,450.00 #1-26 Asphalt Concrete Hot Mix Patching for Maintanence of Traffic 200 TON $ 375.00 $ 75,000.00 $ 200.00 $ 40,000.00 $ 135.00 $ 27,000.00 #1-27 Pavement Repair (Asphalt T-Patch) 1365 Sy $ 200.00 $ 273,000.00 $ 135.00 $ 184,275.00 $ 75.00 $ 102,375.B0 41-28 Concrete Curb and Gutter 257 LF $ 55.00 $ 14,135.00 $ 45.00 $ 11,565.00 $ 25.00 $ 6,425.010 #1-29 Site Restoration 1 LS $ 5,000.00 $ 5,000.00 $ 12,000.00 $ 12,000.00 $ 10,000.00 $ 10,000.00 #1-30 Tree Protection Fencing 250 LF $ 10.00 $ 2,500.00 $ 4.00 $ 1,000.00 $ 10.00 $ 2,500.00 41-31 Erosion Control 1 LS $ 5,000.00 $ 51000.00 $ 6,000.00 $ 6,000.00 $ 10,000.00 $ 10,000.00 11-32 Site Photographs and Video 1 L5 $ 1,500.00 $ 1,500.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 #2-1 N (Shall not exceed 5%of Total Bid) llilation t LS $ 44,000.00 $ 44,000.00 $ 25,000.00 $ 25,000.00 $ 30,000.00 $ 30,000.00 #2-2 Insurance and Bonding I I I11 $ 26,1400.00 $ 26,400,00 $ 22,000.00 $ 22,000.00 $ 15,000.00 $ 15,000.00� #2-3 Construction Staking 1 LS $ 4,000.00 $ 4,000.00 $ 3,000.00 $ 3,000.00 $ 2,000.00 $ 2,000.00 #2-4 Act 291, 1993 Trench and Excavation Safety Systems for W/S Install 1 LS 5 5,000.00 $ 5,000.00 $ 3,000.00 $ 3,000.00 $ 2,500.00 $ 2,500.00 #2-5 Clearing, Grubbing, & Demolition 1 LS $ 5,000.00 $ 5,000.00 $ 8,000.00 $ 8,000.00 $ 2,500.00 $ 2,500.00 #2-6 Traffic Control and Maintenance 1 LS $ 5,000.00 $ 5,000.00 $ 50,000.00 $ 50,000.00 $ 4,500.00 $ 4,500.00 42-7 Rock Excavation 100 CY $ 10.00 $ 1,000.00 $ 200.00 $ 20,000.00 $ 250.00 $ 25,000.00 #2-8 8" PVC, C-900, Class 200 DR-14 Water Main 1980 LF $ 120.00 $ 237,600.00 $ 105.00 $ 207,900.00 $ 90.00 $ 178,200.00 #2-9 6" PVC, C-900, Class 200 DR-14 Water Main 20 LF $ 115.00 $ 2,300.00 $ 85.00 $ 1,700.00 $ 65.00 $ 1,300.00 92-10 1"Copper, Type K-Soft Water Service Tubing 560 LF $ 45.00 $ 25,200.00 $ 23.00 $ 12,880.00 $ 60.00 $ 33,600.00 #2-11 1.5" HDPE SDR-9 Encasement 425 LF S 15.00 $ 6,375.00 $ 30.00 $ 12,750.00 $ 25.00 $ 10,625.00 #2-12 8" Gate Valve with Box 7 EA $ 2,300.00 $ 16,100.00 $ 2,800.00 $ 19,600.00 $ 21000.00 $ 14,D00.D0 #2-13 Three Way Fire Hydrant Assembly with Valve 2 EA $ 6,000.00 $ 12,000.00 $ 5,800.00 $ 11,600.00 $ 5,500.00 $ 11,000.00 #2-14 12" x 8" Tapping Sleeve and Valve with Box 1 EA $ 4,500.00 $ 4,500.00 $ 7,500.00 $ 7,500.00 $ 5,700.00 $ 5,700.00 42-15 10" x 8" Tapping Sleeve and Valve with Box 1 EA $ 4,200.00 $ 4,200.00 $ 7,300.00 $ 7,300.00 $ 5,500.00 $ 5,500.00 #2-16 6" x 6" Tapping Sleeve and Valve with Box 3 EA $ 3,500.00 $ 10,500.00 $ 5,300.00 $ 15,900.00 $ 4,500.00 $ 13,500.00 #2-17 Epoxy Coated Ductile Iron Fittings 5295 LB $ 15.00 $ 79,425.00 $ 0.01 $ 52.95 $ 10.00 $ 52,950.00 #2-18 Single Meter Setting, Complete to Existing Service 25 EA $ 1,600.00 $ 40,000.00 $ 1,300.00 $ 32,500.00 $ 1,00..0. $ 2%-.00 #2-19 Double Meter Setting, Complete to Existing Service 2 EA $ 1,900.00 $ 3,800.00 $ 1,800.00 $ 3,600.00 $ 1,200.00 $ 2,400.00 #2-20 Remove Existing Metter Setting 27 EA $ 150.00 $ 4,050.00 $ 150.00 $ 4,050.00 $ 350.00 $ 9,450.00 #2-21 8" Saddle, 1" Corporation Stop and Tap 27 EA $ 650.00 $ 17,550.00 $ 400.00 $ 10,800.00 $ 550.00 $ 14,850.00 42-22 16" Direct Bury Steel Encasement 110 LF $ 170.00 $ 18,700.00 $ 200.00 $ 22,000.00 $ 150.00 $ 16,500.D0 #2-23 Cut and Cap Existing 2" Water Main 3 EA $ 3,500.00 $ 10,500.00 $ 1,500.00 $ 4,500.00 $ 1,500.00 $ 4,500.00 #2-24 Cut and Cap Existing 1.5" Water Main 5 EA $ 1,500.00 $ 7,500.00 $ 1,200.G0 $ 6,000.00 $ 1,500.00 $ 7,500.00 #2-25 Cut and Cap Existing 1.25" Water Main 1 EA $ 1,500.00 $ 1,500.00 $ 1,000.00 $ 1,000.00 $ 1,500.00 $ 1,500.00 42-26 Abandon (Remove) Existing Water Valve 7 EA $ 1,500.00 $ 10,500.00 $ 300.00 $ 2,100.00 $ 1,000.00 $ 7,000.00 #2-27 Asphalt Concrete Hot Mix Patching for Maintenance ofTraffic 288 TON $ 375.00 $ 108,000.00 $ 150.00 $ 43,200.00 $ 135.00 $ 38,880.00 #2-28 Pavement Repair (Asphalt T-Patch) 1745 SY $ 200.00 $ 349,000.00 $ 135.00 $ 235,575.00 $ 75.00 $ 130,875.D0 #2-29 Pavement Repair (Concrete T-Patch) 130 SY $ 145.00 $ 18,850.00 $ 135.00 $ 17,550.00 $ 185.00 $ 24,050.00 #2-30 4" Thick Concrete with Class 7 Base (Sidewalk Repair) 22 SY $ 80.00 $ 1,760.00 $ 65.00 $ 1,430.00 $ 135.00 $ 2,970.00 #2-31 Concrete Curb and Gutter 315 LF $ 55.00 $ 17,325.00 $ 45.00 $ 14,175.00 $ 25.00 $ 7,875.00 42-32 Concrete Speed Table Repair 1 LS S 1,000.00 $ 1,000.D0 $ 1,500.00 $ 1,500.00 $ 3,000.00 $ 3,000.00 #2-33 Repair Rock Wall 1 LS $ 5,000.00 $ 51000.00 $ 41000.00 $ 4,000.)0 $ 3,000.00 $ 3,000.00 #2-34 Solid Sod (Bermuda) - Use as directed 200 SY $ 8.00 $ 1,600.00 $ 8.00 $ 1,600". $ 7.00 $ 1,400.00 #2-35 Site Photographs and Video 1 LS $ 1,500.00 $ 11500.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 #2-36 Site Restoration 1 LS $ 5,000.00 $ 51000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 #2-37 Tree Protection Fencing 250 LF $ 10.00 $ 2,500.00 $ 4.00 $ 1,000.00 $ 10.00 $ 2,500.00 #2-38 Erasion Control 1 LS $ 5,000.00 $ 5,000.00 $ 6,000.00 $ 6,000.00 $ 10,000.00 $ 10,000.00 #3-1 #3-2 Mobilization (Shall not exceed 5%of Total Bid) Insurance and Bonding 1 1 LS LS $ 40,500.00 $ $ 24,300.00 $ 40,500.00 24,300.00 $ 27,000.00 $ $ 17,000.00 $ 27,000.00 17,000.00 $ 30,000.00 $ 30,000.00 $ 15,000.00 $ 25,000.00 #3-3 Construction Staking 1 LS $ 4,000.00 $ 4,000.00 $ 3,000.00 $ 3,000.00 $ 2,000.00 $ 2,000.00 #3-4 Act 291, 1993 Trench and Excavation Safety Systems for W/S Install 1 LS S 5,000.00 $ 5,000.00 $ 2,000.00 . 2,000.00 $ 2,500.00 $ 2,500.00 #3-5 Clearing, Grubbing, & Demolition 1 LS $ 5,000.00 $ 5,000.00 $ 10,000.00 $ 10,000.00 $ 2,500.00 S 2,500.00 #3-6 Traffic Control and Maintenance 1 LS $ 20,000.00 $ 20,000.00 $ 15,000.00 $ 15,000.00 $ 4,500.00 $ 4,500.00 #3-7 Rock Excavation 100 CY $ 10.00 . 1,D00.00 $ 200.00 $ 20,000.00 $ 250.00 $ 25,000.00 #3-8 8" PVC, C-900, Class 200 DR-14 Water Main 1887 LF $ 120.00 $ 226,440.00 $ 105.00 $ 198,135.00 $ 85.00 $ 160,395.00 #3-9 6" PVC, C-900, Class 200 DR-14 Water Main 66 LF $ 115.00 $ 7,590.00 $ 85.00 $ 5,610.00 $ 65.00 $ 4,290.00 93-10 4" PVC, C-900, Class 200 DR-14 Water Main 15 LF $ 120.00 $ 1,800.00 $ 65.00 $ -W 975.00 $ 65.00 $ 975.00 #3-11 2" PVC, SDR-13.5 Water Main 33 LF $ 100.00 $ 3,300.00 $ 55.00 $ 1,815.00 $ 30.00 $ 990.00 #3-12 1" Copper, Type K-Soft, Water Service Tubing 650 LF $ 45.00 $ 29,250.00 $ 23.00 $ 14,950.00 $ 60.00 $ 39,000.00 #3-13 8" Butterfly Valve with Box 1 EA $ 4,500.00 $ 4,500.00 $ 3,200.00 $ 3,200.00 $ 3,000.00 $ 3,010,01 #3-14 8" Gate Valve with Box 13 EA $ 2,300.00 $ 29,900.G0 $ 2,800.00 $ 36,400.00 $ 2,000.00 $ 26,D00.D0 #3-15 6" Gate Valve with Box 3 EA 5 1,700.00 $ 5,100.00 $ 2,000.00 $ 6,000.00 $ 1,500.00 $ 4,500.00 #3-16 Three Way Fire Hydrant Assembly with Valve 3 EA $ 6,000.00 $ 18,000.00 $ 5,800.00 $ 17,400.00 $ 5,500.00 $ 16,500.D0 43-17 Remove Existing Fire Hydrant and Return to Owner 1 EA $ 1,000.00 $ 1,000.00 $ 800.00 $ 800.00 $ 500.00 $ 500.00 43-18 16" x 8" Tapping Sleeve and Valve with Box 1 EA $ 5,500.00 $ 5,500.00 $ 8,000.G0 $ 8,000.00 $ 10,000.00 $ 10,000.00 #3-19 6" x 6" Tapping Sleeve and Valve with Box 1 EA $ 3,500.00 $ 31500.D0 $ 5,300.00 $ 5,300.00 $ 4,500.00 $ 4,500.00 #3-20 4" x 4" Tapping Sleeve and Valve with Box 2 EA $ 3,500.00 $ 7,000.00 $ 4,000.00 $ 8,000.00 $ 4,000.00 $ 8,000.00 #3-21 Epoxy Coated Ductile Iron Fittings 8000 LB S 15.00 $ 120,000.00 $ 0.01 $ 80.00 $ 10.00 $ 80,000.00 #3-22 Single Meter Setting, Complete to Existing Service 22 EA $ 1,600.00 $ 35,200.00 $ 1,300.00 $ 28,600.00 $ 1,000.00 $ 22,D00.D0 #3-23 Remove Existing Meter Setting 22 EA $ 150.00 $ 3,300.00 $ 150.00 $ 3,300.00 $ 350.00 $ 7,700.00 #3-24 8" Saddle, 1" Corporation Stop and Tap 22 EA $ 650.00 $ 14,300.00 $ 400.00 $ 8,800.00 $ 500.00 $ 11,000.00 43-25 16" Direct Bury Steel Encasement 88 LF $ 110.00 $ 9,680.00 $ 200.00 $ 17,600.00 $ 150.00 $ 11,200,00 #3-26 12" Direct Bury Steel Encasement 20 LF $ 175.00 $ 3,500.00 $ 175.00 $ 3,500.00 $ 130.00 $ 2,6I S 43-27 Connect to Existing 8" Water Main 1 EA $ 5,000.00 $ 5,000.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 #3-28 Cut and Cap Existing 6" Water Main 4 EA $ 3,500.00 $ 14,000.00 $ 2,000.00 $ 8,000.00 $ 2,000.00 $ 8,000.00 #3-29 Cut and Cap Existing 4" Water Main 2 EA $ 3,500.00 $ 7,000.00 $ 1,700.G0 $ 3,400.00 $ 2,000.00 $ 4,000.00 #3-30 Cut and Cap Existing 1.5" Water Main 1 EA $ 1,500.00 $ 1,500.00 $ 1,200.G0 $ 1,200.00 $ 1,500.00 $ 1,500.00 #3-31 Connect New 2" Main to Existing 1.25" Main 1 is $ 2,000.00 $ 2,000.00 $ 1,000.00 $ 1,000.00 $ 1,500.00 $ 1,500.00 43-32 Abandon (Remove) Existing Water Valve 7 EA $ 1,500.00 $ 10,500.00 $ 300.00 $ ' 2,300.00 $ 1,000.00 $ 7,000.00 #3-33 Asphalt Concrete Hot Mix Patching for Maintanence of Traffic 60 TON $ 375.00 $ 22,500.00 $ 200.00 $ 12,000.00 $ 135.00 $ 8,100.00 #3-34 Pavement Repair (Asphalt T-Patch) 1000 SY $ 200.00 $ 200,000.00 $ 135.00 $ 135,000.00 $ 75.00 $ 75,000.00 #3-35 Gravel Driveway Repair 30 TON $ 60.00 $ 1,800.00 $ 60.00 $ 1,800.00 $ 35.00 $ 1,050.00 #3-36 Concrete Curb and Gutter 187 LF $ 55.00 $ 10,285.00 $ 45.00 $ 8,415.00 $ 25.00 $ 4,675.00 #3-37 4" Thick Concrete with Class 7 Base 19 SY $ 80.00 $ 1,520.00 $ 65.00 $ 1,235.00 $ 120.00 $ 2,280.00 43-38 6" Thick Concrete with Class 7 Base 10 SY $ 100.00 $ 1,000.00 $ 85.00 $ 850.00 $ 125.00 $ 1,250.00 #3-39 Erosion Control 1 LS $ 5,000.00 $ 5,000.00 $ 6,000.00 $ 6,000.00 $ 30,000.00 $ 10,000.00 #3-40 Temporary Fencing 110 LF $ 10.00 $ 1,100.00 $ 10.00 $ 1,300.00 $ 30.00 $ 3,300.00 #3-41 Solid Sod(Bermuda)- Use as directed 400 SY $ 8.00 $ 3,200,00 $ 8.00 $ 3,200.00 $ 7.00 $ 2,800.D0 #3-42 Creek Crossing 1 LS $ 8,000.00 $ 8,000.00 $ 8,000.00 $ 8,000.00 $ 15,000.00 $ 15,000.00 #3-43 Site Restoration 1 is $ 10,000.00 $ 10,000.00 $ 15,000.00 $ 15,000.00 $ 14,785.00 $ 14,785.00 #3-44 Tree Protection Fencing 250 LF $ 10.00 $ 2,500.00 $ 4.00 $ 1,000.00 $ 10.00 $ 2,500.00 #345 Site Photographs and Video 1 LS $ 1,500.00 $ 1,500.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 rs 1,000.00 #4-1 Mobilization (Shall not exceed 5%of Total Bid) r 1 LS $ 53,685.00 $ 53,685.00 $ 45,000.00 $ 45,000.00 $ 30,000.00 $ 30,000.00 #4-2 Insurance and Bonding I LS $ 32,200.00 $ 32,200.00 $ 25,000.00 $ 25,000.00 $ 15,000.00 $ 15,000.00 #4-3 Construction Staking 1 LS $ 8,000.00 $ 8,000.00 $ 10,000.00 $ 10,000.00 $ 2,000.00 $ 2,000.00 #4-4 Act 291, 1993 Trench and Excavation Safety Systems for W/S Install 1 LS $ 5,000.00 $ 5,000.00 $ 4,000.D0 $ 4,000.00 $ 2,500.00 $ 2,1OO I #4-5 Clearing, Grubbing, &Demolition LS $ 7,000.00 $ 7,000.00 $ 25,000.00 $ 25,000.00 $ 2,500.00 $ 2,500.00 #4-6 Traffic Control and Maintenance 1 LS $ 5,000.00 $ 5,000.00 $ 15,000.00 $ 15,000.00 $ 4,500.00 $ 4,500.00 #4-7 Rock Excavation 50 CY $ 10.00 - 500.00 $ 200.00 $ 10,000.00 $ 250.00 $ 12,500.00 #4-8 8" PVC, C-9G0, Class 200 DR-14 Water Main 2195 LF $ 110.00 $ 241,450.00 $ 105.00 $ 230,475.00 $ 125.00 $ 274,375.00 #4-9 6" PVC, C-900, Class 200 DR-14 Water Main 30 LF $ 100.00 $ 3,000.00 $ 85.00 $ 2,550.00 $ 100.00 $ 3,000.00 #4-10 4" PVC, C-900, Class 200 DR-14 Water Main 2139 LF $ 90.00 $ 192,510.00 $ 70.00 $ 149,730.00 $ 95.00 $ 203,205.00 44-11 2" PVC, SDR-13.5 Water Main 60 LF $ 55.00 $ 3,300.00 $ 55.00 $ 3,300.00 $ 30.00 $ 1,800.D0 #4-12 1"Copper, Type K-Soft, Water Service Tubing 1820 LF $ 45.00 $ 81,900.00 $ 23.00 $ 41,860.00 $ 60.00 $ 109,200.00 #4-13 8" Gate Valve with Box 11 EA $ 2,300.00 $ 25,300.00 $ 2,800.00 $ 30,800.00 $ 2,000.00 $ 22,000.00 #4-14 4" Gate Valve with Box 4 EA $ 1,500.00 $ 6,000.00 $ 2,000.00 $ 8,000.00 $ 1,2.0.00 $ 4,800.00 #4-15 2" Ball Valve with Box 1 EA $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 900.00 $ 900.00 #4-16 Three Way Fire Hydrant Assembly with Valve 4 EA $ 6,000.00 $ 24,000.00 $ 5,800.00 $ 23,200.00 $ 5,500.00 $ 22,D00.D0 #4-17 Epoxy Coated Ductile Iron Fittings 4000 LB $ 15.00 $ 60,000.00 $ 0.01 40.00 $ 10.00 $ 40,000.00 #4-18 Single Meter Setting, Complete to Existing Service 5 EA S 1,600.00 $ 8,000.00 $ 1,300.00 $ 6,500.00 $ 1,000.00 $ 5,000.00 #4-19 Single 1" Meter Setting, Complete to Existing Service 1 EA $ 1,800.00 $ 1,800.00 $ 1,800.00 $ 1,800.00 $ 1:400.00 $ 1,400.00 #4-20 Double Meter Setting, Complete to Existing Service 56 EA $ 1,900.00 $ 106,400.00 $ 1,800.00 $ 100,800.00 $ 1,200.00 $ 67,200.00 #4-21 Remove Existing Meter Setting 62 EA $ 150.00 $ 9,300.00 $ 300.00 $ 18,600.00 $ 500.00 $ 31,000.00 #4-22 8" Saddle, 1" Corporation Stop and Tap 19 EA $ 500.00 $ 9,500.00 $ 400.00 $ 7,600.00 $ 500.00 $ 9,500.00 #4-23 4" Saddle, 1" Corporation Stop and Tap 43 EA $ 450.00 $ 19,350.00 $ 375.00 $ 16,125.00 $ 500.00 $ 21,500.00 #4-24 16" Direct Bury Steel Encasement 16 LF $ 190.00 $ 3,040.00 $ 200.00 $ 3,200.00 $ 150.00 $ 2,400.00 #4-25 Cut and Cap Existing 2.25" Water Main 1 EA $ 2,000.00 $ 2,000.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 #4-26 Cut and Cap Existing 1.5" Water Main 1 EA $ 1,500.00 $ 1,500.00 $ 1,200.00 $ 1,200.00 $ 1,500.00 $ 1,500.00 #4-27 Connect New 2" Main to Existing 1.25" Main 1 LS $ 2,000.00 $ 2,000.00 $ 1,000.00 $ 1,000.00 $ 1,500.00 $ 1,500.00 #4-28 Asphalt Concrete Hot Mix Patching for Maintanence of Traffic 75 TON $ 375.00 $ 28,125.00 $ 150.00 $ 11,250.00 $ 135.00 $ 10,125.00 44-29 2" Thick ACHM Overlay 1000 TON $ 200.00 $ 200,000.00 $ 135.00 $ 135,000.00 $ 185.00 $ 185,000.00 #4-30 4" Thick ACHM Trench Repair 820 TON $ 200.00 $ 164,000.00 $ 150.00 $ 123,000.00 $ 185.00 $ 151,700.00 #4-31 Gravel Driveway Repair 15 TON $ 60.00 $ 900.00 $ 60.00 $ 900.00 $ 35.00 $ 525.00 #4-32 Asphalt Driveway Repair 55 SY $ 250.00 $ 13,750.00 $ 50.00 $ 2,750.00 $ 30.00 $ 1,650.00 #4-33 6" Thick Concrete with Class 7 Base 292 SY $ 100.00 $ 29,200.00 $ 85.00 $ 24,820.00 $ 100.00 $ 29,200.00 #4-34 Erosion Control 1 LS $ 30,000.00 $ 10,000.00 $ 7,000.00 $ 7,000.00 $ 5,162.86 $ 5,162.86 #4-35 Solid Sod (Bermuda) - Use as directed 200 SY $ 8.00 $ 1,600.00 $ 8.G0 $ 1,600.00 $ 7.00 $ 1,400.00 94-36 Asphalt Speed Bump Repair 200 LF $ 55.00 $ 11,000.00 $ 30.00 $ 6,000.00 $ 23.00 $ 4,600.00 #4-37 Site Restoration 1 LS $ 15,000.00 $ 15,000.00 $ 25,000.00 $ 25,000.00 $ 5,000.00 $ 5,000.00 #4-38 Tree Protection Fencing 300 LF $ 50.00 $ 3,000.00 $ 4.00 ' 1,200.00 $ 30.00 $ 3,000.00 #4-39 Site Photographs and Video 1 LS $ 1,500.00 $ 1,500.G0 $ 3,000.00 $ 3,000.00 $ 1,000.00 $ 1,000.00 5 #5-1 BID SCHEDULE 5 -PERSIMMON ST. WATERLINE ALT. #1) (23) Mobilization (Shall not exceed 5%of Total Bid) (DEDUCTIVE �� 1 LS $ 11,600.00 $ 11,600.00 $ 7,000.00 $ 7,000.00 $ 7,500.0 $ 7,500.00 #5-2 Insurance and Bonding 1 Ls $ 7,000.00 $ 7,000.00 $ 6,000.00 $ 6,000.00 $ 4,000.0 $ 4,000.00 #5-3 Construction Staking 1 LS $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,000.0 $ 1,000.00 #5-4 Act 291, 1993 Trench and Excavation Safety Systems for W/5 Install 1 LS $ 3,000.00 $ 3,000.00 $ 1,000.00 $ 1,000.00 $ 2,500.0 $ 2,500.00 #5-5 Clearing, Grubbing, & Demolition 1 LS $ 3,000.00 $ 3,000.00 $ 5,000.00 $ 5,000.00 $ 2,500.0 $ 2,500.DO #5-6 Traffic Control and Maintenance 1 LS $ 3,000.00 $ 3,000.00 $ 5,000.00 $ 5,000.00 $ 2,500.0 S 2,500.00 #5-7 Rock Excavation s0 Cy $ 10.00 $ 500.00 $ 200.00 $ 10,000.00 $ 250 $ 12,500.00 #5-8 12" PVC, C-900, Class 200 DR-14 Water Main 814 LF $ 120.00 $ 97,680.00 $ 130.00 $ 105,820.00 $ 90 $ 73,260.00 #5-9 8" PVC, C-900, Class 200 DR-14 Water Main 15 LF $ 120.00 $ 1,800.00 $ 85.00 $ 1,275.00 $ 85 $ 1,275.00 #5-10 12" Butterfly Valve with Box 3 EA $ 6,500.00 $ 19,500.00 $ 4,500.00 $ 13,500.00 $ 3,500.0 $ 20,500.00 #5-11 8" Gate Valve with Box 1 EA $ 2,300.00 $ 2,300.00 $ 2,800.00 $ 2,800.00 $ 2,000.0 $ 2,000.00 45-12 36" L301 Prestressed Concrete Cylinder Pipe Tap and Valve 1 EA $ 40,000.00 $ 40,000.00 $ 18,000.00 18,000.00 $ 25,000.0 $ 25,000.00 #5-13 Epoxy Coated Ductile Iron Fittings 1810 LB $ 15.00 $ 27,150.00 $ 0.01 18.10 $ 10 $ 18,100.00 #5-14 Remove Bend & Connect New 8" Main to Existing 8" Main 1 EA $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 2,500.0 $ 21500.DO #5-15 Solid Sod 1300 Sy $ 8.00 $ 10,400.00 $ 8.00 $ 10,400.00 $ 7 $ 9,100.00 #5-16 Asphalt Concrete Hot Mix Patching for Maintanence of Traffic 9 TON $ 375.00 $ 3,375.00 $ 150.00 $ 1,350.00 $ 135 $ 1,215.00 #5-17 Pavement Repair (Asphalt T-Patch) 55 Sy $ 200.00 $ 11,000.00 $ 135.00 $ 7,425.00 $75 $ 4,125.00 #5-18 6" Concrete w/ Class 7 Base (Trail Repair) 12 Sy $ 145.00 $ 1,740.00 $ 85.00 $ 1,020.00 $ 100 $ 1,200.00 45-19 Gravel Driveway Repair 10 Sy $ 60.00 $ 600.00 $ 25.00 $ 250.00 $ 35 $ 350.00 45-20 Concrete Curb and Gutter 45 LF $ 60.00 $ 2,700.00 $ 45.00 $ 2,025.00 $ 25 $ 1,125.00 #5-21 Cast -in -Place Detectable Warning 32 SF $ 100.00 $ 3,200.00 $ 3S.00 $ 1,120.00 $ 80 $ 2,560.00 #5-22 Site Photographs and Video 1 LS $ 1,500.00 $ 1,500.00 $ 1,000.00 $ 1,000.00 $ 1,000.0 S 1,000.00 #5-23 jEroslon Control 1 1 LS $ 3,000.00 $ 3,000.00 $ 2,000.00 $ 2,000.0011 $ 4,477.14 $ 4,477.14 *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. [ITV OF FAYETTEVILLE ARKANS ARKAN5A5 Bid 21-54, Construction - 2021 Waterline Improvement Project Project Overview Project Details Project Name Bid 21-54, Construction — 2021 Waterline Improvements Project Project Owner Andrea Foren Project Type I ITB Department Purchasing Certification of Funds $4,200,000.00 25%Allowance $1,050,000.00 Total Allowance $5,250,000.00 The City of Fayetteville, AR is accepting sealed bids from properly licensed professionals for the 2021 Waterline Improvement Project. The project includes, but not limited to, the construction of approximately 1,890 linear feet of 8" waterline along Huntsville Rd. from Mill Ave. to Mashburn Ave., 1,250 linear feet of 8" waterline along Ila St. from Wilson Ave. to Lincoln Ave. and 690 feet of 8" Project Description waterline along Shady Ave. from Maple St. to Louise St., 1,950 linear feet of 8" waterline along oaks Manor Dr. from Rolling Hills Dr. to Sheryl Ave., 820 linear feet of 12" waterline along Persimmon St. from Betty Jo Dr. to Shiloh Dr., and 3,345 linear feet of 8" waterline and 890 linear feet of 4" waterline within the Western Park trailer park including off -site connections to the east. All questions during the bidding process shall be addressed to Andrea Foren, City Purchasing Manager. Open Date May 16, 2021 12:00 AM CDT Close Date I Jun 15, 2021 2:00 PM CDT CITY OF FAY E4ILLE ARKANSRKANSAS Highest Scoring Supplier Score Kajacs Contractors Inc. 100 pts Seal status Requested Information Unsealed on Unsealed by Required City Forms Jun 15, 2021 2:01 PM CDT Amanda Beilfuss Bid Bond Jun 15, 2021 2:01 PM CDT Amanda Beilfuss Arkansas Contractor's License Jun 15, 2021 2:01 PM CDT Amanda Beilfuss Arkansas Secretary of State Jun 15, 2021 2:01 PM CDT Amanda Beilfuss Filing # Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or Jun 15, 2021 2:01 PM CDT Amanda Beilfuss 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. Bid 21-54, Bid Form (BT-49CN) Jun 15, 2021 2:01 PM CDT Amanda Beilfuss CITY OF FAY E4ILLE ARKANSRKANSAS Conflict of Interest # Declaration of Conflict of Interest You have been chosen as a Committee member for this Evaluation. Please read the following information on conflict of interest to see if you have any problem or potential problem in serving on this committee. ## Code of Conduct All information related to submissions received from Suppliers or Service Providers must be kept confidential by Committee members. ## Conflict of Interest No member of a Committee shall participate in the evaluation if that Committee member or any member of his or her immediate family: * has direct or indirect financial interest in the award of the contract to any proponent; * is currently employed by, or is a consultant to or under contract to a proponent; * is negotiating or has an arrangement concerning future employment or contracting with any proponent; or, * has an ownership interest in, or is an officer or director of, any proponent. Please sign below acknowledging that you have received and read this information. If you have a conflict or potential conflict, please indicate your conflict on this acknowledgment form with information regarding the conflict. I have read and understood the provisions related to the conflict of interest when serving on the Evaluation 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? Amanda Beilfuss Jun 15, 2021 2:01 PM CDT No [ITV OF FAYETTEVILLE ARKANS ARKAN5A5 Public Notices Addendum 1 issued to Bid 21-54, Construction — 2021 Waterline Improvements Andrea Foren, Jun 08, 2021 12:23 PM CDT - Project Public Files changed Addendum 1 has been issued to Bid 21-54, Construction — 2021 Waterline Improvements and is available in the public files as "Bid 21-54, File 03 - Addendum 1" Please direct all questions to Andrea Foren at aforen@fayetteville-ar.gov. CITY OF FAYETTEVILLE ARKANSAS Submissions Supplier Date Submitted Goodwin & Goodwin, Inc. I Jun 15, 2021 7:52 AM CDT Goins Enterprises, Inc. I Jun 15, 2021 1:47 PM CDT Name Email Confirmation Code David Garcia docryde@yahoo.com MTQ3MDgx Jerry Goins contact@goinsent.com MTQ3MjUx Kajacs Contractors Inc. Jun 15, 2021 CDT 10:12 AM Michael Titsworth mtitsworth@kajacs.com MTQ3MTQ2 CITY OF �R FAYETTEVILLE ARKANSAS Project Criteria Criteria Points I Description Total Base Bid Price 100 pts I Total Base Bid Price Within Certified Funds Pass/Fail I Within Certified Funds Total 100 pts ��FAYETTEVILLE ARKAKSAS Scoring Summary Active Submissions Total Total Base Bid Price Within Certified Funds Supplier 1100 pts / 100 pts Pass/Fail Kajacs Contractors Inc. 100 pts 100 pts ($3,479,500.00) Pass Goodwin & Goodwin, Inc. 1 98.94 pts 98.94 pts ($3,516,690.47) 1 Pass Goins Enterprises, Inc. 75.89 pts 75.89 pts ($4,584,685.00) Pass CITY OF FAY E4ILLE ARKANSRKANSAS Signatures Name Andrea Foren (Project Owner) Amanda Beilfuss (Evaluator) Andrea Foren (Evaluator) Signatures Andrea Digitally signed by Andrea Foren Date: 2021.06.22 Foren 15:38:53-05'00' Digitally signed by Amanda Amanda Beilfuss Beilfuss Date: 2021.06.16 12:29:15-05'00' Andrea Foren Digitally signed by Andrea Foren Date: 2021.06.22 15:39:17-05'00' Lake Fayetteville Watershed Study Scope of Work Project Overview: To investigate the current state of water quality in Lake Fayetteville, short- and long- term strategies to improve the water quality and what impacts these strategies will have to the future water quality. 1. Project Management and Coordination a. Coordinate regular progress meetings with City staff; document all meetings, noting key decisions and action items. Meet with client as needed throughout the design process to review project issues. b. Conduct up to five (5) meeting with local partner or stakeholder groups c. Prepare for and attend two (2) City Council meetings to present findings and recommendations d. Prepare monthly project status report and supply to City e. Develop an overall project schedule 2. Studies and Gap Analysis: Review Existing Conditions and Analysis a. Collect and review available project data provided by the City and identified stakeholders (Watershed Conservation Resource Center, Illinois River Watershed Partnership, City of Springdale) i. Previous plans, reports and water quality studies ii. Previous permit submittals and regulatory agency correspondence iii. Lake sediment sampling and testing records iv. Water quality sampling records within, upstream and downstream of Lake Fayetteville v. Lake and watershed GIS mapping vi. Original dam and spillway plans vii. Current and anticipated future pollutant loadings (sediment and phosphorus being the main focus) viii. Upper Illinois Watershed Best management Practices 3. Collection of Additional Data a. Sediment and water sampling, testing, report i. Field Exploration: obtain sediment samples for analysis at ten (10) locations to varying depths within the Lake. ii. Laboratory Services: Visual soil classification, hydrometer analysis, mechanical sieve analysis, chemical analysis, Atterberg limit test as well as metals and potential harmful contaminants that may require special remediation measures. iii. Engineering Analysis and Report Preparation 1. Test boring logs will be provided and will include a description and classification of the sediment, as well as approximated sediment depths and soil classification. 2. Laboratory analysis to determine the nutrient content of the sediment 3. Laboratory evaluation to determine if the existing soil characteristics ofthe lake sediment are suitable for reuse as par of topsoil mis or general fill material. iv. Water sampling throughout the water column to include any additional parameters that may be contributing to poor water quality such as pH, dissolved oxygen, temperature, Secchi Disk reading, soluble phosphorus and other nutrients and common contaminants such as herbicides/pesticides and bacteria b. Bathymetric survey: Conduct a survey of the lake pool area to determine water depth to sediment and approximate depth of sediment throughout the late. Approximately 130 probes will be taken with a rod to native ground in the lake. A soil probing plan will be prepared prior to collecting the data. It is anticipated that a majority of the probes will be collected on the upper half of the lake. Vegetation Surveys: investigate the presence vegetation in the Lake, types of vegetation and if it is contributing to or resulting from water quality issues within the Lake at different times of the year in consideration of algal blooms, presence, or other phosphorus absorbing vegetation. Deliverables: Watershed and site base maps; bathymetric survey map,geotechnical/water quality report and report of findings. 4. Watershed Analysis and Project Identification a. Pollutant Loading Estimations: Conduct watershed annual pollutant (sediment and nutrient) load estimations for current and anticipated future conditions. Identify and quantify future water quality threats to the lake. i. Evaluate in -lake treatment using aluminum sulfate to inactivate phosphorus b. Watershed Best Management Practices: Evaluate the feasibility and effectiveness of potential BMP packages to be implemented upstream of the lake include stream restoration, streamside wetlands creation/retention and detention. Development conceptual plans of recommended BMPs. Coordinate results will all local entities impacted. c. Evaluate and Select Sediment Disposal Options: Develop recommendations onthe safe/efficient disposal of any material removed from the lake. i. Sediment Removal and Disposal Method Evaluation 1. Evaluate and quantify local demand for sediment 2. Investigate alternative disposal methods 3. Evaluate removal techniques such as drawdown or dredging for immediate and continued sediment removal as necessary to maintain waterquality ii. Method Review and Selection 1. Present finding to the City staff along with recommended sediment management methods. 2. Based on analysis and discussion, select the appropriate techniques and use for final plan development d. Deliverables: pollutant loading calculations, map of watershed BMPs, proposed BMPs ranked by their costs and effectiveness 5. Implementation: based on the information reviewed and decisions reached, developed 30% concept design and supporting report that outlines the improvements, methods, long term management actions, total estimated project costs and estimated annual cost of operation. a. Sediment Removal and Disposal i. Indicated where sediment will be hydraulically dredged and mechanically excavated including depth and volume of material ii. Develop sediment disposal plan b. Development of Concept Plans i. Develop concept plans for current and future sediment loads ii. Development conceptual water quality enhancements that can be implemented c. Preliminary assessment of state and federal permitting requirements i. Evaluate regulatory requirements and necessary permits in order to perform the recommended work. d. Agency funding i. Work with the city to determine potential funding sources including, but not limited to, state and federal grants as well as local partner participation e. Long -Term Management and Maintenance Program i. Outline annual maintenance program ii. Outline continued water quality improvements that may be phased due to initial cost restrictions f. Final Report: Prepare a final report that summarizes the results of the study i. Watershed planning, analysis and recommended BMPs and enhancement projects to improve and sustain water quality ii. Identify the necessary sediment removal program including the operations, timing, volumes and ongoing costs Assumptions and Exclusions: • Sediment samples to be collected may be restricted by the excessive depth of the water in the lake. A sediment sampling plan will be prepared following the completion of the bathymetric survey. • Bathymetric probe locations will be determined following the bathymetric survey of the lake and may not cover the entire area of the lake. Hourly Fees Expenses Summary of Professional Hourly Fees City of Fayetteville, AR - Lake Fayetteville Watershed Study EEpl4spn 7/9/2021 Staff Assignment: Project Manager Technical Leader Sr. Engineer Associate Engineer Sr. Scientist Assoc. Scientist Landscape Arch. Eng. Tech. Admin. Asst. Lisc. Surveyor Survey Crew Total Hours Total Hourly Fees Expenses TASK DESCRIPTIONS Approx. Hourly Rate: $215 $235 $205 $135 $171 $100 $110 $100 $75 $140 $165 1. Project Management & Facilitation A) Coordination meetings with City staff 12 4 8 24 $3,660 $500 B) Coordination meetings with project partners and stakeholders 10 10 10 30 $5,850 $500 C) City council presentations 6 6 12 $2,100 $200 D) Monthly project status report 4 6 10 $2,090 E) Project schedule 2 6 2 10 $1,930 SUBTOTAL 34 14 12 26 0 0 0 0 0 0 0 86 $15,630 2. Studies and Gap Analysis: Review Existing Conditions and Analysis A) Collect and review available data 4 80 8 92 $12,460 SUBTOTAL 4 0 0 80 0 0 0 8 0 0 0 92 $12,460 3. Collection of Additional Data A) Sediment and water sampling 8 2 40 16 28 94 $13,066 $15,000 B) Bathymetric survey and analysis 2 60 40 120 222 $31,830 $10,000 C) Vegetation Surveys (assume 5 visits) 2 30 40 3 75 $9,980 $200 D) Deliverables 8 4 12 $2,120 SUBTOTAL 20 0 2 40 46 4 0 128 0 43 120 403 $56,996 4. Watershed Planning & Analysis A) Pollutant loading estimations and short-term treatment 8 68 8 24 108 $14,588 B) Watershed BMP 12 40 16 68 $9,460 C) Evaluate and Select Sediment Disposal Options 12 40 16 68 $9,460 D) Deliverables 8 12 40 16 76 $11,340 SUBTOTAL 0 8 44 188 8 0 0 72 0 0 0 320 $",848 V. Implementation A) Sediment removal and disposal 4 16 20 $2,980 B) Development of concept plans 12 24 10 16 32 94 $11,660 C) Permitting requirements 20 16 4 40 $5,320 D) Agency funding 8 4 12 $2,404 E) Long term management & maintenance 2 8 8 8 26 $4,518 F) Final Report 4 12 16 24 56 $10,200 SUBTOTAL 14 12 40 72 32 26 16 32 4 0 0 248 $37,082 Total All Phases 72 34 98 406 86 30 16 240 4 43 120 1,149 $167,016 $26,400 Total Hourly Fees & Expenses $193,416 Markham Water Tank Rehabilitation Vicinity Map I NTS Ir olssory SCOPE OF SERVICES Corey Granderson Utilities Engineer City of Fayetteville, Arkansas PROJECT DESCRIPTION AND LOCATION Project will be located at: 141 North Sang, Fayetteville, AR Project Description: Markham 1 MG Elevated Storage Tank Rehabilitation SCOPE OF SERVICES Olsson hereby agrees to provide the following services ("Scope of Services") to the City of Fayetteville ("Client") for the Project: PHASE 100 PROJECT MANAGEMENT Project Management: • Establish and maintain project scope, schedule, and budget. • Kick-off Meeting: Schedule and attend an in -person kick-off meeting with the whole project team including drafting an agenda, sending out invites, and recording meeting minutes with action items. • Progress Meetings: Participate in monthly progress meetings with the Client and project team. Quality Management: • Quality assurance and quality control (QA/QC) reviews are an integral part of Olsson's project performance. This process will be undertaken by senior staff members of the firm selected for their experience and expertise. The goal of the QA/QC process is to ensure that technical issues have been correctly addressed, Client standards are incorporated, and drawings and documents are clear, complete, and concise. • Formal QA/QC reviews will be conducted at key intervals of design. Completion of the QA/QC plan involves a final review by the Client and Olsson. PHASE 200 DETAILED DESIGN • Olsson non-destructive testing (NDT) team member will perform an internal/external inspection of the Markham Hill elevated storage tank. A visual inspection of tank internal & external components, and ultrasonic thickness 302 E. Millsap Road / Fayetteville, AR 72703 0 479.443.3404 / olsson.com measurements on the tank shell, support legs, and any other areas of concern. The inspection will indicate corrosion rates, predicted remaining life, inspection observations, and recommendations for suitability of continued service. • Olsson Engineer(s) shall visit site to conduct inspection of existing coating system and other tank rehabilitation items including ladders, rails, antenna, overflow pipe, altitude valve, and existing cathodic protection. Site visit will be coordinated with City preferred coating manufacturer professional to obtain recommendations. Lead testing of existing coating system will be requested from manufacturer's professional. A maximum of one site visit is included. • Provide engineering design of coating system, mixing system, cathodic system removal, overflow outlet, drain outfall improvement. • Provide structural design of catwalk rail replacement/reinforcement, lower ladder extension and upper ladder replacement. • Prepare Technical Specifications including exhibits. 8.5"x11" technical exhibits shall include vicinity map, tank site plan, tank section and structural details. Olsson shall utilize Client's standard "front end" specifications. • Develop an opinion of probable construction cost for the project based on the Specifications. • Review engineered Specifications with Client and based on feedback, finalize project Contract Documents, including developing a materials list with quantities. • Submit final design documents to Arkansas Department of Health (ADH). ADH $500 review fee included. DESIGN PHASE PROJECT DELIVERABLES: • NDT Structural Inspection Report — digital copy and 2 hard copies • Specifications and Exhibits — digital copy and 2 final hard copies • Opinion of Probable Cost PHASE 300 BID AND PRECONSTRUCTION SERVICES • Prepare advertisement for bid and transmit Plans and Specifications to Client for distribution. • Schedule and attend a pre -bid meeting with the project team. • Provide clarification on questions during bidding and, if necessary, prepare addenda for distribution. The Client will be informed on a regular basis of any changes resulting from bidders' questions. • Attend the virtual bid opening. PHASE 400 ENGINEERING CONSTRUCTION ADMINISTRATION 302 E. Millsap Road / Fayetteville, AR 72703 0 479.443.3404 / olsson.com • Olsson shall provide engineering construction administration based on a 120 day construction schedule. • Attend Preconstruction meeting. Fee is limited to two Olsson engineers to attend meeting. • Attend monthly progress meetings. Fee is limited to one Olsson engineer to attend monthly meetings. • Furnish professional engineer to make up to six (6) visits to the site (as distinguished from the services of a Resident Project Representative) as appropriate to observe the progress and quality of the executed work and to determine in general if the work is proceeding in accordance with the Contract Documents. In performing these services, the Engineer will endeavor to protect the Owner against defects and deficiencies in the work of the contractor; but he cannot guarantee the performance of the contractor, nor will the Engineer supervise, direct, control or have authority over or be responsible for Contractor's means, methods, techniques, sequences or procedures of construction or for the safety measures that the contractor takes or should take. • Review samples, catalog data, schedules, shop drawings, laboratory, shop and mill tests of material and equipment and other data which the contractor submits. This review is for the benefit of the Owner to ensure general conformance with the design concept of the project and general compliance by the contractor with the information given in the contract documents. It does not relieve the contractor of any responsibility such as dimensions to be confirmed and correlated at the job site, appropriate safety measures to protect workers and the public, or the necessity to construct a complete and workable facility in accordance with the contract documents. • Prepare and review construction documentation including Requests For Information, Field Orders, Change Orders as directed by the Owner or Owner's representative. • Upon Contractor request for substantial completion approval, Olsson shall verify the Project on site and respond to Client. • Olsson shall conduct the Project final inspection with Client. Olsson shall provide written punch list and/or certificate of completion to Contractor and Client. PHASE 500 CONSTRUCTION OBSERVATION SERVICES • Olsson shall provide Resident Project Representative (RPR) for construction observation services. Olsson's RPR shall be a NACE CIP Level 1 certified inspector for the review of technical specifications for coatings and application; observation of washing/blasting/surface preparation and cleaning; weather conditions; crack and concrete repairs; and coating application (all prime, intermediate, and final coats). Each coating layer will have dry film thickness readings collected. Surface profile readings, weather conditions, wet mil thickness, 302 E. Millsap Road / Fayetteville, AR 72703 0 479.443.3404 / olsson.com and dry film thickness readings will be recorded in a field coating report. A final coating oversight/inspection document will be completed. • NACE CIP Level 1 RPR shall be provided on a time and expense basis. Lodging and meal expenses shall be billed at $150 per diem basis. Positector equipment charge will be billed at $100 per trip -day. • RPR duties are anticipated to be approximately "Part-time" during Contractor's active working days and allowable working hours defined in the construction contract. A total of 24 working days and estimated 192 hours are anticipated to complete construction work in the required sequence, over a period of 120 active working days during the restricted construction season and schedule. PROJECT SCHEDULE • Design will take 90 days from client notice to proceed. • Construction administration and observation services are based on a 120-day construction schedule. Should Client request work in addition to the Scope of Services, Olsson shall invoice Client for such additional services (Optional Additional Services) at the standard hourly billing labor rate charged for those employees actually performing the work, plus reimbursable expenses if any. Olsson shall not commence work on Optional Additional Services without Client's prior written approval. Optional Additional Services shall include but not limited to: • Any meetings with local, State, or Federal agencies, or other affected parties to discuss the project, other than those specifically noted. • Supplemental engineering work required to meet the requirements of regulatory or funding agencies that may become effective subsequent to the date of this agreement. • Assist City with negotiating and reviewing any liquidated damages for delays caused by Contractor if the project extends beyond the anticipated contractual durations. • Special consultants or independent professional associates requested or authorized by City. • Facility operation and maintenance manual (in addition to the equipment operation and maintenance manuals provided by the Contractor), and operator training, other than those specifically noted. 302 E. Millsap Road / Fayetteville, AR 72703 0 479.443.3404 / olsson.com • Assistance with prequalification protest, bid protests and rebidding, preparation for litigation, arbitration, or other legal or administrative proceedings, and appearances in court or at arbitration sessions in connection with the project. • Visits to the construction site and/or the City's location in addition to the number of such trips and the number of staff -hours in connection with them set out in other phases of the contract scopes. • Services in making revisions to drawings and specifications occasioned by the acceptance of substitutions proposed by the Contractor, and services after the award of the contract in evaluating and determining the acceptability of substitutions proposed by the Contractor. • Additional or extended services during construction made necessary by: (1) work damaged by fire or other cause during construction; (2) a significant amount of defective or neglected work of the Contractor; (3) acceleration of the process schedule involving service beyond normal working hours; (4) default by the Contractor; and (5) failure of the Contractor to complete the work within the construction contract time. • Evaluation of unusually complex claims or an unreasonable or extensive number of claims submitted by the Contractor or others in connection with the work beyond the level of effort budgeted under Construction Phase Services. • Changes in the general scope, extent, or character of the project or its design including, but not limited to, changes in size, complexity, the City's schedule, character of construction, or method of financing; and revisions to previously accepted studies, reports, design documents, or construction Contract Documents when such revisions are required by changes in laws, regulations, ordinances, codes, or are due to any other causes beyond the Engineer's control. Olsson agrees to provide all of its services in a timely, competent and professional manner, in accordance with applicable standards of care, for projects of similar geographic location, quality and scope. 302 E. Millsap Road / Fayetteville, AR 72703 0 479.443.3404 / olsson.com Date: 08-Jul-21 Job: Markham Hill Tank Repainting TOTALS Phase/ Task Description of Work Total Man -Days Total Labor Fee Total Expense Fee Total Fee 100 Project Mana ement & QA/QC Project Management 3.50 $ 4,476.00 $ - $ 4,476.00 Invoices 0.38 $ 540.00 $ - $ 540.00 QA/QC 1.50 $ 1,888.00 $ - $ 1,888.00 Project meetings 1.75 $ 1,906.00 $ - $ 1,906.00 200 Design Phase Services Site Visits 1 visit 1.50 $ 1,516.00 $ 33.13 $ 1,549.13 NDT/ Structural inspection and Report $ 3,005.00 $ - $ 3,005.00 Structural Analysis Lower ladder, catwalk rail, upper ladder 9.00 $ 9,660.00 $ - $ 9,660.00 Development of Specifications 7.00 $ 6,848.00 $ 112.50 $ 6,960.50 Develo ment of Exhibits 15.13 $ 14,924.00 $ - $ 14,924.00 Mixing S stem Design 6.25 $ 6,534.00 $ - $ 6,534.00 ADH submission and response 1.13 $ 1,067.00 $ 500.00 $ 1,567.00 300 Bid & Preconstruction Phase Services Coordinate Advertisement and Distribute Contract Documents 0.50 $ 564.00 $ - $ 564.00 Questions from Plan Holders 1.00 $ 1,128.00 $ - $ 1,128.00 Assist Addendum Preparation 0.75 $ 812.00 $ - $ 812.00 Attend Bid Opening & Assist with Evaluation of Bids 0.75 $ 924.00 $ - $ 924.00 Recommendation & Contract Award 0.50 $ 564.00 $ - $ 564.00 Assist with Construction Contract Preparation 0.75 $ 754.00 $ - $ 754.00 400 Engineering Construction Administration Engineering Admin 13.00 $ 14,130.00 $ 69.00 $ 14,199.00 NDT/Critical Inspection Services 12 visits - $ 27,480.00 $ - $ 27,480.00 Local Inspection Services 12 visits - $ 7,560.00 $ - $ 7,560.00 $ $ - $ $ $ - $ GRAND TOTAL rounded 64.39 $ 106,280.00 $ 714.63 $ 107,000.00 olsson LABOR RATE BILLING SCHEDULE 2021 LABOR RATES Description Range Principal/Senior Professional....... 140 - 275 Project Manager ........................ 110 - 180 Project Professional ................... 90 - 145 Assistant Professional ................ 60 - 125 Designer .................................. 70 - 135 CAD Operator ........................... 40 - 100 Survey ..................................... 50 - 140 Survey Crew ............................. 120 - 160 Construction Services ................. 50 - 170 Administrative/Clerical................ 40 - 100 Note: 1. Special Services not included in above categories will be provided on a Special Labor Rate Schedule. 2. Rates subject to change based upon updates to Billing Rates for upcoming year. Page 1 of 1 Round Mountain Standpipe Rehab Vicinity Map I NTS y W rhan Rd n,arr Rd 1 � yVashin fan Cq, PROJECT LOCATION Lake t- ---- --- x' � jeC�ll Q3f a�l � �y Park — i — CITY 13F FAYETTEVILLE RIF A R KA NKAS BID TABULATION Bid 21-56, Construction - Round Mountain Standpipe Rehab Deadline: Thursday, June 24, 2021 at 2:00 PM Certification of Funds: $250,000.00 Total Allowed: $312,500.00 Classic Protective Coatings, Inc. Leher Painting Enterprises, Inc. 11 Maguire Iron, Inc. Total cost $ 263,950.00 1 $ 223,777.00 11 $ 153,000.00 1 k Utility Service Co., inc. 248,300.00 II $ Viking Painting 187,500.00 # Items quantity Required Unit of Measure �j Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost #1-1 Bonds and Insurance FL 1 LS $ 3,800.00 $ 3,800.00 $ 5,000.00 $ 5,000.00 $ 1,000.00 $ 1,000.00 $ 2,400.00 $ 2,400.00 $ 2,000.00 $ 2,000.00 #1-2 Trench Excavation & Safety 1 LS $ 3,000.00 $ 3,000.00 $ 1.00 1.00 $ 500.00 $ 500.00 $ 4,800.00 $ 4,800.00 $ 500.00 $ 500.00 #1-3 Mobilization and Demobilization (Shall Not Exceed 5%of Bid) 1 LS $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 3,000.00 $ 3,000.00 1 $ 11,000.00 $ 11,000.00 $ 8,000.00 $ 8,000.00 #1-4 Site Work 1 LS $ 4,000.00 $ 4,000.00 $ 5,000.00 $ 5,000.00 $ 500.00 $ 500.00 $ 14,600.00 $ 14,600.00 $ 2,000.00 $ 2,000.00 #1-5 Interior Cleaning, Surface Preparation and Painting 1 LS $ 77,100.00 $ 77,100.00 $ 45,000.00 $ 45,000.00 $ 44,000.00 $ 44,000.00 1 $ 40,600.00 $ 40,600.00 $ 47,500.00 $ 47,500.00 #1-6 Exterior Cleaning, Surface Preparation and Painting 1 LS $ 93,550.00 $ 93,550.00 $ 40,000.00 $ 40,000.00 $ 31,500.00 $ 31,500.00 1 $ 65,500.00 $ 65,500.00 $ 35,700.00 $ 35,700.00 #1-7 Foundation Grouting and Repair 1 LS $ 2,000.00 $ 2,000.00 $ 3,500.00 $ 3,500.00 $ 5,000.00 $ 5,000.00 $ 1,800.00 $ 1,800.00 $ 2,500.00 $ 2,500.00 #1-8 New Handrail 1 LS $ 14,000.00 $ 14,000.00 $ 25,000.00 $ 25,000.00 $ 15,000.00 $ 15,000.00 $ 11,700.00 $ 11,700.00 $ 18,500.00 $ 18,500.00 #1-9 Interior Ladder Safety Climb 1 LS $ 4,000.00 $ 4,000.00 $ 4,000.00 $ 4,000.00 $ 2,500.00 $ 2,500.00 $ 1,700.00 $ 1,700.00 $ 2,800.00 $ 2,800.00 #1-10 Disinfection and Returning Tank to Service 1 LS $ 2,000.00 $ 2,000.00 $ 1,776.00 $ 1,776.00 $ 1,000.00 $ 1,000.00I $ 1,000.00 $ 1,000.00 $ 1,500.00 $ 1,500.00 #1-11 Remove Liquid Level Indicator 1 LS $ 2,300.00 $ 2,300.00 $ 1,000.00 $ 1,000.00 $ 1,500.00 $ 1,500.00 1 $ 1,700.00 $ 1,700.00 $ 1,500.00 $ 1,500.00 #1-12 New Pipe Bollards to Protect Propane Tank 1 LS $ 1,600.00 $ 1,600.00 $ 2,000.00 $ 2,000.00 $ 1,000.00 $ 1,000.00 I $ 3,600.00 $ 3,600.00 $ 1,500.00 $ 1,500.00 #1-13 Vent Replacement 1 LS $ 7,000.00 $ 7,000.00 $ 6,500.00 $ 6,500.00 $ 6,500.00 $ 6,500.001 $ 4,800.00 $ 4,800.00 $ 9,500.00 $ 9,500.00 #1-14 GndBee GS-9 Tank Mixer (Including SCADA modifications) 1 LS $ 25,000.00 $ 25,000.00 $ 55,000.00 $ 55,000.00 $ 25,000.00 C 25,000.00 1 $ 72,500.00 $ 72,500.00 $ 30,000.00 $ 30,000.00 #1-15 Overflow Extension with New Screen and Flap Valve 1 LS $ 9,800.00 $ 9,800.00 $ 15,000.00 $ 15,000.00 $ 12,000.00 $ 12,000.001 $ 7,000.00 $ 7,000.00 $ 19,500.00 $ 19,500.00 #1-16 Replace Fill/Drain Floor Penetration 1 Ls $ 4,800.00 $ 4,800.00 $ 5,000.00 $ 5,000.00 $ 3,000.00 $ 3,000.00 $ 3,600.00 $ 3,600.00 $ 4,500.00 $ 4,500.00 *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. ci Jacobs - Fayetteville 1400 North Fox Hunter Road Fayetteville, AR 72701 Phone: 620-255-4200 Fax: 479-443-5613 Attention: Joshua Alleman Subject: Lightnin LAT-160 Gearbox Repair Quotation #: 0768330631TW-REV001 Please refer to this number when ordering Joshua Alleman: JCI Industries, Inc. 2301 W. 20th Street Joplin, MO 64804 Tel: 417-623-4544 Monday, June 28, 2021 We are pleased to respond to your request for quotation with the following items. Please reference our quotation number on all related correspondence. If you have any questions or need additional information please give Jason Rector or myself a call. Best regards, Tristan Watson Inside Sales JCI Industries, Inc. Jason Rector Sales Engineer JCI Industries, Inc. 1 JCI Industries, Inc. 2301 W. 20th Street Joplin, MO 64804 Tel: 417-623-4544 Monday, June 28, 2021 Quote #: 0768330631TW-REV001 1.00 Repair of Lightnin LAT160 Gearbox and Shaft 1 $21,590.50 The following work will be completed: • Pick up at your facility • Disassemble, inspect, and check tolerances • Install new lip seals • Install new bearings • Install new split adapter sleeve • Install 20 gallons of Summit SH7220 oil • Install new nut & lockwasher set • Repair mixer shaft - Sandblasted and disassembled marking location of blades for assembly - Manufacture new lower shaft from 1045 shafting material - Drill and counter bore the upper shaft to press fit new lower shaft - Press fit the shafts together - Weld stitch at joint - Set up and correct TIR of assembly - Assemble blades to shaft with new hardware - Static balance complete assembly - Coat assembly with black Pota-Pox • Assemble, test and paint • Deliver 4 Weeks Estimated Delivery Terms & Conditions Lead Time 4 Weeks After Payment Terms Net 30 Receiving Order Shipping Method Best Way Shipping Terms Prepaid and Added to Invoice F.O.B. Warehouse Due to current market conditions, please confirm pricing at point of order. ci JCI Industries, Inc. 2301 W. 20th Street Joplin, MO 64804 Tel: 417-623-4544 STANDARD TERMS OF SALE 1. Applicable Terms. These terms govern the purchase and sale of the equipment and related services, if any (collectively, "Equipment"), referred to in Seller's purchase order, quotation, proposal, or acknowledgment, as the case may be ("Seller's Documentation"). Whether these terms are included in an offer or an acceptance by Seller, such offer or acceptance is conditioned on Buyer's assent to these terms. Seller rejects all additional or different terms in any of Buyer's forms or documents. 2. Payment. Buyer shall pay Seller the full purchase price as set forth in Seller's Documentation. Unless Seller's Documentation provides otherwise, freight, storage, insurance and all taxes, duties or other governmental charges relating to the Equipment shall be paid by Buyer. If Seller is required to pay any such charges, Buyer shall immediately reimburse Seller. Pricing will be reviewed upon the announcement of any tariffs pertaining to the importation or exportation of key components, or products in their entirety. All payments are due within 30 days after receipt of invoice. Buyer shall be charged the lower of 1 Y2% interest per month or the maximum legal rate on all amounts not received by the due date and shall pay all of Seller's reasonable costs (including attorneys' fees) of collecting amounts due but unpaid. 3. Delivery. Delivery of the Equipment shall be in material compliance with the schedule in Seller's Documentation. 4. Ownership of Materials. All devices, designs (including drawings, plans and specifications), estimates, prices, notes, electronic data and other documents or information prepared or disclosed by Seller, and all related intellectual property rights, shall remain Seller's property. Seller grants Buyer a non-exclusive, non -transferable license to use any such material solely for Buyer's use of the Equipment. Buyer shall not disclose any such material to third parties without Sellers prior written consent. 5. Changes. Seller shall not implement any changes in the scope of work described in Seller's Documentation unless Buyer and Seller agree in writing to the details of the change and any resulting price, schedule, or other contractual modifications. This includes any changes necessitated by a change in applicable law occurring after the effective date of any contract including these terms. 6. Warran Subject to the following sentence, Seller warrants to Buyer that the Equipment shall materially conform to the description in Seller's Documentation and shall be free from defects in material and workmanship. The foregoing warranty shall not apply to any Equipment that is specified or otherwise demanded by Buyer and is not manufactured or selected by Seller, as to which (i) Seller hereby assigns to Buyer, to the extent assignable, any warranties made to Seller and (ii) Seller shall have no other liability to Buyer under warranty, tort or any other legal theory. If Buyer gives Seller prompt written notice of breach of this warranty within 18 months from delivery or 1 year from acceptance, whichever occurs first (the "Warranty Period"), Seller shall, at its sole option and as Buyers sole remedy, repair or replace the subject parts or refund the purchase price therefor. If Seller determines that any claimed breach is not, in fact, covered by this warranty, Buyer shall pay Seller its then customary charges for any repair or replacement made by Seller. Seller's warranty is conditioned on Buyer's (a) operating and maintaining the Equipment in accordance with Seller's instructions, (b) not making any unauthorized repairs or alterations, and (c) not being in default of any payment obligation to Seller. Seller's warranty does not cover damage caused by chemical action or abrasive material, misuse, or improper installation (unless installed by Seller). THE WARRANTIES SET FORTH IN THIS SECTION ARE SELLER'S SOLE AND EXCLUSIVE WARRANTIES AND ARE SUBJECT TO SECTION 10 BELOW. SELLER MAKES NO OTHER WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR PURPOSE. 7. Indemnity. Seller shall indemnify, defend, and hold Buyer harmless from any claim, cause of action or liability incurred by Buyer as a result of third - party claims for personal injury, death or damage to tangible property, to the extent caused by Seller's negligence. Seller shall have the sole authority to direct the defense of and settle any indemnified claim. Sellers indemnification is conditioned on Buyer (a) promptly, within the Warranty Period, notifying Seller of any claim, and (b) providing reasonable cooperation in the defense of any claim. 8. Force Majeure. Neither Seller nor Buyer shall have any liability for any breach (except for breach of payment obligations) caused by extreme weather or other act of God, strike or other labor shortage or disturbance, fire, accident, war or civil disturbance, delay of carriers, failure of normal sources of supply, act of government or any other cause beyond such parry's reasonable control. Seller shall not be responsible for any failure to perform, or delay in performance of, its obligations resulting from the COVID-19 pandemic or any future epidemic, and Buyer shall not be entitled to any damages resulting thereof. 9. Cancellation. If Buyer cancels or suspends its order for any reason other than Seller's breach, Buyer shall promptly pay Seller for work performed prior to cancellation or suspension and any other direct costs incurred by Seller as a result of such cancellation or suspension. 10. LIMITATION OF LIABILITY. NOTWITHSTANDING ANYTHING ELSE TO THE CONTRARY, SELLER SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, PUNITIVE OR OTHER INDIRECT DAMAGES, AND SELLER'S TOTAL LIABILITY ARISING AT ANYTIME FROM THE SALE OR USE OF THE EQUIPMENT SHALL NOT EXCEED THE PURCHASE PRICE PAID FOR THE EQUIPMENT. THESE LIMITATIONS APPLY WHETHER THE LIABILITY IS BASED ON CONTRACT, TORT, STRICT LIABILITY OR ANY OTHER THEORY. 11. Miscellaneous. If these terms are issued in connection with a government contract, they shall be deemed to include those federal acquisition regulations that are required by law to be included. These terms, together with any quotation, purchase order or acknowledgement issued or signed by the Seller, comprise the complete and exclusive statement of the agreement between the parties (the "Agreement") and supersede any terms contained in Buyers documents, unless separately signed by Seller. No part of the Agreement may be changed or cancelled except by a written document signed by Seller and Buyer. No course of dealing or performance, usage of trade or failure to enforce any term shall be used to modify the Agreement. If any of these terms is unenforceable, such term shall be limited only to the extent necessary to make it enforceable, and all other terms shall remain in full force and effect. Buyer may not assign or permit any other transfer of the Agreement without Seller's prior written consent. The Agreement shall be governed by the laws of the State of Delaware without regard to its conflict of laws provisions. 12. Credit Approval: If at any time information available on Purchaser's financial condition or credit history, in JCI's judgment, does not justify the terms of payment specified herein, JCI may require full or partial payment in advance, or an acceptable for of payment guarantee such as a bank letter of credit, or other modifications to terms of payment. 13. Back Charges: JCI shall not be liable for any charges incurred by Purchaser for work, repairs, replacements, or alterations to the Products, without JCI's prior written authorization, and any adverse consequences resulting from such unauthorized work shall be Purchasers full responsibility. .;acobs Fayetteville Client Monthly Report for May 2021 June 17, 2021 City of Fayetteville CITY OF WA FAYETTEVILLE ARKANSAS I Jacobs Fayetteville Client Monthly Report for May 2021 oaco S Contents ExecutiveSummary..................................................................................................................................................ii 1. Plant Operations.........................................................................................................................................3 1.1 Process Control........................................................................................................................................................... 3 1.2 Biosolids Process........................................................................................................................................................3 1.3 Compliance.................................................................................................................................................................. 3 1.4 Successes...................................................................................................................................................................... 3 1.5 Issues/Resolutions.................................................................................................................................................... 4 1.6 Revenue.........................................................................................................................................................................5 Table 1-1: Revenue generated from the BMS............................................................................................................... 5 Figure 1-1: Revenue generated from the BMS via hay, fertilizer, and WTR.......................................................5 2. Maintenance................................................................................................................................................6 2.1 West Side....................................................................................................................................................................... 6 2.2 Noland............................................................................................................................................................................6 2.3 Lift Stations..................................................................................................................................................................7 2.4 Key Performance Indicators/Measures.......................................................................................................... 10 Figure 2-1: Labor Hours by Work Order Type............................................................................................................. 10 Figure2-2: Work Order Count by Type.......................................................................................................................... 10 2.5 Capital Improvement Projects(CIP)................................................................................................................ 11 3. Laboratory/Industrial Pretreatment...................................................................................................12 Table 3-1: Revenue generated from the Industrial Pretreatment Program(IPP)........................................ 13 Figure 3-1: IPP revenue total from surcharges, fees, and fines........................................................................... 13 Figure 3-2: Loads of hauled waste -by hauler and cumulative loads per month .......................................... 13 4. Woolsey Wet Prairie................................................................................................................................14 5. Community Outreach.............................................................................................................................15 6. Sustainability............................................................................................................................................16 7. Health & Safety/Training.......................................................................................................................17 Appendix A. Additional Information.................................................................................................................18 A.1 Effluent & Influent Data....................................................................................................................................... 18 Jacobs — Fayetteville Project '7 Jacobs Fayetteville Client Monthly Report for May 2021 jaco S Executive Summary The financial reconciliation statement for the month of May shows a positive variance of $170K. When adjusted for encumbrances and financial obligations, which are in float and have not been accounted for, the actual positive variance is $20K. We are currently under budget by $20K for the month of May. Actuals Forecast Total forecast amount through May 1,008,188.98 1,180,015.06 171,826.08 Budget Forecast I Forecasted YTD Variance 1,199,775.63 1,180,015.06 1 (19,760.57) The Noland two -megawatt emergency standby generator failed to operate under a load test on May 26. The generator had received a full service on May 1. The team immediately contacted Riggs Caterpillar and secured another two -megawatt generator mounted on a semi -trailer. The temporary generator was installed on May 27, before the holiday weekend and the load shedding requirement for the month of June. The portable generator was tested for operability with PowerSecure, the load shedding management company. The tests were successful, and we employed the generator on June 1 for load shedding. Ordinarily, the line power is synchronized with the generator power before the switch is made at the transfer switches. For a time, the line power and the generator are both live within the switch gear. Once the power is synchronized, the transfer is made, and the plant does not experience a second of power loss. This is particularly important for large motors and sensitive motor control systems. The portable generator was not equipped with the phase synchronizing system. Therefore, every time we switched from line power to generator power, the entire plant had to be restarted. Then, when load shedding was stopped, the entire process had to be repeated. We engaged in this procedure twice a day until permanent repairs were made. The generator consumed 600 gallons of diesel fuel per day, which was also challenging because the generator only held 1,200 gallons of fuel. The team met all these challenges and made sure the City of Fayetteville had a standby emergency generator for unplanned power outages and for the required load shedding obligations. Jacobs — Fayetteville Project '7 Jacobs Fayetteville Client Monthly Report for May 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 Throughout the month of May, Fayetteville experienced a total of 5.62 inches of rain. Influent flow greatly increased during multiple periods due to infiltration in the collection system. The increased flow was managed at Noland by increasing bio process flow to 12.5 MGD in order to avoid filling the storage ponds. This increased flow was able to be maintained due to increased biological monitoring to ensure that all nutrients were being adequately removed with the lower detention times offered in the aeration basin. Stringent control of solids inventory was required to ensure the secondary clarifier effluent turbidity was maintained within target and the filter cells were not overloaded during increased flows. Ozone disinfection was also closely monitored and adjusted to find the optimal target for full disinfection, while still maintaining a low enough dose to avoid elevated CBOD that has been observed with the overdosing of ozone. Finding this optimal dose is also crucial going into the most stringent summer permit season of the year. West Side The West Side WRRF also experienced elevated flows from the 5.62 inches of rain. Elevated influent flows peaked at 36 million gallons on the 4th. The average daily flow in May was 14.22 MGD, which is almost 150% of plant design. All excess flow was successfully treated within NPDES permit limits. 1.2 Biosolids Process During the month of May, the WRRF's produced 2,158 wet tons of biosolids with approximately 356 wet tons of biosolids applied into the solar houses prior to the thermal dryer and 1,759 wet tons processed directly through the thermal dryer. A total of 43 tons of belt filter pressed biosolids were transferred to area Landfills due to thermal dryer downtime for preventative and corrective maintenance activities. Total Landfill cost was $2,454. The biosolids drying operation avoided an estimated $60,900 in disposal costs this month, compared to if all biosolids were landfill disposed. 1.3 Compliance Approximately 50% of the BMS site has soil samples collected for land application. 1.4 Successes A generator test was initiated under full load on the Noland facilities to ensure that all equipment is operational going into the load shedding season. The generator test revealed a malfunction resulting in a subsequent power outage to the facility. A Riggs CAT technician was called out to troubleshoot the problem and was able to determine that a bad wiring harness was the cause of the generator malfunction. Until repairs can be made to the main generator, a portable generator was rented and installed in preparation for impending weather and the upcoming load management season. Jacobs — Fayetteville Project '7 Jacobs Fayetteville Client Monthly Report for May 2021 jaco S 1.5 Issues/Resolutions Continued precipitation throughout May prohibited land application and hay harvesting efforts. The already saturated soil received an additional 7.23 inches. During the last fifteen days of the month, 4.21 inches of precipitation fell on ten of those fifteen days. This extended weather pattern will likely delay hay harvest into the second week of June. Solar house throughput was reduced by 156 tons compared to April due to the May weather. The proliferation of weeds has been an issue this year for many area farmers. Poison hemlock is one of the weeds that has increased its dominance throughout Northwest Arkansas over the past few years. It has been identified growing in various places across the site, particularly in area 3 (areas 7 and 8 in the previous permit). The toxic plant was discovered growing across much of the 70 acres in the floodplain area. Poison hemlock has white flowers that grow in small clusters with each flower developing into a green, deeply ridged fruit that contains several seeds. After maturity, the fruit turns grayish brown. Poison hemlock starts growing in the early spring and usually grows for two years, but in favorable locations it may be a perennial, exhibiting new growth every year. Poison hemlock grows throughout the United States and is very toxic to sheep, cattle, swine, horses, pets, and even humans. All parts of the hemlock (leaves, stem, fruit, and root) are poisonous, with the leaves being particularly poisonous in the spring, prior to the flowering of the plant. Fresh leaves not palatable, so livestock seldom eat hemlock when other feed is available. The toxic compounds are coniine, g-coniceine, and related piperidine alkaloids. People may be poisoned by eating any part of a hemlock plant. Often, poisoning occurs after the victim confuses hemlock root with wild parsnips, hemlock leaves with parsley, or hemlock seed with anise. Whistles made from the hollow stems of poison hemlock have caused death in children. Poison hemlock is found at roadsides, on edges of cultivated fields, along creek beds and irrigation ditches, and in waste areas. It has been identified in some of these locations around the BMS. Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for May 2021 How It Affects Livestock .;acobs Poison hemlock ingestion is frequently known to be fatal. Sheep may be poisoned by eating as little as 100 to 500 grams of green leaves, or six to ten hemlock leaves. Cattle that eat 300 to 500 grams may be poisoned. Signs usually appear within an hour after the plant is ingested and the animal can die from respiratory paralysis in 2 to 3 hours. Convulsions, which are common in western water hemlock poisoning, seldom occur with poison hemlock. The 70 acres affected by this growth have been bush -hogged to provide immediate control with herbicide application to follow for the remainder of the growing season. This strategy will be employed for other areas where hemlock is found to be present. Stringent herbicide application will be required for the next few years to eliminate the weed. 1.6 Revenue Table 1-1: Revenue generated from the BMS Product Tons Sold/Received Revenue Generated Hay � 0 $0 Fertilizer 296 $5,924 Water Treatment Residuals 0 $0 Figure 1-1: Revenue generated from the BMS via hay, fertilizer, and WTR Revenue Generated Biosolids Management Site $30,000 $25,000 $20,000 $15,000 $10,000 $5,000 f l n n F1 n 6 �a FZ�t P , P e��e Oro owe eye � � O 0 Monthly 2021 Cumulative 2021 Jacobs — Fayetteville Project '7 Jacobs Fayetteville Client Monthly Report for May 2021 jaco S 2. Maintenance 2.1 West Side MultiCraft Contractors (MCC) crane service was utilized to lift the two newly refurbished 150 horsepower motors onto the West Side bio unit 03. The motors were bolted down and wired before being commissioned. West Side Bio Unit 03 Motors 2.2 Noland The sodium hypochlorite tank at the Noland WRRF requires a repair and replacement of the liner that protects the concrete structure. Plumbing was disconnected from the tank and building, allowing the tank to be removed. Once the new liner is completed, the tank can be installed to finalize this capital improvement project. Noland Sodium Hypochlorite Tank Capital Improvement Project underway to replace the protective liner Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for May 2021 .;acobs The denitrification pump 02 in the east aeration basin at the Noland WRRF failed due to a dead short in the windings. The staff scheduled MCC crane services to lift the submersible pump out of the aeration basin. This pump recirculates the lower level of the bio process and returns to the outlet of the anoxic zone of the basin to help with nitrification issues. Noland East Aeration Basin Denitrification Pump 02 2.3 Lift Stations Lift Station 16 on Ernest Lancaster Drive underwent a series of transformations to create a safer, more efficient unit. The old flooring was removed and replaced with new grating, providing a safer entry into the building. The force main flange was replaced with a 24"x24" stainless steel box in preparation for painting in the pump and pipe area. To finish off the project, the outside facia received a coat of tan paint and the red brick exterior was renovated with a red stain blend to improve the mortar and blemished brick. Lift Station 16 �i New grating offers a safer building entry Jacobs — Fayetteville Project '7 Jacobs Fayetteville Client Monthly Report for May 2021 jaco S Lift Station 16 Paint, trim, and mortar stain transform the outside appearance A new stainless -steel box replaces the force main flange The old fiberglass station enclosure was removed from the Goshen Water Station. Jacobs assisted Aaron Watkins and crew in lifting the building from the 3-foot pressurized piping while Crossland Heavy transported it to the trailer with a skid steer and crane. y, Goshen Water Station Building removed to transport via trailer Jacobs — Fayetteville Project '7 Jacobs Fayetteville Client Monthly Report for May 2021 jaco S The new Rupple Road pump station construction is continuing to progress through JL Bryson, Inc. The wet well lid and building structures were constructed and prepared for concrete. Construction of new Rupple Road Pump Station The newly rebuilt pump 02 at Hamestring lift station began to trip out the variable frequency drive with an ,over current' warning after only a few weeks of operation. Upon troubleshooting the electrical system, it was found to be a mechanical issue. The pump rebuild vendor was onsite to observe the pulling of the rotating assembly and determined the wear ring on the impeller had broken, causing extra drag on the motor. A new set of wear rings were ordered. Hamestring Pump 02 An over -current trip warns of a broken wear ring Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for May 2021 2.4 Key Performance Indicators/Measures 73.00, 4% ❑ 498.42, 259 112.24, 5% ❑ administrative Figure 2-1: Labor Hours by Work Order Type ■ 0.00, 0% ❑ 183.66, 9% .50, 2% ❑ corrective maintenance emergency ❑ corrective maintenance non emergency corrective maintenance from pm/pdm ❑ preventive maintenance project ❑ safety 1091.43, 55% Figure 2-2: Work Order Count by Type ❑ 149189 , 1. 2, 0% .;acobs ❑ administrative ❑ corrective maintenance emergency ❑ corrective maintenance non emergency corrective maintenance from pm/pdm ❑ preventive maintenance project ❑ safety 0 26, 1 % ❑ 12. 1% ❑ 119, 7% 27, 2% Jacobs — Fayetteville Project '7 Jacobs Fayetteville Client Monthly Report for May 2021 jaco S 2.5 Capital Improvement Projects (CIP) A proposal to waive competitive bidding and purchase two new denitrification pumps from Jack Tyler Engineering for the Noland facility was presented at the May Water & Sewer Committee meeting. The purchase of a third denitrification pump was originally approved as a 2021 scheduled CIP project. Since that time, both existing pumps have failed, requiring a revision to the original scope of the project. This item will be presented at the June 1 st council meeting for final approval. A purchase order was issued for the refurbishment of Noland belt press 01. This was an unplanned failure CIP item that was given administrative approval by the Utilities Director earlier in the month. Staff received a quote for a new ribbon blender for the BMS thermal dryer system. It will be forwarded to the June Water & Sewer Committee meeting along with a proposal to refurbish the surge bin. The bid opening for a new clarifier scum pump for the Noland facility occurred on May 5th. This purchase was sent out for sealed bids in early April. Procurement received three bids from local vendors. Environmental Technical Sales submitted the lowest bid that met specifications. Their proposal will be presented at the June Water & Sewer Committee meeting. A purchase order was issued for the repair of pump 04 in lift station 5 at Gregg Avenue. Staff submitted a pump rebuild proposalfrom J.R. Stewart Pump & Equipment to the April Water & Sewer Committee meeting. Jacobs — Fayetteville Project 11 '7 Jacobs Fayetteville Client Monthly Report for May 2021 jaco S 3. Laboratory/Industrial Pretreatment Quarterly 40 CFR 122 Appendix D Table III samples were collected at both facilities for the analysis of cyanide, phenolics, and metals (antimony, arsenic, beryllium, cadmium, chromium, copper, lead, low level mercury, nickel, selenium, silver, thallium, and zinc). Samples were collected from the Noland influent, White River effluent, West Side influent, and Goose Creek effluent and sent to American Interplex (AIC) for analysis. Data results were statistically within scope and exhibited no unusual trends. Biosolids Management Site (BMS) staff collected soil samples from Areas 2, 3, and 4 and delivered them to the Noland lab for transport to Geotechnical & Testing Services lab (GTS) in Fayetteville. Soil samples were sent to GTS for the following analyses: pH, electrical conductivity, cation -exchange capacity, total solids, sodium absorption ratio (SAR), nitrate nitrogen, and metals (cadmium, chromium, copper, lead, nickel, silver, and zinc). The SAR data is a measure of the ability of the soil to allow proper water drainage and root growth. An SAR below 13 indicates a well aerated soil. Results were all statistically within scope and exhibited no unusual trends. Quarterly Industrial Surcharge sample collection and analysis was repeated for total suspended solids and biochemical oxygen demand due to quality control data exceeding acceptance limits. Surcharge fee reports are generated by the pretreatment department using self -generated industrial data, as well as, data results from the Noland laboratory. Elkhart Products Corporation (EPC) was published in the Northwest Arkansas Democrat Gazette for Significant Noncompliance (SNC) with their Industrial Wastewater Discharge Permit. It is required by the Arkansas Department of Environmental Quality (ADEQ) that industries in SNC be published annually in the largest local newspaper. EPC was in SNC for January - September 2019 for exceeding Technical Review Criteria (TRC) of chromium limits during the months of January, February, June, July, and August 2020. Chronic violations of wastewater discharge limits, as defined here, as those in which 66% or more of all the measurements taken for the same pollutant parameter during a six-month period exceed (by any magnitude) a numeric pretreatment standard or requirement, including instantaneous limits. TRC violations are those in which 33% or more of wastewater measurements taken for each pollutant parameter during a six-month period equals or exceeds the product of the numeric pretreatment standard or requirement, including instantaneous limits, multiplied by the applicable criteria: 1.4 for BOD, TSS, fats, oils and grease, and 1.2 for all other pollutants, except pH. In accordance with NPDES Permits AR0020010/AFIN 72-00781 and AROOS0288/AFIN 72-01033, the annual pretreatment report was submitted to the ADEQ. John Byrd attended a QED Environmental Systems, Inc. webinar regarding air strippers for volatile organic compounds (VOCs) and dissolved gas removal with a focus on water and wastewater applications. This webinar was of great use in the development of the Baldwin Piano & Organ Remediation Site permit. 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. Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for May 2021 .;acobs Table 3-1: Revenue generated from the Industrial Pretreatment Program (IPP) Revenue $111,456.30 Surcharges on April data $2,050.00 Fees from hauled waste accepted in May $0.00 Other fees paid in May $0.00 Fines assessed in May Zero violations for all industrial users violations on April data Figure 3-1: IPP revenue total from surcharges, fees, and fines Revenue Generated Industrial Pretreatment Program $120,000 $100,000 $80000 $60:000 $20,000 ,��� ,oet oo�c met met ❑ 2020 Monthly Surcharge Fees plus Hauled Waste Fees ❑ 2021 Monthly Surcharge Fees plus Hauled Waste Fees Figure 3-2: Loads of hauled waste -by hauler and cumulative loads per month Hauled Waste Summary 60 50 40 I I 30 I I 20 10 0 ,a <<e�� P P o' ��e Oc ore eye coe � O ❑ 2020 Arkansas Portable Toilets ❑ 2020 Best Jet 2020 White River Enviro. Services ❑ 2020 TOTAL 2021 Arkansas Portable Toilets ❑ 2021 Best Jet ❑ 2021 White River Enviro. Services ❑ 2021 TOTAL Jacobs — Fayetteville Project '7 Jacobs Fayetteville Client Monthly Report for May 2021 jaco S 4. Woolsey Wet Prairie Unseasonably cool temperatures slowed much of Woolsey's vegetation development in May and subsequent vegetation management activities were limited. Treatments on invasive grasses were completed, to include fescue and many other cool -season annual grasses located along the walking trails of the wetland cell berms. Vegetation management is anticipated to intensify significantly next month as summer temperatures surge and plant development rapidly increases. Jacobs — Fayetteville Project Jacobs Fayetteville Client Monthly Report for May 2021 S. Community Outreach .;acobs Despite the wet conditions and resulting tall forage height, the Washington County Search and Rescue K9 team were able to utilize the BMS site for training. Jacob's staff partnered again with Northwest Arkansas Master Naturalists (NWAMN) to celebrate the Governor's Proclamation of May as Arkansas Native Plant Month. The Fayetteville team worked alongside Master Naturalist volunteers at the West Side WRRF transplanting native sunflowers, tall coreopsis, and other native vegetation into the West Side BlueGreen Infrastructure Rain Gardens. The West Side WRRF boasts several of Arkansas's largest rain gardens, totaling over 37,000 square feet of stormwater filtration with dozens of native vegetation species. NOW, THF.REFORE,1, ASA HUTCHINSON, Governor of the State of Arkansas, by virtue of the authority vested in me by the laws of the State of Arkansas, do hereby proclaim May 2621, as ARKANSAS NATIVE PLANT MONTH acruss the state, and I encourage citizens to plant native plants in their gardens and enjoy them wherever they maybe found. IN TFSnMONY t4'HF.RF.OF, 1 have hereunto set my hand and caused the Great Seal of the State of Arkansas to be affixed this 5's day of April, in the year of our Lord xost. ia— " Asa Hutchinson, Governor N visa Thurston, Secadwy of stae Jacobs' Steve Cook (right), pictured with NWAMN Rick Jones Arkansas Native Plant Month A Celebration Reigns in the Rain Garden The West Side WRRF BlueGreen Infrastructure Rain Gardens are among Arkansas's largest with over 37,000 ftz Jacobs — Fayetteville Project 7 Jacobs Fayetteville Client Monthly Report for May 2021 oaco S 6. Sustainability Jacobs associates, Matt Benton and John Byrd, joined members of the Beaver Watershed Alliance on May 28" to remove more invasive bush honeysuckle from the riparian area at the Kessler Mountain city park. Rem al of INVASIVE PLANTS encourages NATIVE Botanical Diversity Jacobs — Fayetteville Project 16 '7 Jacobs Fayetteville Client Monthly Report for May 2021 jaco S 7. Health & Safety/Training Fayetteville's safety team completed all required safety inspections for the month and the project had no incidents to report. The project staff continues to work with the safety team to recognize unsafe conditions and perform corrective actions within an efficient timeframe. The project currently uses the Maintenance Connection® application to track deficiencies and apply a timeframe for corrective action items to be communicated and resolved. The team will also continue to update the inspection rotations, inspection guideline sheets and corrective measures within the Fayetteville SharePoint site. The use of multiple exchange platforms allows the team to keep track of safety inspections and upcoming meetings. Fayetteville has added the Stay Safe lone worker application and Beyond Zero Observations (BZO) to its existing safety toolbox. The BZO includes a report section, photograph attachment page, and a location finder. This tool allows the project to better focus on problem areas and unsafe acts. The BZO has been effective at identifying at -risk activities and environmental safety hazards while also recognizing safe work practices. The project continues to use technological advances to enhance the safety aspects of the job. Fayetteville has now fully implemented the ION City application for our team members to evaluate and access safety documents relevant to their work tasks prior to starting any work activity. The program provides access to work permits, hazard analyses, and operating procedures. The project will continue to focus on better alternatives to improve its safety and compliance and will always place the health and safety of its employees' paramount over all other functions to continue its stellar adherence to safety excellence. Fayetteville wastewater has gone 576 days without a recordable incident. Fayetteville staff attended the Jacobs Advocate and Ally learning series which seeks to develop foundational skills towards becoming advocates who build meaningful and diverse relationships, while supporting and standing with our diverse communities. Jacobs — Fayetteville Project Jacobs Fayetteville - Client Monthly Report for May 2021 Appendix A. Additional Information A.1 Effluent & Influent Data .;acobs 2021 Monthly Average Flow (MGD) WR CBOD (mg/L) WR CBOD (Lbs/d) WR TSS (mg/L) WR TSS (lbs/d) WR Phos (mg/L) WR WR WR D.O. Phos Ammonia Ammonia Avg (Lbs/d) (mg/L) (Lbs/d) Min (mg/L) 105.0 2.1 221 7.7 pH Min (s.u.) pH Fecal Max Coliform (s.u.) (MPN/ 100m[) 9.0 200 Permit Limit May 7.5 788 5.0 525 1.00 6.0 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 10.0 3.8 308 1.6 133 0.11 9.3 0.2 13 12.3 7.4 7.6 17 June July August September October November December Average 6.4 3.6 200 2.6 135 0.13 7.2 0.3 14 14.3 7.2 7.5 69 White River Effluent Characteristics - Minerals 2021 WR TDS (mg/L) WR TDS (Lbs/d) WR WR Sulfate Sulfate (mg/L) (lbs/d) WR Nitrate (mg/L) WR Nitrate (Lbs/d) Permit Limit May 440 46,237 100 10,508 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 320 26,059 56 3,167 4 221 June July August September October November December Average 339 18,744 66 3,412 4 221 Jacobs - Fayetteville Project 18 Jacobs Fayetteville - Client Monthly Report for May 2021 Goose Creek Effluent Characteristics .;acobs 2021 Monthly Average Flow (MGD) GC GC CBOD CBOD (mg/L) (lbs/d) GC TSS GC GC GC GC GC D.O. pH pH Fecal (mg/L) TSS Phos Phos Ammonia Ammonia Avg Min Max Coliform (lbs/d) (mg/L) (lbs/d) (mg/L) (lbs/d) Min (s.u.) (s.u.) (MPN/100m1) (mg/L) 10.0 834 1.0 83.4 1.6 133.4 7.7 6.0 9.0 200 Permit Limit May 10.2 850.7 January 10.8 2.0 174.3 1.1 95 0.08 7.2 0.2 18.4 10.7 7.0 7.4 8 February 9.7 2.0 161.9 1.0 81 0.08 6.4 0.1 8.1 11.1 7.0 7.4 5 March 11.8 2.1 202.0 1.0 101 0.13 12.8 0.1 13.3 10.4 7.1 7.5 7 April 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 14.2 2.0 236.1 1.0 118 0.06 7.2 0.1 13.6 9.7 7.3 7.5 5 June July August September October November December Average 11.7 2.0 195.3 1.0 99 0.09 8.2 0.1 13.4 10.4 7.1 7.5 6 Paul R. Noland Influent Characteristics Noland WRRF Monthly Average Flow (MGD) Hydraulic BOD Loadings Loading Percent of (lbs/d) Design Organic TSS TSS PO4 Loading Loading Loading Loading Percent (lbs/d) Percent (lbs/d) of of Design Design 23,198 765 PO4 NH3 NH3 Loading Loading Loading Percent (lbs/d) Percent of of Design Design 2,250 Designed (Annual Avg.) 12.6 29,666 January 6.3 49.9% 16,471 55.5% 8,150 35.1% 192 25.1% 699 31.1% February 5.1 40.1% 11,850 39.9% 7,368 31.8% 175 22.9% 720 32.0% March 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 7.7 60.8% 15,173 51.1% 9,797 42.2% 222 29.0% 788 35.0% June July August September October November December Average 6.6 52.1% 15,018 50.6% 8,571 36.9% 199 26.0% 794 35.3% Jacobs - Fayetteville Project 19 Jacobs Fayetteville - Client Monthly Report for May 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 14.1 141.2% 12,171 83.4% 14,193 97.2% 194 33.2% 1,448 75.5% June July August September October November December Average 11.7 116.8% 13,161 90.2% 12,979 88.9% 209 35.7% 1,645 85.8% Jacobs - Fayetteville Project 20 7 Jacobs Fayetteville - Client Monthly Report for May 2021 jaco S Labor Status Fayetteville I 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 Tenberge 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 Choder 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 21 Jacobs Fayetteville - Client Monthly Report for May 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 Vacant 100.00% Admin Engineering Intern. U of A Sarah Garrison 100.00% Maint Engineering Intern. U of Vacant 100.00% SCADA Network Upgrade Campos, Edgar 12.25 Maintenance Asset Manager Support Bass, Edward Lee 0_6 Maintenance Asset Manager Support Turley, Johnny D UD) 8600 Jacobs — Fayetteville Project 2 z