HomeMy WebLinkAbout2021-09-14 - Agendas - Final RevisedCITY OF
FAYETTEVILLE
ARKANSAS
MEETING AGENDA
Water, Sewer, and Solid Waste Committee
14 September 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, Nick Batker, Chris
Hall
From: Tim Nyander, Utilities Director
CALL TO ORDER
ROLL CALL
UPDATES
OLD BUSINESS:
NEW BUSINESS:
1. Rate Study Presentation
Discussion by Black & Veatch Consultants about the City's proposed Water & Sewer Rate
Study.
FOR DISCUSSION
2. Aeration Mixer Bid Award
In the last five years, the Utility has spent $234,756 in repairs to keep the Noland aeration
mixers operable. The repairs are all from the same root cause failure. While the mixers keep
biology and solids suspended for biological nutrient removal, fibrous material (rags) are
introduced into the basins from the sanitary sewer and a portion of those rags will flow
through preliminary screening. The rags become entangled on the mixer blades and create
an unbalanced condition. This unbalance causes mechanical failure of bearings, gears and
seals. Long term, it can lead to structural failure of metal supports and concrete.
The current mixers are vertical mixers with shafts and mixing blades suspended from the
center of 12 anoxic basins. The attached picture represents an example of the problem. The
first picture is from the project and the second picture represents the problem in the industry.
We are proposing horizontal mixers to replace the vertical mixers. The horizontal mixers are
called "banana blade mixers because of the composition and shape of the blades. The
blades are long, curved and rotate at a slow speed. The size of the blade creates excellent
mixing of the basin and the shape does not accumulate rags. The rags cannot cling to the
smooth blade. An additional benefit of the new mixers is the energy consumption. The old
mixers are 5HP motors and the new mixers are 1.5HP motors. The energy consumption is
less than one third of the old mixers. The current mixers are original equipment that was
installed when the plant was constructed. They have reached their usable life, and the
maintenance costs will continue to rise if the mixers are not replaced with the horizontal
mixers.
On July 13th, 2021 the City of Fayetteville accepted sealed competitive bids for replacing six
of the 12 Anoxic Mixers at the plant. Jack Tyler Engineering, Inc. submitted the best bid of
$220,384 plus taxes. All bids are shown here:
Jack Tyler Engineering, Inc. $220,384
Instrument & Supply, Inc.* $151,980
*Instrument & Supply did not meet all the required specifications.
Staff is proposing replacing six mixers in 2021 and six mixers in 2022. The energy savings
are estimated to be approximately $8,000 per year if 6 of the 12 mixers are replaced. This
equipment qualifies for State tax exemption, and staff will request the tax exemption from
the Arkansas Department of Finance and Administration.
Funds are available in the Plant Pumps and Equipment account within the Water & Sewer
fund.
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR
CONSIDERATION FOR APPROVAL
3. South School Ave Waterline Replacement Design
The City's 2017 Water Master Plan identified a hydraulic bottleneck in the City's water
distribution system along S. School Avenue in the vicinity of the Fulbright Expressway.
Upgrading this line from an 8-inch Cast Iron to a 12-inch PVC pipe will improve system
hydraulics into south Fayetteville, the airport, Greenland, and West Fork.
This project design consists of approximately 3,000 linear feet of 8-inch Cast Iron Pipe being
replaced by 12-inch PVC pipe. In addition to hydraulic improvements, this improvement will
reduce the likelihood and impacts of waterline leaks in the vicinity and along Willoughby
Road. The 2017 Water Master Plan identified two feasible alternatives for relieving this
bottleneck, however, the option along S. School Avenue presents the most economical
option, and furthermore replaces an aging waterline. McClelland Consulting Engineers, Inc.
was selected for this project on March 30, 2021 at a formal engineering selection committee
(RFQ 21-01, Selection #8).
Staff recommends approval of an Engineering Services Agreement with McClelland
Consulting Engineers, Inc. for design of a waterline upgrade to relieve a bottleneck in S.
School Avenue in an amount not to exceed $85,160.00. Funds are available in the Water
System Rehabilitation/Replacement account.
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR
CONSIDERATION FOR APPROVAL
4. Skyler/Evening Shade/Willowbrook Service Line Replacement Design
Frequent water service line leaks, breaks, and associated repairs occur in the Skyler Place
Subdivision (W. Skyler Dr., N. Willowbrook Dr., and N. Evening Shade Dr.). There have
been over 50 of these repairs since 2012 which has led to the need for complete service line
replacement throughout the neighborhood.
The existing service lines in this neighborhood are made from a plastic pipe material (PE
tubing) which has displayed frequent breaking/leaking problems throughout West
Fayetteville. The City changed requirements to prohibit this material several years ago, now
requiring coated copper service lines. However, many of these plastic lines are still in place
as they were prevalent in the 90's and 2000's. A formal engineering selection committee
was held on March 30, 2021 and Olsson, Inc. was selected to perform these services (RFQ
21-01, Selection #7).
Staff recommends approval of an Engineering Services Agreement with Olsson, Inc. for
design of water service line replacements in Skyler Place Subdivision in an amount not to
exceed $31,420.00. Funds are available in the Water System Rehabilitation/Replacement
account.
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR
CONSIDERATION FOR APPROVAL
5. Cultural Arts Corridor Utility Relocations Change Order
Phase 1 of the Cultural Arts Corridor project included $718,585.00 of water and sewer line
reconstruction and relocation. Much of this work was located along West Avenue, with a
smaller portion on Gregg Avenue, west of the Fay Jones park land. The intent of the utility
scope was to replace old lines in order to prevent future disturbances to the streetscape
improvements with typical repairs on aging lines. Work planned on Gregg Avenue included
310-feet of sanitary sewer reconstruction and 270-feet of waterline reconstruction.
During construction it was found that the sewer along Gregg Avenue would conflict with an
existing natural gas line and would also impact many mature trees in adjacent property
owners' yards. City Staff, Olsson Engineers, and the contractor met onsite to consider
alternatives. The sewer is now planned to be constructed in the roadway, away from the gas
line and trees. However, this will require the waterline to also be reconstructed for
approximately 170-feet in order to maintain proper heath code separation distances from the
sewer. The existing waterline is aging 6-inch cast iron and will benefit the utility to be
replaced with 8-inch PVC. The change order price quoted from the contractor is $75,325.78.
Staff recommends approval of a change order with Oelke Construction Co. for additional
water/sewer line replacement work necessary on Gregg Avenue in the amount of
$75,325.78. Funds are available in the Water/Sewer Relocations — Bond Projects account.
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR
CONSIDERATION FOR APPROVAL
6. Lead Testing in Accordance with the Lead & Copper Rule
On June 10, the U.S. Environmental Protection Agency (EPA) signed a final rule to extend
the effective date of the lead and copper rule revisions to December 16, 2021. This rule
requires water suppliers to complete a comprehensive water service line inventory and
begin a rotating five-year school and child-care facility water testing program to identify lead
in plumbing systems.
The school testing program is targeted on grades K through 8, will require we take and
analyze approximately 55 samples per year, and conduct an education program with school
personnel. The Fayetteville water service area encompasses about 27 K-8 schools and 70
child-care facilities. High school testing may be done on request.
A link on the city's web page will be required to document testing accomplishments and
results. The legislation requires that a lead water service line list be published by address.
As these lead lines are located, mitigation steps are required, including water filtration. This
is a huge undertaking and we are beginning efforts now to meet the October 16, 2024
deadline.
INFORMATION ONLY
7. Overview of WWTP Monthly Report
Discussion of July's Monthly WWTP Report
PRESENTATIONS
Proposed Water & Sewer Rate Study — Black & Veatch
ATTACHMENTS
Rate Study Presentation
Aeration Mixer Bid Tab
Mixer Pictures
S School Avenue Engineering Agreement
Skyler Engineering Agreement
Cultural Arts Corridor Change Order Plans
July WWTP Monthly Report
ADJOURN
Next Water, Sewer, Solid Waste Committee meets on
Tuesday, October 12, 2021, 5:30 p.m.
12
Fayetteville Water &
Sewer Rate Study
September 14, 2021
Anna White
Principal Consultant
Prabha Kumar
Director
0 BLACK & VEATCH
Agenda - Our Discussion Today
HOW ----------
WHAT
Financial Plan, Cost of Service and Rate Design
Buck &
Veatch
\ -S� ' ' �� f
j
The Need for
Utility Resilience
and Appropriate
Cost Recovery
s
b-
LOOII�
3
Fayetteville Utilities Challenges
Gain or Loss of
Customer Accounts &
Large Users
Influencing
Factors
COVID Impact on
Usage Projections
Regulatory
Driven Capital
Program Costs
Black&
Veatch
Capital Investment Priorities
Water Tank
Improvement
($17 Mil)
Sanitary
Sewer
Rehabilitatio
($16 Mil) 10
/ Biosolids Dryer
Replacement
West Water ($35 Mil)
Transmission
Line ($50 Mil)
WWTP
Upgrades
Water/Sewer ($22 Mil)
Relocations
($14 Mil)
Black & Veatch
HOW
Establish a Balanced
Multi -Year Financial
Plan and Cost of
Service and Rates for
Test Year 2022
Overview of Rate Making Process
Black&
Veatch
Industry Financial Planning / Rate Setting Best Practices
What are the Industry's
Rate Setting Best
Practices?
I
4
1
Define financial
performance metrics that
build financial resiliency
Perform a Cost of Service
review every 3 to 5 years
Develop annually a 5 to 10
year financial plan to
achieve and sustain
financial performance
Establish rates to ensure
self-sufficiency to meet all
revenue requirements
Black
Veatch
Components of Rate Setting
Financial Compares the revenuL_ of the utility to its expenses
Plan to determine the overall level of rate adjustment
Cost of Equitably allocates the 'evenue requirement! between the
Service various customer classes of service
Design rates for each class of service to meet the revenue
Rate Design needs of the utility, along with any other rate design goals
and objectives
Black&
Veatch
Rate Making Process
Financial Planning
Cost of Service Analysis
Project
Review
' Revenues
Allocate Costs
Project Pro -Forma
Develop Units
L- Revenue
of Service
' Requirements
F Scenario
Distribute
-------------------------
Planning
Develop
Allocated
Capital Rev
Costs Based
on Service
Financing Plan Adjustments
Requirements
Unit Costs
How much money is needed? From whom should the
money be collected?
Rate Design
Review
Develop COS
Rates
Scenario
Planning
Develop
Practical Rates Proposed
Rates
'-----------------------------------
How should the services be priced?
Study approach that is data driven, based on defensible principles and meets industry best
practices
Black &
Veatch
Financial Planning
• Objective:
• Provide adequate funding for future utility operating and
capital program needs
• Set a path for timely revenue adjustments
• Mitigate future annual rate volatility
• Considerations:
• Factors that impact revenue generation
• Factors that impact revenue requirements
• Appropriateness of operating and capital reserves
• Financial performance targets to be maintained
I
Benefit to You: An optimized Financial Plan that allows
you to understand the impacts of Operating and Capital
Requirements on Existing Rates
Financial Planning
_ Project
Revenues
Project
-►� Revenue
' LRequirements
Develop
Capital
Financing Plan
Review
Pro -Forma
Scenario
Planning
Rev
Adjustments
Black&
Veatch
Proposed Financial Plan
FY 2022 - FY 2027
Black&
Veatch
Water & Sewer Revenue and Revenue Requirements
$70,000,000
$60,000,000
$50,000,000
$40,000,000
$30,000,000
$20,000,000
$10,000,000
$0
2021
Operating Expenses
2022
Cash Financing of Capital
2023
2024
2025
2026
2027
Other Transfers —Revenue Under Proposed Rates —Revenue Under Existing Rates
Black &
Veatch
Water &Sewer Financial Plan
1 Revenue Increases -Water
2 Revenue Increases -Wastewater
3 Revenues
Revenue Requirements
4 Operating Expenses
5 Cash Financing of Capital
6 Other Transfers
Performance Metrics
7 Debt Service Coverage (a) NA
8 O&M Reserve Balance (Days)(b) C,
0% 3% 3% 3% 3% 3% 3%
0% 3% 3% 3% 3% 3% 3%
$46,775,600 $48,605,300 $50,645,100 $52,776,000 $55,002,800 $57,331,200 $59,764,600
$34,022,600
$11,730,000
$320,200
NA
90.00 Q
$35,133,100 $36,298,900 $37,504,300 $38,751,900 $40,042,300 $41,377,300
$15,930,000 $15,570,000 $20,600,000 $20,980,000 $20,770,000 $22,630,000
$262,600 $271,500 $280,600 $289,900 $299,700 $309,900
NA NA NA NA NA
90.00 r,,) 90.00 4` 90.00 r,), 90.00 4` 90.00 r,,) 90.00
(a) Water & Sewer Utility has no outstanding debt service.
(b) Mininum requirement is 90 days of following year's Operating Expenses.
Annual revenue adjustments will fund projected operating and capital needs and meet
required performance metrics
Black &
Veatch
Water & Sewer Flow of Funds
Operating Fund (a) Capital Fund Impact Fee Fund
(a) Targeted fund balance of $200,000
(b) Targeted fund balance of 90 days of Operating Expenses
(c) Targeted fund balance $1,000,000
Black &
Veatch
Water & Sewer Fund Balances
1
2
Operating Funds
O&M Reserve Balance (a) 8,052,000
Operating Fund Balance (b) 209,200
8,314,600
208,800
8,586,100
203,500
8,866,700
204,600
9,156,600
205,600
9,456,300
204,800
9,766,200
202,200
3
Subtotal Operating Funds Balance (e) 8,261,200
8,523,400
8,789,600
9,071,300
9,362,200
9,661,100
9,968,400
Capital Funds
4
Capital Fund Balance (c) 1,008,700
1,008,400
1,006,100
1,010,300
1,009,800
1,003,200
1,003,600
5
Capital Reserve Fund Balance (d) 32,910,000
30,190,000
28,700,000
23,090,000
18,070,000
14,290,000
9,740,000
6
Subtotal Capital Funds Balance (e) 33,918,700
31,198,400
29,706,100
24,100,300
19,079,800
15,293,200
10,743,600
7
Impact Fee Fund Balance (e) 4,460,597
4,516,397
4,378,897
5,592,597
6,791,197
8,511,397
10,231,597
(a)
Calculated as 90 days of following year's Operating Expenses.
(b)
Target minimum combined balance is $200,000 to account for any adjustments that may be needed to the O&M balance at the end of the year.
(c)
Target minimum combined balance is $1,000,000.
(d)
Does not include expenses associated with facilities master plan
to be completed
in FY 2022
(e)
All balances are cumulative.
Available fund balances will support future capital needs
Black &
Veatch
Cost of Service Methodology
Cost of Service Analysis
• Objective:
Allocate Costs
• Recognize the cost -of -service responsibility for each customer
class
• Industry Accepted Methodologies: Develop Units
of Service
•
American Water Works Association, Principles of Water
Rates, Fee and Charges
I
Distribute
•
Water Environment Federation, Financing and Charges for
Allocated
Wastewater Systems
Costs Based
on Service
Benefit to Customers: An equitable and defensible
Requirements
— —
I
approach to allocate costs amongst all customer groups
served by the utility
Unit Costs
Black&
Veatch
Fayettevi I I e's Water System
Beaver Water
District
(Source of Supply
& Treatment)
Volume
Charges
Fixed
Charges
Pump Stations
Transmission Mains Transmission Mains
Transmission
Mains & Valves
r 1
Storage Tanks
Distribution
Mains & Valves
Service
Service
Lines
Lines
Retail Customers
(Metering, Billing &
Customer Service)
Fire Protection
Bulk/ Wholesale Customers
(Elkins, West Fork, Mt.
Olive RWA, Washington
Water Authority
Black&
Veatch
Comparison of Water Cost of Service with
Revenue Under Existing Rates (FY 2022)
s
s
%
Inside Ci
1 Residential
10,580,800
10,707,100
-1.2%
2 Non -Residential
41072,100
3,382,900
20.4%
3 Industrial
11582,300
1,163,300
36.0%
4 Irrigation
1,277,300
1,392,400
-8.3%
5 Subtotal
17,512,500
16,645,700
5.2%
Outside City
6 Residential
21843,800
2,543,600
11.8%
7 Non -Residential
418,100
319,300
30.9%
8 Irrigation
168,700
168,700
0.0%
9 Subtotal
3,430,600
3,031,600
13.2%
Private M W
10 Inside City 280,900 967,600 -71.0%
11 Outside City 8,200 27,100 -69.7%
12 Subtotal 289,100 994,700 -70.9%
Wholesale
13 Elkins
239,100
210,600
13.5%
14 Mount Olive
198,800
175,200
13.5%
15 West Fork
208,000
183,300
13.5%
16 RDA/WWA
0
0
17 Subtotal
645,900
569,100
13.5%
18 Total 21,878,100 21,241,100 3.0%
System -wide Cost Impact
Wholesale
Private Fire
Inside City Customer Class Impact
Fayettevi I I e's Wastewater System
1` Retail Customers
Infiltration/
(Metering, Billing & Inflow
®� Customer Service) -
Sewer Service
Lines
Sewer Collection
Mains & Manholes
Lift Stations------'�
�.. y (Sewage
Pumping)
Interceptors/
Force Mains
Noland and
Westside
WWTP
(Treatment)
Outfal I
Illinois River &
White River
(Disposal)
Fixed
Charges
Volume
Charges
Comparison of Wastewater Cost
Under Existing Rates (FY 2022)
s s
Inside City
1 Residential 14,826,300 16,269,900 -8.9%
2 Non -Residential 4,436,000 3,820,000 16.1%
3 Industrial 2,299,100 1,838,500 25.1%
Subtotal 21,561,400 21,928,400 -1.7%
Outside City
5 Residential 1,496,300 1,206,400 24.0%
6 Non -Residential 179,700 155,600 15.5%
7 Industrial
Subtotal 1,676,000 1,362,000 23.1%
Wholesale
9 Elkins 584,700 408,300 43.2%
10 West Fork 329,300 230,000 43.2%
11 Subtotal 914,000 638,300 43.2%
12 Surcharge 1,329,700 810,300 64.1%
13 Total 25,481,100 24,739,000 3.0%
of Service with Revenue
System -wide
Q&A Break
Black
Veatch
LTITI T�A A
Maintain Reliable Service and
Affordable Rates
23
Rate Structure
Black&
Veatch
Rate Design
• Rate Setting Principles:
• Equitable Cost Recovery
• Revenue Stability
• Appropriate Price Signals
• Nexus with Customer Usage Patterns & Demands
• Easy to Understand and Administer
• Customer Acceptance
• Consistent with City Policies
• Legally Acceptable / Defensible
Benefits to Customers: A schedule of proposed rates
— that are defensible, appropriately recover costs, and
I
easy to understand by stakeholders
Rate Design il
Review
Develop COS
Rates j +
,J Scenario
Planning
Develop
Practical Rates Proposed
Rates
---- ---------------- -------------
Black&
Veatch
Existing and Proposed Rate Components
EXISTING RATE
STRUCTURE
Service Charge
Volume Charge
Minimum Billed Consumption:
1,000 Gallons
PROPOSED RATE
STRUCTURE
Service Charge based on Max of
Existing or Cost of Service
Volume Charge based on Cost
of Service
Winimum Billed Consumption
~ Eliminated
$382,400: Estimated Reduction in Revenues (FY 2022) from elimination of minimum bill
requirement
Black &
Veatch
Existing and Proposed Water Volume Rates - Inside City
Residential
Increasing Block Rates
a
Y
Block 2
$4.51/$4.44
z
Block 1
$3.41/$3.36
CONSUMPTION (GALLONS)
Block 3
$6.40/$6.30
Non -Residential
Decreasing Block Rat s
! Block 1
a
tq tiszA,& nsz
Black 2
Z
$3.29/$3.65
Major Industrial
All Usage Uniform Rate
a
Y
F-
Al l
z
i 1 $2.87/$3.16
CONSUMPTION (GALLONS)
Irrigation
IDecre sing Block Rajtes
Block 1
$4.89/$4.41
Block 2
z
$4.40/$3.97
CONSUMPTION (GALLONS)
CONSUMPTION (GALLONS)
Black &
Veatch
Existing and Proposed Water Volume Rates - Outside City
Residential AL
Increasing Block Rates
Block 3
a
Z
Block 1
$3.92/$4.49
Block 2
$5.19/$5.95
CONSUMPTION (GALLONS)
Non -Residential
Ifecreasing Block Rates
1 Block 1
Y
W $4.25/$5.28
4c Block 2
H
z
$3.79/$4.63
$7.32/$8.45
Irrigation w
Deci ed�,mg Block Rates
Blockl
Y
$5.63/$5.46
r
Block2
Z
$5.07/$4.91
Major Industrial
All Usage Uniform Rate
$3.20/$3.51
CONSUMPTION (GALLONS)
WWholesal
A,II Usage Uniform, Rate ,
a
ac
Z
All
$2.79/$3.17
CONSUMPTION (GALLONS)
CONSUMPTION (GALLONS) CONSUMPTION (GALLONS) SM
vearcn
Existing and Proposed Sewer Volume Rates - Inside City
Residential Non -Residential
Increasing block Rates All Usage Uniform Rate
a Block 2
Y a
trz G2 /tA CO Y
Block 1 I All
~ r
$4.22/$3.52
$4.27/$5.15
CONSUMPTION (GALLONS)
CONSUMPTION (GALLONS)
Industrial
All Usage Uniform Rate
All
$4.57/$5.72
CONSUMPTION (GALLONS) Black&
Veatch
Existing and Proposed Sewer Volume Rates - Outside City
Outside City — Except Farmington
All Usage Uniform Rate
All
r
z
$7.94/$8.68
CONSUMPTION (GALLONS)
Farmington
All Usage Uniform Rate
All
$7.30/$8.23
CONSUMPTION (GALLONS)
in one =I R
Decreasing block Rates
a
Block 1
Y
$5.04/$7.22
Block 2
r
z
$2.63/$3.76
CONSUMPTION (GALLONS) Black&
Veatch
Comparison of Water Cost of Service with Revenue Under
Proposed (FY 2022) Rates
(1)
Inside
City j i
M
A.
1
Residential
10,580,800
10,707,100
-1.2%
10,586,600
100.1%
-1.1%
-120,500
2
Non -Residential
4,072,100
3,382,900
20.4%
3,705,100
91.0%
9.5%
322,200
3
Industrial
1,582,300
1,163,300
36.0%
1,279,900
80.9%
10.0%
116,600
4
Irrigation
1,277,300
1,392,400
-8.3%
1,277,600
100.0%
-8.2%
-114,800
5
Subtotal
17,512,500
16,645,700
5.2%
16,849,200
96.2%
1.2%
203,500
Outside City A
6
Residential
2,843,800
2,543,600
11.8%
2,835,700
99.7%
11.5%
292,100
7
Non -Residential
418,100
319,300
30.9%
388,600
92.9%
21.7%
69,300
8
Irrigation
168,700
168,700
0.0%
168,700
100.0%
0.0%
0
9 Subtotal
Private Fire
10 Inside City
11 Outside City
3,430,600
280,900
8,200
3,031,600
967,600
27,100
13.2%
-71.0%
-69.7%
3,393,000
967,600
27,100
98.9%
344.5%
330.5%
11.9%
0.0%
0.0%
361,400
0
0
12
Subtotal
289,100
994,700
-70.9%
994,700
344.1%
0.0%
0
Wholesale
13
Elkins
239,100
210,600
13.5%
239,200
100.0%
13.6%
28,600
14
Mount Olive
198,800
175,200
13.5%
198,900
100.1%
13.5%
23,700
15
West Fork
208,000
183,300
13.5%
208,100
100.0%
13.5%
24,800
16
RDA/WWA
0
0
0
0.0%
0.0%
17
Subtotal
645,900
569,100
13.5%
646,200
100.0%
13.5%
77,100
Proposed rates help
to mitigate Cost of
Service indicated
revenue increases
shown in Column 5
18 Total 21,878,100 21,241,100 3.0% 21,883,100 100.0% 3.0% 642,000 Black&
Veatch
Comparison of Wastewater Cost of Service with Revenue
Under Proposed (FY 2022) Rates
Inside c =
1 Residential 14,826,300 16,269,900 -8.9% 14,827,800 100.0% -8.9%-1,442,100
2 Non -Residential 4,436,000 3,820,000 16.1% 4,437,300 100.0% 16.2% 617,300
3 Industrial 2,299,100 1,838,500 25.1% 2,294,700 99.8% 24.8% 456,200
4
Subtotal
21,561,400
21,928,400
-1.7%
21,559,800
100.0%
-1.7%
-368,600
Outside
5
Residential
1,496,300
1,206,400
24.0%
1,483,800
99.2%
23.0%
277,400
6
Non -Residential
179,700
155,600
15.5%
192,500
107.1%
23.7%
36,900
7
Industrial
0.0%
0.0%
8
Subtotal
1,676,000
1,362,000
23.1%
1,676,300
100.0%
23.1%
314,300
Wholesale in
9 Elkins 584,700 408,300 43.2% 584,700 100.0% 43.2%
10 West Fork
329,300
230,000
43.2%
329,300
100.0%
43.2%
176,400
99,300
11 Subtotal 914,000 638,300 43.2% 914,000 100.0% 43.2% 275,700
12 Surcharge 1,329,700 810,300 64.1% 1,329,700 100.0% 64.1% 519,400
13 Total 25,481,100 24,739,000 3.0% 25,479,800 100.0% 3.0% 740,800
Black &
Veatch
Residential Typical Bill Impact
Water $ 22.24
$ 22.00
-$ 0.24
Sewer $ 37.45M6
$ 34.17
RE
-$ 3.28
Total $ 59.69
MJ&
$ 56.17
am
-$ 3.52
Water $ 25.54 $ 28.20 $ 2.66
ewe $ 49.51 qM $ 52.47 Oq'U $ 2.96
Total $ 75.05 $80.67 $ 5.62
Typical Bill for Residential Customers with 3/4-inch meter and 4,000 gallons per month consumption
Black &
Veatch
Residential Large Consumption Bill Impact
Water $40.28 $39.76 -$ 0.52
Sewer $59.97 $52.93 a
Total �f $100. 92.69 as
-$ 7.04
-$ 7.56
Water $46.30 $52.00 $ 5.70
ewe $81.27� $87.19 $ 5.92
Total $127.57 $139.19 $ 11.62
Typical Bill for Residential Customers with 3/4-inch meter and 8,000 gallons per month consumption
Black &
Veatch
Non -Residential Typical Bill Impact
Water
Im—
Total
$80.00 $87.99
$103.15 $120.75
21$183.15 am& $208.74
$7.99
$17.60
$25.59
Water $92.32 $112.92 $20.60
Sewer $176.55 $191.35 $14.80
Total $268.87 $304.27 $35.40
Typical Bill for Non -Residential Customers with 3/4-inch meter and 20,000 gallons per month consumption
Black &
Veatch
Industrial Typical Bill Impact
Water $28,873.78 $31,773.78
Sewer $45,873.78 $57,608.15
Total $74,747.56 $89,381.93
Water
$32,173.78
$79,983.94
$112,157.72
$35,299.83
$87,383.94
$122,683.77
$2,900.00
$11,734.37
$14,634.37
$3,126.05
$7,400.00
$10,526.05
Typical Bill for Industrial Customers with 6-inch meter and 10,000,000 gallons per month consumption
Black &
Veatch
Wholesale & Surcharge Typical Bill Impact
Water $28,008.98 $31,808.98 $3,800
Sewer $50,400.00 ! $72,200.00 $21,800
Total $78,408.98 $104,008.98 $25,600
Typical Bill for Wholesale Customers with 4-inch meter and 10,000,000 gallons per month consumption
Surcharge $250,430.10 $400,395.06 $149,964.96
Typical Bill for Surcharge Customers with 20,000,000 gallons per month consumption and excess WW
Strength (BOD 2,500 mg/1 and TSS 1,500 mg/1) Black&
Veatch
Next Steps .. .
_ • Update analysis based on feedback
Finalize draft report
Presentation to the Council
Black &
Veatch
Black &
Veatch
Thank You I Contact Us
Anna White
Principal Consultant
+1 913 458 3025
WhiteAM@bv.com
CITY OF
FAYETTEVILLE
ARKANSAS
Bid Deadline: Tuesday, July 13, 2021 at 2:00 PM
Items
BID TABULATION
Bid 21-63, Anoxic Mixers
Instrument & Supply, Inc
Total Cost $ 151,980.00 $
Quantity Manufacturer I Model Unit Total Manufacturer
Required I Price Cost
Jack Tyler Engineering, Inc
220,384.02
Model Unit Total
Price I Cost
1#0-1 lAdjustable-Speed Submersible, Horizontal Mixer With Gear Box 16 111-andia Inc IPOPI180 1 $ 25,330.00 1 $ 151,980.00 IlFlygt 14320 1 $ 36,730.67 1 $ 220,384.02 1
*NOTICE: Bid award is contigent upon vendor meeting minimum specifications and formal authorization by City Officials.
*Instrument & Supply, Inc did not meet all required specifications
fp It
j !
ti lM � 4I.
J
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
MCCLELLAND CONSULTING ENGINEERS, INC.
THIS AGREEMENT is made as of , 2021, by and between City of
Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE)
and McClelland Consulting Engineers, Inc. (hereinafter called ENGINEER).
CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection
with the evaluation, design, and/or construction supervision of capital improvement projects. Therefore,
CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows:
ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those
assignments to which this Agreement applies, and shall give consultation and advice to CITY OF
FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed
under the direction of a professional engineer registered in the State of Arkansas and qualified in the
particular field.
SECTION 1 - AUTHORIZATION OF SERVICES
1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF
FAYETTEVILLE and agreement of ENGINEER.
1.2 Assignments may include services described hereafter as Basic Services or as Additional Services
of ENGINEER.
1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be
allowed without a formal contract amendment approved by the Mayor and the City Council in
advance of the change in scope, costs, fees, or delivery schedule.
SECTION 2 - BASIC SERVICES OF ENGINEER
2.1 Perform professional services in connection with the Project as hereinafter stated.
2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in
Appendix A attached hereto and made part of this Agreement.
2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE.
ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for
the engineering services.
South School Water Line Upgrade
21-2122
SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE
3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of
ENGINEER.
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project.
3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to
the assignment including previous reports and any other data relative thereto.
3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to
perform its services under this Agreement.
3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents
presented by ENGINEER and render in writing decisions pertaining thereto.
3.1.5 The Utilities Director is the CITY OF FAYETTEVILLE's project representative with respect
to the services to be performed under this Agreement. The Utilities Director shall have
complete authority to transmit instructions, receive information, interpret and define CITY
OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements
and systems to be used in the Project, and other matters pertinent to the services covered by
this Agreement.
3.1.6 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide
written comments to ENGINEER in a timely manner.
SECTION 4 - PERIOD OF SERVICE
4.1 This Agreement will become effective upon the first written notice by CITY OF
FAYETTEVILLE authorizing services hereunder.
4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of
the Project through completion of the services stated in the Agreement. ENGINEER will proceed
with providing the authorized services immediately upon receipt of written authorization from
CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services
authorized and the time in which the services are to be completed. The anticipated schedule for
this project is included in Appendix A.
SECTION 5 - PAYMENTS TO ENGINEER
5.1 The maximum not -to -exceed amount authorized for this Agreement is $85,160.00. The CITY OF
FAYETTEVILLE shall compensate ENGINEER based on an hourly not -to -exceed basis as
described in Appendix B.
5.2 Statements
5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF
FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for
professional services consistent with ENGINEER's normal billing schedule. Once
established, the billing schedule shall be maintained throughout the duration of the Project.
Applications for payment shall be made in accordance with a format to be developed by
ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall
South School Water Line Upgrade
21-2122 2
be accompanied each month by the updated project schedule as the basis for determining the
value earned as the work is accomplished. Final payment for professional services shall be
made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory
completion of the study and report for the Project.
5.3 Payments
5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of
ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion
shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE
shall advise ENGINEER in writing of the basis for any disputed portion of any statement.
CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of
date the invoice is approved, however, payment within 30 days is not guaranteed.
5.4 Final Payment
5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition
before final payment under this Agreement, or as a termination settlement under this
Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of
all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement,
except claims which are specifically exempted by ENGINEER to be set forth therein. Unless
otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the
parties to this Agreement, final payment under this Agreement or settlement upon termination
of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims
against ENGINEER or his sureties under this Agreement or applicable performance and
payment bonds, if any.
SECTION 6 - GENERAL CONSIDERATIONS
6.1 Insurance
6.1.1 During the course of performance of these services, ENGINEER will maintain (in United
States Dollars) the following minimum insurance coverages:
Type of Coverage
Workers' Compensation
Employers' Liability
Commercial General Liability
Bodily Injury and
Property Damage
Automobile Liability:
Bodily Injury and
Property Damage
Professional Liability Insurance
South School Water Line Upgrade
Limits of Liability
Statutory
$500,000 Each Accident
$1,000,000 Combined Single Limit
$1,000,000 Combined Single Limit
$1,000,000 Each Claim
21-2122
ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the
specified insurance within ten days of the date of this Agreement and upon each renewal of
coverage.
6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their
officers, directors, agents, or employees for damage covered by property insurance during
and after the completion of ENGINEER's services.
6.2 Professional Responsibility
6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of
ENGINEER's services and will carry out its responsibilities in accordance with customarily
accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly
report to ENGINEER any defects or suspected defects in ENGINEER's services of which
CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to
minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all
remedies to recover for its damages caused by any negligence of ENGINEER.
6.3 Cost Opinions and Projections
6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and
schedules, operation and maintenance costs, equipment characteristics and performance, and
operating results are based on ENGINEER's experience, qualifications, and judgment as a
design professional. Since ENGINEER has no control over weather, cost and availability of
labor, material and equipment, labor productivity, construction Contractors' procedures and
methods, unavoidable delays, construction Contractors' methods of determining prices,
economic conditions, competitive bidding or market conditions, and other factors affecting
such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs,
performance, schedules, and related items will not vary from cost opinions and projections
prepared by ENGINEER.
6.4 Changes
6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of
ENGINEER's services, with an appropriate change in compensation and schedule only after
Fayetteville City Council approval of such proposed changes and, upon execution of a
mutually acceptable amendment or change order signed by the Mayor of the CITY OF
FAYETTEVILLE and the duly authorized officer of ENGINEER.
6.5 Termination
6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event
of substantial failure by the other party to fulfill its obligations under this Agreement through
no fault of the terminating party, provided that no termination may be effected unless the
other party is given:
6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.1.2 An opportunity for consultation with the terminating party prior to termination.
South School Water Line Upgrade
21-2122 4
6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF
FAYETTEVILLE for its convenience, provided that ENGINEER is given:
6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.2.2 An opportunity for consultation with the terminating party prior to termination.
6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment
in the price provided for in this Agreement shall be made, but
6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work,
6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any
additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default.
6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is
effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable
profit for services or other work performed. The equitable adjustment for any termination
shall provide for payment to ENGINEER for services rendered and expenses incurred prior to
the termination, in addition to termination settlement costs reasonably incurred by
ENGINEER relating to commitments which had become firm prior to the termination.
6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER
shall:
6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise),
6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings,
specifications, reports, estimates, summaries and such other information and materials as
may have been accumulated by ENGINEER in performing this Agreement, whether
completed or in process.
6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may
take over the work and may award another party an agreement to complete the work under
this Agreement.
6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is
determined that ENGINEER had not failed to fulfill contractual obligations, the termination
shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such
event, adjustments of the agreement price shall be made as provided in Paragraph 6.5.4 of
this clause.
6.6 Delays
6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF
FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER
shall be entitled to additional compensation and time for reasonable costs incurred by
ENGINEER in temporarily closing down or delaying the Project.
South School Water Line Upgrade
21-2122 5
6.7 Rights and Benefits
6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF
FAYETTEVILLE and not for the benefit of any other persons or entities.
6.8 Dispute Resolution
6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes
between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are
related to, this Agreement, including, but not limited to the interpretation of this Agreement,
the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or
ENGINEER in the performance of this Agreement, and disputes concerning payment.
6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate.
If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion
of these procedures, such action shall be stayed, upon application by either party to a court of
proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied
with.
6.8.3 Notice of Dispute
6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of
any incident, action, or failure to act upon which a claim is based, the party seeking relief
shall serve the other party with a written Notice.
6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF
FAYETTEVILLE shall give ENGINEER written Notice at the address listed in
Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first
observance of defect or damage. In both instances, the Notice shall specify the nature
and amount of relief sought, the reason relief should be granted, and the appropriate
portions of this Agreement that authorize the relief requested.
6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF
FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the
dispute cannot be resolved at that level, then, upon written request of either side, the matter
shall be referred to the President of ENGINEER and the Mayor of CITY OF
FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other
location as is agreed upon within 30 days of the written request to resolve the dispute.
6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining
funds to remit payment to ENGINEER for services rendered by ENGINEER.
6.10 Publications
6.10.1 Recognizing the importance of professional development on the part of ENGINEER's
employees and the importance of ENGINEER's public relations, ENGINEER may prepare
publications, such as technical papers, articles for periodicals, and press releases, pertaining
to ENGINEER's services for the Project. Such publications will be provided to CITY OF
FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF
FAYETTEVILLE shall review such drafts promptly and provide CITY OF
FAYETTEVILLE's comments to ENGINEER CITY OF FAYETTEVILLE may require
South School Water Line Upgrade
21-2122 6
deletion of proprietary data or confidential information from such publications, but otherwise
CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of
ENGINEER'S activities pertaining to any such publication shall be for ENGINEER's
account.
6.11 Indemnification
6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to
indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and
against any and all loss where loss is caused or incurred or alleged to be caused or incurred in
whole or in part as a result of the negligence or other actionable fault of the Contractors, or
their employees, agents, Subcontractors, and Suppliers.
6.12 Ownership of Documents
6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD
drawings, estimates, field notes, and project data are and remain the property of CITY OF
FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of
other documents.
6.12.2 Engineering documents, computer models, drawings, specifications and other hard copy or
electronic media prepared by ENGINEER as part of the Services shall become the property
of CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services
rendered, provided, however, that ENGINEER shall have the unrestricted right to their use.
ENGINEER shall, however, retain its rights in its standard drawings details, specifications,
databases, computer software, and other proprietary property. Rights to intellectual property
developed, utilized, or modified in the performance of the Services shall remain the property
of ENGINEER.
6.12.3 Any files delivered in electronic medium may not work on systems and software different
than those with which they were originally produced. ENGINEER makes no warranty as to
the compatibility of these files with any other system or software. Because of the potential
degradation of electronic medium over time, in the event of a conflict between the sealed
original drawings/hard copies and the electronic files, the sealed drawings/hard copies will
govern.
6.13 Notices
6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate
party at the following addresses:
CITY OF FAYETTEVILLE's address:
113 West Mountain Street
Fayetteville, Arkansas 72701
MCCLELLAND CONSULTING ENGINEER's address:
1580 East Stearns Street
Fayetteville, Arkansas 72703
South School Water Line Upgrade
21-2122 7
6.14 Successor and Assigns
6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors,
executors, administrators, and assigns to the other party of this Agreement and to the
successors, executors, administrators, and assigns of such other party, in respect to all
covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor
ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written
consent of the other.
6.15 Controlling Law
6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the
State of Arkansas without regard to any conflicts of law provisions.
6.16 Entire Agreement
6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF
FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in
purchase orders do not generally apply to professional services, in the event CITY OF
FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon shall
become a part of this Agreement. Said purchase order document, whether or not signed by
ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal
management of its operations.
SECTION 7 - SPECIAL CONDITIONS
7.1 Additional Responsibilities of ENGINEER
7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings,
specifications, reports and other services furnished hereunder shall not in any way relieve
ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF
FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services
shall be construed as a waiver of any rights under this Agreement or of any cause of action
arising out of the performance of this Agreement.
7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all
damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of
any of the services furnished under this Agreement except for errors, omissions or other
deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF
FAYETTEVILLE-furnished data.
7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express or
implied assurances under this Agreement or State law and in no way diminish any other
rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty materials,
equipment, or work.
7.2 Remedies
7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes
and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising
South School Water Line Upgrade
21-2122 g
out of or relating to this Agreement or the breach thereof will be decided in a court of
competent jurisdiction within Arkansas.
7.3 Audit: Access to Records
7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent
to performance on work under this Agreement in accordance with generally accepted
accounting principles and practices consistently applied in effect on the date of execution of
this Agreement. ENGINEER shall also maintain the financial information and data used by
ENGINEER in the preparation of support of the cost submission required for any negotiated
agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost
summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized
representatives shall have access to all such books, records, documents and other evidence for
the purpose of inspection, audit and copying during normal business hours. ENGINEER will
provide proper facilities for such access and inspection.
7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during
performance on assisted work under this Agreement and until three years from the date of
final payment for the project. In addition, those records which relate to any controversy
arising out of such performance, or to costs or items to which an audit exception has been
taken, shall be maintained and made available until three years after the date of resolution of
such appeal, litigation, claim or exception.
7.3.3 This right of access clause (with respect to financial records) applies to:
7.3.3.1 Negotiated prime agreements:
7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the
price of any formally advertised, competitively awarded, fixed price agreement:
7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised,
competitively awarded, fixed price agreement. However, this right of access does not
apply to a prime agreement, lower tier subagreement or purchase order awarded after
effective price competition, except:
7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding
any financial records of ENGINEER;
7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved;
7.3.3.3.3 If the subagreement is terminated for default or for convenience.
7.4 Covenant Against Contingent Fees
7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to
solicit or secure this Agreement upon an agreement of understanding for a commission,
percentage, brokerage or continent fee, excepting bona fide employees or bona fide
established commercial or selling agencies maintained by ENGINEER for the purpose of
securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall
have the right to annul this Agreement without liability or at its discretion, to deduct from the
South School Water Line Upgrade
21-2122 9
contract price or consideration, or otherwise recover, the full amount of such commission,
percentage, brokerage, or contingent fee.
7.5 Gratuities
7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of
ENGINEER's agents or representatives, offered or gave gratuities (in the form of
entertainment, gifts or otherwise) to any official, employee or agent of CITY OF
FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding,
amending or making any determinations related to the performance of this Agreement, CITY
OF FAYETTEVILLE may, by written notice to ENGINEER terminate this Agreement. CITY
OF FAYETTEVILLE may also pursue other rights and remedies that the law or this
Agreement provides. However, the existence of the facts on which CITY OF
FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings
under the Remedies clause of this Agreement.
7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF
FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in
the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other
damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue
exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which
shall be not less than three nor more than ten times the costs ENGINEER incurs in providing
any such gratuities to any such officer or employee.
7.6 Arkansas Freedom of Information Act
7.6.1 City contracts and documents, including internal documents and documents of subcontractors
and sub -consultants, prepared while performing City contractual work are subject to the
Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is
presented to the CITY OF FAYETTEVILLE, ENGINEER will do everything possible to
provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom
of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs
pursuant to the FOIA may be assessed for this compliance.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and
ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first
above written.
CITY OF FAYETTEVILLE, ARKANSAS
By:
Mayor, Lioneld Jordan
ATTEST:
By:
City Clerk
FNGINF,F,R
B v�v
Nicholas R. Batker, P.E.
Title: Senior Associate
END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
South School Water Line Upgrade
21-2122 I0
APPENDIX A -SCOPE OF SERVICES
1.0 General
Generally, the scope of services includes survey, design and bidding services for
upgrades to approximately 3,000 linear feet of existing 8-inch water main located along
South School Avenue in the vicinity of Fulbright Expressway. This segment of water main
was identified as a bottleneck in the City's 2017 Water Master Plan Update. The existing
8-inch water main will be replaced with a 12-inch water main. Appendix B contains the
fee proposal for the scope of services, while Appendix C identifies the limits of the project.
2.0 Basic Services
2.1 Survey Services
2.1.1 Topographic Surveys
ENGINEER will complete a detailed topographic survey within the limits of the
project shown in Appendix C and typically include details as listed below:
• Street curb lines, asphalt edges, crown, and striping
• Parking areas, light -poles, and bollards
• Buildings, sheds, and finish floor elevations
• Utility fixtures and structures
• Underground utility lines as marked by utility location services
• Drainage ditches, pipes and structures
• Fences and gates
• Land corners and property markers
• Other features as may be visible from ground observation.
The anticipated total survey area is approx. 3.5 acres to provide a 50' wide
surveyed corridor along the project limits. The ENGINEER will send out property
owner notifications prior to beginning field work (letter via USMAIL or doorhangers)
to alert landowners that surveyors will be in the area. Project control points used
to complete the topographic survey will be shown for future use during
construction. The ENGINEER will contact Arkansas 811 and wait the allotted 48
hours prior to beginning the survey to allow time to have utilities field located. The
ENGINEER shall not be responsible for utilities not field located by a public/private
utility location service or by specific utility providers.
2.1.2 Boundary Resolution, Boundary Survey & Easement Preparation
The ENGINEER shall rely on South School Avenue right-of-way plans
a nd Fayetteville GIS easement information for the initial evaluation of easement
requirements. Based on those sources of information, an initial map of
Appendix A — Scope of Services Page 1 of 4
South School Water Line Upgrade
easement needs will be submitted to the City of Fayetteville. Upon City of
Fayetteville's concurrence, ENGINEER will complete records research, field
research, boundary resolution and boundary survey along the project alignment
(up to 20 parcels assumed). The boundary survey will meet the Arkansas
Standards of Practice for Property Boundary Surveys and Plats revised August 7,
2020 and currently in effect. Title research will be conducted by a third party.
For those areas identified and subsequently approved by the City of
Fayetteville, individual easement legal descriptions and tract maps will be
prepared in accordance with criteria established by the City of Fayetteville,
generally in accordance with documents prepared on previous projects. It is
anticipated that a m a x i m u m o f 10 new easement documents may be
required and as many as 5 of these documents may require revisions.
Easement acquisition, negotiation and appraisal services are not included in the
scope.
2.2 Preliminary Design
Preliminary plans shall be prepared and submitted to the City of Fayetteville for
the purpose of confirming the final design scope of work, including the extent of
new water mains, the location of interconnections, coordination issues, preliminary
easement requirements, a nd a preliminary estimate of construction costs. The
preliminary plans will include minimal water main profile information.
2.3 Final Design
Based on review comments from Preliminary Design, the Final Design and
Project Specifications shall be completed, including plans, profiles, details,
roadway coordination issues, final estimated construction cost, and related
documents as necessary to obtain approvals by the City of Fayetteville, the
Arkansas Department of Health and other regulatory agencies as
r e q u i r e d. Final Design deliverables shall include:
• City of Fayetteville — one full size set and one half size set of plans, one set of
project specifications, and one copy of the cost estimate. Digital (PDF) copies
of the above referenced deliverables shall also be provided.
• Arkansas Department of Health — digital submittals (PDF)
2.4 Regulatory Compliance
MCE shall assist the City of Fayetteville with obtaining applicable local, state and
Federal permits required for the project, which shall include:
• Construction Stormwater Discharge Permit from DEQ —Work shall include:
o Small site Stormwater Pollution Prevention Plan (SWPPP)
Appendix A — Scope of Services Page 2 of 4
South School Water Line Upgrade
o Erosion & Sediment Control Drawings
o Coordination with Contractor for posting of Automatic Coverage
Certification
• Short Term Activity Authorization (DEQ) — one stream crossing assumed
(unnamed tributary of Cato Springs Branch, West Fork White River) near
southern end of project limits.
• Clean Water Act Section 404 Permit (USACE) — Assumed coverage under
Nationwide Permit 58. MCE shall coordinate with USACE for project
notification as required. Should USACE require additional data or coverage
under an Individual Permit, it shall be considered Additional Services.
2.5 Bidding Phase
MCE shall assist the City of Fayetteville with an Advertisement for Bids, assist in
addressing bidders' questions, issue Addenda as authorized by the City of
Fayetteville, conduct a Prebid Conference, attend the bid opening and prepare Bid
Tabulation with an award recommendation.
2.6 Construction Phase Services
The scope of Construction Phase Services will be added with a future amendment
to this agreement.
3.0 Additional Services
The following items are not included under this agreement but will be considered as
Additional Services:
• Redesign for the City's convenience or due to changed conditions after prior
approval or conflicting direction from the City.
• Submittals or deliverables in addition to those listed in Section 2.3.
• Environmental Assessment.
• Work related to environmentally or historically (culturally) significant items.
• Approved Jurisdictional Determination.
Additional Services will be as directed by the City of Fayetteville in writing for an
additional fee as agreed upon by the City of Fayetteville and MCE.
Appendix A — Scope of Services Page 3 of 4
South School Water Line Upgrade
4.0 Schedule
MCE will begin work under this Agreement upon Notice to Proceed and will work
continuously to completion in accordance with the proposed schedule below:
Task Item
Task Duration
(Calendar
Days)
Cumulative
Duration
(Calendar
Days)
Notice to Proceed
0
0
Design Surveys
30
30
Preliminary Design
30
60
City Review of Preliminary Design
10
70
Final Design
60
130
Regulatory Compliance'
30
Concurrent
Easement Preparation/Acquisition2
100
Concurrent
City Review of Final Design
10
140
ADH Review
30
170
Bid Advertisement/Opening/Contractor Award
90
260
Construction3
120
380
' Start during Final Design; assumed Nationwide Permit 58 coverage; all permits
obtained prior to start of construction.
2 Start during Final Design; assumed City staff will negotiate with property owners and
obtain appraisals if required to acquire easements.
3 Assumed duration based on current knowledge of scope of work; to be updated at
completion of Final Design
Appendix A — Scope of Services Page 4 of 4
South School Water Line Upgrade
APPENDIX B
City of Fayetteville - S School Water Line Upgrade McCLELLANO
Personnel Hour Fee Estimate mCECONSULTING
9/7/2021
rmnzam= ENGINEERS, INC.
Task Description Sr. Project
Manager
Project
Manager
Project Designer
Reg. Land
Surveyor
Survey
Technician
Field Survey
Crew
Office Admin
Extended Cost
BASIC SERVICES
Task 2.1 Survey Services
2.1.1 Topographic Surveys
Establish vertical and horizontal control
2.00
4.00
$ 920
Coordinate with Arku s
2.00
4.00
$ 920
Complete mapping of surface features
16.00
$ 2,560
Complete mapping of potholed utilities
4.00
$ 640
Drafting
12.00
$ 1,140
Project Management / QA/QC
2.00
4.00
$ 860
Subtotal Task 2.1.1
0.00
2.00
0.00
8.00
12.00
28.00
0.00
$ 7,040
2.1.2 Boundary Resolution, Boundary Survey & Easement Preparation
Assemble survey plats, subdivision plats, deeds, etc.
4.00
$ 560
Tie property pins / field crew time
16.00
$ 2,560
Drafting / data processin
4.00
$ 380
Boundary resolution
4.00
$ 560
Update easement maps from Fayettevile atlas sheets with
proposed new easements
4.00
20.00
$ 2,460
Drafting / data processing
4.00
24.00
$ 2,840
Exhibit A map preparation estimate of 10
10.00
1 24.00
1
1 $ 3,680
Prepare easement description estimate of 10
10.00
20.00
$ 3,300
Project Management / QA/QC
8.00
8.00
$ 2,320
Subtotal Task 2.1.21
0.00
1 8.00
1 0.00
44.00
1 92.00
1 16.00
1 0.00
$ 18,660
Subtotal Task 2.1 Survey Services
1 0.00
1 10.00
0.00
52.00
104.00
44.00
0.00
$ 25,700
Task 2.2 Preliminary Design
Conduct field evaluation
4.00
4.00
$ 1,080
Identify affected utilities
4.00
12.00
$ 2,040
Prepare preliminary Plan & Profile drawings
2.00
16.00
36.00
$ 7,160
Prepare list of techincal specifications & Required Permits
2.00
4.00
$ 780
Develop preliminary opinion of probable construction cost
2.00
8.00
$ 1,260
Project Management / QA/QC
2.00
4.00
$ 1,040
Subtotal Task 2.2 Preliminary Designi
4.00
32.00
64.00
1 0.00
0.00
0.00
1 0.00
1 $ 13,360
Task 2.3 Final Design
Coordinate easement reg uirements
6.00
$ 900
Prepare final drawing set
2.00
16.00
60.00
$ 10,040
Prepare Bid Project Manual
2.00
8.00
32.00
16.00
$ 6,760
Owner submittal/res onse to comments
2.00
4.00
$ 780
Prepare final opinion of probable construction cost
2.00
8.00
$ 1 260
ADH submittal/response to comments
8.00
16.00
$ 3,120
ARDOT coordination
2.00
4.00
$ 780
Utility coordination
4.00
8.00
$ 1560
Meetings with Owner
1 4.00
8.00
8.00
$ 3,040
Project Management / QA/QC
4.00
8.00
$ 2 080
Subtotal Task 2.3 Final Design
12.00
64.00
140.00
0.00
0.00
0.00
16.00
$ 30,320
Task 2.4 Regulatory Compliance
Construction Stormwater Discharge Permit
4.00
16.00
4.00
$ 2,840
Short Term Activity Authorization
2.00
4.00
1 $ 780
Clean Water Act Section 404 Permit
1 2.00
1 4.00
8.00
1 $ 2,000
Subtotal Task 2.4 Regulatory Compliancel
2.00
1 10.00
1 28.00
1 0.00
1 0.00
1 0.00
1 4.00
1 $ 5,620
Task 2.5 Bidding Phase
Respond to questions during bidding
4.00
8.00
$ 1,560
Prepare/issue addenda
1.00
4.00
8.00
$ 1,780
Pre -bid meeting
4.00
6.00
$ 1,320
Bid opening
2.00
2.00
$ 540
Bid tabulation and recommendation of award
1.00
2.00
2.00
$ 760
Subtotal Task 2.5 Bidding Phase
2.00
16.00
26.00
0.00
0.00
0.00
0.00
$ 5,960
Total Hours / Feel 20.00 1 132.00 1 258.00 1 52.00 1 104.00 1 44.00 1 20.00 $ 80,960
REIMBURSABLE EXPENSES
!Mileage $0.56/mile
$ 200
ADH Review Fee
$ 500
Title Search $150 per parcel, 20 parcels max
$ 3,000
Utility Locates ArkU s
$ 500
Total Estimated Reimbursable Expensesl
$ 4,200
TOTAL NOT TO EXCEED FEE $ 85,160
Page 1 of 1
Appendix C - Project Limits (Page 1 of 2)
7/29/2021, 8:36:53 AM
1:3,000
0 0.025 0.05 0.1 mi
Water Hydrant
Other/Unknown
0
Sewer Fitting
Iit i 'IT5 4 ti 1
Water Pump Station
p
Sewer
Structure
■
Sewer Lift Station
0 0.04 0.08 0.16 km
Water Tank
A
Diversion
0
Sewer Valve
Junction
Sewer Force Main
The data contained herein was compiled from various sources for the sole use and benefit of
Water Main
the City of Fayetteville Geographic Information System and the public agencies it serves.
Standard
2" - 8"
Any use of the data by anyone other than he City of Fayetteville Is at the sole risk of the
1"-8" Diam.
user; and by acceptance ofthis data, the userdoes berebyagree to indemnify the City of
❑T
Tracer Box
10" - 1 8"
Fayetteville and hold the City of Fayetteville harmless from and without Habit tty for any
claims, actions, cost for damages of arry nature, including the city's cost of defense, asserted
— 9"-20" Diam.
by user or by another arising from the use of this data. The City of Fayetteville makes no
20"-36"
express or Implied warrantees with reference to the data. No word, phrase, or clause found
in shall be construedtowaivethattort immunity set forth under Arkansas law.
been
24"-42"Diam.
Treatment Plant
Appendix C - Project Limits (Page 2 of 2)
7/29/2021, 8:41:03 AM
1:4,200
0 0.035 0.07 0.14 mi
Water Hydrant
Other/Unknown
0
Sewer Fitting
Water Pump Station
p
Sewer
Structure
■
Sewer Lift Station
0 0.05 0.1 0.2 km
Water Tank
A
Diversion
0
Sewer Valve
Junction
Sewer Force Main
The data contained herein was compiled from various sources for the sole use and benefit of
Water Main
the City of Fayetteville Geographic Information System and the public agencies it serves.
Standard
2" - 8"
Any use of the data by anyone other than he City of Fayetteville Is at the sole risk of the
1"-8" Diam.
user; and by acceptance ofthis data, the userdoes berebyagree to indemnify the City of
❑T
Tracer Box
10" - 1 8"
Fayetteville and hold the City of Fayetteville harmless from and without Hai tty for any
claims, actions, cost for damages of arry nature, including the city's cost of defense, asserted
— 9"-20" Diam.
by user or by another arising from the use of this date. The City of Fayetteville makes no
20"-36"
express or Implied warrantees with reference to the data. No word, phrase, or clause found
in shall be construedtowaivethattort immunity set forth under Arkansas law.
been
24"-42"Diam.
Treatment Plant
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
OLSSON INC.
SKYLER-WILLOW BROOK -EVENING SHADE WATER SERVICE LINE REPLACEMENT
THIS AGREEMENT is made as of , 20215 by and between City of Fayetteville, Arkansas,
acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and Olsson, Inc.
(hereinafter called ENGINEER).
CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection
with the evaluation, design, and/or construction administration of capital improvement projects. Therefore,
CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows:
ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those
assignments to which this Agreement applies, and shall give consultation and advice to CITY OF
FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed under
the direction of a professional engineer registered in the State of Arkansas and qualified in the particular
field.
SECTION 1 - AUTHORIZATION OF SERVICES
1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF
FAYETTEVILLE and agreement of ENGINEER.
1.2 Assignments may include services described hereafter as Basic Services or as Additional Services
of ENGINEER.
1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed
without a formal contract amendment approved by the Mayor and the City Council in advance of
the change in scope, costs, fees, or delivery schedule.
SECTION 2 - BASIC SERVICES OF ENGINEER
2.1 Perform professional services in connection with the Project as hereinafter stated.
2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in
Appendix A attached hereto and made part of this Agreement.
2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE.
ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for the
engineering services.
Olsson Contract Skyler-Willow Brook Evening Shade Water Service Line Replacement
SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE
3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of
ENGINEER.
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project.
3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to
the assignment including previous reports and any other data relative thereto.
3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to
perform its services under this Agreement.
3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented
by ENGINEER and render in writing decisions pertaining thereto.
3.1.5 Provide such professional legal, accounting, financial, and insurance counseling services as
may be required for the Project.
3.1.6 The City Engineer is the CITY OF FAYETTEVILLE's project representative with respect to
the services to be performed under this Agreement. The City Engineer shall have complete
authority to transmit instructions, receive information, interpret and define CITY OF
FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and
systems to be used in the Project, and other matters pertinent to the services covered by this
Agreement.
3.1.7 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide
written comments to ENGINEER in a timely manner.
SECTION 4 - PERIOD OF SERVICE
4.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE
authorizing services hereunder.
4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the
Project through completion of the services stated in the Agreement. ENGINEER will proceed with
providing the authorized services immediately upon receipt of written authorization from CITY OF
FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the
time in which the services are to be completed. The anticipated schedule for this project is included
as Appendix A.
SECTION 5 - PAYMENTS TO ENGINEER
5.1 The maximum not -to -exceed amount authorized for this Agreement is $31,420.00. The CITY OF
FAYETTEVILLE shall compensate ENGINEER based on an hourly NTE basis described in
Appendix B.
5.2 Statements
5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE
or such parties as CITY OF FAYETTEVILLE may designate for professional services
consistent with ENGINEER's normal billing schedule. Once established, the billing schedule
shall be maintained throughout the duration of the Project. Applications for payment shall be
made in accordance with a format to be developed by ENGINEER and approved by CITY OF
Olsson Contract Skyler-Willow Brook -Evening Shade Water Service Line Replacement 2
FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated
project schedule as the basis for determining the value earned as the work is accomplished.
Final payment for professional services shall be made upon CITY OF FAYETTEVILLE's
approval and acceptance with the satisfactory completion of the study and report for the Project.
5.3 Payments
5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of
ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion
shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE
shall advise ENGINEER in writing of the basis for any disputed portion of any statement. CITY
OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the
invoice is approved, however, payment within 30 days is not guaranteed.
5.4 Final Payment
5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition
before final payment under this Agreement, or as a termination settlement under this
Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of
all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement,
except claims which are specifically exempted by ENGINEER to be set forth therein. Unless
otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the
parties to this Agreement, final payment under this Agreement or settlement upon termination
of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against
ENGINEER or his sureties under this Agreement or applicable performance and payment
bonds, if any.
SECTION 6 - GENERAL CONSIDERATIONS
6.1 Insurance
6.1.1 During the course of performance of these services, ENGINEER will maintain (in United States
Dollars) the following minimum insurance coverages:
Type of Coverage
Workers' Compensation
Employers' Liability
Commercial General Liability
Bodily Injury and
Property Damage
Automobile Liability:
Bodily Injury and
Property Damage
Professional Liability Insurance
Limits of Liability
Statutory
$500,000 Each Accident
$1,000,000 Combined Single Limit
$1,000,000 Combined Single Limit
$1,000,000 Each Claim
ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the
specified insurance within ten days of the date of this Agreement and upon each renewal of
coverage.
Olsson Contract Skyler-Willow Brook -Evening Shade Water Service Line Replacement
6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their
officers, directors, agents, or employees for damage covered by property insurance during and
after the completion of ENGINEER's services.
6.2 Professional Responsibility
6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of
ENGINEER's services and will carry out its responsibilities in accordance with customarily
accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly report
to ENGINEER any defects or suspected defects in ENGINEER's services of which CITY OF
FAYETTEVILLE becomes aware, so that ENGINEER can take measures to minimize the
consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for
its damages caused by any negligence of ENGINEER.
6.3 Cost Opinions and Projections
6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and
schedules, operation and maintenance costs, equipment characteristics and performance, and
operating results are based on ENGINEER's experience, qualifications, and judgment as a
design professional. Since ENGINEER has no control over weather, cost and availability of
labor, material and equipment, labor productivity, construction Contractors' procedures and
methods, unavoidable delays, construction Contractors' methods of determining prices,
economic conditions, competitive bidding or market conditions, and other factors affecting
such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs,
performance, schedules, and related items will not vary from cost opinions and projections
prepared by ENGINEER.
6.4 Changes
6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of
ENGINEER's services, with an appropriate change in compensation and schedule only after
Fayetteville City Council approval of such proposed changes and, upon execution of a mutually
acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE
and the duly authorized officer of ENGINEER.
6.5 Termination
6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event
of substantial failure by the other party to fulfill its obligations under this Agreement through
no fault of the terminating party, provided that no termination may be effected unless the other
party is given:
6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.1.2 An opportunity for consultation with the terminating party prior to termination.
6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF
FAYETTEVILLE for its convenience, provided that ENGINEER is given:
6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
Olsson Contract Skyler-Willow Brook -Evening Shade Water Service Line Replacement 4
6.5.2.2 An opportunity for consultation with the terminating party prior to termination.
6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment
in the price provided for in this Agreement shall be made, but
6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work,
6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any
additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default.
6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is
effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable
profit for services or other work performed. The equitable adjustment for any termination shall
provide for payment to ENGINEER for services rendered and expenses incurred prior to the
termination, in addition to termination settlement costs reasonably incurred by ENGINEER
relating to commitments which had become firm prior to the termination.
6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER shall:
6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise),
6.5.5.2 After payment in accordance with Paragraphs 6.5.3 and 6.5.4 above, deliver or otherwise
make available to CITY OF FAYETTEVILLE all project deliverables at the latest stage of
completion (e.g. 30%, 90%, etc.) CITY OF FAYETTEVILLE shall have the limited right
to use the deliverables subject to the provisions of Paragraph 6.12.2.
6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may take
over the work and may award another party an agreement to complete the work under this
Agreement.
6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is determined
that ENGINEER had not failed to fulfill contractual obligations, the termination shall be
deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event,
adjustments of the agreement price shall be made as provided in Paragraph 6.5.4 of this clause.
6.6 Delays
6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF
FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER
shall be entitled to additional compensation and time for reasonable costs incurred by
ENGINEER in temporarily closing down or delaying the Project.
6.7 Rights and Benefits
6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF FAYETTEVILLE
and not for the benefit of any other persons or entities.
6.8 Dispute Resolution
6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes
between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are
related to, this Agreement, including, but not limited to the interpretation of this Agreement,
Olsson Contract Skyler-Willow Brook -Evening Shade Water Service Line Replacement
the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or
ENGINEER in the performance of this Agreement, and disputes concerning payment.
6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If
timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion of
these procedures, such action shall be stayed, upon application by either party to a court of
proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied with.
6.8.3 Notice of Dispute
6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of
any incident, action, or failure to act upon which a claim is based, the party seeking relief
shall serve the other party with a written Notice.
6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF
FAYETTEVILLE shall give ENGINEER written Notice at the address listed in
Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first
observance of defect or damage. In both instances, the Notice shall specify the nature and
amount of relief sought, the reason relief should be granted, and the appropriate portions
of this Agreement that authorize the relief requested.
6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF
FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the
dispute cannot be resolved at that level, then, upon written request of either side, the matter
shall be referred to the President of ENGINEER and the Mayor of CITY OF FAYETTEVILLE
or his designee. These officers shall meet at the Project Site or such other location as is agreed
upon within 30 days of the written request to resolve the dispute.
6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds
to remit payment to ENGINEER for services rendered by ENGINEER.
6.10 Publications
6.10.1 Recognizing the importance of professional development on the part of ENGINEER's
employees and the importance of ENGINEER's public relations, ENGINEER may prepare
publications, such as technical papers, articles for periodicals, and press releases, pertaining to
ENGINEER's services for the Project. Such publications will be provided to CITY OF
FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF
FAYETTEVILLE shall review such drafts promptly and provide CITY OF
FAYETTEVILLE's comments to ENGINEER. CITY OF FAYETTEVILLE may require
deletion of proprietary data or confidential information from such publications, but otherwise
CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of
ENGINEER's activities pertaining to any such publication shall be for ENGINEER's account.
6.11 Indemnification
6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to
indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and
against any and all loss where loss is caused or incurred or alleged to be caused or incurred in
whole or in part as a result of the negligence or other actionable fault of the Contractors, or
their employees, agents, Subcontractors, and Suppliers.
Olsson Contract Skyler-Willow Brook -Evening Shade Water Service Line Replacement 6
6.12 Ownership of Documents
6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD
drawings, estimates, field notes, and project data are and remain the property of CITY OF
FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of other
documents.
6.12.2 The CITY OF FAYETTEVILLE acknowledges the Engineer's plans and specifications,
including all documents on electronic media ("delivered documents"), as instruments of
professional service. Nevertheless, the delivered documents prepared under this Agreement
shall be delivered to and become the property of the CITY OF FAYETTEVILLE upon
completion of the services and payment in full of all monies due to the Engineer. Except for
the Engineer's services provided for by this Agreement as related to the construction and
completion of the Project, the ENGINEER accepts no liability arising from any reuse of the
delivered documents by the CITY OF FAYETTEVILLE, unless the Engineer is retained by
CITY OF FAYETTEVILLE to make modifications or otherwise reuse the delivered
documents. Except where the CITY OF FAYETTEVILLE reuses the delivered documents
subsequent to the completion of the Project, nothing contained in this paragraph shall alter the
Engineer's responsibilities and obligations under this Agreement.
6.12.3 Any files delivered in electronic medium may not work on systems and software different than
those with which they were originally produced. ENGINEER makes no warranty as to the
compatibility of these files with any other system or software. Because of the potential
degradation of electronic medium over time, in the event of a conflict between the sealed
original drawings/hard copies and the electronic files, the sealed drawings/hard copies will
govern.
6.13 Notices
6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate party
at the following addresses:
CITY OF FAYETTEVILLE's address:
113 West Mountain Street
Fayetteville, Arkansas 72701
ENGINEER's address:
302 E. Millsap Road
Fayetteville, Arkansas 72703
6.14 Successor and Assigns
6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors, executors,
administrators, and assigns to the other party of this Agreement and to the successors,
executors, administrators, and assigns of such other party, in respect to all covenants of this
Agreement; except as above, neither CITY OF FAYETTEVILLE nor ENGINEER shall assign,
sublet, or transfer his interest in the Agreement without the written consent of the other.
6.15 Controlling Law
6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the State
of Arkansas without regard to any conflicts of law provisions.
Olsson Contract Skyler-Willow Brook -Evening Shade Water Service Line Replacement 7
6.16 Entire Agreement
6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF
FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase
orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE
issues to ENGINEER a purchase order, no preprinted terms thereon shall become a part of this
Agreement. Said purchase order document, whether or not signed by ENGINEER, shall be
considered as a document for CITY OF FAYETTEVILLE's internal management of its
operations.
SECTION 7 - SPECIAL CONDITIONS
7.1 Additional Responsibilities of ENGINEER
7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings,
specifications, reports and other services furnished hereunder shall not in any way relieve
ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF
FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services
shall be construed as a waiver of any rights under this Agreement or of any cause of action
arising out of the performance of this Agreement.
7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all damages
to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of any of the
services furnished under this Agreement except for errors, omissions or other deficiencies to
the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-
furnished data.
7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express or
implied assurances under this Agreement or State law and in no way diminish any other rights
that CITY OF FAYETTEVILLE may have against ENGINEER for faulty materials,
equipment, or work.
7.2 Remedies
7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes
and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising
out of or relating to this Agreement or the breach thereof will be decided in a court of competent
jurisdiction within Arkansas.
7.3 Audit: Access to Records
7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent to
performance on work under this Agreement in accordance with generally accepted accounting
principles and practices consistently applied in effect on the date of execution of this
Agreement. ENGINEER shall also maintain the financial information and data used by
ENGINEER in the preparation of support of the cost submission required for any negotiated
agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary
submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives
shall have access to all such books, records, documents and other evidence for the purpose of
inspection, audit and copying during normal business hours. ENGINEER will provide proper
facilities for such access and inspection.
Olsson Contract Skyler-Willow Brook -Evening Shade Water Service Line Replacement
7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during
performance on assisted work under this Agreement and until three years from the date of final
payment for the project. In addition, those records which relate to any controversy arising out
of such performance, or to costs or items to which an audit exception has been taken, shall be
maintained and made available until three years after the date of resolution of such appeal,
litigation, claim or exception.
7.3.3 This right of access clause (with respect to financial records) applies to:
7.3.3.1 Negotiated prime agreements:
7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the
price of any formally advertised, competitively awarded, fixed price agreement:
7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised,
competitively awarded, fixed price agreement. However, this right of access does not
apply to a prime agreement, lower tier subagreement or purchase order awarded after
effective price competition, except:
7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any
financial records of ENGINEER;
7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved;
7.3.3.3.3 If the subagreement is terminated for default or for convenience.
7.4 Covenant Against Contingent Fees
7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to solicit
or secure this Agreement upon an agreement of understanding for a commission, percentage,
brokerage or continent fee, excepting bona fide employees or bona fide established commercial
or selling agencies maintained by ENGINEER for the purpose of securing business. For breach
or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this
Agreement without liability or at its discretion, to deduct from the contract price or
consideration, or otherwise recover, the full amount of such commission, percentage,
brokerage, or contingent fee.
7.5 Gratuities
7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of
ENGINEER's agents or representatives, offered or gave gratuities (in the form of
entertainment, gifts or otherwise) to any official, employee or agent of CITY OF
FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding,
amending or making any determinations related to the performance of this Agreement, CITY
OF FAYETTEVILLE may, by written notice to ENGINEER terminate this Agreement. CITY
OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement
provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases
such finding shall be in issue and may be reviewed in proceedings under the Remedies clause
of this Agreement.
7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF
FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in the
Olsson Contract Skyler-Willow Brook -Evening Shade Water Service Line Replacement 9
event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other
damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue
exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall
be not less than three nor more than ten times the costs ENGINEER incurs in providing any
such gratuities to any such officer or employee.
7.6 Arkansas Freedom of Information Act
7.6.1 City contracts and documents, including internal documents and documents of subcontractors
and sub -consultants, prepared while performing City contractual work are subject to the
Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is
presented to the CITY OF FAYETTEVILLE, ENGINEER will provide the documents in a
prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A.
§25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be
assessed for this compliance.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and
ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first
above written.
CITY OF FAYETTEVILLE, ARKANSAS
By:
Mayor, Lioneld Jordan
OLSSON, INC.
B Qb
Brad B. Hammond, PE, Office Leader
ATTEST:
By: By:
City Clerk Chris Hall, PE, Team Leader
END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Olsson Contract Skyler-Willow Brook -Evening Shade Water Service Line Replacement 10
r_ANIN1211►i 11090
SCOPE OF SERVICES
olsson a
This exhibit is hereby attached to and made a part of the Letter Agreement for Professional
Services dated August 5, 2021 between the City of Fayetteville ("Client") and Olsson, Inc.
("Olsson") providing for professional services. Olsson's Scope of Services for the Agreement is
indicated below.
PROJECT DESCRIPTION AND LOCATION
Project will be located at: Skyler Place Subdivision, Fayetteville, AR
Project Description: Replacement of 2" HDPE water service connections along Skyler Drive,
Willowbrook Drive, and Evening Shade Drive in the Skyler Place Subdivision.
SCOPE OF SERVICES
Olsson shall provide the following services ("Scope of Services") to the 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. Their goal is to
see 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 PLANS AND SPECIFICATIONS
Prepare plan sheets for the replacement of 2" HDPE water service connections
along Skyler Drive, Willowbrook Drive, and Evening Shade Drive. Olsson shall
utilize Client's standard details. No regulatory agency permitting is anticipated.
302 E. Millsap Road / Fayetteville, AR 72703
0 479.443.3404 / olsson.com
The plans will include the design for the replacement of approximately 57 service
connections in the Skyler Subdivision, of which approximately 40 connections are
located on the opposite side of the street from the main line. It is anticipated that
the existing 2" HDPE service lines can be slip lined with 1" diameter copper pipe
between the main line taps and the meter yoke. Based on discussions with City of
Fayetteville staff, the main line taps and yoke should be in good condition and
therefore will not require replacement.
• Prepare Technical Specifications. Olsson shall utilize Client's standard "front end"
specifications.
• Review engineered Plans and Specifications with Client and, based on feedback,
finalize project Contract Documents, including developing a materials list with
quantities.
• Develop an opinion of probable construction cost for the project based on the Plans
and Specifications.
PHASE 300 BID AND PRECONSTRUCTION SERVICES
• Prepare advertisement for bid and transmit Plans and Specifications to Client for
distribution.
• Schedule and attend a virtual pre -bid meeting.
• 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 and prepare Recommendation of Award.
EXCLUSIONS:
The following services are excluded but may be provided upon request:
• Coordination with local, state or federal agencies
• Topographic and boundary survey
• Construction administration
• Permitting
• Preparation of SWPPP Documents
• Title search and recording fees for any required easements
• Record drawings
Should Client request work in addition to the Scope of Services, Olsson shall invoice Client for
such 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.
302 E. Millsap Road / Fayetteville, AR 72703
0 479.443.3404 / olsson.com
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
olsson 0
Date: 05-Aug-21
Job: Skyler-Willow Brook -Evening Shade Water Service
Line Replacement
TOTALS
Phase/
Task
Description of Work
Total
Man -Days
Total
Labor Fee
Total
Expense
Fee
Total
Fee
DETAILED DESIGN
100
PROJECT MANAGEMENT
Project Management
6.00
$ 6,880.00
$ -
$ 6,880.00
QA/QC
0.75
$ 1,110.00
$ -
$ 1,110.00
200
PLANS and SPECIFICATIONS
Plans
11.50
$ 11,008.00
$ 36.40
$ 11,044.40
Specifications
6.25
$ 5,448.00
$ 105.00
$ 5,553.00
Opinions of Probable Cost
2.75
$ 2,584.00
$ -
$ 2,584.00
300
BID AND PRECONSTRUCTION SERVICES
Advertise and Distribute Plans/Specs
0.50
$ 440.00
$ -
$ 440.00
Pre -Bid Conference
1.00
$ 1,064.00
$ -
$ 1,064.00
Clarifications during Bidding
1.25
$ 1,268.00
$ -
$ 1,268.00
Addendum Preparation
0.75
$ 644.00
$ -
$ 644.00
Bid Opening & Evaluation of Bids
0.50
$ 587.00
$ -
$ 587.00
Recommendation of Award
0.25
$ 250.00
$ -
$ 250.00
GRAND TOTAL (rounded)
31.701
$ 31,283.00
$ 141.40
$ 31,420.00
APPENDIX B
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
REIMBURSABLE EXPENSE SCHEDULE
The expenses incurred by Olsson or Olsson's independent professional associates or consultants
directly or indirectly in connection with the Project shall be included in periodic billing as follows:
Classification
Automobiles (Personal Vehicle)
Suburban's and Pick -Ups
Automobiles (Olsson Vehicle)
Other Travel or Lodging Cost
Meals
Printing and Duplication including Mylars and Linens
In -House
Outside
Postage & Shipping Charges for Project Related Materials
including Express Mail and Special Delivery
Film and Photo Developing
Telephone and Fax Transmissions
Miscellaneous Materials & Supplies Applicable to this Project
Copies of Deeds, Easements or other Project Related Documents
Fees for Applications or Permits
Sub -Consultants
Taxes Levied on Services and Reimbursable Expenses
Cost
$0.56/mile*
$0.75/mile*
$85.00/day
Actual Cost
Actual Cost
Actual Cost
Actual Cost+10%
Actual Cost
Actual Cost+10%
Actual Cost+10%
Actual Cost+10%
Actual Cost+10%
Actual Cost+10%
Actual Cost+10%
Actual Cost
*Rates consistent with the IRS Mileage Rate Reimbursement Guidelines (Subject to Change).
Page 1 of 1
Updated for Year 2021
VICINITY MAP
_ e RL a — _ — — — rnan TEE x' 10 P 325 Ewsnrve REvoEncEs�P I 309 I nu LT Re oucE caNCREI oRlve D a n re r xo
GUR—UCT ANCHOR
D°� E.Al
- ---- ARANDDN E 1 RRME E o T 1 D All D MD ND �µDNG
i
W DDT.
41
�� — D — — — __ _ -_---
ll
AANLGioP T HNHAHM p I — — — — -- — — — —FURN sN TAu
M��HlHlHtxHrS GREGG AVE
__\UT E DO �� \N�tHL!!!ll yY{HYMNH� Y,INHNHltH ` \ Mi3 DO ` s eExos
clsn RE \ \ D� i\ nN
vuau MD v,SSTTA exe rTiw_ AN \ \ Eu M
SERIEM
DTD
O I\
\ \` \\ \�� \ \ \\ JI s
304 \ _ /
306 308
n GATE
r
FOR DESIF
ND GG E RDDnDN W ER LNES AID P N=
BE
vD VHDEPRTPOAEDWLAY AND u0 I L — /-
- b
xALL VLL BODY' Al-M 50nx0 $HALL
2 —AEU D RESTRAINTS
TEEL (Svp WW/2.16/A) AN b
FEE'
V(SP .000/5 Ot o NJD a00/1y0E3q )E sxALL BE FlK (5) \ "--- _ �—
REWEST. ALLIEW GRADE I IL SWAFERIIIE AMREAS ATERI�ALS NOTGO G BE CMOVED i0 p \ # Ol
u
TER/SEMER
IOLUDE BIT "OF 11 10 ME —ES, 1— LCI IRE
b
. ENT ACCORDING TO DETAIL W2 - WA— TNENCN � — \ GENNTER_^1_AN [R Y^R \
12,
3-- TAG (TM)9N<SIN6L 0 L s
LARGEED FOR
R ERDM DPRDDNANDREA`T'I s„2GADGEDR LINE NO. 2 — PLAN AND PROFILE
a
Al
1111 1 . eE os
APARTMENT ADDRESSES:
221, 227, 229, 231, 233, 235, 237,
239, 241, 243, 245, 247, & 249
cnh w�wE s
READ —RUNE
01,
—N
I
o
o
I
®
I
F
,FoDE
=Ea��E.o�Ewa-
_ ----
I I'd
I a o I o oRdo�
Ell
M 111E I w111_„63., I �.�a. E F F.-�EX a
� �,��Ena=l
o.ao�E .ro�=Foa���'D o=� n�oFw.�a�E=.�o �=r .
M N Ea�IA =III IR" ILA" ARI g s=FAo`Foa� ° an..
AREA= of TME 11 .. ,.,IE I -RI I— eE �'"� M.
--DE", --E i I
M.
r
N
I I 1111111E I
jl IIIIIIII\
11 II II IIII �� I
II IIIII�II
II I dlf�lllllll I
I /'/Illlllq �\
SE�R.Fl o--
iiRORrii�� SPEO�F�O.IONS FOR DESIGN �No CONSINCION OF — LINES .No
R «,: o % / / S-1 � NNR..Dl N of w.,ER .No g� R MPRO MEN .o
N.oRM:n Eo .naN= IR—D.R a .RE INN-1N..E
L ,s IS Es`S,ISE RSN o RUND �.
NNIISI.oO�ER:sgLLFSeEOAo��s D"'E.loa.oE1N.'E:�oaE
9
.;acobs
Fayettevi Lle
Client Monthly Report for July 2021
August 20, 2021
City of Fayetteville
I
Jacobs Fayetteville Client Monthly Report for July 2021 ;aco S
Contents
ExecutiveSummary..................................................................................................................................................ii
1.
Plant Operations.........................................................................................................................................3
1.1
Process Control........................................................................................................................................................... 3
1.2
Biosolids Process........................................................................................................................................................3
1.3
Compliance.................................................................................................................................................................. 3
1.4
Successes...................................................................................................................................................................... 3
1.5
Issues/Resolutions.................................................................................................................................................... 4
1.6
Revenue.........................................................................................................................................................................4
Table 1-1:
Revenue generated from the BMS...............................................................................................................4
Figure 1-1: Revenue generated from the BMS via hay, fertilizer, and WTR.......................................................4
2.
Maintenance................................................................................................................................................5
2.1 West Side....................................................................................................................................................................... 5
2.2 Noland............................................................................................................................................................................5
2.3 Lift Stations..................................................................................................................................................................
5
2.4 BMS Maintenance......................................................................................................................................................5
2.5 Key Performance Indicators/Measures.............................................................................................................6
Figure 2-1: Labor Hours by Work Order Type................................................................................................................
6
Figure2-2: Work Order Count by Type.............................................................................................................................6
2.6 Capital Improvement Projects(CIP)...................................................................................................................
7
3. Laboratory/Industrial Pretreatment......................................................................................................8
Table 3-1: Revenue generated from the Industrial Pretreatment Program(IPP)...........................................9
Figure 3-1: IPP revenue total from surcharges, fees, and fines..............................................................................9
Figure 3-2: Loads of hauled waste -by hauler and cumulative loads per month .............................................
9
4. Woolsey Wet Prairie................................................................................................................................10
5. Community Outreach.............................................................................................................................11
6. Sustainability............................................................................................................................................12
7. Health & Safety/Training.......................................................................................................................13
Appendix A. Additional Information.................................................................................................................14
A.1 Effluent & Influent Data.......................................................................................................................................
14
Jacobs — Fayetteville Project
Jacobs Fayetteville Client Monthly Report for July 2021
Executive Summary
.;acobs
Accurate information is the key to successful management. We have implemented our forecasting tool and
have been using the tool to guide our spending and fiscal management. The graph below shows the
progression of the tool and the results since it has been launched in April 2021. The graph illustrates the
percentage of labor and non -labor contributing to the overall budget performance. Labor is blue, non -labor
is orange and the total of the two categories is represented by gray. Before we began using the forecasting
tool, the information in March was skewed. April showed an immediate adjustment to a more realistic
number. We encountered unexpected expenses for significant generator repair in the last part of May and
early part of June. We made corrections to improve our condition in July, based on accurate information.
We are $7,957 over budget for July, and from a variance perspective, this is 2110 of 1% or 0.0018. Our
total budget projected for July is $4,234,891.
S150,000
S 100,000
$ 50,000
S-
$150,OW)
$(100,000)
$ ( 150, 000)
S(200,000)
Sit 50,000j
Sj300,000j
S(113,194)
Budget Performance
$44,573
S161797 57,957
May June luly
1
$(27,204)
■ Labor ■ Hon -Labor ■ Budget - Over (Under)
Jacobs — Fayetteville Project
7
Jacobs Fayetteville Client Monthly Report for July 2021 jaco S
1. Plant Operations
The Noland and West Side Water Resource Recovery Facilities (WRRF) effluent discharges were 100% in
compliance with the National Pollutant Discharge Elimination System (NPDES) permit. Details of effluent
quality and influent loadings are shown in Appendix A.
1.1 Process Control
Noland
During the month of July, the Noland WRRF experienced an influent loading event that caused the loss of a
significant number of protozoa in the system. Protozoa inventory was increased by washing two biosolids
Loads from the West Side facility into the drains at the Biosolids Management Site (BMS) to expedite the
recovery of the treatment process. The loss of the protozoa did not result in any permit violation and
washing down the West Side trucks was an effective proactive step in avoiding that risk.
West Side
During the month of July, the West Side WRRF experienced a total of 3 inches of rain. Elevated influent flow
peaked at 29 million gallons on the 25th.
Return activated sludge (RAS) rates were increased throughout the month as influent loading rates were up
nearly 30% on average over the June RAS rate. A target mixed liquor suspended solids (MLSS) of 2,000
mg/L was set to ensure sufficient treatment and quality effluent.
1.2 Biosolids Process
During the month of July, the WRRF's produced 2,115 wet tons of biosolids with approximately 678 wet
tons of biosolids applied in the solar houses prior to the thermal dryer and 1,000 wet tons processed directly
through the thermal dryer. An additional 437 tons of partially dried biosolids and belt filter pressed
biosolids were transferred to area landfills. The biosolids drying operation prevented an estimated $47,616
in disposal costs this month, compared to if all biosolids were landfill disposed.
Hay sales began in July with a revenue total of $2,960.
1.3 Compliance
Soil sampling protocol was reviewed in the compliance documents governing sample collection and
analysis. Maps and sample tracking tools were updated, and it was determined that samples collected to
date are not valid according to the intent of the permit originator. Those areas are being re -sampled to
incorporate the restriction of collecting the composite soil sample as 20 plugs from a 40-acre plot. Using
this acreage protocol, the BMS consists of six areas and a total of 13 soil samples. In July, five soil sample
collection and analyses events were completed and sent to Geotechnical and Testing Services, Inc. (GTS)
for analysis. The data results were statistically within scope and exhibited no unusual trends.
1.4 Successes
Summer peak load -shedding began in June and runs through the end of September. This process saves the
City of Fayetteville more than $250,000 in electrical costs annually. The Noland WRRF, West Side WRRF,
and Hamestring Lift Station generators have been inspected and have had no issues starting and assuming
Jacobs — Fayetteville Project
MI
Jacobs Fayetteville Client Monthly Report for July 2021 jaco S
their electrical loads throughout July. Load -shedding was utilized for 13 days this month for a total of
3660min/61 hrs.
1.5 Issues/Resolutions
Operations started using the mud well effluent return pumps to supplement low influent flows. This was
needed due to brief periods of reduced rainfall and an empty effluent storage pond. The extra 1.5MGD that
is returned from the filter cells is necessary to maintain adequate flow to the two aeration basins.
The thermal dryer floating bearing inner race made contact with the aluminum grease labyrinth, fouling the
bearing rolling assembly with aluminum metal fines. This was observed on July 6th and the dryer was shut
down for repairs. The bearing manufacturer supplied the incorrect bearing rollers, a C3 assembly, which is
designed for lower temperature applications. This further complicated the issue. The movement of the inner
race could be the result of a deformed rotor shaft. Another possible cause could be an emergency shutdown
of the dryer without sufficient cooling. The dryer was down for ten days with 451 tons of biosolids being
transferred to area landfills at a cost of $21,760.
1.6 Revenue
Table 1-1: Revenue generated from the BMS
Product Tons Sold/Received Revenue Generated
Hay 54 $2,960
Fertilizer 213 $4,266
Water Treatment Residuals 0 $0
Figure 1-1: Revenue generated from the BMS via hay, fertilizer, and WTR
Revenue Generated
Biosolids Management Site
$50,000
$40,000
$30,000
$20,000
$100$ Ft-, m - -
O Monthly 2020 O Monthly 2021 Cumulative 2021
Jacobs — Fayetteville Project
ON
Jacobs Fayetteville Client Monthly Report for July 2021 jaco S
2. Maintenance
2.1 West Side
An inspection was completed on the flow equalization tank using a Jacobs regional LiDAR testing instrument
for concrete structures. The LiDAR was mounted to a pole and access was gained through the vent cover to
allow an interior scan of the of the structure. LiDAR is a method for determining variable distance ranges by
targeting an object with a laser and measuring the time for the reflected light to return to the receiver. LiDAR
can also be used to make digital 3-D representations of areas within concrete structures, due to differences
in laser return times, and by varying laser wavelengths.
2.2 Noland
Paladeno Construction completed the concrete structure Liner replacement and the final coating and has
moved to the last portion of their scope of work in the clarifier launders.
A new variable frequency drive was installed on effluent pump 02 and was tested and put back into service.
2.3 Lift Stations
Submersible pump 02 was pulled from lift station 52 Broyles Avenue for service and repair. The motor was
causing a short circuit fault on the variable frequency drive. During the troubleshooting steps of the pump
motor, the three phases megged at 0. To verify that the drive was functioning properly, pump motor 01 was
tested using pump motor 02's variable frequency drive. The motor was sent to Jack Tyler for repair.
2.4 BMS Maintenance
Conduit was installed in the thermal building and wire was pulled for the future installation of a new electric
biosolids elevator. Electrical planning was put in place to ensure a flawless installation.
During a routine inspection and refueling of the portable Godwin pump, a slow fuel leak was observed at
the bottom of the fuel cell on the portable pump. Quick response time by the staff resulted in the removal
and draining of the pump before any issue arose. The vendor has been contacted and repair options are
being investigated.
Jacobs — Fayetteville Project
Jacobs Fayetteville Client Monthly Report for July 2021
2.5 Key Performance Indicators/Measures
Figure 2-1: Labor Hours by Work Order Type
3.50, 0% ❑ 0.00, 0% ❑ 296.70, 15%
657.07, 339
84.96, 4
❑ administrative
❑ corrective maintenance
emergency
corrective maintenance non
emergency
corrective maintenance from
pm/pdm
Li preventive maintenance
❑ project
o safety
.;acobs
❑ administrative
corrective maintenance
❑ 89.00, 5% emergency
corrective maintenance non
emergency
corrective maintenance from
pm/pdm
preventive maintenance
project
2.74, 43%
❑ safety
Figure 2-2: Work Order Count by Type
16369 , G.0
u 0, 0%
❑ 40, 2 %
u 15 1%
❑ 104, 6%
28, 1%
Jacobs — Fayetteville Project 6
7
Jacobs Fayetteville Client Monthly Report for July 2021 jaco S
2.6 Capital Improvement Projects (CIP)
A purchase order was issued for the purchase of a new ribbon blender for the BMS thermal dryer surge bin
from AIT Services, Inc. This item was presented to the June Water & Sewer Committee and received council
approval. The scope of the project initially entailed replacing the entire surge bin but after further
evaluation, it was determined to be more economical to refurbish the existing asset in-house.
The rebuild of pump no.2 at Lift Station 52 Broyles Avenue was added as a break-in CIP item. This pump
seized in mid -July and was sent to Jack Tyler Engineering for a hidden -damages inspection. Their repair
proposal will be presented at the August Water & Sewer Committee meeting.
A proposal to by JCI Industries to repair Noland aerator no. 11 received agenda approval at the July 27th
meeting. Full council approval of this project is anticipated in August.
Electric Motor Center's proposal to repair pump no.3 at the Noland influent pumping station no.1 received
final council approval at the July 6th meeting. A purchase order was issued later in the month.
A purchase order was issued for the VFD upgrade at the West Side facility. This project was sent out for
sealed bids earlier in the year with Mayer Electric submitting the lowest bid that met specifications.
Work was completed on the electrical upgrades at the Noland facility.
Jacobs — Fayetteville Project 7
7
Jacobs Fayetteville Client Monthly Report for July 2021 jaco S
3. Laboratory/Industrial Pretreatment
Whole Effluent Toxicity (WET) samples were collected for the Goose Creek outfall at West Side. Samples
were sent to Ramboll US Consulting, Inc. for analysis. Goose Creek passed NPDES WET testing showing
neither lethal nor sublethal effects, in the full dilution series outlined in the discharge permit of 100%, 74%,
56%, 42%, 32% and 0% for both species. Testing the Ceriodaphnia Dubia, water flea, identifies survival and
reproduction and the Pimephales promelas, fathead minnow, details the growth assessment.
Annual 40 CFR 122 Appendix D Table II samples were collected for the analysis of volatiles, base/neutral
acid compounds, and pesticides. Samples were collected from the Noland influent, White River effluent,
West Side influent, and Goose Creek effluent and sent to GTS for analysis. Data results were statistically
within scope and exhibited no unusual trends.
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 GTS for analysis. Data results were
statistically within scope and exhibited no unusual trends. The results are reported annually to ADEQ by the
Industrial Pretreatment department. Arsenic results are reported quarterly to ADEQ as required by the
newest Noland permit.
Annual industrial compliance sampling was completed at Custom Powder Coating (CPC). Samples were
collected for cyanide and metals (cadmium, chromium, copper, lead, nickel, silver, and zinc) and sent to
American Interplex Corporation (AIC) for analysis. Significant industrial users (SIU) are permitted by the City
of Fayetteville to discharge water to the WRRF's. These permits require annual samples to be collected from
each SIU's discharge water to verify compliance.
Two ISCO 5800 autosamplers were ordered through Instrument & Supply to be delivered to the West Side
facility. Forklift needs were coordinated with WS operations and notification of shipping and arrival dates
are pending.
John Byrd sampled a lagoon in West Fork to evaluate the issuance of a temporary discharge order for the
treated wastewater. A data report was issued to the city.
Tyson's Mexican Original Plant and ConAgra Brands had a bypass of approximately 28,700 gallons and
1,500 gallons respectively, no known upset resulted at the Noland WRRF as a result and self -monitoring
results will be checked for any noncompliance. The ConAgra Brands bypass was a result of an area -wide
power outage, where Tyson Food's bypass resulted from a clogged wastewater pipe located after the
facility's wastewater building.
A few industries had shutdowns or schedule changes due to the Independence Day holiday. No effect was
observed in the WRRF biological processes.
Data reports from the quarterly industrial sampling event in May were provided to ConAgra, Hiland Dairy,
and Tyson for use in their daily and monthly calculations and compliance reporting.
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 July 2021
.;acobs
Table 3-1: Revenue generated from the Industrial Pretreatment Program (IPP)
Revenue
$98,845.88
Surcharges on June data
$2,350.00
Fees from hauled waste accepted in July
$0.00
Other fees paid in July
$0.00
Fines assessed in July
Zero violations for all industrial users
violations on June 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
0,y'` ,oet oo�c met met
0 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
30
20
10
0
�JaA�
�a
�
O
❑ 2020 Arkansas Portable Toilets
■ 2020 Best Jet
2020 White River Enviro. Services
■ 2020 TOTAL
2021 Arkansas Portable Toilets
❑ 2021 Best Jet
9 2021 White River Enviro. Services
❑ 2021 TOTAL
Jacobs — Fayetteville Project
ON
Jacobs Fayetteville Client Monthly Report for July 2021 jaco S
4. Woolsey Wet Prairie
Encouraging progress was made throughout July in vegetation management controls targeting populations
of Sericea Lespedeza, White Sweet Clover, Johnsongrass and other HIGH Priority invasive species. A strong
indicator of management progress was fewer gallons of herbicide applied this year, despite the increased
number of treatment days employed. Fewer gallons required to treat a greater area points to increasingly
fewer plants present within Woolsey Wet Prairie and surrounding areas. In addition to steadily decreasing
the populations of invasive nonnative species, control is evident over native species, such as Willow, Green
Ash, Honey Locust, and Persimmon. Left unchecked these native woody plant species would quickly take
over Woolsey's distinct open grassland character and transition the space to a wooded shade -canopy, thus
tremendously diminishing Woolsey's botanical diversity. Towards the end of July focus was shifted to
treating small carpetgrass. This species of nonnative annual grass, highly invasive within wetland habitats,
has quickly worked its way to the top of Woolsey Wet Prairie's HIGH Priority target list. Initial observations
this season suggest that increased treatment intensity in previous years is holding carpetgrass numbers
steady while preventing aggressive spreading. August is key for control of carpetgrass, not only through
focused herbicide treatment, but also the expectation of drier than normal summer weather that work in
combination to suppress seed development and reproduction. July rainfall totals were greater than the
normal 3.5-inch average, maintaining healthy plant growth throughout the wetland and upland areas.
IMvMonam h Qu34arflyca"FP111P(feft)
Blazing star, Liatris spicata (top right)
Swamp miIkweed,Asciepias incornata
(bottom right)
adorned with
Pollinator Beetles
that decoratethe biodiverse
landscapeof the wet prairie
Woolsey Wet Prairie
Botanical Diversity
Native plant diversity is
attractive to pollinators
and provides beautiful
Landscape for visitors
Jacobs — Fayetteville Project 10
7
Jacobs Fayetteville Client Monthly Report for July 2021 jaco S
5. Community Outreach
The U.S. Conference of Mayors has recognized Jacobs for its innovative wastewater testing program for the
COVID-19 virus. In the US Conference of Mayors Business Council 2020 Best Practices Report, the national
council showcased Jacobs' pilot program as an outstanding and innovative public/private partnership.
Jacobs launched the pilot program in May 2020 to monitor wastewater streams at more than 70 locations,
including the Fayetteville WRRF's. Through this endeavor, Jacobs sought to develop innovative and creative
ways to impact positive health and growth during this public health crisis. According to groundbreaking
research, monitoring a community's wastewater stream can provide a measure on the prevalence of the
outbreak and may be able to help mitigate future pandemics. Wastewater -based epidemiology for COVID-
19 also can help city and public health officials provide guidance on public safety measures and allow
business continuity for greater economic prosperity.
For the testing program, samples were collected for analysis to quantify the extent of the population
impacted by the virus. Partnering with academia and the local community, diagnostic testing protocols were
developed for sampling wastewater for the SARS-CoV-2 spread. The data collected will be used to develop
a correlation model that quantifies the extent of the population impacted by the virus. In addition to
sampling at various points within the treatment process and providing a general indication of the prevalence
of the disease to the population served, sampling can then be extended to the collection system to reveal
specific locations of potential hotspots. The Jacobs teams are also exploring additional partnerships to
provide more rapid, accurate testing, early warning systems, sensor technologies, and predictive models.
These additional tools will aid in the fight against viral outbreaks and potentially minimize the consequences
to public health and economic impact.
Unfven3ty Rteulrs
Cammvr<iaL Lib
Rosulh
ig of Virus in Wastewater
1,5009
250
1 WOi
T5P �
Soo
]50 S
ra►, �� U"n,rkrt 3-L,
V�
Dimia 3.1.2
o the Collection System
Jacobs — Fayetteville Project 11
MI
Jacobs Fayetteville Client Monthly Report for July 2021 jaco S
6. Sustainability
During the community involvement road cleanup event, removal of the invasive Queen Anne's Lace around
the Woolsey property yielded several areas of notable improvement.
Roadside
Cleanup
Jacobs volunteers
collect trash along
Broyles and Foxhunter
in this quarterly event to
Beautify the Community
Jacobs — Fayetteville Project 12
ON
Jacobs Fayetteville Client Monthly Report for July 2021 jaco S
7. Health & Safety/Training
Fayetteville continues to embrace a culture of safety and creative advances in training throughout July. The
facility achieved a total of 595 days without a recordable incident, which spotlights the efforts put forth by
the entire team. Safety is broken down into measurable categories, with one being the inspection rates. The
team completed a 100% inspection rate for July. Another notable category is the corrective action tasks
performed by the maintenance department. With the monthly totals reflecting a 100% turnover response,
this represents all items being corrected or communicated to project leadership. The project completed 20
Beyond Zero Safety Observations for the month. Fayetteville's safety team presented a training module on
"Laboratory Chemical Handling Safety Procedures" at the monthly plantwide meeting. Donna McChristian,
the lab safety representative, led the presentation. The training focused on proper lab safety principles such
as personal protective equipment, disposal of materials, and hazard recognition.
John Byrd attended a Toxicity Organic Management Plan (TOMP) 'IPP Back to Basics' Jacob's Webinar.
Several associates attended the Class I Wastewater Course and passed the test to obtain a Class I Wastewater
Operator's license.
Jacobs — Fayetteville Project 13
Jacobs Fayetteville - Client Monthly Report for July 2021
Appendix A. Additional Information
A.1 Effluent & Influent Data
.;acobs
2021 Monthly WR WR WR
Average CBOD CBOD TSS
Flow (mg/L) (lbs/d) (mg/L)
(MGD)
Permit 4.5 473 5.0
Limit July
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 1.0 105 6.9
pH
Min
(s.u.)
pH Fecal
Max Coliform
(s.u.) (MPN/
100m[)
9.0 200
525
Too
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
7.4
3.5
214
1.5
94
0.31
17.8
0.1
6
12.3
7.2
7.5
35
July
5.1
3.3
136
2.1
85
0.37
15.4
0.2
8
13.1
7.2
7.8
74
August
September
October
November
6.4 3.5 193 2.4 122
December
Average
0.19
9.9
0.2
12
13.8
7.2
7.5
65
White River Effluent Characteristics - Minerals
2021
WR
TDS
(mg/L)
WR
TDS
(Lbs/d)
WR WR WR
Sulfate Sulfate Nitrate
(mg/L) (lbs/d) (mg/L)
WR
Nitrate
(Lbs/d)
Permit
Limit July
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
338
20,861
50
4,391
6
483
July
347
15,391
61
2,478
7
292
August
September
October
November
December
Average
340
18,567
63
3,419
5
268
Jacobs - Fayetteville Project 14
Jacobs Fayetteville - Client Monthly Report for July 2021
Goose Creek Effluent Characteristics
2021 Monthly
Average
Flow
(MGD)
Permit
Limit July
January
10.8
February
9.7
March
11.8
April
12.1
May
14.2
June
10.9
July
9.1
August
September
October
November
December
Average
11.2
GC
CBOD
(mg/L)
5.3
GC
CBOD
(lbs/d)
442.0
GC TSS
(mg/L)
10.0
GC
TSS
(lbs/d)
834
GC
Phos
(mg/L)
1.00
GC
Phos
(lbs/d)
83.4
GC
Ammonia
(mg/L)
1.0
GC
Ammonia
(lbs/d)
83.4
2.0
174.3
1.1
95
0.08
7.2
0.2
18.4
2.0
161.9
1.0
81
0.08
6.4
0.1
8.1
2.1
202.0
1.0
101
0.13
12.8
0.1
13.3
2.0
202.1
1.0
101
0.08
7.6
0.1
13.5
2.0
236.1
1.0
118
0.06
7.2
0.1
13.6
2.0
188.4
1.0
94
0.06
5.9
0.11
10.2
2.4
177.9
1.0
75
0.22
19.9
0.2
19
.;acobs
D.O.
Avg
Min
ng/L)
pH Min
(s.u.)
pH Fecal
Max Coliform
(s.u.) (MPN/100m1)
9.0 200
6.9
6.0
10.7
7.0
7.4
8
11.1
7.0
7.4
5
10.4
7.1
7.5
7
9.9
7.2
7.5
6
9.7
7.3
7.5
5
9.3
7.1
7.6
6
9.0
7.3
7.7
10
2.1 1 191.8 1 1.0 95 I 0.10 I 9.6 0.1 I 13.8 I 10.0 I 7.1 7.5
Paul R. Noland Influent Characteristics
Noland Monthly Hydraulic BOD Organic TSS TSS PO4 PO4 NH3 NH3
WRRF Average Loadings Loading Loading Loading Loading Loading Loading Loading Loading
Flow Percent of (lbs/d) Percent (lbs/d) Percent (lbs/d) Percent (lbs/d) Percent of
(MGD) Design of of of Design
_ Design Design Design
Designed 12.6 29,666 23,198 765 2,250
(Annual
Avg.)
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
5.7
45.1%
13,062
44.0%
8,110
35.0%
176
23.0%
543
24.1%
July
5.0
39.7%
13,984
47.1%
7,746
33.4%
207
27.1%
559
24.8%
August
September
October
November
December
Average
6.2
49.3%
14,591
49.2%
8,387
36.2%
197
25.7%
725
32.2%
7
Jacobs - Fayetteville Project 15
Jacobs Fayetteville - Client Monthly Report for July 2021
West Side Influent Characteristics
.;acobs
West Side Monthly
WRRF Average
Flow
(MGD)
Hydraulic
Loadings
Percent
of Design
Boo Organic TSS TSS PO4 PO4 NH3 NH3
Loading Loading Loading Loading Loading Loading Loading Loading
(lbs/d) Percent of (lbs/d) Percent (lbs/d) Percent (lbs/d) Percent
Design of Design of Design of Design
14,595 14,595 584 1918
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
10.8
108.3%
11,669
80.0%
12,705
87.0%
195
33.4%
1,760
91.8%
July
9.1
91.1%
12,941
88.7%
15,103
103.5%
176
30.2%
1,443
75.2%
August
September
October
November
December
Average
11.2
111.9%
12,916
88.5%
13,243
90.7%
202
34.6%
1,633
85.1%
Jacobs - Fayetteville Project 16
MI
Jacobs Fayetteville - Client Monthly Report for July 2021 jaco S
Labor Status
Fayetteville
Department
Job Title
Employee Name
/o FTE
Admin
Project Manager
Monty Sedlak
95.00%
Admin
Assistant Project Manager
Leonides Moreno
100.00%
Admin - Operations
Operations Manager
Tim Luther
100.00%
Admin
Environmental Specialist
Jeff Hickle
100.00%
Admin
Health, Safety Compliance Professional
Wes Cloud
70.00%
Admin
Project Coordinator
Brandi Miller-DeWeese
90.00%
Admin
Administrative Assistant
Christy Taylor
100.00%
Admin
Administrative Assistant
Kassandra Foster
100.00%
BMS
Lead Operator
Jerry Genz
100.00%
BMS
Lead Operator
John Tenberae
100.00%
BMS
Equipment Operator
Charlie Boaer
100.00%
BMS
Equipment Operator
Anthony DeJesus
100.00%
BMS
Equipment Operator
Rick Witherspoon
100.00%
BMS
Equipment Operator
Vacant
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%
Admin
Admin-Ops 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
Robert Ingram
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 in Training
Garrett Powers
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 17
Jacobs Fayetteville - Client Monthly Report for July 2021
.;acobs
SCADA Instrument & Control Tech Pat Coolev 95.00%
SCADA Instrument & Control Tech Mark Gleber 100.00%
Authorized Positions = 48.0
in Filled Positions = 46.0
Filled FTE's= 44.6
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
23.75
Maintenance
Asset Manager Support
Bass, Edward Lee
0_1
Maintenance
Asset Manager Support
Turley. Johnny D OD)
58
Jacobs — Fayetteville Project 18