Loading...
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