Loading...
HomeMy WebLinkAboutCCMPacket2021-07-13CITY COMMISSION MEETING AGENDA FOR JULY 13, 2021 5:00 PM CITY HALL COMMISSION CHAMBERS 300 SOUTH FIFTH STREET Any member of the public who wishes to make comments to the Board of Commissioners is asked to fill out a Public Comment Sheet and place it in the box located at the end of the Commissioner’s desk on the left side of the Commission Chambers. The Mayor will call on you to speak during the Public Comments section of the Agenda. ROLL CALL INVOCATION PLEDGE OF ALLEGIANCE ADDITIONS/DELETIONS EMPLOYEE INTRODUCTION Introduction of Greg Guebert, Assistant City Engineer MAYOR'S REMARKS Items on the Consent Agenda are considered to be routine by the Board of Commissioners and will be enacted by one motion and one vote. There will be no separate discussion of these items unless a Board member so requests, in which event the item will be removed from the Consent Agenda and considered separately. The City Clerk will read the items recommended for approval. I. CONSENT AGENDA A.Approve Minutes for June 22, 24 & 25, 2021 B.Receive & File Documents C.Tree Advisory Board - Reappointment of Chris Dye and Jonathan Perkins D.Personnel Actions E.Approve Contract with Dallmann Systems, Inc. to provide a Security Camera Network and Video Management System to be used by Barkley Regional Airport for $70,114.71 (Grant Funded) - T WILSON F.Authorize Application for a FY 2021 Edward Byrne Memorial Justice Assistance Grant (JAG) in the amount of $12,325.00 - B LAIRD G.Fleet Maintenance Service Agreement between City of Paducah Fleet Department and Paducah McCracken County Joint Sewer Agency - C YARBER H.Fleet Maintenance Service Agreement between City of Paducah Fleet Department and Kevil City Fire Department - C YARBER I.Fleet Maintenance Service Agreement between City of Paducah Fleet Department and Kevil Rural Fire Department - C YARBER J.Authorize Contract with Aramark for Uniform Services for use by the Public Works Department, Engineering Department, and Parks Department - C YARBER K.Declaration of Trust and Trust Partnership Agreement for the Kentucky League of Cities Workers' Compensation Trust - S SUAZO L.Trust Participation Agreement - Kentucky League of Cities Insurance Services - General Insurance Trust - S SUAZO II. MUNICIPAL ORDER(S) A.Declaration and Transfer of Surplus Property to Habitat for Humanity (2011 Guthrie Avenue) - N HUTCHISON B.Declaration and Transfer of Surplus Property to Midtown Alliance of Neighbors (513 North 14th Street) - N HUTCHISON C.Approve the allocation of American Rescue Plan Act Funds in the amount of $4 million toward specific Stormwater Infrastructure Projects - J ARNDT D.Acquisition of Permanent Public Utility and Drainage Easements from Gill Family Properties, LLC located at 701 & 702 Oakcrest Drive for the Buckner Lane Bridge Replacement Project - R MURPHY E.Approval of Purchase of Property at 2416, 2420 & 2540 Barnett Street and 2364 South 24th Street from Hawker Holdings, LLC for $34,500 - R MURPHY F.Accept proposed premiums from the Kentucky League of Cities for Workers’ Compensation, Liability Insurance and Property Insurance Coverage in a total amount of $1,188,408.13 - S SUAZO G.Authorization for Mayor to execute an Employment Agreement with Daron Jordan for the City Manager position - S SUAZO H.Approve Professional Consulting Services Agreement with Arndt Municipal Support in an amount of $7,844.00 plus actual expenses - MAYOR BRAY III. ORDINANCE(S) - INTRODUCTION A.Amend Section 78-31 of the Paducah Code of Ordinances to Designate Juneteenth National Independence Day as a Holiday for City Employees - M SMOLEN B.Change Order for Pump Station #2 Construction Contract with Pace Contracting, LLC in the amount of $121,733.29. - R MURPHY C.Approval of Contract for Floodwall Seal Closures Project with Jim Smith Contracting, LLC in the amount of $577,763.16 - R MURPHY D.Approval of Contract for Floodwall Flapgate Replacement Project with Jim Smith Contracting, LLC in the amount of $ 2,152,000.00- R MURPHY IV. DISCUSSION A.Paving Update: Historical & Upcoming - R MURPHY V. COMMENTS A.Comments from the City Manager B.Comments from the Board of Commissioners C.Comments from the Audience VI. EXECUTIVE SESSION June 22, 2021 At a Regular Meeting of the Paducah Board of Commissioners held on Tuesday, June 22, 2021, at 5:00 p.m., in the Commission Chambers of City Hall located at 300 South 5th Street, Mayor Bray presided. Upon call of the roll by the City Clerk, the following answered to their names: Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5). INVOCATION: Commissioner Wilson led the invocation. PLEDGE OF ALLEGIANCE Mayor Bray led the pledge. MAYOR ’S REMARKS There will be a joint meeting with the County Fiscal Court to discuss the Sports Park and 911. This meeting will be held on Thursday, June 24, at 5:00 p.m. at the Convention Center. The City Manager search is ongoing. CONSENT AGENDA Mayor Bray asked if the Board wanted any items on the Consent Agenda removed for separate consideration. Mayor Bray asked that Items I(F) and I(G) be removed for separate discussion. Mayor Bray asked the City Clerk to read the remaining items on the Consent Agenda. I(A) Approve Minutes for June 8, 2021, Paducah Board of Commissioners Meetings I(B) Receive and File Documents: Deed File: 1. Deed of Conveyance – City of Paducah to Maria Angelique Korte – 2028 Clay Street – MO #2427 Contract File: 1. Legal Binding Agreement and Commonwealth of Kentucky Contract – Community Block Grant Program – Paducah Center Point and Four Rivers Behavioral Health, LLC. – MO #2377 2. Emergency Solutions Grant (ESG-CV) for Emergency Shelter in the amount of $31,500 through the Kentucky Housing Corporation – MO #2452 3. Addendum to Agreement For Employment – City Manager James Arndt – MO #2463 4. Entertainment Destination Center Agreements: ORD 2021-04-8685 Tribeca Inc. (d/b/a 1857 Hotel) Barrel and Bond, LLC Broussard’s Cajun Cuisine The Bully Gorilla Cynthia’s Foxbriar Bar June 22, 2021 The Freight House The Johnson Bar Max’s Brick Oven Café The Old-Fashioned Cigar Bar Over/Under Paducah Axe Paducah Beer Werks I(C) Reappointment of Vickie Brantley and Appointment of Mary “Mag” Wells-Vallejo to replace Linnea Baumgardner, whose term has expired, to the Paducah-McCracken County Senior Citizens, Inc. Said terms shall expire June 30, 2024. I(D) Reappointment of William Cox, Mark Davis and Bryan Carner to the Paducah Area Transit System . Said terms shall expire June 30, 2025. I(E) Personnel Actions I(F) A MUNICIPAL ORDER ADOPTING THE FY2021-2022 POSITION AND PAY SCHEDULE FOR THE FULL-TIME EMPLOYEES OF THE CITY OF PADUCAH, KENTUCKY (Removed for separate discussion) I(G) A MUNICIPAL ORDER ADOPTING THE FY2021-2022 JOB GRADE SCHEDULE FOR THE EMPLOYEES OF THE CITY OF PADUCAH, KENTUCKY (Removed for separate discussion) I(H) A MUNICIPAL ORDER ACCEPTING A 2020 COMMUNITY DEVELOPMENT BLOCK GRANT IN THE AMOUNT OF $200,000 THROUGH THE DEPARTMENT FOR LOCAL GOVERNMENT FOR THE FOUR RIVERS RECOVERY CENTER AND AUTHORIZING THE MAYOR TO EXECUTE ALL REQUIRED GRANT AWARD DOCUMENTS (MO #2467; BK 12) I(I) A MUNICIPAL ORDER AUTHORIZING AN APPLICATION FOR A 2021 COMMUNITY DEVELOPMENT BLOCK GRANT IN THE AMOUNT OF $200,000 THROUGH THE DEPARTMENT FOR LOCAL GOVERNMENT FOR THE FOUR RIVERS RECOVERY CENTER FOR PERSONNEL EXPENSES (MO #2468; BK 12) Commissioner Gault offered motion, seconded by Commissioner Guess, that the items on the consent agenda be adopted as presented. Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5). June 22, 2021 MUNICIPAL ORDERS APPROVE PAY AND POSITION SCHEDULE FY 2021-2022 Commissioner Guess offered motion, seconded by Commissioner Gault, that the Board of Commissioners adopt a Municipal Order entitled, “A MUNICIPAL ORDER ADOPTING THE FY2021-2022 POSITION AND PAY SCHEDULE FOR THE FULL-TIME EMPLOYEES OF THE CITY OF PADUCAH, KENTUCKY” Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5). (MO #2465; BK 12) APPROVE JOB GRADE SCHEDULE FOR NON-UNION CITY EMPLOYEES FY 2021-2022 Commissioner Henderson offered motion, seconded by Commissioner Wilson, that the Board of Commissioners adopt a Municipal Order entitled, “A MUNICIPAL ORDER ADOPTING THE FY2021-2022 JOB GRADE SCHEDULE FOR THE EMPLOYEES OF THE CITY OF PADUCAH, KENTUCKY” Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5). (MO #2466; BK 12) RESOLUTION DECLARING INTENT OF REIMBURSEMENT FOR CAPITAL EXPENDITURES FROM THE PROCEEDS OF TAX-EXEMPT OBLIGATIONS Commissioner Wilson offered motion, seconded by Commissioner Henderson, that the Board of Commissioners adopt a Resolution entitled, “A RESOLUTION OF THE BOARD OF COMMISSIONERS OF THE CITY OF PADUCAH, KENTUCKY DECLARING THE CITY ’S INTENT TO REIMBURSE ITSELF FOR THE COST OF CAPITAL EXPENDITURES FROM THE PROCEEDS OF TAX-EXEMPT OBLIGATIONS.” Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5). (MO BK 12) MUNICIPAL ORDERS PAYMENT TO CLEAN EARTH, INC. IN THE AMOUNT OF $46,795.70 FOR THE 2021 CLEAN-UP DAY Commissioner Gault offered motion, seconded by Commissioner Guess, that the Board of Commissioners adopt a Municipal Ordered entitled, “A MUNICIPAL ORDER AUTHORIZING THE FINANCE DIRECTOR TO PAY CLEAN EARTH, INC., IN AN AMOUNT OF $46,795.70 FOR THE DISPOSAL OF HOUSEHOLD HAZARDOUS WASTE AND ELECTRONIC WASTE COLLECTED DURING THE CITY/COUNTY 2021 CLEAN-UP DAY.” June 22, 2021 Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5). (MO #2469; BK 12) AUTHORIZE CITY MANAGER TO ENACT TEMPORARY DOWNTOWN STREET CLOSURES Commissioner Guess offered Motion, seconded by Commissioner Gault, that the Board of Commissioners adopt a Municipal Order entitled, “A MUNICIPAL ORDER OF THE CITY OF PADUCAH, KENTUCKY, AUTHORIZING THE CITY MANAGER TO ENACT CERTAIN TEMPORARY STREET CLOSURES AND PARKING SPACE VACATIONS IN THE DOWNTOWN AREA FOR THE PURPOSES OF ASSISTING LOCAL BUSINESSES TO EXPAND THEIR OUTSIDE DINING AREA FOOTPRINT.” Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5). (MO #2470; BK 12) ORDINANCE ADOPTION SECOND AMENDMENT – LEASE AGREEMENT – CREMATION SOCIETY OF PADUCAH, LLC Commissioner Henderson offered Motion, seconded by Commissioner Wilson, that the Board of Commissioners adopt an Ordinance entitled, AN ORDINANCE AUTHORIZING THE MAYOR TO EXECUTE A SECOND AMENDMENT TO LEASE AGREEMENT WITH CREMATION SOCIETY OF PADUCAH, LLC.” This Ordinance is summarized as follows: This ordinance approves the Second Amendment to Lease Agreement between the City of Paducah, Kentucky and Cremation Society of Paducah, LLC to allow the Cremation Society of Paducah, LLC to operate as a crematory, visitation and ceremonial funeral service establishment, and cremation garden. Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5). (ORD 2021-06-8690; BK 36) FY21 BUDGET AMENDMENT IN THE AMOUNT OF $2.9 MILLION – MATCH FUNDS - US AMY CORPS OF ENGINEERS FLOODWALL PROJECT Commissioner Wilson offered motion, seconded by Commissioner Henderson, that the Board of Commissioners adopt an Ordinance entitled, “AN ORDINANCE AMENDING ORDINANCE NO. 2020-6-8641, ENTITLED, “AN ORDINANCE ADOPTING THE CITY OF PADUCAH, KENTUCKY, ANNUAL OPERATING BUDGET FOR THE FISCAL YEAR JULY 1, 2020, THROUGH JUNE 30, 2021, BY ESTIMATING REVENUES AND RESOURCES AND APPROPRIATING FUNDS FOR THE OPERATION OF CITY GOVERNMENT.” This Ordinance is summarized as follows: That the annual budget for the fiscal year beginning July 1, 2020, and ending June 30, 2021, as adopted by Ordinance No. 2020-6-8641, be amended by the following re- appropriations: Transfer $2,900,000 from the FY2021 General Fund Reserve to the Floodwall Cash Match (FW0016) Project Account. Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5). (ORD 2021-06-8691; BK 36) June 22, 2021 APPROVE FY 2022 BUDGET Commissioner Henderson offered Motion, seconded by Commissioner Wilson, that the Board of Commissioners adopt an Ordinance entitled, “AN ORDINANCE ADOPTING THE CITY OF PADUCAH, KENTUCKY, ANNUAL OPERATING BUDGET FOR THE FISCAL YEAR JULY 1, 2021, THROUGH JUNE 30, 2022, BY ESTIMATING REVENUES AND RESOURCES AND APPROPRIATING FUNDS FOR THE OPERATION OF CITY GOVERNMENT.” This Ordinance is summarized as follows: Adopting the City of Paducah annual budget for Fiscal Year July 1, 2021, through June 30, 2022, by estimating revenues and resources and appropriating funds for the operation of City Government at $72,124,075, and summarized by fund as follows: Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5). (ORD 2021-06-8692; BK 36) June 22, 2021 DISCUSSION Communications Manager Pam Spencer provided the following summary: Remote Workers Incentive Program One of the Paducah Board of Commissioners’ priority action items is the development of a remote workers incentive program. Business Development Specialist Kathryn Byers provided an overview of a proposed program with a goal of attracting to Paducah approximately 40 full-time remote workers from 100 miles or more outside Paducah by offering the following incentives: Relocation expenses Internet access Community connections through tickets to cultural amenities, memberships to professional networks, a membership at Sprocket, and classes at local higher education institutes City of Paducah payroll tax waiver for a 12-month period The City has allocated $100,000 for the incentives and marketing with the goal to reach workers in the following cities: Atlanta, Georgia; Austin, Texas; Charlotte, North Carolina; Chicago, Illinois; Houston, Texas; and Louisville, Kentucky. The plan is to present a final draft of the proposed incentives in July and implement the program in August. Plan to Repurpose Robert Cherry Civic Center The Paducah Board of Commissioners discussed the future of the Robert Cherry Civic Center located at 2701 Park Avenue. Due to the COVID-19 pandemic, the City closed the facility more than a year ago. Since that time, Mayor Bray says the City has been looking at repurposing the Civic Center since the facility operates at an annual loss of more than $35,000. On a related note, the Parks and Recreation Department and the Senior Center are in a building on H.C. Mathis Drive that is expensive to maintain with utility costs around $100,000 per year. As a solution, the City is looking at renovating the Civic Center to provide office space for the Parks Department and a banquet hall for the public. Mayor Bray emphasized that this is a decision of economics. The next step is to receive a cost estimate for proposed Civic Center renovations. The Senior Center is also reviewing other buildings that would be more economical for its operations. COMMENTS Assistant City Manager, Michelle Smolen Noble Park Pool is now open, and will be open through August 8, 2021. Session 1 will be from Noon to 2:00 p.m. and Session 2 will be from 3:00 to 5:00 p.m. June 22, 2021 Entertainment Destination Center – Commissioners Henderson and Wilson both inquired about the status of the EDC. Katie Axt reports that there is a delay in the shipment of cups due to supply shortages. But the restaurants that have signed up to participate are ready to go when the cups do come in. EXECUTIVE SESSION Commissioner Gault offered motion, seconded by Commissioner Guess that the Board of Commissioners go into closed session for discussion of matters pertaining to the following topic: Issues which might lead to the appointment, dismissal or disciplining of an employee, as permitted by KRS 61.810(1)(f) Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5). RECONVENE IN OPEN SESSION Commissioner Gault offered motion, seconded by Commissioner Guess, that the Paducah Board of Commissioners reconvene in open session. Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5) ADJOURN Commissioner Henderson offered motion, seconded by Commissioner Wilson, to adjourn the meeting of the Paducah Board of Commissioners. Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5) TIME ADJOURNED: 6:52 p.m. ADOPTED: July 13, 2021 ______________________________ George Bray, Mayor ATTEST: ________________________________ Lindsay Parish, City Clerk June 24, 2021 At a Joint Called Meeting of the Paducah Board of Commissioners and McCracken County Fiscal Court, held on Thursday, June 24, 2021, at 5:00 p.m., in the Cumberland Room at the Convention Center located at 415 Park Street, Paducah, Kentucky, Mayor Bray and Judge Executive Clymer presided. Upon call of the roll by the County Clerk, the following answered to their names: County Commissioners Bartleman, Jones, Parker and Judge Executive Clymer (4). Upon call of the roll by the City Clerk, the following answered to their names: Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5). DISCUSSION E911 & SPORTS COMPLEX After a discussion regarding E911 & the Sports Complex, County Commissioner Eddie Jones offered motion, seconded by County Commissioner Jeff Parker that “The County Judge and Mayor will draw a Memorandum of Opinion setting forth our joint intent to agree on a 50/50 partnership in establishing a 911 system and sports park in Paducah-McCracken County.” Adopted by the Fiscal Court unanimously. Commissioner Wilson offered motion, seconded by Commissioner Henderson that “The County Judge and Mayor will draw a Memorandum of Opinion setting forth our joint intent to agree on a 50/50 partnership in establishing a 911 system and sports park in Paducah-McCracken County.” Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5). ADJOURN County Commissioner Parker offered motion, seconded by County Commissioner Jones to adjourn the meeting of the Fiscal Court. All voted Aye. Commissioner Gault offered motion, seconded by Commissioner Guess, to adjourn the meeting of the Paducah Board of Commissioners. Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5) Meeting ended at approximately 5:45 p.m. ADOPTED: July 13, 2021. ______________________________ George Bray, Mayor June 24, 2021 ATTEST: ________________________________ Lindsay Parish, City Clerk June 25, 2021 At a Called Meeting of the Paducah Board of Commissioners held on Thursday, June 25, 2021, at 9:00 a.m., in the Commission Chambers of City Hall located at 300 South Fifth Street, Paducah, Kentucky. Mayor Bray presided. Upon call of the roll by the City Clerk, the following answered to their names: Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5). EXECUTIVE SESSION Commissioner Gault offered motion, seconded by Commissioner Guess, that the Board of Commissioners go into closed session for discussion of matters pertaining to the following topic: Issues which might lead to the appointment, dismissal or disciplining of an employee, as permitted by KRS 61.810(1)(f) Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5) RECONVENE IN OPEN SESSION Commissioner Henderson offered motion, seconded by Commissioner Wilson, that the Paducah Board of Commissioners reconvene in open session. Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5) ADJOURN Commissioner Gault offered motion, seconded by Commissioner Guess, to adjourn the meeting of the Paducah Board of Commissioners. Adopted on call of the roll yeas, Commissioners Gault, Guess, Henderson, Wilson and Mayor Bray (5) Meeting ended at approximately 1:20 p.m. ADOPTED: July 13, 2021 ______________________________ George Bray, Mayor ATTEST: ________________________________ Lindsay Parish, City Clerk July 13, 2021 RECEIVE AND FILE DOCUMENTS: Minute File: 1. Notice of Called Meeting of the Board of Commissioners - June 17, 2021 2. Notice of Called Meeting of the Board of Commissioners - June 18, 2021 3. Notice of Called Joint meeting of the Board of Commissioners and the McCracken County Fiscal Court – June 24, 2021 4. Notice of Called Meeting of the Board of Commissioners – June 25, 2021 5. Letter from Paducah Power System dated June 17, 2021 – with enclosure regarding July 2021 Paducah Power System Electric Rates Deed File: 1. Deed of Conveyance – Computer Services, Inc. to City of Paducah – MO #2409 2. Commissioner’s Deed – 1024 South 5th Street Contract File: 1. Contract with Peck Flannery Gream Warren Inc. (PFGW), for Robert Cherry Civic Center Feasibility Study from PFGW Architects dated July 1, 2021 (CM Signed) 2. Contract For Services – between Paducah Parks and Recreation and Atlas Cube – portable restrooms and hand washing stations with Certificate of Liability Insurance (CM Signed) 3. June 23, 2021 – Letter of Commitment for City Block Facilities – Weyland Ventures – ORD 2020-08-8650 4. Entertainment Destination Center Agreement with Big Blue Bar2, Inc. – ORD 2021-04-8685 5. Second Amendment to Lease Agreement between the City of Paducah and Cremation Society of Paducah, LLC – ORD 2021-06-8690 6. Contract Between The Kentucky Department For Libraries and Archives and Paducah Police Department – MO #2437 Financials File: 1. Paducah Water Works – Month ended May 31, 2021 2. Transit Authority of the City of Paducah – Financial Statement – year ended 6/30/202 Bids File: 1. Bids for PPD Scanning Project (MO #2437) a. DRMS * (Chosen Bid) b. US Imaging, Inc. c. Doc Scan d. Info+ Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Approve Contract with Dallmann Systems, Inc. to provide a Security Camera Network and Video Management System to be used by Barkley Regional Airport for $70,114.71 (Grant Funded) - T WILSON Category: Municipal Order Staff Work By: Ty Wilson Presentation By: Ty Wilson Background Information: This project is funded by a grant through the Kentucky Office of Homeland Security and the U.S. Department of Homeland Security. Municipal Order 2239 allowed the City to apply for this grant on behalf of Barkley Regional Airport. This grant was applied for to replace the out-of-date security camera system that is currently in use. This grant was accepted by Municipal Order 2328. Per procurement guidelines, the City of Paducah entered a competitive process for the purchase and installment for the security camera network and video management system. The bid opening was held in the Commission Chambers in City Hall on May 12, 2021. Five bids were received. The bid from Dallmann Systems, Inc. was deemed the lowest responsive bid. The amount bid was $70,114.71. The contract lines out the agreement between the City of Paducah and Dallmann Systems, Inc. It is understood that all equipment used for the project will become property of Barkley Regional Airport upon completion. All attached documents are a part of the contract. Does this Agenda Action Item align with a Commission Priority? No If yes, please list the Commission Priority: Communications Plan: There are no communication plans at this time. Funds Available:Account Name: Account Number: Staff Recommendation: Authorize the Mayor to execute Contract documents. Attachments: 1.MO - purchase of Security Camera Network – Barkley Airport – July 2021 2.Full Dallmann Systems Bid Proposal 3.Contract for Barkley Airport Project_Update 2 MUNICIPAL ORDER NO. ________ A MUNICIPAL ORDER AUTHORIZING THE PURCHASE OF A SECURITY CAMERA NETWORK AND VIDEO MANAGEMENT SYSTEM FOR USE BY BARKLEY REGIONAL AIRPORT FROM DALLMANN SYSTEMS, INC., IN THE AMOUNT OF $70,114.71 AND AUTHORIZING THE MAYOR TO EXECUTE ALL DOCUMENTS RELATED TO SAME WHEREAS, Municipal Order 2239 and Municipal Order 2328 allowed the City to apply for and accept a grant through the Kentucky Office of Homeland Security and the U.S. Department of Homeland Security to replace the out-of-date security camera system that is currently in use at Barkley Regional Airport; and WHEREAS, a bid opening was held in the Commissioner Chambers of City Hall on May 12, 2021 for the security camera network and video management system; and WHEREAS, the bid from Dallmann Systems, Inc., in the amount of $70,114.71, was deemed the lowest responsive bid; and WHEREAS, the City of Paducah now wishes to enter into an agreement with Dallmann Systems, Inc. BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the Mayor is hereby authorized to execute a contract with Dallmann Systems, Inc., for purchase and installation of a Security Camera Network and Video Management System to be used by Barkley Regional Airport in the amount of $70,114.71, according to the specifications, bid proposal and all contract documents heretofore approved and incorporated in the bid. SECTION 2. This expenditure shall be funded by a grant through the Kentucky Office of Homeland Security and the U.S. Department of Homeland Security SECTION 3. This Order will be in full force and effect from and after the date of its adoption. ______________________________ Mayor ATTEST: _____________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, July 13, 2021 Recorded by Lindsay Parish, City Clerk, July 13, 2021 MO\purchase of Security Camera Network – Barkley Airport – July 2021 PROPOSAL Barkley Reginal Airport Security System Upgrade Barkley Reginal Airport 2901 Fisher Rd Paducah, Kentucky 40286 Presented By: Dallmann Systems, Inc. Revision: 5/24/2021 0 www.dallmannsystems.com 1247 Bridgeport Drive Jeffersonville, Indiana 47130 United States 812-283-7255 www.dallmannsystems.com Modified: Surveillance System ARXYS VXV2-R12E-144 VideoX V2 R12E 144TB Enterprise NVR Server - 200Cameras w/ VMD (12 Bay 2U Rack - 112TB R6 Usable)( Windows Server 2019) 1 Avigilon 12.0W-H5A-FE-DO1-IR 12MP H5A Fisheye IR Dome Camera 12 Avigilon 8.0C-H5A-BO1-IR 8MP H5A Bullet Camera with 4.9-8mm Lens 14 Avigilon 8.0C-H5A-D1-IR 8MP H5A Indoor IR Dome Camera with 4.9-8mm Lens 5 Avigilon ACC7-ENT ACC 7 Enterprise camera channel 31 Avigilon H4-BO-JBOX1 Bullet Junction Box for H5A / H4A Bullet Cameras 12 Avigilon RM5-WKS-4MN-NA Remote Monitoring Workstation; 4 monitors; NA 2 Cisco WS-C2960XR-48FPD-I Catalyst 2960 Xr Gige PoE Networking Switch with Dual Power Supply 1 Comcables CN-C6A-GN-C RJ45 Performance Jack, CAT6A, Green 31 Comcables FP-1BK Faceplate, 1 Port, Black 12 Comcables N-11111-1M-GN-C CAT 6 Patch Cable 1M 31 Cyberview RKP117 U 17" Rack Mount Monitor Keyboard Drawer with Samsung TFT LCD 1 Middle Atlantic R412-3824B 38SP 4-POST FRM RK 12/24 1 Minuteman UPS PRO2000RT2U (6) 5-15R / (1) L5-20R 1 Rev.0 Barkley Reginal Airport Security System Upgrade Project No : DALLM-0045 5/24/2021 Page 2 of 4 * Price Includes Accessories Platinum Tools 106178J RJ45 Connector (8P8C) CAT6 High Performance Round Solid 3 Prong, 100/Jar 1 RACO 8660 4 in. x 2 in. Drawn Handy Electrical Box, Raised Ground 12 RATEL Wireless Keyboard Mouse Combo Wireless Keyboard Mouse Combo 2 Samsung UN50TU7000FXZA 50" Class 7 Series LED 4K UHD Monitor 1 Sanus VLL5-B1 Wall Mount For Flat Panel Display 1 Vigitron Vi2001 Single-port MaxiiGuard ethernet surge protector 12 W Box Technologies 0E-C6PP48 Cat 6 Patch Panel 48 Port 1 Windy City Wire 5566060 Cable, Cat6, 23-4P, CMP, Green, 1000 Feet Installed J-Hook 5 Project Subtotal:$61,767.32 Rev.0 Barkley Reginal Airport Security System Upgrade Project No : DALLM-0045 5/24/2021 Page 3 of 4 * Price Includes Accessories PROJECT SUMMARY $61,767.32Equipment: $8,347.39Labor: Grand Total: $70,114.71 Date Ty Wilson Date Dallmann Systems, Inc. Client: Contractor: Rev.0 Barkley Reginal Airport Security System Upgrade Project No : DALLM-0045 5/24/2021 Page 4 of 4 * Price Includes Accessories 2901 Fisher Rd Paducah, Kentucky 40286 Barkley Reginal Airport Security System Upgrade Barkley Reginal Airport CONTRACT Revision: 5/24/2021 0 Modified: Presented By: Dallmann Systems, Inc. 1247 Bridgeport Drive Jeffersonville, Indiana 47130 United States 812-283-7255 www.dallmannsystems.com A.The general project description is contained in the attached document and related documents from herein referred to as the “Proposal”. B.The specific work to be performed by Contractor is the installation of the specified system as outlined in the Proposal. C.The total amount to be paid by the owner for the performance (subject to additions and deductions by written change order) shall not exceed the total specified in the Proposal. D.Progress payments will be made according to the payment schedule. Equipment will not be ordered until the equipment deposit has been submitted. These times are subject to the timing of the construction and the lead times required for the ordered equipment to be delivered. E.Payment is due immediately after invoicing. Unpaid balance beyond 30 days after invoicing of completed tasks as outlined in item D shall bear interest payable to Contractor at a rate of 1.5% per month simple interest. F.This Proposal expires 30 days following the date stated on the top of this agreement. No work will be scheduled without a deposit plus a signed copy of this agreement. All drawings and specifications contingent on agreement and retainer. G.If job is of a retro-fit/remodel nature on an existing structure, and scope of work exceeds time estimated to complete because of unforeseen circumstances, owner agrees that he/she will be back-charged at a rate of $65 per man, per hour for all extra labor involved in completing the job. H.Contractor reserves the right to replace proposed models in the case of obsolescence, discontinuation or unavailability with a comparable model of equal or greater value upon customer approval. Contractor will not be held responsible or liable in any way for any said product's obsolescence, discontinuation or unavailability. Payment Schedule Amount Due Date Payment Due on Completion of Project $70,114.71 Rev.0 Barkley Reginal Airport Security System Upgrade Project No : DALLM-0045 5/24/2021 Page 1 of 2 This proposal is valid for 30 days. Invoicing: • Dallmann Systems, Inc will submit a mobilization invoice upon contract award for 25% of the total contract amount. Mobilization includes (but is not limited to) all preparatory work necessary for the coordination and organization of personnel, procurement of materials, equipment, supplies, and incidentals required to begin the project; for the establishment of all necessary storage and facilities to facilitate the work; for premiums on bond and insurance (as applicable); and for all procedures/actions performed or costs incurred before the beginning of work. • Customer expressly allows Dallmann Systems, Inc to invoice for stored materials. Dallmann Systems, Inc will store materials at the customer location or in the Dallmann Systems, Inc bonded and insured warehouse and provide backup documentation with inventories by part number, pictures, etc., as requested by the Customer. • Customer expressly allows Dallmann Systems, Inc to submit progressive invoices based upon completed work percentage or other production milestone, unless otherwise written on contract as different payment terms. All Invoices due in receipt Dallmann Systems, Inc may elect to preserve our right to perfect a bond or lien by sending notices in accordance with statutory requirements. Any change to the scope of work or materials described in this proposal involving extra cost will only be effective upon the execution of a written change order by involved parties. Pricing is conditional upon unrestricted access to all applicable areas where work is to be performed or access to and from areas where work is to be performed. Unless otherwise noted, the scope of work shown in this proposal is to be performed without delays. Additional trip charges may apply if delays caused by reasons outside of Dallmann Systems, Inc’s control. Dallmann Systems, Inc will guarantee all material and workmanship for a period of one year from the completion of the work included in this proposal. The warranty will commence upon final project acceptance and will terminate the 365th day beyond the date of final acceptance, regardless of warranty work conducted during the warranty period. The Owner is responsible for troubleshooting and identifying faults covered under this warranty. Additional fees may apply if Dallmann Systems, Inc must troubleshoot issues for the Owner and/or if, during the course acting on a warranty request, Dallmann Systems, Inc determines that the issue was not generated by failures in material or workmanship. Except for the foregoing warranty, Dallmann Systems, Inc specifically disclaims all other warranties, express or implied, including but not limited to the warranties of merchantability and of fitness for a particular purpose. Dallmann Systems, Inc shall not be liable for any special, consequential, incidental or exemplary damages or loss. Dallmann Systems, Inc will not be responsible for equipment or parts which are in disrepair due to misuse, accident or mishandled by others not authorized to service this equipment during our agreement time. Dallmann Systems, Inc will not be responsible for damages caused by fire, the elements, civil commotion, and malicious mischief, negligence of the customer, its agents or acts of God. This proposal is the property of Dallmann Systems, Inc. It is not for publication and is issued expressly on the condition that it is not to be copied, reprinted, or reproduced in any manner; nor is it to be disclosed to any third party, either wholly or in part without the express written consent of Dallmann Systems, Inc. Date: Date: Client: Ty Wilson Contractor:Dallmann Systems, Inc. Rev.0 Barkley Reginal Airport Security System Upgrade Project No : DALLM-0045 5/24/2021 Page 2 of 2 4.2 UNIT PRICE FORM Provide installed price for each of the following elements of the project: Description Price (each) Exterior Fixed Camera, Mount and License Interior Fixed Camera, Mount and License Interior 360-Degree Fisheye Camera, Mount and License 100’ CAT-6 Plenum Rated Ethernet Cable Tested and Terminated Uninterruptible Power Supply Small Form Factor PC, Wireless Keyboard and Wireless Mouse Rack Mount KVM 49” Digital Display and Wall Mount Bracket $553.33 $1,071.00 $195.00 $1,630.00 $1,227.00 $1,336.00 $973.75 $767.50 AGREEMENT FOR THE PURCHASE AND INSTALLATION OF A SECURITY CAMERA NETWORK AND VIDEO MANAGEMENT SYSTEM FOR THE BARKLEY REGIONAL AIRPORT THIS AGREEMENT, made this day of , 2021 by and between the CITY OF PADUCAH, hereinafter called the CITY, and DALLMANN SYSTEMS, INC. hereinafter called the VENDOR, for the consideration hereinafter named, agree as follows: ARTICLE 1. SCOPE OF WORK The Vendor shall provide a Security Camera Network and Video Management System to be used by Barkley Regional Airport in full compliance with the Bid Proposal Dated May 12, 2021 and with this Agreement, the Specifications, Terms and Conditions, and Addendum(s) issued, attached hereto as “Exhibit A.” ARTICLE 2. OWNERSHIP OF THE AIRPORT Although the City applied for a Kentucky Office of Homeland Security Grant to fund the purchase on behalf of the Barkley Regional Airport, a City partner and economic driver for the community, all equipment, licensing, and software provided by the Vendor to Barkley Regional Airport as a result of this project shall become the property of the airport upon completion. ARTICLE 3. TIME FOR COMPLETION AND LIQUIDATED DAMAGES The Vendor hereby agrees to commence work under this Contract and to fully complete the delivery of the Security Camera Network and Video Management System within 60 consecutive calendar days thereafter from the date of this Agreement. ARTICLE 4. THE CONTRACT SUM The City agrees to pay the Vendor the following, subject to additions and deductions provided therein: Seventy thousand one hundred fourteen dollars and seventy-one cents ($70,114.71) as quoted in the aforementioned Vendor’s Bid Proposal (Exhibit A) and as approved by the Board of Commissioners on ___________ by Municipal Order #____________. ARTICLE 5. PAYMENTS The City will make Payment in accordance with Exhibit A. The Payment shall constitute full compensation for the work and services authorized herein. ARTICLE 6. GOVERNING LAW The Parties agree that this Agreement and any legal actions concerning its validity, interpretation and performance shall be governed by the laws of the Commonwealth of Kentucky. The parties further agree that the venue for any legal proceeding relating to this Agreement shall exclusively be in McCracken County, Kentucky. ARTICLE 7. THE CONTRACT DOCUMENTS The Specifications, terms and conditions, and any addendum that may have been issued are fully a part of this Contract as if thereto attached or herein repeated. IN WITNESS WHEREOF: The parties hereto have executed this Agreement, the day and year first above written. VENDOR CITY OF PADUCAH, KENTUCKY BY __________________________ BY ____________________________ TITLE ________________________ George Bray, Mayor ADDRESS: ADDRESS: Post Office Box 2267 Paducah, Kentucky 42002-2267 Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Authorize Application for a FY 2021 Edward Byrne Memorial Justice Assistance Grant (JAG) in the amount of $12,325.00 - B LAIRD Category: Municipal Order Staff Work By: Ty Wilson, Joseph Hayes Presentation By: Brian Laird Background Information: The Edward Byrne Memorial Justice Assistance Grant (JAG) is a federal formula grant funded through the U.S. Department of Justice. The city has received a notice of eligibility for the amount of $12,325. The Paducah Police Department proposes to purchase a radar trailer message board. The speed trailer message board collects speed data for problematic areas. It also provides a visual educational opportunity for motorists who may be operating a motor vehicle at a high rate of speed or in a dangerous area. The electronic message board will display their speed and if they are over the speed limit will display "Slow Down". Blue and red LED lights will also flash if they are over the speed limit. This piece of equipment will be utilized to help reduce the number of speed related crashes, as well as to determine where and when traffic enforcement should be conducted. There is no match requirement for this grant. The estimated cost of this equipment is $12,245. Does this Agenda Action Item align with a Commission Priority? No If yes, please list the Commission Priority: Communications Plan: There are no communication plans at this time. Funds Available:Account Name: Account Number: Staff Recommendation: Authorize and direct the Mayor to execute all required grant application documents. Attachments: 1.MO - app – 2021 Justice Assistance Edward Byrne JAG MUNICIPAL ORDER NO. ______ A MUNICIPAL ORDER APPROVING THE EXECUTION OF A GRANT APPLICATION TO OBTAIN A 2021 EDWARD BYRNE MEMORIAL JUSTICE ACCOUNTABILITY GRANT, THROUGH THE U.S. DEPARTMENT OF JUSTICE, IN THE AMOUNT OF $12,325, TO BE USED BY THE PADUCAH POLICE DEPARTMENT FOR THE PURCHASE OF A RADAR TRAILER MESSAGE BOARD BE IT ORDERED BY THE BOARD OF COMMISSIONERS OF THE CITY OF PADUCAH, KENTUCKY: SECTION 1. The City of Paducah hereby approves the execution of a grant application to obtain a 2021 Edward Byrne Memorial Justice Accountability Grant, through the U.S. Department of Justice, in the amount of $12,325, to be used by the Paducah Police Department toward the purchase of a radar trailer message board, to be utilized to help reduce the number of speed related crashes and to determine where and when traffic enforcement should be conducted. This grant does not require a local cash match. SECTION 2. This order shall be in full force and effect from and after the date of its adoption. _________________________________ George Bray, Mayor ATTEST: _______________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, July 13, 2021 Recorded by Lindsay Parish, City Clerk, July 13, 2021 \mo\grants\app – 2021 Justice Assistance Edward Byrne JAG Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Fleet Maintenance Service Agreement between City of Paducah Fleet Department and Paducah McCracken County Joint Sewer Agency - C YARBER Category: Municipal Order Staff Work By: Debbie Collins, Jim Scutt Presentation By: Chris Yarber Background Information: May 10, 2021, a Fleet Maintenance Service Agreement was entered into for City of Paducah Fleet Department to provide all professional labor, materials, equipment and operations necessary for scheduled maintenance, upkeep, repair and preventive maintenance, pursuant to the fee schedule for Paducah McCracken County Joint Sewer Agency. Does this Agenda Action Item align with a Commission Priority? No If yes, please list the Commission Priority: Communications Plan: Funds Available:Account Name: Account Number: Staff Recommendation: Approve a Municipal Order for the Fleet Maintenance Service Agreement for City of Paducah Fleet Department to provide all professional labor, materials, equipment and operations necessary for scheduled maintenance, upkeep, repair and preventive maintenance, pursuant to the fee schedule for Paducah McCracken County Joint Sewer Agency. Attachments: 1.MO - agree-fleet maintenance services - Paducah-McCracken County JSA 2.JSA - Service Agreement for Fleet Maintenance with labor rates MUNICIPAL ORDER NO. _____________ A MUNICIPAL ORDER APPROVING A FLEET MAINTENANCE, MOTORIZED EQUIPMENT, AND EMERGENCY APPARATUS SERVICE AGREEMENT WITH PADUCAH-McCRACKEN COUNTY JOINT SEWER AGENCY TO PROVIDE FLEET MAINTENANCE SERVICES AT HOURLY RATES WHEREAS, The City of Paducah wishes to enter into a Fleet Maintenance Service Agreement with the Paducah-McCracken County Joint Sewer Agency, for the City of Paducah Fleet Department to provide fleet services at hourly rates. NOW, THEREFORE, BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the Board of Commissioners hereby approves the City of Paducah Fleet Maintenance, Motorized Equipment and Emergency Apparatus Service Agreement (hereinafter the “Agreement”) with the Paducah-McCracken County Joint Sewer Agency in substantially the form attached hereto and made part hereof (Exhibit A) and ratifies the Mayor’s signature. SECTION 2. That the hourly labor rates are as follows: Shop Hourly Labor Rate Heavy Truck $95 per hour Heavy Equipment $95 per hour Passenger Vehicle $85 per hour Light Truck $85 per hour Small Engine $75 per hour SECTION 3. That the initial term of the Agreement shall be for a period of one (1) year. Such term shall automatically renew at the end of the Initial Term and any subsequent terms thereafter for an additional one (1) year unless either party terminates the Agreement upon 60 day’s written notice in accordance with Paragraph 7 of the Agreement. In addition, the City of Paducah may terminate the Agreement with cause upon thirty days’ written notice for non- payment of fees. SECTION 4. This Order shall be in full force and effect from and after the date of its adoption. ______________________________________ George Bray, Mayor ATTEST: __________________________ Lindsay Parish, City Clerk Introduced by the Board of Commissioners, July 13, 2021 Adopted by the Board of Commissioners, July 13, 2021 mo/agree-fleet maintenance services – Paducah McCracken County JSA EXHIBIT A Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Fleet Maintenance Service Agreement between City of Paducah Fleet Department and Kevil City Fire Department - C YARBER Category: Municipal Order Staff Work By: Debbie Collins, Jim Scutt Presentation By: Chris Yarber Background Information: June 25, 2021, a Fleet Maintenance Service Agreement was entered into for City of Paducah Fleet Department to provide all professional labor, materials, equipment and operations necessary for scheduled maintenance, upkeep, repair and preventive maintenance, pursuant to the fee schedule for Kevil City Fire Department. Does this Agenda Action Item align with a Commission Priority? No If yes, please list the Commission Priority: Communications Plan: Funds Available:Account Name: Account Number: Staff Recommendation: Approve a Municipal Order for the Fleet Maintenance Service Agreement for City of Paducah Fleet Department to provide all professional labor, materials, equipment and operations necessary for scheduled maintenance, upkeep, repair and preventive maintenance, pursuant to the fee schedule for Kevil City Fire Department. Attachments: 1.MO - agree-fleet maintenance services - Kevil City Fire Department 2.Kevil City Service Agreement 1 MUNICIPAL ORDER NO. _____________ A MUNICIPAL ORDER APPROVING A FLEET MAINTENANCE, MOTORIZED EQUIPMENT AND EMERGENCY APPARATUS SERVICE AGREEMENT WITH KEVIL CITY FIRE DEPARTMENT TO PROVIDE FLEET MAINTENANCE SERVICES AT HOURLY RATES AND AUTHORIZING THE MAYOR TO EXECUTE SAME WHEREAS, the City of Paducah wishes to enter into a Fleet Maintenance Service Agreement with the Kevil City Fire Department for the City of Paducah Fleet Department to provide fleet services at hourly rates. NOW, THEREFORE, BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the Board of Commissioners hereby authorizes the Mayor to execute the City of Paducah Fleet Maintenance, Motorized Equipment and Emergency Apparatus Service Agreement (hereinafter the “Agreement”) with the Kevil City Fire Department in substantially the form attached hereto and made part hereof (Exhibit A). SECTION 2. That the hourly labor rates are as follows: Shop Hourly Labor Rate Heavy Truck $95 per hour Heavy Equipment $95 per hour Passenger Vehicle $85 per hour Light Truck $85 per hour Small Engine $75 per hour SECTION 3. That the initial term of the Agreement shall be for a period of one (1) year. Such term shall automatically renew at the end of the Initial Term and any subsequent terms thereafter for an additional one (1) year unless either party terminates the Agreement upon 60 day’s written notice in accordance with Paragraph 7 of the Agreement. In addition, the City of Paducah may terminate the Agreement with cause upon thirty days’ written notice for non- payment of fees. SECTION 4. This Order shall be in full force and effect from and after the date of its adoption. 2 ______________________________________ George Bray, Mayor ATTEST: __________________________ Lindsay Parish, City Clerk Introduced by the Board of Commissioners, July 13, 2021 Adopted by the Board of Commissioners, July 13, 2021 mo/agree-fleet maintenance services – Kevil Rural Fire Department 3 EXHIBIT A Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Fleet Maintenance Service Agreement between City of Paducah Fleet Department and Kevil Rural Fire Department - C YARBER Category: Municipal Order Staff Work By: Debbie Collins, Jim Scutt Presentation By: Chris Yarber Background Information: June 28, 2021, a Fleet Maintenance Service Agreement was entered into for City of Paducah Fleet Department to provide all professional labor, materials, equipment and operations necessary for scheduled maintenance, upkeep, repair and preventive maintenance, pursuant to the fee schedule for Kevil Rural Fire Department. Does this Agenda Action Item align with a Commission Priority? No If yes, please list the Commission Priority: Communications Plan: Funds Available:Account Name: Account Number: Staff Recommendation: Approve a Municipal Order for the Fleet Maintenance Service Agreement for City of Paducah Fleet Department to provide all professional labor, materials, equipment and operations necessary for scheduled maintenance, upkeep, repair and preventive maintenance, pursuant to the fee schedule for Kevil Rural Fire Department. Attachments: 1.MO - agree-fleet maintenance services - Kevil Rural Fire Department 2.Kevil Rural Service Agreement MUNICIPAL ORDER NO. _____________ A MUNICIPAL ORDER APPROVING A FLEET MAINTENANCE, MOTORIZED EQUIPMENT AND EMERGENCY APPARATUS SERVICE AGREEMENT WITH KEVIL RURAL FIRE DEPARTMENT TO PROVIDE FLEET MAINTENANCE SERVICES AT HOURLY RATES AND AUTHORIZING THE MAYOR TO EXECUTE SAME WHEREAS, the City of Paducah wishes to enter into a Fleet Maintenance Service Agreement with the Kevil Rural Fire Department for the City of Paducah Fleet Department to provide fleet services at hourly rates. NOW, THEREFORE, BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the Board of Commissioners hereby authorizes the Mayor to execute the City of Paducah Fleet Maintenance, Motorized Equipment and Emergency Apparatus Service Agreement (hereinafter the “Agreement”) with the Kevil Rural Fire Department in substantially the form attached hereto and made part hereof (Exhibit A). SECTION 2. That the hourly labor rates are as follows: Shop Hourly Labor Rate Heavy Truck $95 per hour Heavy Equipment $95 per hour Passenger Vehicle $85 per hour Light Truck $85 per hour Small Engine $75 per hour SECTION 3. That the initial term of the Agreement shall be for a period of one (1) year. Such term shall automatically renew at the end of the Initial Term and any subsequent terms thereafter for an additional one (1) year unless either party terminates the Agreement upon 60 day’s written notice in accordance with Paragraph 7 of the Agreement. In addition, the City of Paducah may terminate the Agreement with cause upon thirty days’ written notice for non- payment of fees. SECTION 4. This Order shall be in full force and effect from and after the date of its adoption. ______________________________________ George Bray, Mayor ATTEST: __________________________ Lindsay Parish, City Clerk Introduced by the Board of Commissioners, July 13, 2021 Adopted by the Board of Commissioners, July 13, 2021 mo/agree-fleet maintenance services – Kevil Rural Fire Department EXHIBIT A Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Authorize Contract with Aramark for Uniform Services for use by the Public Works Department, Engineering Department, and Parks Department - C YARBER Category: Municipal Order Staff Work By: Debbie Collins Presentation By: Chris Yarber Background Information: On June 3, 2021, sealed written bids were opened and read aloud for Uniform Services for use by the Public Works Department, Engineering Department and Parks Department. After reasonable consideration of the bids received, the bid submitted by Aramark Uniform Services was found to be the responsive lowest evaluated bid price in accordance with the specifications. Therefore, recommendation is made to accept the Unit Prices given in the June 3, 2021 bid by Aramark Uniform Services. The contract period shall be a Two-Year time period beginning upon execution of the Contract Agreement with two one-year optional renewals upon the mutual agreement of both parties. Does this Agenda Action Item align with a Commission Priority? No If yes, please list the Commission Priority: Commission Priorities List Communications Plan: Funds Available:Account Name: Various Accounts Account Number: Staff Recommendation: Approve a Municipal Order authorizing the Mayor to execute a contract with Aramark Uniform Services for Uniform Services for use by the Public Works Department, Engineering Department and Parks Department at the Unit Prices quoted in the Bid Proposal dated June 3, 2021. Attachments: 1.MO bid- Aramark - Public Works-Eng-Parks 2021 2.Aramark - bid proposal 3.Bid Tab - Uniforms 4.00330 - Evaluation Form Aramark 5.00020 - Invitation to Bid 6.Uniform Contract Quick Sheet 7.Proposed Contract-Agreement 8.UniFirst - bid proposal MUNICIPAL ORDER NO. _______ A MUNICIPAL ORDER ACCEPTING THE BID OF ARAMARK UNIFORM SERVICE FOR UNIFORM SERVICES FOR THE PUBLIC WORKS DEPARTMENT, ENGINEERING DEPARTMENT AND THE PARKS DEPARTMENT AND AUTHORIZING THE MAYOR TO EXECUTE A CONTRACT FOR SAME BE IT ORDERED BY THE BOARD OF COMMISSIONERS OF THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the City of Paducah accepts the bid of Aramark Uniform Services, for uniform services for the Public Works Department, Engineering Department and Parks Department for the unit prices as shown below for a period of two years, beginning on execution of the Contract Agreement, said purchase being in substantial compliance with the bid specifications, advertisement for bid, and as contained in the bid of Aramark Uniform Service, dated June 3, 2021: UNIFORM SERVICES UNIT PRICES ITEM NO. UNIFORM ITEMS UNIT BID PRICE 1 Work Shirts - 65/35 poly/cotton blend - short sleeve - two pocket - snap and button styles $1.25 2 Work Shirts - 65/35 cotton/ploy blend - long sleeve - two pocket - snap and button styles $1.25 3 Work Shirts - 100% cotton - short sleeve- two pocket - snap and button styles $1.45 4 Work Shirts - 100% cotton - long sleeve- two pocket - snap and button styles $.45 5 Work Pants - 65/35 ploy/cotton blend - flat front style $1.90 6 Work Pants - 65/35 ploy/cotton blend - boot cut flare style $1.90 7 Work Pants - 65/35 ploy/cotton blend - side elastic style $1.90 8 Work Pants - 65/35 ploy/cotton blend - pleated style $1.90 9 Work Pants - 100% cotton - two front pockets $2.25 10 Executive Oxford Shirts - 60/40 cotton/poly short sleeve $2.50 11 Executive Oxford Shirts - 60/40 cotton/poly long sleeve $2.50 12 Executive Polo Knit Shirts - 100% poly short sleeve $1.45 13 Coveralls - 65/35 poly/cotton blend $1.00 14 Coveralls – 100% cotton $1.00 15 Work Jackets - 65/35 poly/cotton blend - long panel front $.25 16 Work Jackets - 65/35 poly/cotton blend - short length $.25 ADDITIONAL ITEMS UNIT PRICES ITEM NO. ADDITIONAL ITEMS UNIT BID PRICE 17 Shop Towels $.03 18 Fender Covers $.25 19 3’ x 5’ walk-off mats $1.00 20 3’ x 10’ walk-off mats $2.25 21 4’ x 6’ walk-off mats $1.50 22 Dust mops- 24” $.50 23 Dust mops-36” $.75 24 Wet mops $.75 25 Handle for mops $0.00 26 Laundry Bag and stand $0.00 SECTION 2. That the Mayor is hereby authorized to execute a contract with Aramark Uniform Service, for furnishing the City with uniform services as authorized in Section 1 above, according to the specifications, bid proposal, and all contract documents heretofore approved and incorporated in the bid. Said contract is for a two-year time period beginning upon execution of the Contract, with two one-year optional renewals upon the mutual agreement of both parties. SECTION 3. That payment for said uniform services shall be charged to Various Accounts SECTION 4. This Order will be in full force and effect from and after the date of its adoption. ____________________________________ George Bray, Mayor ATTEST: ________________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, July 13, 2021 Recorded by Lindsay Parish, City Clerk, July 13, 2021 \mo\bid-Aramark –Public Works- Eng.- Parks - 2021 CITY OF PADUCAH , KENTUCKY ENGINEERING-PUBLIC WORKS DEPARTMENT Uniforms for Public Works, Engineering & Parks Department LOWEST EVALUATED BID Bid Opening: 2:00 p.m., CST, on Thursday, June 3, 2021 BID RECOMMENDED FOR ACCEPTANCE OFFICIAL BIDDER OF RECORD: Contact: Mailing Address: ITEM APPROX NO # OF EMPLOYEES* 1 Work Shirts - Unit Bid Price is for 11 Shirts - 65/35 poly/cotton blend - short sleeve - two pocket - snap and button styles 50 $1.25 $62.50 $1.24 $62.00 2 Work Shirts - Unit Bid Price is for 11 Shirts- 65/35 cotton/ploy blend - long sleeve - two pocket - snap and button styles 50 $1.25 $62.50 $1.24 $62.00 3 Work Shirts - Unit Bid Price is for 11 Shirts - 100% cotton - short sleeve- two pocket - snap and button styles 20 $1.45 $29.00 $1.45 $29.00 4 Work Shirts - Unit Bid Price is for 11 Shirts - 100% cotton - long sleeve- two pocket - snap and button styles 20 $1.45 $29.00 $1.45 $29.00 5 Work Pants - Unit Bid Price is for 11 Pants - 65/35 ploy/cotton blend - flat front style 25 $1.90 $47.50 $1.90 $47.50 6 Work Pants - Unit Bid Price is for 11 Pants - 65/35 ploy/cotton blend - boot cut flare style 20 $1.90 $38.00 $1.90 $38.00 7 Work Pants - Unit Bid Price is for 11 Pants - 65/35 ploy/cotton blend - side elastic style 5 $1.90 $9.50 $1.90 $9.50 8 Work Pants - Unit Bid Price is for 11 Pants - 65/35 ploy/cotton blend - pleated style 5 $1.90 $9.50 $1.90 $9.50 9 Work Pants - Unit Bid Price is for 11 Pants - 100% cotton - two front pockets 20 $2.25 $45.00 $2.25 $45.00 10 Executive Oxford Shirts - Unit Bid Price is for 11 Shirts - 60/40 cotton/poly short sleeve 5 $2.50 $12.50 $2.50 $12.50 11 Executive Oxford Shirts - Unit Bid Price is for 11 Shirts - 60/40 cotton/poly long sleeve 5 $2.50 $12.50 $2.50 $12.50 12 Executive Polo Knit Shirts - Unit Bid Price is for 11 Shirts - 100% poly short sleeve 5 $1.45 $7.25 $1.10 $5.50 13 Coveralls - Unit Bid Price is for 2 Coveralls - 65/35 poly/cotton blend 20 $1.00 $20.00 $0.70 $14.00 14 Coveralls - Unit Bid Price is for 2 Coveralls – 100% cotton 15 $1.00 $15.00 $0.86 $12.90 15 Work Jackets - Unit Bid Price is for 2 Jackets - 65/35 poly/cotton blend - long panel front 35 $0.25 $8.75 $0.25 $8.75 16 Work Jackets - Unit Bid Price is for 2 Jackets - 65/35 poly/cotton blend - short length 35 $0.25 $8.75 $0.25 $8.75 ITEM APPROX NO NUMBER* 17 Shop Towels 1,000 $0.03 $30.00 $0.03 $30.00 18 Fender Covers 50 $0.25 $12.50 $0.25 $12.50 19 3’ x 5’ walk-off mats 15 $1.00 $15.00 $1.00 $15.00 20 3’ x 10’ walk-off mats 15 $2.25 $33.75 $2.25 $33.75 21 4’ x 6’ walk-off mats 8 $1.50 $12.00 $1.50 $12.00 22 Dust mops - 24”5 $0.50 $2.50 $0.36 $1.80 23 Dust mops -36”3 $0.75 $2.25 $0.54 $1.62 24 Wet mops 10 $0.75 $7.50 $0.24 $2.40 25 Handle for mops 10 No Charge $0.00 $0.00 26 Laundry Bags and stands 2 No Charge $0.00 $0.00 $532.75 $515.47 The Successful Bidder’s “Unit Bid Prices” will be utilized as the Contract Prices. ADDITIONAL INFORMATION: Additional charge for shirts larger than: _____________ size Additional charge for pants larger than: _____________ size Insurance Protection - Per employee Hypoallergenic detergent used in cleaning of uniforms and other supplies? Additional charge for using Hypoallergenic detergent PREFERENCE TO KENTUCKY BIDDERS: State Bidder is Resident If Not KY Resident - Preference given Addition Reciprocal Preference for KY Bidders REQUIRED DOCUMENTS: 1. Bid Bond - $5,000 2. Compliance with Tech Specs form 3. Exceptions of Non-Compliance Attached 4. Certifications Signed and Notarized 5. References 6. Proposed Written Schedule 7. Additonal Information Facility Location: RESPONSIVE & RESPONSIBLE BIDDER: EVALUATION SCORE: UNIFORM ITEMS ADDITIONAL ITEMS No No UNIT BID PRICE *** NOTE: The use of the “Approximate Number of Employees” and the “Approximate Number x Unit Bid Price” will be used to assist in determination of the “Lowest Bid Price” ONLY. Bidder understands that the City will not guarantee any quantity nor will the City guarantee a total Contract amount. TOTAL MULTIPLIED AMOUNT APPROX # X UNIT BID PRICE UNIT BID PRICE Yes No N/A No No $0.95 $0.65 APPROX # X UNIT BID PRICE 270-247-5058 Unifirst Corp Nathaniel Curtsinger 150 Kraft St Clarksville, TN 37040 931-645-8323 Aramark Uniform Services James B. Flowers 210 Tice Road Mayfield, KY 42066 N/A APPROX # X UNIT BID PRICEUNIT BID PRICE Mayfield, KY 100 Yes Yes Yes No N/A Yes N/A N/A N/A No N/A N/A Yes Yes Yes N/A Yes Yes NO Branch - Clarksville, TN UNIT BID PRICE APPROX # X UNIT BID PRICE No Yes No No Uniform Contract • There is a calculation error on the bid item 6 (Work Pants) which accounts for a small change between the actual bid and the bid tab total. • Aramark and UniFirst were the only companies to request bid packets. • Unifirst was declared non-responsive/responsible bidder due to non-compliance with bid specifications. • Aramark was the previous provider and has continued to do so without a contract and has been doing so since November of 2020. Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Declaration of Trust and Trust Partnership Agreement for the Kentucky League of Cities Workers' Compensation Trust - S SUAZO Category: Municipal Order Staff Work By: Stefanie Suazo Presentation By: Stefanie Suazo Background Information: Insurance regulations as they pertain to self-insured associations requires pool members to execute a participation agreement annually. These agreements were signed when the City first became a member of the Kentucky League of Cities insurance pool, and the annual re-signing does not change any of the provisions contained in those original agreements. Does this Agenda Action Item align with a Commission Priority? No If yes, please list the Commission Priority: Communications Plan: Funds Available:Account Name: Account Number: Staff Recommendation: Sign KLC Participation Agreement to remain in self-insured pool. Attachments: 1.MO agree – Declaration of Trust & Trust Participation WC KLC 2021 2.WC Trust Agreement FY2022 MUNICIPAL ORDER NO. __________ A MUNICIPAL ORDER AUTHORIZING THE MAYOR TO EXECUTE A DECLARATION OF TRUST AND TRUST PARTICIPATION AGREEMENT WITH THE KENTUCKY LEAGUE OF CITIES INSURANCE SERVICES FOR THE WORKERS COMPENSATION TRUST NOW, THEREFORE, BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY SECTION 1. That the City of Paducah hereby authorizes the Mayor to execute the Declaration of Trust and Trust Participation Agreement with the Kentucky League of Cities Insurance Services for the Workers Compensation Trust. SECTION 2. This Order shall be in full force and effect from and after the date of its adoption. ______________________________ Mayor ATTEST: _____________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, July 1 3, 2021 Recorded by Lindsay Parish, City Clerk, July 13, 2021 \mo\ agree – Declaration of Trust & Trust Participation WC - KLC 2021 Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Trust Participation Agreement - Kentucky League of Cities Insurance Services - General Insurance Trust - S SUAZO Category: Municipal Order Staff Work By: Stefanie Suazo Presentation By: Stefanie Suazo Background Information: Insurance regulations as they pertain to self-insured associations requires pool members to execute a participation agreement annually. These agreements were signed when the City first became a member of the Kentucky League of Cities insurance pool, and the annual re-signing does not change any of the provisions contained in those original agreements. This agreement pertains to property, liability, and auto insurance coverages. Does this Agenda Action Item align with a Commission Priority? No If yes, please list the Commission Priority: Communications Plan: Funds Available:Account Name: Account Number: Staff Recommendation: Sign KLC Participation Agreement to remain in self-insured pool. Attachments: 1.MO agree – Declaration of Trust & Trust Participation – General Ins. KLC 2021 2.Gen Ins Agreement FY2022 MUNICIPAL ORDER NO. _____ A MUNICIPAL ORDER AUTHORIZING THE MAYOR TO EXECUTE A DECLARATION OF TRUST AND TRUST PARTICIPATION AGREEMENT WITH THE KENTUCKY LEAGUE OF CITIES INSURANCE SERVICES FOR THE GENERAL INSURANCE TRUST NOW, THEREFORE, BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY SECTION 1. That the City of Paducah hereby authorizes the Mayor to execute the Declaration of Trust and Trust Participation Agreement with the Kentucky League of Cities Insurance Services for the General Insurance Trust. SECTION 2. This Order shall be in full force and effect from and after the date of its adoption. ______________________________ George Bray, Mayor ATTEST: _____________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, July 1 3, 2021 Recorded by Lindsay Parish, City Clerk, July 13, 2021 \mo\ agree – Declaration of Trust & Trust Participation – General Ins. KLC 2021 Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Declaration and Transfer of Surplus Property to Habitat for Humanity (2011 Guthrie Avenue) - N HUTCHISON Category: Municipal Order Staff Work By: Nancy Upchurch Presentation By: Nicholas Hutchison Background Information: Paducah McCracken County Habitat for Humanity requests that the property be donated for the construction of a single-family residence. They will construct a single-family 3-bedroom two bath home. The home will have a front porch. A family has already been selected for this home. Additional site improvements also include the planting of at least one tree on the property. The proposed investment is approximately $95,000. Does this Agenda Action Item align with a Commission Priority? Yes If yes, please list the Commission Priority: Housing Continued investment in the improvement of our housing stock Communications Plan: Funds Available:Account Name: Account Number: Staff Recommendation: Transfer of the property to Paducah Habitat for Humanity for the purpose of constructing a single family residence for a pre-selected family. Attachments: 1.MO - prop sale– 2011 Guthrie Avenue, Paducah, KY 2.SOA2021-0037 Staff Report 2011 Guthrie Ave 3.Bid 2011 Guthrie Avenue MUNICIPAL ORDER NO. ______ A MUNICIPAL ORDER DECLARING THE REAL PROPERTY LOCATED AT 2011 GUTHRIE AVENUE, PADUCAH, KENTUCKY TO BE SURPLUS PROPERTY, TRANSFERRING THE PROPERTY TO HABITAT FOR HUMANITY FOR ECONOMIC DEVELOPMENT PURPOSES, AND AUTHORIZING THE MAYOR TO EXECUTE THE DEED AND ALL DOCUMENTS RELATED TO SAME WHEREAS, pursuant to Section 2-668 of the Code of Ordinances of the City of Paducah, Kentucky, a written determination has been made that the City does not have any use at this time or in the future for property located at 2011 Guthrie Avenue, Paducah, KY, which constitutes surplus real estate; and WHEREAS, it is recommended that the City of Paducah accept the request of the Habitat for Humanity to donate the property for this project in accordance with KRS 82.083(4)(b), subject to the standard clause applied in the Fountain Avenue Revitalization Area, stating that the property would revert back to the City if the owner fails to comply with the submitted proposal and fails to substantially complete the project within two years; and WHEREAS, the City desires to accept the proposal of Paducah- McCracken County Habitat For Humanity, to make improvements to the property and build a three-bedroom, two bath home, with a proposed investment in the amount of $95,000. NOW THEREFORE, BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. The Board of Commissioners hereby declares the property located at 2011 Guthrie Avenue, Paducah, Kentucky, to be surplus property as it relates to the operations of the City and authorizes the transfer of the property to McCracken County Habitat for Humanity. Further, it is determined that it is necessary and desirable and in the best interest of the City to execute the consideration certificate contained in said deed of conveyance. SECTION 2. The Mayor is hereby authorized to execute the deed of conveyance and any necessary documents relating to same to complete the transfer of the real property approved in Section 1 above. SECTION 3. This Order shall be in full force and effect from and after the date of its adoption. ______________________________ Mayor ATTEST: ___________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, July 13, 2021 Recorded by Lindsay Parish, City Clerk, July 13, 2021 \mo\prop sale– 2011 Guthrie Avenue, Paducah, KY STAFF REPORT PADUCAH CITY COMMISSION SOA APPLICATION I NFORMATION GENERAL SITE I NFORMATION CURRENT ZONING R-3 Medium Density Residential Zone CURRENT LAND USE Vacant COMPREHENSIVE PLAN Neighborhood Conservation CURRENT IMPROVEMENTS None FLOODPLAIN No PUBLIC UTILITIES Power, gas, water PUBLIC SERVICES Paducah Fire, Paducah Police SURROUNDING AREA I NFORMATION SURROUNDING ZONING SURROUNDING LAND USE NORTH R-3 Single-family SOUTH NSZ Guthrie Avenue/ Single-family EAST NSZ Single-family WEST NSZ North 16th Street/ Single-family GENERAL INFORMATION The disposition of surplus or excess property is governed by City Code Section 2 -668; which references KRS 82.083. KRS 82.083 (4) (b) states real or personal property may be transferred with or without compensation, for economic development purposes, which shall include, but not limited to; real property transfers for the elimination of blight. Staff is of the opinion that the Habitat for Humanity’s mission to assist low to moderate income families achieve the American dream of affordable, quality home ownership meets the standard of elimination of blight. ADDRESS 2011 Guthrie Avenue CASE NO. SOA2021-0037 OWNER City of Paducah APPLICANT Habitat for Humanity AGENT --- REQUEST Sale of Asset HEARING DATE July 13, 2021 STAFF REPORT (continued) page 2 of 4 Vicinity Map 1:5000 Zone Map 1:2000 STAFF REPORT (continued) page 3 of 4 ACQUISITION OF THE PROPERTY The Urban Renewal and Community Development Agency acquired this property in July 2020. The structure on the lot was demolished. DISPOSITION OF THE PROPERTY Typically, it is in the best interest of the City to transfer ownership of underutilized parcels to a responsible citizen, thereby placing the property back on the tax rolls and eliminating the maintenance and liability costs. This lot is located in an established residential neighborhood. The Comprehensive Plan recommends Neighborhood Conservation. BID INFORMATION Paducah McCracken County Habitat for Humanity requests that the property be donated for the construction of a single-family residence. They will construct a single-family 3-bedroom two bath home. The home will have a front porch. A family has already been selected for this home. Additional site improvements also include the planting of at least one tree on the property. The attached design plan is a plan used to build the Habitat home at 2114 Jackson Ste The proposed investment is approximately $95,000. Paducah McCracken County Habitat for Humanity Bid Amount: $0 Future Land Use Map 1:2000 STAFF REPORT (continued) page 4 of 4 STAFF RECOMMENDATION It is recommended to determine that the property is surplus and accept the request of the Habitat for Humanity to donate the property for this project subject to the standard clause applied in the Fountain Avenue Revitalization Area stating that the property would revert back to the City if the owner fails to comply with the submitted proposal and fails to substantially complete the project within two years. *** BID #1 The Paducah McCracken County Habitat for Humanity proposes to construct a single-family (three- bedroom, two-bath) home for qualified buyer. Affordable Housing Program Funds if awarded later this year). Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Declaration and Transfer of Surplus Property to Midtown Alliance of Neighbors (513 North 14th Street) - N HUTCHISON Category: Municipal Order Staff Work By: Nancy Upchurch Presentation By: Nicholas Hutchison Background Information: The Midtown Alliance of Neighbors has submitted a request asking the City Commission donate the property for the purpose of constructing a single-family residence utilizing a variety of funding sources making the home affordable for a low to moderate home buyer. Does this Agenda Action Item align with a Commission Priority? Yes If yes, please list the Commission Priority: Housing Continued investment in the improvement of out housing stock. Communications Plan: Funds Available:Account Name: Account Number: Staff Recommendation: Transfer of the property at 513 North 14th Street to Midtown Alliance of Neighbors for the purpose of constructing a single family residence for a pre-selected, qualified family. Attachments: 1.MO - prop sale– 513 North 14th Street, Paducah, KY 2.SOA2021-0035 Staff Report 513 N 14th St.docx 3.Bid 513 N 14th MUNICIPAL ORDER NO. ______ A MUNICIPAL ORDER DECLARING THE REAL PROPERTY LOCATED AT 513 NORTH 14TH STREET PADUCAH, KENTUCKY TO BE SURPLUS PROPERTY, TRANSFERRING THE PROPERTY WITHOUT COMPENSATION TO MIDTOWN ALLIANCE OF NEIGHBORS FOR ECONOMIC DEVELOPMENT PURPOSES, AND AUTHORIZING THE MAYOR TO EXECUTE THE DEED AND ALL DOCUMENTS RELATED TO SAME WHEREAS, pursuant to Section 2-668 of the Code of Ordinances of the City of Paducah, Kentucky, a written determination has been made that the City does not have any use at this time or in the future for property located at 513 North 14th Street, Paducah, KY, which constitutes surplus real estate; and WHEREAS, it is recommended that the City of Paducah accept the request of the Midtown Alliance of Neighbors to transfer the property in accordance with KRS 82.083(4)(b), and subject to the standard clause applied in the Fountain Avenue Revitalization Area, stating that the property would revert back to the City if the owner fails to comply with the submitted proposal and fails to substantially complete the project within two years; and WHEREAS, the City desires to accept the proposal of Midtown Alliance of Neighbors, to make improvements to the property and build a three-bedroom, two bath home, with a proposed investment in the amount of $188,000. NOW THEREFORE, BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. The Board of Commissioners hereby declares the property located at 513 North 14th Street, Paducah, Kentucky, to be surplus property as it relates to the operations of the City, and authorizes the transfer of the property to Midtown Alliance of Neighbors in accordance with the proposal of Midtown Alliance of Neighbors on June 10, 2021. Further, it is determined that it is necessary and desirable and in the best interest of the City to execute the consideration certificate contained in said deed of conveyance. SECTION 2. The Mayor is hereby authorized to execute the deed of conveyance and any necessary documents to complete the transfer of the real property approved in Section 1 above. SECTION 3. This Order shall be in full force and effect from and after the date of its adoption. ______________________________ Mayor ATTEST: ___________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, July 13, 2021 Recorded by Lindsay Parish, City Clerk, July 13, 2021 \mo\prop sale– 513 North 14th Street, Paducah, KY STAFF REPORT PADUCAH CITY COMMISSION SOA APPLICATION I NFORMATION GENERAL SITE I NFORMATION CURRENT ZONING NSZ Neighborhood Services Zone CURRENT LAND USE Vacant COMPREHENSIVE PLAN Neighborhood Plan 1 CURRENT IMPROVEMENTS None FLOODPLAIN No PUBLIC UTILITIES Power, gas, water PUBLIC SERVICES Paducah Fire, Paducah Police SURROUNDING AREA I NFORMATION SURROUNDING ZONING SURROUNDING LAND USE NORTH NSZ Single-family SOUTH NSZ Single-family EAST NSZ North 14th Street/ Recreation WEST NSZ Single-family GENERAL INFORMATION The disposition of surplus or excess property is governed by City Code Section 2 -668; which references KRS 82.083. KRS 82.083 (4) (b) states real or personal property may be transferred with or without compensation, for economic development purposes, which shall include, but not limited to; real property transfers for the elimination of blight. Staff is of the opinion that the Midtown Alliance of Neighbors’ mission to assist low to moderate income families achieve the American dream of affordable, quality home ownership meets the standard of elimination of blight. ADDRESS 513 North 14th Street CASE NO. SOA2021-0035 OWNER City of Paducah APPLICANT Midtown Alliance of Neighbors AGENT --- REQUEST Sale of Asset HEARING DATE July 13, 2021 STAFF REPORT (continued) page 2 of 4 Vicinity Map 1:5000 Zone Map 1:2000 STAFF REPORT (continued) page 3 of 4 ACQUISITION OF THE PROPERTY The Urban Renewal and Community Development Agency acquired this property in May 2012 with the intention of using the lot in the Fountain Avenue Revitalization Program. The building on the property was demolished several years ago. URCDA has advertised the property in the past with the hope of finding a person willing to build a single-family residence on the lot. DISPOSITION OF THE PROPERTY Typically, it is in the best interest of the City to transfer ownership of underutilized parcels to a responsible citizen, thereby placing the property back on the tax rolls and eliminating the maintenance and liability costs. This lot is located in an established, recently revitalized residential neighborhood. The Comprehensive Plan recommends Neighborhood Plan 1, in which residential development should be designed and configured to complement the existing neighborhood. BID INFORMATION This property has been advertised several times over the recent past with no responsible bidder making an offer to construct a home. The Midtown Alliance of Neighbors has submitted a request asking the City Commission donate the property for the purpose of constructing a Future Land Use Map 1:2000 STAFF REPORT (continued) page 4 of 4 single-family residence utilizing a variety of funding sources making the home affordable for a low to moderate home buyer. STAFF RECOMMENDATION The lot is located within the Neighborhood Services Zone, which requires Historic Architecture Review Commission (HARC) review and approval of the plans and design for new construction or exterior changes in this zone. Therefore, it is recommended to determine that the property is surplus and accept the request of the Midtown Alliance of Neighbors to donate the property for this project subject to the standard clause applied in the Fountain Avenue Revitalization Area stating that the property would revert back to the City if the owner fails to comply with the submitted proposal and fails to substantially complete the project within two years. *** BID #1 Midtown Alliance of Neighbors Bid Amount: $0 The Midtown Alliance of Neighbors proposes to construct a single-family (three- bedroom, two-bath) home for qualified buyer Carolyn Webb. Total investment $188,000 Funding sources include KY Housing Corporation Homebuyer Development Grant of $55,000; Homeowner Mortgage: $100,000; City of Paducah Home Owner Incentive: $18,000 and MAN LMI Homebuyer restricted funds, $15,000 (These funds may be replaced with FHLB Affordable Housing Program Funds if awarded later this year). Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Approve the allocation of American Rescue Plan Act Funds in the amount of $4 million toward specific Stormwater Infrastructure Projects - J ARNDT Category: Municipal Order Staff Work By: James Arndt Presentation By: James Arndt Background Information: This Municipal Order designates $4 million out of the American Rescue Plan Act grant proceeds to be used for various stormwater capital improvement projects within the City of Paducah. These projects have been identified by our Engineering Department through consultation with our Stormwater consultant Strand Associates, Inc. Separate authorizing instruments will come before the Board of Commissioners for each individual project. Does this Agenda Action Item align with a Commission Priority? Yes If yes, please list the Commission Priority: Stormwater. Communications Plan: Funds Available:Account Name: Account Number: Staff Recommendation: Approval. Attachments: 1.MO ARPA funding – Stormwater Infrastructure MUNICIPAL ORDER NO. _____ A MUNICIPAL ORDER FORMALIZING THE PADUCAH CITY COMMISSION’S INTENTION TO ALLOCATE $4,000,000 OF THE AMERICAN RESCUE PLAN ACT FUNDS TOWARD STORMWATER CAPITAL IMPROVEMENT PROJECTS IN THE CITY OF PADUCAH WHEREAS, on March 11, 2021, the American Rescue Plan Act of 2021 (“ARPA”) was signed into law; and WHEREAS, the relief package provides funding in several areas such as public health response, economic impacts of the public health emergency, low-income communities, the replacement of public sector revenue, essential worker wages, and investments in water, sewer and broadband infrastructure; and WHEREAS, the City of Paducah expects to receive an approximate total of $6,439,016 in American Rescue Plan Act funds in two (2) tranches; and WHEREAS, the City Commission desires to state its intention to use $4,000,000 of the American Rescue Plan Act funding for stormwater infrastructure projects in the City of Paducah as identified by the Paducah Engineering Department in consultation with stormwater consultant Strand Associates, Inc. NOW, THEREFORE, BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the Board of Commissioners of the City of Paducah, Kentucky hereby formalizes its intention to allocate $4,000,000 of the American Rescue Plan Act funds to various stormwater capital improvement projects within the City of Paducah. SECTION 2. This Order shall be in full force and effect from and after the date of its adoption. _____________________________ George Bray, Mayor ATTEST: ________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, July 13, 2021 Recorded by Lindsay Parish, City Clerk, July 13, 2021 \mo\ARPA funding – Stormwater Infrastructure Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Acquisition of Permanent Public Utility and Drainage Easements from Gill Family Properties, LLC located at 701 & 702 Oakcrest Drive for the Buckner Lane Bridge Replacement Project - R MURPHY Category: Municipal Order Staff Work By: Melanie Townsend Presentation By: Rick Murphy Background Information: Summary: Permanent Utility and Drainage Easements for Buckner Lane Bridge Replacement Project. Background: During the past several months, negotiations have been conducted in good faith with the property owners located at 701 & 702 Oakcrest Drive regarding the acquisition of a portion of public utility and drainage easements (Parcel #6) as required for the Buckner Lane Bridge Replacement Project. Subsequently, Gill Family Properties, LLC has agreed to grant permanent public utility and drainage easements totaling 0.273 acres (11,889.247 sq. ft.) to the City of Paducah for repaving a portion of the affected parking lot at 701 Oakcrest Dr. and the entire parking lot at 702 Oakcrest Dr. in lieu of financial consideration. Does this Agenda Action Item align with a Commission Priority? Yes If yes, please list the Commission Priority: Stormwater Communications Plan: Negotiations with individual property owners Coordination with Communications Manager for press releases and social media posts Funds Available:Account Name: General Stormwater Improvements Account Number: DR0010 Staff Recommendation: To adopt a Municipal Order authorizing the Mayor to execute a Deed of Conveyance and all related documents on behalf of the City of Paducah with Gill Family Properties, LLC to acquire a portion of real property located at 701 & 702 Oakcrest Drive as permanent public utility and drainage easements in consideration of the City causing a portion of the affected parking lot at 701 Oakcrest Dr. and the entire parking lot at 702 Oakcrest Dr. to be repaved in lieu of financial consideration for the Buckner Lane Bridge Replacement Project. Attachments: 1.MO prop pur – 701 & 702 Oakcrest Drive (Buckner Lane Bridge Project) MUNICIPAL ORDER NO. _____ A MUNICIPAL ORDER AUTHORIZING THE MAYOR TO EXECUTE A DEED OF CONVEYANCE AND ALL DOCUMENTS NECESSARY TO ACQUIRE A PORTION OF REAL PROPERTY LOCATED AT 701 AND 702 OAKCREST DRIVE AS PUBLIC UTILITY AND DRAINAGE EASEMENTS AS REQUIRED FOR THE BUCKNER LANE BRIDGE REPLACEMENT PROJECT BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. The Mayor is hereby authorized to execute a Deed of Conveyance on behalf of the City of Paducah with Gill Family Properties, LLC, to acquire a portion of real property located at 701 & 702 Oakcrest Drive as permanent public utility and drainage easements in consideration of the City causing the affected parking lots to be repaved in lieu of financial consideration for the Buckner Lane Bridge Improvement Project. SECTION 2. This expenditure shall be charged to the General Stormwater Improvements Project Account DR0010. SECTION 3. This Order shall be in full force and effect from and after the date of its adoption. _____________________________ George Bray, Mayor ATTEST: ________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, July 13, 2021 Recorded by Lindsay Parish, City Clerk, July 13, 2021 \mo\prop pur – 701 & 702 Oakcrest Drive (Buckner Lane Bridge Project) Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Approval of Purchase of Property at 2416, 2420 & 2540 Barnett Street and 2364 South 24th Street from Hawker Holdings, LLC for $34,500 - R MURPHY Category: Municipal Order Staff Work By: Rick Murphy, Melanie Townsend Presentation By: Rick Murphy Background Information: Summary: The City has negotiated the purchase of three distressed properties at 2416, 2420 & 2540 Barnett Street and an unimproved property at 2364 South 24th Street to create an overflow storm water detention area along Cross Creek. Background: In 2018,the Federal Emergency Management Agency (FEMA) awarded the City public assistance disaster funding to replace the S. 24th Street Bridge. The City contracted with Jim Smith Contracting and the bridge replacement was completed in September 2020. This area is part of a larger project identified in the Comprehensive Stormwater Master Plan. The City also has plans in design for further improvement of the S 24th St and S. 25th St corridor. The City plans to create an intermediate upstream detention area measuring approximately 4 acres to help reduce the occasions of residential flooding created by 25 year frequency rainfall events and/or less. Does this Agenda Action Item align with a Commission Priority? Yes If yes, please list the Commission Priority: Stormwater Communications Plan: Coordination with Communication Manager for news release; social media posts. Prior to any construction activities the Engineering Department will interact with the near and adjacent property owners with regard to this pending storm water improvement. Funds Available:Account Name: General Stormwater Improvements Account Number: DR0010 Staff Recommendation: Approve the purchase of property at 2416 Barnett Street, 2420 Barnett Street, 2540 Barnett Street and 2364 South 24th St from Hawker Holdings, LLC for $34,500 and authorize the Mayor to execute all documents associated with the purchase of said properties. Attachments: 1.MO prop pur – 2416, 2420, 2540 Barnett Street and 2364 South 24th Street MUNICIPAL ORDER NO. _____ A MUNICIPAL ORDER AUTHORIZING THE MAYOR TO EXECUTE A DEED OF CONVEYANCE AND ALL DOCUMENTS NECESSARY TO ACQUIRE REAL PROPERTY LOCATED AT 2416, 2420 AND 2540 BARNETT STREET AND 2364 SOUTH 24TH STREET IN THE AMOUNT OF $34,500, TO CREATE AN OVERFLOW STORM WATER DETENTION AREA ALONG CROSS CREEK BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. The Mayor is hereby authorized to execute a Deed of Conveyance on behalf of the City of Paducah with Hawker Holdings, LLC, in the amount of $34,500.00 to acquire property at 2416 Barnett Street, 2420 Barnett Street, 2540 Barnett Street and 2364 South 24th Street to create an overflow storm water detention area along Cross Creek. SECTION 2. This expenditure shall be charged to the General Stormwater Improvements Project Account DR0010. SECTION 3. This Order shall be in full force and effect from and after the date of its adoption. _____________________________ George Bray, Mayor ATTEST: ________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, July 13, 2021 Recorded by Lindsay Parish, City Clerk, July 13, 2021 \mo\prop pur – 2416, 2420, 2540 Barnett Street and 2364 South 24th Street Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Accept proposed premiums from the Kentucky League of Cities for Workers’ Compensation, Liability Insurance and Property Insurance Coverage in a total amount of $1,188,408.13 - S SUAZO Category: Municipal Order Staff Work By: Stefanie Suazo Presentation By: Stefanie Suazo Background Information: Each year the City of Paducah receives from the Kentucky League of Cities the invoices for payment of premiums to cover these areas. Total Fiscal Year 2021-2022 (FY 2022) premiums are for the following: (1) Workers’ Compensation $470,125.59, (2) Liability Insurance $607,745.31, (3) Property Insurance Coverage $110,537.23. The Health Department to reimburse $3,011.10, for property expenses associated with coverage of the Health Department. Paxton Park Golf Course to reimburse $5,165 for property expenses associated with the Golf Park Course. Does this Agenda Action Item align with a Commission Priority? No If yes, please list the Commission Priority: Communications Plan: Funds Available:Account Name: Account Number: Staff Recommendation: Recommend to continue with Kentucky League of Cities Insurance Coverage. Attachments: 1.MO insurance – klc fy2022 2.FY22 KLC Invoices MUNICIPAL ORDER NO. _______ A MUNICIPAL ORDER AUTHORIZING THE FINANCE DIRECTOR TO PAY KENTUCKY LEAGUE OF CITIES FOR WORKERS’ COMPENSATION, LIABILITY INSURANCE, AND PROPERTY INSURANCE COVERAGE IN A TOTAL AMOUNT OF $1,188,408.13 FOR THE CITY OF PADUCAH AND AUTHORIZING THE MAYOR TO EXECUTE ALL DOCUMENTS RELATED TO SAME BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the City of Paducah hereby authorizes the Finance Director to pay Kentucky League of Cities in the total amount of $1,188,408.13 for Workers’ Compensation, Liability Insurance, and Property Insurance Coverage for the City of Paducah for Fiscal Year ending June 30, 2022, for the following policies: Workers’ Compensation $470,125.59 Liability Insurance $607,745.31 Property Insurance $110,537.23 SECTION 2. This expenditure shall be charged to the Insurance Fund accounts. The Health Department will reimburse $3,011.10 for property expenses associated with coverage of the Health Department. Paxton Park Golf Course will reimburse $5,165.00 for property expenses associated with the Golf Park Course. SECTION 3. That the City of Paducah hereby authorizes the Mayor to execute all documents related to the Kentucky League of Cities Worker’s Compensation, Liability Insurance and Property Insurance Coverage for FY2022 as authorized in Section 1 above. SECTION 4. This Order shall be in full force and effect from and after the date of its adoption. ____________________________________ George Bray, Mayor ATTEST: _____________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, July 13, 2021 Recorded by Lindsay Parish, City Clerk, July 13, 2021 \mo\insurance – klc fy2022 Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Authorization for Mayor to execute an Employment Agreement with Daron Jordan for the City Manager position - S SUAZO Category: Municipal Order Staff Work By: Stefanie Suazo Presentation By: Stefanie Suazo Background Information: After a diligent search lead by the Mayor, Board of Commissioners, and a recruitment firm; the City is please to bring forward an Employment Agreement to authorize the Mayor to hire Daron Jordan as the next City Manager of Paducah. Mr. Jordan comes to the City with a wide experience from other municipalities, most recently noted as the City Manager of Paris, KY. Does this Agenda Action Item align with a Commission Priority? No If yes, please list the Commission Priority: Communications Plan: Funds Available:Account Name: Account Number: Staff Recommendation: It is recommended that the Board of Commissioners approve the municipal order for the Mayor to execute the employment contract with Daron Jordan for the City Manager position. Attachments: 1.MO - agree-employment – Daron Jordan, City Manager 2.CITY MANAGER AGREEMENT (00257098) - DARON JODAN June 2021 FINAL MUNICIPAL ORDER NO. ______ A MUNICIPAL ORDER APPROVING AN EMPLOYMENT AGREEMENT BETWEEN THE CITY OF PADUCAH AND DARON JORDAN FOR EMPLOYMENT AS CITY MANAGER, AND AUTHORIZING THE MAYOR TO EXECUTE SAME WHEREAS, the Paducah City Commission desires to appoint Daron Jordan as City Manager for the City of Paducah in accordance with KRS 83A.150. BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. Authorization. The Board of Commissioners of the City of Paducah hereby approves and the Mayor of the City of Paducah, Kentucky, is hereby authorized to execute an Employment Agreement with Daron Jordan to be employed in the position of City Manager. SECTION 2. Effective Date. This Order shall be in full force and effect on and after the date as approved by the Board of Commissioners of the City of Paducah, Kentucky. _______________________________ George Bray, Mayor ATTEST: __________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, July 13, 2021 Recorded by Lindsay Parish, City Clerk, July 13, 2021 \mo\agree-employment – Daron Jordan, City Manager Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Approve Professional Consulting Services Agreement with Arndt Municipal Support in an amount of $7,844.00 plus actual expenses - MAYOR BRAY Category: Municipal Order Staff Work By: Lindsay Parish Presentation By: Background Information: This Municipal Order approves a consulting agreement between the City of Paducah and Arndt Municipal Support for executive level management consulting services. The consulting agreement would provide for up to twenty (20) hours of service per week for the month of August 2021 at a cost of $7,844.00 plus actual out of pocket expenses (printing, delivery, travel, etc.). Further, this Municipal Order authorizes a transfer to fund the professional consulting agreement in an amount of $10,000 from the Administrative Contingency Account No. 10000106 524500 to the City Manager Other Contractual Services Account No. 10000103 523070. Does this Agenda Action Item align with a Commission Priority? No If yes, please list the Commission Priority: Communications Plan: Funds Available:Account Name: Other Contractual Services Account Number: 10000103 523070 Staff Recommendation: Attachments: 1.agree- Arndt Municipal Support - 2021 MUNICIPAL ORDER NO. ________ A MUNICIPAL ORDER AUTHORIZING AND APPROVING AN AGREEMENT BETWEEN THE CITY OF PADUCAH AND ARNDT MUNICIPAL SUPPORT FOR EXECUTIVE LEVEL MANAGEMENT CONSULTING SERVICES IN AN AMOUNT OF $7,844.00 PLUS ACTUAL OUT-OF-POCKET EXPENSES, AND AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT BE IT ORDERED BY THE BOARD OF COMMISSIONERS OF THE CITY OF PADUCAH, KENTUCKY, AS FOLLOWS: SECTION 1. That the City hereby authorizes and approves an Agreement with Arndt Municipal Support in substantially the form attached hereto and made part hereof (Exhibit A), in an amount of $7,844.00 plus actual out-of-pocket expenses, for up to twenty (20) hours of service per week for the month of August 2021and authorizes the Mayor to execute said agreement. SECTION 2. That the City hereby authorizes the transfer of $10,000 from the Administrative Contingency Account No. 10000106 524500 to the City Manager Other Contractual Services Account No. 10000103 523070. This agreement shall be funded through the City Manager Other Contractual Services Account. SECTION 3. This order shall be in full force and effect from and after the date of its adoption. ________________________________ George Bray, Mayor ATTEST: ______________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, July 13, 2021 Recorded by Lindsay Parish, City Clerk, July 13, 2021 \MO\agree- Arndt Municipal Support - 2021 EXHIBIT ‘A’ PROFESSIONAL CONSULTING SERVICES AGREEMENT This Consulting Agreement (the “Agreement”) is made and entered into and effective this ___ day of _________, 2021 (the “Effective Date”) by and between The City of Paducah Kentucky with its principal place of business located at 300 S. 5th Street Paducah, Kentucky 49002 (the “Client”) and Arndt Municipal Support Inc., an Illinois Corporation, with its principal place of business located at 1542 West Polk Ave Charleston, Illinois 61920 (the “Consultant”) (hereinafter referred to individually as a “Party” and collectively as “the Parties”). Recitals WHEREAS, the Client desires to engage the Consultant to perform services in accordance and compliance with the “Scope of Services”, attached and incorporated herein as Exhibit A. WHEREAS, the Consultant desires to perform the Services as hereinafter defined and desires to be so engaged. NOW, THEREFORE, in consideration of the foregoing and of the covenants and agreements herein contained, and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged and approved, the parties, intending to be legally bound, agree as follows: Provisions 1. Engagement and Services (a) Engagement. The Client hereby engages the Consultant to provide and perform the services set forth in Exhibit A attached hereto (the “Scope of Services”), and the Consultant hereby accepts the engagement. (b) Standard of Services. All Services to be provided by Consultant shall be performed with promptness and diligence in a workmanlike manner and at a level of proficiency to be expected of a consultant with the background and experience that Consultant has represented it has. The Client shall provide such access to its information, property and personnel as may be reasonably required in order to permit the Consultant to perform the Services. (c) Tools, Instruments and Equipment. Consultant shall provide Consultant’s own tools, instruments and equipment and place of performing the Services, unless otherwise agreed between the Parties. (d) Representation and Warranty. Consultant represents and warrants to the Client that it is under no contractual or other restrictions or obligations which are inconsistent with the execution of this Agreement or which will interfere with the performance of the Services. (e) Legal Compliance. Consultant shall comply with all statutes, ordinances, laws, rules and regulations which may be applicable to the services provided hereunder. (f) Client Obligations. Client shall establish a defined point of contact for the duration of the agreement and shall provide the data necessary to complete the Scope of Services defined herein. 2. Term (a) Commencement. This Agreement shall commence on August 1, 2021 and shall remain in effect until the completion of the Scope of Services or the earlier termination of this Agreement as provided in Article 2 (b) (the “Term”). (b) Termination. This Agreement may be terminated by either party, without cause and without liability, by giving thirty (30) calendar days written notice of such termination to the other party. In the event this Agreement is terminated by the Client, the Consultant shall be paid for all uncompensated work provided to the Client pursuant to the terms of this agreement. 3. Consultancy Fee and Expenses (a) Consultancy Fee. In consideration of the Services to be rendered hereunder, the Client shall pay Consultant a fee payable at the time and pursuant to the procedures set forth in Exhibit B attached hereto (the “Consultancy Fee"). (b) Out of Pocket Expenses. Consultant shall be entitled to reimbursement for all out of pocket expenses reasonably incurred in the performance of the Services, as outlined in Exhibit B attached hereto. (c) Payment. The Consultant shall submit to the Client a monthly invoice detailing the Services performed during the preceding month and the amount due. All such invoices shall be due and payable within fifteen (15) calendar days after receipt thereof by the Client. All invoices submitted pursuant to this Section shall be sent via email to msmolen@paducahky.gov and said invoices shall be presumed to be delivered once sent to that email address. 4. Confidentiality and Proprietary Information Ownership of Data and Documents. All data and information, regardless of its format, developed or obtained under this Agreement ("Data"), other than the Consultant’s confidential information, will be and remain the sole property of the Client. The Consultant must promptly deliver all Data to the Client at the Client’s request. The Consultant is responsible for the care and protection of the Data until that delivery. The Consultant may retain one copy of the Data for the Consultant’s records subject to the Consultant’s continued compliance with the provisions of this Contract. 5. System Access (a) Grant of License to Access System. Client hereby grants to the Consultant the right to access and use the System, as defined below, in accordance with the terms of this Agreement. (b) System. For the purposes of this Agreement “System” means the Client’s information systems, any information or data in such system and any passwords or other information or devices which are provided to Consultant to gain access to such system or information therein. (c) Authorization to Access the System. While this Agreement is in effect, Consultant may access the System to view and input permitted information. The information which is permitted to be viewed and input by Consultant shall be limited exclusively to information that is directly pertinent to the Scope of Services defined herein. 6. Insurance Proof of Insurance. Consultant shall maintain at its sole expense liability insurance covering the performance of the Services provided to the Client. Client may require Consultant to provide a certificate of insurance evidencing such coverage. 7. Independent Contractor Independent Contractor Services Only. The Consultant agrees that all Services will be rendered by it as an independent contractor and that this Agreement does not create an employer-employee relationship between the Consultant and the Client. The Consultant shall have no right to receive any employee benefits provided by the Client to its employees. Consultant agrees to pay all taxes due in respect of the Consultancy Fee and to indemnify the Client in respect of any obligation that may be imposed on the Client to pay any such taxes or resulting from Consultant’s being determined not to be an independent contractor. This Agreement does not authorize the Consultant to act for the Client as its agent or to make commitments on behalf of the Client. 8. Indemnification (a) Professional Liability. With regard to the services to be performed by Consultant pursuant to the terms of this Agreement, the Consultant shall not be liable to Client, or to anyone who may claim any right due to his relationship with Client, for any acts or omissions in the performance of said services on the part of the Consultant or on the part of the agents or employees of the Consultant; except when said acts or omissions of Consultant are due to its willful misconduct. Client shall hold the Consultant free and harmless from any obligations, costs, claims, judgments, attorneys’ fees and attachments arising from or growing out of the services rendered to Client pursuant to the terms of this agreement or in any way connected with the rendering of said services, except when the same shall arise due to the willful misconduct as determined by a court of competent jurisdiction. (b) Limitations on Liability. Client agrees that the liability of Consultant its officers, agents, employees, and contractors, regardless of the legal theory under which such liability is imposed, shall not exceed the total fee paid to Consultant for the analysis or recommendations or other associated services that gave rise to the claim being asserted by Client. In no event shall Consultant its officers, agents, employees and contractors, be liable for any special, incidental or consequential damages. 9. Force Majeure Either Party shall be excused from any delay or failure in performance required hereunder if caused by reason of any occurrence or contingency beyond its reasonable control, including, but not limited to, acts of God, acts of war, fire, insurrection, strikes, lock-outs or other serious labor disputes, riots, earthquakes, floods, winter storms, explosions or other acts of nature. The obligations and rights of the Party so excused shall be extended on a day-to-day basis for the time period equal to the period of such excusable interruption. When such events have abated, the Parties’ respective obligations hereunder shall resume. 10. Non-Publicity Confidentiality. Each of Client and Consultant agree not to disclose the existence or contents of this Agreement to any third party without the prior written consent of the other Party except: (i) to its advisors, attorneys or auditors who have a need to know such information, (ii) as required by law or court order, (iii) as required in connection with the reorganization of a Party, or its merger into any other corporation, or the sale by a Party of all or substantially all of its properties or assets, or (iv) as may be required in connection with the enforcement of this Agreement. 11. Assignment Assignability and Transferability. The Services to be performed by Consultant hereunder are personal in nature, and Client has engaged Consultant as a result of Consultant’s expertise relating to such Services. Consultant, therefore, agrees that it will not assign, sell, transfer, delegate or otherwise dispose of this Agreement or any right, duty or obligation under this Agreement without the Client’s prior written consent. Nothing in this Agreement shall prevent the assignment by the Client of this Agreement or any right, duty or obligation hereunder to any third party. 12. Governing Law and Dispute Resolution (a) Client’s State Law and Venue to Govern. This Agreement shall be governed by and construed in accordance with the laws of the Commonwealth of Kentucky, without giving effect to any choice of law or conflict of law provisions. The Parties consent to the jurisdiction and venue in the courts of McCracken County. 13. General (a) Entirety. This Agreement constitutes the entire agreement of the Parties on the subject hereof and supersedes all prior understandings and instruments on such subject. This Agreement may not be modified other than by a written instrument executed by duly authorized representatives of the Parties. (b) Waiver of Provisions. No waiver of any provision of this Agreement shall constitute a waiver of any other provision(s) or of the same provision on another occasion. Failure of either Party to enforce any provision of this Agreement shall not constitute a waiver of such provision or any other provision(s) of this Agreement. (c) Severability. Should any provision of this Agreement be held by a court of competent jurisdiction to be illegal, invalid or unenforceable, such provision may be modified by such court in compliance with the law giving effect to the intent of the Parties and enforced as modified. All other terms and conditions of this Agreement shall remain in full force and effect and shall be construed in accordance with the modified provision. 14. Taxes (a) Arndt Municipal Support Inc. FEIN. Consultant has the following identification number for income tax purposes: 86-1211128 (b) Tax Applicability. Consultant is subject to and responsible for all applicable federal, state, and local taxes. (c) Tax Exempt Status. Client represents that it is a tax-exempt entity and evidence of this tax- exempt stats shall be provided to Consultant at the execution of this agreement. (signatures appear on following page) , IN WITNESS WHEREOF, and intending to be legally bound, the Parties have duly executed this Agreement by their authorized representatives as of the date first written above. Signed for and on behalf of Signed for and on behalf of City of Paducah, Kentucky Arndt Municipal Support Inc. By: ________________________ By:________________________ Name: Name: James W. Arndt Title: Title: President/CEO Exhibit A Scope of Services The following list provides a general overview of the work to be done for the City of Paducah, Kentucky by the Consultant: Project: Executive Level Management Consulting Services…………………………$7,844.00 Provide miscellaneous local government management consulting services on a retainer basis for up to twenty (20) hours per week during the month of August 2021. Said services will be provided by phone, teleconference, Zoom, or in person. Consultant shall perform work as directed by the City Manager’s Office. Exhibit B Consultancy Fee Consultant shall receive the following compensation for services as defined in this Agreement: 1. Consultancy Fee. The fee for the completion of the Project will be determined based upon the scope of services identified in “Exhibit A” above plus actual Out of Pocket Expenses incurred by Consultant as defined below. 2. Payment Timing. Project costs shall be paid out monthly per 3(c) of the Agreement until paid in full. 3. Out of Pocket Expense. Actual Out of Pocket Expenses will consist of actual costs incurred by Consultant for printing, delivery, travel, and any other similar expenses required to provide the above Scope of Services. Such expenses shall be billed monthly to the Client at the direct and actual cost to Consultant. 4. Additional Requests for Services. Consultant agrees to provide services beyond the Scope of Services within this Agreement at an hourly rate of $125/Hour plus Out of Pocket Expenses identified herein. Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Amend Section 78-31 of the Paducah Code of Ordinances to Designate Juneteenth National Independence Day as a Holiday for City Employees - M SMOLEN Category: Ordinance Staff Work By: Michelle Smolen, James Arndt Presentation By: Michelle Smolen Background Information: The City wants to be a community leader in diversity, equity and inclusion. Juneteenth National Independence Day commemorates the end of slavery in the United States and was designated a federal holiday as of June 17, 2021. The City Manager’s Office is recommending to amend Section 78-31 Holidays to include Juneteenth as a designated holiday for all City employees to become effective starting on January 1, 2022. This holiday shall also be available to those employees covered under collective bargaining agreements. This action also aligns with the City's Minority Inclusion action item in the Commission Priorities. Does this Agenda Action Item align with a Commission Priority? No If yes, please list the Commission Priority: Minority Inclusion - Intentional minority inclusions in City employment, Committees and Boards Communications Plan: Funds Available:Account Name: Account Number: Staff Recommendation: Amend Section 78-31 of the Paducah Code of Ordinances to Designate Juneteenth National Independence Day as a holiday for City employees Attachments: 1.ORD - 78-31 Holidays - Juneteenth ORDINANCE NO. 2021-____-________ AN ORDINANCE AMENDING CHAPTER 78 OF THE CODE OF ORDINANCES OF THE CITY OF PADUCAH WHEREAS, the City of Paducah values the employees and staff members of the City of Paducah; and WHEREAS, the City of Paducah wishes to recruit and retain quality employees by offering competitive benefits; and WHEREAS, Juneteenth was designated a federal holiday as of June 17, 2021; and WHEREAS, the City of Paducah now wishes to amend Chapter 78 of the Code of Ordinances of the City of Paducah, to include Juneteenth as a designated holiday for City employees, effective January 1, 2022. NOW, THEREFORE, BE IT ORDAINED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the City of Paducah, Kentucky, hereby amends Chapter 78 of the Paducah Code of Ordinances as follows: Sec. 78-31. Holidays. (a) The following days during each calendar year are hereby designated as holidays on which all City employees will be granted a holiday: (1) New Year's Eve Day; (2) New Year's Day (January 1); (3) Martin Luther King, Jr. Day; (4) Memorial Day; (5) Juneteenth National Independence Day (5)(6) Independence Day (July 4); (6) (7) Labor Day; (7) (8) Thanksgiving Day; (8) (9) The day immediately following Thanksgiving Day; (9) (10) Christmas Eve (December 24); (10) (11) Christmas Day (December 25); (11) (12) One personal day; and other holidays as may from time to time be designated by motion of the Board of Commissioners. If any of the days mentioned herein as holidays fall on a Saturday or Sunday, in such event, such holiday shall be recognized on a day, Monday through Friday, as determined by the City Commission. (b) As soon as possible after any holiday, the Police and Fire Department personnel shall be granted a leave of one (1) day to be selected by the respective head of the Police Department and Fire Department. (c) All other employees will be paid for recognized holidays not worked in an amount equivalent to eight (8) times the employee's regular hourly rate or the equivalent of one (1) day's pay. Such other employees who are required to work on a recognized holiday shall be further compensated at one and one-half (1 ½) times their straight time hourly rate. Members of the Police Department will receive double compensatory time for actual holidays worked. (d) Members of the Fire Department working as a member of a platoon performing duty in shifts of twenty-four (24) hours on duty and forty-eight (48) hours off duty shall be given holiday time as may be scheduled with the Chief of the Fire Department with a credit of two (2) holidays per twenty-four (24) hour shift, and they shall be compensated for such holiday at their average earnings including regular and overtime pay for a fifty-six (56) hour work week. (e) Holiday pay for employees of 911 Emergency Communication Service. (1) For the purpose of this subsection, a qualifying quarter of service shall be a quarter in which a part-time employee of the Emergency Communication Service is paid for a minimum average of thirty (30) hours of work per week. (2) All full-time employees of the 911 Emergency Communication Service shall be entitled to holiday pay in accordance with this section. (3) After completion of one (1) year of service with the Emergency Communication Service, part-time employees shall be granted holiday benefits and pay in accordance with this section for each qualifying quarter of service. For determining an employee's eligibility for holiday benefits and pay, reference shall be made to the quarter preceding the holiday in question. If the employee did not complete a qualifying quarter of service during the preceding quarter, the employee shall not be eligible for holiday benefits and pay for which the employee would otherwise be entitled. (4) Notwithstanding the foregoing provisions of this subsection, no part-time employee of the Emergency Communication Service shall be entitled to accrue holiday benefits until such employee has completed one (1) year of service. SECTION 2. Recognition of Juneteenth as a designated holiday of the City of Paducah shall become effective January 1, 2022. SECTION 3. This Ordinance shall be read on two separate days and become effective upon summary publication pursuant to KRS Chapter 424. George Bray, Mayor ATTEST: Lindsay Parish, City Clerk Introduced by the Board of Commissioners, July 13, 2021 Adopted by the Board of Commissioners, July 27, 2021 Recorded by Lindsay Parish, City Clerk, July 27, 2021 Published by The Paducah Sun, _________________________ ORD\78-31 – Juneteenth Holiday Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Change Order for Pump Station #2 Construction Contract with Pace Contracting, LLC in the amount of $121,733.29. - R MURPHY Category: Ordinance Staff Work By: Melanie Townsend Presentation By: Rick Murphy Background Information: Summary: Change Order #1 to Pace Contracting, LLC construction contract in the amount of $121,733.29 due to unforeseen conditions resulting in a final contract amount of $4,621,733.29. Background: As part of the Paducah Floodwall Rehabilitation Project in conjunction with the US Army Corps of Engineers, Ordinance 2020-08-8652 was approved on August 25, 2020 with Pace Contracting, LLC for a construction contract in the amount of $4.5M for the Pump Station #2 Rehabilitation Project. This was a rebid of the contract after the original contractor defaulted on the contract. Pace has experienced several unforeseen circumstances resulting in additional costs to them. The unforeseen conditions consisted of: Proposal #6: Missing Components and Damaged Materials The new discharge piping and couplings for the project were purchased and provided by the previous contractor, Huffman Construction LLC. Upon award of The Project rebid, Pace determined that some of the couplings were damaged and several components were missing. To facilitate installation of the discharge piping these elements had to replaced. Cost: $88,929.66 Proposal #7: Fabrication of Motor #5 Adjustment Nut The previous contractor, Huffman Construction LLC, removed and stored Motor #5 to allow for removal of Pump #5. Upon award of The Project rebid, Pace determined the adjustment nut for Motor #5 was missing. To facilitate re-installation of the motor a new adjustment nut had to be fabricated. Cost: $10,970.00 Proposal #8: Emergency Repairs of 48in Discharge Pipe The 48” discharge piping associated with Pump #5 failed during operations. This hole in the pipe that created associated erosion of soil and rock under the headwall. To prevent additional damage to the levee and headwall and to allow for future pumping operations Pace was asked to construct a temporary patch of this pipe. Cost: $21,833.63 HDR Engineering recommends that the City seek reimbursement for this Change Order No 1 from Western Surety Company, the issuer of the Performance and Payment Bonds (Bond No. 30032288) for Huffman Construction LLC (Huffman). Proposal #6 and Proposal #7 are both costs directly associated with Huffman’s mismanagement of components on the job site, which resulted in lost and or damaged materials. It can also be reasonably inferred that Proposal #8 would not have occurred if Huffman would have met their contractual date of completion November 30, 2020. These pipes were due to be replaced under their contract. The pipe failure did not occur until April 19, 2021 well after their expected date of completion. The total change order amount is $121,733.29 resulting in a final contract amount of $4,621,733.29. The Pump Station #2 Rehabilitation Project is part of the larger US Army Corps of Engineers' Paducah Local Flood Protection Project (LFPP) System rehabilitation project. This approximately $36M project involves the rehabilitation of all pump stations, discharge pipes, flap gates and other structures associated with the Paducah Local Flood Protection Project (LFPP) System. The federal government is a 65% partner with the City contributing 35% to the total overall cost of the project. The Pump Station #2 Rehabilitation Project is part of the City's in-kind match and counts toward the 35% project portion Does this Agenda Action Item align with a Commission Priority? No If yes, please list the Commission Priority: Commission Priorities List Communications Plan: Coordinate with the Communications Manager for press releases and social media posts. Funds Available:Account Name: Pump Station #2 Account Number: FW0014 Staff Recommendation: Authorize and direct the Mayor to sign Change Order #1 with Pace Contracting, LLC for the construction contract on Pump Station #2 Rehabilitation Project in the amount of $121,733.29 with a final contract amount of $4,621,733.29 Attachments: 1.ORD CHGORD1- Pace Contracting LLC – Pump Station #2 2.FPS2_CO1_Recommendation 3.Paducah FPS 2 _CO 1_Pace ORDINANCE NO. 2021-07-_______ AN ORDINANCE AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE CHANGE ORDER NO. 1 WITH PACE CONTRACTING LLC. TO INCREASE THE CONTRACT BY $121,733.29 FOR THE PUMP STATION #2 REHABILITATION PROJECT WHEREAS, On August 25, 2020, the City approved Ordinance 2020-08-8652, authorizing a professional services contract with Pace Contracting, LLC for a construction contract in the amount of $4,500,000 for the Pump Station #2 Rehabilitation Project; and WHEREAS, unforeseen circumstances including missing components, damaged materials, fabrication of Motor #5 adjustment nut, and emergency repairs of the 48” discharge pipe have resulted in additional costs to Pace Contracting; and WHEREAS, Change Order No. 1 is required for an increase in the amount of $121,733.29 adjusting the total construction project from $4,500,000 to $4,621,733.29. NOW, THEREFORE, BE IT ORDAINED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. The Mayor is hereby authorized to execute Change Order No. 1 with Pace Contracting, LLC for an increase in the amount of $121,733.29 and a new total contract cost of $4,621,733.29. SECTION 2. This expenditure shall be charged to the Pump Station #2 Project Account FW0014. SECTION 3. This ordinance shall be read on two separate days and will become effective upon summary publication pursuant to KRS Chapter 424. _______________________________________ George Bray, Mayor ATTEST: ______________________________________ Lindsay Parish, City Clerk Introduced by the Board of Commissioners July 13, 2021 Adopted by the Board of Commissioners, ________________ Recorded by Lindsay Parish, City Clerk, _________________ Published by The Paducah Sun, ______________ \ord\eng\CHGORD1- Pace Contracting LLC – Pump Station #2 hdrinc.com 120 Brentwood Commons Way, Suite 525 Brentwood, TN 37027 T 502.909.3234 F 502.909.3235 July 2, 2021 Rick Murphy, P.E. City of Paducah 300 South 5th Street Paducah, KY 42003 RE: Flood Pump Station #2 Rehabilitation – Change Order #1 Dear Mr. Murphy: Pace Contracting, LLC (Pace) has experienced several unforeseen conditions during the construction of the Flood Pump Station #2 Rehabilitation Project (The Project). These changes have resulted in additional compensation due to Pace. The following are the Change Proposal Request descriptions and corresponding costs: Change Proposal Request #6 (CPR6) – Missing Pipe and Damaged Materials $88,929.66 The new discharge piping and couplings for the project were purchased and provided by the previous contractor, Huffman Construction LLC. Upon award of The Project rebid Pace, determined that some of the couplings were damaged and several components were missing. To facilitate installation of the discharge piping these elements had to replaced. Change Proposal Request #7 (CPR7) – Fabrication of Motor #5 Adjustment Nut $10,970.00 The previous contractor, Huffman Construction LLC, removed and stored Motor #5 to allow for removal of Pump #5. Upon award of The Project rebid, Pace determined the adjustment nut for Motor #5 was missing. To facilitate re-installation of the motor a new adjustment nut had to be fabricated. Change Proposal Request #8 (CPR8) – Emergency Repair of 48” Discharge Pipe $21,833.63 The 48” discharge piping associated with Pump #5 failed during operations. This hole in the pipe that created associated erosion of soil and rock under the headwall. To prevent additional damage to the levee and headwall and to allow for future pumping operations Pace was asked to construct a temporary patch of this pipe. Recommendation HDR has reviewed the costs provided by Pace for the referenced CPRs and agree with the supported cost breakdowns. It is recommended that the City move forward with inclusion hdrinc.com 120 Brentwood Commons Way, Suite 525 Brentwood, TN 37027 T 502.909.3234 F 502.909.3235 of CPR 6, CPR 7, and CPR 8 into Change Order #1 for an increase of $121,733.29 and a new total contract amount of $4,621,733.29. Additionally, it is recommended that the City seeks reimbursement for these CPRs from Western Surety Company, the issuer of the Performance and Payment Bonds (Bond No. 30032288) for Huffman Construction LLC (Huffman). CPR 6 and CPR 7 are both costs directly associated with Huffman’s mismanagement of components on the job site, which resulted in lost and or damaged materials. It can also be reasonably inferred that CPR 8 would not have occurred if Huffman would have met their contractual date of completion November 30, 2020. These pipes were due to be replaced under their contract. The pipe failure did not occur until April 19, 2021 well after their expected date of completion. Please let me know if you have any questions comments or need additional information. Sincerely, Kyle Guthrie, P.E. Associate Vice President Cc: Melanie Townsend Sheryl Chino Savannah Wing Attachments: Paducah FPS_2_CO_1_Pace.pdf EJCDC®C 941,Change Order. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. Page 1 of 1 Change Order No.1 Date of Issuance: Effective Date: Owner:City of Paducah Owner's Contract No.:CDBG No.17 020 Contractor:Pace Contracting LLC Contractor’s Project No.:17 020 Engineer:HDR Engineering,Inc Engineer's Project No.:10032833 Project:Flood Pump Station #2 Rehab Contract Name:Paducah PS #2 Rehab The Contract is modified as follows upon execution of this Change Order: Description: Pipe Missing and Damaged Materials New Adjustment Nut Emergency 48”Repair Attachments:HDR Change Order Recommendation CPR #6,CPR #7,&CPR #8 CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIMES [note changes in Milestones if applicable] Original Contract Price:Original Contract Times: Substantial Completion: $ 4,500,000.00 Ready for Final Payment: days or dates Increase from previously approved Change Orders No.__ to No.: [Increase][Decrease]from previously approved Change Orders No.to No.: Substantial Completion: $ 0 Ready for Final Payment: days Contract Price prior to this Change Order:Contract Times prior to this Change Order: Substantial Completion: $ 4,500,000.00 Ready for Final Payment: days or dates Increase of this Change Order:[Increase][Decrease]of this Change Order: Substantial Completion: $ 121,733.29 Ready for Final Payment: days or dates Contract Price incorporating this Change Order:Contract Times with all approved Change Orders: Substantial Completion: $4,621,733.29 Ready for Final Payment: days or dates RECOMMENDED:ACCEPTED:ACCEPTED: By:By:By: Engineer (if required)Owner (Authorized Signature)Contractor (Authorized Signature) Title:Title:Title: Date:Date:Date: Approved by Funding Agency (if applicable) By: Date: Title: Attention: The following change in the contract on this project is proposed. Please provide your proposed price for the cost of this change. 1) A breakdown of cost SHALL be provided upon request by the Owner or Engineer. 2) Work shall not commence until authorized by the Owner. Description of Proposed Change : By File Attachments: COR 006.pdf 7KHH[LVWLQJSLSLQJRQVLWHZDVPLVVLQJFRPSRQHQWVDQGVRPHVHJPHQWVZHUHGDPDJHG3DFHKDVSURYLGHGDEUHDNGRZQRIWKHFRVWWR replace and repair the necessary materials. By: Date Owner's Action: [ ] Accepted [ ] Not Accepted General Contractor Date By: Owner Date $88,929.66 This change will: [ ] Add [ ] Deduct [ ] Not Change by calendar days.Engineering All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: [ ] Increased [ ] Decreased [ ] Unchanged HDR Recommendation: [ ] Recommend Acceptance [ ] Do Not Recommend Acceptance Section No.:Drawing No.: HDR Project Tracker Collaboration System Page:1 of 1 Change Proposal Request No:6 (Not a Change Order) Project Name: HDR Project No: 10032833-4.0 Contractor: Pace Contracting LLC Project Owner: City of Paducah Owner's Project No. (If applicable): Regulatory Agency Project No. (If applicable): Initiated by [ ] Engineer [ ] CM/Contractor Date: 2/8/2021 Flood Pump Station #2 Rehabilitation 7/1/21 15415 Shelbyville Rd, Louisville, KY 40245 502.386.8997 (cell) 502.815.4145 (office) Date: Pace Job No. Qty Unit Ext. Price + Days 1 LS $ 88,929.66 0 0 0 0 0 $ 88,929.66 0 Comments: Date: Date: J.D. Fiske Sr. Project Manager jdfiske@pacecontractingllc.com (502) 471-1121 February 8th, 2021 Project Name: Total Change Order: Request No. Kyle Guthrie, PE HDR Inc. Replacement Parts & Hardware Description: Printed Name: PACE CONTRACTING, LLC CLIENT CHANGE ORDER REQUEST 2/8/2012 5495 1 4645 Village Square Drive, Suite F Paducah, KY 42001 Signature Signature This COR includes the following: Missing and damaged materials from a time between Huffman's demobilization and PACE's mobilization. Replacement gaskets for Straub couplings that were damaged due to weather exposure. Paducah FPS #2 Rehabilitation Pace Project #5495 Date 2/8/2012 Project Name Description Request #1 MATERIALS QUANTITY UNIT UNIT PRICE COST 1 LS 4,697.25$ 4,697.25$ 1 LS 8,764.61$ 8,764.61$ 1 LS 51,814.27$ 51,814.27$ 1 LS 6,641.84$ 6,641.84$ -$ -$ Sub 71,917.97$ 6.00%4,315.08$ 76,233.05$ LABOR QUANTITY UNIT UNIT PRICE COST -$ -$ EQUIPMENT QUANTITY UNIT UNIT PRICE COST -$ -$ SUBCONTRACTS QUANTITY UNIT UNIT PRICE COST -$ -$ % 1.00% 5.00% 10.00% AMOUNT 76,233.05$ -$ -$ -$ 76,233.05$ 3,811.65$ 80,044.70$ 8,004.47$ 88,049.17$ 880.49$ 88,929.66$ 88,929.66$ Comments: SUBCONTRACTORS TOTAL OVERHEAD SUBTOTAL 1 FEE SUBTOTAL 1 Bond Fee (1%) SUBTOTAL 1 DIRECT COST SUBTOTAL LABOR EQUIPMENT SUBCONTRACTS TOTAL FEE SUMMARY DESCRIPTION Bond Fee OVERHEAD % Change Order Request Cost Breakdown Paducah FPS #2 Rehabilitation Replacement Coupling, Straub Gaskets, Smith-Blair Gaskets & Hardware, Tie-Rod Hardware ITEM 48" Straub Coupling ( replacement for damaged ) MATERIALS FEE % SUMMARY ITEM ITEM EQUIPMENT TOTAL ITEM Replacement Coupling Gaskets Replacement Coupling Gaskets - Smith Blair LABOR TOTAL Tax MATERIAL TOTAL Replacement Tie-Rod Hardware Attention: The following change in the contract on this project is proposed. Please provide your proposed price for the cost of this change. 1) A breakdown of cost SHALL be provided upon request by the Owner or Engineer. 2) Work shall not commence until authorized by the Owner. Description of Proposed Change : By File Attachments: COR 5495 - 005 Nut Removal Machining.pdf To fabricate a new adjustment nut for Motor #5, Pace will need to remove Motor #3, this motor is identical to #5 and houses the VDPHDGMXVWPHQWQXW7KHVFRSHRIZRUNLQYROYHVGLVFRQQHFWLQJWKHHOHFWULFDOIHHGWR0RWRUUHPRYDORIWKHPRWRUWDNLQJPHDVXUHPHQWVRI WKHDGMXVWPHQWQXWIDEULFDWLRQRIDQLGHQWLFDOFRPSRQHQWDQGUHLQVWDOOLQJWKHPRWRUDQGDVVRFLDWHGHOHFWULFDOIHHG By: Date Owner's Action: [ ] Accepted [ ] Not Accepted General Contractor Date By: Owner Date $10,970.00 This change will: [ ] Add [ ] Deduct [ ] Not Change by calendar days.Engineering All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: [ ] Increased [ ] Decreased [ ] Unchanged HDR Recommendation: [ ] Recommend Acceptance [ ] Do Not Recommend Acceptance Section No.:Drawing No.: HDR Project Tracker Collaboration System Page:1 of 1 Change Proposal Request No:7 (Not a Change Order) Project Name: HDR Project No: 10032833-4.0 Contractor: Pace Contracting LLC Project Owner: City of Paducah Owner's Project No. (If applicable): Regulatory Agency Project No. (If applicable): Initiated by [ ] Engineer [ ] CM/Contractor Date: 2/1/2021 Flood Pump Station #2 Rehabilitation 7/1/21 15415 Shelbyville Rd, Louisville, KY 40245 502.471.11217 (cell) 502.736.6267 (office) Date: Pace Job No. Contract No. Request No. Project Name: Paducah FPS #2 Rehabilitation + Days 0 0 Days Comments: Accepted by: Cost Printed Name: Mike Mulhall $ 10,970.70 10,970.70$ COR 5495- 005 Signature Signature Date: 4.20.2021 Date: Total Change Order Request: Change in Contract Calendar Days: CLIENT CHANGE ORDER REQUEST 4/22/2021 5495 4645 Village Square Drive, Suite F Paducah, KY 42001 Kyle Guthrie, PE HDR Inc. Printed Name: PACE CONTRACTING, LLC Description: Price for S & K to remove nut on Pump 5 Motor and have it machined for replacement nut for 500 HP motor. Pace Project #5495 Date 4/22/2021 Project Name Description Request # 5 MATERIALS QUANTITY UNIT UNIT PRICE COST -$ -$ -$ 6.00%-$ -$ LABOR QUANTITY UNIT UNIT PRICE COST -$ -$ -$ EQUIPMENT QUANTITY UNIT UNIT PRICE COST -$ -$ SUBCONTRACTS QUANTITY UNIT UNIT PRICE COST 1 ls 9,457.50$ 9,457.50$ -$ -$ -$ -$ 9,457.50$ % 1.00% 5.00% 10.00% AMOUNT -$ -$ -$ 9,457.50$ 9,457.50$ 1,513.20$ 10,970.70$ 10,970.70$ Comments LABOR TOTAL Tax MATERIAL TOTAL EQUIPMENT TOTAL ITEM S & K cost to remove and make nut replacement Change Order Request Cost Breakdown Paducah FPS #2 Rehabilitation Price for S & K to remove nut on Pump 5 Motor and have it machined for replacement nut for 500 HP motor. ITEM MATERIALS FEE % SUMMARY ITEM ITEM LABOR EQUIPMENT SUBCONTRACTS TOTAL FEE SUMMARY DESCRIPTION Bond Fee OVERHEAD % SUBCONTRACTORS TOTAL Overhead & FEE & Bond SUBTOTAL 1 DIRECT COST SUBTOTAL Paducah Levee System Reconstruction Flood Station # 2 Paducah, KY PRICE f. o. b. S. P. Freight Allowed ………….……….…..….…….…............…….. $ 9,457.50 S & K EQUIPMENT COMPANY, Inc. … When Quality Counts … Attention: The following change in the contract on this project is proposed. Please provide your proposed price for the cost of this change. 1) A breakdown of cost SHALL be provided upon request by the Owner or Engineer. 2) Work shall not commence until authorized by the Owner. Description of Proposed Change : By File Attachments: COR 5495 - 006 48 inch Discharge Pipe Repair.pdf 20210416_090439.jpg 20210416_091044.jpg 20210416_091401.jpg 20210416_091647.jpg masterlife-sra-035-tds.pdf 80-3 flowable pace contr. pump 2.xls 3URYLGHDPHDQVWRVHDOWKHKROHLQWKHH[LVWLQJGLVFKDUJHSLSHDQGEDFNILOOWKHYRLGFUHDWHGIURPZDVKRXW Section No.:Drawing No.: HDR Project Tracker Collaboration System Page:1 of 2 Change Proposal Request No:8 (Not a Change Order) Project Name: HDR Project No: 10032833-4.0 Contractor: Pace Contracting LLC Project Owner: City of Paducah Owner's Project No. (If applicable): Regulatory Agency Project No. (If applicable): Initiated by [ ] Engineer [ ] CM/Contractor Date: 4/16/2021 Flood Pump Station #2 Rehabilitation By: Date Owner's Action: [ ] Accepted [ ] Not Accepted General Contractor Date By: Owner Date $21,833.63 This change will: [ ] Add [ ] Deduct [ ] Not Change by calendar days.Engineering All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: [ ] Increased [ ] Decreased [ ] Unchanged HDR Recommendation: [ ] Recommend Acceptance [ ] Do Not Recommend Acceptance HDR Project Tracker Collaboration System Page:2 of 2 Change Proposal Request No:8 (Not a Change Order) Project Name: HDR Project No: 10032833-4.0 Contractor: Pace Contracting LLC Project Owner: City of Paducah Owner's Project No. (If applicable): Regulatory Agency Project No. (If applicable): Initiated by [ ] Engineer [ ] CM/Contractor Date: 4/16/2021 Flood Pump Station #2 Rehabilitation 7/1/21 15415 Shelbyville Rd, Louisville, KY 40245 502.471.11217 (cell) 502.736.6267 (office) Date: Pace Job No. Contract No. Request No. Project Name: Paducah FPS #2 Rehabilitation + Days 0 0 Days Comments: Accepted by: Cost Printed Name: Mike Mulhall $ 21,833.63 21,833.63$ COR 5495- 006 Signature Signature 4/28/2021 Date: Total Change Order Request: Change in Contract Calendar Days: CLIENT CHANGE ORDER REQUEST 4/28/2021 5495 4645 Village Square Drive, Suite F Paducah, KY 42001 Kyle Guthrie, PE HDR Inc. Printed Name: PACE CONTRACTING, LLC Description: T & M work to repair 48 inch Steel Discharge Pipe and use flowable fill in washout 4/21/21 to 4/23/21 Pace Project #5495 Date 4/28/2021 Project Name Description Request # 6 MATERIALS QUANTITY UNIT UNIT PRICE COST 48 cy 125.00$ 6,000.00$ 1 ls 400.00$ 400.00$ -$ 6.00%360.00$ 6,760.00$ LABOR QUANTITY UNIT UNIT PRICE COST 33 hr 60.00$ 1,980.00$ 66 hr 55.00$ 3,630.00$ 9 day 100.00$ 900.00$ 6,510.00$ EQUIPMENT QUANTITY UNIT UNIT PRICE COST 1 day 579.61$ 579.61$ 1 day 2,138.55$ 2,138.55$ 33 hr 16.00$ 528.00$ 3,246.16$ SUBCONTRACTS QUANTITY UNIT UNIT PRICE COST 1 ls 2,200.25$ 2,200.25$ -$ -$ 2,200.25$ % 1.00% 5.00% 10.00% AMOUNT 6,760.00$ 6,510.00$ 3,246.16$ 2,200.25$ 18,716.41$ 935.82$ 19,652.23$ 1,965.22$ 21,617.45$ 216.17$ 21,833.63$ 21,833.63$ Comments Misc. Material to line pipe Foreman Truck LABOR TOTAL Tax MATERIAL TOTAL Skidsteer Excavator Travel Pay EQUIPMENT TOTAL ITEM Foreman Whitehead Concrete Pumping Carpenter (2 each) Change Order Request Cost Breakdown Paducah FPS #2 Rehabilitation T & M work to repair 48 inch Steel Discharge Pipe and use flowable fill in washout 4/21/21 to 4/23/21 ITEM Concrete - Flowable Fill MATERIALS FEE % SUMMARY ITEM ITEM LABOR EQUIPMENT SUBCONTRACTS TOTAL FEE SUMMARY DESCRIPTION Bond Fee OVERHEAD % SUBCONTRACTORS TOTAL OVERHEAD SUBTOTAL 1 FEE SUBTOTAL 1 Bond Fee (1%) SUBTOTAL 1 DIRECT COST SUBTOTAL INVOICE SEND ALL PAYMENTS TO: INVOICE NUMBER ACCOUNT NUMBER INVOICE DATE INVOICE TO RECEIVED BY CONTRACT NUMBER PURCHASE ORDER NUMBER JOB NUMBER JOB ADDRESS BRANCH SUBTOTAL TAX INVOICE TOTAL PAGE PDFWS7 (Rev 05/10/18) 112664950-0001 PO BOX 409211 ATLANTA, GA 30384-9211 231813 4/26/21 1 NPOG FSP 2 1416 N 6TH ST PADUCAH, KY 42001 C#: 812-283-5784 J#: 502-471-1121 1416 N 6TH ST, PADUCAH FSP 2 112664950 PADUCAH PC617 3525 PARK AVE PADUCAH, KY 42001 4054 270-558-6206 0617 PACE CONTRACTING INC 15415 Shelbyville Rd Louisville, KY 40245 . QTY EQUIPMENT # Min Day Week 4 Week Amount . 1.00 1500-2100LB TRACK SKIDSTEER 325.00 325.00 876.00 1901.00 325.00 10299596 Make: BOBCAT Model: T550 Ser #: AJZV24640 HR OUT: 124.550 HR IN: 128.050 TOTAL: 3.500 Billed from 4/22/21 thru 4/23/21 1.00 SKIDSTEER LOADER BUCKET N/C Rental Sub-total: 325.00 SALES ITEMS: Qty Item number Unit Price 1 DLPKSRCHG EA 26.600 26.60 TRANSPORTATION SURCHARGE 1 ENVIRONMENTAL EA 5.200 5.20 ENVIRONMENTAL/HAZMAT FEE 2133XXX0000 1 RF EA N/C RETURNED FULL DELIVERY CHARGE 95.00 PICKUP CHARGE 95.00 CONTINUED RENTAL RETURN NET DUE UPON RECEIPT MULHALL, MIKE SUNBELT RENTALS, INC INVOICE SEND ALL PAYMENTS TO: INVOICE NUMBER ACCOUNT NUMBER INVOICE DATE INVOICE TO RECEIVED BY CONTRACT NUMBER PURCHASE ORDER NUMBER JOB NUMBER JOB ADDRESS BRANCH SUBTOTAL TAX INVOICE TOTAL PAGE PDFWS7 (Rev 05/10/18) 112664950-0001 PO BOX 409211 ATLANTA, GA 30384-9211 231813 4/26/21 2 NPOG FSP 2 1416 N 6TH ST PADUCAH, KY 42001 C#: 812-283-5784 J#: 502-471-1121 1416 N 6TH ST, PADUCAH FSP 2 112664950 PADUCAH PC617 3525 PARK AVE PADUCAH, KY 42001 4054 270-558-6206 0617 546.80 32.81 579.61 PACE CONTRACTING INC 15415 Shelbyville Rd Louisville, KY 40245 . QTY EQUIPMENT # Min Day Week 4 Week Amount . FINAL BILL: 4/22/21 12:00 PM THRU 4/23/21 09:13 AM. . 546.80 RENTAL RETURN NET DUE UPON RECEIPT MULHALL, MIKE SUNBELT RENTALS, INC Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Approval of Contract for Floodwall Seal Closures Project with Jim Smith Contracting, LLC in the amount of $577,763.16 - R MURPHY Category: Ordinance Staff Work By: Melanie Townsend, Maegan Mansfield Presentation By: Rick Murphy Background Information: Summary: Approval of contract with Jim Smith Contracting to modify 12 Floodwall openings. The modifications include permanently sealing 10 Floodwall openings and raising the sill elevation of 2 Floodwall openings Background: On June 15, 2021, the Engineering Department opened sealed bids for the Paducah Floodwall Seal Closure Project. BFW Engineering performed bid evaluation and recommended Jim Smith Contracting as submitting the lowest responsive bid. Two (2) bids were received as follows: (1) Jim Smith Contracting, LLC: $577,763.16 (2) Coffey Construction, LLC: $672,276.73 The Floodwall Seal Closure Project is part of the larger US Army Corps of Engineers' Paducah Local Flood Protection Project (LFPP) System rehabilitation project. This approximately $36M project involves the rehabilitation of all pump stations, discharge pipes, flap gates and other structures associated with the Paducah Local Flood Protection Project (LFPP) System. The federal government is a 65% partner with the City contributing 35% to the total overall cost of the project. The Floodwall Seal Closure Project is part of the City's in-kind match and counts toward the 35% project portion. Does this Agenda Action Item align with a Commission Priority? Yes If yes, please list the Commission Priority: Stormwater Communications Plan: The Engineering Department has and will continue to discuss the Seal Closures project with those businesses near or adjacent to the closure locations that may be inconvenienced before, during and/or after the project's completion. The Engineering Department will also coordinate necessary information with the City of Paducah's Communication Manager for news releases and social media updates. Funds Available:Account Name: Seal Closures Account Number: FW0011 Staff Recommendation: To receive and file the bids and adopt an Ordinance authorizing the Mayor to execute a contract with Jim Smith Contracting, LLC, in the amount of $ 577,763.16 for construction of the Paducah Floodwall Seal Closure Project. Attachments: 1.ORD agree - Jim Smith Contracting Floodwall Seal Closure Project 2021 2.Paducah Sun ad_5.29.21_Seal Closures 3.Paducah Floodwall Closures Bid Tabulation 4.Paducah Floodwall Closures_Smith Construction bid packet 5.Coffey Construction Bid Packet 6.Paducah Floodwall Closure- Contract- unsigned ORDINANCE NO. 2021-07-_________ AN ORDINANCE AUTHORIZING THE MAYOR TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH JIM SMITH CONTRACTING, LLC., IN THE AMOUNT OF $577,763.16 FOR THE FLOODWALL SEAL CLOSURES PROJECT WHEREAS, on June 15, 2021, The Engineering Department opened sealed bids for the Paducah Floodwall Seal Closure Project; and WHEREAS, BFW Engineering performed bid evaluation and recommended Jim Smith Contracting as submitting the lowest responsive bids; and WHEREAS, the Floodwall Seal Closure Project is part of the larger U.S. Army Corps of Engineers’ Paducah Levee project; and WHEREAS, this approximately $36M project involves the rehabilitation of all pump stations, discharge pipes, flap gates and other structures associated with the Paducah Local Flood Protection Project (LFPP) System. NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COMMISSIONERS OF THE CITY OF PADUCAH, KENTUCKY: SECTION 1. The City Commission does hereby accept the proposal of Jim Smith Contracting LLC to provide professional services for the Floodwall Seal Closure Project in an amount of $577,763.16. SECTION 2. The City Commission does hereby authorize and instruct the Mayor to execute the Professional Services Agreement with Jim Smith Contracting LLC, on behalf of the City of Paducah. SECTION 3. This expenditure shall be charged to the Seal Closures Project No. FW0011. SECTION 4. This ordinance shall be read on two separate days and will become effective upon summary publication pursuant to KRS Chapter 424. ____________________________________ George Bray, Mayor ATTEST: __________________________________ Lindsay Parish, City Clerk Introduced by the Board of Commissioners, July 13, 2021 Adopted by the Board of Commissioners, ____________________ Recorded by Lindsay Parish, City Clerk, _____________________ Published by The Paducah Sun, _____________________________ \ord\eng\agree – Jim Smith Contracting Floodwall Seal Closures Project - 2021 Paducah Floodwall Closures Bid Tabulation 6/15/2021 CONTRACTOR BID AMOUNT DEDUCTIVE ALTERNATE Smith Construction $577,763.16 $4,000 Coffee Construction $672,276.73 $3,965 Differential $94,513.60 $35.00 00500 AGREEMENT Page 1 of 2 CITY OF PADUCAH, KENTUCKY ENGINEERING DEPARTMENT AGREEMENT FOR PADUCAH FLOODWALL CLOSURES THIS AGREEMENT, made this day of , 20__ by and between the CITY OF PADUCAH, hereinafter called the OWNER, and , hereinafter called the CONTRACTOR, for the consideration hereinafter named, agree as follows: ARTICLE 1. SCOPE OF WORK The Contractor agrees to furnish all the necessary labor, materials, equipment, tools and services necessary for the construction of the PADUCAH FLOODWALL CLOSURES. All Work shall be in accordance with this Agreement, the Plans, Specifications and any Addendum(s) issued. Throughout the performance of this Contract, the Engineering Department of the City of Paducah shall, in all respects, be acting as both Engineer and agent for the Owner, City of Paducah. All work done by the Contractor shall be completed under the general supervision of the Engineer. ARTICLE 2. TIME FOR COMPLETION AND LIQUIDATED DAMAGES The Contractor hereby agrees to commence work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the project within Ninety (90) consecutive calendar days thereafter. Failure of the Contractor to complete the work in the time specified above plus any extensions allowed in accordance with the General Conditions shall result in the assessment of liquidated damages for the delay (not as a penalty). Liquidated damages shall be in the amount of $500.00 per consecutive calendar day for failure to meet the final completion date and shall be withheld from final payment. ARTICLE 3. THE CONTRACT SUM The Owner agrees to pay the Contractor for the performance of the Contract, subject to additions and deductions provided therein: ($) as quoted in the Bid Proposal by the Contractor dated which shall constitute full compensation for the work and services authorized herein. ARTICLE 4. PROGRESS PAYMENTS The Contractor may submit each month, and no more than once a month, a Request for Payment for work completed in accordance with the Specifications. The Owner will make partial payments on or about thirty (30) days after submission of a properly completed invoice and approval of the completed work. At the Engineer’s discretion, a ten percent (10%) retainage may be held until final completion and acceptance of the work. ARTICLE 5. ACCEPTANCE AND FINAL PAYMENT Final payment shall be due sixty, (60) days after substantial completion of the work, provided the work will then be fully completed and the Contract fully performed in accordance with the specifications. ARTICLE 6. GOVERNING LAW The Parties agree that this Agreement and any legal actions concerning its validity, interpretation and performance shall be governed by the laws of the Commonwealth of Kentucky. The parties further agree that the venue for any legal proceeding relating to this Agreement shall exclusively be in 00500 AGREEMENT Page 2 of 2 McCracken County, Kentucky. ARTICLE 7. THE CONTRACT DOCUMENTS The Plans, Specifications and any addendum that may have been issued are fully a part of this Contract as if thereto attached or herein repeated. IN WITNESS WHEREOF: The parties hereto have executed this Agreement, the day and year first above written. CONTRACTOR CITY OF PADUCAH, KENTUCKY BY __________________________ BY ____________________________ TITLE ________________________ George Bray, Mayor ADDRESS: ADDRESS: _____________________________ Post Office Box 2267 ______________________________ Paducah, Kentucky 42002-2267 Agenda Action Form Paducah City Commission Meeting Date: July 13, 2021 Short Title: Approval of Contract for Floodwall Flapgate Replacement Project with Jim Smith Contracting, LLC in the amount of $ 2,152,000.00- R MURPHY Category: Ordinance Staff Work By: Melanie Townsend, Rick Murphy Presentation By: Rick Murphy Background Information: Summary: Approving construction contract with Jim Smith Contracting, LLC for the replacement of 52 flapgates and sluice gates in the Paducah Local Flood Protection Project (LFPP) System. Background: On June 24, 2021, the Engineering Department opened sealed bids for the Paducah Floodwall Flapgate Replacement Project. HDR Engineering performed bid evaluation and recommended Jim Smith Contracting as submitting the lowest responsive bid. Three (3) bids were received as follows: (1) ICI Mechanical, LLC: $1,726,495 (rejected as unresponsive) (2) Jim Smith Contracting, LLC: $2,152,000 (3) CJ Mahan Construction, LLC: $2,700,000 The Floodwall Flapgate Replacement Project is part of the larger US Army Corps of Engineers' Paducah Local Flood Protection Project (LFPP) System rehabilitation project. This approximately $36M project involves the rehabilitation of all pump stations, discharge pipes, flapgates and other structures associated with the Paducah Local Flood Protection Project (LFPP) System. The federal government is a 65% partner with the City contributing 35% to the total project. The Floodwall Flapgate Replacement Project is part of the City's in-kind match and counts toward the City's 35% project portion. Does this Agenda Action Item align with a Commission Priority? Yes If yes, please list the Commission Priority: Stormwater Communications Plan: Coordinate with Communications Manager for press releases and social media posts. Funds Available:Account Name: Flapgates Account Number: FW0010 Staff Recommendation: To receive and file the bids and adopt an Ordinance authorizing the Mayor to execute a contract with Jim Smith Contracting, LLC, in the amount of $2,100,000 for construction of the Paducah Floodwall Flapgate Replacement Project. Attachments: 1.ORD agree – Jim Smith Contracting Flapgate Replacement Project - 2021 2.PaducahFlapGate_Sample Contract 3.Paducah Sun_6.5.21_Flap Gates ad 4.PaducahFlapGate_Addendum01_20210609. 5.PaducahFlapGate_Addendum02_20210621 6.Scan_Bid_CJMahan 7.Scan_Bid_ICI 8.Scan_Bid_JimSmith ORDINANCE NO. 2021-07-_________ AN ORDINANCE AUTHORIZING THE MAYOR TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH JIM SMITH CONTRACTING, LLC., IN THE AMOUNT OF $2,152,000 FOR THE FLOODWALL FLAPGATE PROJECT WHEREAS, on June 24, 2021, the Engineering Department opened sealed bids for the Paducah Floodwall Flapgate Replacement Project; and WHEREAS, HDR Engineering performed bid evaluation and recommended Jim Smith Contracting as submitting the lowest responsive bids; and WHEREAS, the Floodwall Flapgate Replacement Project is part of the larger U.S. Army Corps of Engineers’ Paducah Local Flood Protection Project (LFPP) System rehabilitation project; and WHEREAS, this approximately $36M project involves the rehabilitation of all pump stations, discharge pipes, flap gates and other structures associated with the Paducah Local Flood Protection Project (LFPP) System. NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COMMISSIONERS OF THE CITY OF PADUCAH, KENTUCKY: SECTION 1. The City Commission does hereby accept the proposal of Jim Smith Contracting LLC to provide professional services for the Floodwall Flapgate Replacement Project in an amount of $2,152,000. SECTION 2. The City Commission does hereby authorize and instruct the Mayor to execute the Professional Services Agreement with Jim Smith Contracting LLC, on behalf of the City of Paducah. SECTION 3. This expenditure shall be charged to the Flapgates Project No. FW0010. SECTION 4. This ordinance shall be read on two separate days and will become effective upon summary publication pursuant to KRS Chapter 424. ____________________________________ George Bray, Mayor ATTEST: __________________________________ Lindsay Parish, City Clerk Introduced by the Board of Commissioners, July 13, 2021 Adopted by the Board of Commissioners, __________________ Recorded by Lindsay Parish, City Clerk, ___________________ Published by The Paducah Sun, ______________________ \ord\eng\agree – Jim Smith Contracting Flapgate Replacement Project - 2021 10278680 City of Paducah 6/21/2021 Flood Protection Flap Gate Replacement AGREEMENT 00 52 13 - 1 SECTION 00 52 13 CITY OF PADUCAH, KENTUCKY ENGINEERING DEPARTMENT AGREEMENT FOR FLOOD PROTECTION FLAP GATE REPLACEMENT PROJECT THIS AGREEMENT, made this day of , 20__ by and between the CITY OF PADUCAH, hereinafter called the OWNER, and __________________, hereinafter called the CONTRACTOR, for the consideration hereinafter named, agree as follows: ARTICLE 1. SCOPE OF WORK The Contractor agrees to furnish all of the materials and perform all of the work based upon the Drawings and Specifications entitled Flood Protection Flap Gate Replacement on the City of Paducah Flood Wall Protection System prepared by HDR, Inc., acting as, and in these Drawings, entitled the Engineer; and shall do everything required by this Agreement, the Special Provisions of the Contract, the Specifications and Drawings and any Addendum(a) issued. ARTICLE 2. TIME FOR COMPLETION AND LIQUIDATED DAMAGES The Contractor hereby agrees to commence work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the project within Two-Hundred and Ten (210) consecutive calendar days thereafter. Failure of the Contractor to complete the work in the time specified above plus any extensions allowed in accordance with the General Conditions shall result in the assessment of liquidated damages for the delay (not as a penalty). Liquidated damages shall be in the amount of $500.00 per consecutive calendar day for failure to meet the final completion date and shall be withheld from final payment. ARTICLE 3. THE CONTRACT SUM The Owner agrees to pay the Contractor for the performance of the Contract, subject to additions and deductions provided therein: ________________________________ ($__________) as quoted in the Bid Proposal by the Contractor dated ____________ which shall constitute full compensation for the work and services authorized herein. ARTICLE 4. PROGRESS PAYMENTS The Contractor may submit each month, and no more than once a month, a Request for Payment for work completed in accordance with the Specifications. The Owner will make partial payments on or about thirty (30) days after submission of a properly completed invoice and approval of the completed work. At the Engineer’s discretion, a ten percent (10%) retainage may be held until final completion and acceptance of the work. ARTICLE 5. ACCEPTANCE AND FINAL PAYMENT Final payment shall be due sixty, (60) days after substantial completion of the work, provided the work will then be fully completed and the Contract fully performed in accordance with the specifications. ARTICLE 6. GOVERNING LAW The Parties agree that this Agreement and any legal actions concerning its validity, interpretation and performance shall be governed by the laws of the Commonwealth of Kentucky. The parties further agree that the venue for any legal proceeding relating to this Agreement shall exclusively be in McCracken County, Kentucky. 10278680 City of Paducah 6/21/2021 Flood Protection Flap Gate Replacement AGREEMENT 00 52 13 - 2 ARTICLE 7. THE CONTRACT DOCUMENTS The Plans, Specifications and any addendum that may have been issued are fully a part of this Contract as if thereto attached or herein repeated. IN WITNESS WHEREOF: The parties hereto have executed this Agreement, the day and year first above written. CONTRACTOR CITY OF PADUCAH, KENTUCKY BY __________________________ BY ____________________________ TITLE ________________________ George P. Bray, Mayor ADDRESS: ADDRESS: _____________________________ Post Office Box 2267 ______________________________ Paducah, Kentucky 42002-2267 10278680 City of Paducah 6/9/2021 Flood Protection Flap Gate Replacement CAST IRON SLIDE GATES 40 05 58 - 1 SECTION 40 05 58 CAST IRON SLIDE GATES AND SLIDE GATES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Cast iron slide gates and integral operators. 2. Cast iron flap gates and integral operators. B. Related Specification Sections include but are not necessarily limited to: 1. Division 00 - Procurement and Contracting Requirements. 2. Division 01 - General Requirements. 1.2 QUALITY ASSURANCE A. Manufacturer Qualifications: 1. All of the equipment specified under this Section shall be furnished by a single manufacturer with a minimum of 20 years’ experience designing and manufacturing flap gates and slide gates. 2. The manufacturer shall have manufactured flap gates and slide gates for a minimum of 100 projects. The specification is based on the cast iron flap gate and slide gate as manufactured by Waterman Valve, of Exeter, California. B. Referenced Standards: 1. American Water Works Association (AWWA): a. C541, Hydraulic and Pneumatic Cylinder and Vane-Type Actuators for Valves and Slide Gates. b. C542, Electric Motor Actuators for Valves and Slide Gates. c. C560, Cast-Iron Slide Gates. 2. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). 3. National Sanitation Foundation International (NSF): a. 61, Drinking Water System Components - Health Effects. 4. Society for Protective Coatings/NACE International (SSPC/NACE): a. SP 10/NACE No. 2, Near-White Blast Cleaning. 5. ASTM International (ASTM): a. A108 (2003) Steel Bars, Carbon, Cold-Finished b. A123/A123M (2002) Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products c. A126 Class B, Standards Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings d. A153/A153M, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. e. A194/A 194M (2004a) Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service or Both f. A276 (2004) Stainless Steel Bars and Shapes g. A307 (2004) Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength h. A320/A 320M (2004) Alloy/Steel Bolting Materials for Low-Temperature Service i. A536 Gr. 65-45-12, Standard Specification for Ductile Iron for Pivot Lugs j. A 582/A 582M (1995b; R 2000e1) Free-Machining Stainless Steel Bars k. B21/B 21M (2001e1) Naval Brass Rod, Bar, and Shapes l. B584 (2004) Copper Alloy Sand Castings for General Applications m. B633 (1998; E 2001) Electrodeposited Coatings of Zinc on Iron and Steel n. F594(2002) Stainless Steel Nuts 10278680 City of Paducah 6/9/2021 Flood Protection Flap Gate Replacement CAST IRON SLIDE GATES 40 05 58 - 2 1.3 SUBMITTALS A. Submit the following with the Proposal: 1. Proposal Data Sheets. B. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Flap Gates; Shop drawings shall be submitted for sluice gates and flap gates showing details for mounting, materials description, calculations (sluice gates opening and closing torque, stem buckling strength & pedestal (lift)), gate operating pedestal (lift), concrete reinforcement, anchorage, dimensions, and construction and manufacturer's installation procedures. The shop drawings shall show the clearance dimensions between stem couplings and stem guides and the end of the stem and the top of the stem cover, in both the open and closed positions of the sluice gates. Manufacturer's catalog data, including specifications and full descriptive data, shall be submitted for all materials and equipment furnished. Contractor shall be responsible for verifying that the specific manufacturers' sluice gates to be provided at the listed location will fit and function in the area available. 3. Fabrication and/or layout drawings. 4. Certifications. 5. Product technical data including: a. Acknowledgment that products submitted meet the requirements of standards referenced. b. Calculations that demonstrate compliance with the deflection, stress and factor of safety specified. c. Certified drawings and material specifications for ALL components. d. Manufacturer's installation instructions. e. Test records. C. Product Data: 1. Acknowledgement that products submitted meet requirements of standards referenced. 2. Manufacturer's installation instructions. 3. Fabrication and/or layout drawings. 4. Certifications. 5. Test reports. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Waterman Valve. 2. Hydro-Gate. 3. Fontaine. 4. Or engineered preapproved equal. 2.2 EQUIPMENT – SLIDE GATES A. Provide heavy duty gates, stems, lifts and other appurtenances of size, type, material and construction shown on the Contract Drawings and as specified herein. B. Slide gates shall be of heavy duty and medium duty type. C. Gates: Meet all requirements of AWWA C560 as modified per this Specification Section. 10278680 City of Paducah 6/9/2021 Flood Protection Flap Gate Replacement CAST IRON SLIDE GATES 40 05 58 - 3 D. To ensure quality and consistency, no third party contracted manufacturers for fabrication and assembly allowed. The manufacturing and assembly facility shall be a United States facility. E. Cast iron components shall be domestic (United States) materials F. Leakage rate not to exceed the maximum allowable leakage as stated in the AWWA C560 standard. The gates shall be adjusted at the manufacturing plant so that a 0.002” thick gauge (1/2 the required standard by AWWA) will not be admitted at any point between the frame and cover seating surfaces. 2.3 EQUIPMENT – FLAP GATES A. The flap gate shall be designed to allow free outflow and prevent backflow for a maximum seating head of either 55 feet for F55 or 25 feet for F25. B. When used for pump discharge, the unit shall be fitted with a Waterman-supplied leaf-spring bumper with rubber cushion block. C. To ensure quality and consistency, no third party contracted manufacturers for fabrication and assembly allowed. The manufacturing and assembly facility shall be a United States facility. D. Cast iron components shall be domestic (United States) materials 2.4 MATERIALS – FLAP GATES AND SLIDE GATES (REQUIRED MINIMUM) A. Frame and Cover, Flap Gates and Slide Gates – Cast Iron per ASTM- A-126, Class B. B. Flap Gate pivot Lug – Ductile Iron per ASTM A-536, Gr. 65-45-12. C. Flap Gate hinge Link – Structural Steel ASTM A-36, galvanized per ASTM-A-123 D. Flap Gate bronze Bushing and Washers – Commercial Bronze E. Flap Gate and Slide Gate, assembly Hardware, Fasteners, Anchors, and Hinge Pins – 18-8 Stainless Steel (Type 304) F. Flap Gate Naval Bronze Seats – ASTM B-21, Alloy 48200 G. Slide Gate Manganese Bronze Seats, Wedges and Stem Blocks – ASTM B584, Alloy 86500 H. Slide Gate bottom close seal Neoprene Seats – ASTM D-2000 BC610/625 I. Slide Gate pedestal Cast Iron per ASTM- A-126, Class B with polyamide epoxy finish. J. Slide Gate stem ASTM A276 Type 304 stainless steel, machine cut threads 29 degrees ACME type. K. Slide Gate stem guides Cast Iron ASTM A-126 Class B with bronze bushings or UHMW bushings. L. Slide Gate stem cover clear butyrate with Mylar strip indicator. OPTIONAL MATERIALS M. Low-Zinc Bronze Seats – ASTM B-198, Alloy 65100 N. Ductile Iron Hinge Link – ASTM A536, Gr. 65-45-12 O. Manganese Bronze Hinge Link – ASTM B584, Alloy 86500 P. Bronze Bushings – ASTM B-98 Q. Ni-Resist Cast Iron Frame and Cover – ASTM A-436, Type 2 or 2B. 2.5 GATE OPERATORS AND LIFTS A. General: 1. Provide lifts in accordance with AWWA C560 or as modified in this Specification Section. 10278680 City of Paducah 6/9/2021 Flood Protection Flap Gate Replacement CAST IRON SLIDE GATES 40 05 58 - 4 2. Rising stem lifts: a. Provide clear butyrate plastic stem cover with Mylar strip open-close indicator. B. Manual Operators: 1. Equip lift mechanism with a pedestal as shown on Drawings. 2. Centerline of crank or handwheel: Approximately 36 IN above operating floor, unless otherwise shown. 3. Crank wheel: Removable and fitted with a corrosion resistant rotating handle. 2.6 FABRICATION A. Flap Gate frame shall be cast of flatback design, with seating surface inclined from vertical at a minimum of 2.5 degrees to assure positive closure. For flatback Slide Gates mounted to thimbles or flanges or concrete wall, the slide gate flange shall be machined and drilled to match. B. Cover shall be cast iron, cast in one piece, with reinforcing ribs, designed to withstand the seating head specified. An integral cast on lifting eye shall be provided for manual operation. All machined surfaces shall have a minimum 63 micro inch finish. C. Seating surfaces for frame and cover shall be one of the following: D. Machined iron E. Flap gate and slide gate bronze seats impacted into dovetail grooves on the frame and cover. F. Flap gate bronze seats impacted into dovetail grooves within the frame with optional neoprene seat bonded into a dovetail groove in the cover to cushion the cover upon closing. G. Slide gate with bronze seats impacted into dovetail grooves in cover. When a flush bottom closure is specified, a resilient seal shall be attached to the frame so that it is flush with the gate invert. The flush bottom seal shall be supported by a cast iron or stainless-steel bracket which shall be bolted to machined pads provided on the frame. The seal shall be held in place by a bronze or stainless-steel bar which shall be bolted through the seal to the bracket with stainless steel fasteners. All wedges and wedge blocks shall be of solid corrosion resistant material and shall be of sufficient number to provide a practical degree of water tightness per AWWA C560. All wedge bearing surfaces and contact faces shall be machined to give maximum contact and wedging action. Wedges shall be fully adjustable, but once set shall not rotate or move from the set position. All wedge fasteners and adjustment screws shall be corrosion resistant. H. Flap Gate shall be provided with an adjustable, double pivoted hinge linkage so designed to permit complete seating, Pivot lugs mounted to the frame shall be adjustable to allow adjustment of hinge links without having to remove the cover from the gate. The hinge links shall be bronzed bushed stainless steel. Optional hinge links of ductile iron, stainless steel (both bronze- bushed), and manganese bronze may be specified. All assembly hardware shall be type 18-8 stainless steel, 316 or 304 as specified. I. Slide gates shall be provided with full opening and stops or other arrangement to prevent the cover from sliding sufficiently to become wedged in the open position. All assembly hardware shall be type 18-8 stainless steel, 316 or 304 as specified. J. Finish of all cast iron shall be painted with manufacturer’s standard shop coat paint or specified paint. Structural steel hinge links shall be galvanized. All bronze and stainless-steel parts do not require further finish. 2.7 THE SOURCE QUALITY CONTROL A. Article is used to address Factory tests, inspections, and certifications required to be performed at the shop prior to shipment to site. 10278680 City of Paducah 6/9/2021 Flood Protection Flap Gate Replacement CAST IRON SLIDE GATES 40 05 58 - 5 PART 3 - EXECUTION 3.1 INSTALLATION A. Installation of the gates and appurtenances shall be done in a workmanlike manner. It shall be the responsibility of the CONTRACTOR to handle, store, and install the equipment specified in this Section in strict accordance with the Manufacturer’s recommendations. B. The CONTRACTOR shall review the installation drawings and installation instructions prior to Installing the gates. C. The CONTRACTOR shall fill any void between the guide frames and the structure with non- shrink grout as shown on the installation drawing and in accordance with the grout manufacturer’s recommendations. D. Waterman recommendations a spring bumper for flap gates in a pump discharge application. 3.2 FIELD QUALITY CONTROL A. Employ and pay for services of equipment manufacturer's field service representative(s) to: 1. Inspect equipment covered by this Specification Section. 2. Supervise adjustments and installation checks. 3. Provide test equipment, tools, and instruments necessary to accomplish equipment testing. 4. Conduct initial start-up of equipment, perform operational checks, and supervise acceptance testing. 5. Provide, through Contractor, a written statement that manufacturer's equipment has been installed properly, started up and is ready for operation by Owner's personnel. 6. Instruct Owner's personnel on operation and maintenance of furnished equipment. B. Field Leakage Test for Cast Slide Gates: Test gate under design seating head by 0.004” gauge and adjust to not exceed maximum leakage rate specified, per AWWA C560 standard. END OF SECTION 10278680 City of Paducah 6/21/2021 Flood Protection Flap Gate Replacement ADDENDUM FORM 00 91 13 - 1 SECTION 00 91 13 City of Paducah, Kentucky Engineering Department FLOOD PROTECTION FLAP GATE REPLACEMENT ADDENDUM NO. 2 DATE: June 21, 2021 This document is an Amendment of the Plans and Specifications for the replacement of flap gates and sluice gates within the city’s flood protection system and shall be a part of and included in the Contract. When the Addendum conflicts with the original Specifications and/or Drawings, this Addendum shall govern. Questions Received: The following are answers addressing questions received from Bidders to date:  The Contract Time has been extended to 210 calendar days.  Wall thimbles are not anticipated to be encountered during the project but will be addressed as needed during construction if encountered.  A project budget is not being provided for the project.  Gates within manholes include all work necessary to remove the existing gates and install the new gates.  Support brackets for the flap gates may be removed and replaced as per the general notes, if needed.  The scope of work in the agreement has been updated.  Specification Section 00 41 13 – Bid Proposal is being re-issued to include additional information for clarification regarding each gate location. Please replace this section in the Specifications.  Specification Section 00 52 13 – Agreement is being re-issued to address Articles 1 & 2. The scope of work has been updated and the Contract Time has been extended to 210 Calendar Days. Please replace this section in the Specifications.  Specification Section 40 05 58 – Cast Iron Flap Gates and Slide Gates is being re-issued to clarify USACE review questions and comments. Please replace this section in the Specifications.  The following plans are being re-issued to address USACE review questions and comments. Please replace the following sheets in the plans: 01C-02, 01C-03a, 01C-03b, 01C-03c, 01C-24a, 01C-24b, 01C-24c Confirmation: Bidders shall Acknowledge Receipt of this Addendum by signing the last sheet of this Addendum and returning to this office via e-mail at mtownsend@paducahky.gov City of Paducah _______________________ Rick Murphy, P.E. City Engineer 10278680 City of Paducah 6/21/2021 Flood Protection Flap Gate Replacement ADDENDUM FORM 00 91 13 - 2 CONFIRMATION BIDDERS shall Acknowledge Receipt of This Addendum by Signing below and returning to this office via e-mail mtownsend@paducahky.gov. BIDDER: _______________________________________________________ BY: ___________________________________ DATE: __________________ TITLE: _________________________________________________________ 10278680 City of Paducah 6/18/2021 Flood Protection Flap Gate Replacement BID PROPOSAL – BID ITEMS 00 41 13 - 1 SECTION 00 41 13 CITY OF PADUCAH, KENTUCKY ENGINEERING DEPARTMENT BID PROPOSAL FOR FLOOD PROTECTION FLAP GATE REPLACEMENT Proposal of _____________________________________________________ (hereinafter called Bidder), organized and existing under the laws of __________________ (state) and doing business as ___________________________*, as applicable to the City of Paducah, Kentucky (hereinafter referred to as Owner.) *Insert "A Corporation", A Partnership" or "An Individual" In compliance with your Invitation for Bid, Bidder hereby proposes to furnish all the necessary labor, materials, equipment, tools and services necessary for the construction of the Flood Protection Flap Gate Replacement in accordance with the plans, specifications and other contract documents prepared by the City Engineering Department, at the prices stated below. By submission of this Bid, each Bidder certifies that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any other competitor. The Bidder further understands the quantities shown herein are estimates only and the Owner reserves the unlimited right to add to or delete from same at its discretion. In case of a discrepancy in the extension of a bid price, the unit price shall govern over the total price for all items. Security in the sum of $ , in the form of a Bid Bond or cashier’s check, said amount being equal to Five Percent (5%) of the Total Bid Amount, is submitted herewith in accordance with the Specifications. This Security is furnished to the Owner as a guarantee that the agreement will be executed, and all bonds required shall be furnished within ten (10) days after award of the Contract to the undersigned. Additionally, the Bidder has submitted with this Bid Proposal the required signed and notarized Certifications as required by the laws of the Commonwealth of Kentucky. Failure of the Bidder to comply with these provisions will make the Bid Non-Responsive and shall result in disqualification of the submitted Bid Proposal. After reasonable consideration of all bids received, a Notice of Award will be given to the Responsible Bidder who submits the lowest responsive bid in accordance with the specifications. The responsible Bidder shall have the capability in all respects to perform fully the contracts requirements, and the moral integrity and reliability of which to assure good faith performance. The responsive Bidder shall submit a bid that conforms in all material respects to the specifications without any deviations of the invitation for bids. If Notice of Award is given to the Bidder within Sixty (60) days after the time of receipt of Bids, the Bidder agrees to execute and deliver a Contract Agreement in the prescribed form and furnish the required bonds and insurance within ten (10) days after the Contract is presented for signature. Bidder hereby agrees to commence work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the project within two-hundred ten (210) consecutive calendar days thereafter. Bidder further agrees to pay as liquidated damages, the sum of five-hundred Dollars ($500.00) for each consecutive calendar day thereafter until project completion as provided in accordance with Specifications. 10278680 City of Paducah 6/18/2021 Flood Protection Flap Gate Replacement BID PROPOSAL – BID ITEMS 00 41 13 - 2 Payments for Work Completed will be made in accordance with the Specifications. In submitting this Bid, it is understood that the right is reserved by the Owner to reject any and all Bids in accordance with the City of Paducah’s Code of Ordinances and the Specifications. BID PROPOSAL: Unit price includes costs indicated in Section 01 22 00 – Measurement and Payment. ITEM DESCRIPTION Type BATTER ANGLE UNIT QTY STATION PLAN SET PAGE UNIT PRICE TOTAL ITEM AMOUNT 1. Flap Gate - 60” F25 2.5° EA 1 200+58A 01C-04 $ $ 2. Sluice Gate - 15” S25 - EA 1 187+49A 01C-04 $ $ 3. Flap Gate - 60” F55 2.5° EA 6 157+63A 01C-05 $ $ 4. Flap Gate - 24” F25 5° EA 1 151+25A 01C-05 $ $ 5. Flap Gate - 24” F25 5° EA 1 147+25A 01C-05 $ $ 6. Flap Gate - 24” F25 5° EA 1 144+00A 01C-05 $ $ 7. Flap Gate - 16” F25 5° EA 1 140+45A 01C-05 $ $ 8. Flap Gate - 30” F25 5° EA 1 130+00A 01C-06 $ $ 9. Flap Gate - 72” F55 2.5° EA 1 111+67A 01C-06 $ $ 10. Flap Gate - 24” F55 5° EA 1 84-00A 01C-07 $ $ 11. Sluice Gate - 24” in MH S55 - EA 1 175+40B 01C-09 $ $ 12. Sluice Gate - 24” in MH S25 - EA 1 161+66B 01C-09 $ $ 13. Sluice Gate - 18” in MH S25 - EA 1 149+69B 01C-09 $ $ 14. Sluice Gate - 30” in MH S25 - EA 1 145+92B 01C-09 $ $ 15. Sluice Gate - 24” in MH S55 - EA 1 145+61B 01C-09 $ $ 16. Flap Gate - 36” F25 5° EA 1 128+61B 01C-10 $ $ 17. Flap Gate - 20” in MH F25 5° EA 1 123+61B 01C-10 $ $ 18. Sluice Gate - 24” in MH S25 - EA 1 119+45B 01C-10 $ $ 19. Flap Gate - 24” in MH F55 5° EA 1 115+26B 01C-10 $ $ 20. Flap Gate - 54” in MH F55 2.5° EA 1 108+58B 01C-10 $ $ 21. Sluice Gate - 36” in MH S25 - EA 1 90+36B 01C-11 $ $ 22. Flap Gate - 18” F25 5° EA 1 80+00B 01C-11 $ $ 23. Flap Gate - 8”, Outfall Pipe, and Headwall F25 5° EA 1 74+40B 01C-11 $ $ 10278680 City of Paducah 6/18/2021 Flood Protection Flap Gate Replacement BID PROPOSAL – BID ITEMS 00 41 13 - 3 ITEM DESCRIPTION TYPE BATTER ANGLE UNIT QTY STATION PLAN SET PAGE UNIT PRICE TOTAL ITEM AMOUNT 24. Flap Gate - 30” in MH F55 5° EA 1 69+86B 01C-12 $ $ 25. Flap Gate - 24” in MH F55 5° EA 1 57+98B 01C-12 $ $ 26. Flap Gate - 12” in MH F25 5° EA 1 28+49B 01C-12 $ $ 27. Flap Gate - 66” F55 2.5° EA 1 19+11B 01C-13 $ $ 28. Flap Gate - 18” F55 5° EA 1 7+54B 01C-13 $ $ 29. Flap Gate - 36” F55 5° EA 1 291+75C 01C-14 $ $ 30. Flap Gate - 36” F55 5° EA 1 254+06C 01C-15 $ $ 31. Flap Gate - 30” F25 5° EA 1 244+65C 01C-15 $ $ 32. Flap Gate - 36” F25 5° EA 1 224+17C 01C-16 $ $ 33. Sluice Gate - 8” and MH lid F25 - EA 1 220+00C 01C-16 $ $ 34. Flap Gate - 24” F25 5° EA 2 217+35C 01C-16 $ $ 35. Flap Gate - 36” F25 5° EA 1 206+90C 01C-16 $ $ 36. Flap Gate - 24” F25 5° EA 1 200+55C 01C-17 $ $ 37. Flap Gate - 24” F25 5° EA 1 199+80C 01C-17 $ $ 38. Flap Gate - 48” F25 2.5° EA 1 176+90C 01C-17 $ $ 39. Flap Gate - 24” F25 5° EA 1 176+47C 01C-18 $ $ 40. Flap Gate - 24” F25 5° EA 1 172+08C 01C-18 $ $ 41. Flap Gate - 48” F25 2.5° EA 1 128+80C 01C-19 $ $ 42. Flap Gate - 48” F25 2.5° EA 2 92+70C 01C-20 $ $ 43. Flap Gate - 30” F25 5° EA 1 51+28C 01C-22 $ $ 44. Bonds and Insurance - - LS 1 - - $ $ TOTAL BID $ TOTAL BID: (written bid) ADDENDUM The Bidder hereby acknowledges receipt of the following Addenda, if any, and is fully aware of the implications of the addendums on the Bid: Addendum No(s) __________________ Dated _______________________ Attachments to the Bid Proposal Required: 1. Bid Bond in the amount of 5% of the bid. 2. Bidder’s Certification Signed and Notarized. 3. All additional information as required within the Technical Specifications. 10278680 City of Paducah 6/18/2021 Flood Protection Flap Gate Replacement BID PROPOSAL – BID ITEMS 00 41 13 - 4 SUB-CONTRACTORS: Subcontractors (if any) who the Bidder proposes to use on the project shall be listed. Once the bidder's proposal has been accepted, there shall be no deviations from the list, except as requested by, or upon approval of, the Owner. COMPANY CONTACT PHONE WORK PROPOSED % PREFERENCE TO KENTUCKY BIDDERS In accordance with KRS 45A.365, prior to a contract being awarded, a resident bidder of the Commonwealth shall be given a preference against a non-resident bidder registered in any state that gives or requires a preference to bidders from that state. The preference shall be equal to the preference given or required by the state of the non-resident bidder. Bidder is a resident of the following state: ______________________________ If Bidder is a non-resident of the Commonwealth of Kentucky, indicate if any preference is given by the resident’s state: ___________________________________ BID DOCUMENTS: Bid Documents including the Bid Guaranty, shall be enclosed in an envelope clearly labeled with the words "Bid Documents, Name of Project, Name of Bidder, and Date and Time of Bid Opening," in order to guard against premature opening of the bid. Bids received late will be disqualified and returned to the sender unopened. The Bidder herein certifies that all specifications have been reviewed and that any variations to the said specifications, including exceptions to or enhancements to same, are clearly indicated as an attachment to this bid. THE ABOVE PROPOSAL IS HEREBY RESPECTFULLY SUBMITTED BY: BIDDER: _______________________________________________________ BY: ___________________________________ DATE: __________________ TITLE: _________________________________________________________ ADDRESS: _____________________________________________________ _____________________________________________________ PHONE: _________________________ FAX: ________________________ CELL PHONE: ___________________ E-MAIL:_______________________ FEDERAL TAXPAYER IDENTIFICATION NUMBER: _____________________ KENTUCKY TAXPAYER IDENTIFICATION NUMBER: ____________________ CITY OF PADUCAH BUSINESS LICENSE NUMBER: ____________________ 10278680 City of Paducah 6/21/2021 Flood Protection Flap Gate Replacement AGREEMENT 00 52 13 - 1 SECTION 00 52 13 CITY OF PADUCAH, KENTUCKY ENGINEERING DEPARTMENT AGREEMENT FOR FLOOD PROTECTION FLAP GATE REPLACEMENT PROJECT THIS AGREEMENT, made this day of , 20__ by and between the CITY OF PADUCAH, hereinafter called the OWNER, and __________________, hereinafter called the CONTRACTOR, for the consideration hereinafter named, agree as follows: ARTICLE 1. SCOPE OF WORK The Contractor agrees to furnish all of the materials and perform all of the work based upon the Drawings and Specifications entitled Flood Protection Flap Gate Replacement on the City of Paducah Flood Wall Protection System prepared by HDR, Inc., acting as, and in these Drawings, entitled the Engineer; and shall do everything required by this Agreement, the Special Provisions of the Contract, the Specifications and Drawings and any Addendum(a) issued. ARTICLE 2. TIME FOR COMPLETION AND LIQUIDATED DAMAGES The Contractor hereby agrees to commence work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the project within Two-Hundred and Ten (210) consecutive calendar days thereafter. Failure of the Contractor to complete the work in the time specified above plus any extensions allowed in accordance with the General Conditions shall result in the assessment of liquidated damages for the delay (not as a penalty). Liquidated damages shall be in the amount of $500.00 per consecutive calendar day for failure to meet the final completion date and shall be withheld from final payment. ARTICLE 3. THE CONTRACT SUM The Owner agrees to pay the Contractor for the performance of the Contract, subject to additions and deductions provided therein: ________________________________ ($__________) as quoted in the Bid Proposal by the Contractor dated ____________ which shall constitute full compensation for the work and services authorized herein. ARTICLE 4. PROGRESS PAYMENTS The Contractor may submit each month, and no more than once a month, a Request for Payment for work completed in accordance with the Specifications. The Owner will make partial payments on or about thirty (30) days after submission of a properly completed invoice and approval of the completed work. At the Engineer’s discretion, a ten percent (10%) retainage may be held until final completion and acceptance of the work. ARTICLE 5. ACCEPTANCE AND FINAL PAYMENT Final payment shall be due sixty, (60) days after substantial completion of the work, provided the work will then be fully completed and the Contract fully performed in accordance with the specifications. ARTICLE 6. GOVERNING LAW The Parties agree that this Agreement and any legal actions concerning its validity, interpretation and performance shall be governed by the laws of the Commonwealth of Kentucky. The parties further agree that the venue for any legal proceeding relating to this Agreement shall exclusively be in McCracken County, Kentucky. 10278680 City of Paducah 6/21/2021 Flood Protection Flap Gate Replacement AGREEMENT 00 52 13 - 2 ARTICLE 7. THE CONTRACT DOCUMENTS The Plans, Specifications and any addendum that may have been issued are fully a part of this Contract as if thereto attached or herein repeated. IN WITNESS WHEREOF: The parties hereto have executed this Agreement, the day and year first above written. CONTRACTOR CITY OF PADUCAH, KENTUCKY BY __________________________ BY ____________________________ TITLE ________________________ George P. Bray, Mayor ADDRESS: ADDRESS: _____________________________ Post Office Box 2267 ______________________________ Paducah, Kentucky 42002-2267 10278680 City of Paducah 6/21/2021 Flood Protection Flap Gate Replacement CAST IRON SLIDE GATES 40 05 58 - 1 SECTION 40 05 58 CAST IRON FLAP GATES AND SLIDE GATES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Cast iron slide gates and integral operators. 2. Cast iron flap gates and integral operators. B. Related Specification Sections include but are not necessarily limited to: 1. Division 00 - Procurement and Contracting Requirements. 2. Division 01 - General Requirements. 1.2 QUALITY ASSURANCE A. Manufacturer Qualifications: 1. All of the equipment specified under this Section shall be furnished by a single manufacturer with a minimum of 20 years’ experience designing and manufacturing flap gates and slide gates. 2. The manufacturer shall have manufactured flap gates and slide gates for a minimum of 100 projects. The specification is based on the cast iron flap gate and slide gate as manufactured by Waterman Valve, of Exeter, California. B. Referenced Standards: 1. American Water Works Association (AWWA): a. C541, Hydraulic and Pneumatic Cylinder and Vane-Type Actuators for Valves and Slide Gates. b. C542, Electric Motor Actuators for Valves and Slide Gates. c. C560, Cast-Iron Slide Gates. 2. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). 3. National Sanitation Foundation International (NSF): a. 61, Drinking Water System Components - Health Effects. 4. Society for Protective Coatings/NACE International (SSPC/NACE): a. SP 10/NACE No. 2, Near-White Blast Cleaning. 5. ASTM International (ASTM): a. A108 (2003) Steel Bars, Carbon, Cold-Finished b. A123/A123M (2002) Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products c. A126 Class B, Standards Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings d. A153/A153M, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. e. A194/A 194M (2004a) Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service or Both f. A276 (2004) Stainless Steel Bars and Shapes g. A307 (2004) Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength h. A320/A 320M (2004) Alloy/Steel Bolting Materials for Low-Temperature Service i. A536 Gr. 65-45-12, Standard Specification for Ductile Iron for Pivot Lugs j. A 582/A 582M (1995b; R 2000e1) Free-Machining Stainless Steel Bars k. B21/B 21M (2001e1) Naval Brass Rod, Bar, and Shapes l. B584 (2004) Copper Alloy Sand Castings for General Applications m. B633 (1998; E 2001) Electrodeposited Coatings of Zinc on Iron and Steel n. F594(2002) Stainless Steel Nuts 10278680 City of Paducah 6/21/2021 Flood Protection Flap Gate Replacement CAST IRON SLIDE GATES 40 05 58 - 2 1.3 SUBMITTALS A. Submit the following with the Proposal: 1. Proposal Data Sheets. B. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Flap Gates; Shop drawings shall be submitted for sluice gates and flap gates showing details for mounting, materials description, calculations (sluice gates opening and closing torque, stem buckling strength & pedestal (lift)), gate operating pedestal (lift), concrete reinforcement, anchorage, dimensions, and construction and manufacturer's installation procedures. The shop drawings shall show the clearance dimensions between stem couplings and stem guides and the end of the stem and the top of the stem cover, in both the open and closed positions of the sluice gates. Manufacturer's catalog data, including specifications and full descriptive data, shall be submitted for all materials and equipment furnished. Contractor shall be responsible for verifying that the specific manufacturers' sluice gates to be provided at the listed location will fit and function in the area available. 3. Fabrication and/or layout drawings. 4. Certifications. 5. Product technical data including: a. Acknowledgment that products submitted meet the requirements of standards referenced. b. Calculations that demonstrate compliance with the deflection, stress and factor of safety specified. c. Certified drawings and material specifications for ALL components. d. Manufacturer's installation instructions. e. Test records. C. Product Data: 1. Acknowledgement that products submitted meet requirements of standards referenced. 2. Manufacturer's installation instructions. 3. Fabrication and/or layout drawings. 4. Certifications. 5. Test reports. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Waterman Valve. 2. Hydro-Gate. 3. Fontaine. 4. Or engineered preapproved equal. 2.2 EQUIPMENT – SLIDE GATES A. Provide heavy duty gates, stems, lifts and other appurtenances of size, type, material and construction shown on the Contract Drawings and as specified herein. B. Slide gates shall be of heavy duty and medium duty type. C. Gates: Meet all requirements of AWWA C560 as modified per this Specification Section. 10278680 City of Paducah 6/21/2021 Flood Protection Flap Gate Replacement CAST IRON SLIDE GATES 40 05 58 - 3 D. To ensure quality and consistency, no third party contracted manufacturers for fabrication and assembly allowed. The manufacturing and assembly facility shall be a United States facility. E. Cast iron components shall be domestic (United States) materials F. Leakage rate not to exceed the maximum allowable leakage as stated in the AWWA C560 standard. The gates shall be adjusted at the manufacturing plant so that a 0.002” thick gauge (1/2 the required standard by AWWA) will not be admitted at any point between the frame and cover seating surfaces. 2.3 EQUIPMENT – FLAP GATES A. The flap gate shall be designed to allow free outflow and prevent backflow for a maximum seating head of either 55 feet for F55 or 25 feet for F25. B. When used for pump discharge, the unit shall be fitted with a Waterman-supplied leaf-spring bumper with rubber cushion block. C. To ensure quality and consistency, no third party contracted manufacturers for fabrication and assembly allowed. The manufacturing and assembly facility shall be a United States facility. D. Cast iron components shall be domestic (United States) materials 2.4 MATERIALS – FLAP GATES AND SLIDE GATES (REQUIRED MINIMUM) A. Frame and Cover, Flap Gates and Slide Gates – Cast Iron per ASTM- A-126, Class B. B. Flap Gate pivot Lug – Ductile Iron per ASTM A-536, Gr. 65-45-12. C. Flap Gate hinge Link – Structural Steel ASTM A-36, galvanized per ASTM-A-123 D. Flap Gate bronze Bushing and Washers – Commercial Bronze E. Flap Gate and Slide Gate, assembly Hardware, Fasteners, Anchors, and Hinge Pins – 18-8 Stainless Steel (Type 304) F. Flap Gate Naval Bronze Seats – ASTM B-21, Alloy 48200 G. Slide Gate Manganese Bronze Seats, Wedges and Stem Blocks – ASTM B584, Alloy 86500 H. Slide Gate bottom close seal Neoprene Seats – ASTM D-2000 BC610/625 I. Slide Gate pedestal Cast Iron per ASTM- A-126, Class B with polyamide epoxy finish. J. Slide Gate stem ASTM A276 Type 304 stainless steel, machine cut threads 29 degrees ACME type. K. Slide Gate stem guides Cast Iron ASTM A-126 Class B with bronze bushings or UHMW bushings. L. Slide Gate stem cover clear butyrate with Mylar strip indicator. M. All gates with C-200A epoxy coating. OPTIONAL MATERIALS N. Low-Zinc Bronze Seats – ASTM B-198, Alloy 65100 O. Ductile Iron Hinge Link – ASTM A536, Gr. 65-45-12 P. Manganese Bronze Hinge Link – ASTM B584, Alloy 86500 Q. Bronze Bushings – ASTM B-98 R. Ni-Resist Cast Iron Frame and Cover – ASTM A-436, Type 2 or 2B. 2.5 GATE OPERATORS AND LIFTS A. General: 1. Provide lifts in accordance with AWWA C560 or as modified in this Specification Section. 10278680 City of Paducah 6/21/2021 Flood Protection Flap Gate Replacement CAST IRON SLIDE GATES 40 05 58 - 4 2. Rising stem lifts: a. Provide clear butyrate plastic stem cover with Mylar strip open-close indicator. B. Manual Operators: 1. Equip lift mechanism with a pedestal as shown on Drawings. 2. Centerline of crank or handwheel: Approximately 36 IN above operating floor, unless otherwise shown. 3. Crank wheel: Removable and fitted with a corrosion resistant rotating handle. 4. Sizing SOP can be found in USCAE EM 1110-2-3105 sections 14.3.g – 14.3.i. 2.6 FABRICATION A. Flap Gate frame shall be cast of flatback design, with seating surface inclined from vertical at a minimum of 2.5 degrees for gates larger than 48 inches and 5 degrees for gates 48 inches and smaller to assure positive closure, batter in accordance with USCAE Chapter 9, Section 9.4.1.4.3 of EM 1110-2-2902. For flatback Slide Gates mounted to thimbles or flanges or concrete wall, the slide gate flange shall be machined and drilled to an alternate bolt pattern. B. Cover shall be cast iron, cast in one piece, with reinforcing ribs, designed to withstand the seating head specified. An integral cast on lifting eye shall be provided for manual operation. All machined surfaces shall have a minimum 63 micro inch finish. C. Seating surfaces for frame and cover shall be one of the following: 1. Machined iron 2. Flap gate and slide gate bronze seats impacted into dovetail grooves on the frame and cover. 3. Flap gate bronze seats impacted into dovetail grooves within the frame with optional neoprene seat bonded into a dovetail groove in the cover to cushion the cover upon closing. 4. Slide gate with bronze seats impacted into dovetail grooves in cover. When a flush bottom closure is specified, a resilient seal shall be attached to the frame so that it is flush with the gate invert. The flush bottom seal shall be supported by a cast iron or stainless-steel bracket which shall be bolted to machined pads provided on the frame. The seal shall be held in place by a bronze or stainless-steel bar which shall be bolted through the seal to the bracket with stainless steel fasteners. All wedges and wedge blocks shall be of solid corrosion resistant material and shall be of sufficient number to provide a practical degree of water tightness per AWWA C560. All wedge bearing surfaces and contact faces shall be machined to give maximum contact and wedging action. Wedges shall be fully adjustable, but once set shall not rotate or move from the set position. All wedge fasteners and adjustment screws shall be corrosion resistant. D. Flap Gate shall be provided with an adjustable, double pivoted hinge linkage so designed to permit complete seating, Pivot lugs mounted to the frame shall be adjustable to allow adjustment of hinge links without having to remove the cover from the gate. The hinge links shall be bronzed bushed stainless steel. Optional hinge links of ductile iron, stainless steel (both bronze- bushed), and manganese bronze may be specified. All assembly hardware shall be type 18-8 stainless steel, 316 or 304 as specified. E. Slide gates shall be provided with full opening and stops or other arrangement to prevent the cover from sliding sufficiently to become wedged in the open position. All assembly hardware shall be type 18-8 stainless steel, 316 or 304 as specified. F. Finish of all cast iron shall be painted with Formula C-200A, Coal-Tar -Epoxy (Black) Paint, 20 mils thick. Surfaces shall be sanded or sandblasted prior to application. C-200A shall be applied by the equipment manufacturer with a minimum of two thin coats. Structural steel hinge links shall be galvanized. All bronze and stainless-steel parts do not require further finish. 2.7 THE SOURCE QUALITY CONTROL A. Article is used to address Factory tests, inspections, and certifications required to be performed at the shop prior to shipment to site. 10278680 City of Paducah 6/21/2021 Flood Protection Flap Gate Replacement CAST IRON SLIDE GATES 40 05 58 - 5 PART 3 - EXECUTION 3.1 INSTALLATION A. Installation of the gates and appurtenances shall be done in a workmanlike manner. It shall be the responsibility of the CONTRACTOR to handle, store, and install the equipment specified in this Section in strict accordance with the Manufacturer’s recommendations. B. The CONTRACTOR shall review the installation drawings and installation instructions prior to Installing the gates. C. The CONTRACTOR shall fill any void between the guide frames and the structure with non- shrink grout as shown on the installation drawing and in accordance with the grout manufacturer’s recommendations. D. Waterman recommendations a spring bumper for flap gates in a pump discharge application. 3.2 FIELD QUALITY CONTROL A. Employ and pay for services of equipment manufacturer's field service representative(s) to: 1. Inspect equipment covered by this Specification Section. 2. Supervise adjustments and installation checks. 3. Provide test equipment, tools, and instruments necessary to accomplish equipment testing. 4. Conduct initial start-up of equipment, perform operational checks, and supervise acceptance testing. 5. Provide, through Contractor, a written statement that manufacturer's equipment has been installed properly, started up and is ready for operation by Owner's personnel. 6. Instruct Owner's personnel on operation and maintenance of furnished equipment. B. Field Leakage Test for Cast Slide Gates: Test gate under design seating head by 0.004” gauge and adjust to not exceed maximum leakage rate specified, per AWWA C560 standard. END OF SECTION 01C-02 02_GEN NOTES NTS GENERAL NOTES 1 06/03/2021 SUBMITTED FOR BID 1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER FILENAME SCALE SHEET 10278680 DESIGNED DRAWN QA/QC Lorie Lightfoot for the City of Paducah FLAP GATE REPLACEMENT FLOOD PROTECTION Doug Hawes Doug Hawes 24549 HAWES DOUGLAS B.YK CUTNEK FO ETAT SREENIGNE LANO ISS EFORPDESNECIL 06/14/2021 Kyle Guthrie NTS 03_REHAB SUM 01C-03a SECTION A REHABILITATION SUMMARY 1 06/03/2021 SUBMITTED FOR BID 1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER FILENAME SCALE SHEET 10278680 DESIGNED DRAWN QA/QC Lorie Lightfoot for the City of Paducah FLAP GATE REPLACEMENT FLOOD PROTECTION Doug Hawes Doug Hawes 24549 HAWES DOUGLAS B.YK CUTNEK FO ETAT SREENIGNE LANO ISS EFORPDESNECIL 06/14/2021 Kyle Guthrie NTS 03_REHAB SUM 01C-03b SECTION B REHABILITATION SUMMARY 1 06/03/2021 SUBMITTED FOR BID 1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER FILENAME SCALE SHEET 10278680 DESIGNED DRAWN QA/QC Lorie Lightfoot for the City of Paducah FLAP GATE REPLACEMENT FLOOD PROTECTION Doug Hawes Doug Hawes 24549 HAWES DOUGLAS B.YK CUTNEK FO ETAT SREENIGNE LANO ISS EFORPDESNECIL 06/14/2021 Kyle Guthrie NTS 03_REHAB SUM 01C-03c SECTION C REHABILITATION SUMMARY 1 06/03/2021 SUBMITTED FOR BID 1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER FILENAME SCALE SHEET 10278680 DESIGNED DRAWN QA/QC Lorie Lightfoot for the City of Paducah FLAP GATE REPLACEMENT FLOOD PROTECTION Doug Hawes Doug Hawes 24549 HAWES DOUGLAS B.YK CUTNEK FO ETAT SREENIGNE LANO ISS EFORPDESNECIL 06/14/2021 Kyle Guthrie NTS 24 DETAILS 01C-24a SHEET KEYNOTES 1. 1 PIPE HEADWALL AND FLAP GATE 2. 2 2 HEADWALL EXIST. WALL PIPE SECTION FLAP GATE & FLAP GATE SECTION & DETAIL MISCELLANEOUS DETAILS 1 2 3 4 STEEL EPOXY ANCHORS. GATES ATTACHED TO HEADWALL WITH NEW 316 STAINLESS SHALL BE REMOVED AND REPLACED WITH NEW FLAP THE FLAP GATES LOCATED ON THE EXISTING HEADWALL, WITH WATER TIGHT, NON SHRINK GROUT. AFTER INSTALLATION OF NEW FLAP GATE, FILL VOID SPACE REMOVAL WITH HIGH STRENGTH 5000 psi HYDRAULIC GROUT. REPLACE CONCRETE DAMAGED FROM EXISTING FLAP GATE BOLT PATTERN WITH NEW FLAP GATES. EPOXY OR CUT FLUSH WITH HEADWALL. USE ALTERNATE EXISTING BOLTS ARE TO BE REMOVED AND FILLED WITH 5 DEGREES FOR GATE DIAMETERS 48" OR GREATER. 2.5 DEGREES FOR GATE DIAMETERS LESS THAN 48" AND WITH CHAPTER 9, SECTION 9.4.1.4.3 OF EM 1110-2-2902; FLAP GATES TO HAVE A BATTER ANGLE IN ACCORDANCE 3. 4. 1 06/03/2021 SUBMITTED FOR BID 1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER FILENAME SCALE SHEET 10278680 DESIGNED DRAWN QA/QC Lorie Lightfoot for the City of Paducah FLAP GATE REPLACEMENT FLOOD PROTECTION Doug Hawes Doug Hawes 24549 HAWES DOUGLAS B.YK CUTNEK FO ETAT SREENIGNE LANO ISS EFORPDESNECIL 06/14/2021 Kyle Guthrie NTS 24 DETAILS 01C-24b LEGEND 1.REMOVE HAND OPERATED GATE HOIST. 2. 3.REMOVE STEM AND ASSOCIATED GUIDES, COUPLINGS. 4.REMOVE GATE FRAME AND ALL ASSOCIATED PARTS. B A A B 1 2 4 44 3 3 1 2 PIPE EXIST. PIPE EXIST. PIPE EXIST. EXIST. REMOVE GATE. OUTFALL TOP OF SLABTOP OF SLAB EXIST. OUTFALL PIPE EXIST.PIPE EXIST. PIPE EXIST. DEMOLITION SHEET KEYNOTESSHEET KEYNOTESSHEET KEYNOTES 2 GATEWELL SECTION GATEWELL SECTION 01C-24b 01C-24b GATEWELL PLAN GATEWELL SLUICE GATE DEMOLITION MISCELLANEOUS DETAILS 1 06/03/2021 SUBMITTED FOR BID 1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER FILENAME SCALE SHEET 10278680 DESIGNED DRAWN QA/QC Lorie Lightfoot for the City of Paducah FLAP GATE REPLACEMENT FLOOD PROTECTION Doug Hawes Doug Hawes 24549 HAWES DOUGLAS B.YK CUTNEK FO ETAT SREENIGNE LANO ISS EFORPDESNECIL 06/14/2021 Kyle Guthrie NTS 24 DETAILS 01C-24c 1.PROVIDE STEM COVER CLEAR BUTYRATE WITH OPEN, CLOSED, 1/4, 1/2, AND 3/4 DECAL. 2. 3. FABRICATED ASTM A36 STEEL FLOORSTAND, PRIME AND FINISH C200A EPOXY. 4. 5. BRONZE THRUST NUT WITH 316L LOCKING BOLT. DIA. ANCHORS AND MIN. EMBEDMENT PER MANUFACTURER REQUIREMENTS. USE NUTS FRONT AND BACK OF FRAME TO MOUNT AND ADJUST BEFORE GROUT AT MINIMUM. B A TOP OF SLAB EXIST. OUTFALL PIPE EXIST.PIPE EXIST. PIPE EXIST. 4PIPE EXIST. PIPE EXIST. EXIST. OUTFALL EXIST. PIPE 1 SHEET KEYNOTESSHEET KEYNOTESSHEET KEYNOTES A A GATEWELL SECTION B GATEWELL SECTION 01C-24c 01C-24c & TOP, AND NEOPRENE FLUSH BOTTOM. C200A EPOXY COATING. 22 4 3 5 3 5 GATEWELL SLUICE GATE REPLACEMENT MISCELLANEOUS DETAILS GATEWELL PLAN FABRICATED SLUICE GATE WITH UHMW/NEOPRENE SEALS, SIDES ARE MET IF ALTERNATE MANUFACTURER IS SUBMMITED. TO VERIFY THAT DIMENSIONS AND PERFORMANCE STANDARDS SECTION 2.1.A. IT IS THE RESPONSIBILITY OF THE CONTRACTOR MANUFACTURERS ARE ALLOWED IN ACCORDANCE WITH 40 05 58 DEVELOPED IN CONJUNCTION WITH WATERMAN. ALTERNATE DESIGN AND DETAILS FOR FLAP AND SLUICE GATES WERE NOTE: 1 06/03/2021 SUBMITTED FOR BID 1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER FILENAME SCALE SHEET 10278680 DESIGNED DRAWN QA/QC Lorie Lightfoot for the City of Paducah FLAP GATE REPLACEMENT FLOOD PROTECTION Doug Hawes Doug Hawes 24549 HAWES DOUGLAS B.YK CUTNEK FO ETAT SREENIGNE LANO ISS EFORPDESNECIL 06/14/2021 Kyle Guthrie