Loading...
HomeMy WebLinkAbout2024-02-13 - Agendas - Final 1 Water, Sewer, and Solid Waste Committee 13 February 2024 5:30 P.M. (Or immediately following City Council Agenda Session) Committee: Council Member Teresa Turk, Council Member D’Andre Jones, Council Member Mike Wiederkehr, Council Member Scott Berna Copy to: Mayor Lioneld Jordan, Paul Becker, Steven Dotson, Susan Norton, Kara Paxton, Kit Williams, Chris Brown, Alan Pugh, Terry Gulley, Ross Jackson, Peter Nierengarten, Brian Pugh, Corey Granderson, Aaron Watkins, Cody Ashworth, Greg Weeks, Ryan Harrold, Mayo Miller, Josh Alleman From: Tim Nyander, Utilities Director ______________________________________________________________________ CALL TO ORDER UPDATES PRESENTATIONS 1. Overview of December WWTP Monthly Report Ryan Harrold - Jacobs Engineering OLD BUSINESS: 2. Western Water Transmission Line Update Corey Granderson – Utilities Engineer Paul Becker – CFO Steven Dotson – Deputy CFO INFORMATION ONLY 2 NEW BUSINESS: 3. Noland WRRF Electrical Switchgear The operation of the Noland WWTF paralleling switchgear, installed in 2005, is critical to providing redundant power to the treatment plant while also providing electric rate discounts to facilitate load shedding. In May of 2023, the City Council approved an engineering contract with Hawkins-Weir to evaluate the critical improvements needed to the Noland Plant’s primary electrical feed. The preliminary engineering report was received in January 2024. Utilities Engineer Corey Granderson will discuss the results of that report and the next steps in the project. INFORMATION ONLY 4. RFQ – Wastewater Operations, Maintenance & Management Utilities Director Tim Nyander will discuss the recently completed Request for Qualifications Request for Operations, Maintenance, and management Services for Wastewater Treatment Activities. INFORMATION ONLY 5. Revised Damage Claims Ordinance The Utilities Director is requesting revisions to the Water and Wastewater Damage Claims Ordinance which he feels will benefit the residents as well as city staff. This ordinance was recently amended in September of 2023 to enable the City Council to exceed the $50,000 cap on payments if the damage was a result of a 36-inch or larger water pipe. The biggest driver to this request was because of the rising costs of labor and materials we have been experiencing. In today’s economy, the current $50,000 ceiling does not always provide the funds to repair the damage of a substantial water leak or a sewage overflow in the City’s efforts to facilitate repair of the homeowner’s damage. Also, it is evident that the repair costs have escalated even for the smaller diameter piping incidents. Under the authorization of payments, the Utilities Director would be permitted to authorize up to $35,000 for a claim. This is in alignment with the dollar amount threshold before a purchase must be approved by the City Council. Additionally, it is requested that the ordinance be changed to where the Mayor can authorize a greater amount up to $50,000, and a maximum of $100,000 by the Mayor’s recommendation and a two-thirds majority approval by the City Council. In addition to funding requests, there are additional items the Utilities Department would like to be considered or amended in the current ordinance. A. To mitigate further damage during a water or sewage damage incident, the Utilities Director would like to have the authorization to promptly hire (within hours) a remediation/mitigation service to begin cleaning up the water or sewage that has accumulated in a residence, as well as begin drying the floors and walls with fans and dehumidifiers. This will reduce damage and potentially reduce the repair costs. The City shall pay for this cost as part of the entire cost of the compensable claim. 3 A property owner requesting compensation due to a sewer overflow shall install at the property owner’s expense an approved sewer backflow prevention device prior to receiving city compensation for the sewer overflow. This device is typically less than $50.00 and very simple to install on the customer’s cleanout. It acts as a relief valve diverting the overflow outside at the cleanout rather than inside the home. B. The language should be clearer pertaining to when the City may wish to retain an experienced and competent adjuster and then rely upon such adjuster’s professional analysis to establish possible compensation. This will remove the often-long process for each claimant to obtain bids or quotes for all items damaged by water and sewage issues. Additionally, this will reduce the lengthy staff time that is currently employed in processing claims. C. There should only be one claim filed per structure per incident, regardless if the resident is a renting tenant who does not own the property. Typically, the owner files a damage claim. A conflict can be created when there is a tenant in a rented structure. Currently the ordinance does not prohibit the tenant and owner filing separate claims, essentially doubling the payable limits. This could be unfair for the customer who owns and occupies their own home. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 6. Highway 16 East Utility Relocations Bid Award The Arkansas Department of Transportation has requested utility relocations to prepare for the widening of Highway 16 from Stone Bridge Rd. to Roberts Rd. The relocations are 42.49% reimbursable to the City of Fayetteville by ARDOT based on the previously approved Relocation Agreement (Resolution 134-23). On January 24, 2024 the City of Fayetteville accepted sealed competitive bids for the Highway 16 East Utility Relocations project. Kajacs Contractors, Inc. submitted the lowest bid. All bids are shown here: KAJACS Contractors, Inc. $4,349,500.00 Tri Star Contractors $4,465,992.19 Brothers Construction, Inc. $5,693,191.00 Staff recommends awarding Bid #24-22 and approving a construction contract with Kajacs Contractors, Inc. in the amount of $4,349,500.00 for construction of water and sewer utility relocations associated with ArDOT Project 040785. Staff recommends approval of a project contingency in the amount of $435,000 and approval of a Budget Adjustment recognizing revenue from ArDOT. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 4 7. McClelland Engineers Contract Amendment ArDOT has notified the City of Fayetteville to relocate water and sewer infrastructure along Highway 16 where they will be widening the roadway to 4-lanes. After receiving this notification, a formal selection committee was held on March 30, 2021 at which McClelland was selected for contract negotiations (RFQ 21-01, Selection #5). Resolution 165-21 authorized McClelland to begin detailed survey and design work which is now completed. Affected utilities include approximately 4,100 linear feet of 8-inch diameter cast iron waterline that will need to be replaced and upgraded to 12-inch diameter PVC pipe. Additionally, there is approximately 1,700 linear feet of small diameter sanitary sewer relocation necessary. Amendment No. 1 will provide funds to cover additional easement acquisition services and franchise utility coordination necessary as well as provide funding for construction phase services such as project inspection, assistance with contractor questions in-field, change orders, testing, progress meetings, as-built plan preparation, and project closeout. The additional fees are hourly not-to-exceed in the amount of $218,974.41. Staff recommends approval of Amendment No. 1 to the engineering services agreement with McClelland Consulting Engineers, Inc. for professional services associated with ArDOT Project 040785 Utility Relocations along Highway 16 from Stone Bridge Rd. to E. Roberts Rd. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 8. Bid 23-49 Jack Tyler Engineering – Gregg Avenue LS Pump The Gregg Avenue sewer lift station has four (4) pumps total. Pump No. 2 failed recently, leaving the sewer lift station without a backup pump in place. This pump was installed new in 2007 and has been rebuilt 3 times. There is very little efficiency left in a pump with so many rebuilds, at is time to purchase a new pump. The City solicited formal bids for this 85 HP 4,000 GPM replacement pump per Bid #23-49 and received 2 bids. Jack Tyler Engineering was the only bidder that met all the specifications, as the second bid was identified as being incomplete. Jack Tyler Engineering, Inc. $103,352.77 Technology International, Inc. $66,865.00 Rejected: Incomplete The successful bid is in the amount of $103,352.77 plus applicable taxes and freight charges. Freight is estimated at $1,000.00, and taxes are estimated at $10,174.40 for a total estimated cost of $114,527.17. This purchase will replace the failed pump no. 2 and will ensure that the lift station functions properly in the event of another pumping problem or failure. Funds are available in the WWTP Upgrade/Replace Lift Stations account within the Water & Sewer fund. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 9. Bid 23-50 Jack Tyler Engineering – Noland Pond Return Pump The Noland Water Resource Recovery Facility (WRRF) has three (3) total effluent pond return pumps. The pond return pumps send effluent back to the headworks of the plant in the event 5 they need to be retreated. One of the pumps failed recently and the cost to repair the pump would be very high due to its age. Rebuilding an aging pump usually does not regain its efficiency. The City solicited formal bids for this replacement pump per Bid 23-50 and received 2 bids. Jack Tyler Engineering was the lowest and best bidder for this pump. Jack Tyler Engineering, Inc. $70,807,87 Electric Motor Center of Springdale $72,413.55 Staff recommends awarding Bid 23-50 and authorizing the purchase of a submersible pump for the Noland effluent pond from Jack Tyler Engineering, Inc. in the amount of $70,807.87 plus applicable taxes and freight charges. Freight is estimated at $1,000.00, and taxes are estimated at $7,001.30 for a total estimated cost of $78,809.14. This purchase will replace the failed pump and will restore the pumping capacity for the effluent pond at Noland WRRF. Funds are available in the WWTP Plant Pumps and Equipment account within the Water & Sewer fund. 10. Bid 23-51 Jack Tyler Engineering – Noland Aeration RAS Pump The Noland Water Resource Recovery Facility (WRRF) has five (5) Return Activated Sludge (RAS) pumps that pump RAS from the secondary clarifier back to the aeration basin. One of these pumps failed and the repair is not cost effective, as the pump is 35 years old. The City solicited formal bids for this replacement pump per Bid 23-51 and received two bids. Jack Tyler Engineering was the bid that met more of the specifications than the other bid. Jack Tyler Engineering, Inc. $61,644.18 Met More of the Specifications Listed Electric Motor Center of Springdale $55,655.67 Met Less of the Specifications Listed Staff recommends awarding Bid 23-51 and authorizing the purchase of a submersible pump for the Noland aeration basin from Jack Tyler Engineering, Inc. in the amount of $61,644.18 plus applicable taxes and freight charges. Freight is estimated at $1,000.00, and taxes are estimated at $6,107.81 for a total estimated cost of $68,751.99. This purchase will replace the failed pump and will restore the pumping capacity for the RAS process at Noland WRRF. Funds are available in the WWTP Plant Pumps and Equipment account within the Water & Sewer fund. PRESENTATIONS December WWTP Report 6 ATTACHMENTS Public Meeting Press Release Preliminary Report – Noland Switchgear RFQ – Wastewater Operations, Maintenance & Management Revised Damage Claims Ordinance Highway 16 Bid Tabulation Highway 16 Kajacs Submittal Highway 16 McClelland Amendment Bid Tab - Gregg Ave LS Pump Bid Tab - Noland Effluent Return Pump Bid Tab - Noland Return Activated Sludge Pump ADJOURN Next Water, Sewer, Solid Waste Committee meets on Tuesday, March 11th, 2024, at 5:30 p.m. City of Fayetteville Client Monthly Report for December 2023 Prepared by: January 19, 2024 Client Monthly Report City of Fayetteville Paul R. Noland Water Resource Recovery Facility Fayetteville, AR December 2023 Monthly Report Jacobs - Fayetteville i Table of Contents 1. Executive Summary.................................................................................................................................... 3 1.1 Fayetteville Team ...................................................................................................................................................... 3 1.2 Special Projects .......................................................................................................................................................... 3 1.3 Compliance .................................................................................................................................................................. 3 1.4 Financials ...................................................................................................................................................................... 4 Table 1.1: Year to Date Budget .......................................................................................................................................... 4 2. Plant Operations ......................................................................................................................................... 5 2.1 Noland ............................................................................................................................................................................ 5 2.2 West Side ....................................................................................................................................................................... 5 3. Laboratory .................................................................................................................................................... 6 4. Biosolids Management Site ..................................................................................................................... 7 4.1 Biosolids Operations ................................................................................................................................................. 7 4.2 Water Treatment Residuals .................................................................................................................................... 7 4.3 Dryer Operation .......................................................................................................................................................... 7 4.4 Revenue ......................................................................................................................................................................... 9 Table 4.1: Revenue generated from the BMS .............................................................................................................. 9 5. Maintenance ............................................................................................................................................. 10 5.1 West Side .................................................................................................................................................................... 10 5.2 Noland ......................................................................................................................................................................... 10 5.3 Lift Stations ............................................................................................................................................................... 10 5.4 Key Performance Indicators/Measures .......................................................................................................... 11 Figure 5-1: Labor Hours by Work Order Type ........................................................................................................... 11 Figure 5-2: Work Order Count by Type......................................................................................................................... 11 5.5 Capital Improvement Projects (CIP) ................................................................................................................ 12 6. Industrial Pretreatment ......................................................................................................................... 13 Table 6.1: Industrial Pretreatment Program (IPP) Revenue Summary .......................................................... 13 7. Safety .......................................................................................................................................................... 15 8. Woolsey Wet Prairie ................................................................................................................................ 16 Henslow's Sparrow (left), Le Conte Sparrow (middle), Grasshopper Sparrow (right) Photos by Taylor Long ....................................................................................................................... Error! Bookmark not defined. 9. Sustainability & Community Involvement Activities ...................................................................... 18 9.1 AWW&WEA NW District Annual Meeting ....................................................................................................... 18 Lab Analyst Walter Choder (left) receives award from Environmental Specialist Jeff Hickle (right) ..... 18 9.2 Prescribed Burn with PBA Volunteers ............................................................................................................. 18 Sustainability & Resilience staff Jeff Hickle (third from left) & Sarah Garrison (second from right) teaming up with PBA volunteers & fellow conservationists. .................................................................. 18 9.3 Christmas Donation Drive for Peace at Home ............................................................................................. 18 December 2023 Monthly Report Jacobs - Fayetteville ii Prescribed burns help rejuvenate soil, remove old vegetation growth and fightback invasive species creating a more habitable environment for native flora & fauna. ....................................................... 18 Appendix A: Noland Effluent & Influent Report ............................................................................................ 19 Appendix B: West Side Effluent & Influent Report ........................................................................................ 20 Appendix C: Jacobs Employee Vacancy and Project Status Report .......................................................... 21 December 2023 Monthly Report 3 1. Executive Summary 1.1 Fayetteville Team During the month, the Fayetteville team consisted of 47 full-time staff members. Of the 51 authorized employees, 95.7% of the labor hours are dedicated to the Fayetteville Projects and 4.3% labor hours are dedicated to other Jacobs Projects. There were 4 open recruitments during the month, and the Regional Support team assisted with work order backlog, capital improvement projects, and various special projects. The Employee Vacancy and Project Status Report is presented in Attachment C. 1.2 Awards and Recognition 1.2.1 Walter Chodor NWD-AWW/WEA Walter Chodor received the Wastewater Laboratory Professional Achievement Award from the Northwest District of the Arkansas Water Works and Water Environment Association (NWD-AWW/WEA). This award was given at the December NWD-AWW/WEA meeting hosted by the City of Fayetteville in recognition for outstanding achievement and individual performance in the wastewater laboratory profession. Walter is a shining example of the positivity and enthusiasm for learning that is so highly valued in the field of environmental management and laboratory data reliability. 1.3 Special Projects 1.3.1 Dryer Installation Project The dryer commissioning continued through December. The labor hours utilized for the dryer commissioning increased with the continuation of a 24/7 schedule. Additional dryer project details are provided in Section 4.4.1 of this report. 1.4 Compliance 1.4.1 Noland and West Side The Noland and West Side facilities met all discharge permit parameter limits throughout December and there were no sanitary sewer overflows reported at the facilities or at the lift stations. The December through January effluent discharge limitations and data summary tables are presented in Appendices A-B. December 2023 Monthly Report 4 1.5 Financials The month ended with a negative financial variance. The non-labor expenses were over budget and the labor expenses were slightly under budget reflected by the four staff vacancies. The December YTD projected budget variance is $151,496 as seen in the Budget Performance Table below. Table 1.1: Year to Date Budget December 2023 Monthly Report 5 2. Plant Operations The effluent quality and influent loadings data is presented in Appendices A and B. The Summary tables for Noland and West Side Water Resource Recovery Facilities (WRRFs) effluent permit parameter limitations were updated to reflect December effluent discharge limitations. December 1st marks the start of the less stringent seasonal permit changes lasting through March. At Noland, the staff recorded 3.06 inches of rain this month and the average temperature was 44°F. Note: temperature obtained from https://www.timeanddate.com/weather/usa/fayetteville-ar/historic?month=4&year=2023 2.1 Noland The facility received 163.95 million gallons of influent water with an average influent daily flow rate of 5.29 million gallons per day. The peak daily flow was recorded on the 25th at 14.72 MG. There were 138.81 million gallons of treated water discharged to White River. Influent BOD (biochemical oxygen demand) loading increased slightly over November. Installation of IPS 2 (Influent Pumping Station) pump #2 was completed to return the station to 100% pumping capacity. The Noland West Aeration Basin was taken out of service to be drained for the inspection and installation of newly refurbished aerators. The East Aeration Basin is currently operating with an increased MLSS target of 4,000 mg/L to accommodate the decrease in detention time and lower basin temperatures brought about by the cold weather. Repairs were completed on Secondary Clarifier Scum Beach #1 restoring the equipment back to 100% operating capacity. A scum beach is a feature of the secondary clarifier that uses a skimmer arm to remove floating solids composed of scum and grease. 2.2 West Side During the month, the facility treated 259.18 million gallons of influent water. The peak daily flow was recorded on the 25th at 12.8 million gallons. The average daily flow rate was 8.35 million gallons per day. Bio Unit #1 was drained to retrieve the mixer blade that detached from Anoxic Mixer #1. The cause of the damage is being investigated and repair recommendations are pending. The unit was previously full of treated wastewater and draining it had no impact on the process. December 2023 Monthly Report 6 3. Laboratory Quarterly Industrial Surcharge sample collection and analysis of pH, TSS, Phosphorus, and BOD was completed at Elkhart Products as outlined in the NPDES permit for the Noland WRRF. Surcharge sampling was delayed towards the end of the quarter due to unanticipated production shut-downs at EPC. The 2024 Whole Effluent Toxicity sampling schedule and contract were submitted by the contract laboratories, Cove and Ramboll. The first sampling event is scheduled for January 8, 2024. Lab Guidance Documents for 2024 were completed and saved to SharePoint. These annual document reviews include the laboratory Sample Tracking Tool, Chemical Hygiene Plan, Sample Schedule, and SOP Updates. Annual review and revision of these documents ensures a safe, reliable, and efficient operation for data generation throughout the coming year. December 2023 Monthly Report 7 4. Biosolids Management Site 4.1 Biosolids Operations During the month, the WRRF’s produced 2,162 wet tons of belt-filter-pressed biosolids. Approximately 1,360 tons of biosolids were partially dried in solar houses or processed through the Griffin sludge dryer. There were 906 tons of partially dried biosolids sent to the landfill. The solar house reduced the moisture content by removing 454 tons of water. By partially drying biosolids before hauling to the landfill, it is estimated that $21, 876 was saved in tipping fees. The landfill expense for December is $82,298. 4.2 Water Treatment Residuals The BMS continued to accept all water treatment residuals throughout the month. The reduced amount of land application in December is due to low inventory levels at Beaver Water District. In total, 320 tons or 18 dump truck loads were land applied which generated approximately $10,242 in revenue. 4.3 Dryer Operation On 12/1, the BMS operators notified Griffin Residuals that the dryer’s belt was abnormally dirty and blinded. After a thorough inspection, a buildup of material was discovered underneath the dryer. The material was removed and Griffin Residuals attempted a belt wash. As the pump was energized, operators noticed a large crack in the pump’s housing. To resume operations, the BMS operators performed a manual belt wash while Griffin Residuals ordered a new pump housing. The BMS team completed the installation of the new pump housing upon arrival and dryer operation resumed. On 12/4, the BMS operators had to stop dryer operation promptly after hearing loud vibrations coming from the dryer’s blower system. They found a super-heated bearing on the fan’s shaft and notified Griffin Residuals immediately. Griffin ordered replacement bearings, and on 12/7, technicians from CCI (sent by Griffin Residuals) installed the new bearings and aligned the blower motor. CCI tested the system and immediately noticed loud vibrations coming from the motor again. They concluded that the blower motor shaft was out of alignment. After notifying Griffin of the potential shaft problem, CCI left town and a new blower motor shaft was ordered by Griffin. December 2023 Monthly Report 8 On 12/19, the new blower motor shaft arrived, and installation began on 12/20. While installing the new shaft, the BMS mechanic noticed that the new bearings installed by CCI were not packed with grease. He also discovered that the motor coupling was visibly out of alignment. To remedy these issues, the BMS contacted Griffin Residuals for the appropriately spec’d bearing grease and the BMS team utilized support from maintenance in re- aligning the motor and shaft. Upon startup and testing of the re-aligned equipment, there were no indications of any mechanical issues. For further confirmation, the Jacobs team performed an Artesis® analysis on the blower equipment. Artesis® confirmed the equipment is running smoothly. On 12/29, Discharge Auger 2 broke and was removed as a means of conveyance until a replacement auger can be located. The BMS had Motion Industries onsite to review our process and recommend the appropriate auger for our application. A temporary elevator was installed to convey dried solids from the dryer room into the product room. The Jacobs team installed 6 power disconnects on the Griffin drives near the beginning of December. We are December 2023 Monthly Report 9 now able to safely Lock Out/Tag Out equipment for maintenance. The Jacobs team also installed a power transfer switch in December. This unit will supply power to the sludge drying equipment in the event of a power outage. 4.4 Revenue The staff land applied 320 tons of water treatment residuals (WTRs) this month. There was no fertilizer sold or received during the month. Table 4.1: Revenue generated from the BMS Product Tons Sold/Received Revenue Generated Hay 28 $1,658 Fertilizer 0 $0 Water Treatment Residuals 320 $10,242 December 2023 Monthly Report 10 5. Maintenance 5.1 West Side Sludge feed pump #3 on belt filter press #1 was rebuilt in December. The rebuild kit consisted of a new rotor, new stator, bearing, and seal kit. Once the pump was rebuilt, the staff installed the pump and put it back in service. 5.2 Noland Maintenance staff installed Influent Pump Station (IPS) #2 pump #3 in the month of December. Staff attempted to install the pump early in the month but, due to an issue with a bracket, a local fabrication shop was utilized to manufacture two new brackets. Once the new brackets were installed on the pump, the repair proceeded and the equipment was returned to service. During a routine preventive maintenance inspection with our PDM tools, maintenance staff noticed the rotating assembly for pump number 2 was warmer than normal. The staff isolated the system and removed the pump from service. During an in-depth inspection, the staff noticed the wear-ring was split and the rotating assembly was too tight to turn by hand. The rotating assembly was sent to a vendor for further evaluation of the damage. Another event in December, maintenance staff worked on draining the west bio unit. With the help of operation staff, the bio unit was drained in 4-days and had minimal effect on process. This was achieved by using a hydraulic submersible pump with an external hydraulic power unit that moved process water from the west bio unit to the east bio unit. Once the west bio unit was drained, Staff washed down the remaining sludge to clean the floor. 5.3 Lift Stations The discharge valve for pump number 5 was installed last month. The maintenance staff removed the valve in November to rebuild it. Once the valve was rebuilt, the staff installed the valve, and the pump was put back in service. December 2023 Monthly Report 11 5.4 Key Performance Indicators/Measures Figure 5-1: Labor Hours by Work Order Type Figure 5-2: Work Order Count by Type 73 7 861 37 653 4 0 administrative corrective maintenance emergency corrective maintenance non emergency corrective maintenance from pm/pdm preventive maintenance project safety 25, 2%1, 0% 69, 4% 20, 1% 1531, 93% 6, 0%0, 0%administrative corrective maintenance emergency corrective maintenance non emergency corrective maintenance from pm/pdm preventive maintenance project safety December 2023 Monthly Report 12 5.5 Capital Improvement Projects (CIP) 5.5.1 Planned Projects 5.5.1.1 Noland Band Screen Staff completed the rehabilitation of Noland Band Screen 101. This project was originally approved in 2021 but required multiple phases to complete. The repaired band screen will be of valuable assistance in preventing trash and other debris from entering the process. 5.5.1.2 Noland Headworks W3 Strainer The W3 strainer at Noland headworks was replaced. This project was originally approved in early 2023 but was delayed due to long lead times on replacement valving. December 2023 Monthly Report 13 6. Industrial Pretreatment All permitted industries had shutdowns of various extents due to the Christmas and New Year holidays. Annual compliance inspections and sampling were completed for significant industrial users Marshalltown Tools, Hiland Dairy, ConAgra, Tyson, Ecotech, Elkhart, Custom Powder Coating, and Wolfspeed to determine compliance status with the industrial waste discharge permit, City of Fayetteville Code, and 40 CFR Part 433, 403, 463, 468, 433 and 469 respectively. All were found in compliance. The monthly surcharge and waste hauler reports were completed and sent to the city billing department. The IPP Revenue information is presented below. Table 6.1: Industrial Pretreatment Program (IPP) Revenue Summary REVENUE $92,031.66 Surcharges on November data $1,400.00 Fees from hauled waste accepted in December $0.00 Other fees paid in December $0.00 Fines assessed in December Zero violations November Violation data December 2023 Monthly Report 14 Figure 19: Revenue Generated from the Industrial Pretreatment Program via Surcharges, Fees, and Fines Figure 20: Number of hauled waste loads, by hauler $- $20,000 $40,000 $60,000 $80,000 $100,000 $120,000 $140,000 Revenue Generated Industrial Pretreatment Program 2022 Monthly Surcharge Fees plus Hauled Waste Fees 2023 Monthly Surcharge Fees plus Hauled Waste Fees 0 10 20 30 40 50 60 70 Hauled Waste Summary 2022 APT 2023 APT 2022 BJ 2023 BJ 2022 CIC 2023 CIC 2022 Total 2023 Total December 2023 Monthly Report 15 7. Safety The Fayetteville facility has hired a new Area Safety Professional to join the team in January 2024. The Area Safety Professional oversees the safety culture and training initiatives throughout the Fayetteville facilities and also coordinates all safety measures in the South Central region of Jacobs. Chemical inventory and labeling activities proceeded in each department. Fire extinguisher inspections were conducted at Noland. This completes the 2023 inspections. Travis Leech provided guidance on the Ladder Policy. A procedure and roll-out plan will be drafted that provides more applicable and actionable steps for the Fayetteville facilities. December 2023 Monthly Report 16 8. Woolsey Wet Prairie A review of 2023 hydrologic records highlights a year that started unseasonably wet and ended unseasonably dry. Based on normal monthly averages, there were twice as many rainfall shortage months compared to rainfall surplus months in 2023. While this year’s winter-to-spring transition period of February to March experienced a combined rainfall surplus of 5.3 inches, this trend was followed by a spring- to-summer transition in April through June which gave a nearly equivalent rainfall shortage of 5.4 inches. Total annual precipitation for Woolsey Wet Prairie ended 2.7 inches lower than normal. This translates into an estimated 45.8 inches local accumulation as compared to a regional normal of 48.5 inches in the fall-to-winter period of October to December. The new year will be important to watch to see whether 2024 continues to support comparatively dry site conditions or shifts to an abundance of wetland conditions. Despite seasonal fluctuations between precipitation surpluses and shortages, Woolsey Wet Prairie’s wetland hydrology continues to function well as surface waters. This is indicated by the saturated, wetland-type soil characteristics which were recorded an average of seven months for the overall wetland site in 2023. Project staff continue to coordinate with Eco, Inc. on monitoring for favorable weather conditions for completion of Woolsey’s annual controlled burn. Project staff also ended the year working alongside Eco, Inc. on strategic removal of button bush cover within designated ‘mudflat’ habitats in wetland cells E4 and E5. Trying to better understand migratory shorebird needs has been an ongoing effort since Woolsey’s initial construction in 2007. Earlier this year, project staff noted promising shorebird activity observed from mid- April to mid-May. However, of Woolsey’s 44-acre total area, a vast majority of marsh and sandpiper activity was limited to just 0.44-acres of distinct ‘mud-flat’ areas characterized by a combination of shallow water and an absence of spring vegetation. Cultivation and stewardship of these very limited and temporal habitats will rely upon intentional and continual vegetation management as these open space habitats can easily become dominated with a variety of woody plant species, primarily native button bush. Vegetation management in 2024 will include monitoring these spaces, as well as, identifying other potential spaces that offer high value mudflat benefits to migratory bird populations that are increasingly limited within the NWA region. December 2023 Monthly Report 17 2023 April-May ‘Mudflat’ habitats in E4 and E5 Mudflat Delineations 2023 December Button-bush clearing from E4 and E5 Mudflat areas December 2023 Monthly Report 18 9. Sustainability & Community Involvement Activities 9.1 AWW&WEA NW District Annual Meeting At the 2023 annual meeting, Laboratory Analyst, Walter Chodor was awarded the Wastewater Laboratory Professional of the Year by the Northwest District of Arkansas Water Works & Water Environment Association. 9.2 Prescribed Burn with PBA Volunteers The Sustainability and Resilience staff members had the opportunity to volunteer with local non-profit PBA (Prescribed Burn Association) to aid in a controlled prescribed burn of a local landowner’s property. 9.3 Christmas Donation Drive for Peace at Home The Fayetteville team held a donation drive for local non-profit family shelter Peace at Home which was the very first domestic abuse shelter established in the entire state of Arkansas, back in 1977. Since then, this Safe shelter has expanded its services into family Housing Assistance, Legal Services, Counseling Services, 24/7 Crisis Hotline and running a Thrift Store to support their guests. In order to support this group’s thankless efforts in the NWA community, staff donated clothing, toiletries, food and more. Lab Analyst Walter Chodor (left) receives award from Environmental Specialist Jeff Hickle (right) Sustainability & Resilience staff Jeff Hickle (third from left) & Sarah Garrison (second from right) teaming up with PBA volunteers & fellow conservationists. Prescribed burns help rejuvenate soil, remove old vegetation growth and fightback invasive species creating a more habitable environment for native flora & fauna. Appendix A: Noland Effluent Report White River Average Daily Effluent Report Flow CBOD CBOD Load TSS TSS Load Total P Total P Load NH3 NH3 Load D.O (min)pH (min)pH (max) Fecal Coliform Geo Mean Month MGD mg/L Lbs mg/L Lbs mg/L Lbs mg/L Lbs mg/L SU SU CFU/100 mL Permit Limit Dec-Mar 20.0 2,102 15.0 1,576 1.0 105.0 4.0 420 >8.7 >6.0 <9.0 1,000 Dec 2023 4.478 <2.1 <78 <1.7 <61 <0.1 <5.4 0.13 1.7 16.8 7.4 7.7 <22 Nov 2023 5.484 2.4 113 <2.2 <103 0.3 12.1 0.09 3.0 14.5 7.4 7.6 112 Oct 2023 5.419 2.8 126 <1.8 <83 <0.2 <9.5 0.11 <2.2 14.3 7.4 7.6 <122 Sep 2023 5.459 2.2 100 <1.1 <52 0.1 6.7 0.06 1.7 14.4 7.5 7.6 33 Aug 2023 4.579 2.8 112 <1.0 <42 <0.2 <6.3 0.08 <1.0 7.9 7.5 7.7 127 Jul 2023 3.949 3.3 119 <1.3 <50 0.4 12.9 0.12 2.0 12.6 7.1 7.7 63 Jun 2023 5.509 3.2 148 2.8 128 0.3 12.8 0.06 3.0 14.0 7.0 7.7 31 May 2023 6.131 2.9 144 <1.4 <70 0.4 22.1 0.06 5.8 14.8 7.0 7.6 21 Apr 2023 6.275 3.5 186 <1.9 <103 <0.1 <7.4 <0.03 4.2 14.2 7.4 7.6 37 Mar 2023 7.907 3.0 201 <1.5 <101 <0.1 <8.8 0.04 4.4 13.3 7.4 7.5 <37 Feb 2023 7.466 3.6 222 3.1 197 0.2 11.1 <0.05 7.1 13.6 7.4 7.5 43 Jan 2023 6.447 3.8 205 2.6 140 0.1 8.0 0.07 5.0 14.3 7.4 7.6 26 Dec 2022 5.970 4.2 215 <2.7 <140 0.2 8.2 0.05 6.4 11.7 7.4 7.6 <22 White River Average Daily Effluent - Minerals Report TDS TDS Load Sulfate Total As So4 Sulfate Total Load As So4 NO3 (Nitrate) NO3 (Nitrate) Load Month mg/L Lbs/dy mg/L Lbs/day mg/L Lbs Permit Limit Dec-Mar 500 52,542 119 12505 report report Dec 2023 393 16,327 62 2,435 Nov 2023 335 15,702 54 2,531 Oct 2023 353 16,829 49 2,289 Sep 2023 332 14,655 49 2,007 Aug 2023 383 18,164 68 3,335 Jul 2023 362 11,092 61 1,948 Jun 2023 358 17,502 100 5,271 May 2023 360 16,754 52 2,450 Apr 2023 323 19,575 56 3,423 Mar 2023 308 24,645 60 3,568 Feb 2023 368 19,585 63 3,310 Jan 2023 314 17,522 59 3,282 Dec 2022 375 16,383 54 2,500 4.1 191.8 Appendix A-1: Noland Influent Report Flow Hydraulic Loading CBOD Load Orangic Loading TSS Loading TSS Loading PO4 Loading PO4 Loading NH3 Loading NH3 Loading Month MGD %Lbs %Lbs %Lbs %Lbs % Design Annual Average 12.60 29,666 23,198 765 2,250 Dec 2023 5.29 42.0 14,114 47.6 10,303 44.4 208 27.3 805 35.8 Nov 2023 4.62 36.7 13,933 47.0 9,536 41.1 215 28.1 928 41.3 Oct 2023 4.68 37.1 11,217 37.8 7,126 30.7 201 26.2 873 38.8 Sep 2023 4.90 38.9 15,241 51.4 8,882 38.3 222 29.0 1,047 46.5 Aug 2023 4.49 35.6 12,396 41.8 8,602 37.1 201 26.3 840 37.3 Jul 2023 4.42 35.0 10,145 34.2 7,494 32.3 165 21.6 662 29.4 Jun 2023 4.11 32.6 12,964 43.7 8,088 34.9 182 23.8 730 32.5 May 2023 5.39 42.8 12,756 43.0 7,321 31.6 210 27.4 760 33.8 Apr 2023 4.68 37.1 15,926 53.7 8,507 36.7 227 29.7 917 40.8 Mar 2023 9.08 72.1 17,506 59.0 10,561 45.5 286 37.4 1,098 48.8 Feb 2023 8.08 64.1 14,485 48.8 8,700 37.5 263 34.4 982 43.6 Jan 2023 6.17 49.0 13,140 44.3 7,756 33.4 217 28.4 760 33.8 Dec 2022 5.99 47.6 11,497 38.8 8,718 37.6 205 26.8 706 31.4 Appendix B: West Side Effluent Report Goose Creek Average Daily Effluent Report Flow CBOD CBOD Load TSS TSS Load Total P Total P Load NH3 NH3 Load DO (min)pH (min)pH (max) Fecal Coliform Geo Mean Month MGD mg/L Lbs mg/L Lbs mg/L Lbs mg/L Lbs mg/L SU SU MPN/100 mL Permit Limit Dec-Mar 10.0 13.3 1,109.2 15.0 1,251 1.0 83.4 3.7 341.9 >8.7 >6.0 <9.0 1,000 Dec 2023 8.4 <1.9 <154.1 1.0 72 <0.1 4.7 <0.0 <4.3 10.1 7.4 7.6 <6 Nov 2023 8.1 <1.9 <173.0 1.0 69 <0.1 3.5 <0.1 <6.5 9.4 7.4 7.7 <5 Oct 2023 8.3 <2.0 <177.9 1.0 70 <0.1 4.5 <0.1 <7.1 8.9 7.2 7.7 <6 Sep 2023 8.3 <1.9 <199.2 1.0 68 <0.1 3.5 0.1 9.8 8.6 7.4 7.7 <6 Aug 2023 8.1 <2.3 <144.5 1.0 69 <0.1 3.7 0.0 3.7 8.5 7.4 7.8 <6 Jul 2023 8.0 <2.0 <148.8 1.0 65 0.1 6.1 <0.0 <3.6 8.6 7.3 7.8 <5 Jun 2023 7.8 <2.0 <127.3 1.0 64 0.1 7.8 <0.1 <5.7 8.9 7.2 7.7 <8 May 2023 9.0 <2.0 <129.0 1.0 74 <0.1 5.9 <0.0 <2.8 9.3 7.3 7.6 <14 Apr 2023 8.7 <2.0 <157.3 1.0 72 <0.1 5.3 <0.0 <1.9 9.8 7.0 7.4 <13 Mar 2023 13.3 <2.0 <133.5 1.0 103 0.1 8.9 <0.0 <1.9 10.3 6.9 7.4 <6 Feb 2023 11.7 <1.9 <138.2 1.0 103 0.1 7.7 <0.1 <7.8 10.4 7.0 7.4 <7 Jan 2023 9.9 <2.0 <132.2 1.2 104 0.1 7.2 <0.0 <2.5 7.6 7.1 7.3 <5 Dec 2022 9.5 <2.0 <138.6 1.0 79 <0.1 9.2 <0.1 <4.9 8.5 7.0 7.5 <5 Appendix B-1: West Side Influent Report Flow Hydraulic Loading BOD Load Orangic Loading TSS Load TSS Loading Total P Load PO4 Loading NH3 Load NH3 Loading Month MGD %Lbs %Lbs %Lbs %Lbs % Design Annual Average 10.0 14,595 14,595 584 1,918 Dec 2023 8.4 83.8 11,806 80.9 15,655 107.3 287 49.1 1,231 64.2 Nov 2023 8.1 81.1 12,297 84.3 12,911 88.5 269 46.0 1,394 72.7 Oct 2023 8.3 83.3 11,632 79.7 15,514 106.3 274 46.8 1,363 71.1 Sep 2023 8.3 82.6 10,683 73.2 12,584 86.2 281 48.1 1,377 71.8 Aug 2023 8.1 81.4 10,442 71.5 12,891 88.3 275 47.1 1,312 68.4 Jul 2023 8.0 79.9 9,164 62.8 14,506 99.4 250 42.9 1,253 65.3 Jun 2023 7.8 78.0 10,595 72.6 13,072 89.6 274 46.9 1,261 65.7 May 2023 9.0 90.1 10,842 74.3 12,133 83.1 281 48.1 1,261 65.7 Apr 2023 8.7 87.5 10,393 71.2 11,139 76.3 249 42.6 1,374 71.7 Mar 2023 13.3 133.2 10,374 71.1 14,426 98.8 276 47.3 1,341 69.9 Feb 2023 11.7 117.4 11,289 77.3 11,517 78.9 247 42.3 1,239 64.6 Jan 2023 9.9 99.3 11,398 78.1 10,453 71.6 251 43.0 1,281 66.8 Dec 2022 9.5 95.3 11,463 78.5 12,504 85.7 277 47.4 1,199 62.5 Department Job Title Employee Name Fayetteville % FTE Admin Project Manager Ryan Harrold 82.00% Admin Assistant Project Manager Mayo MIller 100.00% Admin Health, Safety, Compliance Professional Vacant 70.00% Admin Project Coordinator Brandi Miller-DeWeese 90.00% Admin Administrative Assistant Christy Taylor 100.00% Admin Administrative Assistant Kassandra Foster 100.00% Admin Project Specialist Sarah Garrison 100.00% BMS BMS Supervisor Peter Burrow 100.00% BMS Lead Operator Mike Reed 100.00% BMS Operator I David Dajani 100.00% BMS Equipment Operator Charlie Boger 100.00% BMS Equipment Operator Anthony DeJesus 100.00% BMS Equipment Operator Jerime Dickey 100.00% BMS Operator In Training Robert Donnell 100.00% BMS Operator In Training Christopher Cox 100.00% BMS Operator In Training Jonathan Gueydan 100.00% BMS Operator In Training Vacant 100.00% BMS Mechanic Vacant 100.00% Admin Process & Compliance Supervisor Thom Vinson 90.00% Admin Environmental Specialist Jeff Hickle 100.00% LAB Laboratory Director Donna McChristian 90.00% LAB Industrial Pretreatment Coordinator John Byrd 100.00% LAB Lead Laboratory Analyst Matt Benton 100.00% LAB Laboratory Analyst Walter Chodor 100.00% Maint Maintenance Supervisor Joshua Alleman 100.00% Maint Lead Mechanic Buddy Carter 95.00% Maint Lead Electrician Tim Marr 70.00% Maint Electrician Brian Daniels 100.00% Maint Mechanic Robert Ingram 100.00% Maint Mechanic Michael Spohn 100.00% Maint Mechanic Paul Goolsby 100.00% Maint Mechanic Rick Dollarhide 100.00% Maint Mechanic in Training Broc Burus 100.00% Maint Mechanic in Training David Post 100.00% Maint Mechanic in Training Caleb Wheeler 100.00% Maint Utility Worker - Temp Vacant 100.00% Maint Utility Worker - Temp Vacant 100.00% Operations Operations Supervisor Shawn Santellanes 100.00% Operations Lead Operator Travis Patton 100.00% Operations Operator I Anthony Ramsfield 100.00% Operations Operator I Justin Sweeney 100.00% Operations Operator Tom Meunier 100.00% Operations Operator Chandler Smothers 100.00% Operations Operator Brittney Doyel 100.00% Operations Operator In Training Michael Stout 100.00% Operations Operator In Training Ezra Maglothin 100.00% Operations Operator In Training Jacob Ratliff 100.00% SCADA Instruct and Control Tech Christopher Merrit 100.00% SCADA Instrument & Control Tech Pat Cooley 95.00% SCADA Instrument & Control Tech Preston Jones 100.00% SCADA Information & Operational Tech James Mason 50.00% Authorized Positions = 51.0 Filled Positions = 46.0 Filled FTE's= 44.6 REGIONAL SUPPORT and SPECIAL PROJECTS (Performed in scope) Area Reason Name Hours SCADA Scada Support Scada Regional Support 39 Maintenance Maintenance, Reporting, and IT Related Activities Various Regional Staff 109.55 BMS Dryer Installation Project Staff & Regional Support 310.3 Noland Master Plan Data Request and Sampling Planning Staff 0 Appendix C. Employee Vacancy and Project Status Report FOR IMMEDIATE RELEASE Jan. 30, 2024 Contact: Corey Granderson Utilities Engineer Water and Sewer Services 479-444-3452 cgranderson@fayetteville-ar.gov Public meeting Feb. 8 to discuss new transmission water line FAYETTEVILLE, Ark. – The City of Fayetteville will hold a public meeting to present information on a new transmission water line being planned to help keep up with continued growth and future water demands. The meeting will take place on Thursday, Feb. 8, from 2 to 3:30 p.m. in Room 111 of City Hall, located at 113 W. Mountain St. City staff will be on hand to answer questions. The new 48-inch West Transmission Water Line will span 11 miles, starting at a new Beaver Water District facility near Elm Springs. Engineering design work began in 2022 and is anticipated to be completed mid-2024. The new waterline is anticipated to be connected to Beaver Water District’s Western Corridor Pump Station in 2026. The project will be funded by an Arkansas Natural Resources Division Drinking Water State Revolving Loan Fund. The loan program offers municipalities and utilities access to low-interest rate loans, saving overall loan costs compared to market rates. The total amount will be finalized later this year after loan certification and closing are complete. For residents unable to attend the public meeting in person, an online attendance option will be made available on the City’s public meetings calendar. For more information about the West Transmission Water Line, including an Environmental Review Checklist and Information Document, go to: https://www.fayetteville-ar.gov/4323/West- Transmission-Water-Line. ### PAUL R. NOLAND WASTEWATER TREATMENT FACILITY PARALLELING SWITCHGEAR IMPROVEMENTS PRELIMINARY ENGINEERING REPORT HW PROJECT NO. 2023055 JANUARY 2024 HAWKINS-WEIR ENGINEERS, INC. Hawkins-Weir Engineers, Inc. Page i TABLE OF CONTENTS 1 Purpose ................................................................................................................................. 1 2 Introduction and Summary .................................................................................................... 1 3 Existing Noland WWTF Power Distribution ............................................................................ 3 Modes of Operation ............................................................................................................... 5 4 Proposed Noland WWTF Power Distribution Improvements .................................................. 6 Proposed 15kV Switchgear Specifications ............................................................................ 8 Proposed 3-Way Manual Transfer Switch Specifications ....................................................... 9 Proposed 15kV Switchgear Installation ............................................................................... 12 Cost Estimates .................................................................................................................... 15 5 Conclusions and Recommendations ................................................................................... 17 List of Figures Figure 3.1 – Existing Noland WWTF Power Distribution, Looking NW ........................................ 4 Figure 3.2 – Existing Noland WWTF Power Distribution, Looking SE .......................................... 4 Figure 4.1 – Overhead View, Existing/Proposed Noland WWTF Power Distribution ................... 7 Figure 4.2 – Proposed 3-Way Manual Transfer Switch Detail 1 ................................................ 10 Figure 4.3 – Proposed 3-Way Manual Transfer Switch Detail 2 ................................................ 11 Figure 4.4 – Proposed Switchgear Installation and Canopy – Front View.................................. 13 Figure 4.5 – Proposed Switchgear Installation and Canopy – Side View ................................... 14 List of Tables Table 4.1 Noland WWTF Paralleling Switchgear Improvements – Recommended Base Project Improvements Conceptual Cost Estimate .................................................................................... 15 Table 4.2 Noland WWTF Paralleling Switchgear Improvements – Recommended Optional Project Improvements Conceptual Cost …………………...…...……………………………………...…..…15 Table 4.3 Noland WWTF Paralleling Switchgear Improvements – Additional Redundancy Project Improvements Conceptual Cost …………………...…...……………………………………...…..…16 List of Appendices Appendix A – Existing One-Line Power Diagram Appendix B – Proposed One-Line Power Diagram Hawkins-Weir Engineers, Inc. Page 1 of 17 1 Purpose The City of Fayetteville (City) authorized Hawkins-Weir Engineers (HW) to prepare this Preliminary Engineering Report on May 23, 2023. The purpose of this Report is to document the existing Noland WWTF paralleling switchboard and load management system, document the existing system maintenance and safety issues, research and prepare proposed equipment upgrade alternatives, and provide cost estimates for the alternatives. 2 Introduction and Summary The Noland WWTF paralleling switchboard and load management system was installed in 2005 under the design outline from Power Secure, located in Wake Forest, North Carolina. The Noland WWTF is located at 1500 N Fox Hunter Road. The Ozarks Electric power feed enters the treatment facility near the southwest corner in proximity to the other distribution system components. Utilization of the standby generator system for load management during periods of high electrical demand on the Ozarks Electric power grid provides preferential electric rates for the City of Fayetteville at the Noland WWTF. Ozarks Electric bills the Noland WWTF a Demand Charge of $4.25/kW each month to operate in load management. If the load management system was not in place, or failed to operate when required, Ozarks Electric would bill the Noland WWTF a Demand Charge of $13.25/kW each month. The peak demand measured by the utility meter has averaged 1900kW in 2022 and 2023. Power Secure operates the load management system by monitoring the grid conditions. When required, Power Secure initiates the generator system remotely to pull the Noland Plant off the Ozarks Electric power grid. The load management system is required by Ozarks Electric from June through September, between the hours of noon and 8:00 pm typically. System hours operated in load management at Noland WWTF were 187 in 2022, and 182 in 2023. The annual electric rate savings realized at the Noland WTTF by operating the generator in load management were $226,781 in 2022, and $221,719 in 2023. The load management scheme requires synchronization and switching of two independent power sources, the Ozarks Electric utility feed and the Noland WWTF standby generator. There are several features of the existing synchronization and switching scheme that are safety hazards and reliability drawbacks. • The switching device for the utility power feed is on the 12.47kV line, while the switching device for the standby generator is at the 480V generator output. The proposed improvements locate both switching devices in new 15kV switchgear installed on the Noland WWTF property within the security fencing. • The switching device for the utility power feed is aerial mounted on top of a utility pole, while the switching device for the standby generator is ground based, approximately 120-feet away. Any issue with the utility power feed switching device requires a callout to a third-party Contractor and a bucket truck to lift personnel to the pole-mounted device. A pair of normally opened manual switches can be utilized to bypass the switching device. The proposed improvements locate both switching devices on the ground in new 15kV switchgear. Hawkins-Weir Engineers, Inc. Page 2 of 17 • The switching device for the utility power feed requires aerial mounted metering components, raceway, and conductors to the synchronization controls. The synchronization controls must also interface to the utility switching device with a separate set of raceway and conductors. The proposed improvements consolidate all metering and controls on the ground in new 15kV switchgear. • None of the existing switching devices and control components are weather protected from the elements. Maintenance personnel are exposed to adverse weather while diagnosing and repairing faults in the sequence of operation. The proposed improvements provide a weather protective canopy over the ground mounted 15kV switchgear. • Maintenance of the components in the proposed 15kV switchgear is all accomplished by removing the devices from the power source through a rack out system. The rack out system completely removes the circuit breaker switching devices out of the switchgear on guide rails, supported by a frame mounted lifting system. Maintenance personnel are not exposed to uninsulated, live conductors with this rack out system. • Redundancy for the existing electrical system is a two-source strategy, and has performed well over the service period for reliable operation of the Noland WWTF. Facilities without a load management agreement with the local electric utility only operate the standby power system during periods of utility power loss, a fraction of the hours operated by the Noland WWTF load management system. However, the electric rate benefits require a critical review of redundancy in the standby generator system by itself. The proposed improvements include additional optional switching device redundancy in the 15kV switchgear. The proposed improvements also include equipment that allows quick deployment of a portable generator system in the event of a failure of the permanently installed generator. This issue was realized in 2022 and 2023 and required significant temporary wiring into the generator switching system, at a cost of $7,000 and sixteen (16) hours of additional downtime once the portable generator arrived on site. Sixteen (16) hours of downtime due to failure of any component that would prevent the standby generator from operating in load management mode during the critical June- September period would likely break the availability requirement from Ozarks Electric. The proposed improvements would allow the portable generator to be installed and operational within one (1) hour of the unit arriving on site. The sequence of operations for the existing equipment and proposed improvements are discussed in detail in Sections 3 and 4, along with detailed introduction of the system components. The cost of the proposed improvements is $1,120,000 for the base design, which includes 15kV switchgear with single circuit switching devices, weather protective canopy, and installation labor/material. The cost of the recommended optional improvements is $640,000, which includes additional redundant utility and generator switching device sections and a 3- way manual transfer switch for the generator. The total estimated project cost estimate for base and optional improvements is $1,760,000. The cost estimates are broken down in detail in Section 4. Hawkins-Weir Engineers, Inc. Page 3 of 17 3 Existing Noland WWTF Power Distribution The primary components of the system are: 1. 12.47kV electric utility feed from Ozarks Electric Cooperative with primary metering, meter number 26-07-1860, located on the west side of N Fox Hunter Road from the standby power entrance of the facility. 2. 2500kVA/2000kW standby - 2280kVA/1825kW prime rated Caterpillar generator, engine model 3516, serial number 4GN01023, 277/480 Volts, 3-phase 4-wire, 3007/2742 Amps. The generator was manufactured in 2004 and was rebuilt in 2023. The generator is located at the southwest corner of the Noland WWTF property near N Fox Hunter Road. The difference in standby and prime ratings reflect a rating for occasional use versus a rating for continuous use. 3. Nexgear Advanced Paralleling Switchboard (APS), manufactured with Cutler- Hammer main power components. The APS is rated at 277/480 Volts, 3200 Amps, 3-phase 4-wire, NEMA Type 3 outdoor enclosure, serial number NG1159, consisting of a single section. The switchboard was manufactured in May 2005. The switchboard circuit breaker, which also serves as the overcurrent device for generator power, is a Cutler-Hammer Magnum DS MDS632, rated at 65kA interrupting capacity. The APS includes M-3520 Beckwith Electric intertie protection relays for both the utility and generator feeders, and a Woodward EGCP-2 generator controller for feeder synchronization, parallel operation, and load management. The APS is located adjacent to the generator. 4. 2500kVA pad-mount transformer, 12.47kV/7.2kV wye connection primary, 480V/277V wye connection secondary. The transformer steps up the voltage from the generator into the 12.47kV overhead electric that distributes power to the Noland WWTF. 5. 630A speed recloser, aerial mounted on the overhead utility feed, which acts as the control device to open or close the Ozarks Electric 12.47kV utility feed. The distribution system includes other metering and control components. A One-Line Diagram is included for the existing distribution system in Appendix A at the end of this report. Figures 3-1 and 3-2 on the following page depict the locations of the five (5) existing primary components, with number overlay references. Hawkins-Weir Engineers, Inc. Page 4 of 17 Figure 3.1 – Existing Noland WWTF Power Distribution, Looking NW Figure 3.2 – Existing Noland WWTF Power Distribution, Looking SE 3 4 2 1 5 1 2 4 Hawkins-Weir Engineers, Inc. Page 5 of 17 The Noland WWTF power distribution system has three (3) modes of operation, Load Management Mode, Islanding Mode, and Standby Mode. Load Management Mode enables synchronized and long-term parallel operation of the generator with Ozarks Electric to provide automatic, remote controlled electric load management capability. Islanding Mode enables synchronized and short-term parallel operation of the generator with Ozarks Electric, followed by automatic opening of the speed recloser to enable “blipless” isolated operation of the generator. Standby Mode enables the generator to power a dead and isolated primary feeder for the duration of an outage with Ozarks Electric, followed by an automatic synchronized Make-Before-Break Return to Ozarks Electric once the service is restored. Load Management Mode is initiated by a remote signal received by Power Secure, which monitors the electrical grid for the City of Fayetteville and operates the generator system during high demand for preferential electrical rates from Ozarks Electric. The generator starts and reaches rated voltage/frequency within ten (10) seconds. The generator is synchronized with the Ozarks Electric primary feed and paralleled by closing the APS circuit breaker. The generator is loaded to its prime power rating of 1825kW or to a level allowing zero import or slight negative export to Ozarks Electric. Upon the signal from Power Secure to end the Load Management Mode, the generator is ramped down in loading over a sixty (60) second period, then the APS generator circuit breaker is opened. The generator operates for its normal cool down cycle then shuts down. If a fault or other abnormal condition occurs during a Load Management cycle, or a protective relay trip occurs, the APS automatically reverts to Standby Mode. Islanding Mode is initiated either remotely or locally with an operator selector switch on the APS. The generator starts and reaches rated voltage/frequency within ten (10) seconds. The generator is synchronized with the Ozarks Electric primary feed and paralleled by closing the APS circuit breaker. The generator is loaded to its prime power rating of 1825kW or to a level allowing zero import or slight negative export to Ozarks Electric. The speed recloser is automatically opened to remove the power feed from Ozarks Electric. Upon the signal from Power Secure or a local operator switch selection to end the Islanding Mode, the APS synchronizes the generator power with Ozarks Electric and automatically re-closes the speed recloser. The loading of the generator is ramped down in loading and the APS generator circuit breaker is opened. The generator operates for its normal cool down cycle then shuts down. If a fault or other abnormal condition occurs during an Islanding Mode cycle, or a protective relay trip occurs, the APS automatically reverts to Standby Mode and closes the speed recloser to reconnect to the Ozarks Electric power feed. Standby Mode is initiated on loss of power from Ozarks Electric. The speed recloser will be opened, disconnecting the Ozarks Electric power feed. The generator starts and reaches rated voltage/frequency within ten (10) seconds and the APS generator breaker will be closed. Upon restoration of power from Ozarks Electric, the APS monitors utility power available and automatically initiates a return to utility power after a predetermined time period, adjustable from 0-60 minutes. The return to utility power sequence synchronizes the generator with the Ozarks Electric power feed, closes the speed recloser, and opens the APS generator breaker for “blipless” power restoration. The generator operates for its normal cool down cycle then shuts down. Hawkins-Weir Engineers, Inc. Page 6 of 17 4 Proposed Noland WWTF Power Distribution Improvements The primary components of the proposed system are: 1. The existing 12.47kV electric utility feed from Ozarks Electric Cooperative with primary metering, meter number 26-07-1860, is to be maintained in its current location. Two (2) new utility poles and primary feeders will be necessary to enter and exit the proposed switchgear. One (1) existing utility pole and primary feeder to the existing pad mount transformer will be abandoned after the upgrade and can be removed. 2. The existing 2500kVA/2000kW standby - 2280kVA/1825kW prime rated Caterpillar generator, engine model 3516, serial number 4GN01023, 277/480 Volts, 3-phase 4-wire, 3007/2742 Amps. The generator will be maintained in its present location with proposed control circuit routing to the proposed switchgear, and proposed plant power circuit routing for the generator accessories to a new source inside the facility. 3. The existing short circuit protection for the generator power output, currently provided by the 3200 Amp Cutler-Hammer circuit breaker in the existing APS will be provided by either: a. Modifying the existing APS to remove the paralleling and synchronization controls and intertie protection relays b. Replace the existing APS with a proposed 3-way manual transfer switch with circuit breaker short circuit and switching that allows a quick tie-in of a portable generator system in the event of equipment failure of the existing Caterpillar generator. Additional manual transfer switch information is detailed later in Section 4. 4. The existing 2500kVA pad mount transformer, 12.47kV/7.2kV wye connection primary, 480V/277V wye connection secondary will be maintained in its present location, with a new output feeder routed to the proposed switchgear. 5. The existing 630A speed recloser, aerial mounted on the overhead utility feed, will be removed once the proposed switchgear is installed. 6. The synchronization and paralleling function of the existing APS will be replaced by proposed 15kV switchgear with stored energy circuit breaker switching and protection relays for the Ozarks Electric power feed and the generator power feed through the step-up transformer. The switchgear will be mounted on a new concrete foundation with overhead canopy for equipment weather and maintenance personnel protection. Additional switchgear information is detailed later in Section 4. Hawkins-Weir Engineers, Inc. Page 7 of 17 The distribution system includes other metering and control components. A One-Line Diagram is included for the proposed distribution system in Appendix B at the end of this report. Figure 4-1 depicts the location of the six (6) existing/proposed primary components on an overhead satellite photo, with number overlay references. Figure 4.1 – Overhead View, Existing/Proposed Noland WWTF Power Distribution 5 1 2 3 4 6 Hawkins-Weir Engineers, Inc. Page 8 of 17 The proposed switchgear will be configured to receive the primary power feeds from the 12.47kV Ozarks Electric service to the facility and the 12.47kV generator power through the step-up pad-mount transformer. The switchgear will consolidate all functions necessary to operate the power feeds separately or in parallel, with some control wiring to the generator to synchronize the power feeds. Budget proposals from Caterpillar/Eaton and ABB were solicited for this project. Detailed specifications are as follows: • 15kV Metal Clad Drawout Switchgear • NEMA 3R Non-Walk-In Construction • 1200 Amp Main Bus Rating, 25kA Interrupting Rating • Main Bus Material – Copper Silver Plated, Ground Bus – Copper Unplated • Peak Impulse Level – 95kV • 120VAC Circuit Breaker Charge and Close, Capacitor Trip • NEMA IEEE/ANSI C37.04, C37.06, C37.20.2 Applicable Standards, UL Listed and Service Entrance Rated • Base Unit Includes Three (3) 36-inch Width Sections, Total Dimension 90”H x 108”W x 100”D • Left Section – 1200A Drawout Utility Breaker with Intertie Protection Relay and Potential Transformer Metering • Middle Section – Generator Paralleling Controls, Operator Switches, and Fault Management, with Load Conductor Connection in the Bottom Rear of the Section • Right Section – 1200A Drawout Generator Breaker with Intertie Protection Relay and Potential Transformer Metering • Optional Unit Includes Two (2) Additional 36-inch Width Sections, One (1) on Each End of the Lineup. Total Dimension 90”H x 180”W x 100”D • Optional Left Section – Redundant 1200A Drawout Utility Breaker and Potential Transformer Metering • Optional Right Section – Redundant 1200A Drawout Generator Breaker and Potential Transformer Metering • Drawout hardware, including Lifting Yoke, Racking Handle, and Charging Handle Hawkins-Weir Engineers, Inc. Page 9 of 17 The existing APS from Power Secure serves as the generator output short circuit protection in addition to the synchronization and switching control of the existing system. With the removal of the synchronization and switching control, the APS must be modified to retain the function of generator short circuit protection. The proposed improvements instead recommend the replacement of the unit, manufactured in 2005, with equipment that can provide generator short circuit protection and serve as a simple connection/operation point for an emergency portable generator or load bank for generator load testing. The 3-way manual transfer switch includes three (3) circuit breakers for the permanent generator, a portable generator, and a test load bank. The permanent and portable generators are mechanically interlocked, only allowing one or the other to be energized. The test load bank circuit breaker is not interlocked with either generator breaker, but is typically supplied with a shunt trip to open the breaker in the event of a facility power loss during load bank testing, requiring the generator to operate the plant load. The 3-way manual transfer switch utilizes cam-style connectors for easy connection with compatible cables for the portable generator (male connection) and load bank (female connection). Cam-style connectors are standard features for portable generators in the rental market. The 3-way manual transfer switch will be installed in the place of the existing APS, utilizing the existing conductors from the standby generator. The foundation will be expanded as necessary to accommodate the footprint of the transfer switch. Detailed specifications for the 3-way manual transfer switch are shown in Figures 4-2 and 4-3 on the following pages. Hawkins-Weir Engineers, Inc. Page 10 of 17 Figure 4.2 – Proposed 3-Way Manual Transfer Switch Detail 1 Hawkins-Weir Engineers, Inc. Page 11 of 17 Figure 4.3 – Proposed 3-Way Manual Transfer Switch Detail 2 Hawkins-Weir Engineers, Inc. Page 12 of 17 The proposed switchgear will be located inside the Noland WWTF security fencing, near the existing power distribution infrastructure. Installation will occur outside of the June- September load shedding window with Ozarks Electric. We envision construction of the improvements to be phased as follows. Two (2) new power poles with fused cut-outs will be placed in line with the present overhead electric lines entering the facility. The Contractor will provide trenching, conduit placement, and backfill between the first power pole (incoming power pole) and the proposed switchgear utility circuit breaker section. The Contractor will provide trenching, conduit placement, and backfill between the second power pole (load power pole) and the proposed switchgear output section. The Contractor will provide trenching, conduit placement, and backfill between the existing standby power system pad-mount transformer and the proposed switchgear generator circuit breaker section. All three (3) of these conduit installations are estimated to be approximately 100-feet. With the conduit rough-in complete to the switchgear, a concrete equipment pad and foundation, approximately 650 square feet in area, will be constructed for installation of the switchgear and support for a hot-dipped galvanized steel canopy structure with mono-slope roof and 1:12 pitch. The canopy steel components are estimated to be W8x35 columns and W14x38 beams, based on previous canopy construction projects by Hawkins-Weir for similar structures. See Figures 4-4 and 4-5 for conceptual views of the switchgear and canopy installation. Installation of a grounding ring and structure bonding will occur during the concrete placement and canopy installation. The existing cable link to the standby power pad-mount transformer will be disconnected, and new medium voltage cable, (3) #1/0 with concentric neutral wire, will be pulled and terminated at the proposed switchgear and pad-mount transformer. The medium voltage cable will be pulled and terminated at the proposed switchgear output section and the fused cut-outs installed on the load power pole. The medium voltage cable will be pulled and terminated at the proposed switchgear utility breaker section and the fused cut-out of the incoming power pole. System testing will commence with powering up the standby power system through the switchgear, while disconnected from the main 12.47kV line at the power pole fused cut-out. Next, the utility circuit breaker of the switchgear will be powered up and tested, followed by testing of the paralleling capabilities of the switchgear, all while still being disconnected from the 12.47kV power line at the load power pole fused cut-out. When testing is complete, the standby power system will be disabled, the utility circuit breaker energized and connected to the 12.47kV load power pole, and the existing recloser opened and bypassed. Final testing of the load shedding system will commence until satisfactory completion. After an extended testing period, the existing paralleling switchgear will be removed and replaced by the 3-way manual transfer switch. The existing recloser and all metering components utilized in the existing system will be removed. Hawkins-Weir Engineers, Inc. Page 13 of 17 Figure 4.4 – Proposed Switchgear Installation and Canopy – Front View Hawkins-Weir Engineers, Inc. Page 14 of 17 Figure 4.5 – Proposed Switchgear Installation and Canopy – Side View Hawkins-Weir Engineers, Inc. Page 15 of 17 The conceptual project costs for the recommended improvements to the Noland WWTF paralleling switchgear are included in Table 4.1. These items are the minimum scope of work necessary to complete the existing system replacement, without additional redundancy in the design. The conceptual cost estimates are based on the assumption that the work will be performed by a Contractor and are in 2024 dollars with no adjustments for future inflation. Table 4.1 Noland WWTF Paralleling Switchgear Improvements Recommended Base Project Improvements - Conceptual Cost Estimate Item Item Cost 15kV NEMA 3R Non Walk-In Switchgear with Generator Controls, Protection Relays, Paralleling Controls $700,000 Canopy and Concrete Construction for Switchgear Weather Protection $120,000 Electrical Installation Labor and Materials $160,000 Subtotal Construction Cost $980,000 Engineering Design and Construction Management $140,000 Total Recommended Base Project Cost $1,120,000 The conceptual project costs for the improvements recommended for optional consideration to the Noland WWTF paralleling switchgear are included in Tables 4.2. The optional items increase system reliability and redundancy. The optional items include a complete set of two (2) circuit breakers and other installed components to be stored at the Noland WWTF for on- shelf repair items. The optional items also include replacing the existing APS switchboard with a 3-Way Manual Transfer Switch for the reasons previously discussed in the report. Table 4.2 Noland WWTF Paralleling Switchgear Improvements Recommended Optional Project Improvements - Conceptual Cost Estimate Item Item Cost Spare 1200A Frame/200A Trip Redundant Breakers, Potential Transformers, Fuses, Protection Relays – Utility and Generator $250,000 3-Way Manual Transfer Switch for Quick Connect Portable Generator and Load Bank $290,000 Electrical Installation and Materials for Optional Items $50,000 Subtotal Construction Cost $590,000 Engineering Design and Construction Management $50,000 Total Recommended Optional Project Cost $640,000 Hawkins-Weir Engineers, Inc. Page 16 of 17 Table 4.3 presents conceptual project costs for including the spare components into the switchgear with additional gear sections. This cost adder would decrease the amount of time required to replace a failed component impacting the operation of the paralleling system. With this built-in redundant scheme, the spare switchgear section would be placed into service through operator selector switches, allowing the normal use section to be taken out of service and repaired. We do not recommend to implement these additional features for redundancy. It is our opinion that spare components, stored in a safe and secure location on site, will provide greater system availability than installed spare sections that are rarely used and exposed to the elements outdoors. Table 4.3 Noland WWTF Paralleling Switchgear Improvements Additional Redundancy Project Improvements – Conceptual Cost Estimate Item Item Cost Additional 1200A Frame/200A Trip Redundant Breaker Sections – Utility and Generator $210,000 Electrical Installation and Materials For Optional Items $30,000 Subtotal Construction Cost $240,000 Engineering Design and Construction Management $25,000 Total Optional Project Cost $290,000 Hawkins-Weir Engineers, Inc. Page 17 of 17 5 Conclusions and Recommendations The operation of the Noland WWTF paralleling switchgear is critical to providing redundant power to the treatment plant while also providing electric rate discounts to facilitate load shedding. The load shed capabilities provide electric utility savings of over $200,000 annually. The savings are lost if the standby power system fails to function during a required load shedding event, therefore it is critical to maintain this function with reliable equipment. The existing system was installed almost twenty (20) years ago, and there are several issues with maintenance and safety that need to be addressed. The base project improvements correct most of the maintenance, reliability, and safety issues. The optional project improvements enhance the system further to ensure the standby power system is available when load shedding is required or upon power failure at the utility service. It is recommended that the City of Fayetteville implement the base project improvements immediately as outlined in the report with the cost estimates shown in Table 4.1 ($1,120,000). It is also recommended that the City of Fayetteville include the optional redundancy and reliability features with the cost estimates shown in Table 4.2 ($640,000). Hawkins-Weir Engineers, Inc. Scott McBrayer, P.E. Hawkins-Weir Engineers, Inc. Appendix A Existing One-Line Power Diagram Hawkins-Weir Engineers, Inc. Appendix B Proposed One-Line Power Diagram Va n B u r e n Fa y e t t e v i l l e Li t t l e R o c k (4 7 9 ) 4 7 4 - 1 2 2 7 (4 7 9 ) 4 5 5 - 2 2 0 6 (5 0 1 ) 3 7 4 - 4 8 4 6 w w w . h a w k i n s - w e i r . c o m Fo r t S m i t h (4 7 9 ) 2 4 2 - 4 6 8 5 Va n B u r e n Fa y e t t e v i l l e Li t t l e R o c k (4 7 9 ) 4 7 4 - 1 2 2 7 (4 7 9 ) 4 5 5 - 2 2 0 6 (5 0 1 ) 3 7 4 - 4 8 4 6 w w w . h a w k i n s - w e i r . c o m Fo r t S m i t h (4 7 9 ) 2 4 2 - 4 6 8 5 Request For Qualifications OPERATIONS, MAINTENANCE, AND MANAGEMENT SERVICES FOR WASTEWATER TREATMENT ACTIVITIES CITY OF FAYETTEVILLE, ARKANSAS PROPOSALS DUE BY: MARCH 8, 2024 Through this Request for Qualifications (RFQ), the City of Fayetteville (City) seeks proposals for Professional Operation, Maintenance and Management Services for wastewater systems owned by the City. The facilities and systems have been operated under contract since 1989. This contract will provide for the operations, maintenance, and management of the City's two wastewater treatment plants, numerous lift stations, biosolids management, wetlands mitigation site maintenance, NPDES permitting development, and pretreatment program. Selection under this RFQ may lead to a contract that is annually renewed for a term that may exceed five years. I. Background The City is primarily a residential community with associated commercial activity. It has a small but significant industrial mix, including eight (8) permitted industrial users. In 2020, the wastewater treatment facilities served 116,500 Fayetteville citizens and the neighboring communities of Greenland, Farmington, Elkins, West Fork, and part of Johnson. The City’s Wastewater Treatment and wastewater pumping station operations and maintenance activities have been provided under contract since February 1989. Contract responsibilities include the operations and maintenance of the Paul R. Noland Wastewater Treatment Facility, the West Side Wastewater Treatment Facility, laboratory operations, permit compliance and reporting, industrial pretreatment program management, operation/maintenance/repair of 40 operational wastewater pump stations (plus site maintenance for another five sites that are currently not in operation), operation of a supervisory control and data acquisition system (SCADA) to monitor remote system conditions of the 40 wastewater pump stations and 30 water sites, maintenance of the flow monitoring devices and the related SCADA equipment for the collection system, maintenance of approximately 1,500 acres of land in the vicinity of the two wastewater treatment facilities, including operation of the 540 acre land application site which includes hay harvesting and marketing, and may include nutrient mitigation, and maintenance/mitigation of the 43.8 acre wet land mitigation adjacent to the West Side Wastewater Treatment Facility. The City of Fayetteville owns the Noland WWTF, an 11.2 million gallons per day (mgd) advanced waste treatment facility with influent fine screens, grit removal, A2/O® plug flow biological nutrient removal (BNR) secondary treatment, effluent clarification, Zimpro single-media sand filtration, and ozone disinfection. Effluent discharges to the White River. Residual biosolids are dewatered via belt filter presses and hauled to the City’s Biosolids Management site, where it is dried thermally and either sold for fertilizer or sent to a landfill. All odors from the facility are captured and treated by three two-stage chemical scrubbers. The City of Fayetteville also owns the West Side WWTF, a 10-mgd advanced waste treatment facility with influent fine screens, grit removal, Eimco A2C™ BNR secondary treatment, effluent clarification, Leopold deep bed sand filtration, Wedeco UV disinfection, and post aeration. Effluent discharges to Goose Creek, a tributary of the Illinois River. Residual biosolids are dewatered via belt filter presses and hauled to the City’s Biosolids Management site, where it is dried thermally and either sold for fertilizer or sent to a landfill. All odors from the facility are captured and treated by Bioway biofilters and Siemens carbon adsorbers. At the West Side WWTF, the Proposer will also assist with daily monitoring of the adjacent 43.8 -acre constructed wetland mitigation site required to meet Corps of Engineers Section 404 permit obligations. There are 40 lift stations of varying sizes spread throughout the wastewater service area. The biosolids management area also consists of a midland Bermuda grass treatment medium grown on 540 acres owned by the City. The pretreatment program currently involves monitoring and sampling of 4 (four) conventional and 4 (four) categorical industries. The system serves a population of approximately 116,500 customers. II. Proposal Format This section is intended to assess the Proposer's background, qualifications, and experience in the contract operations arena. Each interested firm must respond to each of the following requests/questions in a clear and comprehensive manner. An incomplete or inaccurate response may preclude the firm from further consideration. The City, in its sole discretion, will decide if a Proposer meets the standards. 1. Operating Experience A. Proposer must have demonstrated projects and experience in the full services wastewater contract operations business for a minimum of six (6) years operating ten (10) or more municipal wastewater treatment projects with a design flow greater than or equal to 10.0 mgd (average day dry weather flow). No fewer than five (5) of these facilities must provide advanced wastewater treatment with discharge limits more stringent than secondary treatment standards. B. Proposer must have successful full services contract operation experience with a project involving simultaneous operation of multiple treatment facilities. C. Proposer must have a minimum of six (6) years of successful full services Contract operation experience with a treatment facility having biological phosphorus removal. At least one facility must have phosphorus NPDES discharge limits no greater than 1 mg/l. The facility name, client contact and compliance history must be included. D. Proposer must provide a comprehensive reference list of ALL facilities larger than 1.0 mgd where the Proposer currently provides full-service contract operations or has provided the same within the last three years, even if the contract is no longer in place. For each facility, list the gross annual dollar value/cost of each contract; contract start date; anticipated completion date; facility name, contact person and title, address, phone number, and size and type of facility. The above-described comprehensive reference list shall include only full service Contract operations contracts larger than 1.0 mgd. “Full service contract operations” is defined as where the Proposer employs all treatment facility operations and maintenance staff, pays all chemical and power costs, and is fully responsible for all aspects of facility management, operation, and maintenance. 2. Proposer shall not list references that are: A. Owned or operated by a parent or holding company, or by other subsidiary of said parent or holding company. B. Not providing full-service contract operations; facility startup or operations troubleshooting not being considered full-service contract operations (i.e. startup for facility). C. Facilities where the Proposer provides only "management consulting" services. 3. Staff the Project with a minimum of three (3) Arkansas Class IV Wastewater licensed operators or as required by the Arkansas Department of Environmental Quality (ADEQ). 4. Provide the full name, tax identification number, and main office address of the Proposer that would ultimately enter into a contract with the City. 5. Identify when the Proposer was organized, and if a corporation, where incorporated and how many years engaged in providing full-service contract operations under that name. Provide a comprehensive description of Proposer's corporate ownership history. Fully identify and explain any changes in corporate ownership and/or operating name. 6. Proposer must furnish liability and property damage insurance of not less than $5,000,000 combined single limits for bodily and/or property damage. 7. If awarded a contract under this RFQ, the Proposer must be prepared to provide a Performance and Payment Bond in the amount of 90 days of operating costs. 8. The proposer must have proven record of financial stability and corporate commitment to full-service operation and maintenance of municipally- owned treatment plants. 9. Proposer shall submit resumes of key personnel illustrating experience in process control, equipment maintenance, and instrumentation knowledge. 10. Proposer shall submit resumes of key personnel proposed to be assigned to the Fayetteville Wastewater Treatment Operations project. 11. Each firm must answer the following questions completely. Failure to answer these questions may result in disqualification. A. Has your firm ever been terminated, replaced, or failed to complete work awarded under any operations contract? If so, name the client and describe the circumstances. B. Has your firm been named as a defendant in any litigation brought on as a result of any operations contract? If so, name the client and describe the circumstances. C. Has your firm ever been fined or subjected to other enforcement action by any agency having jurisdiction over effluent permit compliance, health, safety, and welfare issues? If so, explain the circumstances. D. List all contracts on which your firm has been replaced by another full services Proposer. Describe the circumstances. E. Prefacing the qualification statement shall be an Executive Summary of three (3) pages or less, providing a summation of the statement and bearing the signature of an individual authorized to bind the firm. III. Competitive Selection The detailed evaluation of the qualification statement may or may not include an interview by the Selection Committee. Qualification Statements should be submitted on the most favorable terms available. IV. Proposal Evaluation Factors This section is intended to inform interested parties about the selection criteria. All questions, clarifications, or requests shall be provided in writing to Ms. Amanda Beilfuss. Contact with any other City officials or members of the selection committee is prohibited and will be cause for disqualification from the selection process. The scheduled tours and Q&A session are the only exception to this requirement. Selection criteria evaluated by the selection review committee will be: 35 Points (1) Specialized experience and technical competence of the firm with respect to the type of professional services required, including operation of like facilities; 25 Points (2) Capacity and capability of the firm to perform the work in question Including specialized services, within the time limitations fixed for the completion of the project; 30 Points (3) Past record of performance of the firm with respect to such factors as control of costs, quality of work and ability to meet schedules and deadlines; and 10 Points (4) Firm's proximity to and familiarity with the area in which the project is located. V. General Description of Work Services will encompass the following operations, maintenance and management responsibilities: 1. Operate and maintain all wastewater treatment facilities and pump stations over a 24-hour per day, 7-day per week period, under full-service contract operations and maintenance. Operations may be performed with on-site staff and/or remote monitoring/on-call services for portions of this time. 2. Within the design capacity and capability of the Project, manage, operate, and maintain the Project so that effluent discharged from the Project meets the requirements of all applicable City NPDES permits. Maintain compliance with other existing environmental permits (Air, Stormwater, and No- discharge permits). 3. Operate and maintain the present Industrial Pretreatment Program including all monitoring, inspections, sampling, testing, reporting, and record keeping. 4. Prepare all NPDES permit and other pertinent regulatory reports, letters, or other correspondence, and submit these to City of Fayetteville for signature and approval. 5. Be responsible for all laboratory testing and sampling presently required by the NPDES permits, stormwater permits, “no discharge” permits, and other related requirements or permits. 6. Maintain an inventory of identified vehicles and equipment (rolling stock), that are necessary for the operations and maintenance of the facilities. 7. Provide computerized maintenance, process control, and laboratory management systems to maintain documentation, accountability and transparency. 8. Maintain the Supervisory control and data acquisition (SCADA) monitoring, operations and maintenance. 9. Verify the capacity and efficiency of each sewer lift station once per calendar year and provide results to the City. 10. Provide recommendations for Capital Improvements Program (CIP) with a schedule for improvements and expenditures as requested by the City of Fayetteville. 11. Operate and maintain all existing wastewater lift station facilities including buildings, grounds, backup power generators, and certain other appurtenances within the site fenced area. 12. Maintain the industrial surcharge program and provide for monitoring and control of septage deliveries, as provided for in the City of Fayetteville’s Code of Ordinances, Discharge and Pretreatment Regulations. 13. Operate and maintain existing onsite power generators at all existing sites, including maintaining compliance with off-peak power rate structure monitoring and generation requirements. 14. Perform wetland mitigation site operation and maintenance including Section 404 Permit Compliance. 15. Perform biosolids dewatering system and hauling program operations. 16. Perform hay harvesting and marketing operations. 17. Perform staff hiring, training and human resources-related functions. The City intends to retain responsibility and control for overall system management and administration, capital planning and construction, policy development, approval of City rules and regulations, utility billing and collection, wastewater collection system (excluding pump stations), and the setting of rates, fees and charges for services. While the Proposer will not have direct responsibilities in these areas, the firm will be expected to support these City functions as requested. VI. Management Objectives. The successful Proposer will be required to assume full responsibility for the safe and efficient operation, maintenance and management of the City wastewater facilities and pump stations in compliance with all applicable federal and state laws, City Code, and City rules, regulations and policies. Accordingly, the successful Proposer will be expected to assume all responsibilities and liabilities associated with operating and maintaining City facilities and systems, to ensure reliability of operations, and to maintain the value of the City’s investment in facilities, equipment and systems. The successful Proposer will be expected to provide all needed labor, materials, supplies, utilities, chemicals, fuels, services, administration, reporting, monitoring, and other necessary items or services. The Proposer is subject to the City’s energy savings initiative and will not be allowed to markup any costs associated with utilities. VII. Customer Service Objectives. Plan and schedule operations to deliver wastewater treatment services in a manner that avoids any perceived or real negative impacts for the City's customers, other City departments, or the environment. Provide courteous, professional and effective communications regarding City operations, and applicable regulations and policies that may impact wastewater utility services for the City’s customers. VIII. Operations Objectives. Provide high quality uninterrupted, economical operation of all City wastewater facilities and systems. Handle and treat the City's wastewater in a manner meeting all applicable State and Federal laws, regulations and rules. Further, the final effluent quality produced at the City's wastewater treatment facilities shall at a minimum meet the City's NPDES permit requirements as well as requirements from other agreements, and shall be equal to or better than current quality. The City plans further capital improvements and upgrades to its wastewater treatment facilities. Hence, during the expected term of this contract, operation and maintenance may be complicated during the design and construction periods. The successful Proposer will be expected to address any impacts that may occur during design, construction or subsequent operation of the improved facilities and include any associated costs. IX. Maintenance Objectives. Preserve the City's capital investment and assure the long term reliability and efficiency of the City's facilities and systems through use of a computerized maintenance management system, and by providing state-of-the-art predictive, preventive, and corrective maintenance. The successful Proposer will provide information and make recommendations to support development of a long-term maintenance plan including identification of cost-effective maintenance projects over a long term (5 years or longer), preventive maintenance program scheduling recommendations, and cost estimates to support capital planning improvement financing plans. The successful Proposer will undertake resulting upgrade, renewal or replacement projects as authorized by the City. X. Capital Improvements Objectives. The City will maintain responsibility for capital planning. But, the successful respondent will be required to provide information to the City on a regular basis to support both short and long-term planning. The successful Proposer will be required to provide information and recommendations for capital improvements to increase operating efficiency, improve quality of service, and extend the useful life of assets. XI. Supervisory Control and Data Acquisition (SCADA). The SCADA system consists of 40 wastewater pump stations and 30 water sites, maintenance of the flow monitoring devices and the related SCADA equipment for the collection system. Maintenance of the SCADA system shall include ongoing updates and upgrades of the software and hardware to ensure operational continuity and in accordance with initiatives as agreed upon by City and Proposer. XII. Permitting and Compliance. Permitting and compliance shall include, but not be limited to, the permits listed below. This task includes the requirement to provide liaison with the Arkansas Department of Environmental Quality (ADEQ). 1. NPDES effluent discharge permit for the Paul R. Noland WWTF. 2. NPDES stormwater permitting for the Paul R. Noland WWTF. 3. NPDES effluent discharge permit for the West Side WWTF. 4. NPDES stormwater permitting for the West Side WWTF. 5. ADEQ air permits to operate power generators at the Hamestring Lift Station, the Noland WWTF, and the West Side WWTF. XIII. Industrial Pretreatment Program (IPP). The IPP includes eight permitted significant industrial users, four of which are categorical users. Three large food processors participate in the surcharge program for excess TSS and BOD loading. Along with administering the program, IPP personnel serve as industrial liaisons that provide education and training for industrial users and the general public. The number of permitted users may change as customers and regulations change. XIV. Wetlands Site O&M. The Woolsey Wet Prairie wetlands mitigation site is a 43.8-acre site adjacent to the West Side WWTF that was constructed in 2007 as part of a major wastewater system upgrade. The tract has become a model “classroom” for students, teachers and others interested in natural restoration and conservation in Northwest Arkansas. The Proposer shall be responsible for assisting operations with respect to water level control structures, berm maintenance, controlled burns, herbicide application, a variety of testing, plant inventorying, and all other actions required by Corps of Engineers Section 404 permits. There is also a smaller deed restricted wetlands site at the West Side WWTF outfall that must be maintained to meet similar Corps of Engineers Section 404 permit requirements. XV. Information Provided by City of Fayetteville. Proposers are solely responsible for conducting their own independent research, due diligence or other work necessary for the preparation of qualifications, negotiation of agreements, and the subsequent delivery of services pursuant to any agreement. The City takes no responsibility for the completeness, or the accuracy of any information presented in this RFQ or otherwise distributed or made available during this procurement process or during the term of any subsequent agreement. In no event may Proposers rely on any oral statement. Should a Proposer find discrepancies in, or omissions from, this RFQ and related documents, or should Proposer be in doubt as to meaning, Proposer shall immediately notify the City’s designated representative and, if the point in question is not clearly set forth, a written addendum or bulletin of instructions will be mailed or delivered to each person obtaining an RFQ. Each person requesting an interpretation will be responsible for the delivery of such requests to the City’s designated representative in writing as outlined in this RFQ. The City will not be bound by, or responsible for, any explanation or interpretation of the proposed documents other than those given in writing. Before submitting a qualification, Proposers should visit the site to ascertain by inspection pertinent local conditions such as locations, character and accessibility of sites, availability of facilities, labor conditions, and any other items that may be pertinent to the Proposers’ submittal. The City shall make available to all prospective Proposers, prior to the Due Date, information regarding facilities, processes, and current operations. However, such information shall be given as the best factual information available without any assumption of responsibility for its accuracy or for any conclusions that the Proposer might draw therefrom. XVI. Target Deliverable Schedule The goal of the City of Fayetteville is to have a contract in place so operations can begin on January 1, 2025. XVII. Questions Proposers Must Answer To Be Considered i. What programs and services can you bring to the table that you consider over and above those offered by your competitors? ii. How do you feel your company’s core values synergize with a public municipality’s public service values to produce a joint effect greater than the sum of their separate effects? XVII. Submission Requirements Bidders must adhere to the following guidelines to be considered: Submission of a response to this Questionnaire shall accompany the Statement of Qualifications and be submitted before 2:00 p.m., Central Time, February 29, 2024, in the Purchasing Division, Room 306 at the City Administration Building (City Hall), 113 W. Mountain, Fayetteville, AR 72701. Bidders who are interested in submitting a proposal should inform Amanda Beilfuss, Purchasing Agent abeilfuss@fayetteville-ar.gov no later February 15th, 2024. Include samples and references with your proposal. A proposed schedule of implementation must also be included. Information Question and clarification inquiries on this Questionnaire must be directed to: Ms. Amanda Beilfuss Purchasing Agent City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 Telephone: 479-575-8220 abeilfuss@fayetteville-ar.gov Bid 24-22 Addendum 4 Kajacs Contractors Inc. Supplier Response Event Information Number:Bid 24-22 Addendum 4 Title:Construction - Hwy 16 East Utility Relocations Type:Invitation to Bid Issue Date:12/31/2023 Deadline:1/24/2024 02:00 PM (CT) Notes:The City of The City of Fayetteville is accepting sealed bids from properly licensed firms for the relocation of various water mains and sanitary sewers along Arkansas Highway 16. Questions regarding this bid should be addressed to Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss@fayetteville-ar.gov. Contact Information Contact:Amanda Beilfuss - Sr. Purchasing Agent Address:Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email:abeilfuss@fayetteville-ar.gov Vendor: Kajacs Contractors Inc.Bid 24-22 Addendum 4Page 1 of 8 pages Kajacs Contractors Inc. Information Contact:Michael Titsworth Address:3401 W. 65th St. Little Rock, AR 72209 Phone:(573) 785-1745 Email:mtitsworth@kajacs.com Web Address:www.kajacs.com By submitting your response, you certify that you are authorized to represent and bind your company. Michael Titsworth mtitsworth@kajacs.com Signature Email Submitted at 1/24/2024 12:16:41 PM (CT) Requested Attachments Bid 24-22, Required Signature Forms 24.22 REQUIRED SIG FORMS.pdf Please attach your completed forms. These documents can be found in the Project Manual or as a convenience file in the 'Attachments' tab titled File #00. Bid 24-22, Bid Bond 24.22 BID BOND.pdf Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Bid Attributes 1 Arkansas Secretary of State Filing Number: 41a1456278586a9 2 Arkansas Contractor License Number: 0049950324 3 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Yes, I agree No, I don't agree Vendor: Kajacs Contractors Inc.Bid 24-22 Addendum 4Page 2 of 8 pages 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. Yes, I agree No, I don't agree 5 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. I agree Bid Lines 1 Mobilization (Shall not exceed 5% of Total Bid, minus Bonds & Insurance) Quantity:1 UOM:LS Price:$200,000.00 Total:$200,000.00 2 Bonds and Insurance Quantity:1 UOM:LS Price:$150,000.00 Total:$150,000.00 3 Project Closeout, As-Builts, Record Drawings, Warranty Bond, etc. Quantity:1 UOM:LS Price:$1,500.00 Total:$1,500.00 4 Act 291, 1993 Trench and Excavation Safety System Quantity:1 UOM:LS Price:$10,165.00 Total:$10,165.00 5 Pre-Construction Video Quantity:1 UOM:LS Price:$1,500.00 Total:$1,500.00 6 Environmental Compliance Quantity:1 UOM:LS Price:$40,000.00 Total:$40,000.00 7 Traffic Control Quantity:1 UOM:LS Price:$12,000.00 Total:$12,000.00 8 Clearing, Grubbing, Tree Removal & Misc. Demo Quantity:1 UOM:LS Price:$25,000.00 Total:$25,000.00 9 18-inch DR-14 PVC C900 Water Main Quantity:3281 UOM:LF Price:$205.00 Total:$672,605.00 1 0 18-inch DR-14 PVC C900 Restrained Joint Water Main Quantity:1000 UOM:LF Price:$275.00 Total:$275,000.00 Vendor: Kajacs Contractors Inc.Bid 24-22 Addendum 4Page 3 of 8 pages 1 1 12" DR-14 PVC C900 Restrained Joint Water Main Quantity:132 UOM:LF Price:$180.00 Total:$23,760.00 1 2 8" DR-14 PVC C900 Water Main Quantity:1246 UOM:LF Price:$105.00 Total:$130,830.00 1 3 8" DR-14 PVC C900 Restrained Joint Water Main Quantity:432 UOM:LF Price:$110.00 Total:$47,520.00 1 4 6" DR-14 PVC C900 Restrained Joint Water Main Quantity:15 UOM:LF Price:$70.00 Total:$1,050.00 1 5 6" DIP 350 Water Main Quantity:20 UOM:LF Price:$75.00 Total:$1,500.00 1 6 8" Gate Valve w/Box Quantity:5 UOM:EA Price:$3,300.00 Total:$16,500.00 1 7 12" Butterfly Valve w/ Box Quantity:1 UOM:EA Price:$9,500.00 Total:$9,500.00 1 8 18" Butterfly Valve w/Box Quantity:4 UOM:EA Price:$16,000.00 Total:$64,000.00 1 9 Ductile Iron Fittings Quantity:9000 UOM:LBS Price:$30.00 Total:$270,000.00 2 0 3-Way Fire Hydrant Assembly Quantity:17 UOM:EA Price:$8,200.00 Total:$139,400.00 2 1 16" Steel Encasement By Bore Quantity:208 UOM:LF Price:$1,200.00 Total:$249,600.00 2 2 24" Steel Encasement By Bore Quantity:108 UOM:LF Price:$1,350.00 Total:$145,800.00 2 3 36" Steel Encasement By Open Cut Quantity:197 UOM:LF Price:$750.00 Total:$147,750.00 2 4 36" HDPE DR-11 Encasement Pipe By Bore Quantity:70 UOM:LF Price:$2,250.00 Total:$157,500.00 2 5 2" Air Release Valve and Vault Quantity:1 UOM:EA Price:$4,200.00 Total:$4,200.00 2 6 6" Tapping Sleeve and Valve w/ Box Quantity:1 UOM:EA Price:$5,500.00 Total:$5,500.00 Vendor: Kajacs Contractors Inc.Bid 24-22 Addendum 4Page 4 of 8 pages 2 7 8" Tapping Sleeve and Valve w/ Box Quantity:3 UOM:EA Price:$6,500.00 Total:$19,500.00 2 8 8" Anchor Collar Quantity:3 UOM:EA Price:$5,000.00 Total:$15,000.00 2 9 12" Anchor Collar Quantity:1 UOM:EA Price:$5,500.00 Total:$5,500.00 3 0 18" Anchor Collar Quantity:1 UOM:EA Price:$10,000.00 Total:$10,000.00 3 1 Special 2" Reconnection Quantity:1 UOM:EA Price:$4,500.00 Total:$4,500.00 3 2 Connect New Water Main to Existing Water Main Quantity:8 UOM:EA Price:$4,500.00 Total:$36,000.00 3 3 Abandon Existing Fire Hydrant Quantity:7 UOM:EA Price:$1,000.00 Total:$7,000.00 3 4 Abandon Existing Valve Quantity:13 UOM:EA Price:$1,000.00 Total:$13,000.00 3 5 Abandon Existing Meter Setter and Service Line Quantity:31 UOM:EA Price:$500.00 Total:$15,500.00 3 6 Double Cut and Cap 6" Water Main Quantity:3 UOM:EA Price:$4,500.00 Total:$13,500.00 3 7 Double Cut and Cap 8" Water Main Quantity:4 UOM:EA Price:$4,500.00 Total:$18,000.00 3 8 Double Cut and Cap 12" Water Main Quantity:2 UOM:EA Price:$4,500.00 Total:$9,000.00 3 9 1" Coated Copper Service Tubing Quantity:2025 UOM:LF Price:$55.00 Total:$111,375.00 4 0 2" HDPE SDR-9 Water Service Line Encasement By Bore Quantity:111 UOM:LF Price:$70.00 Total:$7,770.00 4 1 4"x1" Service Tap Quantity:1 UOM:EA Price:$675.00 Total:$675.00 4 2 6"x1" Service Tap Quantity:4 UOM:EA Price:$700.00 Total:$2,800.00 Vendor: Kajacs Contractors Inc.Bid 24-22 Addendum 4Page 5 of 8 pages 4 3 8"x1" Service Tap Quantity:12 UOM:EA Price:$725.00 Total:$8,700.00 4 4 12"x1" Service Tap Quantity:1 UOM:EA Price:$750.00 Total:$750.00 4 5 18"x1" Service Tap Quantity:10 UOM:EA Price:$1,100.00 Total:$11,000.00 4 6 Single 5/8" Water Meter Setter Quantity:26 UOM:EA Price:$1,000.00 Total:$26,000.00 4 7 Dual 5/8" Water Meter Setter Quantity:2 UOM:EA Price:$1,300.00 Total:$2,600.00 4 8 Connect New Water Service Line to Existing Service Line Quantity:30 UOM:EA Price:$550.00 Total:$16,500.00 4 9 Asphalt Pavement Repair Quantity:3200 UOM:SF Price:$20.00 Total:$64,000.00 5 0 Asphalt Pavement Repair Trench Crossing Quantity:228 UOM:LF Price:$90.00 Total:$20,520.00 5 1 Concrete Pavement Repair Trench Crossing Quantity:140 UOM:LF Price:$100.00 Total:$14,000.00 5 2 Gravel Pavement Repair Trench Crossing Quantity:448 UOM:LF Price:$25.00 Total:$11,200.00 5 3 Concrete Sidewalk Repair Quantity:130 UOM:LF Price:$75.00 Total:$9,750.00 5 4 Curb and Gutter Repair Quantity:130 UOM:LF Price:$40.00 Total:$5,200.00 5 5 Dewater Pond Quantity:1 UOM:LS Price:$12,500.00 Total:$12,500.00 5 6 Fence Repair Quantity:7 UOM:EA Price:$6,000.00 Total:$42,000.00 5 7 Sewer Pipe Pier Supports Quantity:4 UOM:EA Price:$10,000.00 Total:$40,000.00 5 8 8" SDR-26 PVC Sewer Main Quantity:1717 UOM:LF Price:$115.00 Total:$197,455.00 Vendor: Kajacs Contractors Inc.Bid 24-22 Addendum 4Page 6 of 8 pages 5 9 8" 350 CL Epoxy Lined DIP Quantity:156 UOM:LF Price:$150.00 Total:$23,400.00 6 0 4' Epoxy Lined Manhole Quantity:17 UOM:EA Price:$11,500.00 Total:$195,500.00 6 1 6' Epoxy Lined Manhole Quantity:2 UOM:EA Price:$27,000.00 Total:$54,000.00 6 2 Flowable Fill To Protect Existing Sewer Main Quantity:4 UOM:EA Price:$7,000.00 Total:$28,000.00 6 3 Abandon Sewer Manhole Quantity:10 UOM:EA Price:$1,000.00 Total:$10,000.00 6 4 Remove Manhole Quantity:2 UOM:EA Price:$750.00 Total:$1,500.00 6 5 Plug Abandoned Sewer Main Quantity:4 UOM:EA Price:$2,300.00 Total:$9,200.00 6 6 4" Sewer Service Tap Quantity:8 UOM:EA Price:$700.00 Total:$5,600.00 6 7 Sewer Service Cleanout Quantity:10 UOM:EA Price:$800.00 Total:$8,000.00 6 8 Tie New Sewer Service to Existing Sewer Service Quantity:10 UOM:EA Price:$1,100.00 Total:$11,000.00 6 9 4" SCH40 PVC Sewer Service Line Quantity:370 UOM:LF Price:$45.00 Total:$16,650.00 7 0 12" SCH40 PVC Sewer Encasement Quantity:79 UOM:LF Price:$150.00 Total:$11,850.00 7 1 16" Split Steel Encasement Quantity:26 UOM:LF Price:$1,400.00 Total:$36,400.00 7 2 Exterior Drop on Existing Manhole Quantity:1 UOM:EA Price:$10,000.00 Total:$10,000.00 7 3 Rock Excavation Quantity:500 UOM:CY Price:$300.00 Total:$150,000.00 7 4 Gravel Driveway Quantity:1 UOM:LS Price:$12,500.00 Total:$12,500.00 Vendor: Kajacs Contractors Inc.Bid 24-22 Addendum 4Page 7 of 8 pages 7 5 16-inch Min. Diameter Steel Encasement by Open Cut Quantity:41 UOM:LF Price:$425.00 Total:$17,425.00 7 6 Grout Fill Abandoned Lines Quantity:7000 UOM:LF Price:$25.00 Total:$175,000.00 Response Total: $4,349,500.00 Vendor: Kajacs Contractors Inc.Bid 24-22 Addendum 4Page 8 of 8 pages Amendment No. 1 to the Engineering Services Agreement for Highway 16 Utility Relocations, Stonebridge Drive to East Roberts Road ARDOT Job No. 040785 Date: ________________ WHEREAS, the CITY OF FAYETTEVILLE and McClelland Consulting Engineers, Inc. (ENGINEER) entered into an Agreement for Professional Engineering Services (AGREEMENT) on June 1, 2021; and, WHEREAS, the CITY OF FAYETTEVILLE has requested that ENGINEER perform additional services outside of the scope of the AGREEMENT. NOW THEREFORE, the following modifications will be made to the AGREEMENT to include the additional services requested: MODIFICATIONS: 1. Section 2.2.1 – the additional scope of services is included in the attached Appendix “A-1”. 2. Section 5.1.1 – the maximum not-to-exceed amount is increased from $273,388.00 to $492,362.41. Modifications to compensation are included in the attached Appendices “A-1”, “B-3”, “B-4”, “B-5” and “B-6”. IN WITNESS WHEREOF, the parties execute this Amendment No. 1, to be effective on the date set out above. McClelland Consulting Engineers, Inc. City of Fayetteville, Arkansas BY: ____________________________ BY: _______________________________ Nicholas R. Batker, P.E. Mayor Lioneld Jordan Senior Associate Appendix A-1 – Scope of Additional Services – Highway 16 Utility Relocations – Amendment No. 1 Page 1 of 3 1/30/2024 APPENDIX A-1 – SCOPE OF ADDITIONAL SERVICES AMENDMENT NO. 1 TO THE ENGINEERING SERVICES AGREEMENT FOR HIGHWAY 16 UTILITY RELOCATIONS, STONEBRIDGE DRIVE TO EAST ROBERTS ROAD 1.0 General 1.1 Additional Services – Bid Phase and Easement Acquisition During the course of final design on this project in 2023, the ENGINEER had final plans prepared and approved by the Arkansas Department of Health. The ENGINEER met with Black Hills Energy to coordinate any final potential conflicts with natural gas facilities and discovered that the proposed water main relocations were in direct conflict with the BHE proposed gas mains in several areas. As a result, the ENGINEER was required to perform additional coordination with BHE to avoid these conflicts, redesign the proposed water main relocations, and perform additional coordination with affected property owners on the proposed easements. This additional effort resulted in project expenditures that exhausted the original contract budget at the end of 2023. The scope of additional services includes efforts associated with remaining design and property acquisition tasks to get this project into the construction phase. 1.2 Additional Services – Services During Construction The scope of additional services also includes construction administration and construction observation service for the referenced project, which includes approximately 4,300 linear feet of 18-inch water main; 130 linear feet of 12-inch water main, 1,700 linear feet of 8-inch water main; 1,900 linear feet of 8-inch sewer main; and related appurtenances and interconnections along Highway 16 between Stonebridge Drive and East Roberts Road. Construction is anticipated to commence in Spring 2024. The construction contract allows 300 calendar days to Substantial Completion and 330 calendar days to Final Completion. 2.0 Scope of Additional Services – Bid Phase and Easement Acquisition 2.1 Bid Phase Services 2.1.1 Assist CITY OF FAYETTEVILLE with Bid Advertisement. 2.1.2 Respond to Bidders’ questions and issue addenda as authorized by the CITY OF FAYETTEVILLE. 2.1.3 Attend the pre-bid conference and bid opening. 2.1.4 Evaluate bid tabulation and bidders’ qualifications. 2.1.5 Prepare and submit an updated summary of project costs and estimated ARDOT reimbursement value based on the actual bid price. 2.1.6 Prepare Issued for Construction Documents, which shall incorporate all changes during the Bid Phase through issued Addenda. 2.2 Additional Property Owner Coordination and Easement Acquisition 2.2.1 Finalize and complete easement acquisition for 19 remaining easements. Negotiation and acquisition services to be provided by Visionary Milestones, Appendix A-1 – Scope of Additional Services – Highway 16 Utility Relocations – Amendment No. 1 Page 2 of 3 1/30/2024 LLC as a subconsultant to the ENGINEER. ENGINEER to provide support as required. 3.0 Scope of Additional Services – Services During Construction 3.1 Construction Administration 3.1.1 Assist CITY OF FAYETTEVILLE with issuing the Notice to Proceed and obtaining executed Contract Document from the selected Contractor; if requested by the CITY OF FAYETTEVILLE. 3.1.2 Conduct the pre-construction meeting with the Contractor and issue meeting minutes. 3.1.3 Review and respond to Contractor submittals for conformance to the Contract Documents. Up to ten (10 submittals are anticipated on this project. The initial review and one (1) re-submittal review are included in this scope of services. Additional re-submittal review will be considered Additional Services. 3.1.4 Review Contractor’s Requests for Information and issue clarifications as required. Up to ten (10) RFIs are anticipated on this project. 3.1.5 Assist the CITY OF FAYETTEVILLE with the evaluation, negotiation and processing of Contractor change order requests, as required. 3.1.6 Review monthly Pay Estimates from the Contractor and provide recommendation for payment. A total of ten (10) pay estimates are assumed. 3.1.7 Engineer of Record shall conduct monthly site visits and attend monthly progress meetings as required to observe the progress and quality of the completed work to determine compliance with the Contract Documents. A total of twenty (20) site visits/progress meetings are estimated over the course of the 330 calendar day construction contract. 3.1.8 Assist the CITY OF FAYETTEVILLE with the final inspection walk-through. Develop a punch list of outstanding items and review project closeout documents. 3.1.9 Prepare Record Drawings based upon information furnished by the Contractor and field representatives. 3.2 Construction Observation 3.2.1 Provide a field representative to perform comprehensive construction observation services. Field representative shall keep Engineer of Record and CITY OF FAYETTEVILLE informed on construction progress and any issues that may arise. 3.2.2 It is estimated that the level of observation required by the ENGINEER to provide comprehensive construction observation services will equate to an average of 35 hours per week for the duration of the 330 calendar day construction contract. Partial observation will be conducted on non-critical items such as, but not limited to general site cleanup, seeding, sodding, etc. 3.3 Surveying Services At the request of the CITY OF FAYETTEVILLE, provide up to 48 hours of field surveying to assist in reviewing the Contractor’s work and/or to address property owner questions. Appendix A-1 – Scope of Additional Services – Highway 16 Utility Relocations – Amendment No. 1 Page 3 of 3 1/30/2024 4.0 Project Deliverables 4.1 PDF copy of the approved shop drawings and submittals from the Contractor. 4.2 PDF copy of all daily construction observation reports. 4.3 One (1) full-size hard copy, a PDF copy and AutoCAD file of the Record Drawings. 4.4 Other electronic files as requested by the CITY OF FAYETTEVILLE. 5.0 Compensation In consideration of the performance of the foregoing services by the ENGINEER, the CITY OF FAYETTEVILLE shall by to the ENGINEER compensation as shown below. A task hour breakdown of the services is provided as Appendix B-3. 5.1 Compensation for Task 2.1 shall be as provided in Appendix B-4. The not-to-exceed amount for Task 2.1 is $7,953.69. 5.2 Compensation for Task 2.2 shall be as provided in Appendix B-5. The not-to-exceed amount for Task 2.2 is $36,889.64. 5.3 Compensation for Task 3.0 (Services During Construction) shall be as provided in Appendix B-6. The not-to-exceed amount for Task 3.0 is $174,131.08. 5.4 The total maximum not-to-exceed for Amendment No. 1 therefore shall be $218,974.41. City of Fayetteville - Hwy 16 Water/Sewer Relocations (Stone Bridge Rd to E Roberts Rd) Amendment No. 1 Appendix B-3 - Personnel Hour Estimate 1/30/2024 Task Description Sr. Project Manager Project Manager Project Engineer CAD Technician Const. Observer Reg. Land Surveyor Survey Technician Field Survey Crew 2.0 ADDITIONAL SERVICES - BID PHASE AND EASEMENT ACQUISITION Task 2.1 Bid Phase Services Assist with Bid Advertisement 2.00 Respond to questions during bidding 4.00 8.00 Prepare/issue addenda 6.00 16.00 Pre-bid meeting 2.00 4.00 Bid opening/evaluate bids 2.00 2.00 Update summary of project costs 2.00 Prepare Issued for Construction Documents 2.00 16.00 Subtotal Task 2.1 (See Appendix B-4)16.00 0.00 48.00 0.00 0.00 0.00 0.00 0.00 Task 2.2 Add'l Property Owner Coord & Easement Acquisition Assist Visionary Milestones with Remaining Property Owners 8.00 40.00 Subtotal Task 2.2 (See Appendix B-5)8.00 0.00 40.00 0.00 0.00 0.00 0.00 0.00 3.0 ADDITIONAL SERVICES - SERVICES DURING CONSTRUCTION Task 3.1 Construction Administration Pre-construction Meeting 2.00 2.00 2.00 Review Submittals 2.00 8.00 40.00 Respond to RFIs 2.00 8.00 20.00 4.00 Evaluate Change Order Requests 4.00 10.00 48.00 8.00 Pay Request Review/Preparation 10.00 32.00 Periodic Site Visits (20 estimated)20.00 40.00 60.00 Final Inspection/Punch List 2.00 2.00 16.00 Record Drawings 10.00 20.00 24.00 Project Closeout 4.00 8.00 4.00 Subtotal Task 3.1 (See Appendix B-6)32.00 94.00 246.00 40.00 0.00 0.00 0.00 0.00 Task 3.2 Construction Observation Comprehensive Field Observation Services 1570.00 Pre-construction Meeting 2.00 Pay Request Review/Preparation 32.00 Final Inspection 16.00 Record Drawings 16.00 Project Closeout 8.00 Subtotal Task 3.2 (See Appendix B-6)0.00 0.00 0.00 0.00 1644.00 0.00 0.00 0.00 Task 3.3 Surveying Services Review Contractor's Work & Address Prop Owner Questions, as Req'd 8.00 16.00 48.00 Subtotal Task 3.3 (See Appendix B-6)0.00 0.00 0.00 0.00 0.00 8.00 16.00 48.00 Labor Classification Hours Labor Rate Extended Sr. Project Manager 16.00 $68.00 $1,088.00 Project Manager 0.00 $53.00 $0.00 Project Engineer 48.00 $36.00 $1,728.00 CAD Technician 0.00 $30.00 $0.00 Const. Observer 0.00 $25.00 $0.00 Reg. Land Surveyor 0.00 $35.00 $0.00 Survey Technician 0.00 $25.00 $0.00 Field Survey Crew 0.00 $25.00 $0.00 Direct Labor Subtotal $2,816.00 Overhead 151.55% $4,267.65 Subtotal $7,083.65 Fixed Fee 12% $850.04 Subtotal Labor Costs $7,933.69 Amount $20.00 $20.00 $7,953.69 Total Estimated Reimbursable Expenses Item Total Costs - Additional Services - Bidding Phase Services (Task Item 2.1) Appendix B-4 Additional Services Bidding Phase Services in Conjunction with the Highway 16 Water and Sewer Relocations (Stone Bridge Rd to E Roberts Rd) ARDOT Job No. 040785 Fayetteville, Arkansas Appendix B-4 Fee Proposal Personnel Hours EXPENSES Mileage ($0.52/mile) Labor Classification Hours Labor Rate Extended Sr. Project Manager 8.00 $68.00 $544.00 Project Manager 0.00 $53.00 $0.00 Project Engineer 40.00 $36.00 $1,440.00 CAD Technician 0.00 $30.00 $0.00 Const. Observer 0.00 $25.00 $0.00 Reg. Land Surveyor 0.00 $35.00 $0.00 Survey Technician 0.00 $25.00 $0.00 Field Survey Crew 0.00 $25.00 $0.00 Direct Labor Subtotal $1,984.00 Overhead 151.55% $3,006.75 Subtotal $4,990.75 Fixed Fee 12% $598.89 Subtotal Labor Costs $5,589.64 Amount $50.00 $50.00 Amount $30,400.00 $850.00 $31,250.00 $36,889.64Total Costs - Additional Services - Easement Acquisition Services (Task Item 2.2) Mileage ($0.52/mile) Total Estimated Reimbursable Expenses SUBCONSULTANTS Item Visionary Milestones - Acquisition Services ($1,600/parcel, 19 parcels) Visionary Milestones - Filing Fees Total Estimated Subconsultant Cost Item Appendix B-5 Fee Proposal Appendix B-5 Additional Services Easement Acquisition Services in Conjunction with the Highway 16 Water and Sewer Relocations (Stone Bridge Rd to E Roberts Rd) ARDOT Job No. 040785 Fayetteville, Arkansas Personnel Hours EXPENSES Labor Classification Hours Labor Rate Extended Sr. Project Manager 32.00 $68.00 $2,176.00 Project Manager 94.00 $53.00 $4,982.00 Project Engineer 246.00 $36.00 $8,856.00 CAD Technician 40.00 $30.00 $1,200.00 Const. Observer 1644.00 $25.00 $41,100.00 Reg. Land Surveyor 8.00 $35.00 $280.00 Survey Technician 16.00 $25.00 $400.00 Field Survey Crew 48.00 $50.00 $2,400.00 Direct Labor Subtotal $61,394.00 Title II Labor Multiplier 2.82 Subtotal Labor Costs $173,131.08 Amount $1,000.00 $1,000.00 $174,131.08 Notes: plus fixed fee of 12%. Total Costs - Services During Construction (Task Items 2.3, 2.4, 2.5) 1. Title II Multiplier based upon MCE FY22 Indirect Cost Rate (151.55%) for ARDOT projects, Mileage ($0.52/mile) Total Estimated Reimbursable Expenses Appendix B-6 Fee Proposal Appendix B-6 Services During Construction in Conjunction with the Highway 16 Water and Sewer Relocations (Stone Bridge Rd to E Roberts Rd) ARDOT Job No. 040785 Fayetteville, Arkansas Personnel Hours EXPENSES Item