Loading...
HomeMy WebLinkAbout2025-11-13 - Agendas - Final 1 Water, Sewer, and Solid Waste Committee 13 November 2025 5:30 P.M. City Hall Room 101 (Or immediately following City Council Agenda Session) Committee: Council Member Teresa Turk, Council Member Mike Wiederkehr, Council Member Scott Berna, Council Member Bob Stafford Copy to: Mayor Molly Rawn, Keith Macedo, Steve Dotson, Kara Paxton, Kit Williams, Chris Brown, Alan Pugh, Jonathan Curth, Terry Gulley, Peter Nierengarten, Brian Pugh, Corey Granderson, Drake Vineyard, Aaron Watkins, Cody Ashworth, Scott Murphy, Brian Rowland From: Tim Nyander, Utilities Director ______________________________________________________________________ CALL TO ORDER UPDATES PRESENTATIONS: 1. Overview of October’s WRRF Monthly Operations Scott Murphy – WRRF Project Manager, Inframark 2. Overview of October’s Water & Sewer Operations Tim Nyander – Utilities Director OLD BUSINESS: 3. Water & Sewer Rate Study and Impact Fee Study Update Stephen Dotson – Chief Financial Officer INFORMATION ONLY 4. West Transmission Waterline Update Corey Granderson – Utilities Engineer INFORMATION ONLY 2 NEW BUSINESS: 5. West Fork Water Service Agreement This is a 15-year water purchase agreement between the City of Fayetteville and the City of West Fork, for the City to furnish wholesale potable water to the City of West Fork and its residents. The current agreement with the City of West Fork has expired, and a new Water Purchase Agreement has been agreed to and signed by the City of West Fork. This agreement will authorize Mayor Rawn to sign the 15-year agreement to furnish water to the City of West Fork. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 6. Contract with Carl Holley Plumbing Due to numerous leaks on the 6-inch asbestos cement pipe on Ridgeway Drive and Crestwood Drive, the City will be installing a new 6-inch PVC water main along those streets. The new water main will be installed along the front of the residences, and all service connections will be reconfigured accordingly to improve accessibility and infrastructure reliability. For the service line work on private property, the City will engage a licensed plumbing contractor (plumber) to transition approximately 66 residential service connections from the existing water line to the newly installed main. An invitation to bid on this project was published on September 21st for a plumbing contractor to relocate the service lines. Two bids were received, with the low bid going to Carl Holley Plumbing, Inc., of Siloam Springs, AR. Full Scope Mobilization Bonds & Insurance TOTAL Carl Holley Plumbing, Inc. $528,591.00 $10,000.00 $21,543.64 $560,134.64 Goodwin & Goodwin, Inc. $3,608,900.00 $180,000.00 $100,000.00 $3,888,900.00 STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 7. Revised Water Service and Extension Policy The Water Service and Extension Policy provides that the cost of extending water mains to land developments and the cost of constructing all water facilities within a development shall be the financial responsibility of the applicant or the developer. 3 The revisions to this policy include adding definitions, clarifying who is responsible for costs, and when a proposed water extension need City Council approval. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 8. Contract for Fire Hydrant Painting The City of Fayetteville, Arkansas is seeking bids for the painting of approximately 1,000 fire hydrants. The bid announcement will be posted soon. Staff wanted to discuss the process in order to send it to the City Council for approval before the next Water & Sewer Committee Meeting. INFORMATION ONLY 9. Amendment No. 1 to Inframark’s Operations and Maintenance Contract Inframark, LLC, was awarded the bid in 2024 for the Operations, Maintenance, and Management of the City’s Wastewater Treatment Facilities. These services include: (1) operate and maintain the Noland and West Side wastewater treatment facilities; (2) operate and maintain 42 wastewater lift stations; (3) administer the City’s NPDES discharge, air, stormwater, and other permits; (4) manage the City’s biosolids disposal program; (5) manage the City’s industrial pretreatment program; (6) support the SCADA (supervisory control and data acquisition system) network that monitor water and wastewater facilities; (7) pursue operation economies, efficiencies, and permit compliance; and (8) provide engineering services on an agreed-to basis. The cost of these services will not change from 2024, at the price of $8,450,000. The final draft is subject to review by the City Attorney’s Office. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL PRESENTATIONS October’s WRRF Report October’s Water & Sewer Operations Report ATTACHMENTS West Fork Water Purchase Agreement Bid Submittal – Carl Holley Plumbing Water Service and Extension Policy Fire Hydrant Painting Specifications Inframark Amendment No. 1 Draft ADJOURN Next Water, Sewer, Solid Waste Committee meets on Tuesday, December 9th, 2025, at 5:30 p.m. Bid 25-50 Addendum 2 Carl Holley Plumbing, Inc. Supplier Response Event Information Number:Bid 25-50 Addendum 2 Title:Construction - Waterline Replacement Type:Invitation to Bid Issue Date:9/21/2025 Deadline:10/14/2025 02:00 PM (CT) Notes:The City of Fayetteville is accepting sealed bids from properly licensed plumbing contractors to assist with portions of a waterline replacement project around Ridgeway Dr and Crestwood Dr. Questions regarding this bid should be addressed to Kenny Fitch, Sr Procurement Agent at kfitch@fayetteville-ar.gov. Contact Information Contact:Kenny Fitch - Sr Procurement Agent Address:Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Phone:(479) 575-8258 Email:kfitch@fayetteville-ar.gov Vendor: Carl Holley Plumbing, Inc.Bid 25-50 Addendum 2Page 1 of 3 pages Carl Holley Plumbing, Inc. Information Address:P.O. Box 1151 Siloam Springs, AR 72761 Phone:(479) 238-2092 By submitting your response, you certify that you are authorized to represent and bind your company. Phil Rushing phil@carlholleyplumbing.com Signature Email Submitted at 10/14/2025 12:29:06 PM (CT) Requested Attachments Signature Forms for Bid 25-50 25-50 Bid Form.pdf Please attach your completed forms. These documents can be found in FILE #01 - PROJECT MANUAL in the Attachments tab. Please be sure to include ALL required information stated in the Project Manual. Bid Bond for Bid 25-50 Bid Bond 25-50.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, Procurement 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: 100179595 2 Arkansas Contractor License Number: Contractor's License must have a classification relating to the scope of this project. 0170780426 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 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 Vendor: Carl Holley Plumbing, Inc.Bid 25-50 Addendum 2Page 2 of 3 pages 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 Full Scope (Lump Sum) Quantity:1 UOM:LS Price:$528,591.00 Total:$528,591.00 2 Mobilization (Not to exceed 5% of total bid amount, excluding Bonds and Insurance) Quantity:1 UOM:LS Price:$10,000.00 Total:$10,000.00 3 Bonds and Insurance Quantity:1 UOM:LS Price:$21,543.64 Total:$21,543.64 Response Total: $560,134.64 Vendor: Carl Holley Plumbing, Inc.Bid 25-50 Addendum 2Page 3 of 3 pages § 51.112 Water Service and Extension Policy (A) Extensions of Water Transmission Lines The cost of extending adequate water transmission lines from existing water mains to land developments and the cost of constructing all water facilities within a development according to specifications and location prescribed by the Utilities Director shall be the financial responsibility of the applicant or the developer. The City may require larger size transmission lines to be installed by the developer and then shall pay the excess material cost of facilities of a size larger than required to service the development when such excess size is specified and required by the Utilities Director for the general benefit of the water system. All water facilities installed by the developer shall become the property of the city after inspection and acceptance by the Utilities Director. (B) Water Service Within the City Limits of Fayetteville Fayetteville shall endeavor to maintain and operate a municipal water system capable of delivering potable domestic use water and firefighting flow water under adequate pressure to city residents, institutions and businesses which have service lines connected to city mains. (C) Water Service Outside the City Limits of Fayetteville (1) Cities which have Water Contracts with Fayetteville. (a) Domestic Potable Water. Elkins, West Fork, Goshen, and a southern area of Johnson, have contractual rights with City of Fayetteville for domestic potable water delivered to the city for its delivery to its residents and businesses. Farmington, Greenland and Goshen have water delivered directly to those cities’ residents and businesses. Fayetteville shall endeavor to maintain and operate a municipal/regional water system capable of delivery of potable domestic water under adequate pressure both to the wholesale cities or directly to the residents, institutions, and businesses of these cities which have a current, valid contract with the City of Fayetteville to provide this new domestic water. (b) Firefighting Water. Firefighting flow of water may be provided by the City of Fayetteville to such cities pursuant to a current, valid contract. Connections to new development in the cities seeking new firefighting flows of water should be evaluated by the City of Fayetteville to ensure that current water service customers will not be adversely affected by this potentially large use of water outside Fayetteville’s city limits and also ensure all necessary improvements to city transmission lines and storage facilities to enable this increased flow will be completely paid for by the city, entity, or person seeking to receive the additional capacity and transmission needs to provide firefighting water. (2) Unincorporated Areas. (a) Domestic Potable Water. Unincorporated areas within our water service area but without a contractual right to receive domestic potable water may only receive domestic potable water after approval by the Utilities Director who may require limitations or restrictions upon such water supply to ensure existing water service customers will not be adversely affected by this new water service usage. The Utilities Director may require that an applicant for new water service contractually agree that any and all necessary improvements to city transmission lines, pumping facilities, and storage facilities to ensure that current water customers are not adversely affected by the newly requested service be fully paid for by the entity or person seeking this new water service. (b) Firefighting Water. Unincorporated areas within our water service area but without express contractual rights to larger volume firefighting flows of water may only receive such firefighting flows of water to new construction pursuant to a contract for such water approved by the City Council. Such contract should ensure that current water service customers will not be adversely affected by this potentially large use of water outside Fayetteville’s city limits and also ensure all necessary improvements to city transmission lines, pumping facilities, and storage facilities to enable this increased flow without adversely affecting current water service customers will be the financial responsibility of the entity or person seeking to receive the additional pumping, capacity, and transmission needs to provide firefighting water. (3) Irrigation Meters and Meters Exceeding 5/8 Inch. No irrigation meter or meter exceeding 5/8 of an inch shall be allowed without the express written approval of the Utilities Director. The Utilities Director may place restrictions and limitations of use of an approved irrigation meter and larger meter when, in the sole discretion of the Utilities Director, use of an irrigation meter or use of a three quarters (3/4) inch or larger meter might cause problems for other domestic water users. The Utilities Director may use all powers described in (2). (4) Long Range Water Service Storage and Transmission Plan. The Utilities Department and Water Sewer Division will be guided by our long range water service storage and transmission plan for extensions of our water mains, increase of our pumping and storage capability and service to new areas within our water service area and to enhance or enlarge our infrastructure when new needs for domestic potable water appear. All new water mains, water storage facilities and pumping facilities shall be dedicated to and will become the property of the City of Fayetteville except for mains in or owned by the City of Elkins or West Fork. Fayetteville may also reject ownership of any such facility or main. (5) No connection to Large Transmission Lines. No service connections will normally be made to water transmission lines having a diameter larger than twelve (12) inches, except when a prior easement from the owner to the city provides for such. The Utilities Director has discretion and authority to allow a connection for unusual and justified situations. (6) Service Connections. Service connections to treated water mains may be made by the city to residences, businesses, and industries which are adjacent to any existing treated water main. In order to be considered adjacent, direct parcel frontage to the main is normally required. However, the Utilities Director has discretion and authority to allow an alternative connection in unusual and justified situations. (7) Utilities Director Authorized to Allow Water Service. The Utilities Director is hereby authorized to make water connections for domestic potable water outside the corporate limits of the city. Such water connections shall meet the same specifications of construction as used within the corporate limits of the city at the time the water connection is made. The plumbing to which a water connection is made under this section shall meet all applicable plumbing regulations and requirements of the city in effect at the time the connection is made. All costs for this connection shall be the landowner’s responsibility. (8) Service Request for Water Main Access. Before any water connection is made pursuant to this section, the owner of the property concerned shall sign a service request with the city providing that such owner shall agree to pay the connection fee, the water rate fee, and water impact fee, and to abide by any and all ordinances, rules, and regulations of the city then in effect or which may thereafter be adopted. The service request shall also set forth the water service charges, provisions for discontinuance of service, and authorization for city employees to enter upon premises of the owner for the purpose of making inspection, repairs, maintenance, and disconnections. (9) House Address. A house number must be permanently displayed in a manner clearly visible from a street pursuant to §51.145 before the meter will be set. In the event a service call is made and the house number is not properly displayed in the above manner, the property owner shall be assessed an additional service charge of $50.00. The City of Fayetteville, Arkansas is seeking bids for the painting of approximately 1,000 fire hydrants. Pre-painting steps Before any coating is applied, the surface must be cleaned to remove contaminants and old paint. This step is critical for a durable finish and to prevent premature coating failure. Clean the area: Clear vegetation and debris from around the base of the hydrant. Place cardboard or a drop cloth around the base to catch the paint chips and drips Mask off any nearby concrete, sidewalks, or landscaping. Clean the surface: Prepare the surface for painting, which may involve hand scraping, wire brushing, or using a power tool to clean and remove loose rust, mill scale (iron oxide), sediment, or old paint. Ensure that all shiny surfaces are roughened. Painting process The painting of fire hydrants should occur when the air temperature is between 50°F and 85° F. The specification covers requirements for applying paint via brush, roller, or spray, depending on the material. All coatings must be applied in strict accordance with the paint manufacturer's recommendations for proper performance. This includes instructions for surface temperature, dry film thickness, and curing. Apply Primer A rust-inhibitive, alkyd-based metal primer coat should be applied according to the paint manufacturer's recommendations. Apply Topcoat Use a high-quality industrial alkyd enamel coating, such as Rust-Oleum V7400 for maximum durability and weather resistance. The paint must be durable, weather- resistant, and provide UV protection. The color is High-Gloss White Do not paint the chains, nozzle threads, or operating nut. After painting the barrel, while the paint is still wet sprinkle AASHTO M247 Type 1 glass beads onto the wet paint, which adhere and become a permanent, reflective part of the hydrant’s surface. Apply Colors to Bonnet and End Caps The color codes follow NFPA 291 and indicate water flow capacity through the hydrant's bonnet (top) and nozzle caps. The colors are based upon flow rate so that responding fire companies can immediately recognize a suitable water source that will provide enough water for their needs Color Flow Capacity Flow Information Blue 1,500+ GPM Very good flow Green 1,000–1,499 GPM Good flow Orange 500–999 GPM Marginal flow Red Less than 500 GPM Poor flow Use the following paints from Sherwin-Williams for the color: Robotic Blue – SW4063 Safety Green – SW4085 Safety Orange – SW4083 Safety Red – SW4081 The bid submitted should be the price per fire hydrant. AMENDMENT NO. 1 TO AGREEMENT For OPERATIONS, MAINTENANCE AND MANAGEMENT SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And INFRAMARK, LLC THIS AMENDMENT NO. 1 to the Agreement for Operations, Maintenance and Management Services between the City of Fayetteville, Arkansas, Water Resource Recovery Facilities and its pertinent systems dated November 17, 2024 (the “Agreement”), is made effective on the 1st day of January 2026, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter “City of Fayetteville”) and Inframark, LLC. NOW THEREFORE, the City and Inframark hereby amend the Agreement as follows: 1. Appendix A is hereby deleted in its entirety and replaced with the attached Appendix A. 2. Appendix B is hereby deleted in its entirety and replaced with the attached Appendix B. 3. Appendix C is hereby deleted in its entirety and replaced with the attached Appendix C 4. Appendix D is hereby deleted in its entirety and replaced with the attached Appendix D. 5. Appendix E is hereby deleted in its entirety and replaced with the attached Appendix E. 6. Appendix F is hereby deleted in its entirety and replaced with the attached Appendix F. 7. Appendix G is hereby deleted in its entirety and replaced with the attached Appendix G. 8. Appendix H is hereby deleted in its entirety and replaced with the attached Appendix H. 9. Appendix I is hereby deleted in its entirety and replaced with the attached Appendix I. This Amendment No. 1, together with prior Amendments and the Agreement, constitutes the entire agreement between the Parties and supersedes all prior oral and written understandings with respect to the subject matter set forth herein. Unless specifically stated all other terms and conditions of the Agreement shall remain in full force and effect. Neither this Amendment nor the Agreement may be modified except in writing signed by an authorized representative of the Parties. The Parties, intending to be legally bound, indicate their approval of the Amendment by their signatures below. Officer have made and executed this Agreement as of the day and year first above written. INFRAMARK, LLC CITY OF FAYETTEVILLE, ARKANSAS By: By: Name: Neil S. Counts Name: Molly Rawn Title: Vice President, South Region Title: Mayor Date: _______________________________ Date: _______________________________ ATTEST: By: Name: Kara Paxton Title: City Clerk Date: _________________________________ Appendix A – Page 1 Appendices to Operations, Maintenance, and Management Services Agreement Between City of Fayetteville, AR and Inframark, LLC Appendix A LIST OF APPENDICES Appendix A – List of Appendices Appendix B – Definitions Appendix C – Scope of Services Appendix D – Compensation for Services Appendix E – Location of Project Appendix F – Environmental Permits and Project Characteristics Appendix G – Industrial Waste Discharges and Monitoring Appendix H – Vehicle and Mobile Equipment Description (Rolling Stock) Appendix I – Base Fee Adjustment Appendix B – Page 1 Appendix B DEFINITIONS B.l "Adequate Nutrients" means plant influent nitrogen, phosphorus and iron contents proportional to BODs in the ratio of five (5) parts nitrogen, one (1) part phosphorus, and one half (0.5) part iron for each one hundred (100) parts BODs. B.2 "Base Fee" means all costs within the scope of the contract, on an annual basis, including direct costs, labor, utilities (other than electricity and natural gas), and other allocated costs. B.3 "Biologically Toxic Substances" means any substance or combination of substances contained in the plant influent in sufficiently high concentrations so as to interfere with the biological processes necessary for the removal of the organic and chemical constituents of the wastewater required to meet the discharge requirements of City of Fayetteville's NPDES permit. Biologically toxic substances include but are not limited to heavy metals, phenols, cyanides, pesticides, and herbicides. B.4 "Capital Expenditures" means any expenditures for (1) the purchase of new equipment or facility items that cost more than Ten Thousand Dollars ($10,000); or (2) major repairs which significantly extend equipment or facility service life and cost more than Ten Thousand Dollars ($10,000). . B.5 “Change in Law” means the occurrence of any of the events listed in (i) through (iv) below, which results or can reasonably be expected to result in (a) the need to make a Capital Improvement at or to the Facilities in order for the Inframark to operate the Facilities in accordance with this Agreement and applicable law; or (b) an increase to the cost of managing, operating, or maintaining the Facilities in accordance with this Agreement and applicable law; or (c) a material and adverse effect on the scope of Inframark’s liabilities or obligations under this Agreement: 1) There is passed or promulgated any federal, state, or other local law, statute, ordinance, rule or regulation different from those existing on the date this Agreement is executed by Inframark; or 2)There is passed or promulgated any amendment to, or change in any federal, state, or other local law, statute, ordinance, rule, or regulation (including any applicable sales tax regulation) following the date of this Agreement; or 3) Following the execution of this Agreement, there comes into existence an order or judgment of any federal, state, or local court, administrative agency or other governmental body containing interpretations of any applicable law relating to the operation or maintenance of the Facilities or the health and safety of Inframark’s employees that is inconsistent with generally accepted interpretations in effect on the date this Agreement is executed; or 4) After the execution of this Agreement, any change occurs which affects the issuance or renewal, or causes a suspension, termination, interruption, revocation, denial, or failure of renewal of any official permit, license or necessary approval by the USEPA, the Occupational Safety and Health Administration, or any similar state agency. B.6 "Cost" means the total of all costs determined on an accrual basis in accordance with generally accepted accounting principles including but not limited to direct labor, insurance, labor overhead, chemicals, materials, supplies, utilities (if applicable, other than electricity and natural gas), equipment, maintenance, repair, and outside services B.7 "Cost Center" is defined as each columned category of the cost detail, presented in Appendix D, which describes the separate functions and locations to which costs may be charged for accounting, reporting or billing purposes. B.8 "Electrical Evaluation" will be limited to amperage draws, winding resistance measurements, Appendix B – Page 2 thermographic evaluations, and current and voltage imbalance B.9 "Emergency Situation" is hereby defined as an emergency affecting the safety of persons or property, or regulatory compliance where Inframark shall act to prevent threatened damage, injury or loss. B.10 “Firm Fixed Price” refers to the annual operations and maintenance fee, not including the Rebateable items designated in Appendix D. B.11 "Fixed Asset" means any tangible property that has a value of Five Thousand Dollars ($5,000) or more and is depreciable. This excludes the repair/replacement parts that are components of a greater fixed asset. B.12 "Integrated Vegetation Management (IVM)" means employing environmentally-sound, cost- effective control methods within grounds, permitted spaces, and related rights-of-way within or immediately adjacent to WRRF's that support environmental stewardship through healthy ecosystems by providing measurable results - such as greater natural species densities or diversity. Adverse environmental and cultural impacts are achieved primarily through control of invasive species while also enhancing such ecosystem services that build climate resiliency and enhance community health. IVM strategies strive to manage vegetation and the environment by balancing the benefits of: cost, control, environmental quality, public health, and regulatory compliance. B.13 "Load Shedding" is defined as the deliberate shutdown of electric power being provided by the grid and generating on-site power for the treatment facilities and Lift Station No. 7, generally to reduce demand strains from the grid on the capacity of the system. B.14 "Maintenance" means the cost of those routine and/or repetitive activities required by the equipment or facility manufacturer during the warranty period or as recommended by Inframark after the warranty period has expired to maximize the service life of the equipment, vehicles, and facilities as listed in Appendix E. B.15 "Natural Capital" (or "Blue-green infrastructure") means a set of locally distinct, recognizable natural assets functioning together as living infrastructures to provide ecosystem service outputs including but not limited to habitat, water assimilation, erosion control, carbon dioxide absorption, soil health, streambank stability, visual amenity, biodiversity, recreation, temperature regulation and oxygen. BGI's are planned and strategically managed for a primary function, for example stormwater control, but also support many other environmental, economic and community [or social] benefits. B.16 "Operational Technology" (OT) encompasses information technology (IT) support, components and software in an industrial control system (ICS) environment. OT, as a practice, relates to the access and control of physical assets, which differs from IT because it relates to the access and control of data. B.17 "Out of Scope" services will include "Capital Expenditures" (definition B.4 of this Appendix), added or modified regulatory requirements (that are not contained in the applicable permits), changes to improve efficiency and/or generate income, or other services not described in the contract or expressly assumed by Inframark hereunder. B.18 "Project" means all equipment, vehicles, grounds and facilities described in Appendix E. Appendix B – Page 3 B.19 “Rebateables” mean costs incurred by Inframark to respond to an Emergency Situation or any cost categories designated in Appendix D that are not included in the Firm Fixed Price and have estimated values included in the monthly invoice and are reconciled on a frequency included in Appendix D, but at a minimum of once per quarter. B.20 "Repairs" means the cost of those non-routine/non-repetitive activities required for operational continuity, safety, and performance generally due to failure or to avert a failure of the equipment, sewer, vehicle, or facility or some component thereof; cost less than ten thousand dollars ($10,000); and are not included in definition B.4 of this Appendix. B.21 "Reliability Centered Maintenance" means a process used to determine what must be done to ensure the physical assets continue to do what its users want in its present operating context. Appendix C – Page 1 Appendix C SCOPE OF SERVICES C.1 SCOPE OF SERVICES - Inframark C.1.1 Perform professional services in connection with the Project as hereinafter stated. C.1.2 Operate and maintain all facilities 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 all or portions of this time. C.1.3 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 as specified in Appendix F. Maintain compliance with other existing environmental permits as described in Appendix F. C.1.4 Operate and maintain the present Industrial Pretreatment program including all monitoring, inspections, sampling, testing, reporting, and record keeping as described in Appendix G. Results of all industrial sampling and testing shall be made available to City of Fayetteville as requested. C.1.5 Provide all Maintenance for the Project. Document as required to continue existing maintenance program and to provide City of Fayetteville requested reporting, including but not limited to updated preventative maintenance schedules. City of Fayetteville shall have full access to preventative maintenance records. C.1.6 Pay all costs incurred within the scope of normal Project operations as defined in this Agreement. C.1.7 Staff the Project with at least the minimum number of licensed operators as required by the Arkansas Department of Environmental Quality (ADEQ). C.1.8 Prepare all NPDES permits and other pertinent regulatory reports, letters, or other correspondence, and submit these to of Fayetteville for signature and approval. Transmittal to appropriate agencies shall be done by City or Inframark following City authorization of each report, letter, and/or correspondence. The electronic reporting via NetDMR shall be performed by Inframark and then reviewed and submitted by the City. Any fines levied because of late reports as a result of Inframark failure to complete and allow sufficient time for City of Fayetteville's signature and transmittal shall be paid by Inframark. Submittal to the City of Fayetteville no later than 5 business days prior to the reporting period due date shall be considered timely. C.1.9 Provide for proper disposal of screening, scum, grit, and biosolids in compliance with permit and regulatory requirements. Should regulations and/or disposal/application options significantly change, projected costs will be revised by mutual agreement. C.1.10 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. Appendix C – Page 2 C.1.11 Maintain an inventory of vehicles and equipment (rolling stock), to be identified and referenced as Appendix H, being used for the Project and provide to the City upon request. C.1.12 Provide twenty-four (24) hour per day access to Project for City of Fayetteville's personnel. Visits may be made at any time by any of City of Fayetteville's employees so designated by City of Fayetteville's representative. Keys, key fobs, or other access equipment for Project shall be provided to City of Fayetteville by Inframark. All visitors to the Project, including City of Fayetteville employees, shall comply with Inframark's operating and safety procedures. If Inframark makes any upgrades or changes to such access equipment, Inframark shall be responsible for the cost thereof. C.1.13 Provide for the maintenance of existing City of Fayetteville rolling stock such as dump trucks, tractors, and trailers that are necessary for the operations and maintenance of the facilities. C.1.14 Provide training for Inframark personnel in areas of regulatory requirements, operation, maintenance, safety, supervisory skills, laboratory, cybersecurity and sustainable practices. Continue the current project safety program with updates as necessary. Cybersecurity training for all Inframark personnel shall occur at least quarterly. C.1.15 Provide and coordinate shared use of computerized maintenance, process control, and laboratory management systems to maintain documentation, accountability and transparency to allow City of Fayetteville to see if the equipment is being maintained appropriately. C.1.16 Comply with the requirements of City of Fayetteville regarding affirmative action provisions for minority hiring. C.1.17 Assist City of Fayetteville in preparation of annual operating budgets, by providing a full accounting of Rebateable items and any other pass-through costs and actual and estimated Base Fee amounts. City of Fayetteville shall be allowed to conduct or have conducted audits of all available accounting records related to the direct contract operations of this Agreement at times to be determined by City of Fayetteville. C.1.18 Manage and comply with all manufacturers' warranties on equipment purchased for the project and assist the City of Fayetteville in enforcing existing equipment warranties and guarantees. After the expiration of the warranty, Inframark shall perform maintenance at a level adequate for the efficient, long-term reliability of the equipment and facilities. Inframark will provide City of Fayetteville with full documentation that preventative maintenance is being performed on all City of Fayetteville equipment in accordance with Inframark's best practices and standards. Maintenance program shall include documentation of corrective and preventive maintenance and a spare parts inventory to be consistent with the "Reliability Centered Maintenance" model. C.1.19 Provide for Repairs as described in Appendix B.16. Inframark shall notify the City of Fayetteville of all Repairs between $2,500.00 and $4,999.00 before incurring such costs and performing such Repair when reasonably possible. Any individual Repair expenditure with a cost in excess of $5,000.00 shall be subject to the City of Fayetteville's prior approval; if the City of Fayetteville does not approve such a Repair, Inframark will not be liable for any loss, damage or liability arising from or related to the City of Fayetteville’s failure to approve such Repair, including any loss, damage, or liability for (a) failure of the Project, (b) failure to comply with Applicable Law, (c) failure to meet the requirements of this Agreement or (d) claims for indemnification. Appendix C – Page 3 C.1.20 Maintain the SCADA system located at the addresses listed in Appendix E. Upgrades, modifications, and/or additions to the SCADA system shall adhere to industry standards and best practices such as: NIST, NEC, ISA, IEC, IEEE. C.1.21 Inframark shall provide the following as related to the SCADA system: C.1.21.1 Ongoing updates and upgrades of the software and hardware to ensure operational continuity in accordance with the definitions of maintenance and Capital Expenditures as agreed upon by the City of Fayetteville and Inframark. C.1.21.2 Inframark shall be responsible for evaluating and applying hardware firmware and software security patches released from vendor within the next maintenance window in accordance with industry standard practices. Evaluation shall include, but not be limited to reviewing vendor release notes, installing and testing upgrades on lab equipment or a limited subset of active equipment. Hardware firmware and software patches, which do not adversely affect plant control, shall be applied at the next maintenance window. Hardware firmware and software security patches, which adversely affect plant control, shall be applied in Inframark’s sole discretion; however, Inframark shall provide the City of Fayetteville prior notice of such patches when reasonably possible. Critical security patches for firewalls and edge devices shall be applied within thirty days of release from vendor. C.1.21.3 Inframark is responsible for maintaining the SCADA environments including but not limited to: (1) SCADA Wireless and Telemetry equipment, (2) Programmable Logical Controllers and Remote Terminal Units (PLCs/RTUs) and (3) all communications media between sites and ISP connectivity, (4) SCADA software, (5) SCADA servers, and (6) SCADA network equipment. Inframark shall be responsible for ensuring the SCADA wireless equipment does not conflict with or interfere with other wireless networks. C.1.21.4 SCADA components shall be protected by UPS uninterrupted power supply to prevent loss of connectivity during brief power loss. C.1.21.5 SCADA diagrams shall be kept current and any as-built drawings shall be incorporated into a change management document and network diagram. Updates regarding SCADA diagrams shall be provided to the City of Fayetteville as requested. SCADA updates shall include but not be limited to: issues, equipment replacements, improvements, etc. C.1.21.6 SCADA equipment shall be installed in environmentally appropriate cabinets and properly secured. C.1.21.7 SCADA modifications shall follow the SCADA network design plan as approved and modified by Inframark and the City of Fayetteville. C.1.22 Inframark shall operate and maintain the operational technology (OT) components of the industrial control system (ICS) in its current state. C.1.22.1 OT encompasses the following components of the ICS: C.1.22.1.1 Networks switches, routers, firewalls, media converters, communications equipment C.1.22.1.2 Computers - Physical servers, virtual servers, windows server operating systems, workstations, and thin clients Appendix C – Page 4 C.1.22.1.3 Backups, antivirus, network time servers, disaster recovery, network monitoring, remote access, and cybersecurity. C.1.22.2 Inframark shall operate and maintain the OT environment based on accepted industry standards, guidelines, and best practices. Age of the ICS and component limitations may inhibit Inframark's ability to apply all guidelines and best practices to the system. Inframark shall put forth best effort to adhere to guidelines given the limitations of the existing system. C.1.22.3 The following ICS networking standards, guidelines and industry best practices shall be used as a basis for operation and maintenance of the OT environment: NIST Framework for Improving Critical Infrastructure Cybersecurity and NIST SP-800-83 "Guide to Industrial Control Systems Security", at a minimum, Revision 2. C.1.22.4 There shall be a clear delineation (physically and logically) between the ICS and all other networks. Inframark shall be responsible for the operation and maintenance of the OT components that exist within the ICS and in the de- militarized zone between the ICS and other networks. Inframark operations and maintenance of the OT environment shall be limited to: C.1.22.4.1 ICS/OT Networks - Physical components and logical configurations C.1.22.4.2 ICS/OT Server Infrastructure - Physical servers and virtual servers C.1.22.4.3 ICS/OT Software - Active Directory, anti-virus, backups, remote access solutions, management solutions, HMI, PLC programming software, configuration management and domain registrations. C.1.22.5 Any expansion of operational technology (OT) components of the industrial control system (ICS) system performed by Inframark shall be compensated with a formal contract amendment agreed to by both parties in advance of such expansion C.1.22.6 Inframark shall develop a change management program to help control the lifecycle of strategic, tactical, and operations changes to the OT environment. The goal of change management is to control risk and minimize disruption to associated OT services. The plan will manage baseline hardware, software, and firmware, and any changes to the ICS system. The plan shall include the City of Fayetteville's IT personnel in the change control process for informational purposes. C.1.23 Inframark and the City of Fayetteville shall partner to ensure ICS/OT cybersecurity is maintained for their respectively owned infrastructure. C.1.24 Annual review between Inframark and City of Fayetteville shall be conducted to review past 12-18 months of progress, issues, replaced equipment, and projected improvements expected over the next calendar year and to be included in the annual budget. Project listing should contain location, description of CIP item, progress and estimated costs. Listing provided shall be established and presented by priority and should include sourcing method determined after City discussion (City bid, cooperative purchase, etc.). C.1.25 Verify the capacity and efficiency of each sewer lift station once per calendar year and provide results to the City within thirty (30) calendar days of verification. C.1.26 Provide recommendations for Capital Improvements Program (CIP) with a schedule for improvements and expenditures as requested by the City of Fayetteville. On an annual basis, a five (5) year schedule will be presented for all capital improvements and ten (10) Appendix C – Page 5 year projections will be made for major improvements. These recommendations will be based on asset/process criticality, the model of risk = likelihood x consequence of failure and requirements determined from facility operations. and review of the City of Fayetteville's Wastewater Facility Plan. However, these recommendations do not include detailed engineering studies. In addition, Inframark will prepare the required forms and documentation required during budget and capital improvements budget preparation time each year. Except for the improvements requiring an engineering study, the following will be included for each project: • Improvement needed • Justification of improvements • Estimated cost of improvements • Any projected increase or decrease in O&M costs created by the CIP, if applicable • Proposed expenditure schedule • Proposed capital recovery schedule, if applicable • Sustainable upgrades to equipment should be disclosed upon providing recommendations for replacement along with the expected cost for upgrading to a more sustainable piece of equipment. C.1.27 Any services requested by the City of Fayetteville which are not part of the Scope of Services shall be executed by formal written agreement with fees and cost subject to negotiation. C.1.28 At the direction of the City of Fayetteville, Inframark is authorized to act in emergency situations outside this Scope of Services, at Inframark's discretion. Outside services, services by Inframark personnel not assigned to this project, or excessive overtime hours incurred by assigned personnel which exceed the regulatory labor laws related to emergency services are not included in the compensation set forth in this Agreement. Inframark will notify City of Fayetteville as soon as reasonably possible and any Inframark's costs for the emergency work shall be considered Rebateable items. C.1.29 Provide City of Fayetteville with oral and written reports as requested. C.1.30 Operate and maintain all existing wastewater lift station facilities including buildings, grounds, backup power generators and certain other appurtenances within the site fenced area. However, maintenance of inlet and outlet pipe works shall terminate at the wall of lift station. C.1.31 Conduct annual electrical evaluations of electrical units of 25 horsepower or more which operate at supply voltages of 480V or less to ground. C.1.32 Inframark will comply with present federal, state, and local laws in performing their obligations under the terms of this Agreement. Inframark and City of Fayetteville will work cooperatively regarding the application and impact of Changes in Law, including the potential cost impact on the scope of work, and mutually revise this Agreement as applicable. The parties acknowledge that a Change in Law may affect compliance with Inframark’s obligations hereunder or impose more stringent requirements relating to equipment or processes than those established at the time of executing this Agreement. In the event that a Change in Law occurs, Inframark shall not be responsible for compliance therewith or for any fines, penalties, or other damage of whatever kind unless Appendix C – Page 6 specifically agreed to in writing. C.1.33 Coordinate and schedule the use of training rooms at both wastewater treatment facilities. C.1.34 Conduct community outreach and education activities including cooperative efforts with the University of Arkansas as appropriate. C.1.35 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. C.1.36 Operate and maintain the ongoing nutrient removal efforts at the City of Fayetteville's Biosolids Management Site, including managing, harvesting, and marketing the hay produced on the site. Biosolids Management Site maintenance shall also include compliance with the current "no discharge" permit. Operate and maintain the biosolids drying operation. Coordinate the marketing and/or disposal of the dried biosolids produced from the drying operations as directed by the City of Fayetteville C.1.37 Perform weekly, monthly, and semi-annual inspections for the City of Fayetteville’s generators within the Project; Inframark shall perform any Repairs for such generators unless such Repairs required specialized skills or equipment or specialized licensing or certification; if such a Repair requires specialized skills or equipment or specialized licensing or certification, Inframark shall notify the City of Fayetteville as soon as reasonably possible and the City of Fayetteville shall be responsible for performing such Repairs. Inframark shall also perform recommended servicing for the City of Fayetteville’s generators within the Project, whether it is calendar based or run time based, which includes but not limited to, changing of oil, oil filters, air filters, fuel filters, spark plugs, belts, hoses and batteries. Inframark shall also perform weekly, monthly, and semi-annual specialty inspections for the City of Fayetteville’s five (5) generators located at LS 44, LS 07, LS 12, Noland and West Side plants; Inframark shall notify the City of Fayetteville as soon as reasonably possible of any repairs or other services necessary for such generators and the City of Fayetteville shall be responsible for performing such repairs and services. C.1.38 Coordinate with Power Secure to maximize load shedding opportunities to reduce electrical costs for the City. C.1.39 Coordinate the application of alum sludge from Beaver Water District. C.1.40 Check the condition of and replace the odor canisters (as listed in Appendix E) that are part of the air release valves in the collection system, as needed. The mechanical condition of these valves will be maintained by the Fayetteville Water and Sewer Operations Division. C.1.41 Provide IVM services for the City's blue-green infrastructures and related natural asset spaces as approved and directed by the City to ensure the site continues to meet ecological performance standards. These services include execution of seasonal, site-specific strategies that include recommended herbicide applications, site maintenance & monitoring, monthly reporting, prescribed bum site preparations, land management best management practices (BMP) to adjacent City's blue-green infrastructures and related natural asset spaces associated with the WRRF' s. Certain excluded services related to the Woolsey Wet Prairie include permit compliance over-sight, permit reporting and prescribed burn scheduling and execution. Appendix C – Page 7 C.1.42 Provide additional IVM, site monitoring and property maintenance activities as approved and directed by the City for environmentally sensitive sites associated with the WRRFs and the White River streambank restoration sites. C.1.43 Provide incidental small-scale support as approved and directed by the City of Fayetteville to various not-for-profit groups on issues important to the City of Fayetteville. C.1.44 Explore, innovate, and develop solutions to support sustainability by reviewing the impact of climate changes, resource re-use and recycling, water resource management; energy source management and environmental protection and enhancement aligned with City of Fayetteville and Inframark corporate sustainability goals. C.1.45 All applicable taxes for property and equipment owned by Inframark shall be borne by Inframark. C.1.46 Provide all licenses for vehicles owned by Inframark and used in connection with the Project. C.1.47 Inframark shall facilitate an annual contract fee discussion with the City of Fayetteville to collaborate changes in costs for the next contract renewal. C.1.48 Inframark shall provide a monthly listing of all items or equipment purchased to enable the City of Fayetteville to evaluate its applicability as a fixed asset to be recorded on the City's books. C.1.49 Inframark shall provide annual sample collection, analytical services, and sampling result reporting for the City's NPDES General Industrial Stormwater Permit No. ARR000210. C.2 SCOPE OF SERVICES-CITY OF FAYETTEVILLE C.2.1 Provide for all approved Capital Expenditures, as defined in Appendix B; if the City of Fayetteville does not approve and make a Capital Expenditures recommended by Inframark, Inframark will not be liable for any loss, damage or liability arising from or related to such rejection of or refusal to implement the recommended Capital Expenditure, including any loss, damage, or liability for (a) failure of the Project, (b) failure to comply with Applicable Law, (c) failure to meet the requirements of this Agreement or (d) claims for indemnification hereunder. C.2.2 Maintain all existing and necessary Project warranties, guarantees, easements, permits, and licenses that have been granted to City of Fayetteville. C.2.3 Pay all applicable taxes or franchise fees associated with the Project. C.2.4 May provide Inframark, within a reasonable time after request, any piece of City of Fayetteville's heavy equipment, subject to availability and department director approval, so that Inframark may fulfill its obligations under this Agreement in the most cost- effective manner. C.2.5 Provide all licenses for vehicles owned by the City of Fayetteville and used in connection with the Project. Appendix C – Page 8 C.2.6 Provide for Inframark's use all vehicles and equipment presently in use at the Project, including the vehicles described in Appendix H. C.2.7 Pay for all Project related utilities and electricity, natural gas, and water for all facilities. C.2.8 Pay for all gasoline, diesel, and propane for backup power generators and all rolling stock provided by City of Fayetteville. C.2.9 Pay for all regulatory fees. C.2.10 Responsible for all billing and collection activities related to the industrial pretreatment program (IPP) charges, septic hauler fee, hay sales, water treatment residual fees, and fertilizer sales. C.2.11 Be responsible for all duties and discharge all responsibilities and obligations not expressly assumed by Inframark. Appendix D – Page 1 Appendix D COMPENSATION FOR SERVICES D.1 Inframark estimates the Base Fee for services, on an annual basis, under this Agreement for 2026 shall be $8,450,000.00 (Eight million four hundred and fifty thousand dollars). Details of the Base Fee are listed in D.3. Thereafter, the Base Fee shall be negotiated each year. Should City of Fayetteville and Inframark fail to agree, the Base Fee will be determined by the application of the Base Fee adjustment formula shown in Appendix I. Upon each contract year renegotiation, Inframark shall continue to invoice City of Fayetteville at the previous amount until the new contract year price is established. Upon written notice, agreement between the parties as to the new contract year Base Fee, Inframark shall issue an invoice retroactively adjusting the previous Base Fee amount. Inframark will communicate to the City of Fayetteville of any funding issues by documentation in monthly reports. Inframark will provide prompt notice to the City of Fayetteville of any potential budget impact. Inframark shall provide any proposed amendments by September 15 of each year. D.2 Inframark will invoice and reconcile budgets in accordance with the following schedules: D.2.1 Inframark will invoice a month in advance for the Base Fee in 12 monthly equal installments payable at the start of the month in which services are rendered. D.2.2 Rebateable costs will be reconciled quarterly and the City of Fayetteville will either be invoiced when the annual Rebateable limit is reached or refunded the difference at the end of each calendar year. D.2.3 Inframark will invoice all Out of Scope items in accordance with the approved schedule, scope and budget agreed upon by Inframark and City of Fayetteville. Out of Scope services shall be approved separately by the parties in a separate agreement. D.3 The Base Fee will consist of a Firm Fixed Price of $6,450,000.00 plus Rebateable costs agreed upon by Inframark and City of Fayetteville. D.3.1 The annual Rebateable limit for Chemicals is set at $450,000.00. D.3.2 The annual Rebateable limit for Repairs and Maintenance is set at $1,550,000.00. Appendix E – Page 1 Appendix E LOCATION OF PROJECT E. l Inframark agrees to provide the services necessary for the management, operation and maintenance of the following: E.1.1 All equipment, vehicles, grounds and facilities now existing within the present property boundaries of or being used to operate the City of Fayetteville's Noland Water Resource Recovery Facility located at: 1400 North Fox Hunter Road Fayetteville, Arkansas 72701 E.1.2 All equipment, vehicles, grounds and facilities now existing within the present property boundaries of or being used to operate the City of Fayetteville's West Side Water Resource Recovery Facility located at: 15 South Broyles Avenue Fayetteville, Arkansas 72704 E.1.3 All equipment, grounds, and facilities now existing within the present fenced boundaries of wastewater lift stations described as follows: SCADA NODE LOCATION Generator Site Maintenan ce Only WWl 978 E Zion Rd (Lowe's - Zion PS) YES WW2 3500 E Mission Blvd (Timbercrest PS) YES WW4 691 W Poplar St (Poplar PS - ABANDONED) YES WW5 3896 N Gregg Ave (Gregg Ave PS) YES WW6 3021 N Old Wire Rd (Old Wire PS) NO WW7 2065 N Sunshine Rd (Hamestring PS) YES WW8 729 W North Street (North Street PS -ABANDONED) YES WW9 1236 N Porter Rd (Porter Rd PS-ABANDONED) YES WW12 571 N Double Springs Road (Farmington West PS) YES WW13 878 S Dead Horse Mountain Rd (Stonebridge PS) YES WW14 1820 S Armstrong Ave (Industrial Park PS) YES WW16 518 W Ernest Lancaster Dr (Airport North PS) YES WW18 210 N Sandy (Greenland PS) YES WW19 5716 E Norman Murphy Rd (Mally Wagnon PS) YES WW22 630 N Double Springs Rd (Owl Creek PS) YES WW24 265 W Ernest Lancaster Dr (Airport East PS) YES WW25 551 W Aster Ave (Willow West PS - Farmington) YES WW27 1031 River Meadows Dr (Stonebridge Meadow Phase I PS) YES Appendix E – Page 2 SCADA NODE LOCATION Generator Site Maintenan ce Only WW28 1603 Plantation Ave (Heritage Village PS) YES WW29 390 N Cato Springs Rd (Bohannan PS - Greenland) YES WW32 478 N Durango Place (Silverthorne PS) YES WW33 4644 N Crossover Rd (Stonewood PS - Copper Creek) YES WW34 4572 S School Ave (Airport South PS) YES WW35 3083 W MLK Blvd (Lowe's - 6th St PS) YES WW36 1642 N Willowbrook Dr (Skvler Place PS) YES WW37 3848 W Edgewater Dr (Clabber Creek PS - ABANDONED) YES WW38 3710 E Zion Rd (Copper Creek Phase II PS) YES WW39 2392 N Kenswick Ave (Crofton Manner PS) YES WW40 1811 S Cherry Hills Dr (Stone Bridge Meadow Phase II PS) YES WW41 1608 S Springlake Dr (Crescent Lake PS) YES WW44 6061 Dot Tipton Rd (Legacy Pointe Phase 4 PS) YES WW45 4451 N Waterside Ct (Timberlake Office Park PS) YES WW46 3788 E Spyglass Hill Dr (Stonebridge Meadows Phase V PS) YES WW47 3601 E Albright Rd (Embry Acres PS) YES WW48 2435 S Dead Horse Mountain Rd (McDonald PS) YES WW49 3393 E Goff Farm Rd (Meadows PS) YES WW52 485 N Broyles Ave (Broyles Ave PS) YES WW53 1396 Zion Rd (Office Park PS) YES WW55 461 N. Tacoma St. (Farmington Heights) YES WW56 6111 South Hwy 71 (West Fork PS) YES WW57 270 S Broyles Ave (Broyles South PS) YES WW58 1618 N Dawes St (Woodridge PS) YES WW59 279 Idaho Ave. (Wagon Wheel PS) YES WW60 4980 N. Stonewood Ct. (Cadence Ridge PS) YES E.1.4 All equipment, grounds, and facilities now existing within the present property boundaries of or being used to operate the City of Fayetteville's Biosolids Management Site located east of the Noland Water Resource Recovery Facility across the White River. E.1.5 All equipment, grounds, and facilities associated with or being used to complete routine operation and maintenance activities for the City of Fayetteville's Mitigated Wetlands Site now existing within the present property boundaries located north of the West Side Water Resource Recovery Facility and other mitigation / environmentally protected areas as mutually agreed to by both parties. Appendix E – Page 3 E.1.6 The potable water SCADA system, including cellular, fiber communications, and other services related to the operation of the system, at the following locations: SCADA NODE LOCATION DESCRIPTION Wl 215 W 24th St (South Mountain) Pump Station W2 844 N Crossover Rd (Hyland Park) Pump Station W4 1016 E Ash St Pump Station W5 707 E Rogers Dr Pump Station and 2 Ground Storage Tanks W6 456 E Baxter Ln Ground Storage Tank (2 each) W8 133 N Sang Ave Pump Station and Elevated Storage Tank W9 1170 E South Skyline Dr Elevated Storage Tank (Mt. Sequoyah) Wl0 1044 E Township Rd Elevated Storage Tank Wll 3280 W Judge Cummins Rd Ground Storage Tank (2 ea) (Kessler Mountain) Wl2 7001 E Mission (Highway 45 Valve Pressure-Reducing Valve Station) W13 1589 Fire Tower Road (Goshen) Pump Station and Ground Storage Tank Wl4 17301 Lake Sequoyah Rd (Round Mtn) Pump Station W15 14360 Round Mt Comm Church Rd Stand Pipe County Rd #55 (Round Mountain) Wl6 22032 Fire Tower Rd County Rd 4343 Stand Pipe (Benson Mountain) W17 3265 N Gulley Rd Elevated Storage Tank (2 each) W18 3788 N Gulley Rd Pump Station Wl9 3370 S Coach Rd Pump Station W20 2098 Woodcliff Rd (Springdale) Surge Tank W21 2210 N Old Wire Rd Valve W22 2800 N Old Missouri Rd Flow Meter W23 3385 N Par Ct Valve W24 3023 E Joyce Blvd Valve W25 2567 E Robinson (Springdale) Pressure Sustaining Valves W27 17385 Blue Springs Rd (Goshen) Pump Station W28 17970 Lake Sequoyah Rd Pump Station W29 Beaver Water District SCADA Interface W30 1195 N. Canterbury Rd (Canterbury Tank) Elevated Storage Tank W31 2903 E. Flagstone Cir (Stone Mountain) Pump Station W32 Blue Springs Road Valve & Flowmeter W33 Casey Lane Pump Station W34 2223 S. Mally Wagnon Rd. (South Mally Wagnon PS) Valve & Flowmeter 3302 W Dinsmore Trail Millsap Tower MTROB 12141 Ed Edwards Rd Mt. Robinson Tower Site Appendix E – Page 4 E.1.7 Provision and maintenance of Remote Terminal Units (RTU) at the following sites located in the City of Elkins, Arkansas: SCADA NODE LOCATION DESCRIPTION EWW1 7500 E. Huntsville Road Wastewater Lift Station EW1 1800 S. Van Hoose Drive Ground Storage Potable Water Tank E.1.8 Maintenance of the odor control system in the collection system associated with the following lift stations: LOCATION # OF CANISTERS LS #6 - 3021 N Old Wire Rd (Old Wire) 5 LS #7 - 2065 N Sunshine Rd (Hamestring) 7 LS #12 - 571 N Double Springs Road (Farmington West) 8 LS #22 - 630 N Double Springs Rd (Owl Creek) 3 LS #52 - 485 N Broyles Ave (Broyles Ave) 2 LS#19 - 5716 E Norman Murphy Rd (Mally Wagnon) 2 Appendix F – Page 1 Appendix F ENVIRONMENTAL PERMITS AND PROJECT CHARACTERISTICS F.1 Inframark will operate Project so that effluent will meet the requirement of NPDES permit No.AR0020010 and AR0050288. Inframark shall be responsible for meeting the effluent quality requirements of City of Fayetteville's NPDES current permits unless one or more of the following occurs: • The Project influent does not contain Adequate Nutrients to support operation of Project biological processes; • The Project influent contains Biologically Toxic Substances which cannot be removed by the existing process and facilities; or • There is an any unforeseen occurrence beyond Inframark’s reasonable control that prevents Inframark from meeting said effluent quality requirements. The influent flow, influent BODs, and/or suspended solids exceeds the Project design parameters which are: Noland WRRF West Side WRRF Annual Average Maximum Monthly Average Annual Average Maximum Monthly Average Flow (MGD) 12.6 18.8 10.0 17.8 BOD (lbs/d) 29,666 44,264 14,595 18,853 TSS (lbs/d) 23,198 34,613 14,595 18,853 F.2 In the event any one of the Project influent characteristics, suspended solids, BODs, or flow, exceeds the parameters listed above, Inframark shall make every reasonable effort to return to compliance as soon as possible, including the use of available equalization storage to prevent non-compliant discharge. Inframark shall return the plant effluent to the characteristics required by the NPDES permit in accordance with the following schedule after Project influent characteristics return to within design parameters. Characteristics Exceeding Listed Parameters By Recovery Period Maximum 10% or Less 5 days > 10% but< 20% 10 days 20% and Above 30 days Notwithstanding the above schedule if the failure to meet effluent quality limitations is caused by the presence of Biologically Toxic Substances or the lack of Adequate Nutrients in the influent, or there is an any unforeseen occurrence beyond Inframark’s reasonable control that prevents Inframark from meeting said effluent quality requirements, then Inframark will have a thirty (30) day recovery period after the Appendix F – Page 2 influent is free from said substances or contains Adequate Nutrients. F.3 Inframark shall not be responsible for fines or legal action as a result of discharge violations within the period that influent exceeds design parameters, does not contain Adequate Nutrients, contains Biologically Toxic Substances (that exceed process inhibiting levels or creates concentrations exceeding application or discharge limitations), and the subsequent recovery period. F.4 The estimate Costs for services under this Agreement are based upon the following Project influent characteristics: Annual Average Noland WRRF West Side WRRF Flow (MGD) 5.4 8.8 CBOD (lbs.Id) 13,461 11,194 TSS (lbs.Id) 8,643 13,387 The above influent characteristics are the actual twelve (12) months average June through May prior to the date services are first provided under this Agreement. Any change of 10 percent (10%) or more in any of these characteristics, based upon a twelve (12) month average, may constitute a change in scope. F.5 The current applicable environmental permits are as follows: Permit AFINNo. Permit No. Expiration Date NPDES- Noland (renewal pending- application submitted June 2022) 72-00781 AR0020010 12131/2022 NPDES - West Side (renewal pending - at request of ADEQ the application was resubmitted in August 2022) 72-01033 AR0050288 11/3012010 No Discharge Permit - Biosolids Management Site 72-00829 4748-WR-4 12131/2025 Air - Hamestring 72-01873 2179-A NIA Air - West Side 72-01033 2178-A NIA Air Noland 72-00781 2327-A-REG315 Registration Only Stormwater No Exposure Certification (NEC) - Noland 72-00781 ARR00C377 613012024 Stormwater No Exposure Certification (NEC) - West Side 72-01033 ARR000390 613012024 Appendix G – Page 1 Appendix G INDUSTRIAL WASTE DISCHARGES AND MONITORING PROGRAM G.1 Inframark shall: Administer the Industrial Pretreatment Program in accordance with 40 CFR 403. Administration shall include: G.1.1 Maintain the industrial waste sampling and analysis program for pretreatment and surcharge, as described in G.3. This shall include an annual evaluation of the program and notification to the City of Fayetteville of changes in Federal and State pretreatment standards that may affect the Program. G.1.2 Conduct a survey of the industrial user base one time every three (3) years to identify new, or significant, industrial users in Fayetteville and in cities with which Fayetteville has inter- jurisdictional agreements for waste treatment. Update, as required the list of current Significant Industrial Users (SIU's) according to the definition of SIU in 40 CFR 403 or the definition in the approved pretreatment program, whichever is more stringent. G.1.3 Monitor the compliance status of the current Significant Industrial Users (SIU's) through sampling, analysis, inspection, and record reviews. Each SIU shall be sampled and inspected at the frequency established in 40 CFR 403 or the City of Fayetteville's approved implementation manual, whichever is more stringent. Recommend appropriate enforcement action to City of Fayetteville. G.1.4 Maintain the laboratory analysis program for each SIU. Results of all industrial sampling and testing shall be reported to the City of Fayetteville as required, in a timely manner G.1.5 Implement the approved industrial permitting system. Prepare SIU permits for issuance or renewal within 90 days of the expiration date or within 180 days after the industry has been determined to be a SIU. G.1.6 Receive, review and act upon reports and notification from industrial users. G.1.7 Notify the City of Fayetteville as soon as is practical but no later than three (3) business days, verbally and followed by written confirmation, whenever an industry is suspected of violating, or has violated the City of Fayetteville's industrial waste and/or sewer ordinances. Prepare notice of violations and other enforcement documentation for City of Fayetteville signature in accordance with the Enforcement Response Plan in the State approved Industrial Pretreatment Program. G.1.8 Track, determine, and publish industrial users in significant noncompliance. G.1.9 Draft new, revised, and renewal industrial waste discharge permits for the SIU's for City of Fayetteville signature. G.1.10 Assist City of Fayetteville with review and revision of the sewer use ordinances, the pretreatment program, and inter-jurisdictional agreements. Local limits evaluation, if requested, may be provided as an out of scope service. The costs of such evaluation will be determined and negotiated at the time of the request. Advise the City of Fayetteville of changes in federal and Appendix G – Page 2 State Pretreatment Standards and regulations and how the changes affect the local program. Request approval from the City of Fayetteville and the Approval Authority prior to implementing significant changes to the approved Program in accordance with 40 CFR 401.19 (C).Prepare for the City of Fayetteville’s signature the Industrial Pretreatment annual report for submittal. G.1.11 Maintain all industrial monitoring records for at least five (5) years. G.1.12 Maintain open communication with the SIU's. G.2 Significant costs due to new or changed Federal, State or local regulations shall cause a discussion of change in contract scope. G.3 Industrial Waste Dischargers and Monitoring Program in City of Fayetteville, AR: Industry Parameters Analyzed ConAgra Foods Packaged Foods, LLC (Conagra) 1100 W, 15th Street Fayetteville, AR 72701 Biochemical oxygen demand, total suspended solids, phosphorus, pH, oil & grease, arsenic, cadmium, chromium, copper, cyanide, mercury, lead, nickel, silver and zinc. Custom Powder Coating Services, Inc. 1629 W. Farmington St. Fayetteville, AR 72701 Cadmium, chromium, copper, lead, nickel, silver, zinc, cyanide, arsenic, mercury and total toxic organics per 40 CFR433.11 (e). Elkhart Products Corporation 3265 Highway 71 South Fayetteville, AR 72701 Chromium, copper, lead, nickel, zinc, arsenic, cadmium, cyanide, mercury, silver, oil & grease and total toxic organics per 40 CFR 468.02 (r). Hiland Dairy Company 301 E. 15th Street Fayetteville, AR 72701 Biochemical oxygen demand, total suspended solids, phosphorus, pH, oil & grease, arsenic, cadmium, chromium, copper, cyanide, mercury, lead, nickel, silver and zinc. Marshalltown Company 2200 Industrial Drive Fayetteville, AR 72701 Cadmium, chromium, copper, lead, nickel, silver, zinc, arsenic, mercury, cyanide and total toxic organics per 40 CFR433.ll (e). Tyson Mexican Original, Inc. 2615 S. School Fayetteville, AR 72701 Biochemical oxygen demand, total suspended solids, phosphorus, pH, oil & grease, arsenic, cadmium, chromium, copper, cyanide, mercury, lead, nickel, silver and zinc. Ecotech Consumer Products 1901 East Boric Drive Fayetteville, AR 72701 TSS, arsenic, cadmium, chromium, copper, lead, nickel, silver, zinc, cyanide, mercury. Appendix H – Page 1 Appendix H VEHICLE AND MOBILE EQUIPMENT DESCRIPTION (ROLLING STOCK) Unit# Unit Description Location Year 325U2 Ford F350 Super Duty, Reg. Cab Biosolids Management Site 2000 376 Ford F550 Super Duty/Crane, Crew Cab Paul R. Noland 2012 382 Ford F550 Super Duty/Crane, Crew Cab West Side 2015 387 Ford F-350, Flatbed Paul R Noland 2016 388 Ford F-350, Flatbed Biosolids Management Site 2016 696 Caterpillar 420E Backhoe Paul R Noland 2012 751U Sterling LT9500 Semi Tractor Biosolids Management Site 2006 766 Kenworth T800 Semi Tractor Biosolids Management Site 2011 768 Kenworth T470 (Spreader) Biosolids Management Site 2012 770 Kenworth T800 Semi Tractor Biosolids Management Site 2013 771 Kenworth T800 Semi Tractor Biosolids Management Site 2013 786 Kenworth T800 Semi Tractor Biosolids Management Site 2018 818 Caterpillar P5000LP Forklift West Side 2008 910 Trailer Paul R Noland 1987 927 Parker 24' Gooseneck Trailer Biosolids Management Site 1991 966 P.J. Trailer, 18FT Biosolids Management Site 1996 969 LO-Boy 25T-36FT Trailer Biosolids Management Site 1996 1274 Chevrolet Equinox West Side 2014 2156 Chevy Colorado, 4X4 Paul R Noland 2012 5002 John Deere 6615 4X4 Tractor Biosolids Management Site 2007 5012 Ford/NH 4X4 T6030 Loader Tractor Biosolids Management Site 2009 5022 Case Maxxum 125 4X4 Loader Tractor Biosolids Management Site 2011 5024 R&R 35' Manure/Litter Conveyor Biosolids Management Site 2011 5025 R&R 35' Manure/Litter Conveyor Biosolids Management Site 2011 5057 Ford/NH Workmaster 55 4X4 Tractor Biosolids Management Site 2015 5058 Ford/NH T6.155 4X4 Loader Tractor Biosolids Management Site 2015 5059 John Deere 615D 4X4 Loader Tractor Biosolids Management Site 2015 5070 Meyer Spreader Biosolids Management Site 2016 5086 NH Protedd 3417 Biosolids Management Site 2018 5087 Wylie LCS Trailer Sprayer Biosolids Management Site 2018 5095 New Holland Speed Rower (swather) Biosolids Management Site 2019 5096 John Deer 630 MOCO Biosolids Management Site 2019 5105 Bulk Material Handling 35' litter conveyor Biosolids Management Site 2020 6037 Bobcat 5770 Skid steer Biosolids Management Site 2020 91llU Clement Star-Lite Trailer (Replaced) Biosolids Management Site 2009 9124 Thompson 6" Diesel Power Pump/Trailer Paul R Noland 2009 9142 Aulick 42' Belted Trailer Biosolids Management Site 2011 9165 Clement Star-lite Trailer (Replaced) Biosolids Management Site 2013 Appendix H – Page 2 9166 Clement Star-lite Trailer Biosolids Management Site 2013 9193 Clement Starlite End Dump Trailer Biosolids Management Site 2015 9223 Godwin 6" Portable Pump Biosolids Management Site 2016 9227 Clement Starlite End Dump Trailer Biosolids Management Site 2016 9239 Genie S-45 Man Lift Biosolids Management Site 2017 9241 Clement Starlite End Dump Trailer Biosolids Management Site 2017 9250 Unicarriers 50 Forklift Paul R Noland 2017 Parkson Electronic Mole - Billy/Trick Biosolids Management Site 2011 Parkson Electronic Mole - Cricket Biosolids Management Site 2011 Parkson Electronic Mole - Goofy Biosolids Management Site 2011 Parkson Electronic Mole - Jurgens Biosolids Management Site 2011 Parkson Electronic Mole - Tiny Tim Biosolids Management Site 2011 Parkson Electronic Mole - Loenneke Biosolids Management Site 2011 Parkson Electronic Mole – Billy Biosolids Management Site 2011 Portable Generator for Lift stations Paul R Noland 2005 9280 Clement Star-Lite End Dump Trailer Biosolids Management Site 2021 9283 Clement Star-Lite End Dump Trailer Biosolids Management Site 2021 5124 New Holland Rake Biosolids Management Site 2022 9308 Anderson RBM 2000 Biosolids Management Site 2022 144U Chevy Silverado Paul R Noland 2011 373U Ford F550 Paul R Noland 2021 Appendix I – Page 1 Appendix I BASE FEE I.1 The Base Fee adjustment formula is as follows: ABF = BF x AF Where: ABF Adjusted Base Fee BF Base Fee specified in Appendix D AF Adjustment Factor as determined by the formula: AF = 1 + CPI CPI The twelve-month percent change (from July of the prior year to July of the current year) in the Consumer Price Index as published by U.S. Department of Labor, Bureau of Labor Statistics in the CPI Detailed Report Series Id: CUUR0000SEHG01.