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.