HomeMy WebLinkAbout2010-11-09 - Agendas WATER/SEWER COMMITTEE AGENDA
7ayM le MEETING DATE OF NOVEMBR 9, 2010
THE CITY OF FAYETTEVILLE,ARKANSAS
Committee: Chairman Kyle Cook; Aldermen: Adella Gray, Robert Rhoads, Sarah Lewis
Copy to: Mayor Jordan, Sondra Smith, Don Marr, Paul Becker, Lindsley Smith, Jeremy Pate, Chris Brown,
Tom Hubbard, Lynn Hyke, Shannon Jaiq� Peggy Bell, OMI, Will Winn, John Coleman
From: David Jurgens, P. E., Utilities Director`\��`\Jr
A Fayetteville Water and Sewer Committee meeting rill b2 November% 2010, 6:15 PM (following City
Council Agenda Session and Budget Meeting) in room 26, Fayetteville City Hall. Proposed topics include:
1. Ca ital Protect Update.
Contract Description Contractor Cost %Complete
WL-10a Farmington Gravity Line In Town Portion Gamey Const $ 1,732,251 100.0%
EL-3&5 Razorback- Happy Hollow 36/42" Gravity S J Louis Const $ 5,387,098 100.0%
CIPP Rehab-Cured in Place Pipe City Wide Insituform $ 330,000 Begin Nov
Mt Se uo ah Area Wtr/Swr Upgrades LaRue Contr $ 997,629 100%
36"W/L 36"Water Line on Township Seven Valles $ 1,783,720 100%
265 W/S Relocation &36"Wtr Line, Hwy 265 Design, Easement Acquisition Underway
WL-13 Broyles Avenue Gravity Lines Goodwin&Goodwin $ 800,523 79.0%
WL-14 Broyles Avenue Force Mains Redford Construction $ 899,626 100.0%
WL-15 Bro les Avenue Lift Station Seven Valles $ 591,768 100.0%
B:90
Biosolids Solar Drying Dean Crowder $ 4,963,386 8.1%
BIO-2 Biosolids Thermal Drying Crossland Heavy $ 2,770,280 NTP 16 Nov
Canterbury 500,000 Gallon Water Tower C B & I Inc. $ 1,590,091 10.0%
Project is substantially complete, meaning the work can be used to execute its mission.
2. 2011 Wastewater Treatment Contract Amendment with CH2M HILL Engineers, Inc. for$6,765,224 for
operation, maintenance, management and engineering services for the City's wastewater treatment facilities
and systems, and approving a $70,000 contingency, is attached. The scope of services provided by OMI
include: (1) operate and maintain the Noland and West Side Wastewater Treatment Plants (WWTP); (2)
operate and maintain 45 wastewater pump station sites (38 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 monitors water and wastewater facilities; (7) pursue operation economies, efficiencies,
and permit compliance; and (8) participate in the construction and post-construction work of the Wastewater
System Improvement Project(WSIP). In late 2009, the City underwent a rigorous selection process with three
competitive proposals. The selection committee selected CH2M Hill for a five year contract, which expires
December 31, 2014. The 2011 contract amendment updates the scope of services from the 2010 contract,
with evolutionary changes reflecting GASB requirements, the expanded wastewater system, updated
regulatory requirements, and wastewater treatment related engineering services. To encourage cost saving
operations, the contract contains an incentive provision whereby budget savings are distributed 87.5% to the
City and 12.5% to CH2M HILL. The 2011 contract amendment reflects a $93,662 cost reduction from 2010,
primarily due to reduced operations expenses. The contingency is requested to allow for potential expenses
due to increased regulatory requirements with the new NPDES permits. Highlights of changes are below:
1) New USPEA NPDES discharge permits for both wastewater plants.
2) Biosolids drying process coming on line, reducing hauling and landfilling costs and possibly creating a
new revenue stream.
3) Beaver Water District sludge land application process coming on line, increasing operating costs that
are covered in full by the charges for the service. Staff requests this item be forwarded to the full City
Council.
3. Wastewater Treatment Equipment Purchases. As we are issued new wastewater treatment permits,
there are certain constituents in our water that we must test at lower level than we can with existing equipment.
Part 1 Page 1 W&S CommiftwAgenda9Novt0.doc
WATER/SEWER COMMITTEE AGENDA
MEETING DATE OF NOVEMBR 9, 2010
a. Flow Injection Analysis instrument with chemistry manifolds for Total Phosphorus as Phosphate-
P and Nitrogen as Nitrate plus Nitrite unit for the West Side WWTP, for$49,364.56, from HACH Company, bid
#10-65. The bid tab is attached. The Flow Injection Analysis instrument with an in-line heating and sequential
digestion unit is capable of performing analyses for total phosphorus, nitrogen as nitrate, and other cation and
anion parameters. Based on preliminary input from the ADEQ, it is anticipated that the next NPDES permit for
the West Side will contain requirements for Nitrate-Nitrite and may also contain the requirement of 0.1 mg/I
Total Phosphorus. This instrument will provide the lab with the capability of analyzing for low level phosphorus
and nitrate-nitrite in samples taken from within both wastewater treatment facilities. The City received one bid
on October 20, 2010 from HACH Company for$49,364.56. The said bid meets the minimum specification
requirements. Although there was only one bidder, the price is within the expected range. Staff requests this
item be forwarded to the full City Council.
b. Two Online Respirometers to measure wastewater activated sludge respiration rates for the each
WWTF, bid 10-64, for a total of$46,431.25 including tax, from Challenge Technologies. The bid tab is
attached. The City's two wastewater treatment facilities have different but significant vulnerabilities due to the
flows they treat and their construction. The Noland WWTF, which carries as much as 50% industrial flow on
low volume days, is very vulnerable to unpredictable biological treatment issues due to the density and
challenges of industrial wastewater. The West Side WWTF has much more consistent residential and
commercial wastewater, but has no effluent storage capability. For these two reasons, in-line wastewater
analysis is key to identifying process issues as early as possible. This continuous or batch mode online
analyzer is capable of measuring wastewater activated sludge respiration rates. The units will be installed at
the wastewater treatment plant headworks to provide instantaneous characteristics of the incoming waste.
They can also be moved to strategic locations within the plants as necessary to monitor for treatment
anomalies. This instrumentation will help to provide forewarning of unusual waste strength or toxicity so that
process adjustments or decisions can be made much more quickly than is currently possible, thus helping to
prevent permit non-compliance and protect the biological treatment systems at both plants. The City received
two bids October 22, 2010. The Challenge Technologies bid meets the minimum specification requirements.
Challenge Technologies is a company that was born out of the University of Arkansas Innovation Center. Staff
requests this item be forwarded to the full City Council.
Manufacturer Price
Challenge Technologies $ 21,250.00
Liquid Analytical Resource, LLC $ 45,000.00
4. Solid Waste Cost of Services Comparison details will be distributed at the meeting. A detailed
comparison shows our Solid Waste Division provides greater and more flexible service than any of the Cities
polled, with a very competitive cost to our residential customers.
5. Biosolids Thermal Drying
a. Thermal Drying construction contract for$2,770,280 with Crossland Heavy Contractors plus a 5%
contingency of$140,000.00 is attached. The City currently hauls an average of 15 tractor trailer loads of
biosolids weekly to either the Prairie View Landfill in Lamar, or the Ozark Ridge Landfill in Russellville. The
Contract provides for the construction of one thermal drying unit at the Noland farm site, to dry biosolids from
both wastewater treatment plants. The City received four bids on October 21. Bids submitted by Clinard
Construction Management and VEI General Contractors were withdrew in accordance with the bid documents
because they did not include sales tax on the drying equipment in their bid. Therefore, Staff recommends
awarding the contract to the lowest responsible bidder, Crossland Heavy Contractors, Inc. Staff requests this
item be forwarded to the full City Council.
Contractor Bid Price
Clinard Construction Management, Inc. withdrew bid, no sales tax $2,545,000
VEI General Contractors, Inc. withdrew bid, no sales tax $ 2,767,387
Crossland Heavy Contractors, Inc. lowest responsible bid $ 2,770,280
Dean Crowder Construction, Inc. $ 2,968,180
b. Solar Drying construction is scheduled for completion in February, 2011. Material handling
equipment bids and purchases are in process, so the equipment will be on hand (and operators trained)when
construction is completed. Equipment includes a skid steer loader, a spreader trailer, two conveyors, one 100
Part age 2 W&S CommitteeAgenda9Nov OM,
WATER/SEWER COMMITTEE AGENDA
MEETING DATE OF NOVEMBR 9, 2010
hp tractor(to pull the spreader), a small dump trailer, and a belted trailer for distribution. This equipment cost
was included within the biosolids budget. Staff is developing a business plan for the end product, and intends
to employ a sales mechanism similar to that currently used for hay sales.
6. Canterbury Tank/Mt. Seauovah Pressure Plane McClelland Engineering Amendment for$32,036.33, for
final design services for the tank, water pump station and off site water line extensions, is attached. This
amendment covers construction phase services to oversee the construction of the foundation for the water
tank. All other construction phases will be inspected by city staff. This amendment also covers the final design
services of the Stone Mountain water pump. City staff evaluated several pump station options before selection
surface mounted vertical turbine pumps. The preliminary design utilized a lower cost, higher maintenance
multi-stage centrifugal pump. This evaluation will save funds in both operation and maintenance costs, but
requires more engineering evaluation than was budgeted for in the initial engineering contract. Staff requests
this item be forwarded to the full City Council.
7.WL-15 Chance Order 1 to the construction contract with Seven Valleys Concrete for$7,870.56, for
construction of the Broyles Avenue sewer pump station, is attached. This change order reconciles actual
quantities involved in the construction. It also involves several specific items: 1) modifies actual piping
configurations to properly align with the incoming gravity sewer; and 2) adjusts the top of the pump station
structure to best match the final grades at the site. A$30,000 contingency was approved with the contract;
$22,129.44 will remained after Change Order 1. Any remaining balance will return to the WSIP project fund.
8. WL-10a Chance Order 4 to the Construction Contract with Garvey Construction, for$17,870.56, reconciling
final quantities, for the construction of the Farmington Gravity Sewer Line, WSIP Subproject WL-10a. The
construction contract is between the City of Farmington and Garney Construction. Fayetteville is paying
19.73%, based on the volume of wastewater that flows through the pipeline sections. Fayetteville is paying its
portion via purchase order to Farmington, who is payments to Garvey. This change order allows for increased
creek bank stabilization in a key location in Farmington Branch, reconciles all unit quantities in the contract,
and is the final change order for the contract. The original design for the one creek bank area was not strong
enough, and has been damaged in the large storms experienced this year. Thus, that bank area is being
reinforced in a stronger fashion, resulting in the added expense. With the exception of the one creek bank
stabilization issue and several locations where final vegetative cover has not been validated, the City finds all
work performed in compliance with the contract documents. ANRC has approved the change order; RJN, the
Engineer, recommends approval of the change order. This change order is within approved contingencies.
Remaining balances will be returned to their res ective cities' funding sources upon final project completion.
Change Fayetteville Farmington Fayetteville Farmington
Order Fayetteville Farmington Contingency Contingency Contingency Contingency
Amount Share Share Before CO Before CO After CO After CO
C04 $17,870.56 $3,526.40 $14,344.16 $28,131.87 $102,848.13 $24,605.47 $88,503.97
9.WL-14 Chanae Order 14 to the construction contract with Redford Construction, Inc. for$5,986.33, for
construction of the Broyles Avenue sewer force main is attached. This contract is for the construction of 8,190
feet of 12"force main from the new pump station at the intersection of Broyles and Persimmon to the West
Side Wastewater Treatment Plant, an rerouting the force main from the Owl Creek pump station directly to the
West Side WWTF. This change order reconciles the contract to match actual quantities involved in the
construction. Unit quantity changes occurred due to underground circumstances not being entirely predictable
before excavation. Additionally, one air release manhole had to be moved to meet property owner requests,
and thus had to be raised to ensure it did not flood at the new location. This change order increases the
contract price by$5,986.33. A$90,000 contingency was approved with the contract; $84,013.67 will remain
after Change Order 1. When the project is closed out, this balance will be returned to the WSIP project fund.
10.Verizon (Gulley Road) Cellular Tower Agreement with Verizon/ Fayetteville MSA Limited Partnership
second amendment is attached. This amendment increases the mid-year rent charge and yearly inspection for
the cellular antenna on the Gulley Road water tower. The original 5-year agreement between the City of
Fayetteville and Verizon/Alltel, was approved 21 September 1999 at a monthly rental rate of$1,000. It allowed
Part 1 Page 3 W&S CommitteeAgenda9Nov10.doc
WATER/SEWER COMMITTEE AGENDA
MEETING DATE OF NOVEMBR 9, 2010
two 5-year renewal terms, executed September 2004 at a monthly rental of$1,200 and December 2009 at a
monthly rental rate of$1,440.00. With each renewal the rent will increase by twenty percent(20%) at the
inception of each renewal term. This amendment involves increasing the monthly rental amount $245.70 this
amount will increase the monthly rent to $1,685.70 ($20,228.40 yearly). Verizon plans to change out three
existing large antiquated antennas with six smaller antennas. Verizon's work meets all City requirements.
Staff requests this item be forwarded to the full City Council.
11. Solid Waste ADEQ Grants Throuah Boston Mountain Solid Waste District. Acceptance for two
approved ADEQ recycling grants (attached), issued through the Boston Mountain Solid Waste District. The
recycling grant awards are not matching grants, so no City funds are obligated with this request. Staff
requests these items be forwarded to the full City Council.
a. Containers. This $29,449 grant will be used to purchase the remaining recycling containers for the
new West Side Recycling Drop Off and Education Facility on Broyles Road The first half were funded though a
grant received last year. The West Side recycling drop off is intended as our premier drop off and recycling
education facility, integrating all aspects of the proximity too the Woolsey Wet Prairie into a comprehensive
sustainability and recycling education site.
b. Education. This $15,551 grant will be used to help develop an education program to reach all age
groups and encompass all types of recycling. It will focus around the education component of the West Side
Recycling Drop Off and Education Facility on Broyles Road, and will include education targeting apartment
recycling. This program will be tailored to match Fayetteville's specific needs for recycling education rather
than a broad education application. This is the first recycling education grant the City would receive.
12. Greenland Wastewater Agreement Extension draft is attached. The Greenland wastewater services
contract expires January 5, 2011. Given the negotiations that have taken place, Greenland's desire to have
Fayetteville take ownership of that system, and Fayetteville's statement that we are interested in taking
ownership when the system is "whole," it seems prudent to consider extending the existing contract for a year
rather than developing an entirely new contract. Sewer rehabilitation is underway and Greenland has
developed sewer and development master plans. When these actions are completed, then the system will
probably be in adequate condition for Fayetteville to take ownership. This is likely to be achievable in 2010.
13. Water/Sewer Committee Meeting is Tuesday, December 14, 2010, 5:30 p.m., room 326.
Informational Items Taken to Council at the November 2. 2010 Meeting
14. Highway 265/Crossover Water/Sewer Relocation Easement Condemnation actions are underway.
The Arkansas Highway and Transportation Department(AHTD) is planning improvements to Highway 265
(Crossover Road)from Mission Boulevard north to Joyce Boulevard. Due to AHTD's acquisition of additional
right-of-way to widen the road, utility lines must be relocated outside of the expanded right-of-way. All
proposed utility easements are adjacent to the new highway right-of-way and/or existing utility easements. City
staff has been negotiating with land owners; easements have been acquired from 18 of 27 owners. The
remaining owners have expressed various concerns and have refused thus far to sign easement documents.
Although negotiations are still underway with several of the owners, the timing is such that we must proceed
with the condemnation process in order to advertise the project. Owners of these remaining tracts are aware
of the City's intent to turn any unresolved easement purchases over to the City Attorney to initiate the
condemnation process. Negotiations will still continue until documents are filed. Details are attached.
Perm Temp Temp
Tract Easmnt Easmnt Permanent Const
# Property Owner Parcel# (ft2) (ft') Easement Easement Total
2 Salmon Family Trust 765-04570-000 9,322 5,910 S 4,665.00 $ 1,185.00 $ 5,850.00
765-04569-000
6 John A.&Linda L.Dominick 765-04565-000 3,603 1,987 $ 1,800.00 $ 400.00 $ 2,200.00
7 765 ^V� 25909 0000 41q60 5-,41-3 $ 303-00 - S X93.00
8 Murphy R.&Betty N.Taylor 765-13305-000 6,980 3,365 $ 6,110.00 $ 1,180.00 $ 7,290.00
10 John David Brown 765-13295-000 22,883 9,603 $17,165.00 $ 2,880.00 $20,045.00
Part 1 Page 4 W&S ConunitteeAgmWNovl0.doc
WATER/SEWER COMMITTEE AGENDA
MEETING DATE OF NOVEMBR 9, 2010
4-2 765 a 4 5'^4 000 4,498 4,438 S 1,760.0 $ 565.99 $ ^�—�,3
44 Gerey A-main-dia Qs_h-erne 765 11515 000000 2—,-W3 n�2n c z�nwon $ 2,115.00 2 c�00
21 Daniel J.&Deborah Jo Wright 765-13276-000 13,102 8,185 $ 9,830.00 $ 2,455.00 $ 12,285.00
26 John R.&Rebecca Ann Rutledge 765-13249-070 1,092 1,156 $ 685.00 $ 290.00 $ 975.00
Totals 65,723 40,980 $45,740.00 $11,070.00 $56,810.00
Documents have been received for those easements that are stricken.
15. Cellular Tower Agreements with Verizon/Alltel (Township water tower)and Sprint/Nextel, (Mt. Sequoyah
water tower) are due for update. Contracts and information are attached.
a. Verizon (Township Road water tower)contract amendment with Verizon (formally MSA and Alltel),
is attached. The lease, originally established in 1994, was extended in 2008 and will come up for renewal in
2013. The current lease amount is $500.00 per month. This amendment clarifies the existing Verizon cell
agreement to add security contact information and describes Verizon's on-site assets.
b. Sprint/Nextel, (Mt. Sequoyah water tower) amendment to the agreement with Southwest PCS, LP,
( Sprint/Nextel)to continue the lease for the cellular antenna on the Mt. Sequoyah water tower is attached. The
original 10-year agreement was approved 18 January 2000 for$2,500/month. The land is owned by the Mt
Sequoyah Methodist Assembly. Per agreement, the Assembly receives (50%)of cellular antenna rent
received for the site. This Amendment involves permitting two 5-year terms, the first 5-year term at a monthly
rental rate of$2,750. Rent will increase at the inception of each Renewal Term by ten percent(10%). The
tower is structurally designed to be able to handle the loads created by this antenna. Therefore, it is in the
City's best interests to allow this antenna to remain on the water tower.
16. Solid Waste Waiving 2011 Automatic Rate Adjustment for 2011 is recommended. Ordinance 4765
allows for annual adjustments of the residential trash rate equal to the consumer price index. This adjustment
has been waived each year since January 1, 2008. Monthly residential rates, shown below, will remain
unchanged. Residents receive trash, recycling, and yardwaste collection included with the monthly rate.
32 gallon cart - $ 8.75
64 gallon cart- $ 13.35
96 gallon cart- $ 18.96
Per the U.S. Department of Labor, the CPI adjustment for all urban consumers (CPI-U), U.S. city average
reflects a 2.48% increase from August, 2009 to August, 2010. Continued cost cutting and improvements in the
Solid Waste Division efficiency have allowed the Division to operate within the current rates, making this rate
increase not required at this time. The Council packet is attached.
17. Solid Waste Commercial Container Parts Bid Waiver is attached. The Solid Waste Division has, in the
last two years, undertaken repairing commercial steel containers in-house. A new 4 yard container costs $635;
refitting the same container in-house costs $400. Additionally, we are eliminating the last 2 man rear load
commercial trash route, and providing that service with a one man front load vehicle. This is the last step of a
multi-year effort to convert all routes to one man pieces of equipment. The 2 yd dumpsters are being retrofitted
in-house into commercial front load containers. We can convert a container in-house for approximately
$180.00; anew container costs $475.00. Due to the volatility of steel prices and manufacturer's uncertainty of
honoring bids, suppliers generally put 14—21 day time limits on quotes, as it is it impossible to guarantee the
prices longer. If these materials must be purchased through the longer formal bid process, the City would pay
higher prices to offset the suppliers' risk created by potential material price changes. Solid Waste containers
are currently allowed a formal bid waiver through Ordinance 4952 approved November 21't, 2006. This
ordinance only allows the bid waiver for the purchase of new containers; the proposed ordinance extends
these same advantages from the containers to the parts required to rebuild the containers. All items shall still
be competitively bid; this ordinance simply allows a faster quote-purchase time to reduce market impacts.
Attachments: 2. Wastewater Treatment Contract Amendment with CH2M HILL OMI
3.a. Flow injection equipment bid
3.b. Online respirometer equipment bid
4. Solid Waste cost of services cost of service comparison (distribute at meeting)
5.a. Biosolids thermal drying contract
Part 1 Page 5 W&S ConuniumAgenda9Novl0.dm
WATER/SEWER COMMITTEE AGENDA
MEETING DATE OF NOVEMBR 9, 2010
6. Canterbury Pressure Plane McClelland Amendment
7 WL-15 Change Order 1
8. WL-10a Change Order 4
9. WL-14 Change Order 1
10. Verizon (Gulley Road) Cellular Tower Agreement Amendment
11. Solid Waste ADEQ Grants Acceptance
12. Greenland Wastewater Agreement Extension
14. Highway 265/Crossover water/sewer relocation easement condemnation
15.a. Verizon (Township water tower) contract
15.b. Sprint/Nextel, (Mt. Sequoyah water tower) contract amendment
16. Proposed Solid Waste ordinance waiving 2011 automatic rate adjustment
17. Solid Waste commercial container parts bid waiver
Part 1 Page 6 W&S CommittccAgendaWov10.doc
• CITY COUNCIL AGENDA MEMO
ay
e evl le MEETING DATE OF NOVEMBER 16,2010 THE CITY OF FAYETTEVILLE,ARKANSAS
ARKANSAS
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jurgens,Utilities Director
Fayetteville Water and Sewer Comlm ee
Date: October 21,2010
Subject: Contract Amendment 1 with CH2M Hill Engineers, Inc. for$6,765,224 for operation,maintenance,
management and engineering services for the City's wastewater treatment facilities and systems
RECOMMENDATION
Staff recommends approving Contract Amendment I with C112M Hill Engineers, Inc. for$6,765,224 for operation,
maintenance, management and engineering services for the City's wastewater treatment facilities and systems, and
approving a$70,000 contingency.
BACKGROUND
When the Noland WWTP upgrade was completed in 1987, the City contracted with ONE(now CH2M Hill-OMI)for
WWT services. The scope of services provided by OMI include: (1) operate and maintain the Noland and West Side
Wastewater Treatment Plants(W WTP); (2) operate and maintain 45 wastewater pump station sites; (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 monitors water and wastewater facilities; (7)pursue operation economies, efficiencies, and
permit compliance; and(8)participate in the construction and post-construction work of the Wastewater System
Improvement Project(WSIP). In late 2009, the City underwent a rigorous selection process with three competitive
proposals. The selection committee selected CH2M Hill for a five year contract, which expires December 31, 2014.
DISCUSSION
The 2011 contract amendment updates the scope of services from the 2010 contract,with evolutionary changes
reflecting GASB requirements, the expanded wastewater system, updated regulatory requirements, and wastewater
treatment related engineering services. To encourage cost saving operations, the contract contains an incentive
provision whereby budget savings are distributed 87.5%to the City and 12.5%to CH2M HILL. The 2011 contract
amendment reflects a$93,662 cost reduction from 2010,primarily due to reduced operations expenses. The
contingency is requested to allow for potential expenses due to increased regulatory requirements with the new
NPDES permits. Highlights of changes are below:
1) New USPEA NPDES discharge permits for both wastewater plants.
2) Biosolids drying process coming on line, reducing hauling and landfilling costs and possibly creating a new
revenue stream.
3) Beaver Water District sludge land application process coming on line, increasing operating costs that are
covered in full by the charges for the service.
BUDGETIMPACT
The $6,765,224 contract and$75,000 contingency costs are included in the proposed 2011 Budget.
Part 1 Page 7 W WT OMI Amendl CCMemoNov10.dm
AMENDMENT NO. 1 TO AGREEMENT
For
OPERATIONS,MAINTENANCE,AND MANAGEMENT SERVICES
Between
CITY OF FAYETTEVILLE,ARKANSAS
And
CH2M HILL ENGINEERS,INC.
THIS AMENDMENT NO. 1 to the Agreement for Operations, Maintenance and Management Services
between the City of Fayetteville, Arkansas, Wastewater Treatment Facilities and its pertinent systems
dated December 15, 2009 (the "Agreement'), is made effective on the I" day of January, 2011, by and
between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter "City of
Fayetteville")and CH2M HILL Engineers, Inc., (hereinafter"CH2M HILL")
NOW THEREFORE,the City and CH2M HILL hereby amend the Agreement as follows:
1. Appendix B is deleted in its entirety and replaced with the attached Appendix B.
2. Appendix C is deleted in its entirety and replaced with the attached Appendix C.
3. Appendix D is deleted in its entirety and replaced with the attached Appendix D.
4. Appendix E is deleted in its entirety and replaced with the attached Appendix E.
5. Appendix F is deleted in its entirety and replaced with the attached Appendix F.
6. Appendix G is deleted in its entirety and replaced with the attached Appendix. G.
7. Appendix H is deleted in its entirety and replaced with the attached Appendix H.
This Amendment No. 1, together with 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.
CH2M HILL ENGINEERS, INC. CITY OF FAYETTEVILLE,ARKANSAS
By: � dud-,\ A
-\ Av By:
Name: Natalie L. Eldredg Name: Lioneld Jordan,Mayor
Title: Senior Designated Manager Title: Mayor
Date: Ittl 1(7 Date:
ATTEST:
By:
Sondra Smith, City Clerk
Part 1 Page 8
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 Program
Appendix H—Vehicle and Mobile Equipment Description(Rolling Stock)
Appendix I—Base Fee Adjustment
Part 1 Page 9
Appendix B
DEFINITIONS
B.1 The "Project"means all equipment, vehicles, grounds and facilities described in Appendix E and
where appropriate,the management, operations and maintenance of such.
B.2 "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); or(3)
expenditures that are planned,non-routine and budgeted by City of Fayetteville.
B.3 "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, equipment, maintenance, repair, and outside
services.
BA "Maintenance" means the cost of those routine and/or repetitive activities required or
recommended by the equipment or facility manufacturer or CH2M HILL to maximize the service
life of the equipment,vehicles,and facilities as listed in Appendix E.
B.5 "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.2 of this Appendix. "Repairs" exclude cost of
repair parts caused by storm damage to the supervisory control and data acquisition (SCADA)
system.
B.6 "Out of scope" services will include "capital expenditures" (definition B.2 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 and requested by the City of Fayetteville. These services shall be performed as stated in
Appendix C. Should "Out of Scope Services" become a permanent and ongoing requirement,
C142M HILL will submit a change of scope request within a reasonable amount of time in
accordance with Paragraph 1.6 of the Agreement.
B.7 "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.8 "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.9 "Base Fee" means all costs within the scope of the contract, on an annual basis, including direct
costs, labor,utilities, and other allocated costs.
B.10 "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.
Appendix B - 1 of 2
Part 1 Page 10
B.11 "Electrical Evaluation"will be limited to amperage draws,winding resistance measurements,
thermographic evaluations, and current and voltage imbalance.
Appendix B -2 of 2
Part 1 Page 11
Appendix C
SCOPE OF SERVICES
C.1 SCOPE OF SERVICES—CH2M HILL
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 specified 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.
C1.6 Pay all costs incurred within the scope of normal Project operations as defined in this Agreement.
C.1.7 Staff the Project with a minimum of three(3)Arkansas Class IV Wastewater licensed operators.
C.1.8 Prepare all NPDES permit reports, letters, or other correspondence, and submit these to City of
Fayetteville for signature and approval. Transmittal to appropriate agencies shall be done by
CH2M HILL. Any fines levied because of late reports as a result of CH2M HILL's failure to
complete and allow sufficient time for City of Fayetteville's signature and transmittal shall be
paid by CH2M HILL. Submittal to the City of Fayetteville by the 15t° of the month following the
reporting period shall be considered timely.
C.1.9 Provide for proper disposal of screening, scum, grit,and biosolids in compliance with permit and
regulatory requirements, as long as a suitable location for such disposal is reasonably available.
Should regulations and/or disposal/application options significantly change, projected costs will
be revised by mutual agreement.
C.1.10 Provide all manufacturers' warranties on new equipment purchased by the City of Fayetteville
and assist the City of Fayetteville in enforcing existing equipment warranties and guarantees.
C.1.11 Be responsible for all laboratory testing and sampling presently required by the NPDES permits,
stormwater permits,"no discharge"permits,and other related requirements.
C.1.12 Provide an inventory of vehicles and equipment (rolling stock) that are being used at the Project
at the beginning of each contract year.
C.1.13 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
Appendix C - I of 4
Part 1 Page 12
Fayetteville's representative. Keys for Project shall be provided to City of Fayetteville by CH2M
HILL. All visitors .to the Project shall comply with CH2M HILL's operating and safety
procedures.
C.1.14 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.1.15 Provide training for personnel in areas of operation, maintenance, safety, supervisory skills,
laboratory, and energy management. Continue the current project safety program with updates as
necessary.
C.1.16 Provide computerized maintenance, process control,and laboratory management systems.
C.1.17 Comply with the requirements of City of Fayetteville regarding affirmative action provisions for
minority hiring.
C.1.18 Provide City of Fayetteville with a full accounting of all expenditures at intervals and in sufficient
detail as may be determined by City of Fayetteville and assist City of Fayetteville in preparation
of annual operating budgets. City of Fayetteville shall be allowed to conduct or have conducted
audits of all accounting records related to the direct contract operations of this Agreement at
times to be determined by City of Fayetteville. .
C.1.19 Provide City of Fayetteville with full documentation that preventative maintenance is being
performed on all City of Fayetteville equipment in accordance with manufacturer's
recommendations at intervals and in sufficient detail as may be determined by City of
Fayetteville. Maintenance program shall include documentation of corrective and preventive
maintenance and a spare parts inventory.
C.1.20 Provide for repairs as described in the Appendix B.S.
C.1.21 Maintenance of the SCADA system as described in Appendix E, to include ongoing updates and
upgrades of the software and hardware to ensure operational continuity and in accordance with
initiatives as agreed upon by the City of Fayetteville and CH2M HILL.
C.1.22 Maintain odor control at the wastewater treatment facilities and wastewater lift stations, including
the Hamestring Lift Station force mains.
C.1.23 Verify the capacity and efficiency of each sewer lift station once a year.
C.1.24 Provide recommendations for Capital Improvements Program (CIP) with a schedule for
improvements and expenditures as requested by the City of Fayetteville. A five (5)year schedule
will be presented for all capital improvements and ten (10) year projections will be made for
major improvements. These recommendations will be based on requirements determined from
facility operations and does not include detailed engineering studies. In addition, CH2M HILL
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
• Cost of improvements
• Any projected increase or decrease in O&M costs created by the CIP
Appendix C - 2 of 4
Part 1 Page 13
• Proposed expenditure schedule
• Proposed capital recovery schedule
• Impact of early termination
C.1.25 Perform other services that are related to but not part of the Scope of Services upon written
notification by City of Fayetteville. Such services will be invoiced to City of Fayetteville at
CH2M HILL's cost plus eighteen percent(18%).
C.1.26 At the direction of the City of Fayetteville, CH2M HILL is authorized to act in emergency
situations outside this Scope of Services, at CH2M HILL's discretion. The costs related to
emergency services are not included in the compensation set forth in this Agreement. CH2M
HILL will notify City of Fayetteville as soon as reasonably possible, and shall be compensated by
City of Fayetteville for any such emergency work at CH2M HILL's costs for the emergency work
plus twenty-five percent(25%).
C.1.27 Provide City of Fayetteville with oral and written reports as requested.
C.1.28 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 pipeworks shall terminate at the wall of lift station. Should the
City of Fayetteville add in excess of three (3) additional lift stations, from the prior contract
year's number of sites,a corresponding change of scope will be negotiated.
C.1.29 Conduct annual electrical evaluations of electrical units of 25 horsepower or more which operate
at supply voltages of 480V or less to ground.
C.1.30 CH2M HILL will comply with present federal, state, and local laws in performing their
obligations under the terms of this Agreement. CH2M HILL and City of Fayetteville will work
cooperatively regarding the application and impact of potential changes in law, including the
potential cost impact on the scope of work, and mutually revise this Agreement as applicable.
C.1.31 Coordinate and schedule the use of training rooms at both wastewater treatment facilities.
C.1.32 Conduct community outreach and education activities including cooperative efforts with the
University of Arkansas as appropriate.
C.1.33 Maintain compliance with other existing environmental permits (e.g., air permits, industrial
general stormwater permits,"no discharge"permits)
C.1.34 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.1.35 The parties contemplate that minor design/engineering services may be provided by CH2M HILL
from time to time. The scope and compensation for such services shall be mutually negotiated by
the parties prior to the commencement of work.
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.
Appendix C - 3 of 4
Part 1 Page 14
C.1.37 Operate and maintain existing onsite power generators at all existing sites, including maintaining
compliance with off-peak power rate structure monitoring and generation requirements.
C.1.38 Operate and maintain the biosolids drying operation, which will include 6 solar houses and a
thermal biosolids dryer, after the construction of such installations is completed in 2011.
C.1.39 Coordinate the marketing and/or disposal of the dried biosolids produced from the drying
operations as appropriate.
C.1.40 Coordinate the application of alum sludge from Beaver Water District and invoicing for the
services as appropriate.
C.2 SCOPE OF SERVICES—CITY OF FAYETTEVILLE
C.2.1 Provide for all Capital Expenditures except for the Projects that City of Fayetteville may
authorize CH2M HILL to implement subject to mutually agreeable terns and conditions of
repayment.
C.2.2 Maintain all existing and necessary Project warranties, guarantees, easements, permits, and
licenses that have been granted to City of Fayetteville with the proviso that CH2M HILL remains
primarily responsible to ensure that the wastewater plants are efficiently, properly and
professionally operated so that they will not suffer a loss of permits or licenses.
C.2.3 Pay all property or other taxes or franchise fees associated with the Project. This excludes taxes
to be borne by CH2M HILL for equipment owned by CH2M HILL.
C.2.4 May provide CH2M HILL within a reasonable time after request any piece of City of
Fayetteville's heavy equipment, subject to availability, so that CH2M HILL may fulfill its
obligations under this Agreement in the most cost-effective manner.
C.2.5 Provide all licenses for vehicles used in connection with the Project.
C.2.6 Provide for CH2M HILL'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 wastewater lift station utilities,with the exception of electricity.
C.2.8 Pay for all gasoline, diesel, and propane for backup power generators and all rolling stock
provided by City of Fayetteville,except for the biosolids semi-tractors.
C.2.9 Pay for all regulatory fees.
Appendix C - 4 of 4
Part 1 Page 15
Appendix D
COMPENSATION FOR SERVICES
4.1 CH2M HILL estimates that Base Fee for services, on an annual basis, under this Agreement for
2010 shall be $6,765,224. Details of said cost are shown in D.4 below. The Base Fee shall be
negotiated each year. Should City of Fayetteville and CH2M HILL 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,CH2M HILL shall continue to invoice City of Fayetteville at the
previous amount until the new contract year price is agreed upon. Upon written notice,
agreement between the parties as to the new contract year Base Fee, CH2M HILL shall issue an
invoice retroactively adjusting the previous Base Fee amount. Should the actual expenditures
exceed the total estimated annual expenditures by more than Twenty Thousand Dollars($20,000),
in any year of this Agreement, specific approval will be obtained from the City of Fayetteville
prior to CH2M HILL incurring additional costs.
4.2 An administrative fee of fifteen percent(15%)will be added to personnel services and ten percent
(10%) to all other direct costs excluding electricity. An annual fixed management fee of
$118,029 shall be billed in equal monthly installments and adjusted annually in relation to the
Base Fee.
4.3 In order to provide an incentive for CH2M HILL to operate in a manner that will result in actual
costs below estimated cost, City of Fayetteville will pay CH2M HILL an additional fee when
actual costs are below estimated cost. Said fee will be twelve and one half percent(12.5%)of the
amount of actual cost are below estimated cost.
4.4 Cost Detail-The annualized estimated costs for calendar year 2010 are listed in Table D-1.
Appendix D - Page 1 of 2
Part 1 Page-16
Table D-1,Cost Detail
Wastewater West Side
Division Noland WWTP WWTP O&M Lab&Industrial
Administration& O&M(incl. land (incl.wetlands Pretreatment Lift Station
Category Description SCADA application site) mitigation site) Program Maintenance Totals
Direct Labor $ 432,297 $ 995,779 $ 602,448 $ 292,567 $ 115,050 $ 2,438,141
Labor Markup, 15% $ 64,845 $ 149,367 $ 90,367 $ 43,885 $ 17,258 $ 365,721
Direct Expense $ 332,416 $ 1,394,649 $ 584,539 $ 112,072 $ 265,181 $ 2,688,856
Expense Markup, 10% $ 33,242 $ 139,465 $ 58,454 $ 11,207 $ 26,518 $ 268,886
Electricity $ 360,598 1 $ 304,998 1 $ 219,996 $ 885,592
Fixed Fee $ 118,029 1 $ 118,029
Totals $ 980,828 $ 3,039,857 1 $ 1,640,805 $ 459,731 $ 644,003 $ 6,765,224
Appendix D-Page 2 of 2
Part 1 Page 17
AI1Dendix E
LOCATION OF PROJECT
E.1 CH2M HILL 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 Wastewater Treatment
Plant 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 Wastewater Treatment
Plant located at:
15 South Broyles Avenue
Fayetteville,Arkansas 72704
E.1.3 All equipment, grounds, and facilities now existing within the present property boundaries of
wastewater lift stations described as follows:
Site
SCADA Maintenance
NODE LOCATION Generator Only
WWI 978 E Zion Rd(Lowe's_Zion PS) YES
WW2 3500 E Mission Blvd(Timbercrest PS) YES
WW3 2805 N Salem Rd(Crystal Springs PS-ABANDONED YES
W W4 691 W Poplar St(Poplar PS -ABANDONED YES
W W5 3896 N GreggAve(GreggAve PS YES
WW6 3021 N Old Wire Rd(Old Wire PS)
WW7 2065 N Sunshine Rd Hamestrin PS) YES
W W8 729 W North Street(North Street PS—ABANDONED) YES
W W9 1336 N Porter Rd Porter Rd PS
W W 10 716 N Futrall Dr(Futrall Dr PS) YES
WWI 1 4412 W 6th Street(Farmington East PS—ABANDONED YES
W W 12 571 N Double Springs Road(Farmington West PS YES
W W 13 878 S Dead Horse Mountain Rd(Stonebridge PS) YES
W W 14 1820 S Armstrong Ave (Industrial Park PS) YES
W W 16 516 W Ernest Lancaster Dr Ai ort North PS YES
WW18 202 N Sand Greenland PS
W W 19 5716 E Norman Murphy Rd(Mally Wagnon PS) YES
3212 N Highway 112—(Trucker's Drive PS -
WW20 ABANDONED) YES
Appendix E - Page 1 of 4
Part 1 Page 18
Site
SCADA Maintenance
NODE LOCATION Generator Only
W W22 630 N Double Springs Rd(Owl Creek PS) YES
W W23 440 E Fairway Ln(Masters PS)
W W24 265 W Ernest Lancaster Dr(Airport East PS) YES
WW25 551 W Aster Ave(Willow West PS-Farmington) YES
WW26 74 S Kestrel Se uo ah Preserve PS
W W27 1031 River Meadows Dr(Stonebridge Meadow Phase I PS YES
WW28 1603 Plantation Ave(Heritage Village PS YES
W W29 390 N Cato Springs Rd(Bohannan PS -Greenland)
W W32 478 N Durango Place Silverthome PS) YES
WW33 4644 N Crossover Rd(Stonewood PS-Copper Creek) YES
WW34 4572 S School Ave(Airport South PS YES
WW35 3083 W 6th St Lowe's-6th St PS YES
WW36 1642 N Willowbrook Dr Sk ler Place PS YES
W W37 3848 W Edgewater Dr(Clabber Creek PS -ABANDONED) YES
WW38 3710 E Zion Rd(Copper Creek Phase Il PS) YES
W W39 2392 N Kenswick Ave Crofton Manner PS) YES
WW40 1811 S Cherry Hills Dr Stone Bride Meadow Phase II PS YES
WW41 1608 S S rin lake Dr Crescent Lake PS YES
2588 N Firefly Catch Dr(Clabber Creek Phase 3 PS—
WW42 ABANDONED) YES
WW43 196 S Woods rin s Timber Trails PS)
WW44 10 Dot Tipton Rd(Legacy Pointe Phase 4 PS
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)
W W49 3393 E Goff Farm Road Meadows PS
WW 50 485 N Broyles Ave(Broyles Ave 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 Wastewater Treatment Plant across the White River.
Appendix E -Page 2 of 4
Part 1 Page 19
E.1.5 All equipment, grounds, and facilities associated with or being used to complete routine O&M
activities for the City of Fayetteville's Mitigated Wetlands Site now existing within the present
property boundaries located north of the West Side Wastewater Treatment Plant. The service
includes limited herbicide application and site monitoring but excludes burning.
E.1.6 The potable water SCADA 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
W6 456 E Baxter Ln Ground Storage Tank 2 each
W7 707 E Rogers Dr Ground Storage Tank 2 each)
W8 133 N Sang Ave Elevated Storage Tank
W9 1170 E South Skyline Dr Elevated Storage Tank(Mt. Se uo ah
W10 1044 E Township Rd Elevated Storage Tank
W l l 3280 W Judge Cummins Rd Ground Storage Tank(2 ea)(Kessler Mountain
W12 7001 E Mission(Highway 45 Valve Pressure-Reducing Valve Station
W13 1589 Fire Tower Road Goshen Pump Station and Ground Storage Tank
W14 17301 Lake Se uo ah Rd Round Mtn) Pump Station
W 15 14360 Round Mt Comm Church Rd Stand Pipe County Rd#55 (Round Mountain)
W16 22032 Fire Tower Rd County Rd 4343 Stand Pie Benson Mountain
W17 3265 N Gulley Rd Elevated Storage Tank
W 18 3788 N Gulley Rd Pump Station
W19 3370 S Coach Rd Pump Station
W20 2098 Woodcliff Rd(Springdale) Sure 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) Valve
W26 Township Tank Weather Station Weather Station
W27 17385 Blue Springs Rd(Goshen) Pump Station
W28 17970 Lake Se uo ah Rd Pump Station
W29 Beaver Water District SCADA Interface
WSOPC 2435 S Industrial Dr Water& Sewer Ops Center
MTROB 12141 Ed Edwards Rd Mt.Robinson Tower Site
E.1.7 Installation of the necessary Remote Terminal Units (RTUs) and equipment to acquire flow
information from the collection system via SCADA. Flow monitoring devices (up to 17 remote
locations)are scheduled to be installed by the City's Water and Sewer Division in 2011.
Appendix E - Page 3 of 4
Part 1 Page 20
E.1.8 Responsible for the maintenance of Mt. Robinson Tower Site, excluding the road; which includes
mowing and maintenance of the backup power generator, building, ground, and collision lamps.
Perform annual inspection of guy wire and visual inspection of the tower.
Appendix E - Page 4 of 4
Part 1 Page 21
Anaendix F
ENVIRONMENTAL PERMITS AND PROJECT CHARACTERISTICS
F.1 CH2M HILL will operate Project so that effluent will meet the requirement of NPDES permit No.
AR0020010 and AR0050288. CH2M HILL shall be responsible for meeting the effluent quality
requirements of City of Fayetteville's NPDES permit unless one or more of the following occurs:
• The Project influent does not contain Adequate Nutrients to support operation of Project
biological processes;
• Contains Biologically Toxic Substances which cannot be removed by the existing process and
facilities;
The flow, influent BODS, and/or suspended solids exceeds the Project design parameters which
are:
Noland WWTP West Side WWTP
Maximum Maximum
Annual Monthly Annual Monthly
Average Average Average Average
Flow(MGD) 11.2 16.9 10.0 17.8
BOD(lbs/d) 26,370 27,9 14,595 18,853
TSS lbs/d) 20,620 22, 60 210 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, CH2M HILL 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 Recovery Period
Parameters By Maximum
10%or Less 5 days
> 10%but<20% 10 days
20%and Above 30 days
Not withstanding 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,
then CH2M HILL will have a thirty (30) day recovery period after the influent is free from said
substances or contains Adequate Nutrients.
F.3 CH2M HILL 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.
Appendix F - 1 of 2
Part 1 Page 22
F.5 The estimate Costs for services under this Agreement are based upon the following Project
characteristics:
Annual Noland West Side
Average WWTP WWTP
Flow MGD 6.5 6.3
BOD(lbs/d) 13,739 9,313
TSS lbs/d) 12,101 11,795
The above characteristics are the actual twelve (12) months average 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 moving average, may constitute a change in
scope.
F.6 The current applicable environmental permits are as follows:
Permit AFIN No. Permit No. Expiration Date
NPDES -Noland 72-00102 AR0020010 05/31/11
NPDES-West Side 72-01033 AR0050288 11/30/10
No Discharge Permit-Noland 72-00829 4748-W 12/31/13
No Discharge Permit-West Side 72-01033 5028-W 06/30/14
Air-Hamestrin 72-01873 2179-A N/A
Air-West Side 72-01033 2178-A N/A
Stormwater No Exposure Certification Tracking No.
(NEC)-Noland 72-00102 ARROOC377 06/30/14
Stormwater No Exposure Certification Tracking No.
(NEC)-West Side 72-01033 ARR000390 06/30/14
Appendix F - 2 of 2
Part 1 Page 23
Annendix G
INDUSTRIAL WASTE DISCHARGES AND MONITORING PROGRAM
G.1 CH2M HILL 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.
G.1.2 Monitor the compliance status of the current Significant Industrial Users (SIU's)through
sampling, analysis, inspection, and record reviews. Issue notices of violation when
appropriate,and recommend appropriate enforcement action to City of Fayetteville.
G.1.3 Receive,review and act upon reports and notification from industrial users.
G.1.4 Prepare notice of violations and other enforcement documentation in accordance with the
Enforcement Response Plan in the State approved Industrial Pretreatment Program.
G.1.5 Track, determine,and publish industrial users in significant noncompliance.
G.1.6 Issue, revise, and renew industrial waste discharge permits for the SIU's.
G.1.7 Conduct an Industrial Waste Survey periodically to identify new,or significant, industrial
users in Fayetteville and in cities with which Fayetteville has interjurisdictional
agreements for waste treatment.
G.1.8 Assist City of Fayetteville with review and revision of local limits, the sewer use
ordinances,the pretreatment program,and interjurisdictional agreements.
G.1.9 Prepare and submit the Industrial Pretreatment annual report.
G.1.10 Maintain all industrial monitoring records for at least three(3)years.
G.1.11 Maintain open communication with the SIU's.
G.1.12 Keep City of Fayetteville informed of pretreatment activities and changes in regulatory
requirements.
G.2 Significant costs due to new or changed Federal, State or local regulations shall cause a change of
contract scope.
G.3 Industrial Waste Dischargers and Monitoring Program in City of Fayetteville,AR:
Industry Parameters Analyzed
Ayrshire Electronics,LLC
1101 S.Beechwood Copper, lead,zinc
Fayetteville,AR 72701
Custom Powder Coating Services, Inc.
Cadmium, chromium, copper, lead,nickel,
1629 W. Farmington St.
Fayetteville,AR 72701 silver, zinc, cyanide
Elkhart Products Corporation Chromium, copper, lead,nickel, zinc, oil&
3265 Highway 71 South
Fayetteville,AR 72701 grease
Appendix G - 1 of 2
Part 1 Page 24
Industry Parameters Analyzed
Hiland Dairy Company
301 E. 15`h Street Biochemical oxygen demand,total suspended
Fayetteville,AR 72701 solids, phosphorus,pH, oil&grease
Marshalltown Tools Cadmium, chromium, copper, lead,nickel,
2200 Industrial Drive
Fayetteville,AR 72701 silver,zinc,cyanide
Pinnacle Foods Corporation Biochemical oxygen demand,total suspended
1100 W, 15 Street solids,phosphorus,pH,oil&grease
Fayetteville,AR 72701
Superior Industries International
Arkansas,LLC Cadmium,chromium, copper, lead,nickel,
1901 Borick Drive silver,zinc, cyanide
Fayetteville,AR 72701
Tyson Foods,Inc. Biochemical oxygen demand,total suspended
2615 S. School solids,phosphorus,pH, oil&grease
Fayetteville,AR 72701
Appendix G -2 of 2
Part 1 Page 25
Appendix H
VEHICLE AND MOBILE EQUIPMENT DESCRIPTION(ROLLING STOCK)
Unit# Unit Description Location Year
320 Ford F350 Super Du /Crane,Crew Cab West Side 1999
324 Ford F350 Super Du /Crane,Reg.Cab Paul R Noland 1999
325 Ford F350 Super Duty,Reg.Cab Paul R Noland 2000
Biosolids
339 Ford F-350, Flatbed Management Site 2002
Biosolids
340 Ford F-350 Management Site 2002
Biosolids
551 Ford 3930 Tractor Brushhog Management Site 1995
Biosolids
564 Ford/New Holland 8160 Load Tractor Management Site 1999
Biosolids
570 New Holland 8670 Tractor Mana ement Site 2000
Biosolids
581 New Holland TS100A Front End Loader Management Site 2004
Biosolids
582 New Holland 1412 Discbine Mower Conditioner Management Site 2004
Biosolids
583 New Holland 740 Round Baler Management Site 2001
Biosolids
588 New Holland B940A Large Square Baler Management Site 2005
Biosolids
589 New Holland 1412 Discbine Mower Conditioner Management Site 2005
644 New Holland 575E Backhoe/Loader Maintenance 2000
727 Dump Truck Paul R Noland 1995
Biosolids
741 Mack Tractor Management Site 1996
751 Sterling LT9500 Truck West Side 2006
753 Kenworth Semi Tractor Paul R Noland 1999
754 Kenworth T800 Semi Tractor West Side 1999
755 Kenworth T800 Semi Tractor Paul R Noland 2000
Biosolids
806 Case 1150G Bulldozer Management Site 1995
818 Caterpillar P5000LP Forklift West Side 2008
Biosolids
927 Parker 24'Gooseneck Trailer Management Site 1991
Biosolids
959 Bush Hog 2620 Cutter Management Site 1995
966 P.J.Trailer, 18FT Biosolids 1996
Appendix H - 1 of 3
Part 1 Page 26
VEHICLE AND MOBILE EQUIPMENT DESCRIPTION(ROLLING STOCK)
Uni�# Unit scription Location Year
Management Site
Biosolids
969 LO-Bo 25T-36FT Trailer Mana ement Site 1996
Biosolids
988 Hesston Wheel Rake Mana ement Site 1998
Biosolids
989 M&W Wheel Rake Mana ement Site 1998
992 ATV-Polaris S ortsman 4X4 Paul R Noland 1998
Biosolids
1052 Ford Explorer Mana ement Site 1999
1092 Ford Explorer XLT Paul R Noland 2002
2004 Ford 4X4 Ranger XLT West Side 1997
2007 Ford 4X4 Ranger XLT Ops Bld 1997
2103 Ford 4X4 F150 Extended Cab West Side 2006
3820 2006 Kawasaki Mule 4x4 West Side 2006
4318 2006 Kawasaki Mule 4x4 West Side 2006
Biosolids
5000 New Holland 1412 Discbine Mana ement Site 2006
Biosolids
5001 John Deere 6615 Tractor Management Site 2007
Biosolids
5002 John Deere 6615 Tractor Management Site 2007
Biosolids
5003 New Holland 740 Round Baler Management Site 2007
Biosolids
5012 Unit 5012 NHT6030 Mana ement Site 2009
9021 Volvo Penta 400 KW-Trailer Mounted Generator Lift Station 12N 2001
Biosolids
9024 Hesston GEHL WR-522 Wheel Rake Management Site 2001
9025 Volvo Penta 400 KW-Trailer Mounted Generator Lift Station22 2001
9031 Work Horse Paul R Noland 2001
9034 Yale 5000#Fork Lift Paul R Noland 2002
9037 Work Horse Paul R Noland 2002
9083 Lufkin ULD-38 Trailer West Side 1999
9088 Lufkin ULD-38 Trailer West Side 2006
9104 Lufkin ULD-38 Trailer West Side 2004
9105 Lufkin ULD-38 Trailer Paul R Noland 2004
9106 Lufkin ULD-38 Trailer Paul R Noland 2004
9111 Clement Star-Lite Trailer Paul R Noland 2009
9124 Thompson 6"Diesel Power Pum /Trailer Paul R Noland 2009
Appendix H - 2 of 3
Part 1 Page 27
Appendix I
BASE FEE ADJUSTMENT
I.1 Electrical costs will be adjusted by actual increases from power supplier.
I.2 The Base Fee adjustment formula is as follows:
ABF=BF x(1 +AF)
Where:
BF = Base Fee specified in Appendix D
ABF Adjusted Base Fee
AF Adjustment Factor as determined by the formula:
AF = .5 (ECI+CPI)
ECI = The twelve month percent change (from the third quarter of the prior
year to the third quarter in the current year) in the Employment Cost
Index for Total Compensation for Civilian Workers, Not Seasonally
Adjusted as published by U. S. Department of Labor, Bureau of Labor
Statistics in the Detailed Report Series ID: CIUI O10000000000A.
CPI = The twelve month percent change (from October of the prior year to
October of the current year) in the Consumer Price Index for All Urban
Consumers,Not Seasonally Adjusted as published by U.S. Department of
Labor, Bureau of Labor Statistics in the CPI Detailed Report Series
Id: CUUROOOSA0.
Appendix H - 3 of 3
Part 1 Page 28
CITY COUNCIL AGENDA MEMO
Tayetrel 1e MEETING DATE OF NOVEMBER 16,2010
THE CITY OF FAYETTEVILLE,ARKANSAS
ARKANSAS
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jurgens, Utilities Director Q�
Fayetteville Water and Sewer Comm t e
Date: October 22, 2010
Subject: Approval of the purchase of a Flow Injection Analysis instrument, from HACH Company for
$49,364.56 plus tax, Bid 10-65
RECOMMENDATION
Staff recommends approval of bid#10-65 for the purchase of a Flow Injection Analysis instrument, which
includes PC hardware and software, setup, and training from HACH Company for$49,364.56 plus tax. The
estimated price with tax is $53,930.78.
BACKGROUND
The Flow Injection Analysis instrument with an in-line heating and sequential digestion unit is capable of
performing analyses for total phosphorus, nitrogen as nitrate, and other cation and anion parameters. Based on
preliminary input from the Arkansas Department of Environmental Quality, it is anticipated that the next
NPDES permit for the West Side will contain requirements for Nitrate-Nitrite and may also contain the
requirement of 0.1mg/I Total Phosphorus. This instrument will provide the wastewater treatment laboratory
with the capability of analyzing for low level phosphorus and nitrate-nitrite in samples taken from within both
the Noland and West Side Wastewater Treatment Facilities.
DISCUSSION
The City received one bid on October 20, 2010 from HACH Company for $49,364.56. The said bid meets the
minimum specification requirements. Although there was only one bidder, the price is within the expected
range.
BUDGETIMPACT
Funds for the Flow Injection Analysis instrument are available in the Wastewater Treatment Plant CIP—Plant
Pumps and Equipment project.
Telecommunications Device for the Deaf TDD(479)521-1316 Part 1 Page 29 113 West Mountain-Fayetteville,AR 72701
BID: 10-65
DATE:Y 10/20110 C\1J TIME: 2:000PMPM
ARKANSAS CITY OF FAYETTEVILLE
Bid 10-65, Flow Injection Equipment
BIDDER �TE
1 Hach Company Hach Co - Lachat Inst QuikChem 8500 Series 2 $49,364.56
*NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials.
CERTIFIED: �o p
P. VICE, PURCH MGR WITNESS DTE
Part 1 Page 30