HomeMy WebLinkAbout143-84 RESOLUTION7
RESOWTI ND. 143-84
w
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE AMENDED TASK ORDER NO. 3 TO THE CITY'S
BASIC AGREEMENT WITH CH2M HILL SOUTHEAST, INC.,
DATED JULY 20, 1983, FOR IMPROVEMENTS TO THE CITY'S
WASTEWATER TREATMENT PLANT TO PROVIDE NECESSARY
ENGINEERING SERVICES ON THE PILOT PLANT STUDY
REQUIRED BY THE UNITED STATES ENVIRONMENTAL PROTECTION
AGENCY.
BE IT RESOLVED BY TBE BOARD OF DIRECTORS OF TBE CITY OF FAYE11EVIUE,
ARKANSAS:
That the Mayor and City Clerk are hereby authorized and directed
to execute Amended Task Order No. 3 to the City's basic agreement
with CH2M Hill Southeast, Inc., dated July 20, 1983, for improvements
to the City's Wastewater Treatment Plant to provide necessary engineering
services on the pilot plant study required by the United States Environ-
mental Protection Agency. A copy of Amended Task Order No. 3 authorized
for execution hereby is attached hereto marked Exhibit "A" and made
a part hereof.
PASSED AND APPROVED this 7th day of December , 1984.
4.
9
AMENDED TASK ORDER NUMBER 3
PILOT PLANT SERVICES
• 11
Task Order Number 3 amends the basic agreement executed
between CH2M HILL SOUTHEAST, INC. (Engineer), and the CITY
OF FAYETTEVILLE, ARKANSAS (Owner), on the 20th day of July,
1983.
ARTICLE 1
In response to a requirement of EPA and the ADPC&E, a pilot
plant study will be conducted to verify performance not
sufficiently tested and assess the operational
characteristics of the A/O process for Fayetteville. The
results of this study will be used to modify the design
basis, if required.
The study will be designed to begin operation in the winter
of 1985 with at least six months of operation. Two
operating periods are anticipated from January through April
and from July through August of 1985. .Actual operation will
depend on climatic conditions. More specifically the
schedule of milestones to be reached from the date of
project authorization is as follows:
o Draft Work Plan Submittal
o Equipment Delivery
o Initial Plant Start-up
o Pilot Plant Operation
o Final Report
October 1, 1984
November 1, 1984
December 1, 1984
January 1, 1985
February, 1, 1986
This project will be divided into five phases: Planning
Phase, Installation Phase, Startup and Acclimation Phase,
Operation Phase, and Report Phase.
The Engineer will be assisted by McClelland Consulting
Engineers and Air Products. Additionally, a nationally
recognized expert in biological treatment will be retained
to provide an independent overview report directly to the
Owner.
The size of the pilot plant will be dictated by the
availability of equipment and the rigorous schedule imposed
on the study. The anticipated flow rate is 1 to 2 gpm of
waste flow.
The scope of work is more fully described in Appendix A,
attached.
ARTICLE 2
As consideration for providing the services enumerated in
Article 1 above, the Owner shall pay the Engineer a lump sum
- IT_„ 1
FAHIBA
•
amount of_$393-,`-402: If work beyond the scope of work de-
scribed in Appendix A is required, the work scope shall be
amended in writing and payment made on the basis of payroll
cost plus 162% of payroll cost plus direct project expenses
plus 15% for profit.
ARTICLE 3
Payment to the Engineer for services provided as described in
Article 1 is due to be made within 30 days after date of
billing.
ARTICLE 4
The provisions of EPA 40 CFR 33.1030, which is attached as
Appendix B to this Agreement, are hereby made a part of this
Agreement.
ARTICLE 5
IN WITNESS WHEREOF, the parties hereto each herewith sub-
scribe the same in triplicate.
FON" CITY
By
l�iJ
(Name)
Attest:
jd/CGT2/027
ea
YETTEVILLE„ ARKANSAS
F S
le)
FOR CH2M HILL SOUTHEAST, INC. /�
By: ; ..4.„...._(//�fi (7
( e (Title)
Dated this -��� day of11'"� , 1984
-2-
14
C
•
•
Engineers
® Planners
Economists
® Scientists
November 30, 1984
MG18761.A0.06
Mr. Larry Wilson
Arkansas Department of Pollution
Control and Ecology
8001 National
Little Rock, Arkansas 77209
Re: Wastewater Treatment Facilities - Pilot Plant
Study Fayetteville, Arkansas C-050366-11-0
Dear Mr. Wilson:
4
Enclosed is a copy of our Work Plan and contract for the
Fayetteville, Arkansas Pilot Study. These items reflect
comments by ADPC&E and EPA in the meeting held Thursday,
November 29.
The pilot plant is now in the acclimation phase. We intend
to have Dr. Joh Kang at the plant next Thursday for his
initial review of the facility. If any of your staff desires
to look at the facility, we will be at the plant Thursday
afternoon at 2:00 p.m.
If there are questions on this matter, please do not hesitate
to call.
Very truly yours,
Stephen R. Gelman, P.E.
Project Manager
jd/SRGI/035
Enclosure
cc: Ancil Jones/U.S. EPA Region VI (w/enclosure)
Vernon Rowe/tMcClelland iW enclosure -)n
Ed Barth/U.S. EPA Merl Cincinnati (w/enclosure)
Bob Franzmeier/City of Fayetteville (w/enclosure)
Mike Laurence/City of Fayetteville (w/enclosure)
Glen Daigger/CH2M HILL (w/enclosure)
CH2M HILL, INC. Montgomery Office 807 S. McDonough Street Montgomery, Alabama 36104 205.834.2870
i.
APPENDIX A
WORK SCOPE AND BUDGET
FAYETTEVILLE PILOT PLANT STUDY
INTRODUCTION
Background
This work plan outlines a proposed pilot plant program for the
Fayetteville, Arkansas, Wastewater Treatment Plant (WWTP).
The pilot plant is requested by the EPA on the basis that the
treatment process selected has limited operational data
available to verify performance and includes enough risk to
warrant a pilot plant to demonstrate that the selected
treatment process will work under anticipated'environmental
conditions. The selected treatment process includes
biological nitrification and phosphorus removal in a single
activated sludge system using a variation of the A/O process
currently marketed by Air Products and Chemicals, Inc. (APCI),
Allentown, Pennsylvania.
Communications with the EPA and State of Arkansas Department
of Pollution Control and Ecology (ADPCE) officials indicate
the following list of potential objectives for the pilot plant
study:
1. To demonstrate the ability to obtain simultaneous
nitrification and biological phosphorus removal
during wintertime (cold temperature) operation.
2. To demonstrate the impact of nitrified mixed liquor
from the oxic to anoxic stage for denitrification
with special emphasis on optimizing the effects of
alkalinity.
3 To determine the impact of all side streams from the
solids processing area on process performance.
4. To determine chemical requirements to remove the
remaining phosphorus in the biological process
effluent and the impacts of these chemical additions
on the operation of the tertiary filters and sludge
disposal, as well as the impact of sludge recycle to
the anaerobic basin.
Alternatives
Two alternatives were investigated to accomplish the four
potential objectives listed above:
1. Construction of a specially designed 15-gpm pilot
plant and operation for a 12 -month period. Both
A-1
cl
4y
cold -weather operation and warm -weather operation
would be simulated. A 4-ft2 pilot filter would
also be operated periodically to assess the perfor-
mance and impacts of filter operation.
2. Use of a one-gpm mobile pilot plant which can be
modified to be available from APCI for a period of
12 months to simulate both cold -weather and
warm -weather operating conditions. Jar testing
would be used to estimate the chemical requirements
for polishing the effluent phosphorus concentration
and to evaluate the need for a continuous
pilot -scale filter and, if found to be required,
determine the effects of sludge recycle to the
anaerobic basin.
These two alternatives were reviewed internally and a deci-
sion was made to use the one-gpm mobile pilot plant. Reasons
for this selection include:
1. The 15-gpm specially designed pilot plant would
take longer to design and construct than the time
required to modify, move in, and set up the one-gpm
mobile unit. Since construction of the full-scale
plant will be occurring concurrently with this
pilot plant study, it is crucial that data be
collected during the cold weather in the 1984-1985
winter season. The longer time required for the
15-gpm unit could jeopardize the possibility of
obtaining cold -weather data during the winter of
1984-1985.
2. Examination of the design of the full-scale plant
indicates that recycle streams should have only a
negligible impact on the biological treatment
process. The principle recycles include gravity
thickener (primary sludge only) overflow, dissolved
air flotation thickener (waste activate sludge
only) subnatant, and effluent filter backwash. Of
these, gravity thickener overflow and dissolved air
flotation subnatant are not expected to contain any
more soluble BOD or phosphorus than primary efflu-
ent, and consequently, should not adversely affect
the biological system. Effluent filter backwash
will be returned ahead of primary treatment, where
some of the solids will be removed in the primary
clarifiers for discharge directly to the aerobic
digesters. The aerobic digesters will not be
decanted, and all digested sludge will be
land -applied.
3. Discussions with EPA Cincinnati indicated that the
EPA is primarily concerned about Objectives 1 and 2
A-2
,40
•
•
listed above and that the one-gpm pilot plant should
be adequate to address these primary objectives.
4. The 15-gpm alternative is estimated to cost about
$210,000 more than the cost of the one-gpm
alternative.
OBJECTIVES
Based on the considerations listed above, the following
specific pilot plant study objectives are:
1. To operate a one-gpm pilot plant in a fashion which
simulates the design loading and operating conditions
for the Fayetteville variation of the A/O process to
determine the effluent ammonia, soluble and total
phosphorus, BOD, and CBOD concentrations which can
be achieved.
2. To demonstrate the feasibility of nitrified mixed
liquor recycle (for denitrification and alkalinity
recapture) and its impact on nitrification.
3. To conduct jar tests to determine the supplemental
chemical requirements and to select the best
chemical injection point to polish the biological
process effluent to meet effluent total phosphorus
standards (Table 1). Pilot -scale filtration may be
conducted based on future requirements of ADPC&E
following data review. Filtration studies are not
included in this work scope and budget.
4 If pilot -scale filtration studies are conducted,
recycle stream will be piloted and a determination
made on all aspects of the process.
APPROACH
Perspective
The new Fayetteville WWTP will have a design capacity of 17
mgd (11,800 gpm), while the pilot plant will have a design
capacity of about one gpm for a scale -down factor about
12,000:1. The number of stages per train will be identical.
Description
A listing of the unit sizes and design factors for the
full-scale facilities is shown in Table 2. Unit sizes and
design factors for the pilot plant are shown in Appendix C.
simplified flow diagram showing the number of process units,
their arrangement, and recycle streams is shown in Figure 1.
A-3
•
Parameter
:7
Table 1
EFFLUENT STANDARDS
(Dec. to March) (April to Nov.)
(mg/L) (mg/L)
30 -Day Average TSS 5 5
30 -Day Average BOD 5 5
30 -Day Average NH3-N 10 2
30 -Day Average TP -P 1 1
Dissolved Oxygen 10.2 7.8
3h/SR I/d.102
Full -Scale WWTP Item
FLOW, mgd
PRIMARY CLARIFIERS
HOR, gpd/sf
HRT, hr
BIOLOGICAL TREATMENT
BASINS
Anaerobic
HRT,hr
Anoxic
HRT, hr
w/o recycle
w/recycle
(100-300%)
Table 2
FULL-SCALE DESIGN FACTORS
Number and Size
2 @ 100' dia x 14' SWD
Volume
2 x 0.82 x lg6
= 1.64 x 10 gal
3-4/train @ 6 x 102,700
30' x 30' x 15.25' SWD = 616,200 gal
3-2/train @
30' x 30' x 15.25' SWD
Oxic 4/train @
56' x 112' x 15.7' SWD
HRT, hr
SRT, days
MLSS, mg/L
RAS, mgd
SECONDARY CLARIFIERS
HRT, hr
SLR, lb/ft2/d
HOR, gpd/ft2
jh/SRGI/d.102
4 @ 100' dia x 14' SWD
6 x 102,700
= 616,200 gal
8 x 737,500
= 5.9 x 106 gal
4 x 0.82 x 1g6
= 3.28 x 10 gal
Design Conditions
Peak
Week
Annual Average
Average Day
11.4
725
3.5
1.3
1.3
0.7-0.3
17.0
1,080
2.3
0.9
0.9
0.4-0.2
W S W S
12.4 1:274- 8.3
10 5 10 5
2,530 1,520 3,500 2,070
5.8 3.5 11.9 7.0
6.9 6.9
11.4 6.0
363 363
4.6
26.9
540
4.6
13.2
540
0
-b
co0
t c3)
0
U
co t m.0
,3 U
O
a
U
U
LL
reseR
cri
1
CO
O
c
w
o
c-)
v
0
a
0
0
le— ami
1
11
11
11
11
0'
1
11
1
1
1
1
1
—• -11.• )0.
LL
O
LL
0
C f.
7
c
E aEc
c N
m
ct a o
a) min ��v ° co a. L'
o Mc
ow 'C y 0—c cf.-a) acp c
c`22 1/4-4 24 1'LL SYmmaNi>,C
co �U�m m (LL dQ mQ yHH ?Ocn cn mt
a
� Z'Z'ou �ccc .c,.a a<
~, EEccX.cpmy `
.Cc`<.P)Mg
a a acOcow0a¢5bO0ii0a00a°
1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
E V) U CO CO CO U LL CO u) Q U) LI- CO CO CO CO 0 cn aI-
"
aaaa 0ocn U¢ 3001.LC.
<a CO cai)° C7
c 0 0 0
0
O
a3 Z 0
FE. (CdU 13.)
1CD
00 >, =E
r
0
•
•
Procedures
The pilot plant will be operated continuously during the
start-up, acclimation, and demonstration operation period.
Seed sludge will be added to the system from an operation AO
plant pilot to speed up the acclimation.
The feed to the pilot plant will be full-scale primary
clarifier effluent with existing recycle streams diverted
downstream of the take -off point. Recycle stream flows have
been accounted for in the pilot plant design and operation.
AP personnel will be involved in pilot plant start-up and
acclimation. During the actual operation period the pilot
plant will be attended 5 days a week by CH2M HILL and
McClelland Engineers staff. The planned staffing is for 40
hours a week by CH2M HILL's process engineers and 20 hours a
week by McClelland's technician. Weekend coverage will be
the minimum necessary to ensure continued operation of the
facilities.
Composite samples will be collected at selected sample points
with 24-hour composite samplers and will be collected on a
preselected flow proportional basis (to simulate actual
diurnal loadings). Additional information on the sampling,
testing, and influent flow rate variation is included in
Appendix B, Experimental Work Plan.
CH2M HILL will analyze data as it is collected and will make
process adjustment determinations. An independent consultant
will be retained by the City of Fayetteville to visit the
pilot plant and to provide an independent review of the
operating data and the pilot plant summary report. The
independent consultant will be retained during the start-up
period to advise on QA/QC procedures and to review planned
operations.
PROJECT ORGANIZATION
All services required for the pilot plant studies shall be
coordinated by Robert Franzmeier, Project Director. CH2M
HILL (Engineer) and its subcontractors Air Products (AP) and
McClelland Consulting Engineers (subcontractor) shall provide
the necessary engineering services. Escom Laboratories shall,
provide analytical services under a direct contract with the
City of Fayetteville (City). Joh Kang (Consultant) of
McNamee, Porter, and Seeley shall provide a separate overview
role to be more fully described in the work scope.
The pilot plant is provided by APCI. All refurbishing,
installation, mechanical start-up, and biological acclimation
shall be their primary responsibility. Following biological
acclimation AP shall be responsible only for mayor pilot
A-4
•
plant maintenance and consulting on an as -requested basis.
AP will not maintain full-time presence during the operation
and later phases of the project.
The Subcontractor will provide cost effective local support
during pilot plant installation and operation, and will
assist in writing the final report.
Coordination of all services will be the responsibility of
the Project Director, acting for the City.
The organization chart for the project is shown on the
following page.
Project Responsibilities
A brief narrative follows describing the responsibilities of
each member of the project team.
Project Director
The responsibility of the Project Director is to provide
overall project coordination, provide communication between
the City, Engineer, Consultant, Escom Labs, and the Regu-
latory Agencies.
Independent Project Consultant
The Independent Project Consultant will provide general
oversight through review of the work plan, monthly and final
reports, and will make three site visits. The Consultant
will also be responsible for over sight for the QC/QA
program. A final report will be prepared and presented to
the City.
Escom Laboratories will provide to the project direct as well
as QC laboratory services to specifically QC the field
analyses in accordance with the following schedule:
Analytical Test Program
Tests Per Week
Parameter Operation Interim QC
TKN 4 2
NH3 12 6
NO3 14 7
TSS
TP 14 7
Ortho P 16 8
BOD 28 14
MLSS/MLVSS --
VSS --
A-5
6
5
5
W
J
J : 0
W *a d
FIN n E
Io- d N
UJ M
A.i
u. Vis
0 o a
cc
0
ti
ti
J V
Z01
W
O G t
3
o
C c
as
W
a
f� (7
CC
Z Z
J O
a I-
1-
0
tiO a
o
ins
y
W
CC
J
3,12
J 1-
V z
Z J~
a�
HS
00
JZ
W H
J ¢
JN
W z
H¢
1- C7
w0
›-O
Coordination of samples and data reporting will be the
responsibility of the Engineer.
Engineer
The Engineer shall have overall technical responsibility for
the project. This responsibility will be carried out by the
following as follows:
Principal -in -Charge. Responsible to make sure that the
resources of CH2M HILL are made available to the project
in a timely and efficient manner. Responsible for
seeing that the overall objectives of the project are
met.
Project Manager. Responsible for developing and execut-
ing the project plan. The project manager shall be
responsible for coordination of all Subcontract and APCI
services and coordinating with the Project Director on
all project matters.
Process Consultant. Responsible to see that the pilot
plant is operated in accordance with the WWTP design
basis, interpret results, assist in pilot plant op-
erations, and to provide general technical assistance to
the project manager.
Process Engineer. Responsible for day-to-day services
during the operations phases.
Subconsultant
The subconsultant was chosen to provide services because of
the ability to provide timely and cost effective local
assistance. The Subconsultant will provide staff to the
Engineer in the following areas:
Subconsultant Coordinator - Responsible for coordination
of all local activities and will attend project meetings
and assist in writing the final report. He will be
responsible to see that the resources of the Subconsul-
tant are made available to the project in a timely and
cost-effective manner.
Lead Engineer - Responsible for local engineering
principally during the start-up, acclimation and opera-
tional phases. During the interim operational phase
will be responsible for the pilot plant operation.
Technician - Responsible for onsite assistance on a
day-to-day basis during the installation, acclimation,
and operations phases. He will assist on a daily basis
during the interim operations period.
A-6
•
•
PROJECT PHASES
The project is divided into the following five phases;
planning, installation, acclimation, operation, and final
report. Each of these phases is discussed below.
Planning Phase
The initial project phase is a planning phase in which
project scope and activities are defined. Tasks in this work
phase include:
1. Development for project work plan
2. Development of project budget as scheduled
3. Provision for local pilot plant arrangements
including electrical and plumbing service
4. Development of subcontractor working agreements
5. Attendance of client, EPA, and ADPC&E meetings to
review and further define work scope and project
work plan
6. Development of independent consultant procurement
7. Development of lab procedures and protocols
Installation and Acclimation Phase
APIC will have primary responsibility to install the pilot
plant at the Fayetteville Wastewater Treatment Plant (WWTP).
It is anticipated that this effort will take 14-21 days after
the pilot plant arrives onsite.
The pilot plant will receive primary clarifier effluent from
the existing facility. Vacuum filter filtrate will be
removed from the primary effluent so that this waste stream
will be compatible with the proposed full-scale primary
effluent stream. Modification to remove the filtrate line
and replacement of the filtrate pumps will be undertaken
during this phase of the work.
Specific tasks to be completed under this phase include:
1. Rerouting of vacuum filter filtrate line
2. Electrical hookup to pilot trailer
3. Field hookup of pilot components including inter-
connecting piping, unit leveling, electrical
4. Instrumentation calibration and checkout
5. Hydraulic testing of units
6. Sampler setup
A-7
•
Acclimation Phase
Following hydraulic chedkout of the pilot plant, approximate-
ly one-month acclimation period will begin. The purpose of
this phase is to develop microorganisms suited for biological
removal of nitrogen and phosphorus and to begin to adjust
plant operation to goal conditions (solids retention time,
hydraulic retention time, aeration requirements, solids
recycle rates, etc.). Approximately 2-3 sludge ages are
required to acclimate the plant to the point where useable
data can be taken.
Activities planned for this work phase include:
1. Introduction of primary clarifier effluent to
system
2. Establish flows, recycled rates, solids wasting
rate
Establish sampling procedures
II 4. Initial data collection to assess progress of
acclimation
5. Training of operators
APCI will have a technician/operator onsite full-time during
the acclimation period. This period is critical to the
establishment of a biomass to accomplish phosphate and
nitrogen removal. APCI's familiarity with the process. and
their equipment will greatly facilitate this process.
Active biological solids from an operating A/O system will be
used to seed the pilot plant to expedite acclimation.
The Engineer's and Subcontractor's personnel will also be
involved in this phase. Their primary tasks will be to
become familiar with pilot plant equipment, process op-
erations, and control systems and to assist APCI staff in the
pilot plant operation.
Operation Phase
This phase of the project will begin following biological
acclimation, hopefully prior to January 1, 1985. The Engi-
neer will be fully responsible for this phase of the project,
assisted by the Subcontractor.
A total of six months of pilot plant operations are budgeted
and planned for. The anticipated schedule is as follows:
Winter Operation January 1 - May 1
A-8
Interim Operation
Summer Operation
Interim Operation
May 1 - July 1
July 1 - September 1
September 1 -.December 31 (by
City forces)
The pilot plant will be operated by a process engineer and
technician during the operation phase. Each will work a five
day, 40 hour week with schedules developed to maximize
coverage of the pilot plant during the week, based on
operational requirements.
During the interim operation period, May 1 through July 1, the
pilot plant will be operated to maintain biological activity
with reduced sampling with only the technician working 1/2
time, assisted by WWTP staff as needed. City forces will
operate the pilot plant in a similar manner during the second
interim operation period, September 1 through December 31.
Sampling during this period is anticipated to be reduced 50%
from the operational period schedule.
Monthly summary reports and data review will be prepared
during the course of the study. These will allow ongoing
process evaluation and assist in establishing process
modifications required for further study.
Report Phase
Two interim reports are planned. The first report will be
mid-May after approximately 4 months of operation. The second
summary report will be presented in mid-September 1985
summarizing the second period of operation (2 months) . A
final report will be presented by January 30, 1986,
summarizing the entire pilot study.
General Project Tasks
Over the course of the project study, several tasks will
occur. These include project management, senior process
review, client, EPA, and ADPC&E meetings, and data management.
jd/CGT2/027
A-9
11
PROJECT BUDGET
The total budget planned for the work
$475,000 divided as follows:
Independent
Escom Lab
Engineer
A detail of each of
Consultant
Labor Category
Class 9
Class 8
Class 4
Consultant
these follows:
Hours
16
245
260
Overhead - 134%
Total Overhead and Labor
Expenses
5 air fares @ 670
5 car rentals @ 45
5 days @ 21.25/day
Total Expense
Profit
Total
Escom Labs
Parameter
TIN
NH3
NO3
TSS
TP
Ortho P
BOD
MLSS/MLVSS
VSS
scope described is
$ 30,000
51,598
393,402
Hourly Rate
31.83
22.13
14.15
Lab Costs
Unit Price Tests
15.00
15.00
7.50
8.00
15.00
12.50
15.00
16.00
16.00
Assume 15% additional test on a non-
scheduled basis
A-10
Total
130
390
455
195
455
520
910
160
160
Cost
509
5,422
3,679
9,610
12,878
$22,488
$ 3,350
225
106
$ 3,681
3,831
$30,000
Cost($)
$ 1,950
5,850
3,413
1,560
6,825
6,500
13,650
2,560
2,560
$44,868
$ 6,730
$51,598
•
•
Engineer
The cost for the Engineer includes Subcontractor and APCI
costs and is broken down by phases as follows:
PLANNING PHASE
Engineer Man Days $/Man Day $
E-4 Project Manager 31 149 4,619
E-7 Project Administrator 7 225 1,575
E-5 Project Consultant 18 171 3,078
0 - Office 3 66 198
TE -2 Technician 4 84 336
9,806
Subconsultant Man Days $/Man Day $
Subconsultant Coordinator 12 226 2,712
Lead Engineer 7 142 994
Technician 2 109 218
3,924
Labor Escalation
None - All activity in 1984
Overhead
Engineer - 9,806 x 1.62 = 15,885
McClelland - 3,924 x 1.10 = 4,316
Total Labor this Phase $33,931
INSTALLATION AND ACCLIMATION PHASE
Engineer Man Days $/Man Day $
E-4 Project Manager 21 149 3,129
E-7 Project Administrator 6 225 1,350
E-5 Project Consultant 6 171 1,026
E-2 Process Engineer 15 118 1,770
7,275
Subconsultant Man Days $/Man Day $
Subconsultant Coordinator 2 226 452
Lead Engineer 7 142 994
Technician 21 109 2,289
3,735
A-11
it
•
Labor Escalation
None - All activity in
1984
Overhead
Engineer - 7,275 x 1.62 = 11,785
McClelland - 3,735 x 1.10 = 4,109
AP
Transport, hook-up, and installation
Acclimation
Engineer
Total this Phase
OPERATIONS PHASE
Man Days
$/Man Day
y
•
13,050
16,171
29,221
$56,125
E-4 Project Manager
E-2 Process Engineer
E-7 Project Administrator
E-5 Project Consultant
Subconsultant
59
140
15
25
Man Days
149
118
225
171
$/Man Day
8,791
16,520
3,375
4,275
32,961
Subconsultant
Lead Engineer
Technician
Coordinator 13
26
176
Labor Escalation
Engineer
McClelland
Overhead
Engineer
McClelland
AP
- 32,961 x 1.04 = 34,279
- 25,814 x 1.04 = 26,846
- 34,279 x 1.62 = 55,532
- 26,846 x 1.10 = 29,531
Maintenance
Tear down & shipping
Total
$15,000
6,000
$21,000
226
142
109
2,938
3,692
19,184
25,814
this Phase $167,188
A-12
REPORT PHASE
Engineer
Man Days
$/Man Day
$
E-4
Project Manager
25
149
3,725
E-7
Project Administrator
4
225
900
E-5
Project Consultant
5
171
855
E-2
Process Engineer
15
118
1,770
O -
Office
27
66
1,782
T-3
Draftsman
12
84
1,008
10,040
Subconsultant Man Days $/Man Day $
Senior Consultant 12 226 2,712
Office 3 58 174
2,886
Labor Escalation
Engineer - 50% in 1985; 50% in 1986
10,040 x 1.04 x .50 + 10,040 x 1.04 x 1.05 x .50 = 10,703
G
McClelland - 50% in 1985; 50% in 1986
2,886 x 1.04 x .50 + 2,886 x 1.04 x 1.05 x .50 = 3,077
ftvr rhrnti
Engineer -
10,703 x
1.62
= 17,339
McClelland
- 3,077 x
1.10
= 3,385
Total
this
Phase $34,504
Expense (All Phases)
Engineer
Trips
Staff
No•
Rate ($)
$
MGM
- FYV
Project
Manager
16
540
8,640
MGM
- FYV
Project
Admin.
4
540
2,160
MGM
- FYV
Process
Engineer
4
540
2,160
DNV
- FYV
Project
Cons.
5
650
3,250
16,210
Per Diem
Process Engineer
Apt. 8 months @ $400/mo $ 3,200
Meals 200 days @ $20/day 4,000
Total Per Diem Expense $ 7,200
. ■
A-13
4
Other
60 man days @ $75/day
60 rental car @ $45/day
Total Other Expense
Miscellaneous
Telephone $300/mo x 8 mo
Copy/Repro 500 pg/mo x 8 mo x .10 pg
Postage & Freight
Computer
Word Processing
Final Report
Total Miscellaneous Expense
Total Expense
Inflation adjustment
1985 .75 (38,910) x 1.04 = 30,350
1984 .25 (38,910) 9,928
$40,278
$ 4,500
2,700
$ 7,200
$ 2,400
400
1,000
1,000
1,500
2,000
$ 8,300
$39,710
Subconsultant
Air Fare 8 trips FVY - LR @ $140 = $1,120
Rental Car 8 x $45 = 360
$1,480
Subcontract of electrical, plumbing, etc.
plant modification $15,193
Total Expenses $16,673
SUMMARY
Labor +
Overhead Expenses Profit
Engineer 162,605 40,278 31,477
Subcontractor 78,922 16,673 13,226
AP -- -- --
jd/CGT2/027
Total
234,360
108,821
50,221
$393,402
A-14
COST OR PRICE SUMMARY FORMAT FOR SUBAGREEMENTS UNDER U.S. EPA GRANTS
•Form
Approved
(See accompanying instructions before completing this form)
OMB
No. 158-RO144
PART
I -GENERAL
I. GRANTEE -
2. GRANT NUMBER
'
City of Fayetteville, Arkansas
C-050366-11-0 --
3. NAME OF CONTRACTOR OR SUBCONTRACTOR
A. DATE OF PROPOSAL
CH2M HILL Southeast
11/26/84
S. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR (Include ZIP
code)
6.
TYPE OF SERVICE
TO BE FURNISHED
807 S. McDonough Street
Pilot Plant Study
Montgomery, AL 36104
PART Il-COST
SUMMARY
ESTI-
MATED
HOURLY
ESTIMATED
TOTALS
7. DIRECT LABOR (Specify labor categories) -
HOURS
RATE
COST
All Labor - 1984 See Detail
is
E 7 081?
r n - '.
- 1985
39,501
C ry-J
zLL�����
- 1986
5.481
-
.
.`•�
.. .•
X81
".
DIRECT LABOR TOTAL:
.'1'_
.".11OFZ5CD"
"A••` �::'3�r• •t�y''y
E .62,063
ESTIMATED
fl. INDIRECT COSTS (Specify indirect cost pools)
RATE
x BASE =
To a Over ea
$
$ 100 542
',
ar
-
r.'
INDIRECT COSTS TOTAL:
^" �"r.t.,'^'=s "l�aly�i
- r_;:,t-_�q,_;-. .._ ..
E"9Y-^l 00 542
See Detail('
9. OTHER DIRECT COSTS
y
ESTIMATED
,.
,., v: .`.'
a. TRAVEL
COST
t.
,t }
$
I) TRANSPORTATION
(2) PER DIEM
•
TRAVEL SUBTOTAL:
°` �."
> " '
$
`"
EST.MATED
, xt"
. 'St...
b. EQUIPMENT. MATERIALS, SUPPLIES (Specify categories)
QTY
COST
COST
$
,.., .. a. _.
EQUIPMENT SUBTOTAL:
:'MNYK .
• 1JW?i>'+
-''
ESTIMATED
<„ .k.._ ..--.r• -;
C. SUBCONTRACTS
COST!
�,'M•'. r`
McClelland
$ 108 821
Air Products
50,221
�_.
{"•
Y.1>FYs.
$159042
SUBCONTRACTS SUBTOTAL:
EST MATED
A'
d. OTHER (specify categories)
COST
..... ... 4` \i jifn
Adjusted Expenses OTHER SUBTOTAL:
'+• •r''`
^Iti ��"��
_'; $
e.' OTHER DIRECT COSTS TOTAL:
R.'
I.' •(� ��-�
$
$ 361,925
0. TOTAL ESTIMATED COST
31.477
kS
11. PROFIT
$393.402
Povc
1 c. I V I n r
PAGE I OF S
EPA Form 5700-41 (2-76)
Shcm•+Vbd
11MD fl..l EY_PnI A
PART III - PRICE SUMMARY
ti. COMPETITOR'S CATALOG LISTINGS, IN-HOUSE ESTIMATES, PRIOR QUOTES
MARKET
PROPOSED
(Indicate basis for price comparison)
PRICE(S)
PRICE
'Or
• � W.,frT 4y
`,
't -14i rte. �. +• M1
:.O.1.....�L:..fV
PART IV.CERTIFICATI0NS
14. CONTRACTOR
14s. HAS A FEDERAL AGENCY OR A FEDERALLY CERTIFIED STATE OR LOCAL AGENCY PERFORMED ANY REVIEW OF YOUR
ACCOUNTS OR RECORDS IN CONNECTION WITH ANY OTHER FEDERAL GRANT OR CONTRACT WITHIN THE PAST TWELVE MONTHS?
I YES Q NO (If "Yes" give name address and telephone number of reviewing office)
Defense Contract Audit Agency
San Francisco Region, Seattle Branch
14b .THIS SUMMARY CONFORMS WITH THE FOLLOWING COST PRINCIPLES
14c.
This proposal is submitted for use in connection with and in response to (I) City of Fayetteville
Arkansas — Pilot Plant Study
. This is to certify to the best of my knowledge
and belief that the cost and pricing data summarized herein are complete, current, and accurate as of
11/26/84
(2)� and that a financial management capability exists to fully and accu-
rately account for the financial transactions under this project. I further certify that I understand that the
subagreement price may be subject to downward renegotiation and/or recoupment where the above cost and
pricing data have been determined, as a result of audit, not to have been complete, current and accurate
as
of the date above.
(3) 11/26/84
DATE OF EXECUTION SIGNATURE OF ROPOSER
Project Manager
TITLE OF PROPOSER
14. GRANTEE REVIEWER
I certify that I have reviewed the cost/price summary set forth herein and the proposed costs/price appear
acceptable for siibngreement award.
oAffC_71984'
Z__
OA TE OF EXECUTION SIGNATURE OF gEVtEWER
TITLE OF REVIEWER
16. EPA REVIEWER (11 applicable)
DATE OF EXECUTION SIGNATURE OF REVIEWER
TITLE OF REVIEWER
FPA F"... Vnn.Al de.TXl
PAGE 2 OF 5
COST OR PRICE SUMMARY FORMAT FOR SUBAGREEMENTS UNDER U.S. EPA GRANTS Form Approved
(See accompanying instructions before completing this form) OMB No. 158-RO144
PART I -GENERAL
1. GRANTEE .. , .S�. 2. GRANT NUMBER
City of Fayetteville, Arkansas ' C-050366-11-0
3. NAME OF CONTRACTOR OR SUBCONTRACTOR 4. DATE OF PROPOSAL
McClelland Consulting Engineers, Inc, 11/26/84
S. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR (Include ZIP code) 6. TYPE OF SERVICE TO BE FURNISHED
1810 N. College Avenue Subcontract Engineering
P. 0. Box 1229 Services
Fayetteville, Arkansas 72701
PART II -COST SUMMARY
- ESTI- HOURLY ESTIMATED
7. DIRECT LABOR (Specify labor categories) MATED RATE COST TOTALS
HOURS
All Labor - 1984 - See Detail $ $ 7659
1985 ---
DIRECT LABOR TOTAL: -ff '. : - .t". $ 37,581M
ESTIMATED
E. INDIRECT COSTS (Specify indirect cost Poole) RATE x BASE - COST ":� s•'7+�.+r•q:.
Total Overhead (110%) $ $ 41,34('I"'fit • '-;' +� -
> y INDIRECT COSTS TOTAL: ≥.e• , f 41,340
/ L vl(,L.,t:C—r H" '
LT
\9. OTHER DIRECT COSTS See Detail
ESTIMATED
e. TRAVEL COST
Y
(1) TRANSPORTATION
(2) PER DIEM ^'' TRAVEL SUBTOTAL: ° S
' ESTIMATED %a �• a `�
b. EQUIPMENT. MATERIALS. SUPPLIES (Specify categories) QTY COST COST -
ESTIMATED
$ $ mP•
EQUIPMENT SUBTOTAL: .y '_ Y. 1:
ESTIMATED 'S R
C. SUBCONTRACTS
Plant Mechanical and Electrical Modifications
$15.193
r4
4x
SUBCONTRACTS SUBTOTAL: «- . ,+,,,, -
ESTIMATED
d. OTHER (Specify categories) COST
$
,a .s,�,ir"
Adjusted E enses OTHER SUBTOTAL: *y+.. -Fa, E
a ��A £, • r o.k
e. OTHER DIRECT COSTS TOTAL: ; - r „,b $
0. TOTAL ESTIMATED COST S 95 59
11. PROFIT $ 13 22
7
12. TOTAL PRICE 108,821
EPA Form 5700.41 (2.76) PAGE I OF 5
- emu no: ienvu.
PART III -PRICE SUMMARY
13.
COMPETITOR'S CATALOG LISTINGS, IN-HOUSE ESTIMATES, PRIOR QUOTES
MARKET
PROPOSED
(Indicate basis for price comparison)
PRICE(SI
PRICE
4
�£"��a_„^� .FixF*rte .. �s�.
✓% f n .
iA���.r ri..t�.
i
v +a.. e
f
PART IV -CERTIFICATIONS
14.
CONTRACTOR ,
14a.
HAS A FEDERAL AGENCY OR A FEDERALLY CERTIFIED STATE OR LOCAL AGENCY PERFORMED ANY REVIEW OF YOUR
ACCOUNTS OR RECORDS IN CONNECTION WITH ANY OTHER FEDERAL GRANT OR CONTRACT WITHIN THE PAST TWELVE MONTHS?
I
Q YES Q NO (11 "Yea" give name address and telephone number of reviewing office)
14b.THIS
SUMMARY CONFORMS WITH THE FOLLOWING COST PRINCIPLES
14c.
This groposal is submitted for use in connection with and in response to (1) City of Fayetteville
Arkansas, Pilot Plant Study This is to certify to the best of my knowledge
and belief that the cost and pricing data summarized herein are complete, current, and accurate as of
(2) 11/26/84 and that a financial management capability exists to fully and accu-
rately account for the financial transactions under this project. I further certify that I understand that the
subagreement price may be subject to downward renegotiation and/or recoupment where the above cost and
pricing data have been determined, as a result of audit, not to have been complete, current and accurate as
of the date above.
DATE OF EXECUTION SIGNATURE OF PROPOSER
Vice President
TITLE OF PROPOSER
14.
GRANTEE REVIEWER
I certify that I have reviewed the cost/price summary set forth herein and the proposed costs/price appear
acceptable for siibngreement award.
DEc 7 /9kYf ,.z_._
DATE OF EXECUTION SIGNATURE OF REVIEWER
TITLE OF REVIEWER
16.
EPA REVIEWER (If applicable)
DATE OF EXECUTION SIGNATURE OF REVIEWER
TITLE OF REVIEWER
tD.
C___ e.nn .
1•+r�•'� 1a -,c1 PAGE 2 OF 5
111F2440
•
FEDERAL REGULATIONS
Labor regulations (29 CFR Part 3). This
Act provides that each contractor or
subcontractor shall be prohibited from
inducing, by any means, any person
employed in the construction.
completion, or repair of public work, to
give up any part of the compensation to
which he is otherwise entitled. The
recipient shall report all suspected or
reported violations to EPA.
§ 33.1020 Minimum wage clause.
When required by the EPA assistance
program legislation, all construction (as
defined by the Secretary of Labor)
subagreements in excess of $2,000
awarded by recipients and any lower
tier shall include a provision for
compliance with the Davis -Bacon Act
(40 U.S.C. 276a to a-7) as supplemented
by Department of Labor regulations (29
CFR Part 5). Under this Act contractors
are required to pay wages to laborers
and mechanics at a rate not less than
the minimum wages specified in a wage
determination made by the Secretary of
Labor. In addition, contractors shall be
required to pay wages not less often
than once a week. The recipient shall
place a copy of the current prevailing
wage determination issued by the
Department of Labor in each solicitation
and the award of a subagreement shall
be conditioned upon the acceptance of
the wage determination. The recipient
shall report all suspected or reported
violations to EPA.
§ 33.1021 Work hours and safety
standards clause.
All subagreements in excess of 52,000
for construction contracts (as defined by
the Secretary of Labor) and in excess of
$2,500 for other subagreements which
involve the employment of mechanics or
laborers shall include a provision for
compliance with section 103 and 107 of
the Contract Work Hours and Safety
Standards Act (40 U.S.C. 327-330) as
supplemented by Department of Labor
regulations (29 CFR Part 5). Under
section 103 of the Act, each contractor
shall be required to compute the wages
of every mechanic and laborer on the
basis of a standard workday of 8 hours
and a standard workweek of 40 hours.
Work in excess of the standard workday
or workweek is permissible provided
that the worker is compensated at a rate
of not less than one and one half times
the basic rate of pay for all hours
worked in excess of 8 hours in any
calendar day or 40 hours in the
workweek, Section 107 of the Act is
applicable to construction work and
provides that no laborer ormechanic
shall be required to work in
surroundings or under working
conditions which are unsanitary,
hazardous, or dangerous to his health
and safety as determined under
construction, safety, and health
standards promulgated by the Secretary
of Labor. These requirements do not
apply to the purchases of supplies or
materials or articles ordinarily available
on the open market, or contracts for
transportation or tramsmission of
intelligence.
§ 33.1022 Patents, data, and copyrights
clause.
Subagreements shall include notice of
EPA requirements and regulations
pertaining to reporting and patent rights
under any subagreement involving
research, developmental, experimental
or demonstration work with respect to
any discovery or invention which arises
or is developed in the course of or under
such subagreement and of EPA
requirements and regulations pertaining
to copyrights and rights in data
contained in 40 CFR Part 30.
§ 33.1023 Violating facilities clause.
Subagreements in excess of 5300,000
shall contain a provision which requires
contractor compliance with all
applicable standards, orders, or
requirements issued under section 306 of
the Clean Air Act (42 U.S.C. 1857(h)),
section 508 of the Clean Water Act (33
U.S.C. 1368), Executive Order 11738, and
EPA regulations (40 CFR Part 15) which
prohibit the awarding of nonexempt
Federal contracts, grants, or loans to
facilities included on the EPA List of
Violating Facilities. The provision shall
require contractors to report violations
to the EPA.
§ 33.1024 Energy efficiency clause.
Subagreements shall follow
mandatory standards and policies on
energy efficiency which are contained in
the State energy conservation plan
issued in compliance with the Energy
Policy and Conservation Act (Pub. L. 94-
163).
§ 33.1030 Model subagreement clauses.
(a) Recipients must include, when
appropriate, the following fourteen
clauses or their equivalent in each
subagreement.
(b) Recipients may substitute other
terms for "recipient" and "contractor" in
their subagreements.
1. Supersession
The recipient and the contractor agree that
this and other appropriate clauses in 40 CFR
33.1030 or their equivalent apply to the EPA
grant -eligible work to be performed under
this subagreement and that these clauses
supersede any conflicting provisions of this
subagreement.
Environment Reporter
2. Privity of Subagreement
This subagreement is expected to be
funded in part with funds from the U.S.
Environmental Protection Agency. Neither
•
the United States nor any of its departments.
agencies, or employees is or will be a party to
this subagreement or any lower tier
subagreement. This subagreement is to be
subject to regulationcontained in 40 CFR
Part 33 in effect on the date of the assistance
award for this project.
3. Changes
(a) This clause ip paragraph (a/ applies
only to subagreements for construction.
(1) The recipient may. at any time, without
notice to any surety. by written order
designated or indicated to be a change order.
make any change in the work within the
general scope of the subagreement, including
but not limited to changes:
(i) In the specifications (including drawings
and designs):
(iilin the time, method, or manner of
performance of the work:
(iii) In the recipient -furnished facilities.
equipment, materials. services. or site: or
(iv) Directing acceleration in the
performance of the work.
(2) A change order shall also be any other
written or oral order (including direction.
instruction. interpretation or determination)
from the recipient, which causes any change,
provided the contractor gives the recipient
written notice stating the date.
circumstances, and source of the order and
that the contractor regards the order as a
change order.
(3) Except as provided in this clause, no
order, statement, or conduct of the recipient
shalt be treated as a change under this clause
or entitle the contractor to an equitable
adjustment.
(4) If any change under this clause causes
an increase or decrease in the contractor's
cost or the time required to perform any part
of the work under this contract, whether or
not changed by any order, an equitable
adjustment shall be made and the
subagreement modified in writing and, except
for claims based on defective specifications,
no claim for any change under paragraph
(a)(2) above shall be allowed for any costs
incurred more than 20 days before the
contractor gives written notice as required in
paragraph (a)(2). In the case of defective
specifications for which the recipient is
responsible. the equitable adjustment shall
include any increased cost reasonably .
incurred by the contractor in attempting to
comply with those defective specifications.
(5) If the contractor intends to assert a
claim for an equitable adjustment under this
clause, he must, within 30 days after receipt
of a written change order under paragraph (1)
of this change clause or the furnishing of a
written notice under paragraph (2) of this
clause, submit to the recipient a written
statement setting forth the general nature and
monetary extent of such claim. The recipient
may extend the 3D -day period. The statement
of claim may be included in the notice under
paragraph (2) of this change clause.
(6) No claim by the Contractor for an
equitable adjustment shall be allowed if
(Sec. 33.1030(b)] 52
C
C
C
•
EPA GRANTS
S-676
111:2441
made after final payment under this
subagreement.
(b1 The clause in this acragraph applies
only to subpgreernents for services.
(1) The recioient may, at any time, by
written order, make changes within the
general scope of this agreement in the
services or work to be performed. If such
changes cause an increase or decrease in the
contractors castor time required to perform
any services under this agreement, whether
or not changed by any order, an equitable
adjustment shall be made and this agreement
shall be modified in writing. The contractor
must assert any claim for adjustment under
this clause in writing within 30 days from the
dale of receipt by the contractor of the
notification of chance unless the recmient
grants additional time before the date of final
payment.
(2) No services for which an additional
compensation will be charged by the
contractor shall be furnished without the
written authorization of the recipient.
(c) This r'ause 1., paragraph Ica applies
only to subegreemerts for sapplies.
(1) The recipient may at any time, by a
written order. erd without notice to the
srelics. make changes, within the general
scope of this subagreement, in any one or
more of the following:
(i) Drawings. designs, or specifications.
where the supplies to be furnished are to be
specially manufactured for the recipient;
(ii) method of shipment or packing: and
(iii) place of delivery.
(2) 1f any chan;e causes an increase or
decrease in the cost or the time required to
perform any part of the work under this
subagreement, whether or not changed by
any such order, an equitable adjustment shall
be made in the subagreement price or
delivery schedule. or both, and the
subagreement shall be modified in writing.
Any claim by the contractor for adjustment
under this clause must be asserted within 30
days from the date of receipt by the
contractor of the notification of change. lithe
recipient decides that the facts justify such
action. the recipient may receive and act
upon any such claim asserted at any time
before final payment under this
subagreement. Where the cost of property
made obsolete or excess as a result of a
change is included in the contractor's claim
for adjustment. the recipient shall have the
right to prescribe the manner of disposition of
such property. Nothing in this clause shall
excuse the contractor from proceeding with
the subagreement as changed.
4. Differing Site Conditions
(This clause is applicable only to
construction suhaureements.)
(al The contractor shall prompdv. and
before such conditions are disturbed, notify
the recipient in writing of:
-(t) subsurface or latent physical conditions
at the site differing materially from those
indicated in this subagreement. or
(2) unknown physical conditions at the site.
of an unusual nature, differing materially
from those ordinarily encountered and
generally recnvnized as inhering in work of
the character provided for in this
subagreement. The recipient shall promptly
11-25-83
investigate the conditions, and if it finds that
conditions materially differ and will cause an
increase or decrease in the contractor's cost
or the time required to perform any part of
the work under this subagreement, whether
or not changed as a result of such conditions.
an equitable adjustment shall be made and
the subagreement modified in writing.
(b) No claim of the contractor under this
clause shall be allowed unless the contractor
has given the notice reauired in paragraph (a)
of this clause. However, the recipient may
extend the time prescribed in paragraph (a).
(c) No claim by the contractor for an
equitable adjustment shall be allowed if
asserted after final payment under this
subagreement.
5. Suspension of Work
(This clause is applicable only to
construction subagreements.)
(a) The recipient may order the contractor
in writing to suspend. delay, or interrupt all
or any part of the work for such period of
time as the recipient may determine to be
appropriate for the convenience of the
recipient.
(bl lithe performance of all or any part of
the work is suspended. delayed, or
interrupted for an unreasorable period of
time by an act of the recipient in
administration of this subagreement. or by
the recipient's failure to act within the time
specified in this subagreement (or if no time
is specified, within a reasonable time), an
adjustment shall be made for any increase in
the cost of performance of this subagreement
(excluding profit) necessarily caused by such
unreasonable suspension. delay. or
interruption and the contract modified in
writing. However, no adjustment shall be
made under this clause for any suspension,
delay. or interruption to the extent (1) that
performance would have been so suspended.
delayed, or interrupted by any other cause.
including the fault or negligence of the
contractor or (2) for which an equitable
adjustment is provided for or excluded under
any other provision of this subagreement.
(c) No claim under this clause shall be
.allowed (1) for any costs incurred more than
20 days before the contractor notified the
recipient in writing of the act or failure to act
involved (this requirement does not apply to
a claim resulting from a suspension order),
and (2) unless the claim, in an amount stated,
is asserted in writing as soon as procticable
after the termination of such suspension.
delay, or interruption, but not later than the
date of final payment under the
subagreement.
6. Termination
(a) This subagreement may be terminated
in whole or in part in writing by either party
in the event of substantial failure by the other
party to fulfill its obligations under this
suba,regiment through no fault of the
terminating party, provided that no
termination may be effected unless the other
party is given I1 j not less than ten (t0)
calendar dive' written notice (delivered by
certified mail. return receipt requested) of
intent to terminate uI 12) an oppornm icy for
consultation with the terminating party prior
to termination.
Published by THE BUREAU OF NATIONAL AFFAIRS INC.. washinglon. D.C. 20037
(b) This subagreement may be terminated
in whole or in part in writing by the recipient
for its convenience, provided that the
contractor is given (1) not less than len 110)
calendar days' written notice (delivered by
certified mail, return receipt requested) of
intent to terminate and (2) an opportunity for
consultation with the terminating party prior
to termination.
(c) If termination for default is effected by
the recipient. an equitable adjustment in the
price provided for in this subagreement shall
be made. but (1) no amount shall be allowed
(or anticipated profit on unperformed
services or other work. and (2) any payment
due to the contractor at the time of
termination may he adjusted to cover any
additional costs to the recipient because of
the contractor's default. If termination for
default is effected by the contractor, or if
termination for convenience is effected by the
recipient, the equitable adjustment shall
include a reasonable profit for services or
other work performed. The equitable
adjustment for any termination shall provide
for covalent to the contractor for services
rendered and expenses incurred prior to the
termination. in addition to termination
settlement costs reasonably incurred by the
contractor relating to commitments which
had become firm prior to the termination.
(d) Upon receipt of a termination action
pursuant to paragraphs (a) or (b) above, the
contractor shall (1) promptly discontinue all
services affected (unless the notice directs
otherwise). and (2) deliver or otherwise make
available to the recipient all data, drawings.
specifications. reports, estimates, summaries.
and such other information and materials as
may have been accumulated by the
contractor in performing this subagreement.
whether completed or in process.
(e) Upon termination under paragraphs (a)
or (b) above, the recipient may take over the
work and may award another party of
subagreement to complete the work under
this subagreement.
(f) If. after termination for failure of the
contractor to fulfill contractual obligations. it
is determined that the contractor had not
failed to fulfill contractual obligations, the
termination shall be deemed to have been for
the convenience of the recipient. In such .
event, adjustment of the price provided for in
this subagreement shall be made as provided
in paragraph (c) of this clause.
7. Remedies
Except as may be otherwise provided in
this subagreement. all claims. counter -claims.
disputes. and other matters in question
between the recipient and the contractor
arising out of or relating to this subagreement
or the breach thereof will be decided by
arbitration if the parties mutually agree. or in
o court of competent jurisdiction within the
State in which the recipient.is located.
6. Price Reduction for Defective Cost or
Pricing Uata
Note. —This clause is applicable to (1) any
subagreement negotiated between the
recipient and its contractor in excess of
5500.000: (21 negotiated subagreement
amendments or chance orders in excess of
$500.000 or 10 percent of the subagreement
(Sec. 33.10301611 53
114:2442 FEDERAL REGULATIONS
whichever is less. alliecbng the price: of a
formally oliven ucd, compenb t-rly' utrnrdrd.
fi.red price subureernenl: m' fail WI y Ii ir.v
bar s:tbaeree:tent or purcle:::e order la
caress u/ $700.000 ur 10 perc'ria of the
ussista:tce agrecnuant. wh:ri;i' rm is less,
urn/era .subagreement other than a forrtmil v
advertised. competitively awarded. fixed
price subagreernent. This clause is nut
applicable for subagrcements to the erteut
that they are awarded on the basis of
effective price competition.
The contractor and subcontractor, where
appropriate. warrant that cost and pricing
data submitted for evaluation with respect to
negotiation of prices far negotiated
subagreements. lower tier sub:i.greemems.
and change orders is based on current,
accurate, and compinle data supported by
their books and records. If the recipient or
EPA determines that any price (including
profit) negotiated in connection with this
subagreement. any lower tier subagreement,
or any amendment thereunder was increased
by any significant sums because the data
provided was incomplete., inaccurate. or not
current at the time of submission, then such
price or cost or profit shall be reduced
accordingly: and the subagreement shall be
modified in writing to reflect such action.
Note. —Since the subagreement is subject
to reductan under this clause by reason of
defective cost or pricing data submitted in
connection with lower tier subagreements,
the contractor may wish to include a clause
in each lower tier subagreement requiring the
lower tier subcontractor to appropriately
indemnify the contractor. It is also expected
that any lower tier subcontractor subject to
such indemnification will general/✓ require
substantially similar indemnification for
defective cost or pricing data required to be
submitted by lower tier contractors.
9. Audit; Access to Records
(a) The contractor shall maintain books,
records, documents, and other evidence
directly pertinent to performance on EPA
grant work under this subagreement in
accordance with generally accepted
accounting principles and practices
consistently applied, and 40 CFR Part 30. in
effect on the date of execution of this
subagreement. The contractor shall also
maintain the financial information and data
used by the contractor in the preparation or
support of the cost submission required under
40 CFR 33.290 fur any negotiated
subagreement or change order and a copy of
the cost summary submitted to the recipient.
The United States Environmental Protection
Agency. the Comptroller General of the
United States. the United Slates Department
of Labor, recipient, and the State/ or any of
their authorized representatives shall have
access to all such books. records. documents:
and other evidence for the purpose of
inspection, audit and copying during normal
business hours. The contractor will provide
proper facilities for such access and
inspection.
(b] If this is a formally advertised.
eompelilively awarded, fixed price
subagreement, the contractor agrees to make
paragraphs (a) through In of this clause
applicable to all negotiated change orders
and subagreement amendments af0ecting the
subagreement price. In the case of all other
types of prime subagrcements, the contractor
.igrees to include paraeraphs (of through (p of
this clause in all his subagreements in excess
of 510.000 and all lower tier subagreements in
excess of 51O.000 and to make paragraphs (al
through 111 of this clause applicable to all
cli:uge orders directly related to project
performance.
(c) Audits conducted under this provision
shall be in accordance with generally
accepted auditing standards and established
procedures and guidelines of the reviewing or
audit aeency(ies).
(dl The contractor agrees to disclose all
information and reports resulting from access
to records under paragraphs (al end 161 of
this clause, to any of the agencies referred to
in paragraph (a).
(e) Records under paragraphs (a) and (b)
above, shall be maintained and made
available during performance on EPA
assisted work under this subagreement and
until three years from the date of final EPA
payment for the project. In addition, those
records which rela!e to any controversy
arising under an EPA assistance agreement.
to litigation, to the settlement of claims
arising out of such performance, or to costs or
items to which an audit exception has been
taken, shall be maintained and made
available until three years after the date of
resolution of such appeal, litigation, claim. or
exception.
in This right of access clause (with respect
to financial records) applies in:
(1) Negotiated prime subagreements.
(2) Negotiated change orders or .
subagreement amendments in excess of
SI0.000 affecting the price of any formally
advertised, competitively awarded, fixed
price subagreement. and
(3) Subagreements or purchase orders
under any subagreement other than a
formally advertised, competitively awarded.
fixed price subagreement. However, this right
of access does not apply to a prime
subagreement, lower tier subagreement. or
purchase order awarded after effective price
competition, except:
(f) With respect to records pertitining
directly to subagreement performance.
(excluding any financial records of the
contractor.)
(ii) If there is any indication that fraud.
gross abuse. or corrupt practices may be
involved or
(iii) If the subagreement is terminated for
default or for convenience.
10. Covenant Against Contingent Fees
The contractor warrants that no person or
selling agency has been employed or retained
to solicit or secure this subagreement upon an
agreement or understanding for a
commission, percentage. brokerage. or
contingent fee, excepting bond fide
employees or bona fide established
commercial or selling agencies maintained by
the contractor for the purpose of securing
business. For breach or violation of Ibis
warranty the recipient shall have the right to
annul this agreement without liability or in its
discretion to deduct from the contract price
or consideration, or otherwise recover, the
Environment Reporter
full amount of such commission. percentage.
brokerage, or contingent fee.
II. Gratuities
(a) If the recipient finds after a notice and--
hearing that the contractor, or any of the
contractor's agents or representatives.
offered or gave gratuities in the form of
entertainment, gifts, or otherwise), to any
official, employee, or agent of the recipient.
the State. or EPA in an attempt to secure a
subagreernent or favorable treatment in
awarding, amending. or making any
determinations related to the performance of
this agreement, the recipient may. by written
notice to the contractor, terminate this
agreement. The recipient may also pursue
other rights and remedies that the law or this
agreement provides. However, the existence
of the facts on which the recipient bases such
findings shall be in issue and may be
reviewed in proceedings under the Remedies
clause of this agreement.
(b) In the event this subagreement is
terminated as provided in paragraph (a) the
recipient may pursue the same remedies
against the contractor as it could pursue in
the event of a breach of the subagreement by
the contractor, and (2) as a penalty, in
addition to any other damages to which it
may be entitled by law, to exemplary
damages in an amount (as determined by the
recipient) which shall be not less than three
nor more than ten times the costs the
contractor incurs in providing any such
gratuities to any such officer or employee.
12. Buy American
(This clause applies to subagreements
awarded under e.0 CFR Part 35. Subparts E (`
and 1.)
In accordance with section 215 of the Clean
Water Act (33 USC 1251 el. seq.) and
implementing EPA regulations and guidelines.
the contractor agrees that preference will be
given to domestic construction material by
the contractor, subcontractors. materialmen.
and suppliers in the performance of this
subagreement.
13. Responsibility of the Contractor
(a) This clause in paragraph (a) applies to
:ill subagreements for services,
(11 The contractor is responsible for the
professional quality, technical accuracy,
timely completion, and the coordination of all
designs. drawings, specifications, reports.
and other services furnished by the
contractor under this agreement. The
contractor shall, without additional
compensation, correct or revise any errors.
omissions. or other deficiencies in his
designs, drawings, specifications. reports.
and other services.
(2) The contractor shall perform the
professional services necessary to
accomplish the work required to be
performed under this agreement. In
accordance with this agreement and
applicable EPA requirements In effect on the
date of execution of the assistance agreement
for this project.
(3) The owner's or EPA's approval of
drawings, designs, specifications. reports.
and incidental work or materials furnished
hereunder shall not in any way relieve the
(Sec. 33.10301b)) 54
t..
AtPA GRANTS
S-676
111:2443
contractor of responsibility for the technical
acleouacy of his work. Neither the owner's
nor EPA's review, approval, acceptance, or
payment for any of the services shall be
construed as a waiver of any rights under this
agreement or of any cause of action arising
out of the performance of this agreement.
(4) The contractor shall be and shall
remain liable, in accordance with applicable
law. (or all damages to the owner or EPA
caused by the contractor's negligent
performance of any of the services furnished
under this agreement, except for errors.
omissions or other deficiencies to the extent
attributable to the owner, owner -furnished
data. or any third party. The contractor shall
not be responsible for any time delays in the
project caused by circumstances beyond the
contractor's control.
(5) The contractor a obligations under this
clause are in addition to the contractor's
other express or implied warranties under
this agreement or State law and in no way
diminish any other rights that the owner may
have against the contractor for faulty
materials. equipment. or work.
(hl The clause in paragraph (b) applies
only to subagreements for construction.
(1) The contractor agrees to perform all
work under this agreement in accordance
with this agreement's designs. drawings, and
specifications.
(2) The contractor warrants and guarantees
for a period of one (1) year from the date of
substantial completion of the system that the
completed system is free from all defects due
to faulty materials. equipment or
workmanship; and the contractor shall
promptly make whatever adjustments or
corrections necessary to cure such defects,
including repairs of any damage to other
parts of the system resulting from such
defects. The owner shall give notice to the
contractor of observed defects with
reasonable promptness. In the event that the
contractor fails to make adjustments. repairs,
corrections or other work that may be made
necessary by such defect, the owner may do
so and charge the contractor the cost
incurred. The performance bond shall remain
in fill force and effect through the guarantee
period.
(31 1'he contractor's obligations under this
clause are in addition to the contractor's
other express or implied warranties under
this agreement or State law and in no way
diminish any other rights that the owner may
have' against the contractor for faulty
maleri,ds. equipment, or work.
14. Final Payment
Upon satisfactory completion of the work
performed under this agreement, as a
condition before final payment tinder this
.agreement. or as a termination settlement
underthis agreement, the contractor shall
execute and deliver to the owner a release of
all claims against the owner arising under or
by virtue of this agreement, except claims
which are specifically exempted by the
contractor to be set forth therein. Unless
otherwise provided in this agreement or by
Stale law or otherwise expressly agreed to by
the parties to this agreement, final payment
under this agreement or settlement upon
termination of this agreement shall nut
constitute a waiver of the owner's claims
against the contractor or his sureties under
this agreement or applicable performance
and payment bonds.
Subpart G —Protests
§ 33.1105 Applicability and scope of this
subpart.
(a) This subpart sets forth the
administrative process that EPA will use
for the rapid resolution of protest
appeals filed with the award official.
(b) A protest is a written complaint
concerning the award of a recipient's
subagreement filed with the recipient by
a party with a direct financial interest
adversely affected by a recipient's
procurement action.
(c) A protest appeal is a complaint
filed with the award official regarding
the recipient's determination of protest.
§ 33.1110 Llmitatlons-on protest appeals.
(a) The award official shall not accept
a protest appeal from a recipient's
determination of protest until the
protester has exhausted all
administrative remedies at the recipient
level.
(b) A protest appeal may only be filed
with the award official for:
(1) Issues arising under the
procurement provisions of this Part:
(2) Alleged violations of State or local
law or ordinances and when the award
official determines that there is a
contravening Federal requirement:
(3) Provisions of Federal regulations
applicable to direct Federal contracts, if
such provisions are explicitly referred to
or incorporated in this Part:
(4) Basic project design
determinations which clearly relate to
questions of source selection or
application of restrictive specifications:
or
(5) Award of lower tier
subagreements; .
(i) If the recipient mandated the
award to a particular entity; or
(ii) If it were based on a violation of
the requirements in § 33.295 "Lower tier
subagreements"
§ 33.1115 General requirements.
(a) Any party with an adversely
affected direct financial interest may file
a written protest appeal with the award
official in accordance with this subpart.
(b) 'The recipient is responsible for the
prompt initial determination of the
protest.
(c) The award official may summarily
dismiss an appeal without proceedings
under this subpart. if the protest or
appeal is untimely or entirely addresses
issues which are beyond the scope of
this subpart. or the protester fails to
comply with the intent of the procedural
requirements of this subpart.
(d) The award official may summarily
deny a protest appeal. without
proceedings under this subpart, if, after
considering the facts in a light most
favorable to the protester. the award
official believes that the protest lacks
merit.
§ 33.1120 Filing requirements for protest
appeals_
(a) A protest appeal to the award
official must be -in writing and must
adequately state the basis fur the
protest appeal. Appeals must be
received by the award official within
one week after the complaining party
has received the recipient's
determination of protest. If the last day
falls on a Saturday, Sunday or holiday,
the last day to submit a request shall be
the next working day. A copy of the
recipient's determination of protest and
other documentation in support of the
appeal shall be transmitted with the
appeal.
(b) The award official will dismiss as
untimely any protest appeals based
upon alleged improprieties in the
solicitation which were upparent before
[Sec. 33.1120(b)]
11-25-83 Published by THE BUREAU OF NATIONAL AFFAIRS INC.. Washington. O.C. 20037
55
Experimental Program
A. Pilot Plant Design
The pilot plant is contained in a 40' insulated semi -trailer that had
been used previously in the, OASES and A/0 pilot program. The laboratory
portion was retained, however, the anaerobic and anoxic basins are being
replaced with new, completely redesigned components. The redesign -is
necessary to accommodate an increased number of reactor stages required
for the A20 process. A comparison of the full-scale and pilot plant
design parameters is given in Table 1.
1. Reactor Tank Design
Required tank staging and relative volumes were as recommended by
Process Systems Group as follows:
a. Anaerobic Section - 3 stages of equal volume - with overall
dimensions of 46"L x 15"W x 30"H.
b. Anoxic Section - 3 stages of equal volume equal to Anaerobic
Section.
c. Oxic Section - 4 stages of equal volume to be 82: of the total
volume with overall dimensions of 125.3"L x 31.5"W x 48"H.
Other features of the tanks are:
d. The tanks are fitted into a long narrow space approximately
20'L x 4'W x 8'H.
e. All wetted surfaces are either plastic or stainless steel to
avoid potentially toxic substances from contaminating the
sludge.
f. The tanks are gas tight for the introduction of air and
determination of off gases.
g. Observation ports, access ports for possible modifications,
dissolved oxygen and pH probe access ports and other sampling,
gas and liquid ports are provided.
h. The reactor tanks are capable of operating in either the A20
or the A/0 mode and capable of switching with no appreciable
downtime.
r
4' 1:. TY y .
Table 1
FULL-SCALE AND PILOT PLANT DESIGN PARANNETERS
Full -Scale
Trains Simulated:
1
1
Plant Size:
Full Scale
Pilot
Total Influent Flow, Q:
17 MGD
1637 gal/day
(Based on Maximum
Average Week)
Influent Detention Time,
hours:
10.1
10.1
Anaerobic Zone, hours:
0.9
0.9
Anoxic Zone, hours
0.9
0.9
Oxic Zone, hours:
5.3
8.3
0 Stages/Train:
10
10
Anaerobic Zone:
3
3
Anoxic Zone:
3
3
Oxic Zone:
4
4
Type of Oxygenation:
Mechanical
Mechanical
Average Clarifier Overflow
Rate (gal/sq ft day):
400
130
0021: I
S.
R
2.
4.
,
Aerator and Mixing Drive Design
Figure 1 displays a sketch of an aerator and mixer drive assembly
for the oxic reactor. As shown, a gas tight rotary shaft seal is
provided. A hollow upper shaft allows the surface aerator to be
lifted out of the liquid during oxygen uptake measurements. The
aerator and mixer shaft is driven by 1/2 11P or 3/4 Boston motor and
reducing gearbox units. Ratiotrol controllers provided D.C.
variable speed control of the motors. The mixer drives on the
anaerobic and anoxic reactors are designed similarly except an
aerator lifting device is not included.
3. Secondary Clarifier Design'
The secondary clarifier to be used in the demonstration is a simple
straight -sided, flat-bottomed tank with center well feed and
peripheral effluent weir troughs. Figure 2 displays a sketch of the
4 ft. diameter clarifier detailing the feed pipe system and bottom
scraper. The bottom scraper contained four pitched blades which
direct the settled sludge into the center hopper for draw -off. A
1/2 11P Boston motor and reducing gearbox unit mounted at the top of
the clarifier drive the bottom scraper. A Ratiotrol controller
allowed scraper speeds ranging from 1.5 RPH to 16 RPH. The
clarifier is also equipped with a scum skimmer for periodic, manual
draw -off of surface scum. The total height of the clarifier is
8.5 ft. liquid height of 93 in. as measured from the side wall. The
clarifier provides 12.6 ft2 of liquid surface. The end of the
telescoping center well can be adjusted to a depth of 20 in. to
46 in. from the bottom of the clarifier. A collection box in the
effluent trough provided a convenient location for effluent
sampling.
4. Flowsheet
The flowsheet for the pilot plant is given in Figure 3.
a. A20
In the A20 mode of operation, influent wastewater is pumped
from the primary clarifier effluent stream of the Fayetteville,
AR WWTP using a Vanton peristaltic pump. Flow rate is measured
n
.1ountinc Seam
FIGURE 1
OXIC DRIVE ASSEMBLY
• IH
i Reg;:gt:,r I
. r,
3/.i HP ^.r. liar. Scee^-
Snar. Ccu P1 inc
Ii
l-+—Follcyj Shift
Sc:.=crt Plate —,II I
^; O
I,
ri-a !II
I
Li`t :iandie I
Sliding Snar:
II .over Plate
1 r-, 1 II l ° Tank Lid —
I
I.
'i Gas Seal .Asseshly
I •
Ga1 dater Fili
-
' .
II—
II� Lower Eearinc
H r
"'�1- �ater - e e-�
FIGURE 2
A/0 PILOT PLANT
SECONDARY CLARIFIER
MOTOR -GEARBOX ASSEMBLY
r l'1
EFFLUENT • MOTOR -TO -SHAFT
COLLECTION BOX • COUPLING
• / SCUM BAFFLE
F— V / WIER TROUGH
TO I A ddd SCUM SKINNIER
DRAIN H- FRLAST
II l J 1 r OX01.1STAGE
TEL ESCOPIC
CENT tr, . ELL
'HE
RECYCLE LINE
f I
w
� G
z C J z
O
H
z Q
Q V w O
J
{ v ] G _
II
JO
w
z W x w'-
O T
>
W "
� J L
n n . ICJ^
Is U. <
G w
z
4i
I irn U - I •I—'
•�— O C
n i J
• _____G u -
r X n _I w
i U w' C-
LIPrI U -
O U C
A l!X5 O U J
O C w w
i Z -.1
Z �
< w
f _ , U L
_ Z
I ., O__
f�G- w
c-
u
C U
C=_%
J J _ J i--
c
O J
U J
LL
.—
G w
• k
using a graduated cylinder and stopwatch. The inffu�lht•is then
introduced to the first anaerobic stage via an exterior fill
tube from which a sample is automatically drawn at 15 minute
intervals. The sample is composited over a 24 hour period and
is stored in a glass jug refrigerated at 4°C. Recycle sludge
is introduced via an adjacent fill tube to the anaerobic tank.
Mixing is provided in each of the anaerobic stages by
four -bladed pitched turbines near the bottom of the tank. The
liquid flows to the downstream stage via a 4 -inch diameter port
located near the bottom of the staging baffle. The ports are
staggered on adjacent baffles to minimize bypassing. Baffles
are also provided in the vapor space to separate the stages.
Communication is via two 1 -inch diameter holes. near the center
of the baffle.
Liquid overflows via a 3 -inch standpipe to the anoxic section.
Recycle mixed liquor from the last oxic stage is introduced to
the first anoxic tank fill tube. Flow rate of the internal
recycle is measured as in influent scheme. Liquid flow and
mixing in the anoxic tank are similar to the anaerobic tank.
The liquid then overflows to the oxic section where surface
aerators are used to supply oxygen to the liquor. Additional
mixing is provided by turbines near the bottom of the tank. A
blower is used to introduce atmospheric air via a manifold to
each oxic stage. Air is exhausted from each stage to a
manifold which is vented to the atmosphere.
Liquid overflows from the oxic tank to a gravity clarifier for
separation into the sludge for recycle and the clear
supernatant for discharge. The clarifier is simple straight -
sided flat-bottomed tanks with center well feed and peripheral
effluent troughs. A scraper directs sludge to a center hopper
for draw -off via a Vanton pump for recycle. A composite sample
similar to the influent sample is taken from a collection box
in the effluent trough.
r I
b. A/O
Operation in the A/0 mode is achieved by eliminating internal
recycle. Otherwise, the system is operated the same as in the
A20 mode. Obviously, this flow scheme provides six anaerobic
stages and double the anaerobic time as the A20 system. This
approach will simulate the actual Fayetteville treatment system
when not operated for denitrification.
5. Samole Collection and Frequency of Analysis
Table 2 lists the samples drawn from the pilot plant and their
frequency of analysis. Equal volume influent and effluent samples
are drawn automatically once every 15 minutes and deposited in
refrigerated polyethylene or glass containers. The containers are
changed manually after each flow period and used for flow —propor—
tioned compositing if required.
All mixed liquor analyses are performed on grab samples. Daily
mixed liquor grab samples are drawn simultaneously from the last
oxic stage for IILTSS and SVI analysis. This MLTSS was used in
calculating the SVI value. After recording the volume, a daily
waste sludge sample is drawn from the waste collection drum and
analyzed for TSS concentration. Flow -proportioned samples of the
waste sludge are composited over 3 -day periods for total phosphorus
analysis.
6. Control Procedures
Influent and recycle flow rates will be measured several times each
day using a stopwatch and calibrated vessel. During diurnal flow
periods, if any, flow changes are recorded and a weighted average
flow rate calculated at the end of the data day. To insure a
continual supply of influent to the pilot plant, the flow rate of
the primary effluent submersible pump is also checked daily by
measuring the flow of influent into the trailer and the overflow at
the standpipe.
r
y.. f
1
Y P� C. t
� 7
ii
f
C
O
DO
C,
4
in
u
C
U
..
N
n
S
I
O
.�
C
c
N
b
r
u
n V
O
in
E
u
u
-
in
.n_
•
4 C
C
C
C
O
O
9
V
X
in
O
7
C
O
C
O
C
y
V
%
T O
•OI
U
U
U
C
b
O
O ^
in
O
C
O
U
J
G
n
C
C.
b
...
r y
.Y
O •
N
r
V
V
a
U E
9
O
N
r
a
•/ y
•1
in
cal
4
a L
r
i
C
r
u
a U
O
9
C-
hi
_.
N
p
C
u
r
>
U
O
m
O
r
O
O
O L
9
C
J
>
U
•Y
V
U
Y
L
C
- -'
9
L
O
O
Y
Y
y
n
C
b
-
nI
• O
O
]
T 9
V
J
L
u
'MI
Y
4
J
r
n 1
C.
0
b
Y
>1
U
U
P
P
0
4 N
b
O
O
C
C
m
r
-
9
N CI
b
r
6
V
p
r
.w
r
O
y
I.
r y
r
i.&
r
d
a
d
Y
n J
n
n
n
J
b
II
.-
^
Y
O O
O
O
O
O
O
—
i.
C),
f N
f
S
-
y
4
y
0
U
0
0 II
II
0
Y
II
C
U
U
L
O
O
f
laid
N
y
•I 1
C.
y
y
N N
N
Y
f
a
r
C ^
N
N
O
C
n
a
O C
y
N
L
O
O
U
i.
❑
N
O C
f
S
f
U.
C
C
=
U
n
w
u
v
0
^I
f
.4
II
COI
C
C
_
C;
C
f
C
-
U
U
CI
C
O
O
<
L
y
fl
o
o
.,
E N
r
0'
C.
yI
C
C
C
10 b
b
f
>
r
U
•a
n
r .
O
-c
E
r
L n
c
c
n n
d
.
O
C
C
n u
too
b
too
enn
W
L"
u
o
O
J
n
y
£7
C
C
I.
&a0
C
. a
n
C
a
m
N
C.
T
I-
S.
TL
r T
W
L
T
^ E
•^
a
n
•-0
n
u
4
CU
=0
^
V
f
O
O
N
1
C
V
a
0.
E
'^
a
d
fl
1
d
W
C,
a
6
Y
G
n
i n
fL
f Y
into
D
6
ry
u
u
C]
V
u
E
d
J
o' E
u
n
C),
O
p
.Y
n
>
0th
-•0
V
.044
Y
O
d
r
n
N
O
^ N
W"
ia
n
Ll
V
Y.4
41
N0
(4.0
]
C n
O
N
n
0.
L
V
u
r O
u
W a
^
r
u
u
9
E
E
n
V
n
y
N
n
n
V
Y
C),
U0
Y
u
v
O
=
Ty
C
C
n
O
U
U
n L
Y 3=
r
O
O
d
u
Y
n
in
U V
O
Y
�
'^
u n
+ Y
Y
COU
n
N
N
b
u
y
r
r
C.
N U
G 'J
W
'', W
U
:'
U
u
.a
.n
E E
U
V
�+
u.4
2
n
V
n
n
O
_
_
_
O
O
G
c
V
C
C
u
n
L
V
u
u
•o
U
rc
e
u
J
]
Y
U
0
11
II
II
W
C
U
U
-
114
C
C
0
2
C
0
C
0
0
Mixer and aerator speeds are checked daily using a strobe 'fight
tachometer. Manual adjustments of the aerator speeds may be
necessary to maintain the proper dissolved oxygen concentration in
• the mixed liquor. The D.O. concentration in all four oxic stages
• will be monitored with YSI submersible D.O. probes and meters.
The clarifier sludge blanket depth will be measured using a Sludge
• Judge type sampler. The clarifier scum skimmer will be operated at
least twice daily to remove any floating material from the surface.
The clarifier standpipe and center well will be flushed with water
twice daily.
Ii
�f.i • t.+ •rte. .c'. A 1 0
ADDITIONAL INFORMATION
Diurnal Flowrate Variations
The pilot unit will simulate the diurnal flow variations of
the Fayetteville plant through a series of discrete flowrate
changes as illustrated in the example flow schedule.
Typically, peak flows would occur at midday with low flows in
the early morning hours. During normal working hours (7:00
A.M. to 6:00 P.M.) the flow changes will be carried out
manually, and the early morning flow reduction will be
implemented by a timed switching relay.
Measurement of Flowrate
Influent and recycle flowrates will be measured at least 3
times daily during sampling days. This will allow daily
calculations of HRT. Sludge wastage rate will be monitored
daily to allow daily calculation of solids retention time.
Pilot Scale Temperature
The pilot plant will pump actual plant primary effluent so
the wastewater temperature will be the same as for the
full-scale system. External air will be pumped into the oxic
section to keep pilot basin temperatures at least as cold as
in external basins.
jd/CGT2/027
A
t
W
W o
C_)
O°
Ii
0
Q N u
z> !_ LU
W
H
n
0
r
W � I
L
Ij
a
>ci
_ _ -
,-A C, l
Lui AV) i� 1F;Ii 1��Id!
'I