Loading...
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