HomeMy WebLinkAbout46-17 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 46-17
File Number: 2017-0029
C112M HILL ENGINEERS, INC. AMENDMENT NO. 8:
A RESOLUTION TO APPROVE AMENDMENT NO. 8 TO THE AGREEMENT FOR OPERATIONS,
MAINTENANCE AND MANAGEMENT SERVICES BETWEEN THE CITY OF FAYETTEVILLE,
ARKANSAS AND CH2M HILL ENGINEERS, INC. IN THE AMOUNT OF $7,807,453.00 FOR SERVICES
IN 2017
WHEREAS, the Lake Sequoyah Dredging Project has been removed from the scope of services for 2017 and
will be handled by the City during the remainder of the construction phase; and
WHEREAS, increases to the contract include refurbishment of a sand filter, an additional employee, anticipated
increases in the cost of electricity, and a cost of living increase.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Amendment No. 8 to the
Agreement for Operations, Maintenance and Management Services between the City of Fayetteville, Arkansas
and CH2M Hill Engineers, Inc. in the amount of $7,807,453.00 for services in 2017.
PASSED and APPROVED on 2/7/2017
Attest:
��;►llsffrrjJ'f
V70 fEV4L E p
r*! z�1VG T l� t%*t k
Sondra E. Smith, City Clerk Treasurer
Page 1 Printed on 2/8/17 ,
City of Fayetteville, Arkansas 113 West Mountain Street
y -_- Fayetteville, AR 72701
(479) 575-8323
Text File
'�— File Number: 2017-0029
Agenda Date: 2/7/2017 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: C. 3
C112M HILL ENGINEERS, INC. AMENDMENT NO. 8:
A RESOLUTION TO APPROVE AMENDMENT NO. 8 TO THE AGREEMENT FOR
OPERATIONS, MAINTENANCE AND MANAGEMENT SERVICES BETWEEN THE CITY OF
FAYETTEVILLE, ARKANSAS AND CH2M HILL ENGINEERS, INC. IN THE AMOUNT OF
$7,807,453.00 FOR SERVICES IN 2017
WHEREAS, the Lake Sequoyah Dredging Project has been removed from the scope of services for
2017 and will be handled by the City during the remainder of the construction phase; and
WHEREAS, increases to the contract include refurbishment of a sand filter, an additional employee,
anticipated increases in the cost of electricity, and a cost of living increase.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Amendment No.
8 to the Agreement for Operations, Maintenance and Management Services between the City of
Fayetteville, Arkansas and CH2M Hill Engineers, Inc. in the amount of $7,807,453.00 for services in
2017.
City of Fayetteville, Arkansas Page 1 Printed on 21812017
Tim Nyander
Submitted By
City of Fayetteville Staff Review Form
20,7-0029
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
1/23/2017 Utilities Director/
Utilities Department
Submitted Date Division / Department
Action Recommendation:
City Staff recommends approval of Contract Amendment No. 8 with CH21VI HILL Engineers, Inc. beginning January 1,
2017 and ending December 31, 2017, in the amount of $7,807,453.00.
Budget Impact:
5400.730.XXXX.5328.00
Account Number
48048.XXX
ProjectNumber
Budgeted Item? Yes Current Budget
Funds Obligated
Current Balance
Water/Sewer
Fund -
OMI Expenses
Project Title
$ 8,419,957.00
Does item have a cost? Yes Item Cost $ 7,807,463.00
Budget Adjustment Attached? No Budget Adjustment $
Remaining Budget
V20140710
Previous Ordinance or Resolution # 213-15
Original Contract Number: 2305 Approval Date:
Comments:
CITY OF
01 T1
Tay% �. —VIle
ARKANSAS
MEETING OF FEBRUARY 7, 2017
TO: Mayor and City Council
FROM: Tim Nyander, Utilities Director
DATE: January 18, 2017
CITY COUNCIL AGENDA MEMO
SUBJECT: Approval of Contract Amendment No. 8 with CH2M HILL Engineers, Inc.
beginning January 1, 2017 and ending December 31, 2017 with an annual cost
of $7,807,453.00 for 2017.
RECOMMENDATION:
City Administration recommends approval of Contract Amendment No. 8 with CH2M HILL
Engineers, Inc. beginning January 1, 2017 and ending December 31, 2017, in the amount of
$7,807,453.00.
BACKGROUND:
When the original Noland WWTP upgrade was completed in 1987, the City contracted with OMI
(now CH2M) for wastewater treatment services. The scope of services provided by CH2M HILL
include: (1) operate and maintain the Noland and West Side Wastewater Treatment Plants
(WWTP); (2) operate and/or maintain 43 wastewater pump station sites; (3) administer the
City's NPDES discharge, air, stormwater, and other permits; (4) manage the City's biosolids
disposal program; (5) manage the City's industrial pretreatment program; (6) support the
SCADA (supervisory control and data acquisition system) network that monitor water and
wastewater facilities; (7) pursue operation economies, efficiencies, and permit compliance; and
(8) participate in the construction and post -construction work of the Wastewater System
Improvement Project (WSIP). In late 2009, the City underwent a rigorous selection process with
three competitive proposals. The selection committee selected CH2M HILL for a five-year
contract and two subsequent five year extensions subject to City review and -approval.
To encourage cost saving operations, the contract contains an incentive provision whereby
budget savings are distributed 87.5% to the City and 12.5% to CH2M HILL. The overall contract
price has decreased from the amended total 2016 contract price by 0.82% or $64,782, due to
the reduction in overall scope.
DISCUSSION:
The Lake Sequoyah dredging project has been removed from the 2017 contract, in the amount
of $500,000, and will be continued by the City of Fayetteville during the remainder of
construction phase. Increases to the contract include refurbishment of a sand filter, an additional
employee, anticipated increases in the cost of electricity, and a cost of living increase. The
increases amount to $435,218, producing a net savings of $64,782.
BUDGET/STAFF IMPACT:
An approval of payments to CH2M for a total of $1,312,039.16 is being asked to be approved in
a separate council item for payments of $656,019.58 each for January and February 2017 due
to contract amounts still being negotiated for 2017. Monthly payments will be reduced to
$649,541.39 for the remainder 2017 for a total contract cost of $7,807,453.00 for 2017.
ATTACHMENTS:
Staff Review Form & Contract Amendment No. 8
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
AMENDMENT NO.8 TO AGREEMENT
For
OPERATIONS, MAINTENANCE AND MANAGEMENT SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
C112M HILL ENGINEERS, INC.
THIS AMENDMENT NO. 8 to the Agreement for Operations, Maintenance and Management Services
between the City of Fayetteville, Arkansas, Water Resource Recovery Facility and its pertinent systems
dated December 15, 2009 (the "Agreement"), is made effective on the I" day of January, 2017, by and
between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter "City of
Fayetteville") and CH2M HILL Engineers, Inc., (hereinafter "CH2M")
NOW THEREFORE, the City and CH2M hereby amend the Agreement as follows:
1. Appendix A is attached for informational purposes only.
2. Appendix B is attached for informational purposes only.
3. Appendix C is hereby deleted in its entirety and replaced with the attached Appendix C.
4. Appendix D is hereby deleted in its entirety and replaced with the attached Appendix D.
5. Appendix E is hereby deleted in its entirety and replaced with the attached Appendix E.
6. Appendix F is hereby deleted in its entirety and replaced with the attached Appendix F.
7. Appendix G is attached for informational purposes only.
8. Appendix H is hereby deleted in its entirety and replaced with the attached Appendix H.
9. Appendix I is attached for informational purposes only.
10. Appendix J is hereby deleted in its entirety.
This Amendment No. 8, together with prior Amendments and the Agreement, constitutes the entire
agreement between the Parties and supersedes all prior oral and written understandings with respect to the
subject matter set forth herein. Unless specifically stated all other terms and conditions of the Agreement
shall remain in full force and effect. Neither this Amendment nor the Agreement may be modified except
in writing signed by an authorized representative of the Parties.
1 of 2
The Parties, intending to be legally bound, indicate their approval of the Amendment by their signatures
below.
Officer have made and executed this Agreement as of the day and year first above written.
C142M HILL ENGINEERS, INC.
By:
644�k ---
N�ame'7`hitikt Wheeler
Title: Senior Designated Manager
Date: It Akk 441t
2 of 2
CITY OF/TAI
al
Mayor
Title: Mayor
Date: r
ATTEST:
By:
Name: Sondra Smith
Title: City Clerk
Date: v2 - !�''vZ0/7
Appendix A
LIST OF APPENDICES
Appendix A — List of Appendices
Appendix B
— Definitions
Appendix C
— Scope of Services
Appendix D
— Compensation for Services
Appendix E
— Location of Project
Appendix F
— Environmental Permits and Project Characteristics
Appendix G
— Industrial Waste Discharges and Monitoring Program
Appendix H
— Vehicle and Mobile Equipment Description (Rolling Stock)
Appendix I —
Base Fee Adjustment
Appendix A - 1 of 1
Appendix B
DEFINITIONS
B.1 "Adequate Nutrients" means plant influent nitrogen, phosphorus and iron contents proportional to
BODS in the ratio of five (5) parts nitrogen, one (1) part phosphorus, and one half (0.5) part iron
for each one hundred (100) parts BODS.
B.2 "Base Fee" means all costs within the scope of the contract, on an annual basis, including direct
costs, labor, utilities, and other allocated costs.
B.3 "Biologically Toxic Substances" means any substance or combination of substances contained in
the plant influent in sufficiently high concentrations so as to interfere with the biological
processes necessary for the removal of the organic and chemical constituents of the wastewater
required to meet the discharge requirements of City of Fayetteville's NPDES permit. Biologically
toxic substances include but are not limited to heavy metals, phenols, cyanides, pesticides, and
herbicides.
BA "Capital Expenditures" means any expenditures for (1) the purchase of new equipment or facility
items that cost more than Ten Thousand Dollars ($10,000); or (2) major repairs which
significantly extend equipment or facility service life and cost more than Ten Thousand Dollars
($10,000); or (3) expenditures that are planned, non -routine and budgeted by City of Fayetteville.
B.5 "Cost" means the total of all costs determined on an accrual basis in accordance with generally
accepted accounting principles including but not limited to direct labor, insurance, labor
overhead, chemicals, materials, supplies, utilities, equipment, maintenance, repair, and outside
services.
B.6 "Electrical Evaluation" will be limited to amperage draws, winding resistance measurements,
thermographic evaluations, and current and voltage imbalance.
B.7 "Fixed Asset" means any tangible property that has a value of Five Thousand Dollars ($5,000) or
more and is depreciable. This excludes the repair/replacement parts that are components of a
greater fixed asset.
B.8 "Maintenance" means the cost of those routine and/or repetitive activities required or
recommended by the equipment or facility manufacturer or CH2M to maximize the service life of
the equipment, vehicles, and facilities as listed in Appendix E.
B.9 "Out of scope" services will include "capital expenditures" (definition BA of this Appendix),
added or modified regulatory requirements (that are not contained in the applicable permits),
changes to improve efficiency and/or generate income, or other services not described in the
contract and requested by the City of Fayetteville. These services shall be performed as stated in
Appendix C. Should "Out of Scope Services" become a permanent and ongoing requirement,
CH2M will submit a change of scope request within a reasonable amount of time in accordance
with Paragraph 1.6 of the Agreement.
B.10 "Project" means all equipment, vehicles, grounds and facilities described in Appendix E and
where appropriate, the management, operations and maintenance of such.
Appendix B - 1 of 2
B.11 "Repairs" means the cost of those non-routine/non-repetitive activities required for operational
continuity, safety, and performance generally due to failure or to avert a failure of the equipment,
sewer, vehicle, or facility or some component thereof, cost less than ten thousand dollars
($10,000); and are not included in definition BA of this Appendix. "Repairs" exclude cost of
repair parts caused by storm damage to the supervisory control and data acquisition (SCADA)
system.
Appendix B - 2 of 2
Appendix C
SCOPE OF SERVICES
C.1 SCOPE OF SERVICES — CH2M
C.1.1 Perform professional services in connection with the Project as hereinafter stated.
C.1.2 Operate and maintain all facilities over a 24-hour per day, 7 -day per week period, under full
service contract operations and maintenance. Operations may be performed with on-site staff
and/or remote monitoring/on-call services for all or portions of this time.
C.1.3 Within the design capacity and capability of the Project, manage, operate, and maintain the
Project so that effluent discharged from the Project meets the requirements specified in Appendix
F.
C.1.4 Operate and maintain the present Industrial Pretreatment Program including all monitoring,
inspections, sampling, testing, reporting, and record keeping as described in Appendix G. Results
of all industrial sampling and testing shall be made available to City of Fayetteville as requested.
C.1.5 Provide all Maintenance for the Project. Document as required to continue existing maintenance
program and to provide City of Fayetteville requested reporting, including but not limited to
updated preventative maintenance schedules. City of Fayetteville shall have full access to
preventative maintenance records.
C.1.6 Pay all costs incurred within the scope of normal Project operations as defined in this Agreement.
C.1.7 Staff the Project with a minimum of three (3) Arkansas Class IV Wastewater licensed operators.
C.1.8 Prepare all NPDES permit and other pertinent regulatory reports, letters, or other correspondence,
and submit these to City of Fayetteville for signature and approval. Transmittal to appropriate
agencies shall be done by CH2M, except for electronic reporting via NetDMR. Any fines levied
because of late reports as a result of CH2M failure to complete and allow sufficient time for City
of Fayetteville's signature and transmittal shall be paid by CH2M. Submittal to the City of
Fayetteville by the 20' of the month following the reporting period shall be considered timely.
C.1.9 Provide for proper disposal of screening, scum, grit, and biosolids in compliance with permit and
regulatory requirements, as long as a suitable location for such disposal is reasonably available.
Should regulations and/or disposal/application options significantly change, projected costs will
be revised by mutual agreement.
C.1.10 Provide all manufacturers' warranties on new equipment purchased by the City of Fayetteville
and assist the City of Fayetteville in enforcing existing equipment warranties and guarantees.
C.1.11 Be responsible for all laboratory testing and sampling presently required by the NPDES permits,
stormwater permits, "no discharge" permits, and other related requirements.
C.1.12 Provide an inventory of vehicles and equipment (rolling stock) that are being used at the Project
at the beginning of each contract year.
Appendix C - 1 of 5
C.1.13 Provide twenty four (24) hour per day access to Project for City of Fayetteville's personnel. Visits
may be made at any time by any of City of Fayetteville's employees so designated by City of
Fayetteville's representative. Keys for Project shall be provided to City of Fayetteville by C112M.
All visitors to the Project shall comply with CH2M's operating and safety procedures.
C.1.14 Provide for the maintenance of existing City of Fayetteville rolling stock such as dump trucks,
tractors, and trailers that are necessary for the operations and maintenance of the facilities.
C.1.15 Provide training for personnel in areas of operation, maintenance, safety, supervisory skills,
laboratory, and energy management. Continue the current project safety program with updates as
necessary.
C.1.16 Provide computerized maintenance, process control, and laboratory management systems.
C.1.17 Comply with the requirements of City of Fayetteville regarding affirmative action provisions for
minority hiring.
C.1.18 Provide City of Fayetteville with a full accounting of all expenditures at intervals and in sufficient
detail as may be determined by City of Fayetteville and assist City of Fayetteville in preparation
of annual operating budgets. City of Fayetteville shall be allowed to conduct or have conducted
audits of all accounting records related to the direct contract operations of this Agreement at
times to be determined by City of Fayetteville.
C.1.19 Provide City of Fayetteville with full documentation that preventative maintenance is being
performed on all City of Fayetteville equipment in accordance with manufacturer's
recommendations at intervals and in sufficient detail as may be determined by City of
Fayetteville. Maintenance program shall include documentation of corrective and preventive
maintenance and a spare parts inventory.
C.1.20 Provide for repairs as described in the Appendix B.11.
C.1.21 Maintain the SCADA system as described in Appendix E, to include ongoing updates and
upgrades of the software and hardware to ensure operational continuity and in accordance with
initiatives as agreed upon by the City of Fayetteville and CH2M.
C.1.22 Verify the capacity and efficiency of each sewer lift station once per calendar year.
C.1.23 Provide recommendations for Capital Improvements Program (CIP) with a schedule for
improvements and expenditures as requested by the City of Fayetteville. A five (5) year schedule
will be presented for all capital improvements and ten (10) year projections will be made for
major improvements. These recommendations will be based on requirements determined from
facility operations and does not include detailed engineering studies. In addition, CH2M will
prepare the required forms and documentation required during budget and capital improvements
budget preparation time each year. Except for the improvements requiring an engineering study,
the following will be included for each project:
• Improvement needed
• Justification of improvements
• Cost of improvements
• Any projected increase or decrease in O&M costs created by the CIP
• Proposed expenditure schedule
Appendix C - 2 of 5
• Proposed capital recovery schedule
• Impact of early termination
C.1.24 Perform other services that are related to but not part of the Scope of Services upon written
notification by City of Fayetteville. Such services will be invoiced to City of Fayetteville at
CH2M's cost plus eighteen percent (18%).
C.1.25 At the direction of the City of Fayetteville, CH2M is authorized to act in emergency situations
outside this Scope of Services, at CH2M's discretion. The costs related to emergency services
are not included in the compensation set forth in this Agreement. CH2M will notify City of
Fayetteville as soon as reasonably possible, and shall be compensated by City of Fayetteville for
any such emergency work at C142M's costs for the emergency work plus twenty-two percent
(22%).
C.1.26 Provide City of Fayetteville with oral and written reports as requested.
C.1.27 Operate and maintain all existing wastewater lift station facilities including buildings, grounds,
backup power generators, and certain other appurtenances within the site fenced area. However,
maintenance of inlet and outlet pipe works shall terminate at the wall of lift station. Should the
City of Fayetteville add in excess of three (3) additional lift stations, from the prior contract
year's number of sites, a corresponding change of scope will be negotiated.
C.1.28 Conduct annual electrical evaluations of electrical units of 25 horsepower or more which operate
at supply voltages of 480V or less to ground.
C.1.29 CH2M will comply with present federal, state, and local laws in performing their obligations
under the terms of this Agreement. CH2M and City of Fayetteville will work cooperatively
regarding the application and impact of potential changes in law, including the potential cost
impact on the scope of work, and mutually revise this Agreement as applicable.
C.1.30 Coordinate and schedule the use of training rooms at both wastewater treatment facilities.
C.1.31 Conduct community outreach and education activities including cooperative efforts with the
University of Arkansas as appropriate.
C.1.32 Maintain compliance with other existing environmental permits as described in Appendix F.
C.1.33 Maintain the industrial surcharge program and provide for monitoring and control of septage
deliveries, as provided for in the City of Fayetteville's Code of Ordinances, Discharge and
Pretreatment Regulations.
C.1.34 The parties contemplate that minor design/engineering services may be provided by CH2M from
time to time. The scope and compensation for such services shall be mutually negotiated by the
parties prior to the commencement of work.
C.1.35 Operate and maintain the ongoing nutrient removal efforts at the City of Fayetteville's Biosolids
Management Site, including managing harvesting and marketing the hay produced on the site.
Biosolids Management Site maintenance shall also include compliance with the current "no
discharge" permit.
C.1.36 Operate and maintain existing onsite power generators at all existing sites, including maintaining
compliance with off-peak power rate structure monitoring and generation requirements.
Appendix C - 3 of 5
C.1.37 Operate and maintain the biosolids drying operation, which includes 6 solar houses and a thermal
biosolids dryer.
C.1.38 Coordinate the marketing and/or disposal of the dried biosolids produced from the drying
operations as appropriate.
C.1.39 Coordinate the application of alum sludge from Beaver Water District and invoicing for the
services as appropriate.
C.1.40 Check the condition of and replace the odor canisters (as listed in Appendix E) that are part of the
air release valves in the collection system, as needed. The mechanical condition of these valves
will be maintained by the Fayetteville Water and Sewer Division.
C.1.41 Provide site monitoring and City approved property maintenance activities as directed for
Woolsey Wet Prairie adjacent to the West Side Wastewater Resource Recovery Facility to assure
that the site continues to meet ecological performance standards.
C.1.42 Provide monitoring to the White River streambank restoration site near the Biosolids
Management Site, as well as support for the pending restoration site near the Noland treatment
plant, as contract budget allows.
C.1.43 Reserved
C.1.44 Reserved
C.1.45 Provide incidental small scale support as directed to various not-for-profit groups on issues
important to the City of Fayetteville.
C.2 SCOPE OF SERVICES — CITY OF FAYETTEVILLE
C.2.1 Provide for all Capital Expenditures except for the Projects that City of Fayetteville may
authorize CH2M to implement subject to mutually agreeable terms and conditions of repayment.
C.2.2 Maintain all existing and necessary Project warranties, guarantees, easements, permits, and
licenses that have been granted to City of Fayetteville with the proviso that CH2M remains
primarily responsible to ensure that the wastewater plants are efficiently, properly and
professionally operated so that they will not suffer a loss of permits or licenses.
C.2.3 Pay all property or other taxes or franchise fees associated with the Project. This excludes taxes
to be borne by CH2M for equipment owned by CH2M.
C.2.4 May provide C112M within a reasonable time after request any piece of City of Fayetteville's
heavy equipment, subject to availability, so that C112M may fulfill its obligations under this
Agreement in the most cost-effective manner.
C.2.5 Provide all licenses for vehicles used in connection with the Project.
C.2.6 Provide for CH2M's use all vehicles and equipment presently in use at the Project, including the
vehicles described in Appendix H.
C.2.7 Pay for all wastewater lift station utilities, with the exception of electricity.
Appendix C - 4 of 5
C.2.8 Pay for all gasoline, diesel, and propane for backup power generators and all rolling stock
provided by City of Fayetteville.
C.2.9 Pay for all regulatory fees.
Appendix C - 5 of 5
Appendix D
COMPENSATION FOR SERVICES
D.1 CH2M estimates that Base Fee for services, on an annual basis, under this Agreement for 2017
shall be Seven Million, Eight Hundred Seven Thousand, and Four Hundred Fifty Three Dollars
($7,807,453). Details of said cost are shown in DA below. Thereafter, the Base Fee shall be
negotiated each year. Should City of Fayetteville and CH2M fail to agree, the Base Fee will be
determined by the application of the Base Fee adjustment formula shown in Appendix I. Upon
each contract year renegotiation, CH2M shall continue to invoice City of Fayetteville at the
previous amount until the new contract year price is agreed upon. Upon written notice, agreement
between the parties as to the new contract year Base Fee, CH2M shall issue an invoice
retroactively adjusting the previous Base Fee amount. Should the actual expenditures exceed the
total estimated annual expenditures by more than Twenty Thousand Dollars ($20,000), in any
year of this Agreement, specific approval will be obtained from the City of Fayetteville prior to
CH2M incurring additional costs.
D.2 An administrative fee of fifteen percent (15%) will be added to personnel services, and ten
percent (10%) to all other direct costs excluding electricity. An annual fixed management fee of
One Hundred Thirty Eight Thousand, Six Hundred Fifty Nine Dollars ($138,659) shall be billed
in equal monthly installments and adjusted annually in relation to the Base Fee.
D.3 In order to provide an incentive for CH2M to operate in a manner that will result in actual costs
below estimated cost, City of Fayetteville will pay CH2M an additional fee when actual costs are
below estimated cost. Said fee will be twelve and one half percent (12.5%) of the amount of
actual cost are below estimated cost.
DA For occasions when the City equipment may be used for purposes outside the scope of this
contract and not for the benefit of the City, CH2M agrees to reimburse the City of Fayetteville for
equipment usage. The rate of reimbursement is calculated as equipment capital cost per hour use
plus five percent (5%). The City of Fayetteville agrees to provide certificates of insurance
evidencing proof of insurance for any equipment or vehicles used by CH2M.
D.5 Cost Detail - The annualized estimated costs for calendar year 2017 are listed in Table D-1.
Appendix D - 1 of 2
Gi
O
M
v�
MU
M
ooCl
\O
t
�o
�
6
00
00
O N
o
[�
N
M
~
00
H
M
N
[z
b
� y
t-
O
C's
It
~
r-
bA pA
O
O
O
(71\
�c
i� o
C C�
o 0 Co
00
r-
r
110
M
N
000
N
L
3a•�a
-
N
N
r-
00
00
00
tl-
ON
llc
3M
C
M
M
N
ol
F�
b y00
00
Lf) 00
rr b�A
N
N
00.
01
M
a s
�
M
M
M
N
00
00
tr)
mm
r
M
t
it)
rf)
? m
o
Irl
N
0
N
0
o
00
tY
tn
a
0
N
M
tr)00
d
O0
Lf)O
S�
O
00
00
00
\O
C
3 4
7
M
y
�
M
•--il
�u
CIO
JQ
�
o
Q
W
N
4-�
O
N
w
AE)Pendix E
LOCATION OF PROJECT
E.1 CH2M agrees to provide the services necessary for the management, operation and maintenance
of the following:
E.1.1 All equipment, vehicles, grounds and facilities now existing within the present property
boundaries of or being used to operate the City of Fayetteville's Noland Water Resource
Recovery Facility located at:
1400 North Fox Hunter Road
Fayetteville, Arkansas 72701
E.1.2 All equipment, vehicles, grounds and facilities now existing within the present property
boundaries of or being used to operate the City of Fayetteville's West Side Water Resource
Recovery Facility located at:
15 South Broyles Avenue
Fayetteville, Arkansas 72704
E.1.3 All equipment, grounds, and facilities now existing within the present fenced boundaries of
wastewater lift stations described as follows:
SCADA
NODE
LOCATION
Generator
Site
Maintenance
Only
WW1
978 E Zion Rd (Lowe's — Zion PS)
YES
WW2
3500 E Mission Blvd Timbercrest PS)
YES
WW4
691 W Poplar St Po lar PS - ABANDONED)
YES
WW5
3896 N GreggAve (GreggAve PS)
YES
WW6
3021 N Old Wire Rd (Old Wire PS)
NO
WW7
2065 N Sunshine Rd (Hamestrin PS)
YES
WW8
729 W North Street (North Street PS —ABANDONED)
YES
WW9
1236 N Porter Rd (Porter Rd PS)
NO
WW 10
716 N Futrall Dr (Futrall Dr PS)
YES
WWII
4412 W 6th Street (Farmin ton East PS —ABANDONED)
YES
WW 12
571 N Double Springs Road (Farmington West PS)__YES
WW 13
878 S Dead Horse Mountain Rd (Stonebridge PS)
YES
WW 14
1820 S Armstrong Ave Industrial Park PS
YES
WW16
518 W Ernest Lancaster Dr (Airport North PS)
YES
WW18
210 N Sandy (Greenland PS)
NO
WW19
5716 E Noiman Mu h Rd (Mally Wa non PS)
YES
WW20
3212 N Highway 112 — (Trucker's Drive PS - ABANDONED)
YES
WW22
630 N Double S rin s Rd Owl Creek PS)
YES
WW23
440 E Fairway Ln (Masters PS)
NO
Appendix E - Page 1 of 4
SCADA
NODE
LOCATION
Generator
Site
Maintenance
Only
WW24
265 W Ernest Lancaster Dr Ai ort East PS)
YES
WW25
551 W Aster Ave (Willow West PS - Farmington)
YES
WW27
1031 River Meadows Dr (Stonebridge Meadow Phase I PS)
YES
WW28
1603 Plantation Ave (Heritage Village PS)
YES
WW29
390 N Cato S rin s Rd (Bohannan PS - Greenland)
NO
WW32
478 N Durango Place (Silverthome PS)
YES
WW33
4644 N Crossover Rd Stonewood PS - Copper Creek)
YES
WW34
4572 S School Ave (Airport South PS)
YES
WW35
3083 W MLK Blvd (Lowe's — 6th St PS)
YES
WW36
1642 N Willowbrook Dr (Skyler Place PS)
YES
WW37
3848 W Edgewater Dr (Clabber Creek PS - ABANDONED)
YES
WW38
3710 E Zion Rd (Copper Creek Phase II PS)
YES
WW39
2392 N Kenswick Ave Crofton Manner PS
YES
WW40
1811 S Chegy Hills Dr (Stone Brid a Meadow Phase II PS)
YES
WW41
1608 S S rin lake Dr Crescent Lake PS)
YES
WW44
6061 Dot Tipton Rd (Legacy Pointe Phase 4 PS)
NO
WW45
4451 N Waterside Ct (Timberlake Office Park PS)
YES
WW46
3788 E Spyglass Hill Dr (Stonebridge Meadows Phase V PS)
YES
WW47
3601 E Albright Rd (Embry Acres PS)
YES
WW48
2435 S Dead Horse Mountain Rd McDonald PS
YES
WW49
3393 E Goff Farm Rd (Meadows PS)
YES
WW52
485 N Broyles Ave (Broyles Ave PS)
YES
WW53
1396 Zion Rd (Office Park PS)
YES
E.1.4 All equipment, grounds, and facilities now existing within the present property boundaries of or
being used to operate the City of Fayetteville's Biosolids Management Site located east of the
Noland Water Resource Recovery Facility across the White River.
E.1.5 All equipment, grounds, and facilities associated with or being used to complete routine O&M
activities for the City of Fayetteville's Mitigated Wetlands Site now existing within the present
property boundaries located north of the West Side Water Resource Recovery Facility. These
service to include execution of seasonal Adaptive Management strategy including recommended
herbicide applications, site maintenance & monitoring, monthly reporting, prescribed burn site
preparations, land management BMP's to adjacent City of Fayetteville properties. Services to
exclude permit compliance over -sight, permit reporting and prescribed burn scheduling &
execution. The potable water SCADA system at the following locations:
Appendix E - Page 2 of 4
SCADA
NODE
LOCATION
DESCRIPTION
W1
215 W 24th St South Mountain)
Station
W2
844 N Crossover Rd (Hyland Park)
_Rump
Pump Station
W4
1016 E Ash St
Pump Station
W5
707 E Rogers Dr
Pump Station
W6
456 E Baxter Ln
Ground Storage Tank (2 each)
W7
707 E Rogers Dr
Ground Storage Tank (2 each)
W8
133 N Sang Ave
Elevated Storage Tank
W9
1170 E South Skyline Dr
Elevated Storage Tank Mt. Se uo ah
W10
1044 E Township Rd
Elevated Storage Tank
Wil
3280 W Judge Cummins Rd
Ground Storage Tank (2 ea) (Kessler Mountain)
W12
7001 E Mission (Hi hwa 45 Valve
Pressure-Reducing Valve Station)
W13
1589 Fire Tower Road (Goshen)
Purnp Station and Ground Stora e Tank
W14
17301 Lake Se uoyah Rd Round Mtn)
Pump Station
W15
14360 Round Mt Comm Church Rd
Stand Pipe County Rd #55 (Round Mountain)
W16
22032 Fire Tower Rd County Rd 4343
Stand Pipe (Benson Mountain)
W17
3265 N Gulley Rd
Elevated Storage Tank
W18
3788 N Gulley Rd
Pump Station
W19
3370 S Coach Rd
Pump Station
W20
2098 Woodcliff Rd (Springdale)
Surge Tank
W21
2210 N Old Wire Rd
Valve
W22
2800 N Old Missouri Rd
Flow Meter
W23
3385 N Par Ct
Valve
W24
3023 E Joyce Blvd
Valve
W25
2567 E Robinson (Springdale)
Valve
W27
17385 Blue Springs Rd (Goshen)
Pump Station
W28
17970 Lake Se uovah Rd
Pump Station
W29
Beaver Water District
SCADA Interface
W30
1195 N. Cantebu Rd (Cantebu Tank)
Elevated Storage Tank
W31
2903 E. Fla stone Cir (Stonemountain)
Punip Station
WSOPC
2435 S Industrial Dr
Water & Sewer Ops Center
MTROB
12141 Ed Edwards Rd
Mt. Robinson Tower Site
E.1.6 Installation of the necessary Remote Terminal Units (RTUs) and equipment to acquire flow
information from the collection system via SCADA. Flow monitoring devices (up to 17 remote
locations) are scheduled to be installed by the City's Water and Sewer Division.
Appendix E - Page 3 of 4
E.1.7 Provision and maintenance of RTUs at the following sites located in the City of Elkins, Arkansas:
SCADA
NODE
LOCATION DESCRIPTION
EWW1
Lift Station
EW 1
Ground Storage Tank
E.1.8 Maintenance of the odor control system associated with the following lift stations:
LOCATION
# OF
CANISTERS
LS #6 - 3021 N Old Wire Rd (Old Wire)
4
LS #7 - 2065 N Sunshine Rd (Hamestring)
7
LS #12 - 571 N Double Springs Road (Farmington West)
8
LS #22 - 630 N Double Springs Rd (Owl Creek)
2
LS #52 - 485 N Broy4es Ave (Broyles Ave)
2
Appendix E - Page 4 of 4
Appendix F
ENVIRONMENTAL PERMITS AND PROJECT CHARACTERISTICS
F.1 CH2M will operate Project so that effluent will meet the requirement of NPDES permit No.
AR0020010 and AR0050288. CH2M shall be responsible for meeting the effluent quality
requirements of City of Fayetteville's NPDES current permits unless one or more of the
following occurs:
• The Project influent does not contain Adequate Nutrients to support operation of Project
biological processes;
• Contains Biologically Toxic Substances which cannot be removed by the existing process and
facilities;
The influent flow, influent BODS, and/or suspended solids exceeds the Project design parameters
which are:
Noland WRRF
West Side WRRF
ual
Maximum
ual
Maximum
Average
Monthly
Ave age
Monthly
Average
Average
Flow (MGD) 11.2
16.9
10.0
17.8
BOD (lbs/d) 26370
27,960
14,595
18,853
TSS (lbs/d) 20,620
22,210
14,595 J
18,853
F.2 In the event any one of the Project influent characteristics, suspended solids, BODS, or flow,
exceeds the parameters listed above, CH2M shall return the plant effluent to the characteristics
required by the NPDES permit in accordance with the following schedule after Project influent
characteristics return to within design parameters.
Characteristics
Exceeding Listed
Parameters By
Recovery Period
Maximum
10% or Less
5 days
> 10% but < 20%
10 days
20% and Above
30 days
Notwithstanding the above schedule if the failure to meet effluent quality limitations is caused by
the presence of Biologically Toxic Substances or the lack of Adequate Nutrients in the influent,
then C112M will have a thirty (30) day recovery period after the influent is free from said
substances or contains Adequate Nutrients.
F.3 CH2M shall not be responsible for fines or legal action as a result of discharge violations within
the period that influent exceeds design parameters, does not contain Adequate Nutrients, contains
Biologically Toxic Substances (that exceed process inhibiting levels or creates concentrations
exceeding application or discharge limitations), and the subsequent recovery period.
F.5 The estimate Costs for services under this Agreement are based upon the following Project
Appendix F - 1 of 2
characteristics:
Annual
Average
Noland West Side
WRRF WRRF
Flow MGD
6.5 8.3
BOD lbs/d)
15,353 12,856
TSS (lbs/d)
9,890 13,527
The above characteristics are the actual twelve (12) months average prior to the date services are
first provided under this Agreement. Any change of 10 percent (10%) or more in any of these
characteristics, based upon a twelve (12) month moving average, may constitute a change in
scope.
F.6 The current applicable environmental permits are as follows:
Permit
AFIN No.
Permit No.
Expiration Date
NPDES - Noland
72-00781
AR0020010
02/28/2018
NPDES - West Side
72-01033
AR0050288
11/30/10
No Discharge Permit — Biosolids
Management Site & Noland
72-00829
4748 -WR -3
08/01/2020
Air - Hamestrin
72-01873
2179-A
N/A
Air - West Side
72-01033
2178-A
N/A
Stormwater No Exposure Certification
(NEC) - Noland
72-00781
Tracking No.
ARROOC377
06/30/19
Stormwater No Exposure Certification
(NEC) - West Side
72-01033
Tracking No.
ARR000390
06/30/19
Appendix F - 2 of 2
Appendix G
INDUSTRIAL WASTE DISCHARGES AND MONITORING PROGRAM
G.1 CI -12M shall: Administer the Industrial Pretreatment Program in accordance with 40 CFR 403.
Administration shall include:
G.1.1 Maintain the industrial waste sampling and analysis program for pretreatment and
surcharge, as described in G.3.
G.1.2 Monitor the compliance status of the current Significant Industrial Users (SIU's) through
sampling, analysis, inspection, and record reviews. Recommend appropriate enforcement
action to City of Fayetteville.
G.1.3 Receive, review and act upon reports and notification from industrial users.
G.1.4 Prepare notice of violations and other enforcement documentation for City of Fayetteville
signature in accordance with the Enforcement Response Plan in the State approved
Industrial Pretreatment Program.
G.1.5 Track, determine, and publish industrial users insignificant noncompliance.
G.1.6 Draft new, revised, and renewal industrial waste discharge permits for the SIU's for City
of Fayetteville signature.
G.1.7 Conduct an Industrial Waste Survey periodically to identify new, or significant, industrial
users in Fayetteville and in cities with which Fayetteville has inter jurisdictional
agreements for waste treatment.
G.1.8 Assist City of Fayetteville with review and revision of local limits, the sewer use
ordinances, the pretreatment program, and inter jurisdictional agreements.
G.1.9 Prepare for City of Fayetteville signature and submit the Industrial Pretreatment annual
report.
G.1.10 Maintain all industrial monitoring records for at least three (3) years.
G.1.11 Maintain open communication with the SIU's.
G.1.12 Keep City of Fayetteville informed of pretreatment activities and changes in regulatory
requirements.
G.2 Significant costs due to new or changed Federal, State or local regulations shall cause a change of
contract scope.
G.3 Industrial Waste Dischargers and Monitoring Program in City of Fayetteville, AR:
Industry
Parameters Analyzed
Ayrshire Electronics, LLC
1101 S. Beechwood
None (Best Management Practices)
Fayetteville, AR 72701
Custom Powder Coating Services, Inc.
Cadmium, chromium, copper, lead, nickel,
1629 W. Farmington St.
silver, zinc, cyanide
Fayetteville, AR 72701
Appendix G - 1 of 2
Industry
Parameters Analyzed
Elkhart Products Corporation
Chromium, copper, lead, nickel, zinc, oil &
3265 Highway 71 South
Fayetteville, AR 72701
grease
Hiland Dairy Company
301 E. 15 Street
Biochemical oxygen demand, total suspended
Fayetteville, AR 72701
solids, phosphorus, pH, oil & grease
Marshalltown Company
Cadmium, chromium, copper, lead, nickel,
2200 Industrial Drive
silver, zinc, cyanide
Fayetteville, AR 72701
Pinnacle Foods Corporation
1100 W, 15 Street
Biochemical oxygen demand, total suspended
Fayetteville, AR 72701
solids, phosphorus, pH, oil & grease
Superior Industries International
Arkansas, LLC
Cadmium, chromium, copper, lead, nickel,
1901 Borick Drive
silver, zinc, cyanide
Fayetteville, AR 72701
Tyson Mexican Original, Inc.
Biochemical oxygen demand, total suspended
2615 S. School
solids, phosphorus, pH, oil & grease
Fayetteville, AR 72701
Appendix G - 2 of 2
Avvendix Ii
VEHICLE AND MOBILE EQUIPMENT DESCRIPTION (ROLLING STOCK
Unit #
Unit Description
Location
Year
85U
1998 Ford F-800 Flatbed
Biosolids Management Site
1998
325U
Ford F350 Super Duty, Reg. Cab
Biosolids Management Site
2000
376
Ford F550 Super Duty/Crane, Crew Cab
Biosolids Management Site
2012
382
Ford F550 Super Duty/Crane, Crew Cab
Biosolids Management Site
2015
387
Ford F-350, Flatbed
Biosolids Management Site
2016
388
Ford F-350, Flatbed
Paul R Noland
2016
566
Ford/New Holland LS55 Lawn Tractor
Biosolids Management Site
1999
570
New Holland 8670 Tractor
Biosolids Management Site
2000
696
Caterpillar 420E Backhoe
Biosolids Management Site
2012
741U
Mack Semi Tractor
Biosolids Management Site
1996
748U
Freightliner M2-112 Dump Tandem Axle
Biosolids Management Site
2006
751
Sterling LT9500 Semi Tractor
Biosolids Management Site
2006
766
Kenworth T800 Semi Tractor
Biosolids Management Site
2011
768
Kenworth T470 (Spreader)
Biosolids Management Site
2012
770
Kenworth T800 Semi Tractor
Biosolids Management Site
2013
771
Kenworth T800 Semi Tractor
Biosolids Management Site
2013
818
Caterpillar P5000LP Forklift
West Side
2008
927
Parker 24' Gooseneck Trailer
Biosolids Management Site
1991
966
P.J. Trailer, 18FT
Biosolids Management Site
1996
969
LO -Boy 25T-36FT Trailer
Biosolids Management Site
1996
1092
Ford Explorer XLT
Sediment Removal Project
2002
1093U
Ford Explorer
Paul R Noland
2002
1274
Chevrolet Equinox
West Side
2014
2156
Chevy Colorado, 4X4
Paul R Noland
2012
5001
John Deere 6615 4X4 Tractor
Biosolids Management Site
2007
5002
John Deere 6615 4X4 Tractor
Biosolids Management Site
2007
Ford/New Holland 4X4 T6030 Loader
5012
Tractor
Biosolids Management Site
2009
5022
Case Maxxum 125 4X4 Loader Tractor
Biosolids Management Site
2011
5024
R&R 35' Manure/Litter Conveyor
Biosolids Management Site
2011
5025
R&R 35' Manure/Litter Conveyor
Biosolids Management Site
2011
5030
New Holland H5920 Hay Rake
Biosolids Management Site
2011
5031
John Deere M0006030 Discbine
Biosolids Management Site
2012
5032
New Holland BR740 Round Baler
Biosolids Management Site
2012
5033
New Holland BB9060 Square Baler
Biosolids Management Site
2012
5034
Rhino R180 Cutter
Biosolids Management Site
2012
5037
New Holland BR7060 Round Baler
Biosolids Management Site
2012
5044
John Deere 630 Mower Conditioner
Biosolids Management Site
2014
Appendix H - 1 of 2
5045
John Deere 630 Mower Conditioner
Biosolids Management Site
2014
Ford/New Holland Workmaster 55 4X4
5057
Tractor
Biosolids Management Site
2015
Ford/New Holland T6.155 4X4 Loader
5058
Tractor
Biosolids Management Site
2015
5059
John Deere 615D 4X4 Loader Tractor
Biosolids Management Site
2015
5070
Meyer Spreader
Biosolids Management Site
2016
6000
John Deere Articulated Loader
Biosolids Management Site
2012
6018
Volvo MC135C Skid Steer
Biosolids Management Site
2016
9025
Volvo Penta 400 KW Generator
Lift Station12
2001
9034
Yale 5000# Fork Lift
Paul R Noland
2002
9088
Lufkin ULD-38 Trailer
West Side
2006
9111
Clement Star-Lite Trailer
Paul R Noland
2009
9124
Thompson 6" Diesel Power Pump/Trailer
Paul R Noland
2009
9142
Aulick 42' Belted Trailer
Biosolids Management Site
2011
9165
Clement Star-lite Trailer
Biosolids Management Site
2013
9166
Clement Star-lite Trailer
Biosolids Management Site
2013
9193
Clement Starlite End Dump Trailer
Biosolids Management Site
2015
9227
Clement Starlite End Dump Trailer
Biosolids Management Site
2016
Parkson Electronic Mole — Billy
Biosolids Management Site
2011
Parkson Electronic Mole —Cricket
Biosolids Management Site
2011
Parkson Electronic Mole — Goofy
Biosolids Management Site
2011
Parkson Electronic Mole —Jurgens
Biosolids Management Site
2011
Parkson Electronic Mole —Tiny Tim
Biosolids Management Site
2011
Parkson Electronic Mole —Trick
Biosolids Management Site
2011
Portable Generator for Lift stations
Paul R Noland
2005
Appendix H - 2 of 2
I.1
I.2
Appendix I
BASE FEE ADJUSTMENT
Electrical costs will be adjusted by actual increases from power supplier.
The Base Fee adjustment formula is as follows:
Where:
ABF = BF x (1 + AF)
BF — Base Fee specified in Appendix D
ABF Adjusted Base Fee
AF Adjustment Factor as determined by the formula:
AF = .5 (ECI + CPI)
ECI — The twelve month percent change (from the third quarter of the prior
year to the third quarter in the current year) in the Employment Cost
Index for Total Compensation for Civilian Workers, Not Seasonally
Adjusted as published by U. S. Department of Labor, Bureau of Labor
Statistics in the Detailed Report Series ID: CIU 1010000000000A.
CPI The twelve month percent change (from October of the prior year to
October of the current year) in the Consumer Price Index for All Urban
Consumers, Not Seasonally Adjusted as published by U.S. Department of
Labor, Bureau of Labor Statistics in the CPI Detailed Report Series
Id: CUUROOOSAO.
Appendix I - 1 of 1