Loading...
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