HomeMy WebLinkAbout2022-08-09 - Agendas - FinalCITY OF
FAYETTEVILLE
%PF ARKANSAS
MEETING AGENDA
Water, Sewer, and Solid Waste Committee
9 August 2022
5:30 P.M.
(Or immediately following City Council Agenda Session)
This is a Virtual Meeting
Committee: Council Member Teresa Turk, Council Member Sloan Scroggin, Council Member
D'Andre Jones, Council Member Mike Wiederkehr
Copy to: Mayor Lioneld Jordan, Paul Becker, Kara Paxton, Susan Norton, Kit Williams,
Chris Brown, Alan Pugh, Terry Gulley, Peter Nierengarten, Brian Pugh, Andrea
Foren, Mark Rogers, Corey Granderson, Aaron Watkins, Holly Jones, Greg
Weeks, Monty Sedlak, Will Kellstrom
From: Tim Nyander, Utilities Director
CALL TO ORDER
ROLL CALL
UPDATES
OLD BUSINESS:
1. Noland Facility Master Plan Update
A formal selection committee was held on March 28, 2022, to select three engineering firms to
interview for conducting a Facility Master Plan of the Paul R. Noland WRRF. The three firms
selected were Black & Veatch, Freese & Nichols and Garver. Interviews were conducted on
April 22, 2022, and Garver was selected to perform the study.
The City's last Facilities Master Plan for wastewater treatment was performed in 1997 and
resulted in the City's construction of the West Side Water Resource Recovery Facility, along
with associated sewers to route over half of Fayetteville's wastewater to this new plant. As
population continues to increase, it is pertinent to keep long range capacity planning efforts
updated so that future capital financing can be considered proactively. This plan will address
existing and future capacities of each unit and ancillary process at the Paul R. Noland WRRF.
The total not -to -exceed engineering fee for this project is $697,000.00 and the project is
estimated to take 16-months from Notice to Proceed to Final Reporting.
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION
FOR APPROVAL
2. Design of the 48-inch West Transmission Line
The City of Fayetteville owns and operates two parallel water transmission lines from Beaver
Water District (BWD) in Lowell that enter from the northeast corner of the City. These lines are a
36-inch pipe installed in 1967 and a 42-inch pipe installed in 1993. BWD intends to build a
western water distribution point near HWY-112 and the newly constructed Springdale Northern
Bypass, HWY-612. This facility will supply a western water transmission feed to all four
customer cities, helping with hydraulics, critical redundancy, and overall utility resiliency.
Fayetteville's 11-mile connection to the proposed BWD facility has been identified in water
master plans for many years, but the timeline was previously unknown.
In 2012, the City of Fayetteville hired McClelland Consulting Engineers (MCE) to establish a
preliminary alignment for a waterline along this western corridor (Res. 120-12) and begin
easement acquisitions. The contract was amended in 2021 (Res. 179-21) to increase funds for
appraisals and acquisition support.
BWD has been notified by Springdale Water Utility (SWU) that a connection to the western
corridor delivery point is desired by first-quarter 2026. BWD and SWU have begun final design
for alignments and pump stations to make this project a reality. The City of Fayetteville
previously desired a connection to this facility by 2030. However, there are three primary
reasons this timeline should be expedited, and Fayetteville be ready to tie onto this new facility
nearer to the BWD/SWU timeframe.
Amendment No. 2 is proposed which will provide funds to keep the project progressing and on
its critical path. Immediate next steps will include preliminary design, Section 404 permit
consulting services and associated coordination with state/federal agencies, geotechnical
investigations, and additional topographic surveys in the project corridor. The total not -to -
exceed engineering fee for this amendment is $897,485.00.
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION
FOR APPROVAL
3. Biosolids Drying as a Service Preparatory Work
Griffin Residuals, LLC will be providing equipment and biosolids drying services pending the
approval of the Drying as a Service Agreement (DaaS) at the August 16, 2022, City Council
Meeting. Per the Agreement the City needs to do some preparation work at the Biosolids
Management Site (BMS) before the thermal dryer can be installed by Griffin Residuals.
The preparation work required before the dryer can be installed includes running new water
lines, upsizing the electrical capacity, building firewalls, pouring concrete, and other
improvements to the designated dryer building at the BMS. The City will purchase the materials
and Jacobs will provide the labor under the existing Operations contract. The materials and
labor are estimated at $346,580.00 and includes a 20% contingency of $53,320.00.
BUDGET/STAFF IMPACT:
The budget adjustment will move funds from the Lake Sequoyah Dredging account to the
WWTP Building Improvements account to cover the costs of the preparation work.
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION
FOR APPROVAL
NEW BUSINESS:
4. Fayetteville/Springdale Water Service Boundary Change
Fayetteville and Springdale each operate a water distribution system within exclusive territories
as delineated in a Memorandum of Understanding (MOU) executed in 1967 by and between the
Beaver Water District and its respective customer cities. The adjustment of the boundaries
created by the MOU may be necessary from time to time so that each city can efficiently extend
water service into areas where such service is not being provided, and the MOU contains
provisions whereby the water service boundaries between two customer cities may be amended
upon mutual consent of the affected cities.
There are four parcels located near Albright Road and Crossover Road that are currently within
the Fayetteville City Limits but are also within the Springdale Water and Sewer Service
Boundary. It is requested that these parcels be taken out of the Springdale service area and
placed inside the Fayetteville service area.
The purpose of requesting that the service boundary be changed is to allow the
owners/developers of the parcels to connect to Fayetteville Water and Sewer services because
there is not adequate connectivity to Springdale utilities to allow the subject properties to be fully
developed.
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION
FOR APPROVAL
5. Eminent Domain and Easement Acquisitions
Obtaining easements for water and sewer lines is one of the first steps to nearly every project.
While negotiation for compensation for easements is successful in most cases, there are
instances where a property owner is not interested in granting an easement to the city for any
purpose. In those cases, condemnation, also referred to as eminent domain, is used to acquire
the easement. Staff will present an eminent domain request on a piece of property for the future
West Transmission Line.
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION
FOR APPROVAL
6. Amending Ordinance 3696
Ordinance 3696 waives the requirements of competitive bidding for the purchase of water &
sewer materials. The ordinance has not been updated in over 20 years, and some of the
materials used in the water & sewer profession have changed. Additionally, the list of materials
were somewhat ambiguous, so an amendment is necessary.
Attached with this agenda is a marked -up ordinance indicating the changes, as well as a draft
copy of the new amended ordinance.
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION
FOR APPROVAL
7. Overview of WWTP Monthly Report
June's Monthly WWTP Report
PRESENTATIONS
Presentation of June's Monthly WWTP Report
ATTACHMENTS
Garver Agreement — Facility Master Plan
McClelland Agreement — West Transmission Line
Dryer Make Ready Preinstallation Estimates
Landfilling — Drying Comparison
Springdale -Fayetteville Boundary Changes
Ordinance 3696 Proposed Changes
June's Monthly WWTP Report
ADJOURN
Next Water, Sewer, Solid Waste Committee meets on
Tuesday, September 13t", 2022, at 5:30 p.m.
rd
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
GARVER,LLC
THIS AGREEMENT is made as of , 2022, by and between City of Fayetteville,
Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and
GARVER, LLC (hereinafter called ENGINEER).
CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection
with the evaluation, design, and/or construction supervision of capital improvement projects. Therefore,
CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows:
ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those
assignments to which this Agreement applies, and shall give consultation and advice to CITY OF
FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed
under the direction of a professional engineer registered in the State of Arkansas and qualified in the
particular field.
SECTION 1 - AUTHORIZATION OF SERVICES
1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF
FAYETTEVILLE and agreement of ENGINEER
1.2 Assignments may include services described hereafter as Basic Services or as Additional
Services of ENGINEER.
1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be
allowed without a formal contract amendment approved by the Mayor and the City Council
in advance of the change in scope, costs, fees, or delivery schedule.
SECTION 2 - BASIC SERVICES OF ENGINEER
2.1 Perform professional services in connection with the Project as hereinafter stated.
2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in
Appendix A attached hereto and made part of this Agreement.
2.2 ENGINEER shall coordinate their activities and services with the CITY OF
FAYETTEVILLE. ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has
full responsibility for the engineering services.
SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE
3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of
ENGINEER:
Garver Contract — Professional Engineering Services 1 7/5/2022
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the
Proj ect.
3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information
pertinent to the assignment including previous reports and any other data relative
thereto.
3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for
ENGINEER to perform his services under this Agreement.
3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents
presented by ENGINEER and render in writing decisions pertaining thereto.
3.1.5 Provide such professional legal, accounting, financial, and insurance counseling services
as may be required for the Project.
3.1.6 The City Engineer is the CITY OF FAYETTEVILLE's project representative with
respect to the services to be performed under this Agreement. The City Engineer shall
have complete authority to transmit instructions, receive information, interpret and
define CITY OF FAYETTEVILLE's policies and decisions with respect to materials,
equipment, elements and systems to be used in the Project, and other matters pertinent to
the services covered by this Agreement.
3.1.7 CITY OF FAYETTEVILLE and/or its representative will review all documents and
provide written comments to ENGINEER in a timely manner.
SECTION 4 - PERIOD OF SERVICE
4.1 This Agreement will become effective upon the first written notice by CITY OF
FAYETTEVILLE authorizing services hereunder.
4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress
of the Project through completion of the services stated in the Agreement. ENGINEER will
proceed with providing the authorized services immediately upon receipt of written
authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of
the services authorized and the time in which the services are to be completed. The
anticipated schedule for this project is included as Appendix A.
SECTION 5 - PAYMENTS TO ENGINEER
5.1 The maximum not -to -exceed amount authorized for this Agreement shall be based upon on
an Hourly basis as described in Appendix B.
5.2 Statements
5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF
FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for
professional services consistent with ENGINEER'S normal billing schedule. Once
established, the billing schedule shall be maintained throughout the duration of the
Proj ect.
Applications for payment shall be made in accordance with a format to be developed by
ENGINEER and as approved by CITY OF FAYETTEVILLE. Applications for payment
Garver Contract — Professional Engineering Services 2 7/5/2022
shall be accompanied each month by the updated project schedule as the basis for
determining the value earned as the work is accomplished. Final payment for
professional services shall be made upon CITY OF FAYETTEVILLE's approval and
acceptance with the satisfactory completion of the study and report for the Project.
5.3 Payments
5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of
ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed
portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF
FAYETTEVILLE shall advise ENGINEER in writing of the basis for any disputed
portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to
pay invoices within 30 days of date the invoice is approved, however, payment within
30 days is not guaranteed.
5.4 Final Payment
5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a
condition before final payment under this Agreement, or as a termination settlement
under this Agreement, ENGINEER shall execute and deliver to CITY OF
FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising
under or by virtue of this Agreement, except claims which are specifically exempted by
ENGINEER to be set forth therein. Unless otherwise provided in this Agreement or by
State 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
not constitute a waiver of CITY OF FAYETTEVILLE's claims against ENGINEER or
his sureties under this Agreement or applicable performance and payment bonds, if any.
SECTION 6 - GENERAL CONSIDERATIONS
6.1 Insurance
6.1.1 During the course of performance of these services, ENGINEER will maintain (in
United States Dollars) the following insurance coverages:
Type of Coverage
Workers' Compensation
Employers' Liability
Commercial General Liability
Bodily Injury and
Property Damage
Automobile Liability:
Bodily Injury and
Property Damage
Professional Liability Insurance
Limits of Liability
Statutory
$500,000 Each Accident
$1,000,000 Combined Single Limit
$1,000,000 Combined Single Limit
$1,000,000 Each Claim
ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the
specified insurance within ten days of the date of this Agreement and upon each renewal
of coverage.
Garver Contract — Professional Engineering Services 3 7/5/2022
6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and
their officers, directors, agents, or employees for damage covered by property insurance
during and after the completion of ENGINEER's services.
6.2 Professional Responsibility
6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of
ENGINEER's services and will carry out its responsibilities in accordance with
customarily accepted professional engineering practices. CITY OF FAYETTEVILLE
will promptly report to ENGINEER any defects or suspected defects in ENGINEER's
services of which CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can
take measures to minimize the consequences of such a defect. CITY OF
FAYETTEVILLE retains all remedies to recover for its damages caused by any
negligence of ENGINEER.
6.3 Cost Opinions and Projections
6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs
and schedules, operation and maintenance costs, equipment characteristics and
performance, and operating results are based on ENGINEER's experience,
qualifications, and judgment as a design professional. Since ENGINEER has no control
over weather, cost and availability of labor, material and equipment, labor productivity,
construction Contractors' procedures and methods, unavoidable delays, construction
Contractors' methods of determining prices, economic conditions, competitive bidding
or market conditions, and other factors affecting such cost opinions or projections,
ENGINEER does not guarantee that actual rates, costs, performance, schedules, and
related items will not vary from cost opinions and projections prepared by ENGINEER.
6.4 Changes
6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general
scope of ENGINEER's services, with an appropriate change in compensation and
schedule only after Fayetteville City Council approval of such proposed changes and,
upon execution of a mutually acceptable amendment or change order signed by the
Mayor of the CITY OF FAYETTEVILLE and the duly authorized officer of
ENGINEER.
6.5 Termination
6.5.1 This Agreement 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
Agreement through no fault of the terminating party, provided that no termination may
be effected unless the other party is given:
6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.1.2 An opportunity for consultation with the terminating party prior to termination.
6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF
FAYETTEVILLE for its convenience, provided that ENGINEER is given:
Garver Contract — Professional Engineering Services 4 7/5/2022
6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate, and
6.5.2.2 An opportunity for consultation with the terminating party prior to termination.
6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable
adjustment in the price provided for in this Agreement shall be made, but
6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other
work,
6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover
any additional costs to CITY OF FAYETTEVILLE because of ENGINEER's
default.
6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is
effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a
reasonable profit for services or other work performed. The equitable adjustment for
any termination shall provide for payment to ENGINEER for services rendered and
expenses incurred prior to the termination, in addition to termination settlement costs
reasonably incurred by ENGINEER relating to commitments which had become firm
prior to the termination.
6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER
shall:
6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise),
6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data,
drawings, specifications, reports, estimates, summaries and such other information
and materials as may have been accumulated by ENGINEER in performing this
Agreement, whether completed or in process.
6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE
may take over the work and may award another party an agreement to complete the
work under this Agreement.
6.6 Delays
6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF
FAYETTEVILLE or by other events beyond ENGINEER's reasonable control,
ENGINEER shall be entitled to additional compensation and time for reasonable costs
incurred by ENGINEER in temporarily closing down or delaying the Project.
6.7 Rights and Benefits
6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF
FAYETTEVILLE and not for the benefit of any other persons or entities.
6.8 Dispute Resolution
6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes
between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way
Garver Contract — Professional Engineering Services 5 7/5/2022
are related to, this Agreement, including, but not limited to the interpretation of this
Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF
FAYETTEVILLE or ENGINEER in the performance of this Agreement, and disputes
concerning payment.
6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first
negotiate. If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior
to exhaustion of these procedures, such action shall be stayed, upon application by either
party to a court of proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4
have been complied with.
6.8.3 Notice of Dispute
6.8.3.1 For disputes arising prior to the making of final payment promptly after the
occurrence of any incident, action, or failure to act upon which a claim is based, the
party seeking relief shall serve the other party with a written Notice;
6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF
FAYETTEVILLE shall give ENGINEER written Notice at the address listed in
Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or
first observance of defect or damage. In both instances, the Notice shall specify the
nature and amount of relief sought, the reason relief should be granted, and the
appropriate portions of this Agreement that authorize the relief requested.
6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY
OF FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If
the dispute cannot be resolved at that level, then, upon written request of either side, the
matter shall be referred to the President of ENGINEER and the Mayor of CITY OF
FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such
other location as is agreed upon within 30 days of the written request to resolve the
dispute.
6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining
funds to remit payment to ENGINEER for services rendered by ENGINEER.
6.10 Publications
6.10.1 Recognizing the importance of professional development on the part of ENGINEER's
employees and the importance of ENGINEER's public relations, ENGINEER may
prepare publications, such as technical papers, articles for periodicals, and press releases,
pertaining to ENGINEER's services for the Project. Such publications will be provided
to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance
review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide
CITY OF FAYETTEVILLE's comments to ENGINEER. CITY OF FAYETTEVILLE
may require deletion of proprietary data or confidential information from such
publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold
approval. The cost of ENGINEER's activities pertaining to any such publication shall be
for ENGINEER's account.
6.11 Indemnification
6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to
indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from
Garver Contract — Professional Engineering Services 6 7/5/2022
and against any and all loss where loss is caused or incurred or alleged to be caused or
incurred in whole or in part as a result of the negligence or other actionable fault of the
Contractors, or their employees, agents, Subcontractors, and Suppliers.
6.12 Ownership of Documents
6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings,
disks of CADD drawings and cross sections, estimates, specification field notes, and data
are and remain the property of CITY OF FAYETTEVILLE. ENGINEER may retain
reproduced copies of drawings and copies of other documents.
6.12.2 Engineering documents, drawings, and specifications prepared by ENGINEER as part of
the Services shall become the property of CITY OF FAYETTEVILLE when ENGINEER
has been compensated for all Services rendered, provided, however, that ENGINEER
shall have the unrestricted right to their use. ENGINEER shall, however, retain its rights
in its standard drawings details, specifications, databases, computer software, and other
proprietary property. Rights to intellectual property developed, utilized, or modified in
the performance of the Services shall remain the property of ENGINEER.
6.12.3 Any files delivered in electronic medium may not work on systems and software different
than those with which they were originally produced. ENGINEER makes no warranty as
to the compatibility of these files with any other system or software. Because of the
potential degradation of electronic medium over time, in the event of a conflict between
the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard
copies will govern.
6.13 Notices
6.13.1 Any Notice required under this Agreement will be in writing, addressed to the
appropriate party at the following addresses:
CITY OF FAYETTEVILLE's address:
125 West Mountain Street
Fayetteville, Arkansas 72701
ENGINEER's address:
2049 E. Joyce Blvd, Suite 400
Fayetteville, Arkansas 72703
6.14 Successor and Assigns
6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors,
executors, administrators, and assigns to the other party of this Agreement and to the
successors, executors, administrators, and assigns of such other party, in respect to all
covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor
ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the
written consent of the other.
Garver Contract — Professional Engineering Services 7 7/5/2022
6.15 Controlling Law
6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the
State of Arkansas without regard to any conflicts of law provisions.
6.16 Entire Agreement
6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF
FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in
purchase orders do not generally apply to professional services, in the event CITY OF
FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon
shall become a part of this Agreement. Said purchase order document, whether or not
signed by ENGINEER, shall be considered as a document for CITY OF
FAYETTEVILLE's internal management of its operations.
SECTION 7 - SPECIAL CONDITIONS
7.1 Additional Responsibilities of ENGINEER
7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings,
specifications, reports and other services furnished hereunder shall not in any way relieve
ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF
FAYETTEVILLE's review, approval or acceptance of, nor 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.
7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all
damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance
of any of the services furnished under this Agreement except for errors, omissions or
other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF
FAYETTEVILLE-furnished data.
7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express
or implied assurances under this Agreement or State law and in no way diminish any
other rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty
materials, equipment, or work.
7.2 Remedies
7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims,
disputes and other matters in question between CITY OF FAYETTEVILLE and
ENGINEER arising out of or relating to this Agreement or the breach thereof will be
decided in a court of competent jurisdiction within Arkansas.
7.3 Audit: Access to Records
7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly
pertinent to performance on work under this Agreement in accordance with generally
accepted accounting principles and practices consistently applied in effect on the date of
execution of this Agreement. ENGINEER shall also maintain the financial information
and data used by ENGINEER in the preparation of support of the cost submission
required for any negotiated agreement or change order and send to CITY OF
Garver Contract — Professional Engineering Services 8 7/5/2022
FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE,
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. ENGINEER will provide proper facilities for such access
and inspection. Notwithstanding anything to the contrary herein, ENGINEER's
proprietary, financial information is not subject to audit.
7.3.2 Records under Paragraph 7.3.1 above shall be maintained and made available during
performance on assisted work under this Agreement and until three years from the date of
final payment for the project. In addition, those records which relate to any controversy
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.
7.3.3 This right of access clause (with respect to financial records) applies to:
7.3.3.1 Negotiated prime agreements:
7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting
the price of any formally advertised, competitively awarded, fixed price agreement:
7.3.3.3 Agreements or purchase orders under any agreement other than a formally
advertised, competitively awarded, fixed price agreement. However, this right of
access does not apply to a prime agreement, lower tier subagreement or purchase
order awarded after effective price competition, except:
7.3.3.3.1 With respect to record pertaining directly to subagreement performance,
excluding any financial records of ENGINEER;
7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be
involved;
7.3.3.3.3 If the subagreement is terminated for default or for convenience.
7.4 Covenant Against Contingent Fees
7.4.1 ENGINEER asserts that no person or selling agency has been employed or retained to
solicit or secure this Agreement upon an agreement of understanding for a commission,
percentage, brokerage or continent fee, excepting bona fide employees or bona fide
established commercial or selling agencies maintained by ENGINEER for the purpose of
securing business. For breach or violation of this assertion, CITY OF FAYETTEVILLE
shall have the right to annul this Agreement without liability or at its discretion, to deduct
from the contract price or consideration, or otherwise recover, the full amount of such
commission, percentage, brokerage, or contingent fee.
7.5 Gratuities
7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of
ENGINEER's agents or representatives, offered or gave gratuities (in the form of
entertainment, gifts or otherwise) to any official, employee or agent of CITY OF
FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in
awarding, amending or making any determinations related to the performance of this
Agreement, CITY OF FAYETTEVILLE may, by written notice to ENGINEER terminate
Garver Contract — Professional Engineering Services 9 7/5/2022
this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies
that the law or this Agreement provides. However, the existence of the facts on which
CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in
proceedings under the Remedies clause of this Agreement.
7.5.2 hi the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF
FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue
in the event of a breach of the Agreement by ENGINEER As a penalty, in addition to
any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may
pursue damages in an amount up to the limits set forth in Section 7.8 below.
7.6 Arkansas Freedom of Information Act
7.6.1 City contracts and documents, including internal documents and documents of subcontractors
and sub -consultants, prepared while performing City contractual work are subject to the
Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is
presented to the CITY OF FAYETTEVILLE, ENGINEER will do everything possible to
provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom
of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs
pursuant to the FOIA may be assessed for this compliance.
7.7 Mutual Waiver
7.7.1 Notwithstanding anything in this Agreement to the contrary, neither party (including its
subconsultants, agents, assignees, affiliates and vendors) shall be liable to the other for any
special, consequential, indirect, punitive, exemplary or incidental damages of any kind
regardless of the cause or action (including negligence of any kind or character including
gross negligence).
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and
ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first
above written.
CITY OF FAYETTEVILLE, ARKANSAS E
By:
Mayor, Lioneld Jordan
ATTEST:
By:
City Clerk
V
Senior Project Manager, Chris Buntin
END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Garver Contract — Professional Engineering Services 10 7/5/2022
GARVER
APPENDIX A — SCOPE OF SERVICES
ENGINEER agrees to perform basic engineering services in connection with the Fayetteville Noland
Water Resource Recovery Facility Master Plan (PROJECT) as hereinafter stated, in accordance with
the stipulations in this agreement. In general, the scope of work includes master planning efforts for the
PROJECT based on a 20-year planning horizon (2022-2043). Population projections will be based on
regional planning projections. No flow transfer between the Noland WRRF drainage basin and the
Westside WRRF drainage basin will be considered. The work will be focused on the liquid treatment
train and the solids handling train up to dewatering. ENGINEER will review and confirm the assumptions
used in the 2020 Biosolids Master Plan; however, Biosolids Master Plan update will not be included.
ENGINEER shall perform basic engineering services necessary for the development of the PROJECT
as follows:
1. TASK 1 — PROJECT MANAGEMENT AND QUALITY ASSURANCE
ENGINEER will manage professional services to complete the PROJECT. These services will
include preparation of PROJECT controls including progress reports, action items logs,
decision logs, project team meetings, technical review committee workshops, schedule and
cash flow projections, and invoicing. ENGINEER shall provide professional services in this
Task as follows.
1.1. ENGINEER will prepare a PROJECT Work Plan, a document to be used by all participants in
the PROJECT to ensure a common understanding of PROJECT goals, scope, and tasks as
follows:
(a)
PROJECT definition
(b)
PROJECT resources
(c)
PROJECT schedule
(d)
PROJECT budget
(e)
Quality Management Plan
(f)
Change Management Plan
(g)
Communications Plan
1.2. ENGINEER will plan and participate in a PROJECT start-up meeting with OWNER to confirm
PROJECT scope, personnel, lines of communication, security protocols, change management,
and schedule.
1.3. ENGINEER will conduct a Project Quality Management (PQM) meeting with OWNER. The
PQM meeting is a facilitated session where key stakeholders participate in a consensus -
building exercise to confirm the PROJECT goals, background (including but not limited to site
constraints), and define the critical success factors; the processes, activities, and tasks needed
to achieve success of the PROJECT and assign responsibilities for carrying out the tasks. This
meeting will be combined with the PROJECT start-up meeting.
1.4. ENGINEER will furnish OWNER, when requested, the engineering data and graphics
necessary for applications for routine permits, submittals, and approvals required by local,
state, and federal authorities, and assist OWNER in consultations with appropriate authorities.
ENGINEER will coordinate and meet with applicable regulatory agencies, which may include
but are not limited to the Arkansas Department of Environmental Quality (ADEQ).
Appendix A - Scope of Services 1 of 12 20W01162
Fayetteville Noland WRRF Master Plan
GARVER
1.5. ENGINEER will develop a schedule for the PROJECT, which will be periodically updated
throughout completion of the PROJECT.
1.6. ENGINEER will prepare monthly invoices.
TASK 2 — WASTEWATER CHARACTERISTICS AND LOADING ASSESSMENT AND
HISTORICAL DATA REVIEW
2.1. ENGINEER will work with the Owner to develop a baseline average day flow projection range
based on population projections for the Noland WRRF service area. In addition, ENGINEER
will review the peak flows determined in the December 2021 Wastewater Master Plan Update.
The ENGINEER will not perform any wastewater flow monitoring.
2.2. ENGINEER will develop a sampling protocol memorandum for intermediate process sampling
at the facility. Sampling and testing will be conducted by OWNER and results provided to
ENGINEER. Required testing, outside the Owner's laboratory capabilities, will be provided by
an outside laboratory. The ENGINEER will coordinate and pay for any outside laboratory
testing and will invoice the CITY OF FAYETTEVILLE as a direct expense outside the contract
amount.
2.3. Previous studies and reports will be made available for additional informational purposes only.
ENGINEER will research, collect, and review data on the existing system including, but not
limited to, the following:
(a) Previous master plans, studies, and reports (including considerations for inflow and
infiltration for peak flows and peaking factors)
(b) Existing plans
(c) Performance history for processes
(d) Equipment maintenance records and operations and maintenance (O&M) manuals
(e) Contractor submittals relevant to areas being rehabilitated
(f) Other data and materials
2.4. ENGINEER will obtain existing wastewater quality characteristics and wastewater loads from
OWNER, including but not limited to the following:
(a) Review five years of historical data for carbonaceous biochemical oxygen demand
(CBOD), ammonia nitrogen (NH3-N), total phosphorus (T-P), total suspended solids
(TSS), effluent dissolved oxygen (DO), fecal coliform bacteria, and pH. This will include
all recorded data and sampling locations at the plant. OWNER will furnish the data in
Excel format.
(b) Review five years of historical industrial flow data for biochemical oxygen demand
(BOD), ammonia nitrogen (NH3-N), total phosphorus (T-P), total suspended solids
(TSS), and pH. OWNER will furnish the data in Excel format.
(c) Document and review non -permit related sampling events.
(d) Review and determine concentrations (mg/L) and loads (lbs/day) to be used in
projecting wastewater quality.
2.5. A technical memorandum (TM), Historical Data Review, will be developed by ENGINEER
describing historical data review, flow and loadings, and projections. ENGINEER will submit
one copy (searchable PDF format) of the draft TM, and after review will provide one final copy
(PDF format) of TM to OWNER.
Appendix A - Scope of Services 2 of 12 20W01162
Fayetteville Noland WRRF Master Plan
GARVER
2.6 ENGINEER will conduct a workshop with OWNER to review the findings from the historical
data review.
3. TASK 3 — FIELD ASSESSMENTS AND VERIFICATIONS
3.1. ENGINEER will meet one time with OWNER to discuss operational considerations, staff
requirements, system preferences, and prioritization of PROJECT needs.
3.2. ENGINEER will perform an overview walk-through of the facility looking for critical condition
items on all features, including the SCADA system. This walk-through will consist of five
individuals (project manager, electrical engineer, structural engineer, process engineer, and
mechanical engineer). The review team will denote any major visual deficiencies in the facility.
The walk-through will include up to one day on site. This walk-through will also include old
buildings and treatment units not in service for potential repurposing at the Noland WRRF.
3.3. ENGINEER will utilize the Water Research Foundation (WRF) Sustainable Infrastructure
Management Program Learning Environment (SIMPLE) Tool to provide rankings of each of the
major assets and process trains. Assets will be grouped by type, service, and remaining useful
life. The tool will identify the highest risk assets. The risk assessment will be utilized in project
prioritization. This tool will only identify risks associated with existing assets at current
capacities. Future improvements and capacities are not considered in this risk assessment.
3.4. ENGINEER will meet with OWNER staff to document current standard operating procedures
for process areas of concern and to document maintenance projects or items that should be
included in the CIP that may not have received a critical score based on visual observations
and documented issues by staff. The OWNER will provide historical maintenance and work
order database information and current/voltage analysis information to the ENGINEER.
3.5. A technical memorandum (TM), Asset Condition and Operational Assessment, will be
developed by ENGINEER describing the conditions and the criticality rankings of the existing
facilities and document any operational issues noted during site visits. ENGINEER will submit
one copy (searchable PDF format) of the draft TM, and after review will provide one final copy
(PDF format) of TM to OWNER.
3.6. ENGINEER will conduct a workshop with OWNER to review the findings from the field
assessments.
4. TASK 4 — PLANNING CRITERIA SUMMARY AND MODELING
4.1. Complete a regulatory review of the National Pollutant Discharge Elimination System (NPDES)
permit criteria as follows:
(a) ENGINEER will coordinate with OWNER and ADEQ to identify potential future permit
requirements related to the following: pH, effluent toxicity, total phosphorus, ammonia
nitrogen, total nitrogen, disinfection, total chlorine residuals, fecal coliform, dissolved
oxygen, pretreatment, environmental flows, contaminants of emerging concern,
biosolids, chlorides, sulfates, minerals, and other parameters as appropriate.
(b) ENGINEER will coordinate with OWNER and ADEQ to identify other potential
regulatory requirements that could impact the master planning.
4.2. Develop a whole plant hydraulic model for the Noland WRRF.
Appendix A - Scope of Services 3 of 12 20W01162
Fayetteville Noland WRRF Master Plan
GARVER
(a) Perform field verification of hydraulic structures.
(i) Survey of critical top of concrete, invert, and other hydraulic control structure
elevations, as required. This effort includes three (3) days of survey time on site.
(b) Establish model assumptions including data collected from previous and current field
assessments.
(c) Using the model simulate design flow conditions and peak flow conditions to identify
existing hydraulic areas of concern.
(d) Prepare a section in the Planning Criteria Summary and Modeling TM to document
hydraulic model assumptions and findings.
4.3. Develop plant process model:
(a) ENGINEER will utilize a commercial process modeling software to build a complete
facility model that will be the basis of subsequent biological technical evaluations.
(b) ENGINEER will develop a process model for existing facilities.
(c) Document process model assumptions, biological/chemical characteristics criteria
used in the models, validation, and calibration using sampling data under previous
tasks.
(d) ENGINEER will model side -stream return flows.
(e) ENGINEER will confirm ADEQ design sizing criteria.
4.4. A technical memorandum (TM), Planning Criteria Summary and Modeling, will be developed
by ENGINEER and will include:
(a) Loading projections
(b) Speculative regulatory requirements
(c) Speculative effluent quality requirements
(d) Capacity evaluation
(e) Plant Process Model
(f) Plant Hydraulic Model
ENGINEER will submit one copy (searchable PDF format) of the draft TM, and after review
will provide one final copy (PDF format) of TM to OWNER.
4.5. ENGINEER will conduct a planning criteria workshop with OWNER to discuss the Planning
Criteria Summary and Modeling TM and review the basis of planning criteria and modeling
results.
5. TASK 5 — TECHNICAL EVALUATIONS
Based on the completion of Task 2 to Task 4, ENGINEER will begin detailed system evaluations and
development of alternatives for the Noland WRRF. The process and hydraulic modeling developed in
Task 4 will be utilized for alternatives evaluation. ENGINEER will conduct technical evaluations for the
tasks below. The evaluations will include:
(a) Qualitative advantages and disadvantages
(b) Potential site location
(c) Process flow diagram
(d) Opinion of probable construction costs (OPCC)
1) Estimates will be considered high level planning estimates with an expected
range of -30% to +50% of potential construction costs.
Appendix A - Scope of Services 4 of 12 20W01162
Fayetteville Noland WRRF Master Plan
GARVER
(e) Identification of unintended consequences
(f) Up to 16 total hours for one person to accompany the OWNER staff on facility site
visits to observe evaluated technologies.
ENGINEER will perform the following process evaluations at the Noland WRRF. These evaluations will
be based on previously established design criteria for the Noland WRRF.
5.1. Nutrient Management:
(a) ENGINEER will utilize the process model developed in Task 4 to evaluate process
performance of the existing system for treating projected flow and loadings.
(b) ENGINEER will identify alternatives to accommodate anticipated future nutrient limits.
The nutrient removal performance section of the TM will identify two (2) possible
configurations to obtain nutrient removal via biological removal through basin
configuration of adding zones and tankage or chemical precipitation.
(c) ENGINEER will develop a cost model for treating the projected loadings including capital
costs, O&M costs, and life cycle costs. The deliverable will identify the lowest cost option
for achieving these limits.
(d) ENGINEER will evaluate aeration requirements for biological treatment of projected
loadings. ENGINEER will evaluate two (2) alternatives for additional aeration needs:
mechanical aeration and diffused aeration. Potential performance capacity impacts,
performance improvements, and energy savings will be reviewed.
(e) ENGINEER will summarize the results in a TM section titled "Nutrient Management".
5.2. Plant Electrical Service and Standby Power Evaluation:
(a) ENGINEER will review previous reports and projects related to the electrical service
and standby power, and document existing system with updates as necessary.
(b) ENGINEER will review the plant's primary electrical service, standby generation
capacity and switchgear, and make recommendations for future expansion(s). The
evaluation will include standby generation procedures and identification of options for
future load -shedding and/or peak shaving operational strategies that would require
additional detailed design.
(c) ENGINEER will summarize the results in a TM section titled "Electrical Service and
Standby Power".
5.3. Instrumentation, Controls, and SCADA Evaluation:
(a) ENGINEER will assess the existing I/C and SCADA system and identify needs for new
or additional controls to optimize major treatment components.
(b) ENGINEER will document the existing SCADA system and provide a detailed
evaluation focusing primarily on plant -wide SCADA system improvements related to
process control for the treatment facility.
(c) ENGINEER will summarize the results in a TM section titled "Instruments, Controls and
SCADA".
5.4. Influent Pump Station Wetwell and Hydraulic Capacity Evaluation:
(a) ENGINEER will evaluate influent pump station wetwells.
(b) ENGINEER will evaluate the existing pumps maximum pumping capacity.
Appendix A - Scope of Services 5 of 12 20W01162
Fayetteville Noland WRRF Master Plan
(c) ENGINEER will complete an analysis of the existing wetwells operational level to
determine if a new pump station is necessary in the future or if larger pumps can be
installed to accommodate future peak flows.
(d) If the remaining useful life of Pump Station 1 is less than the planning horizon,
Engineer will evaluate a replacement pump station.
(e) ENGINEER will make recommendations for improvements.
(f) ENGINEER will summarize the results in a TM section titled "Pump Stations".
5.5. Headworks Evaluation:
(a) ENGINEER will evaluate the existing screening facility.
(b) Engineer will evaluate two (2) overall screening alternatives. The first alternative will
include replacement of the existing manual screens by mechanical course screens.
The second alternative will consist of an evaluation of up to three (3) fine screening
technology to improve screening capture, simplify maintenance, and reduce impact on
downstream processes.
(c) ENGINEER will perform grit removal analysis and recommend enhancements. Perform
field sample and determine capture rate at standard grit classification sizes.
Coordinate with staff to determine if there are any current adverse effects on
downstream processes as a result of grit accumulation. Grit sampling (if required) will
be coordinated by ENGINEER and contracted directly with OWNER.
(d) ENGINEER will make recommendations for improvements.
(e) ENGINEER will summarize the results in a TM section titled "Headworks".
5.6. Solids Management Evaluation:
(a) ENGINEER will develop a solids mass balance to size a solids dewatering facility for
future solids loads.
(b) ENGINEER will evaluate sludge storage and mixing requirements for future flow and
loading conditions. ENGINEER will provide recommendations for additional sludge
storage volume and mixing.
(c) ENGINEER will evaluate up to three (3) dewatering technologies including Belt Filter
Press, Screw Press, and Centrifuge. The comparison of alternatives will be based on a
20-year life cycle cost.
(d) ENGINEER will develop a layout for a future solids handling train to include dewatering
equipment, conveyors, and storage tanks as needed, including alternate locations for
solids dewatering.
(e) ENGINEER will summarize the results in a TM section titled "Solids Management'.
5.7. Tertiary Filtration Evaluation:
(a) ENGINEER will evaluate up to three alternatives for tertiary filtration. Evaluation will
consider future phosphorus limits identified in Task 4 (Planning Criteria Summary and
Modeling) and be compared based on a 20-year life cycle cost.
(b) ENGINEER will evaluate enhanced filtration with coagulation/flocculation process prior
to filtration, including chemical storage and feed.
(c) Filtration alternatives, at a minimum, will consider: retrofit of existing sand filters with
new technology and new cloth media filter facility. Filter options will be provided to
achieve effluent TP concentrations of 0.5 mg/L and 0.1 mg/L, respectively.
(d) ENGINEER will provide layout for future filtration and flocculation process.
(e) ENGINEER will summarize the results in a TM section titled "Tertiary Filtration".
Appendix A - Scope of Services 6 of 12 20W01162
Fayetteville Noland WRRF Master Plan
GARVER
5.8. High -Risk Technical Evaluation
(a) ENGINEER will evaluate up to two (2) alternatives for the existing facilities ranked in
critical condition based on the findings of the criticality ranking via WRF SIMPLE tool
as a part of Task 2.
5.9. Gap Analysis:
(a) ENGINEER will Identify system deficiencies and problem areas based on the Planning
Criteria Summary and Modeling TM and results of other technical evaluations. Review,
analyze, and evaluate the existing capacity, performance, operating characteristics,
and maintenance history.
(b) ENGINEER will summarize the results in a TM section titled "Gap Analysis".
5.10. ENGINEER will develop a Technical Evaluations TM describing all technical evaluations.
ENGINEER will submit one copy (in bookmarked, searchable PDF format) of the draft TM.
After incorporation of OWNER review comments, ENGINEER will provide one final copy (PDF
format) of TMs to OWNER.
5.11 ENGINEER will conduct up to three Technical Evaluation workshops with OWNER to discuss
findings and recommendations of the Technical Evaluations. Each workshop will be assumed
to be up to 3 hours.
6. TASK 6—BUILDOUT FACILITY LAYOUT DEVELOPMENT
6.1. Overall Future Expansion Layout Evaluation:
(a) Based on results of the Planning Criteria Summary and Modeling TM and OWNER
accepted technical evaluation recommendations, ENGINEER will provide
recommendations for build out of the facility to meet load and flow projections.
(b) ENGINEER will review and compile technical evaluation findings and
recommendations to identify overlap and mitigate unintended consequences and make
corrections as necessary.
(c) ENGINEER will develop a recommended process flow diagram combining the
recommended alternatives from the Technical Evaluations. ENGINEER will provide
recommended site layout for future expansion to buildout (2043), providing one copy in
PDF format. Site layout exhibit will include underground facilities as shown on record
drawings or by field verification provided by OWNER.
(d) ENGINEER will include the recommended demolitions and future site electrical
requirements in the future site layout.
6.2 ENGINEER will conduct a Full Buildout Plant Layout workshop with OWNER to review plant
layout.
7. TASK 7 — CAPITAL IMPROVEMENTS PLANNING
7.1. Capital improvements planning will be based upon OWNER accepted technical evaluation
recommendations and accepted full build out master plan. For purposes of this evaluation,
detailed CIP planning will be provided for the short term. Projects identified beyond the short-
term planning period necessary for the buildout plan will be documented in the Master Plan.
Appendix A - Scope of Services 7 of 12 20W01162
Fayetteville Noland WRRF Master Plan
GARVER
7.2. ENGINEER will evaluate the capital improvement needs for the facility and develop a project
inventory of all capital improvements proposed for the planning period. ENGINEER will assign
project identification numbers and project names to each identified project and document the
general scope of work for each.
7.3. ENGINEER will assign triggers for each project. The prioritization of projects will be based on
these triggers as determined by the decision maker stakeholder committee, which includes
ENGINEER as well as others as identified by OWNER.
7.4. ENGINEER will develop budget level opinions of probable costs for the capital improvements
identified on the project inventory. ENGINEER will coordinate with OWNER on the use of
standard cost multipliers in development of the opinions of cost.
7.5. ENGINEER will develop O&M budget impacts for each project. A $10,000 threshold will be
considered to categorize expenses paid by contract labor or CITY OF FAYETTEVILLE.
7.6. ENGINEER will generate a preliminary prioritization list for the projects.
7.7. ENGINEER will develop and provide an interactive tool capable of outlining options for the
required capital improvement projects whether, rehabilitation, upgrade, and expansion for the
Noland WRRF and associated infrastructure for the planning period. The tool will be capable
of being updated/maintained by the OWNER. Up to ten (10) funding scenarios will be
considered for the CIP development. The tool will allow the OWNER to make decisions within
a dynamic and flexible framework.
7.8. ENGINEER will conduct a CIP workshop with OWNER to present the findings.
7.9. The priority year for each project listed on the project inventory will be established in the CIP
workshop. The priority year represents the scheduling priority of projects to be implemented
within the next ten years and for which sources of capital funding must be identified. For
projects that are prioritized beyond the short-term planning period, less detailed funding
schedules will be developed. ENGINEER will prepare a preliminary capital funding schedule
based on the project year designations.
7.10. ENGINEER will prepare a Noland WRRF short term CIP report, which will be included as a
section in the Master Plan document, with a cost -loaded timeline for preliminary engineering,
detailed engineering, contract administration, construction, and inspection associated with
each major planned project listed on the project inventory. The report shall, at a minimum,
include:
(a) Stand-alone descriptions of each of the capital improvements.
(b) Probable costs that will be presented in terms of 2023 dollars.
8. TASK 8 — MASTER PLAN REPORT
8.1. ENGINEER will develop the executive summary, recommendations and conclusions, compile
report, table of contents, and appendices for draft report.
8.2. ENGINEER will document short term CIP.
8.3. ENGINEER will develop and document the implementation schedule.
8.4. ENGINEER will provide three hard copies and one electronic PDF of draft report.
Appendix A - Scope of Services 8 of 12 20W01162
Fayetteville Noland WRRF Master Plan
8.5. ENGINEER will conduct a draft review workshop with OWNER.
8.6. ENGINEER will incorporate review comments and complete final report.
8.7. ENGINEER will provide three hard copies and an electronic PDF, bookmarked and searchable,
of final report.
8.8. ENGINEER will present Master Plan recommendations to the OWNER's Water and Sewer
Committee. Prior to the presentation, the ENGINEER will provide the draft presentation to the
CITY OF FAYETTEVILLE for review and comment.
9. PROJECT DELIVERABLES
The following will be submitted to the Owner, or others as indicated, by ENGINEER:
(a)
Sampling Protocol Memorandum
(b)
Historical Data Review Technical Memorandum.
(c)
Asset Condition and Operational Assessment Technical Memorandum.
(d)
Planning Criteria Summary and Modeling Technical Memorandum.
(e)
Technical Evaluations Technical Memorandums.
a.
Nutrient Management
b.
Electrical Service and Standby Power
c.
Instrument, Controls and SCADA
d.
Pump Stations
e.
Headworks
f.
Solids Management
g.
Tertiary Filtration
h.
Gap Analysis
(f)
Full Buildout Plant Layout.
(g)
Master Plan Report.
a.
Short Term CIP
10. EXTRA WORK
The following items are not included under this agreement but will be considered as extra work:
(a) Revisions, due to changed conditions, after OWNER approval and ENGINEER
completion of final documents.
(b) Submittals or deliverables in addition to those listed herein.
(c) Pilot testing.
(d) Video inspections and/or pipeline cleaning.
(e) Wastewater flow monitoring
(f) Computation Fluid Dynamics (CFD) modeling.
(g) Environmental Handling and Documentation, including wetlands identification or
mitigation plans or other work related to environmentally or historically (culturally)
significant items.
(h) Risk assessments and Emergency Response Plans in accordance with America's Water
Infrastructure Act.
(i) Rate studies.
Q) Design phase services.
(k) Bidding and award services.
(1) Construction phase services.
(m) Operations and maintenance services.
(n) Funding support.
(o) Financial services.
Appendix A - Scope of Services 9 of 12 20W01162
Fayetteville Noland WRRF Master Plan
GARVER
(p) Receiving Stream Modeling.
Extra Work will be as directed by the Owner in writing for an additional fee as agreed upon by the
Owner and ENGINEER.
11. SCHEDULE
ENGINEER shall begin work under this agreement within ten (10) days of a Notice to Proceed and shall
complete the work in accordance with the schedule below:
Phase Description
Calendar Days
Task 1 —
Meeting
Project Work Plan and Kickoff
15 days from start date
Task 2 — Wastewater Characteristics
and Loading
45 days receipt of data
Task 3 — Field Assessments and
Verifications
45 days from Task II review comments
Task 4 —
and Modeling
Planning Criteria Summary
45 days from Task III review comments
Task 5 —
Technical Evaluations
120 days from Task IV review comments
Task 6 — Buildout Plant Layout
Development
60 days from Task V review comments
Task 7 —
Planning
Capital Improvements
45 days from Task VI review comments
Task 8 —
Draft Master Plan Report
45 days from Task VII review comments
Task 8 —
Final Master Plan Report
30 days from Draft Master Plan review comments
Appendix A - Scope of Services 10 of 12 20W01162
Fayetteville Noland WRRF Master Plan
GARVER
12. PAYMENT
The table below presents a summary of the fee amounts and fee types for this Scope of Services.
WORK DESCRIPTION
FEE AMOUNT
FEE TYPE
TASK 1 - PROJECT MANAGEMENT AND QUALITY
$38,200
ASSURANCE
TASK 2 — WASTEWATER CHARACTERISTICS AND
LOADING ASSESSMENT AND HISTORICAL DATA
$39,400
REVIEW
TASK 3 — FIELD ASSESSMENTS AND VERIFICATION
$61,000
HOURLY RATE +
TASK 4 — PLANNING CRITERIA SUMMARY AND
MODELING
$107,100
EXPENSES
TASK 5 — TECHNICAL EVALUATIONS
$249,600
TASK 6 — BUILDOUT FACILITY LAYOUT
$41,600
DEVELOPMENT
TASK 7 — CAPITAL IMPROVEMENTS PLANNING
$93,200
TASK 8 — MASTER PLAN REPORT
$56,900
LABORATORY TESTING
$10,000
DIRECT COST
REIMBURSMENT
TOTAL FEE
$697,000
The CITY OF FAYETTEVILLE will pay the ENGINEER for Service rendered at the agreed upon rates
for each classification of ENGINEER's personnel (may include contract staff classified at ENGINEER's
discretion) plus reimbursable expenses including but not limited to printing, courier service,
reproduction, and travel. The total amount paid to ENGINEER under this Scope of Services is estimated
to be $697,000. The actual total fee may not exceed this estimate. For informational purposes, a
breakdown of ENGINEER's estimated cost is included in this Exhibit B with approximate current hourly
rates for each employee classification. The agreed upon rates will be increased annually with the first
increase effective on or about July 1, 2023. Underruns in any phase may be used to offset overruns in
another phase as long as the overall Agreement amount is not exceeded.
Expenses other than salary costs that are directly attributable to performance of our Services will be
billed as follows:
1. Direct cost for travel, long distance and wireless communications, outside reproduction and
presentation material preparation, and mail/courier expenses.
2. Direct cost (without any markup) for subcontract/subconsultant fees and permit fees.
3. Charges similar to commercial rates for reports, plan sheets, presentation materials, etc.
Appendix A - Scope of Services 11 of 12 20W01162
Fayetteville Noland WRRF Master Plan
GARVER
The CITY OF FAYETTEVILLE will pay ENGINEER on a monthly basis, based upon statements
submitted by ENGINEER to the CITY OF FAYETTEVILLE for the scope of services described in this
agreement. Payments will be prompt and in full.
Additional Services (Extra Work). For work not described or included herein and for work beyond the
total fee amount, a contract amendment will be required.
Appendix A - Scope of Services 12 of 12 20W01162
Fayetteville Noland WRRF Master Plan
/_1»:101 a]/A-3
City of Fayetteville, Arkansas
Noland WRRF Master Plan
All Tasks
WORK TASK DESCRIPTION
E-7
E-5
E-5
E-4
E-4
E-4
E-3
E-2
E-1
D-1
X-2
S-5
S-4
2-Man Crew
(Survey)
GARVER
GARVER
TOTAL
$398.00
$282.00
$282.00
$234.00
$234.00
$234.00
$180.00
$145.00
$120.00
$112.00
$94.00
$181.00
$137.00
$219.00
LABOR
DIRECT
EXPENSES
hr.
hr.
hr.
hr.
hr.
hr.
hr.
hr.
hr.
hr.
hr.
hr.
hr.
hr.
Basic Services Section
1. TASK (1 - Project Management and Quality Assurance)
1.1 Project Work Plan
2
8
8
$3,780
$3,780
1.2 and 1.3 Owner Startup Meeting and Project Quality Management
4
8
8
8
4
4
$7,372
$500
$7,872
1.4 Owner Data Support
4
8
12
8
8
8
16
$11,160
$1,524
$12,684
1.5 Schedule and Updates
4
8
$2,808
$2,808
1.6 Monthly Invoices
16
8
$5,616
$5,616
Quality Control Review
8
8
$5,440
$5,440
$0
$0
Subtotal - TASK (1 - Project Management and Quality Assurance)
8
16
0
0
38
44
24
12
12
16
0
0
0
0
$36,176
$2,024
1 $38,200
2. TASK (2 - Wastewater Characteristics and Loading Assessment and Historical Data Review)
2.1 Flow Projections
8
4
2
16
$4,802
$4,802
2.2 Sampling Protocol
4
2
2
$1,586
$1,586
2.3 Previous Data Collection and Review
8
4
8
2
8
$5,498
$5,498
2.4 Wastewater Characteristics
16
16
24
$10,104
$10,104
2.5 Historical Data TM
4
6
8
16
16
$7,604
$7,604
2.6 Historical Data Workshop
4
1
4
1 2
2
1 8
1
$3,852
$514
$4,366
Quality Control Review
8
8
$5,440
$5,440
$0
$0
Subtotal - TASK (2 - Wastewater Characteristics and Loading Assessment and Historical Data Review)
8
12
0
0
16
40
40
46
32
0
16
0
0
0
$38,886
$514
$39,400
3. TASK 3 - Field Assessments and Verifications
3.1 Operations Meeting
4
4
$2,064
$500
$2,564
3.2 Site Inspections
8
8
8
8
8
8
$11,568
$500
$12,068
3.3 W RF Simple Tool and Risk Assessment
4
8
$2,808
$2,808
3.4 Maintenance Meeting
4
4
4
4
4
4
8
8
$7,904
$500
$8,404
3.5 Asset Condition and Operational Assessment TM
16
16
2
8
8
16
$13,540
$13,540
3.6 Asset Condition and Operational Assessment Workshop
4
4
4
4
12
12
12
32
$14,676
$540
$15,216
Quality Control Review
8
8
8
$6,400
$6,400
$0
$0
Subtotal - TASK (3 - Field Assessments and Verifications)
8
28
32
32
26
40
32
20
48
0
16
0
0
0
$58,960
$2,040
$61,000
4. TASK 4 - Planning Criteria Summary and Modeling)
4.1 Regulatory Review and Coordination
8
8
16
12
40
$13,164
$500
$13,664
4.2 Hydraulic Model
1
1 16
16
40
1 40
1
$17,224
$17,224
4.2.a Survey Hydraulic Control Points
2
8
8
2
8
30
$10,896
$500
$11,396
4.3 Process Model
8
40
40
80
$30,032
$30,032
4.4 Planning Criteria Summary and Modeling TM
6
20
16
24
24
16
$16,828
$16,828
4.5 Planning Criteria Summary and Modeling Workshop
4
4
6
12
8
$6,588
$488
$7,076
Quality Control Review
16
16
$10,880
$10,880
$0
$0
Subtotal - TASK (4 - Planning Criteria Summary and Modeling)
16
20
0
0
1 28
90
108
156
120
0
16
2
8
30
$105,612
$1,488
$107,100
5. TASK (5 - Technical Evaluations)
5.0 Technology Site Visits
16
$4,512
$500
$5,012
5.1 Nutrient Management
24
40
60
16
$23,436
$23,436
5.2 Electrical Service and Standby Power(including load shedding and or peak shaving)
36
16
30
60
$22,854
$22,854
5.3 Instrumentation, Controls, and SCADA
24
8
30
60
$18,606
$18,606
5.4 Influent Pump Station
8
16
30
60
$16,302
$16,302
5.5 Headworks
1
8
1 12
30
60
1
$15,582
$15,582
5.6 Solids Management
8
16
24
40
$13,032
$13,032
5.7 Tertiary Filter Evaluation
24
30
12
40
1
$17,556
$17,556
5.8 High -Risk
8
8
20
30
40
40
$24,808
$24,808
5.9 Gap Analysis
4
4
24
30
30
40
$22,230
$22,230
5.10 Technical Evaluations TM's
8
8
12
16
30
30
40
60
$30,870
$30,870
5.11 Technical Evaluations Workshops, up to 3
12
4
12
24
24
24
$19,944
$1,440
$21,384
Quality Control Review
24
24
$16,320
$16,320
$0
$0
Subtotal - TASK (5-Technical Evaluations)
24
52
20
84
24
156
252
316
480
0
60
0
0
0
$246,052
$3,548
$249,600
6. TASK 6 - Buildout Facility Layout Development)
6.1 Future Expansion Layout and PFD and Utilities
4
8
4
16
30
30
40
100
$33,430
$33,430
6.2 Future Expansion Workshop
2
2
2
4
$2,220
$510
$2,730
$0
$0
Quality Control Review
8
8
$5,440
$5,440
Fayetteville Noland WRRF Master Plan 1 of 2 Garver Project No. 20W01162
APPENDIX B
City of Fayetteville, Arkansas
Noland WRRF Master Plan
All Tasks
WORK TASK DESCRIPTION
E-7
E-5
E-5
E-4
E-4
E-4
E-3
E-2
E-1
D-1
X-2
S-5
S-4
2-Man Crew
(Survey)
GARVER
GARVER
TOTAL
$398.00
$282.00
$282.00
$234.00
$234.00
$234.00
$180.00
$145.00
$120.00
$112.00
$94.00
$181.00
$137.00
$219.00
LABOR
DIRECT
EXPENSES
hr.
hr.
hr.
hr.
hr.
hr.
hr.
hr.
hr.
hr.
hr.
hr.
hr.
hr.
$0
$0
Subtotal - TASK (6 - Buildout Facility Layout Development)
8
14
0
8
6
18
34
30
40
100
0
0
0
0
$41,090
$510
$41,600
7. TASK 7 - Capital Improvements Planning)
7.1 Summarize accepted recommendations
4
4
8
$2,616
$2,616
7.2 Evaluate needs and develop project inventory
12
16
4
40
$11,068
$11,068
7.3 Define project triggers
4
8
8
32
$7,376
$7,376
7.4 Develop budget level OPCCs for defined projects
8
8
8
8
4
60
$15,220
$15,220
7.5 Develop OM budgets for each project
8
8
4
32
$7,732
$7,732
7.6 Prioritize each project
4
4
4
8
4
24
$7,900
$7,900
7.7 Develop interactive tool
4
8
16
20
40
$13,388
$13,388
7.8 Conduct CIP Workshop
4
1
6
6
6
12
$6,456
$516
$6,972
7.9 Prepare preliminary capital funding schedule
4
8
$1,896
$1,896
7.10 Prepare 5-YR CIP Report
4
4
12
8
16
16
16
$10,408
$10,408
Quality Control Review
16
8
$8,624
$8,624
$0
$0
Subtotal - TASK (7 - Capital Improvements Planning)
16
12
12
12
14
62
86
52
272
16
16
0
0
0
$92,684
$516
$93,200
8. TASK (8 - Master Plan Report)
8.1 Develop Executive Summary, recommendations, conclusions, etc.
8
16
24
10
$11,386
$11,386
8.2 Document 5-yr CIP
1
1 4
6
2
40
$7,106
$7,106
8.3 Develop Implementation Schedule
16
12
4
$6,484
$6,484
8.4 Provide draft hard copies and PDF
4
4
$1,656
$1,000
$2,656
8.5 Draft Review Workshop
4
6
6
4
2
12
$6,386
$6,386
8.6 Incorporate Owner Comments
4
12
4
24
$6,556
$6,556
8.7 Provide final hard copies and PDF
4
4
$1,656
$1,482
$3,138
8.8 Conduct Final Presentation
4
6
8
8
12
$7,284
$7,284
Quality Control Review
12
4
$5,904
$5,904
$0
$0
$01
$0
Subtotal - TASK (8 - Master Plan Report)
12
1 12
1 0
1 0
1 28
1 54
1 74
1 22
1 88
1 0
1 0
1 0
1 0
0
$54,418
1 $2,482
1 $56,900
Subtotal - Basic Services Section 100 166 64 136 180 504 650 654 1092 132 124 2 8 30 $673,878 1 $13,122 1 $687,000
Hours Check 100 166 64 136 180 504 650 654 1092 132 124 2 8 30 673878 11514 685392
Project Totals 100 166 64 136 180 504 650 654 1092 132 124 2 8 30 1 $673,878 $13,122 1 $687,000
Project Totals (Cost) $39,800.00 $46,812.00 $18,048.00 $31,824.00 $42,120.00 $117,936.00 $117,000.00 $94,830.00 $131,040.00 $14,784.00 $11,656.00 $362.00 $1,096.00 $6,570.00
Fayetteville Noland WRRF Master Plan 2 of 2 Garver Project No . 20W01162
Amendment No. 2 to the Engineering Services Agreement for
Water Transmission Line Layout and Easement Acquisition
Date:
WHEREAS, the CITY OF FAYETTEVILLE and McClelland Consulting Engineers, Inc.
(ENGINEER) entered into an Agreement for Professional Engineering Services
(AGREEMENT) on June 5, 2012; and,
WHEREAS, the CITY OF FAYETTEVILLE and ENGINEER entered into Amendment No. 1
to the AGREEMENT on July 6, 2021 to perform additional services outside of the scope of the
AGREEMENT; and,
WHEREAS, the CITY OF FAYETTEVILLE has requested that ENGINEER perform additional
services outside of the scope of the AGREEMENT and Amendment No. 1.
NOW THEREFORE, the following modifications will be made to the AGREEMENT to
include the additional services requested:
MODIFICATIONS:
1. Section 2.2.1 — the additional scope of services is included in the attached
Appendix "A-1 ".
2. Section 5.1.1 —the maximum not -to -exceed amount is increased from $649,600.00 to
$1,547,085.00. Modifications to compensation are included in the attached
Appendix "A-1 ".
IN WITNESS WHEREOF, the parties execute this Amendment No. 2, to be effective on the
date set out above.
McClelland Consulting Engineers, Inc
p 1�
Nicholas R. Batker, P.E.
Senior Associate
City of Fayetteville, Arkansas
C•
Mayor Lioneld Jordan
APPENDIX A-1 — SCOPE OF ADDITIONAL SERVICES
AMENDMENT NO. 2 TO THE ENGINEERING SERVICES AGREEMENT FOR THE
WEST CORRIDOR WATER TRANSMISSION MAIN
1.0 General
The ENGINEER is currently under contract with the CITY OF FAYETTEVILLE to establish a
preliminary alignment corridor, prepare easement exhibits and descriptions, and assist in
obtaining easements for a future 48-inch water transmission main extending from the intersection
of Highway 112 and Van Asche Drive in Fayetteville to a future Beaver Water District pump station
site located near the intersection of Highway 612 and Miller Road in Springdale (total distance of
approximately 59,000 linear feet, or 11.2 miles).
The original schedule for this project was to complete easement acquisition by December 2024,
then proceed into the design and construction of the water transmission main and have it ready
to be placed into operation by 2030.
The CITY OF FAYETTEVILLE has recently determined that it is in their best interest to design
and construct this 48-inch water transmission main as soon as practicable, with the goal of having
this pipeline ready to be placed into operation when the future BWD pump station is completed,
which is currently estimated to occur in the first quarter of 2026. The following scope of additional
services covers the effort required by the ENGINEER to complete the preliminary design phase
for the water transmission main in order to maintain this new schedule. The final design phase
and services during construction will be addressed through future amendments to this contract.
2.0 Scope of Additional Services
2.1 Project Management and Coordination
The ENGINEER will conduct progress meetings with the CITY OF FAYETTEVILLE.
At this time, it is assumed that progress meetings will be held biweekly; however, the
ENGINEER is available to meet more frequently if required.
In addition, the ENGINEER will attend up to three (3) Water & Sewer Committee
Meetings and up to three (3) meetings with other stakeholders (such as BWD, SWU,
ARDOT, etc.) at the request of the CITY OF FAYETTEVILLE.
Finally, the ENGINEER will prepare monthly progress reports and schedule updates
concurrent with invoice submittals to the CITY OF FAYETTEVILLE.
2.2 Topographic Surveys
The ENGINEER performed topographic surveys within the original project corridor
limits in the 2013-2014 timeframe. Since that time, the following changes have
occurred in the corridor which will require new topographic surveys:
Changes in alignment due to property owner concerns, potential design concerns,
and/or land use changes; and
Changes in existing grades along the original alignment corridor due to
construction of adjacent developments and/or roadways/highways.
Exhibit A depicts these general locations requiring new topographic surveys. The
anticipated total survey area is approximately 5.0 miles, or approximately 30.3 acres
assuming a 50-foot wide surveyed corridor.
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 1 of 8 8/2/2022
The topographic surveys will typically include the following details listed below:
• Street curb lines, asphalt edges, crown, and striping;
• Parking areas, light -poles, and bollards;
• Buildings, sheds, and finish floor elevations;
• Utility fixtures and structures;
• Underground utility lines as marked by utility location services;
• Drainage ditches, pipes and structures;
• Fences and gates;
• Land corners and property markers; and
• Other features as may be visible from ground observation.
The ENGINEER will send out property owner notifications prior to beginning field work
(letter via USMAIL or doorhangers) to alert landowners that surveyors will be in the
area. Project control points used to complete the topographic survey will be shown for
future use during construction. The ENGINEER will contact Arkansas 811 and wait the
allotted 48 hours prior to beginning the survey to allow time to have utilities field
located. The ENGINEER will not be responsible for utilities not field located by a
public/private utility location service or by specific utility providers.
2.3 Section 404 Consulting Services
The ENGINEER will subcontract Section 404 consulting services to FTN Associates
Ltd. Following is a detailed scope of work for this item.
2.3.1 Review of Background Information
This task will identify and review site -specific background information pertinent
to the Project site, including:
• Site specific information obtained from US Army Corps of Engineers
(USACE);
• Soil Conservation Service's Soil Survey for Benton County, Arkansas and
Soil Survey for Washington County, Arkansas;
• Natural Resources Conservation Service (NRCS) hydric soils list for
Benton and Washington Counties, Arkansas;
• Appropriate USGS topographic quadrangle maps;
• USACE file materials relating to adjacent properties, if any, that might
provide useful information specific to this project; and
• Site -specific materials provided by the Client regarding the subject
property.
2.3.2 Delineation of Section 404 Wetlands and Other Waters
This task will include onsite field investigations to identify boundaries and
extent of wetlands and other waters of the US having potential USACE
jurisdiction under Section 404 of the Clean Water Act at the project site.
Wetland boundaries will be placed on a topographic base map suitable for
USACE submittal and wetland acreage will be determined. The methods used
in conducting the delineation will follow the 1987 Corps of Engineers Wetlands
Delineation Manual and the Regional Supplement to the Corps of Engineers
Wetland Delineation Manual: Eastern Mountains and Piedmont Region
(Version 2.0), i.e., detailed observations will be made on vegetation, hydrology,
and soils. This task includes written documentation of the findings, which will
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 2 of 8 8/2/2022
be submitted to the CITY OF FAYETTEVILLE. The documentation will include
a completed USACE wetland field data form for each data collection point;
maps showing boundaries of potential Section 404 wetlands and locations and
extent of other waters of the US under potential USACE jurisdiction; expository
text that characterizes the nature of potentially USACE regulated tributary and
drainage channels, in addition to wetland/non-wetland areas; and
representative photos of project site features. An electronic copy (hard copy
available upon request) of the delineation report will be submitted to the CITY
OF FAYETTEVILLE.
2.3.3 Nationwide Permit Preparation
Based on current expectations regarding site impacts (which cannot be fully
determined until the delineation is completed), it is assumed that this project
can be permitted under a Section 404 Nationwide Permit (NWP). If impacts are
such that an Individual Permit is required, activities associated with individual
permitting can be performed as Additional Services.
A request for project authorization under Section 404 of the CWA via an
appropriate NWP will be prepared and submitted to the USACE. Impact
calculations will be based on the Section 404 delineation completed in Task
2.2.2. A copy of that delineation report will be submitted to the USACE as part
of the NWP submittal.
2.3.4 NWP USACE Coordination
Routine coordination with USACE will be conducted, which includes periodic
phone call and email coordination to respond to USACE questions that may
arise and to request project updates. In the event that USACE coordination
exceeds that of normal Section 404 processing, additional coordination
(include site visits requested by USACE) will be considered Additional
Services.
2.4 GeotechnicalInvestigation
The ENGINEER will conduct a detailed geotechnical investigation along the project
alignment. Following is a detailed scope of work for this item.
2.4.1 Geotechnical Exploration and Field Services
The geotechnical exploration will consist of up to 81 borings, with preliminary
locations depicted on Exhibit B.
The proposed boring locations are strategically placed across the project
alignment and at significant crossing locations in an effort to provide sufficient
subsurface information for the design of the proposed 48-inch water
transmission main. Borings located at roadway and creek crossings (29 total)
have planned target depths of 20 feet below existing surface elevations, while
borings at all other locations (52 total) have planned target depths of 15 feet
below existing surface elevations. It should be noted that boring locations are
subject to field adjustments once local utilities are identified.
Borings will be conducted with a Diedrich D-50 Turbo track -mounted drill rig
and a CME-45B truck -mounted drill rig, each equipped with an automatic
hammer. The rigs will utilize auger drilling techniques to advance the borings
to their respective target depths or until materials resulting in auger refusal are
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 3 of 8 8/2/2022
encountered; whichever is less. At major road and creek crossings, rock coring
will be conducted to achieve the planned target depths, should materials
resulting in auger refusal be encountered prior to achieving these depths. Soil
sampling will occur at approximately 3,000-foot intervals along the proposed
alignment, for a total of up to 23 sampling locations. The soil sampling methods
will utilize a two-inch diameter split -spoon sampler using the continuous soil
sampling method by means of Standard Penetration Testing (SPT) to 10 feet
and every 5 feet thereafter. Soil sampling will be conducted in general
accordance with ASTM D1586 - Standard Test Method for Standard
Penetration Test (SPT) and Split -Barrel Sampling of Soils. Project borings at
locations where soil sampling is not currently planned will be conducted
utilizing auger drilling techniques exclusively.
Groundwater observations will be made at the time of drilling and prior to
backfilling. Long-term groundwater monitoring is not included in this scope of
services.
The boreholes will be backfilled the same day they are drilled following best
practice guidelines. The ENGINEER will make every reasonable effort to
minimize the waste generated and the disturbance to the site. Project borings
conducted in pavement areas will be patched with like -materials following
completion of the boring. The ENGINEER will not be held accountable for
complete site restoration including landscaping and/or grading.
2.4.2 Laboratory Testing and Analysis
Laboratory analysis will be performed on the recovered samples to determine
the engineering properties of the project soil strata. Laboratory testing will be
conducted in accordance with the American Society for Testing and Materials
(ASTM) designations. Relevant laboratory testing may include the following:
• ASTM D2488 — Standard Practice for Description and Identification of Soils
(Visual);
• ASTM D2487 — Standard Practice for Classification of Soils for Engineering
Purposes (USCS);
• ASTM D2216 — Standard Test Method for Lab Determination of Water
Content of Soil;
• ASTM D6913 — Standard Test Method for Particle -Size Distribution of Soils
Using Sieve Analysis;
• ASTM D4318 — Standard Test Method for Liquid Limit, Plastic Limit, and
Plasticity Index of Soils; and
• ASTM D7012 — Standard Test Method for Compressive Strength and
Elastic Moduli of Intact Rock Core Specimens.
Additional third -party laboratory testing will be performed on recovered
samples for corrosion potential, which will include testing for the following:
• Soil Resistivity;
• pH;
• Sulfates;
• Chlorides;
• Sulfides; and
• Redox Potential.
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 4 of 8 8/2/2022
2.4.3 Geotechnical Report
Upon completion of Tasks 2.4.1 and 2.4.2, the ENGINEER will develop a
written geotechnical report to include the following scope items:
• Site Description;
• Detailed Evaluation of Subsurface Conditions;
• Seismic Considerations;
• Lateral Earth Pressures;
• Groundwater Conditions; and
• In -Situ Rock Properties and Elevations.
Additional items may include frost penetration depth, wet weather construction
considerations, and recommended construction monitoring.
The final report will be submitted to the CITY OF FAYETTEVILLE, and findings
from this report will also be incorporated into the relevant preliminary design
items outlined in Task 2.5.
2.5 Preliminary Design
2.5.1 Technical Memoranda
The ENGINEER will prepare a technical memorandum (TM) for major items
associated with the preliminary design of the 48-inch water transmission main.
Individual TMs will be submitted to the CITY OF FAYETTEVILLE for review
and comment as they are completed. The ENGINEER will subsequently
address review comments and finalize each TM. Upon completion of all final
TMs, the ENGINEER will compile them into a complete document and provide
to the CITY OF FAYETTEVILLE.
Following is a list of the TMs to be prepared for this project. Coffman Engineers
will perform the corrosion evaluation in TM No. 5 as a subconsultant to the
ENGINEER. Carollo Engineers will serve in a technical advisory and quality
control/quality assurance role on all TMs prepared.
• TM No. 1 — Pipe Material Selection
o Evaluate pipe materials, including spiral welded steel, ductile iron pipe
and prestressed concrete cylinder pipe; and
o Provide recommendations on pipe material to be carried forward into
final design.
• TM No. 2 — Hydraulics and Preliminary Surge Analysis
o Calculate anticipated operating pressures and maximum surge
pressures along the project alignment;
o Prepare hydraulic grade line exhibit along project alignment;
o Provide preliminary recommendations on sizing and placement of
combination air vacuum/air release valves and blow off valves; and
o Provide preliminary recommendation on type and placement of in -line
valves.
• TM No. 3 — Pipe Thickness Design
o Determine pipe thickness required along the project alignment based
on internal pressures (TM No. 2), handling and external loading
conditions; and
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 5 of 8 8/2/2022
o Provide recommendations on pipe thickness to be carried forward into
final design, along with accompanying exhibit(s) depicting locations of
thickness changes.
• TM No. 4 — Pipe Coating Evaluations
o Evaluate interior coating options and provide recommendations; and
o Evaluate exterior coating options and provide recommendations.
TM No. 5 — Corrosion Protection
o Review preliminary plans, geotechnical report, and associated soil
corrosivity test results;
o Identify metallic foreign below grade utilities/pipelines. Perform
preliminary evaluation to estimate likelihood of DC stray current
interference and coordinate with foreign operator personnel to obtain
necessary information;
o Identify overhead high voltage transmission power line crossings and
collocations. Perform preliminary risk assessment to estimate likelihood
of AC stray current interference and coordinate with utility personnel to
obtain necessary information;
o Determine electrical continuity bonding and electrical isolation
requirements;
o Determine corrosion monitoring (test station) requirements; and
o Evaluate the need for cathodic protection. If CP is warranted, provide
description of anticipated CP system type, locations and
operation/maintenance considerations.
TM No. 6 — Boring/Tunneling Evaluations
o Identify locations along project alignment that will require other than
open cut installation methods (i.e., boring or tunneling);
o Prepare exhibit(s) depicting other than open cut locations;
o Evaluate boring and tunneling methods and provide recommendations
for approach in final design.
TM No. 7 — Utility Conflicts and Constructability
o Identify potential conflicts with major utilities;
o Identify potential constructability concerns, such as steep slopes,
adjacent development, and other areas of concern;
o Prepare exhibit(s) depicting utility conflicts and constructability
concerns; and
o Provide recommendations on addressing the previously identified
concerns during final design.
TM No. 8 — Permitting Requirements
o Coordinate with local, state and federal agencies to identify potential
permits required, including but not limited to ARDOT utility crossing
permits, Section 404 permit, and City/County road crossing permits;
o Prepare exhibit(s) depicting locations along project alignment where
permits are required; and
o Provide anticipated timelines for obtaining each type of permit.
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 6 of 8 8/2/2022
• TM No. 9 — Project Delivery Methods
o Evaluate project delivery methods, including traditional (design -bid -
build) and alternate methods such as Construction Manager at Risk;
o Evaluate feasibility of a single construction contract versus multiple
construction contracts, and prepare exhibit(s) as required to depict the
separation of contracts;
o Evaluate early procurement of materials; and
o Provide preliminary recommendations for project delivery approach.
• TM No. 10 — Opinion of Probable Construction Cost
o Coordinate with suppliers on availability and cost of materials required
to construction the project;
o Develop anticipated contractor production/installation rates (i.e., linear
feet of pipe installed per day); and
o Prepare an opinion of probable construction cost, which will include a
minimum 20% construction contingency.
2.5.2 Preliminary Plans
The ENGINEER will prepare preliminary design plans to an approximate 30%
completion level. Plan and profile sheets will be set up to a 1" = 50' horizontal
scale with an appropriate vertical scale (1"=10' assumed at this time). Based
on the project length and horizontal scale, it is assumed that up to 60 plan and
profile sheets will be produced in this task. The preliminary plans will at a
minimum include the following information:
• Current aerial photography obtained from publicly available sources;
• Proposed alignment and stationing;
• Permanent and temporary construction easement limits;
• Property boundaries, rights -of -way and ownership information;
• Topographic features obtained in Task 2.2;
• Utility information obtained in Task 2.2;
• Wetlands and other waters of the US identified in Task 2.3;
• Geotechnical bore locations obtained in Task 2.4;
• Locations of other than open cut crossings;
• Identification of areas of concern to be addressed during final design;
• Existing ground elevations along centerline of proposed alignment; and
• Preliminary locations of combination air vacuum/air release valves and
blow off valves.
The preliminary plans will be submitted to the CITY OF FAYETTEVILLE
concurrently for review and comment. The ENGINEER will subsequently
address review comments and submit final preliminary plans to the CITY OF
FAYETTEVILLE.
3.0 Project Deliverables
3.1 Topographic survey of project alignment in AutoCAD format.
3.2 Wetlands Delineation Report — PDF and one (1) hard copy.
3.3 Geotechnical Report — PDF and (1) hard copy.
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 7 of 8 8/2/2022
3.4 Draft Technical Memoranda — PDF and one (1) hard copy of each TM.
3.5 Draft Preliminary Plans — PDF and one (1) 11x17 hard copy.
3.6 Final Technical Memoranda — PDF copy of each TM and one (1) hard copy of all
compiled TMs.
3.7 Final Preliminary Plans — PDF and one (1) 11x17 hard copy.
3.8 Other electronic files as requested by the CITY OF FAYETTEVILLE.
4.0 Compensation
In consideration of the performance of the foregoing services by the ENGINEER, the CITY OF
FAYETTEVILLE will by to the ENGINEER compensation as follows:
4.1 Compensation will be paid to the ENGINEER on the basis of ENGINEER's standard
hourly rates in effect at the time the work is performed, plus reimbursable expenses.
A task hour fee breakdown is provided as Appendix A-2. ENGINEER's current rate
schedule is attached hereto as Appendix A-3.
4.2 The maximum not -to -exceed for Amendment No. 2 will be $897,485.00.
4.3 The maximum not -to -exceed total contract amount is increased from $649,600.00 to
$1,547,085.00
5.0 Project Schedule
The ENGINEER will begin work under Amendment No. 2 immediately upon receipt of a Notice to
Proceed (NTP). The overall anticipated project schedule is provided in Exhibit C.
6.0 Additional Future Services
Additional future services will include, but not be limited to the following:
• Final Design Plans and Details;
• Contract Documents and Technical Specifications;
• Additional Environmental Services, such as cultural resources surveys and threatened
and endangered species evaluations;
• Permitting through ARDOT and other local jurisdictions;
• Bid Phase Services; and
• Construction Phase Services.
The scope for these future additional services will be defined by the ENGINEER and CITY OF
FAYETTEVILLE prior to completion of the services under this Amendment No. 2, and will be
authorized under future amendment(s) to this Agreement.
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 8 of 8 8/2/2022
APPENDIX A-2
City of Fayetteville - West Corridor Water Transmission Main MCCLELLAND
Amendment No. 2 -Preliminary Design
Personnel Hour Fee Estimate ECDNSULTING
8/1ER/2022 ENGINEERS, INC.
Task Description
Sr. Project
Manager
Project
Manager
Project
Designer
CAD/GIS
Technician
Reg. Land
Surveyor
Survey
Technician
Field
Survey
Crew
Lab
Tech I
Lab
Tech II
Geotech
Engineer
Extended Cost
Task 2.1 - Project Management and Coordination
Biweekly Progress Meetings 20 total assumed
40.00
40.00
20.00
20.00
$19,600.00
Water & Sewer Committee Meetings 3 total assumed
10.00
1 10.00
1 5.00
$4,325.00
Other Stakeholder Meetings 3 total assumed
10.00
10.00
5.00
$4,325.00
Monthly Progress Reports & Schedule U dates 10 total assumed
0.00
20.00
20.00
$5 5 00.00
Subtotal Labor Hours / Fee - Task 2.11
60.00
80.00
40.00
30.00
1 0.00
1 0.00
0.00
0.00
0.00
0.00
1 $33,750.00
Estimated Reimbursable Expenses/Subconsultants
Mileacle $200.00
Subtotal Reimbursable Expenses - Task 2.1
$200.00
Total Task 2.1 - Project Management and Coordination
60.00 80.00 40.00 30.00 0.00 0.00 0.00 0.00 0.00 0.00 $33,950.00
Task 2.2 - Topographic Surveys
Establish Horizontal and Vertical Control
40.00
60.00
$15,500.00
Coordinate with Arku s
40.00
60.00
$15,500.00
MaDDina of Surface Features
360.00
$59,400.00
Drafting
20.00
160.00
$20,400.00
QA/QC
20.00
40.00
$8 800.00
Subtotal Labor Hours / Fee - Task 2.21
0.00
1 20.00
1 0.00
1 0.00
1 140.00
1 160.00
1 480.00
1 0.00
1 0.00
1 0.00
1 $119,600.00
Estimated Reimbursable Expenses/Subconsultants
Utility Locates Arku s $3,000.00
Subtotal Reimbursable Expenses - Task 2.2
$3,000.00
Total Task 2.2 - Topographic Surveys
1 0.00 1 20.00 1 0.00 1 0.00 1 140.00 1 160.00 1 480.00 0.00 0.00 0.00 $122,600.00
Task 2.3 - Section 404 Consulting Services
Subconsultant Coordination
5.00
$800.00
Review Delineation Report
5.00
5.00
$1,375.00
Review Section 404 NW P Application
5.00
$800.00
USACE Coordination
5.00
5.00
$1 375.00
Subtotal Labor Hours / Fee - Task 2.31
0.00
1 20.00
1 10.00
1 0.00
1 0.00
1 0.00
1 0.00
1 0.00
1 0.00
1 0.00
1 $4,350.00
Estimated Reimbursable Expenses/Subconsultants
Subconsulant- FTN Associates Ltd. $18,000.00
Subtotal Reimbursable Expenses - Task 2.3
$18,000.00
Total Task 2.3 - Section 404 Consulting Servicesl
0.00 20.00 10.00 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 $22,350.00
Task 2.4 - Geotechnical Investigations
Geotech Exploration & Field Services
340.00
$30,600.00
Lab Testing & Analysis see below
$0.00
Geotech Report & Coordination
160.00
45.00
$22 975.00
Subtotal Labor Hours / Fee - Task 2.41
0.00
1 0.00
1 0.00
1 0.00
1 0.00
1 0.00
1 0.00
1 340.00
1 160.00
1 45.00
1 $53,575.00
Estimated Reimbursable Expenses/Subconsultants
Equipment Mobilization/Demobilization assumed 4 truck rig mob/demob $300/EA; 8 track rig mob/demob $600/EA
$6,000.00
Boring Setup 81 bores @ $40/EA
$3,240.00
SPT Auger Drilling assumed 1,360 LF $13/LF
$17,680.00
Water -Based Rock Coring Diamond Bit assumed 290 LF @ $40/LF
$11,600.00
In -House Laboratory Testing Moisture Content, Atterberg Limits, Gradation, Comp. Strength of Rock Cores
$10,375.00
Third Party Laboratory Testing Soil Resistivity, H, Sulfates, Chlorides, Sulfides, Redox Potential
$16,250.00
Pavement Patching assumed 9 patches $35/EA
$315.00
Diamond Rock Bits assumed 6 bits $650/EA
$3,900.00
Subtotal Reimbursable Expenses - Task 2.4
$69,360.00
Total Task 2.4 - Geotechnical Investigations
0.00 0.00 0.00 0.00 0.00 0.00 1 0.00 1 340.00 160.00 45.00 $122,935.00
Task 2.5 - Preliminary Design
Technical Memoranda
TM No. 1 - Pipe Material Selection
5.00
10.00
20.00
$5,025.00
TM No. 2 - Hydraulics and Prelim Sure Analysis
10.00
20.00
40.00
10.00
$11,000.00
TM No. 3 - Pipe Thickness Design
10.00
20.00
40.00
5.00
$10,525.00
TM No. 4 - Coating Evaluation
5.00
10.00
20.00
$5,025.00
TM No. 5 - Corrosion Protection
5.00
20.00
10.00
5.00
$5,950.00
TM No. 6 - Boring/Tunneling
10.00
50.00
60.00
10.00
$18,100.00
TM No. 7 - Utility Conflicts/Constructabilit
30.00
80.00
120.00
10.00
$34,300.00
TM No. 8 - Permitting Requirements
5.00
10.00
10.00
10.00
$4,825.00
TM No. 9 - Pro ect Delivery Methods
30.00
40.00
20.00
10.00
$16,400.00
TM No. 10 - Opinion of Probable Construction Cost
20.00
50.00
80.00
$21,700.00
Address City Comments on TMs
10.00
20.00
20.00
10.00
$8,700.00
QA/QC
20.00
20.00
$7,700.00
Preliminary Plans
Set up Plan & Profile Sheets
0.00
20.00
180.00
240.00
$46,700.00
Incorporate Survey Data (Topographic, Boundary, Easements
0.00
20.00
120.00
160.00
$32,200.00
Incorporate Utility Information
10.00
20.00
120.00
160.00
$34,450.00
Incorporate Wetlands Information
0.00
10.00
20.00
40.00
$7,700.00
Incorporate Geotech Information
0.00
0.00
10.00
20.00
$3,050.00
Establish Alignment and Existing Ground Profile
80.00
200.00
540.00
800.00
$188,100.00
Annotate OTOC Segments, Valves, and Areas of Concern
20.00
40.00
60.00
80.00
$25,400.00
Submit Draft Prelim Plans
0.00
0.00
20.00
20.00
$4,200.00
Address Comments and Submit Final Prelim Plans
10.00
20.00
60.00
80.00
$19,950.00
QA/QC
40.00
40.00
$15400.00
Subtotal Labor Hours / Fee - Task 2.51
320.00
1 720.00
1570.00
1670.00
1 0.00
1 0.00
0.00
0.00
0.00
1 0.00
$526,400.00
Estimated Reimbursable Expenses/Subconsultants
Mileage
$500.00
Subconsultant - Coffman Engineers Corrosion Protection
$14,500.00
Subconsultant - Carollo Technical Advisor/QAQC on TMs
$54,250.00
Subtotal Reimbursable Expenses - Task 2.5
$69,250.00
Total Task 2.5 - Preliminary Design
1 320.00 720.00 1570.00 1670.00 0.00 0.00 0.00 1 0.00 0.00 1 0.00 $595,650.00
GRAND TOTAL AMENDMENT NO. 21 380.00 840.00 1620.00 1700.00 140.00 160.00 480.00 1 340.00 160.00 1 45.00 $897,485.00
Page 1 of 1
APPENDIX A-3
McCLELLAND
NEE�
CONSULTING
ENGINEERS, INC.
Effective 8/1/2022
McCLELLAND CONSULTING ENGINEERS, INC.
*STANDARD HOURLY RATES
Chief Draftsman
$95 - $110
Clerical
$45 - $75
Construction Observer
$70 - $145
Draftsman
$65 - $100
Environmental Scientist/Designer
$105 - $125
Geotech Engineer
$85 - $170
GIS Technician
$80 - $140
HR/Payroll Admin
$75-$100
Landscape Architect
$90 - $170
Media Specialist
$80 - $105
Principal
$160 - $240
Project Accountant
$70 - $155
Project Designer - Intern
$50 - $60
Project Designer
$80 - $140
Project Engineer
$120 - $175
Project Manager
$120 - $200
Registered Land Surveyor
$95 - $145
Soils Lab Technician
$50 - $140
Specification Writer
$50 - $90
Sr. Project Manager
$140 - $230
Survey (2 man or Robotic) Crew
$115 - $165
Survey (3 man) Crew
$135 - $195
Survey Field (1 Man or Rodman)
$45 - $110
Survey GPS
$75 - $130
Survey Technician
$65 - $95
Water Lab Supervisor
$70 - $120
Water Lab Tech
$50 - $95
Expenses
@ Cost
Mileage
.625/mi
* Standard Hourly Rates may he adjusted annually in accordance with
the normal salary review practices of McClelland Consulting Engineers.
EXHIBIT A: Additional Topographic Survey Areas
I�Fa,i,r_L-n
61 ® i__�� Illll,i,� II -0 / (I Wi
�J
If d-�o� C:arrie-Smi+
S
a
- — _ Springdale Spring Cr
Elm Springs — — — _ l� 11 Benton Co.
Water St .n- I Washington Co.
a'
Elm Springs 0
'LE1m=Springs-Rd� L C= J
Elm Springs Ilk N k"\ I Ofo
)) Tontitown ,aµe Rd� ` �� r
Y� 6. I I Z� Il z
Il� E
II tii�-n �—
Millwn-R.a- fY] �il rinn�nin« Ir- II it I� ii1-�I
Lrn
c
J /
Y
f�
Kell--y_R d 1°
0
3
A
2
v
3
0
Arbor Acres Rd
84
ntitown A—
m
N
m
�I ,p }IrU L �01
Rd Elm S rin s
Ave Springdale, i ve
LL a T� F--777n =c�
Z 1 Brus z=
h =
Har-Ber Ave o`H: ra B_er_Ave ores
�u ��--ll
-- ��D ��J
z _ _
L 'I
y �❑�d � � Ji �IJI—Jo`c
Alivia Cir 0 OoO�Do o� t to < �Cm
o �o�� �� L�J6 i �Jsl l�oo �J51
�Ca,
Cr
I� l� y
O _ 7
-JIL �000❑Natahe_A.veJ
� Apple Rd I _
.a✓ � Luxen.e A:ve�
'i II Ir =IT
L-uwe:na-Ave
.o:
m NI �''J�[�
Gerge_A:ve t m
N v rn 1J� 0 Chapman-A:ve
\-N I�1nnInl
o J Watkins Ale p
Randall Tyson v
Recreational
Complex
L e --� it C 'm v
(P
^L-JLJ J
CO
C
aim c
cn
�\ �^ Magnolia Dr
Am erwood St�l
S rin dale
Colton:D? �
Johnson
eke Rd� 2f���
G:r-eat=Sp-i:n:ps.;Ba_v:d_ \\ til I n�
0
893
Johnson IWXNX
Johnson Main [I
�a
COJai\ey-R_d=
Blessings Golf
Club
C
`
W Reea
Z
y
C
Legend
yLC 11
Tontitown
3
°
BWD Pump Station Washington Co.
o
zz
\�'? II s°
^o
Current Alignment
\CJ
Additional Survey
Johnson O
Fayetteville
Required
a
City Limits
W W Highway 11.2-
0)
d
N
L
0
Z
Fayetteville, AR Scale 1"=3,000'
F
\ McCLELLAND
REECONSULTING
Date: Project: Drawn By:
aL y
z
August 2022 11-2184 K.E.M.
_
cn
��OD
Z
ENGINEERS, INC
? I I I 1 11 '7T
EXHIBIT B: Preliminary Geotechnical Bore Locations
u
Fair Ln
Qa
a � -
n
r" II II`
s K
Q" vi Spririb C
Springdale II
Elm Springs - - - �_ _ _ Benton Co.
\�t
Iwaer Ilt m Washington Co.
Elm Springs —J
o
E:I:m-Springs Rd 77
y
Elm Springs z p
tr s z M c
Tontitown 3Nf - 8 �0�y�"�f-
Falcon Rd c,
v a� � �p11 Z �I I�I1n�� z
LU
��y o ►� I IIII II II
millsap=R.d�K 1 Scott Ln
c _ V'
m _ �
w i
a
Gibbs RduL Elm S rin s =
ve
Golf Course-i `t z
:1 C z Brush
Har-Ber:Ave-C
IJOg Har-Ber Ave JI eel
�1Lr %(l_ L
Liberty Ave cC I D U� _/ ? ��_- =, JULU
ff—'.2 End �v%'�
I N
Sbanotto Ave � Alivia Cir d 0J�D�o O
r�nor�� �� JI II �C
o��-R��F °S
l z�r
tnrJ_cFe-T_0tttiBI_vsl_ iil�(> ---Q
___Lana_e_t_A_v_e—__
n,i=A:ve= r� -
P of Aver I J�
`I]� J oVV I Natalie Ave
iDD.
E Fletcher -Ave 3 O ra
_ Ip L� II
/ Apple Rd I.I_...,�.. I
3 � I
J
Y N
N
C N
W
f o a
/ o
J
/W o
0
f ~
7 II
Kelly -Rd J
J
d
3
0
65
0
II 8`4
Arbor=A.cr_es Rd
II
w Sree\e Rd
�c
Ci
c
Legend Tontitown
Washington Co.
BWD Pump Station
Current Alignment
Preliminary Bore
Locations
City Limits
Fayetteville, AR Scale 1"=3,000'
Date: Project: Drawn By:
August 2022 1 11-2184 1 K.E.M. r
C
O Q A:z �
NI-(n
George-v_e m a
t
v
0
� a
Rd
893
Watkins
m
eek
atG
e I u Z,
ELuvene Ave
V)
Chapman
Randall Tyson y
Recreational
Complex
co
JoCJ
U LL
I—J
�5 TF
C _
4FAm
iF6 S
r
I'I ,
CA
FGrera-t=S-p:ri:ngS Blvd
11 Nj
Blessings Golf ;/ C
v Clu
j N
a
Of
d
agnolia'"
1-oogw
JohnsonJM����` a,
Johnson Main
ur
x
N
Johnson
Fayetteville ,
a
N �
Z
it mm
McCLELLAND
ZMEECONSULTING
ENGINEERS, INC.
EXHIBIT C
City of Fayetteville - West Corridor Water Transmission Main
Amendment No. 2 - Preliminary Design
Preliminary Schedule
8/1 /2022
McCLELLAND
NEE,ONSULTING
awmannum ENGINEERS, INC.
Project Phasemmmmmmmmmmmmmmmmmmmm
Item Cost Notes
Install Electrical Service
$ 150,000
Jacobs will install
Scale
$ 6,000
Includes shipping, 4-20 milliamp output for
input to SCADA. Jacobs will install
Drywall
$ 1,500
Jacobs will install
Drywall Hardware
$ 150
Jacobs will install
Cooling Tower slab
$ 1,000
Jacobs will form, set rebar and finish
concrete. Est. 6 CY
Velocity Stack slab
$ 1,000
Jacobs will form, set rebar and finish
concrete. Est. 6 CY
Concrete Delivery from APAC
$ 600
Might be 2x $150 if they cannot fit 12 CY on
a roller truck
Barrier Blocks- 50 blocks at $60 per
$ 3,000
Jacobs will install
Metal- Framing for Drywall
$ 1,000
Jacobs will install
Estimate for electric gear boxes and motors
$ 75,000
Jacobs will install
Lumber- framing above divider wall
$ 500
Jacobs will install. Use existing
polycarbonate for barrier.
Machine Skate Rental 1 week
$ 350
Natural Gas Installation
$ 6,000
In -House Water & Sewer Installations
$ 20,500
Subtotal
$ 266,600
Contingency (20%)
$ 53,320
Estimated Taxes (10%)
$ 26,660
Total $ 346,580
Cost Comparison Between Landfill Disposal and Drying as a Service
Landfilling
Loads To
Wet Tons
Landfill Noe
Total
From
Dry Tons
Percentag
Dryer
Landfill Tip
Tipping
Hauling
Cost Per
Monthly
Year
Month
Presses
From
Reduced
Estimate
Fee
$/ton
Cost $296
Ton
Land
To solar
Solar
23
47 6S/Ton
per Load
s
Co,,g
Houses
tons/load
2022
January
1,932
1,537
20%
67
$ 73,238
$ 47.65
$ 19,781
$ 60.52
$ 93,01!
2022
February
1,779
1,346
24%
59
$ 64,137
$ 47.65
$ 17,322
$ 60.52
$ 81,45!
2022
March
2,277
1,879
17%
82
$ 89,534
$ 47.65
$ 24,182
$ 60.52
$ 113,711
2022
lApril
1 2,429
1 1,763
1 27%
1 77
1 $ 84,007
1$ 47.65
1$ 22,689
1 $ 60.52
1 $ 106,691
City Contract
Started With
Waste
Management
43.91/Ton
248%
7
7566
$
0
2022
IMay
I 2,409
I 173
2022
Dune
1,056
1
6
9
43
3.91
3,
159
6
Wet Tons Avg Revenue Difference
From .,Tons Temporary Monthly Monthly Monthly
Sold Per From Total Difference
Year Month Presses From Dryer Fee Drying Tons Adjusted Cost
To Solar Solar $65/Ton Cost Produced To Fertilizer of Drying Monthly Won
Houses for Resale Produced cost
i" 1111-O i• •ar. r�. - ' I iIi - I- --1�-- -i- 4 6��• �- 1 -_ 11 _w � � ; _ ---� c A- R_.C. �?•`� - ZI 'I' •� TTr i'd�7}•s • i � I •�i-S.. •O�s. r' L� ' c I I [rI 404;e t
It
Proposed SWU Boundary Adjustment 6 I__
jn t r Try § �----- -r-- a 1� RALSTN LN
o—
' � li - I- — � • i
U: I
Z
i r I
I
I -
I
I it �1
V , �Current`SWu
li
\_ Customer -
!2661 O \ I
�' ,• O 1 I I
A
1I� Requested I � I I
W \\Pya-i�ce�ls. _k..y
z P' f a E�HIG1H MEADOWS DR°i
O \ \�_J� Z _ OZ
� O!---- ----- —�al ?
of
o E
•EYSTO NE � O DR
i W,
• zI
2 E LADELL p� _j •
_ -
�j�4T
j E HEARTHSTONE DR
® _ la■n■4ia■w■■■ o
ror,-, vniiaiiiiiii■ioii■� ,
Tor.-• nawoon000ME 0 F
n■a, �. :anrr�:aono■ooa.
.� I oo. arrrai ...•aa■saaooaoon
1� ■■■o rwor ar■0000000M .
.a■anal rral Ji'L]■F[iaaaaaaaao
aaaaaar�3akaar T"!na■w■aaaaaaal
.■■MO& 1r!■,.YJfi'•raWAS!la■aaaaa4
Ih 1l00
■■■■■■■■■■■a
MINE a�L NONE
a■■a■■a■■a■■a■.a■
Y
MM
I,■.■■..■■aa ..........
ua■u■ua 1 r u r na■uu■rnl
F� }- w :, -� Fauaar�.ws,0000aaa000eT
iraffiLaar� _aooaoaa0000�c
'�anwo■aa�000000aoor
��.....iivauAii
A ;n■i-sv00000000aa
;r s�i.'lwYoaoa■aooL■000
t ■k'�a ■Nrilaaala■oa■■■a■■■■■■■
■ ■n Ymommmall MEN IN Mi
�a4aaaa\aaaoaaaaaaaaaaaa�
arau■u■uuMuuMun
OR
- s _ ■■an■afF■aoo
1' 1 aoow �aoo
-� • -Cu l�ii■a�ii
- '� • . aaai��i
iiFayett00 ---i
_ as UuSt■r..
ar00000■r
-44 did
Y i
-'.i' � 1
do ■L--------------
+ ' "Ok
JL -
- EXHIBIT I
-qj
�4,
.� anumns
cn�m�
cnm� a
� - eN _...^-._.,__.,a.."`"'"`-•__
.._.I
�. was^^,� n,�,w..,
Joh son
a:a�ssrsa� o..�sssa"s::ass'u
s
wm
..., ..._.... "_ ...
s.:�:�
c�tiu �m
.:-:�. -e,g
»-
���::•s�•.® orr: :',ass.,, �-m..,.,,.„,,...»,«
�.�a:�::'a°.a;aa.:�s. �•r._W«.fi¢,a`Mat�� ...
..�a.,��.... e....���,.e.,... -.,._.....
v m
®o
vw.
-
._.
........,..,
yrcrm�
Faye Neville
CASE HISTORY
WEST TRANSMISSION MAIN
Tracts 52 & 53 MHOON FAMILY TRUST
4/16/2017 Appraisal by Reed & Associates received.
5/1/2017 Offer packet mailed including offer letter ($47,600.00), proposed
easement, and exhibit and appraisal summary sheet. (Tract 52 requires
50,792sf, Tract 53 requires 66,523sf)
4/5/2018 Reminder letter sent
9/30/2020 Owner requested through appraiser that easement be altered to allow for
trees that had been planted along existing fence within setback. See
email. (Mhoon. Realignment)
10/19/2020 Updated appraisal by Reed & Associates received.
Update offer mailed based on updated and revised appraisal ($88,000)
along with proposed easement, exhibit and appraisal summary (Tract 52
requires 71,121 sf, Tract 53 requires 66,523sf). The easement was
adjusted to avoid trees.
11/2/2020 The realtor that met with the appraiser was emailed regarding the offer
since no contact had been made. In that email, I misspoke and called it a
36-inch waterline, and he responded that they had the packet and they'd
discuss. There was no further response.
4/20/2021 The realtor was emailed once again. I offered to meet them, email them
the appraisal and again, there was no response. (See Mhoon.Realtor)
3/15/2022 Reminder letter was mailed to the Mhoon Family Trust letting them know
that on April 7, I'd be handing these tracts over to the City Attorney for
approval.
7/28/2022 Notification Letter to Mhoon Family and I have enclosed the condemnation
brochure and the entire offer packet and informed them of Council date.
There have been several calls to several different numbers over the years.
If I could find a Linda Mhoon phone number listed, I called it and left a
message. Sometimes, I just called a random Mhoon and asked if they
knew Linda and to have her call me. I have never spoken to anyone
regarding this tract. The closest I have come is the email exchanges with
Joe Frame, their realtor.
There has been no contact as of this date regarding the Notification letter. It states that this
tract will go to the City Attorney's office to be presented at Council on September 6 for
approval for resolution to condemnation. This will give us an eventual order of Possession and
hopefully, a starting point for negotiations with this family without going to court.
ORDINANCE NO.3696
AN ORDINANCE WAIVING THE REQUIREMENTS OF COMPETITIVE BIDDING FOR THE
PURCHASE OF DUCTILE IRON PIPE, PLASTIC PIPE CAST IRON, PIPE, DUCTILE IRON,
CLAY AND PLASTIC PIPE FITTINGS, DUCTILE IRON PIPE AND FITTING-C, cn1�=,
WATER METERS, WATER METER FITTINGS AND WATER METER END POINTS, CLAY
DID�D FIRE HYDRANTS AND FIRE HYDRANT FITTINGS, CONCRETE MANHOLES,
MANHOLE RINGS, RISERS, FRAMES AND COVERS, STAINLESS STEEL, COPPER AND
BRASS HARDWARE RELATED TO FITTINGS AND CEMENTITIOUS REPAIR COATINGS
FOR THE CITY OF FAYETTEVILLE.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Council hereby waives the requirements of competitive bidding
for the purchase of ductile iron pipe, plastic pipe cast iron, ductile iron, clay and
plastic pipe fittings, water meters, water meter fittings and water meter end points,
fire hydrants and fire hydrant fittings, concrete manholes, manhole rings, risers,
frames and covers, stainless steel and brass hardware and fittings and
cementitious repair for the Water and Sewer Department for the reason that said
requirements are not feasible because manufacturers and suppliers will not
confirm contract prices for a one year period and the aforesaid items are priced on
very short term.
Section 2. If possible, competitive quotations shall be taken before any of the
aforesaid materials are purchased.
Section 3. The Council hereby determines that the Water and Sewer Department of
the City of Fayetteville is in immediate need of the materials enumerated in Section
1 above and
will continue to need said materials on a periodic basis; that the requirements of
competitive
bidding for the purchase of said materisla is not feasible for the reasons stated in
Section 1
above; and that the passage of this ordinance is necessary to enable the immediate
and continuing
purchase of said materials without undue cost to the City. Therefore, an emergency
is hereby
declared to exist and this ordinance being necessary for the public welfare shall be
in full force
and effect from and after its passage and approval.
.;acobs
Fayetteville
Client Monthly Report for June 2022
July 20, 2022
City of Fayetteville
CITY OF
WA FAYETTEVILLE
ARKANSAS
Jacobs Fayetteville Client Monthly Report for June 2022 Jacobs
Contents
ExecutiveSummary..................................................................................................................................................2
1.
Plant Operations.........................................................................................................................................3
1.1
Process Control........................................................................................................................................................... 3
1.2
Biosolids Process........................................................................................................................................................3
1.3
Compliance.................................................................................................................................................................. 3
1.4
Successes...................................................................................................................................................................... 3
1.5
Issues/Resolutions.................................................................................................................................................... 4
1.6
Revenue.........................................................................................................................................................................4
Table 1-1:
Revenue generated from the BMS...............................................................................................................4
Figure 1-1: Revenue generated from the BMS via hay, fertilizer, and WTR.......................................................5
2.
Maintenance................................................................................................................................................6
2.1
West Side....................................................................................................................................................................... 6
2.2
Noland............................................................................................................................................................................7
2.3
Lift Stations..................................................................................................................................................................8
2.4
BMS Maintenance......................................................................................................................................................9
2.5
Key Performance Indicators/Measures.............................................................................................................9
Figure 2-1: Labor Hours by Work Order Type................................................................................................................9
Figure2-2: Work Order Count by Type..........................................................................................................................
10
2.6
Capital Improvement Projects(CIP)................................................................................................................
10
3.
Laboratory/Industrial Pretreatment...................................................................................................11
Table 3-1:
Revenue generated from the Industrial Pretreatment Program(IPP)........................................
12
Figure 3-1: IPP revenue total from surcharges, fees, and fines...........................................................................
12
Figure 3-2: Loads of hauled waste -by hauler and cumulative loads per month ..........................................
12
4.
Woolsey Wet Prairie................................................................................................................................13
5.
Community Outreach.............................................................................................................................14
6.
Sustainability............................................................................................................................................15
7.
Health & Safety/Training.......................................................................................................................16
Appendix A. Additional Information.................................................................................................................17
A.1
Effluent & Influent Data.......................................................................................................................................
17
A.2
White River Effluent Characteristics................................................................................................................
17
Jacobs — Fayetteville Project
Jacobs Fayetteville Client Monthly Report for June 2022 Jacobs
Executive Summary
The budget performance for June has begun to move back to a on -budget status. At this time the
non -labor costs are balanced by labor savings. The project is currently forecast to be $(22,324)
under budget.
Budget Performance
N JANUARY FEBRUARY MARCH APRIL MAY JUNE
V $208,647
$186,715 $177,033
$130,732
1
$98,426
$55,136
$(17,464) — $21,341 $31,775
$(34,089) $(51,553) $(51,532) 0
$(72,873)
$(98,957)
■ Labor Non -Labor Budget - Over (Under)
■
$(199,357)
$(22,324)
Jacobs — Fayetteville Project
2
Jacobs Fayetteville Client Monthly Report for June 2022 Jacobs
1. Plant Operations
The Noland and West Side Water Resource Recovery Facilities (WRRF's) effluent discharges were
100% in compliance with the National Pollutant Discharge Elimination System (NPDES) permit.
Details of effluent quality and influent loadings are shown in Appendix A.
1.1 Process Control
Noland
During the month of June, Noland entered the period of its most stringent permit limits. MLSS
(mixed liquor suspended solids) concentrations and detention times were tightly controlled to
achieve full treatment and produce quality effluent. Effective management of the biosolids
inventory allowed Noland to handle secondary treatment with a single clarifier, reducing energy
use, as well as wear -and -tear on equipment that was taken offline.
West Side
West Side experienced a total of 3.1 inches of rain. Elevated influent flows peaked at 19.52 million
gallons on the 19th.
1.2 Biosolids Process
During the month of June, the WRRF's produced 1,790 wet tons of biosolids. No belt filter pressed
bio-solids were sent to the landfill. All 1,790 wet tons produced were spread into the solar houses
and partially dried before being disposed of at the landfill. A total of 1,056 tons of partially dried
biosolids were sent to the landfill. This computes to 734 tons of water removed from the material
before disposal. By partially drying biosolids before hauling to the landfill, it is estimated that
$35,371 was saved in tipping fees. The total cost in tipping fees for June was $50,872.
1.3 Compliance
An increase in Noland White River effluent CBOD (carbonaceous biochemical oxygen demand)
was closely monitored throughout the month. This was due to a major algae bloom in the effluent
storage pond. Operations began optimizing ozone for proper disinfection while processing flow
from the effluent pond. This led to a reduction in the effluent CBOD and permit compliance was
fully achieved.
1.4 Successes
Noland began its first month of seasonal load shedding using the on -site generator. Precise load
shedding decreases the facility's demand upon the municipal electrical grid. Load shedding was
in effect during 11 days of the month, for a total of 59 hours and 16 minutes.
The BMS has continued to accept all water -treatment residuals produced by Beaver Water District.
These residuals are evenly applied across all application zones. For the second month in a row,
Jacobs — Fayetteville Project
Jacobs Fayetteville Client Monthly Report for June 2022
,jacobs
well over 900 tons of WTR were applied to permitted areas. The income generated from land
applying water treatment residuals for the month is approximately $31,000.
The BMS has successfully established an additional Class A CDL driver. The laudable team member
passed the state issued driving tests on his first attempt. We now have two full-time drivers and
two operators with CDL's that will be available to fill in when necessary. A second operator is
training for the CDL and will test to obtain the license in July.
The clear and hot forecasts that mid -summer normally brings came early in June. The effects of
the summer heat were shown in the drying results. The BMS team was able to dry all incoming
solids by approximately 41 %. This is the highest percentage of solids dried before disposal since
December of 2021.
The first cutting of hay was completed in the beginning of June. All hay harvested in June has
either been sold or pre -ordered by a customer. Prices for hay range between $55 and $100 per
ton. The lower priced hay was harvested from areas with known weed forages that are not desirable
as feed. Sales increased significantly in June and are expected to escalate in the coming months.
1.5 Issues/Resolutions
The WTR spreader equipment on truck 768 failed during application in the middle of the month.
It is believed that the drive chain for one of the spinners broke while in motion which caused the
spinner to fall approximately 2 inches out of the gear box. In doing so, the bearing underneath the
spinner broke. The drive chain is not linked to an auto tube pump like the drive chain for the feed
augers. After determining the cause of the failure, parts were ordered, and the equipment is
waiting repair. The spreader trailer will be used for WTR application until repairs are completed.
1.6 Revenue
Table 1-1: Revenue generated from the BMS
Product
Hay
Fertilizer
Water Treatment Residuals
Tons Sold/Received Revenue Generated
243 $20,068
0 $0
933 $31,074
Jacobs — Fayetteville Project
Jacobs Fayetteville Client Monthly Report for June 2022
,jacobs
Figure 1-1: Revenue generated from the BMS via hay, fertilizer, and WTR
Revenue Generated
Biosolids Management Site
$160,000
$140,000
$120,000
$100,000
$80,000 �f
$60,000
$40,000
$20,000
O Monthly 2021 O Monthly 2022
Cumulative 2022
Jacobs — Fayetteville Project 5
Jacobs Fayetteville Client Monthly Report for June 2022 Jacobs
2. Maintenance
2.1 West Side
West Side buildings received more upgrades to lighting with the installation of LED light fixtures.
Light Emitting Diode fixtures are a highly energy -efficient lighting technology with the potential
to use 75% less energy and last up to 25 times longer than incandescent lighting.
The removal of dried sediment from the anoxic and oxic chambers of the basin of bio unit 03 was
completed with the elimination of one truck load of sediment. A portable pump will be set up to
fill the bio unit with partially treated effluent.
Biological Unit 03 Sediment Removal
Jacobs - Fayetteville Project
Jacobs Fayetteville Client Monthly Report for June 2022 Jacobs
During the construction of the Rupple Road Lift station force main at the West Side facility, the
contractor accidentally backed a piece of equipment into the light pole causing irreparable
damage to the pole. The maintenance team quoted the items to be replaced and sent material
and labor costs to the contractor for replacement. The maintenance team removed the damaged
Light pole and successfully installed the new one.
0.
West Side
Light Pole
Damaged
A Light pole at West Side is
damaged by a contractor
during work on the Rupple
Road lift station force main
2.2 Noland
The team continues to power wash the Noland facility to prevent corrosion and delamination of
the basins and other concrete structures.
Power washing helps prevent corrosion and
delamination of concrete structures
Jacobs - Fayetteville Project 7
Jacobs Fayetteville Client Monthly Report for June 2022
,jacobs
Process return pump 03 and motor were removed in preparation for the installation of a new pump
and motor. The motor control panel will be upgraded in July for a new variable frequency drive.
Pump and motor were removed
in preparation for the
installation of new equipment
2.3 Lift Stations
The electrical team installed the new AMT Pro Artesis® analyzer ports in five of the seven pump
panels. The new ports will allow maintenance staff to perform the electrical test more efficiently
and safely. The original procedure required two people per the 70E NFPA to open the panel for
installation of the testing equipment.
The new ports provide conditions to conduct
safer and more efficient testing procedures
Jacobs Anesis
ki
Jacobs - Fayetteville Project
Jacobs Fayetteville Client Monthly Report for June 2022
,jacobs
The control panel at lift station 56 was overheating causing alarms and possible damage to the
electrical components. The team evaluated the cabinet and installed an axial fan and louver
system to evacuate the hot air from the panel.
1
An axial fan and louver system were
installed to address overheating
Z/
2.4 BMS Maintenance
BMS and maintenance provided expert guidance in discussions regarding dryer installation needs.
2.5 Key Performance Indicators/Measures
Figure 2-1: Labor Hours by Work Order Type
72.00, 0
❑ 534.96, 0
❑ 0.00, 0 107.38, 0
❑ 101.45, 0
administrative
MI
❑ corrective maintenance
emergency
❑ corrective maintenance non
emergency
❑ corrective maintenance from
pm/pdm
❑ 637.30, 0 ❑ preventive maintenance
project
❑ safety
Jacobs — Fayetteville Project
Jacobs Fayetteville Client Monthly Report for June 2022
administrative
❑ corrective maintenance
emergency
❑ corrective maintenance non
emergency
❑ corrective maintenance from
pm/pdm
❑ preventive maintenance
project
Figure 2-2: Work Order Count by Type
6, 0%
❑ 0, 0%
u l51/, yl%
2.6 Capital Improvement Projects (CIP)
,jacobs
26, 2%❑ 6, 0%
7 86, 5%
❑ 37, 2%
The Water and Sewer Committee approved a proposal by Electric Motor Center to rebuild pump
no. 1 at the Gregg Avenue lift station. A separate proposal to purchase 2 macerator pumps from
Ovivo USA also received approval
A purchase order was issued for the repair of pond return pump no.1 at the Noland facility.
Jacobs — Fayetteville Project
Jacobs Fayetteville Client Monthly Report for June 2022 Jacobs
3. Laboratory/Industrial Pretreatment
West Side Goose Creek samples were collected to complete a Whole Effluent Toxicity (WET)
Screening test as outlined in the Toxicity Reduction Evaluation (TRE) Plan. The test passed,
showing no toxicity for survival or growth to the fathead minnow, Pimepholes promelas.
John Byrd investigated a damaged discharge pipe at the former Superior Industries facility, now
Ecotech Consumer Products. Ecotech creates alternative plastic products that repurpose everyday
items and make them into new usable products. The inspection was conducted in response to a
high total suspended solids (TSS) discharge. The Ecotech end -of -process discharge was sampled
and has been determined to be within typical influent loadings, therefore process TSS will be
required via the next permit modification. A compliance schedule will be implemented through
this modification process to address the damaged discharge pipe. Written permission from ADEQ
was given to continue to sample for Local Limit parameters at the end -of -process location at
Ecotech. This permission was needed because of the EPA guidance regarding local limits as being
sampled at the end -of -pipe location.
While attending the Utilities Department and Jacob's staff meeting, John suggested using an
enzyme -based degreaser, or wet -well mixer, to improve conditions at lift station 29 on Cato
Springs Road. This lift station has been experiencing high levels of grease requiring extensive
maintenance and cleaning procedures.
Monthly surcharge and waste hauler reports were completed and sent to the city for billing. For
revenue generated from the IPP, see Table 3-1, Figure 3-1, and Figure 3-2.
Jacobs — Fayetteville Project
Jacobs Fayetteville Client Monthly Report for June 2022
,jacobs
Table 3-1: Revenue generated from the Industrial Pretreatment Program (IPP)
Revenue
$68,975.88 Surcharges on May data
$1,800.00 Fees from hauled waste accepted in June
$0.00 Other fees paid in June
$0.00 Fines assessed in June
2 TSS violations Violations on May data
Figure 3-1: IPP revenue total from surcharges, fees, and fines
Revenue Generated
Industrial Pretreatment Program
$140,000
$120,000
$100,000
$80,000
$60,000
$40,000
$20,000 F
�atJ aJmet ND met met
Facet P
02021 Monthly Surcharge Fees plus Hauled Waste Fees
02022 Monthly Surcharge Fees plus Hauled Waste Fees
Figure 3-2: Loads of hauled waste -by hauler and cumulative loads per month
Hauled Waste Summary
60
50
40
30 -
20
10
0 Wr n fl
�o
,a �ot ��e o`
�oJe e`e
cue � O
■ 2022 APT 2021 APT ❑ 2022 BJ L 2021 BJ 2022 TOTAL ❑ 2021 TOTAL ❑ 2022 CIC
Jacobs - Fayetteville Project 12
Jacobs Fayetteville Client Monthly Report for June 2022 Jacobs
4. Woolsey Wet Prairie
June was an eventful month with several key vegetation management activities taking place. Early
in the month Eco, Inc. facilitated the first -round of botanical surveys at Woolsey Wet Prairie. The
botanical survey provides helpful feedback on locations and approximate densities of key invasive
species targeted for herbicide treatment throughout the growing season. Additionally, the
botanical survey assesses Woolsey's populations of plant species tracked for conservation concern
by Arkansas Natural Heritage Commission (ANHC) due to their statewide rarity. Similar to last year,
June IVM work was marked by a very hot spring -summer transition with June experiencing 15 days
of 90-plus degree heat. In addition to high temperatures, this month was notably dry, with only 3
rain events occurring that totaled just under 2.5 inches of rainfall. If higher temperatures and
reduced rainfall continue into July, the 2022 growing season could be significantly impacted by
summer drought conditions. The Jacobs IVM team worked with a strong focus on highest priority
species, including Sericea lespedeza, White Sweet Clover and Thistle. Follow-up evaluation of over
3,000 square feet of Narrow -leaf Cattail colonies indicate very encouraging results with dramatic
colony reduction. A handful of lingering individual Narrow -leaf Cattail plants will be dispatched
in July for further population control.
The botanical survey did not locate any colonies of reed canary grass, Pholaris arundinacea within
Woolsey's interior. Reed canary grass was successfully treated last in wetland cells W1 and W2.
Last year's quick treatment responses and continued monitoring will hopefully prevent this
invasive from establishing itself within or near Woolsey.
Other encouraging June notes were the continued presence of wildflowers rarely documented in
Woolsey. Pink Milkwort is a rare wildflower tracked for conservation concern by ANHC, and first
observed at Woolsey, on an E4 prairie mound, in 2012. Several Pink Milkwort plants were again
observed this year in E4, on prairie mounds just outside of Woolsey, and within the managed south
bioswale area near the West Side WRRF. Flowering Compass Plant is another species that was again
observed this year, following last year's flowering, which was recorded as the first in over a decade.
Pink Milkwort and Compass Plant are native wildflower species that together are indicative of a
healthy, high -quality prairie and wet -prairie habitat. A strong emphasis on herbicide treatments
will continue into July for Sericea, Johnsongrass and Small Carpetgrass.
Pink Milkwort, Woolsey E4 Prairie Mound Flowering Compass Plan[, Woolsey Wl Prairie Mound
June Botanical Survey indicates the successful elimination
of reed canary grass and the encouraging presence of t
rarely documented wildflowers, such as Pink Milkwort and
Flowering Compass Plant.
Jacobs — Fayetteville Project 13
Jacobs Fayetteville Client Monthly Report for June 2022 Jacobs
5. Community Outreach
Juneteenth and Pride Month provided opportunities for celebration and reflection during the
holidays with family and friends.
Jacobs — Fayetteville Project 14
Jacobs Fayetteville Client Monthly Report for June 2022
,jacobs
6. Sustainability
Drone imagery was taken at the Woolsey wetland area to evaluate the possibility of incorporating
aerial imagery of invasive plants into GIS maps for improving management and removal.
G�QC�a�DC�I� Q nC�r �gQ�
Woolsey Wet Prairie
SUPERIOR APPLICATION
OF TRENDING TECHNOLOGY
COULD POTENTIALLY ASSIST IN THE
MANAGEMENT OF INVASIVE SPECIES
Jacobs — Fayetteville Project is
Jacobs Fayetteville Client Monthly Report for June 2022 Jacobs
7. Health & Safety/Training
We continue to make great strides with health and safety compliance. The year has provided
successful training opportunities and overall employee engagement with the safety team. The
safety team has rotated a total of five employees for the year. While it can be difficult to place a
numerical value on the safety team involvement, this year has proven to reflect the incredible
efforts in the creation of ideas and the attainment of a unique perspective into hazard recognition.
The current safety team has four members including Pat Cooley, Travis Patton, Donna McChristian,
and Matt Benton. Members have the responsibility of conducting random area safety inspections
to ensure compliance. New members are given a two -month introduction period. This time
allocation is necessary for the associate to gain experience in conducting a thorough and accurate
safety inspection. Pat Cooley, the newest safety team member, has quickly picked up the
inspection process. He has identified several safety issues and communicated those through the
proper leadership. The issues were flagged in a maintenance work order and have been quickly
resolved. These beneficial findings are keeping our teams safe. In these instances, unsafe
conditions can present hazards to the site employees. The safety team provides representation for
each department and continues to work with the maintenance staff to get issues corrected in a
prompt and efficient manner. Individual ownership and participation are essential elements for an
effective safety program. The future goals of the safety committee will be discussed in the
upcoming months. The committee will always look at diverse ways to supply value for the safety
of the Jacobs team.
John Byrd attended the Jacobs webinar IPP 13213 Industrial User Inspection and Sampling. This is
the fourth part in a Back -to -Basics series reviewing the EPA's guidance manual on Industrial
Pretreatment Programs.
Matt Benton obtained certification at the regional OSHA 10-hour General Industry Safety and
Health training held in Bixby, OK.
Jacobs — Fayetteville Project
Jacobs Fayetteville - Client Monthly Report for June 2022
Appendix A. Additional Information
A.1 Effluent & Influent Data
A.2 White River Effluent Characteristics
.;acobs
2022
Monthly
Average
Flow
(MGD)
WR
CBOD
(mg/L)
WR
CBOD
(lbs/d)
WR
TSS
(mg/L)
WR
TSS
(lbs/d)
WR
Phos
(mg/L)
WR
Phos
(lbs/d)
WR
Ammonia
(mg/L)
WR
Ammonia
(lbs/d)
D.O.
Avg
Min
(mg/L)
pH
Min
(s.u.)
pH
Max
(s.u.)
Fecal
Coliform
(MPN/
100m1)
Permit
Limit June
7.5
788
5.0
525
1.0
105.0
2.1
221
7.7
6.0
9.0
200
January
1 6.2
2.9
146
1.8
91
0.15
1 8.0
0.07
4
1 19.5
7.3
7.5
21
February
5.9
4.2
211
3.4
171
0.17
8.0
0.08
4
19.5
7.3
7.5
21
March
6.1
3.9
192
3.6
178
0.16
8.3
0.42
23
18.6
7.2
7.5
19
April
8.8
3.6
269
2.1
157
OAS
11.4
0.13
9
15.9
7.3
7.5
27
May
8.4
4.1
287
2.0
136
0.18
12.1
0.07
5
13.9
7.1
7.6
36
June
6.0
5.2
261
1 3.6
183
0.35
17.9
0.12
6
16.2
7.0
7.6
37
July
August
September
October
November
December
Average
6.9
4.0
228
2.7
153
0.19
10.9
0.15
8
17.3
7.2
7.5
27
White River Effluent Characteristics - Minerals
2022
WR
TDS
(mg/L)
WR
TDS
(lbs/d)
WR
Sulfate
(mg/L)
WR
Sulfate
(lbs/d)
WR
Nitrate
(mg/L)
WR
Nitrate
(lbs/d)
Permit
Limit June
500
52,542
119
12,505
report
report
January
315
16,215
60
3,443
3
155
February
351
17,380
77
3,686
4
182
March
325
16,343
67
3,453
3
144
April
296
22,171
65
4,413
5
339
May
310
21,509
50
3,736
8
613
June
368
20,717
47
2,932
8
474
July
August
September
October
November
December
Average
327
19,056
61
3,611
5
318
Jacobs - Fayetteville Project
Jacobs Fayetteville - Client Monthly Report for June 2022
Goose Creek Effluent Characteristics
.;acobs
2022
Monthly
Average
Flow
(MGD)
GC
CBOD
(mg/L)
GC
CBOD
(Lbs/d)
GC TSS
(mg/L)
GC
TSS
(Lbs/d)
GC
Phos
(mg/L)
GC
Phos
(Lbs/d)
GC
Ammonia
(mg/L)
GC
Ammonia
(lbs/d)
D.O.
Avg
Min
(mg/L)
pH
Min
(s.u.)
pH
Max
(s.u.)
Fecal
Coliform
(MPN/100m1)
Permit
Limit June
10.2
850.7
10.0
834
1.0
83.4
1.6
133.4
7.7
6.0
9.0
200
January
9.0
2.0
145.5
1.0
73
0.06
4.2
0.03
1.96
10.9
7.1
7.4
7
February
11.4
2.0
190.3
1.0
95
0.06
6.1
0.06
6.9
11.0
7.0
7.3
5
March
11.0
2.0
189.2
1.0
94
0.07
6.9
0.05
7.0
10.6
7.0
7.4
6
April
12.8
2.0
228.1
1.0
112
0.07
7.7
0.06
8.4
10.1
7.0
7.4
5
May
12.6
2.0
210.2
1.0
109
0.13
14.9
0.04
4.0
9.6
7.0
7.5
6
June
7.7
2.0
127.7
1.0
65
0.07
4.7
0.06
4.4
9.1
7.2
7.7
7
July
August
September
October
November
December
Average
10.7
2.0
181.9
1.0
92
0.08
7.4
0.05
5.4
10.2
7.1
7.5
6
Paul R. Noland Influent Characteristics
Noland
WRRF
Monthly
Average
Flow
(MGD)
Hydraulic
Loadings
Percent
of Design
BOD
Loading
(Lbs/d)
Organic
Loading
Percent
of
Design
TSS
Loading
(Lbs/d)
TSS
Loading
Percent
of
Design
PO4
Loading
(Lbs/d)
PO4
Loading
Percent
of
Design
NH3
Loading
(Lbs/d)
NH3
Loading
Percent
of
Design
Designed
(Annual
Avg.)
12.6
29,666
23,198
765
2,250
January
5.5
44.0%
15,277
51.5%
8,140
35.1%
176
23.0%
742
33.0%
February
7.2
57.3%
14,861
50.1%
9,849
42.5%
214
28.0%
936
41.6%
March
7.1
56.5%
18,925
63.8%
10,512
45.3%
125
16.3%
767
34.1%
April
8.9
70.5%
16,653
56.1%
11,615
50.1%
249
32.5%
1006
44.7%
May
8.1
64.1%
12,877
43.4%
8,113
35.0%
190
24.8%
826
36.7%
June
4.9
39.2%
13,202
44.5%
8,182
35.3%
176
23.0%
599
26.6%
July
August
September
October
November
December
Average
7.0
55.3%
15,299
51.6%
9,402
40.5%
188
24.6%
813
36.1%
Jacobs - Fayetteville Project
Jacobs Fayetteville - Client Monthly Report for June 2022
West Side Influent Characteristics
.;acobs
West Side
WRRF
Monthly
Average
Flow
(MGD)
Hydraulic
Loadings
Percent
of Design
BOD
Loading
(lbs/d)
Organic
Loading
Percent
of
Design
TSS
Loading
(lbs/d)
TSS
Loading
Percent
of
Design
PO4
Loading
(lbs/d)
PO4
Loading
Percent
of
Design
NH3
Loading
(lbs/d)
NH3
Loading
Percent
of
Design
Designed
(Annual
Avg.)
10.0
14,595
14,595
584
1918
January
9.0
89.9%
10,385
71.2%
12,697
87.0%
182
31.1%
1,516
79.0%
February
11.3
113.4%
14,687
100.6%
14,604
100.1%
201
34.5%
1,293
67.4%
March
11.0
109.9%
11,456
78.5%
11,879
81.4%
168
28.8%
1,282
66.9%
April
12.8
128.1%
12,021
82.4%
14,644
100.3%
154
26.4%
1,292
67.4%
May
12.6
125.6%
10,734
73.5%
10,772
73.8%
223
38.3%
1,305
68.0%
June
7.7
77.3%
10,377
71.1%
11,381
78.0%
170
29.0%
1,258
65.6%
July
August
September
October
November
December
Average
10.7
107.4%
11,610
79.5%
12,663
86.8%
183
31.3%
1,324
69.0%
Jacobs - Fayetteville Project 19
7
jaco S
Jacobs Fayetteville -
Client Monthly Report for June 2022
Labor Status
Department Job Title
Employee Name
Fayetteville
/o FTE
Admin
Project Manager
Monty Sedlak
82.00%
Admin
Assistant Project Manager
Sarah Garrison
100.00%
Admin - Operations
Operations Manager
Tim Luther
100.00%
Admin
Environmental Specialist
Jeff Hickle
100.00%
Admin
Health, Safety, Compliance Professional
Wes Cloud
70.00%
Admin
Project Coordinator
Brandi Miller-DeWeese
90.00%
Admin
Administrative Assistant
Christy Taylor
100.00%
Admin
Administrative Assistant
Kassandra Foster
100.00%
BMS
BMS Supervisor
Peter Burrow
100.00%
BMS
Lead Operator
John Tenberge
100.00%
BMS
Operator I
David Dajani
100.00%
BMS
Equipment Operator
Charlie Boger
100.00%
BMS
Equipment Operator
Rick Witherspoon
100.00%
BMS
Equipment Operator
Vacant
100.00%
BMS
Equipment Operator
Vacant
100.00%
BMS
Operator In Training
Ben Shondelmyer
100.00%
BMS
Operator In Training
Robert Donnell
100.00%
BMS
Operator In Training
Vacant
100.00%
BMS
Mechanic
Mike Reed
100.00%
Admin
Admin-Ops Supervisor
Thom Vinson
90.00%
LAB
Laboratory IPP Director
Donna McChristian
90.00%
LAB
Industrial Pretreatment Coordinator
John Byrd
100.00%
LAB
Lead Laboratory Analyst
Matt Benton
100.00%
LAB
Laboratory Analyst
Walter Chodor
100.00%
Maint
Maintenance Supervisor
Joshua Apeman
100.00%
Maint
Lead Mechanic
Brian Daniels
95.00%
Maint
Lead Electrician
Tim Marr
70.00%
Maint
Mechanic
Robert Ingram
100.00%
Maint
Mechanic
Buddy Carter
100.00%
Maint
Mechanic
Blake Shepherd
100.00%
Maint
Mechanic
Michael Spohn
100.00%
Maint
Mechanic
Rick Dollarhide
100.00%
Maint
Mechanic in Training
Luke Haegele
100.00%
Maint
Mechanic in Training
Jarrod Householder
100.00%
Maint
Mechanic in Training
Caleb Wheeler
100.00%
Operations
Operations Supervisor
Austin Ramsfield
100.00%
Operations
Operator II
Shawn Santellanes
100.00%
Operations
Operator I
Anthony Ramsfield
100.00%
Operations
Operator I
Travis Patton
100.00%
Operations
Operator
Justin Sweeney
100.00%
Operations
Operator In Training
Tom Meunier
100.00%
Operations
Operator In Training
Paul Goolsby
100.00%
Operations
Operator In Training
Chandler Smothers
100.00%
Operations
Operator In Training
Jeremy Johnson
100.00%
Operations
Operator In Training
Brittney Doyle
100.00%
Jacobs - Fayetteville Project
7
Jacobs Fayetteville - Client Monthly Report for June 2022 jaco S
SCADA SCADA Supervisor Mayo Miller 100.00%
SCADA Instrument & Control Tech Pat Cooley 95.00%
SCADA Instrument & Control Tech Vacant 100.00%
Authorized Positions = 48.0
Filled Positions = 44.0
Filled FTE's= 42.8
TEMPS
Operations Engineering Intern, U of A Chris Burkhart 100.00%
Admin Engineering Intern, U of A Abdullah Saim 100.00%
Maint Engineering Intern, U of A Vacant 100.00%
SPECIAL PROJECTS (Performed
in scope)
Area Reason Name Hours
SCADA
Maintenance
Maintenance
Network Upgrade Campos, Edgar 3.75
Asset Manager Support Bass, Edward Lee 0
Asset Manager Support Turley, Johnny D (JD) 2
Jacobs — Fayetteville Project 21