HomeMy WebLinkAbout2022-11-10 - Agendas - FinalCITY OF
FAYETTEVILLE
%PF ARKANSAS
MEETING AGENDA
Water, Sewer, and Solid Waste Committee
10 November 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, Susan Norton, Kara Paxton, Kit Williams,
Chris Brown, Alan Pugh, Terry Gulley, Peter Nierengarten, Brian Pugh, Mark
Rogers, Corey Granderson, Aaron Watkins, Greg Weeks, Jan Guy
From: Tim Nyander, Utilities Director
CALL TO ORDER
ROLL CALL
UPDATES
OLD BUSINESS:
1. Structural Technologies
The City has received a proposal for repair of the 48-inch sewer under 1-49. Contract language
is currently being evaluated. Information will be provided on the status of this proposed project.
INFORMATION ONLY
2. Markham Hill Tank Refurbishment — Amendment No. 1
The Markham 1-million-gallon elevated water storage tank is currently offline and being re-
painted. During the bidding phase for this project, contractors voiced concerns about the length
of time specified in the bid documents, requesting that the city give more time for a construction
window on this project. Olsson as well as City Staff agreed this was justified given that the
project included fabrication and reconstruction of all ladders, railing, and safety systems in
addition to the traditional removal and recoating of paint.
During the bidding phase, Addendum No. 1 was issued to increase the allowable construction
days from 180 to 210 days. However, the existing engineering agreement with Olsson only
included construction observation for 180 days. Therefore, Amendment No. 1 is now proposed
to provide funding for the additional observation effort necessary to complete the job.
Staff recommends approval of Amendment No. 1 to the agreement between the City of
Fayetteville and Olsson, Inc. for engineering services related to the East Fayetteville Water
System Improvements Project in an amount not to exceed $7,500.00.
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION
FOR APPROVAL
NEW BUSINESS:
3. Amendment #14 to the CH2M Hill Agreement
CH2M Hill has been contracted to operate the Wastewater Treatment Facilities since 1988. The
most recent contract was passed by the City Council in 2009 under Resolution 256-09. This
council action approved a proposed five-year contract subject to and contingent upon yearly
budget approval by the City of Fayetteville, with two successive five-year options to renew.
Amendment No. 14 represents the fourth year of the second five-year renewal and is for
$7,976,410. The contingency amount for 2022 is $398,820.50.
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION
FOR APPROVAL
4. Noland Plant Aerator No. 1 Repair
The Noland Water Resource Recovery Facility utilizes 16 mechanical aerators to provide
oxygen to the biological treatment process in the aeration basins. There are 8 aerators in each
basin. Earlier this year routine vibration analysis indicated a problem with Aerator No. 1 in the
west biological basin. A realignment of the shaft was performed, which did not correct the
problem. Next the motor and the aerator were separated and individually tested. It was found
that the motor was fine, and the problem was with the aeration unit. The aerator was removed
and shipped to the JCI Industries authorized repair facility in Lee's Summit, MO for a hidden
damages inspection.
The City has received a quote from JCI Industries in the amount of $101,651.00 plus applicable
taxes to make repairs to Aerator No. 1. JCI's proposal includes teardown and inspection, new
bearings, seals and the remanufacture of certain components within the aerator. JCI industries
will also reassemble and test the unit. Freight is included in the quoted price. Taxes are
estimated at $9,910.97 for an estimated total of $111,561.97.
Because it was necessary to have the repair facility disassemble the units to determine the
extent of hidden and unknown damage to equipment already purchased, a bid waiver and/or
formal sealed bidding is not necessary according to Ark. Code Ann. §19-11-203(14)(DD).
The aerators are a critical part of the treatment process, as it suspends the solids in the
biological basin for proper oxidation of the wastewater and provides dissolved oxygen for the
biological process.
Funds are available in the Plant Pumps and Equipment — WWTP account within the Water and
Sewer Fund.
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION
FOR APPROVAL
5. Dot Tipton Lift Station Removal
The Dot Tipton sewer lift station was constructed by private developers in approximately 2008 to
service residential single-family homes in the Legacy Pointe subdivision. Removal of this lift
station was recommended in the 2021 Wastewater Collection System Master Plan Update by
RJN Group, Inc. Removing this lift station will reduce direct O&M expenses for the City as well
as reduce the contributing flow to the Owl Creek lift station which is situated downstream of Dot
Tipton lift station. This will allow the Owl Creek lift station to have extended capacity life.
To take the lift station out of service, a gravity sewer main must be constructed approximately
4,200 linear feet to reach an existing gravity sewer line near the intersection of Goose Creek
Road and Double Springs where flow would enter the larger Farmington lift station. Engineering
design services are necessary for this project. Horner and Shifrin, Inc. was formally selected at
an Engineering Selection Committee meeting on March 17, 2022 (RFQ 22-01, Selection #7).
Staff recommends approval of an Engineering Services Agreement with Horner & Shifrin, Inc.
for gravity sanitary sewer design related to the Dot Tipton Lift Station Removal project in an
amount not to exceed $84,700.00 and to approve a project contingency of $10,000.00.
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION
FOR APPROVAL
6. Kessler Sewer Engineering Design Contract
Funding for a sewer project to extend sewer towards the Kessler Regional Park and future SLS
Communities development has been approved pending a final application submittal process to
the U.S. Department of Housing and Urban Development (HUD) via their Community Project
Funding Grant program. The funding for this project is $3M and will be 100% independent of the
Water/Sewer budgets for the City, but the Utilities Engineer will manage the sewer
improvements similar to any capital improvement project.
The City's office of Economic Vitality will bring forward the HUD application to the full City
Council in December. Shortly afterwards an engineering services agreement will be brought
forward for the engineering design, environmental review, permitting, etc. A formal Engineering
Selection Committee meeting was held on September 8t", 2022, and Crafton Tull was selected
as the engineer for this sewer design. The engineering contract is under final review but is
expected to total approximately $300,000.00. Again, these fees would be paid through the
federal grant monies and not from water/sewer accounts.
INFORMATION ONLY
7. Greenland Sewer Easements
The City of Fayetteville and City of Greenland have an agreement for both water and sewer
services. The City of Greenland `owns' the infrastructure, but the City of Fayetteville operates
the system. Greenland is in the process of upgrading their sewer lift station and the downstream
force main and gravity sewer mains that transport the water to Fayetteville's system. These
upgrades are needed to reduce wet weather sewer overflows and accommodate growth in their
system.
Temporary and permanent utility easement is needed for the Greenland sewer lines across
several City of Fayetteville parcels as shown in the attached exhibits. These areas are generally
just west of Drake Field Airport. Staff recommends approval of the easements as requested.
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION
FOR APPROVAL
8. Damage Claim — 11 W. South Street
There is a damage claim requiring City Council consideration. The damage occurred on
September 12, 2021, due to a water leak at 11 W South St. The leak supersaturated the ground
around an in -ground swimming pool and caused it to begin leaking.
Below is a list that includes what the City has already paid ($8,019.00) and the amount that
needs to be considered for reimbursement ($5,682.50). The project is now 100% complete with
a total cost of $13,701.50.
City Paid
Customer Paid
Eco rass
$
999.00
American Leak
Detection
$
475.00
Ron's Pool Service
$
1,095.00
American Leak
Detection
$
1,900.00
American Leak
Detection
$
325.00
American Leak
Detection
$
125.00
Triton Pools
$
5,600.00
CertaPro
$
3,182.50
Total - City Paid
$
8,019.00
Total
Reimbursement
$
5,682.50
STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION
FOR APPROVAL
9. Overview of WWTP Monthly Report
September's Monthly WWTP Report
PRESENTATIONS
ATTACHMENTS
Olsson Amendment — Markham Tank
CH2M Hill - Amendment 14
JCI Quote Rebuild Aerator #1 Noland WWTP
Horner and Shifrin Dot Tipton Agreement
Greenland Sewer Easements
September WWTP Report
ADJOURN
Next Water, Sewer, Solid Waste Committee meets on
Tuesday, December 13th, 2022, at 5:30 p.m.
4
AMENDMENT NO. 1
To
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
OLSSON INC.
MARKHAM 1 MG ELEVATED STORAGE TANK REHABILITATIONS
WHEREAS, on August 3, 2021, the City of Fayetteville, Arkansas (CITY OF FAYETTEVILLE) and
Olsson Inc. of Fayetteville, Arkansas (ENGINEER) entered into an Agreement for engineering services in
connection with the Markham 1 MG Elevated Storage Tank Rehabilitations (the "Project"); and
WHEREAS, the scope of the current Agreement includes the ENGINEER providing services in
connection with the evaluation, design, and/or construction administration of capital improvement
projects, and
WHEREAS, the current Agreement must now be amended to provide the additional fee and amount of
compensation to the ENGINEER for the additional work; and
NOW THEREFORE, in consideration of the mutual covenants and Agreements herein contained, CITY
OF FAYETTEVILLE and the ENGINEER, the parties hereto, stipulate and agree that the Agreement for
Engineering Services dated August 3, 2021, is hereby amended in the following particulars:
k*J XQ11 I UU&IN 7\•/03 10M►Y RV 1111 Ole[" lei 01 DI 7
Delete Paragraph 5.1 and replace with the following:
5.1 The maximum not -to -exceed amount authorized for this Agreement is $114,500.00. The CITY
OF FAYETTEVILLE shall compensate ENGINEER based on an hourly NTE basis as
described in Appendix B.
APPENDIX A — SCOPE OF SERVICES
A. Project Schedule
Delete Second Paragraph and replace with the following:
Construction Administration and Observation service are based on 180-day construction
schedule
Amendment No. 1 increases the Markham 1 MG Elevated Tank Rehabilitations total project by $7,500.00
for additional Construction Administration services related to extending original construction period from
120 days to 180 days.
All other provisions of the original Agreement remain in full force and effect
021-04416 Amendment No.1 Page 1
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and
ENGINEER, by its authorized officer have caused this Amendment to be duly executed this day of
, 2022.
CITY OF FAYETTEVILLE, ARKANSAS
By:
Mayor, Lioneld Jordan
ATTEST:
OLSSON INC.
By: &j b �j
Brad B. Hammond, P.E.; Office Leader
By: By: Wo
City Clerk Chris Dougherty, P. .; Sen' r Engineer
END OF AMENDMENT NO. 1 TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
021-04416 Amendment No.1 Page 2
AMENDMENT NO. 14 TO AGREEMENT
For
OPERATIONS, MAINTENANCE AND MANAGEMENT SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
C112M HILL ENGINEERS, INC.
THIS AMENDMENT NO. 14 to the Agreement for Operations, Maintenance and Management Services
between the City of Fayetteville, Arkansas, Water Resource Recovery Facility and its pertinent systems
dated December 15, 2009 (the "Agreement"), is made effective on the 1st day of January 2023, by and
between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter "City of
Fayetteville") and CH2M HILL Engineers, Inc., (hereinafter "CH2M")
NOW THEREFORE, the City and CH2M hereby amend the Agreement as follows:
1. Appendix A is hereby deleted in its entirety and replaced with the attached Appendix A.
2. Appendix B is hereby deleted in its entirety and replaced with the attached Appendix B.
3. Appendix C is hereby deleted in its entirety and replaced with the attached Appendix C
4. Appendix D is hereby deleted in its entirety and replaced with the attached Appendix D.
5. Appendix E is hereby deleted in its entirety and replaced with the attached Appendix E.
6. Appendix F is hereby deleted in its entirety and replaced with the attached Appendix F.
7. Appendix G is hereby deleted in its entirety and replaced with the attached Appendix G.
8. Appendix H is hereby deleted in its entirety and replaced with the attached Appendix H.
9. Appendix I is hereby deleted in its entirety and replaced with the attached Appendix I.
10. Appendix J is hereby deleted in its entirety and replaced with the attached Appendix J.
I t . Appendix K is hereby deleted in its entirety and replaced with the attached Appendix K.
This Amendment No. 14, together with prior Amendments and the Agreement, constitutes the entire
agreement between the Parties and supersedes all prior oral and written understandings with respect to the
subject matter set forth herein. Unless specifically stated all other terms and conditions of the Agreement
shall remain in full force and effect. Neither this Amendment nor the Agreement may be modified except
in writing signed by an authorized representative of the Parties.
The Parties, intending to be legally bound, indicate their approval of the Amendment by their signatures
below.
Officer have made and executed this Agreement as of the day and year first above written.
CH2M HILL ENGINEERS, INC. CITY OF FAYETTEVILLE, ARKANSAS
By:
Name: Steve Meininger
Title: Senior Vice President
Date:
By:
Name:
Title:
Date:
Lioneld Jordan, Mayor
Mayor
ATTEST:
By:
Name: Lisa Branson
Title: Deputy City Clerk
Date:
Appendices to Operations, Maintenance, and
Management Services Agreement Between
City of Fayetteville, AR and
CH2M Hill Engineers, Inc.
Appendix A
LIST OF APPENDICES
Appendix A — List of Appendices
Appendix B
— Definitions
Appendix C
— Scope of Services
Appendix D
— Compensation for Services
Appendix E
— Location of Project
Appendix F —
Environmental Permits and Project Characteristics
Appendix G
— Industrial Waste Discharges and Monitoring Program
Appendix H
— Vehicle and Mobile Equipment Description (Rolling Stock)
Appendix I —
Base Fee Adjustment
Appendix J —
Monthly Reports
Appendix K
— CH2M Travel Policy
Appendix B
DEFINITIONS
B.1 "Adequate Nutrients" means plant influent nitrogen, phosphorus and iron contents proportional to
BOD5 in the ratio of five (5) parts nitrogen, one (1) part phosphorus, and one half (0.5) part iron
for each one hundred (100) parts BOD5.
B.2 "Base Fee" means all costs within the scope of the contract, on an annual basis, including direct
costs, labor, utilities (other than electricity), and other allocated costs.
B.3 "Biologically Toxic Substances" means any substance or combination of substances contained in
the plant influent in sufficiently high concentrations so as to interfere with the biological
processes necessary for the removal of the organic and chemical constituents of the wastewater
required to meet the discharge requirements of City of Fayetteville's NPDES permit. Biologically
toxic substances include but are not limited to heavy metals, phenols, cyanides, pesticides, and
herbicides.
B.4 "Capital Expenditures" means any expenditures for (1) the purchase of new equipment or facility
items that cost more than Ten Thousand Dollars ($10,000); or (2) major repairs which
significantly extend equipment or facility service life and cost more than Ten Thousand Dollars
($10,000); or (3) expenditures that are planned, non -routine and budgeted by City of Fayetteville.
B.5 "Cost" means the total of all costs determined on an accrual basis in accordance with generally
accepted accounting principles including but not limited to direct labor, insurance, labor
overhead, chemicals, materials, supplies, utilities (other than electricity), equipment,
maintenance, repair, and outside services
B.6 "Cost Center" is defined as each columned category of the cost detail, presented in Appendix D,
which describes the separate functions and locations to which costs may be charged for
accounting, reporting or billing purposes.
B.7 "Electrical Evaluation" will be limited to amperage draws, winding resistance measurements,
thermographic evaluations, and current and voltage imbalance
B.8 "Emergency Situation" is hereby defined as an emergency affecting the safety of persons or
property, or regulatory compliance where CH2M HILL shall act to prevent threatened damage,
injury or loss.
B.9 "Fixed Asset" means any tangible property that has a value of Five Thousand Dollars ($5,000) or
more and is depreciable. This excludes the repair/replacement parts that are components of a
greater fixed asset.
B.10. "Fixed Management Fee" means a fee for indirect costs of managing the operation beyond the
direct costs of materials and labor.
B.11 "Integrated Vegetation Management (IVM)" means emnloving environmentally -sound. cost-
effective control methods within grounds, permitted spaces, and related rights -of -way within or
immediately adjacent to WRRF's that support environmental stewardship through healft
ecosystems by providing measurable results - such as greater natural species densities or
diversity. Adverse environmental and cultural impacts are achieved primarily through control of
invasive species while also enhancing such ecosystem services that build climate resiliency and
enhance community health. IVM strategies strive to manage vegetation and the environment by
Appendix B - 1 of 2
balancing the benefits of. cost, control, environmental quality, public health, and regulatory
compliance.
B.14-2 "Load Shedding" is defined as the deliberate shutdown of electric power being provided by the
grid and generating on -site power for the treatment facilities, generally to reduce demand strains
from the grid on the capacity of the system.
B.1-23 "Maintenance" means the cost of those routine and/or repetitive activities required by the
equipment or facility manufacturer during the warranty period or as recommended by CH2M
HILL after the warranty period has expired to maximize the service life of the equipment,
vehicles, and facilities as listed in Appendix E.
B.1- 4 "Natural Capital" (or "Blue-green infrastructure") means a set of locally distinct, recognizable
natural assets functioning together as living infrastructures to provide ecosystem service outputs
including but not limited to habitat, water assimilation, erosion control, carbon dioxide
absorption, soil health, streambank stability, visual amenity, biodiversity, recreation, temperature
regulation and oxygen. BGI's are planned and strategically managed for a primary function, for
example stormwater control, but also support many other environmental, economic and
community [or social] benefits.
B.15 "Operational Technology" (OT) encompasses information technology (IT) support, components
and software in an industrial control system (ICS) environment. OT, as a practice, relates to the
access and control of physical assets, which differs from IT because it relates to the access and
control of data.
B.146 "Out of scope" services will include "capital expenditures" (definition B.4 of this Appendix),
added or modified regulatory requirements (that are not contained in the applicable permits),
changes to improve efficiency and/or generate income, or other services not described in the
contract and requested by the City of Fayetteville.
B.1-57 "Project" means all equipment, vehicles, grounds and facilities described in Appendix E.
B. 168 "Repairs" means the cost of those non-routine/non-repetitive activities required for operational
continuity, safety, and performance generally due to failure or to avert a failure of the equipment,
sewer, vehicle, or facility or some component thereof; cost less than ten thousand dollars
($10,000); and are not included in definition B.4 of this Appendix.
B.1-79 "Reliability Centered Maintenance" means a process used to determine what must be done to
ensure the physical assets continue to do what its users want in its present operating context.
Appendix B - 2 of 2
Appendix C
SCOPE OF SERVICES
C.1 SCOPE OF SERVICES — C112M
C.1.1 Perform professional services in connection with the Project as hereinafter stated.
C.1.2 Operate and maintain all facilities over a 24-hour per day, 7-day per week period, under full -
service contract operations and maintenance. Operations may be performed with on -site staff
and/or remote monitoring/on-call services for all or portions of this time.
C.1.3 Within the design capacity and capability of the Project, manage, operate, and maintain the
Project so that effluent discharged from the Project meets the requirements of all applicable City
NPDES permits as specified in Appendix F. Maintain compliance with other existing
environmental permits as described in Appendix F.
C.1.4 Operate and maintain the present Industrial Pretreatment including all monitoring,
inspections, sampling, testing, reporting, and record keeping as described in Appendix G. Results
of all industrial sampling and testing shall be made available to City of Fayetteville as requested.
C.1.5 Provide all Maintenance for the Project. Document as required to continue existing maintenance
program and to provide City of Fayetteville requested reporting, including but not limited to
updated preventative maintenance schedules. City of Fayetteville shall have full access to
preventative maintenance records.
C.1.6 Pay all costs incurred within the scope of normal Project operations as defined in this Agreement.
C.1.7 Staff the Project with a minimum of three (3) Arkansas Class IV Wastewater licensed operators
or as required by the Arkansas Department of Environmental Quality (ADEQ).
C.1.8 Prepare all NPDES permit and other pertinent regulatory reports, letters, or other correspondence,
and submit these to City of Fayetteville for signature and approval. Transmittal to appropriate
agencies shall be done by City, except for electronic reporting via NetDMR, which shall be
performed by CH2M HILL. Any fines levied because of late reports as a result of CH2M HILL
failure to complete and allow sufficient time for City of Fayetteville's signature and transmittal
shall be paid by CH2M HILL. Submittal to the City of Fayetteville no later than 5 business days
prior to the reporting period due date shall be considered timely.
C.1.9 Provide for proper disposal of screening, scum, grit, and biosolids in compliance with permit and
regulatory requirements. Should regulations and/or disposal/application options significantly
change, projected costs will be revised by mutual agreement.
C.1.10 Be responsible for all laboratory testing and sampling presently required by the NPDES permits,
stormwater permits, "no discharge" permits, and other related requirements or permits.
C.1.11 Maintain an inventory of vehicles and equipment (rolling stock), to be identified and referenced
as Appendix H, being used for the Project and provide to the City upon request.
C.1.12 Provide twenty-four (24) hour per day access to Project for City of Fayetteville's personnel.
Visits may be made at any time by any of City of Fayetteville's employees so designated by City
Appendix C - 1 of 7
of Fayetteville's representative. Keys, key fobs, or other access equipment for Project shall be
provided to City of Fayetteville by CH2M HILL. All visitors to the Project, including City of
Fayetteville employees, shall comply with CH2M HILL's operating and safety procedures.
C.1.13 Provide for the maintenance of existing City of Fayetteville rolling stock such as dump trucks,
tractors, and trailers that are necessary for the operations and maintenance of the facilities.
C.1.14 Provide training for personnel in areas of regulatory requirements, operation, maintenance, safety,
supervisory skills, laboratory, cybersecurity and sustainable practices. Continue the current
project safety program with updates as necessary.
C.1.15 Provide computerized maintenance, process control, and laboratory management systems to
maintain documentation, accountability and transparency to allow City of Fayetteville to see if
the equipment is being maintained appropriately.
C.1.16 Comply with the requirements of City of Fayetteville regarding affirmative action provisions for
minority hiring.
C.1.17 Provide City of Fayetteville with a full accounting of all expenditures at intervals and in sufficient
detail as may be determined by City of Fayetteville and assist City of Fayetteville in preparation
of annual operating budgets. City of Fayetteville shall be allowed to conduct or have conducted
audits of all accounting records related to the direct contract operations of this Agreement at
times to be determined by City of Fayetteville.
C.1.18 Manage and comply with all manufacturers' warranties on equipment purchased for the project
and assist the City of Fayetteville in enforcing existing equipment warranties and guarantees.
After the expiration of the warranty, CH2M HILL shall perform maintenance at a level adequate
for the efficient, long-term reliability of the equipment and facilities. CH2M HILL will provide
City of Fayetteville with full documentation that preventative maintenance is being performed on
all City of Fayetteville equipment in accordance with CH2M HILL's best practices and standards.
Maintenance program shall include documentation of corrective and preventive maintenance and
a spare parts inventory to be consistent with the "Reliability Centered Maintenance" model.
C.1.19 Provide for repairs as described in Appendix B.16.
C.1.20 Maintain the SCADA system located at the addresses listed in Appendix E. Upgrades,
modifications, and/or additions to the SCADA system shall adhere to industry standards and best
practices such as: NIST, NEC, ISA, IEC, IEEE.
C.1.21 CH2M HILL shall provide the following as related to the SCADA system:
C.1.21.1 Ongoing updates and upgrades of the software and hardware to ensure
operational continuity in accordance with the definitions of maintenance and capital expenditures
as agreed upon by the City of Fayetteville and CH2M HILL.
C.1.21.2 CH2M HILL shall be responsible for evaluating and applying hardware firmware
and software security patches released from vendor within the next maintenance window
(performed bi-annually). Evaluation shall include, but not be limited to reviewing vendor release
notes, installing and testing upgrades on lab equipment or a limited subset of active equipment.
Hardware firmware and software patches, which do not adversely affect plant control, shall be
applied at the next maintenance window. Hardware firmware and software security patches,
which adversely affect plant control, shall be reviewed with the City to determine the path
Appendix C - 2 of 7
forward. Critical security patches for firewalls and edge devices shall be applied within thirty
days of release from vendor-
C.1.21.3 CH2M HILL is responsible for maintaining the SCADA environments including
but not limited to: (1) SCADA Wireless and Telemetry equipment, (2) Programmable Logical
Controllers and Remote Terminal Units (PLCs/RTUs) and (3) all communications media between
sites and ISP connectivity, (4) SCADA software, (5) SCADA servers, and (6) SCADA network
equipment.
C.1.21.4 SCADA components shall be protected by UPS uninterrupted power supply to
prevent loss of connectivity during brief power loss.
C.1.21.5 SCADA diagrams shall be kept current and any as -built drawings shall be
incorporated into a change management document and network diagram. Updates regarding
SCADA diagrams shall be provided to the City of Fayetteville as requested. SCADA updates
shall include but not be limited to: issues, equipment replacements, improvements, etc.
C.1.21.6 SCADA equipment shall be installed in environmentally appropriate cabinets and
properly secured.
C.1.21.7 SCADA modifications shall follow the SCADA network design plan as approved
and modified by CH2M HILL and the City of Fayetteville.
C.1.22 CH2M HILL shall operate and maintain the operational technology (OT) components of the
industrial control system (ICS) in its current state.
C.1.22.1 OT encompasses the following components of the ICS:
C.1.22.1.1 Networks — switches, routers, firewalls, media converters,
communications equipment
C.1.22.1.2 Computers — Physical servers, virtual servers, windows server operating
systems, workstations, and thin clients
C.1.22.1.3 Backups, antivirus, network time servers, disaster recovery, network
monitoring, remote access, and cybersecurity.
C.1.22.2 CH2M HILL shall operate and maintain the OT environment based on accepted
industry standards, guidelines, and best practices. Age of the ICS and component
limitations may inhibit CH2M HILL's ability to apply all guidelines and best
practices to the system. CH2M HILL shall put forth best effort to adhere to
guidelines given the limitations of the existing system.
C.1.22.3 The following ICS networking standards, guidelines and industry best practices
shall be used as a basis for operation and maintenance of the OT environment:
NIST Framework for Improving Critical Infrastructure Cybersecurity and NIST
SP-800-83 "Guide to Industrial Control Systems Security", at a minimum,
Revision 2.
C.1.22.4 There shall be a clear delineation (physically and logically) between the ICS and
all other networks. CH2M HILL shall be responsible for the operation and
maintenance of the OT components that exist within the ICS and in the de -
Appendix C - 3 of 7
militarized zone between the ICS and other networks. CH2M HILL operations
and maintenance of the OT environment shall be limited to:
C.1.22.4.1 ICS/OT Networks — Physical components and logical
configurations
C.1.22.4.2 ICS/OT Server Infrastructure — Physical servers and virtual servers
C.1.22.4.3 ICS/OT Software — Active Directory, anti -virus, backups, remote
access solutions, management solutions, HMI, PLC programming
software, configuration management and domain registrations.
C.1.22.5 Any expansion of operational technology (OT) components of the industrial
control system (ICS) system performed by CH2M HILL shall be compensated
with a formal contract amendment agreed to by both parties in advance of such
expansion.
C.1.22.6 CH2M HILL shall develop a change management program to help control the
lifecycle of strategic, tactical, and operations changes to the OT environment.
The goal of change management is to control risk and minimize disruption to
associated OT services. The plan will manage baseline hardware, software, and
firmware, and any changes to the ICS system. The plan shall include the City of
Fayetteville's IT personnel in the change control process for informational
purposes.
C.1.23 CH2M HILL and the City of Fayetteville shall partner to ensure ICS/OT cybersecurity is
maintained. CH2M HILL understands its fiduciary obligation to put forth best effort to operate
and maintain good ICS/OT cybersecurity. A good cybersecurity posture is difficult to maintain
given the ever -changing nature of the threat landscape. Budget and physical
component/architecture limitations affect CH2M HILL's ability in this regard and CH2M HILL
shall not be held liable for cybersecurity breaches with the exception of breaches resulting from
CH2M HILL's negligence.
C.1.24 Annual review between CH2M HILL and City of Fayetteville shall be conducted to review past
12-18 months of progress, issues, replaced equipment, and projected improvements expected over
the next calendar year and to be included in the annual budget. Project listing should contain
location, description of CIP item, progress and estimated costs. Listing provided shall be
established and presented by priority and should include sourcing method determined after City
discussion (City bid, cooperative purchase, etc.).
C.1.25 Verify the capacity and efficiency of each sewer lift station once per calendar year and provide
results to the City within thirty (30) calendar days of verification.
C.1.26 Provide recommendations for Capital Improvements Program (CIP) with a schedule for
improvements and expenditures as requested by the City of Fayetteville. On an annual basis, a
five (5) year schedule will be presented for all capital improvements and ten (10) year projections
will be made for major improvements. These recommendations will be based on requirements
determined from facility operations and review of the City of Fayetteville's Wastewater Facility
Plan. However, these recommendations do not include detailed engineering studies. In addition,
CH2M HILL will prepare the required forms and documentation required during budget and
capital improvements budget preparation time each year. Except for the improvements requiring
an engineering study, the following will be included for each project:
Appendix C - 4 of 7
• Improvement needed
• Justification of improvements
• Cost of improvements
• Any projected increase or decrease in O&M costs created by the CIP, if applicable
• Proposed expenditure schedule
• Proposed capital recovery schedule, if applicable
• Impact of early termination
• Sustainable upgrades to equipment should be disclosed upon providing recommendations
for replacement along with the expected cost for upgrading to a more sustainable piece of
equipment.
C.1.27 Any services requested by the City of Fayetteville which are not part of the Scope of Services
shall be executed by formal written agreement with fees and cost subject to negotiation.
C.1.28 At the direction of the City of Fayetteville, CH2M HILL is authorized to act in emergency
situations outside this Scope of Services, at CH2M HILL's discretion. Outside services, services
by CH2M HILL personnel not assigned to this project, or excessive overtime hours incurred by
assigned personnel which exceed the regulatory labor laws related to emergency services are not
included in the compensation set forth in this Agreement. CH2M HILL will notify City of
Fayetteville as soon as reasonably possible and shall be compensated by City of Fayetteville for
any such emergency work at CH2M HILL's costs for the emergency work plus eighteen percent
(18%).
C.1.29 Provide City of Fayetteville with oral and written reports as requested.
C.1.30 Operate and maintain all existing wastewater lift station facilities including buildings, grounds,
backup power generators, and certain other appurtenances within the site fenced area. However,
maintenance of inlet and outlet pipe works shall terminate at the wall of lift station.
C.1.31 Conduct annual electrical evaluations of electrical units of 25 horsepower or more which operate
at supply voltages of 480V or less to ground.
C.1.32 CH2M HILL will comply with present federal, state, and local laws in performing their
obligations under the terms of this Agreement. CH2M HILL and City of Fayetteville will work
cooperatively regarding the application and impact of potential changes in law, including the
potential cost impact on the scope of work, and mutually revise this Agreement as applicable.
C.1.33 Coordinate and schedule the use of training rooms at both wastewater treatment facilities.
C.1.34 Conduct community outreach and education activities including cooperative efforts with the
University of Arkansas as appropriate.
C.1.35 Maintain the industrial surcharge program and provide for monitoring and control of septage
deliveries, as provided for in the City of Fayetteville's Code of Ordinances, Discharge and
Pretreatment Regulations.
C.1.36 The parties contemplate that minor design/engineering services may be provided by CH2M HILL
from time to time. The scope and compensation for such services shall be mutually negotiated by
the parties prior to the commencement of work.
Appendix C - 5 of 7
C.1.37 Operate and maintain the ongoing nutrient removal efforts at the City of Fayetteville's Biosolids
Management Site, including managing, harvesting, and marketing the hay produced on the site.
Biosolids Management Site maintenance shall also include compliance with the current "no
discharge" permit. Operate and maintain the biosolids drying operation. Coordinate the
marketing and/or disposal of the dried biosolids produced from the drying operations as
appropriate.
C.1.38 Operate and maintain existing onsite power generators at all existing sites, including maintaining
compliance with off-peak power rate structure monitoring and generation requirements. Perform
and document weekly generator tests.
C.1.39 Coordinate the application of alum sludge from Beaver Water District.
C.1.40 Check the condition of and replace the odor canisters (as listed in Appendix E) that are part of the
air release valves in the collection system, as needed. The mechanical condition of these valves
will be maintained by the Fayetteville Water and Sewer Operations Division.
C.1.41 Provide IVM services for the City's blue -,green infrastructures and related natural asset spaces
sites ter-ifig and pr-opel4y maipteaaaee aetiv4ties as approved and directed by the City —for -
Woolsey Wet Prairie adjacent to the West Ciao W 4o,. Rese ffee Recovery F.,eilitt, to ensure the
site continues to meet ecological performance standards. These services include execution of
seasonal, site -specific strategies that include A "tip age en*�trateg�inc'
Im
recommended herbicide applications, site maintenance & monitoring, monthly reporting,
prescribed burn site preparations, land management best management practices (BMP) to
adjacent City's blue-green infrastructures and related natural asset spaces associated with the
WRRF's. of Fayet4ev "o pr-epet4ies. Certain excluded Sservices related to the Woolsey We
Prairie include ex�permit compliance over -sight, permit reporting and prescribed burn
scheduling and execution.
C.1.42 Provide additional IVM, site monitoring and property maintenance activities as approved and
directed by the City for environmentally sensitive sites associated with the WRRFs a4 the wme
efy f eil ties and the White River streambank restoration sites.
C.1.43 Provide incidental small-scale support as approved and directed by the City of Fayetteville to
various not -for -profit groups on issues important to the City of Fayetteville.
C.1.44 Explore, innovate, and develop solutions to support sustainability by reviewing the impact of
climate changes, resource re -use and recycling, water resource management; energy source
management and environmental protection and enhancement aligned with City of Fayetteville
and CH2M HILL corporate sustainability goals.
C.1.45 All applicable taxes for property and equipment owned by CH2M HILL shall be borne by CH2M
HILL.
C.1.46 Provide all licenses for vehicles owned by CH2M HILL and used in connection with the Project.
C.1.47 Pay for natural gas at all facilities other than wastewater lift stations.
C.1.48 CH2M HILL shall facilitate an annual contract fee discussion with the City of Fayetteville to
collaborate changes in costs for the next contract renewal.
Appendix C - 6 of 7
C.1.49 CH2M HILL shall provide a monthly listing of all items or equipment purchased to enable
the City of Fayetteville to evaluate its applicability as a fixed asset to be recorded on the
City's books.
C.1.50 CH2M HILL shall perform all Repairs to the Thermal Dryer at the Biosolids Management Site,
including those which would otherwise be considered Capital Expenditures. Repairs which cost
$10,000 or over require prior approval of the City's Utility Director.
�'�C.1.51 CH2M HILL shall provide annual sample collection, analytical services, and sampling
result renortina for the Citv's NPDES General Industrial Stormwater Permit No. ARR000210.
C.2 SCOPE OF SERVICES — CITY OF FAYETTEVILLE
C.2.1 Provide for all Capital Expenditures, as defined in Appendix B.
C.2.2 Maintain all existing and necessary Project warranties, guarantees, easements, permits, and
licenses that have been granted to City of Fayetteville.
C.2.3 Pay all applicable taxes or franchise fees associated with the Project.
C.2.4 May provide CH2M HILL, within a reasonable time after request, any piece of City of
Fayetteville's heavy equipment, subject to availability, so that CH2M HILL may fulfill its
obligations under this Agreement in the most cost-effective manner.
C.2.5 Provide all licenses for vehicles owned by the City of Fayetteville and used in connection with
the Project.
C.2.6 Provide for CH2M HILL's use all vehicles and equipment presently in use at the Project,
including the vehicles described in Appendix H.
C.2.7 Pay for all wastewater lift station utilities and electricity and water for all facilities.
C.2.8 Pay for all gasoline, diesel, and propane for backup power generators and all rolling stock
provided by City of Fayetteville.
C.2.9 Pay for all regulatory fees.
C.2.10 Responsible for all billing and collection activities related to the industrial pretreatment program
(IPP) charges, septic hauler fee, hay sales, water treatment residual fees, and fertilizer sales.
Appendix C - 7 of 7
Appendix D
COMPENSATION FOR SERVICES
D.I CH2M HILL estimates that Base Fee for services, on an annual basis, under this Agreement for
2024-3 shall be $ 7896474015,U549 (SevenEight Million FifteenFour-teen
Thousand SevenFive Hundred Forty-nine eleven Dollars). Details of said cost are shown in
Table D-1 below. Thereafter, the Base Fee shall be negotiated each year. Should City of
Fayetteville and CH2M HILL fail to agree, the Base Fee will be determined by the application of
the Base Fee adjustment formula shown in Appendix 1. Upon each contract year renegotiation,
CH2M HILL shall continue to invoice City of Fayetteville at the previous amount until the new
contract year price is agreed upon. Upon written notice, agreement between the parties as to the
new contract year Base Fee, CH2M HILL shall issue an invoice retroactively adjusting the
previous Base Fee amount. CH2M HILL will communicate to the City of Fayetteville of any
funding issues by documentation in monthly reports. Should the actual expenditures exceed the
total estimated annual expenditures by more than five percent (5%) in any year of this
Agreement, approval will be obtained from the City of Fayetteville. In the event incurred costs
under this Agreement may exceed the Base Fee denoted above, CH2M HILL will provide prompt
notice to the City of Fayetteville of any potential budget impact.
D.2 CH2M HILL will invoice and reconcile budgets in accordance with the following schedules:
D.2.1 CH2M HILL will invoice a month in advance for the Direct Labor costs plus 15%
markup in 12 monthly equal installments payable at the start of the month in which services are
rendered. Actual labor costs will be reconciled within 30 days after the current contract year and
City of Fayetteville will either be invoiced or refunded the difference.
D.2.2 CH2M HILL will invoice a month in advance for the Fixed Management Fee in 12
monthly equal installments payable at the start of the month in which services are rendered. The
Fixed Management Fee will be adjusted annually in relation to the Base Fee.
D.2.3 CH2M HILL will invoice Direct Expense (non -labor) cost plus 10% the month after
the costs are expensed. CH2M HILL will attempt to have all Direct Expense (non -labor) for the
current budget year coded in the system within 90 days of the current contract year and will
submit the final Direct Expense (non -labor) invoice to the City of Fayetteville by April 151}i of
each year. If invoices are not received by the vendors during the close out period, then the costs
will be invoiced under the current year contract.
D.2.4 CH2M HILL will invoice Engineering Services the month after costs are incurred in
accordance with the approved scope and budget approved by the City.
D.3 In order to provide an incentive for CH2M HILL to operate in a manner that will result in actual
costs below estimated cost, City of Fayetteville will pay CH2M HILL an additional fee when
actual costs are below estimated cost. Said fee will be twelve and one-half percent (12.5%) of the
amount of actual cost are below estimated cost.
DA Cost Detail - The annualized estimated costs for calendar year 2023-2 are listed in Table D-1.
Appendix D - 1 of 2
Client Cost Centers
Direct Labor
Labor Markup, 15%
Direct Expense
Expense Markup, 10%
Fixed Fee
Table D-1, Cost Detail
WRRF WRRF East Side WRRF West Side WRRF Lab & IPP WRRF Lift Station WRRF Biosolids
Management Operations Operations Program Maintenance Management
Program Program Program Program Program
5100
5110
5120
5130
5140
5110
978 969
$947,092
$536,772
$312,710
$265,810
$740,644
146 845
$142,064
$80,516
$46,907
$39,871
$111,097
324 414
$1,195,552
$545,624
$139,276
$395,084
$606,441
32 441
$119,555
$54,562
$13,928
$39,508
$60,644
139 222
Appendix E - Page 1 of 4
Total Cost 2023
$3,781,997
567 300
$3,206,391
320 639
139 222
2022 Fayetteville Cost Centers
LVRRF
WRRF East Side
WRRF WestSide
WRRF Lab &
WRRF Lift Station
WRRF Biosolids
Management
Operations
Operations
Maintenance
Management
Program
Program
Program
IPP Program
Program
Program
Client Cast Centers
5100
5110
5120
5130
5140
5110
Direct Labor
$911,752
$901,661
$491,676
$304,051
$252,539
$754,626
Labor Markup, 15%
$136,760
$135,249
$73,751
$45,608
$37,881
$113,194
Direct Expense
$275,084
$"1,019,817
$351,068
$125,026
$415,504
$886,878
Expense Markup, 10%
$27,508
$101,982
$35,107
$12,503
$41,550
$88,688
Fixed Fee
$133,271
Total Cost 2022
$3,616,285
$542,443
$3,073,377
$307,338
$133,271
Totals $i ANX5 $2,153,709 $951,602 $A87,197 $747,474 $1,943,386 $T, Z713
2021 Fayetteville Cast Centers
LVRRF
WRRF East Side
WRRF West Side
WRRF Lab &
WRRF Lift station
WRRF Biosolids
Management
Operations
Operations
Maintenance
Management
Total Cost2021
IPP Program
Program
Program
Program
Program
Program
Client Cost Centers
5=00
5110
512D
5130
5140
5110
Direct Labor
W5,254
$962,341
$414,573
$284,805
$217,434
$714,294
$3,428,701
Labor Markup, 15%
$125,288
$144,351
$62,186
$42,721
$32,615
$107,144
$514,305
Direct Expense
$252,434
$"1,279,303
$347,396
$121,116
$415,743
$553,881
$2,970,872
Expense Markup, 10%
$25,243
$L27,930
$34,740
$12,112
$41,674
$55,388
$297,087
Fixed Fee
$128,085
$128,085
Totals
$1 366,303
$2,513,926
$958,894
$46%753
$708,466
^S1, W,707
$7,339,051
Appendix E - Page 2 of 4
WRRF WRRF East Side WRRF West Side
WRRF Lab &
WRRF Lift Station
WRRF Biosolids
Management Operations
Operations
Maintenance
Management
Total Cost 2022
IPP Program
Program Program Program
Program
Program
Client Cost Centers
51 00
5110 5120 5130
5140
5110
Direct Labor
$911,732
$901,661 $491,676 $304,051
$252,539
$754,626
$3,616,285
Labor Markup, 15%
$136,760
$135,249 $73,751 $45,608
$37,881
$113,194
$542,443
Direct Expense
$275,084
$1,019,817 $351,068 $125,026
$415,504
$835,087
$3,021,586
Expense Markup, 10%
$27,508
$101,982 $35,107 $12,503
$41,550
$83,509
$302,159
Fixed Fee
$132,239 _
_ _
_
_
132 239
Totals
1 366 304
$2,158,709 858 895 $4kQ.,754
747 474
$1,786,416
$7,614,711
Fayetteville Cost Centers
WRRF
WRRF East Side
WRRF West Side WRRF Lift Station WRRF Biosolids
WRRF Lab &IPP
Total 2022 Change
Management
Operations
Operations Maintenance Management
Program
Program
Program
Program
Program
Program
Client Cost Centers
5100
5110
5120 5130
5140
5110
Direct Labor
7.37%
5.04%
9.17% 2.85%
5.26%
-1.85%
4.58%
Labor Markup, 15%
7.37%
5.04%
9.17% 2.85%
5.26%
-1.85%
4.58%
Direct Expense
17.93%
17.23%
55.42% 11.40%
-4.91%
-27.38%
6.12%
Expense Markup,
10%
17.93%
17.23%
55.42% 11.40%
-4.91%
-27.38%
6.12%
Fixed Fee
5.28%
5.28%
rntalc
R Sa0/
in 71 o/
71 RaO/ S nno/
_n Q70/
_17 970/
S 7A0/
Appendix E - Page 3 of 4
Client Cost Centers
Direct Labor
Labor Markup, 15%
Direct Expense
Expense Markup, 10%
Fixed Fee
Is
Fayetteville Cost Centers
WRRF
WRRF East Side
WRRF West Side
WRRF Lift Station
WRRF Biosolids
WRRF Lab & IPP
Management
Operations
Operations
Maintenance
Management
Program
Program
Program
Program
Program
Program
5100
5110
5120
5130
5140
5110
8.39%
-6.73%
15.68%
6.33%
13.90%
5.34%
8.39%
-6.73%
15.68%
6.33%
13.90%
5.34%
8.23%
-25.44%
1.05%
3.13%
-0.30%
37.55%
8.23%
-25.44%
1.05%
3.13%
-0.30%
37.55%
3.89%
7.95%-16.46% 9.74% 5.43% 5.22% 22.39%
Appendix E - Page 4 of 4
Total 2022
42.92%
42.92%
24.21 %
24.21 %
3.89%
Appendix E
LOCATION OF PROJECT
E.1 CH2M HILL agrees to provide the services necessary for the management, operation and
maintenance of the following:
E.1.1 All equipment, vehicles, grounds and facilities now existing within the present property
boundaries of or being used to operate the City of Fayetteville's Noland Water Resource
Recovery Facility located at:
1400 North Fox Hunter Road
Fayetteville, Arkansas 72701
E.1.2 All equipment, vehicles, grounds and facilities now existing within the present property
boundaries of or being used to operate the City of Fayetteville's West Side Water Resource
Recovery Facility located at:
15 South Broyles Avenue
Fayetteville, Arkansas 72704
E.1.3 All equipment, grounds, and facilities now existing within the present fenced boundaries of
wastewater lift stations described as follows:
SCADA
NODE
LOCATION
Generator
Site
Maintenance
Only
WWI
978 E Zion Rd Lowe's — Zion PS
YES
WW2
3500 E Mission Blvd Timbercrest PS
YES
WW4
691 W Poplar St (Poplar PS - ABANDONED
YES
WW5
3896 N GreggAve(GreggAve PS
YES
WW6
3021 N Old Wire Rd Old Wire PS
NO
WW7
2065 N Sunshine Rd Hamestrin PS
YES
WW8
729 W North Street(North Street PS —ABANDONED
YES
WW9
1236 N Porter Rd Porter Rd PS —ABANDONED
YES
VPA41
4412 W 6th Street East PS ABANDONED)-
YES
(Farmington
WW12
571 N Double Springs Road (Farmington West PS
YES
WW13
878 S Dead Horse Mountain Rd Stonebrid e PS
YES
WW14
1820 S Armstrong Ave Industrial Park PS
YES
WW16
518 W Ernest Lancaster Dr (Airport North PS
YES
WW18
210 N Sand Greenland PS
YES
WW19
5716 E Norman Murphy Rd (Mally Wa non PS
YES
8
YES
WW22
630 N Double Springs Rd Owl Creek PS
YES
WW24
265 W Ernest Lancaster Dr (Airport East PS
YES
Appendix E - Page 1 of 4
SCADA
NODE
LOCATION
Generator
Site
Maintenance
Only
WW25
551 W Aster Ave Willow West PS - Farmington)
YES
WW27
1031 River Meadows Dr Stonebrid e Meadow Phase I PS
YES
WW28
1603 Plantation Ave (Heritage Village PS
YES
WW29
390 N Cato Springs Rd Bohannan PS - Greenland
YES
WW32
478 N Durango Place Silverthorne PS
YES
WW33
4644 N Crossover Rd Stonewood PS - Copper Creek)
YES
WW34
4572 S School Ave (Airport South PS
YES
WW35
3083 W MLK Blvd Lowe's — 6th St PS
YES
WW36
1642 N Willowbrook Dr (Skyler Place PS
YES
WW37
3848 W Edgewater Dr Clabber Creek PS - ABANDONED
YES
WW38
3710 E Zion Rd (Copper Creek Phase II PS
YES
WW39
2392 N Kenswick Ave Crofton Manner PS
YES
WW40
1811 S Cherry Hills Dr Stone Bridge Meadow Phase II PS
YES
WW41
1608 S S rin lake Dr Crescent Lake PS
YES
WW44
6061 Dot Tipton Rd (Legacy Pointe Phase 4 PS
NOYES
WW45
4451 N Waterside Ct Timberlake Office Park PS
YES
WW46
3788 E Spyglass Hill Dr Stonebrid e Meadows Phase V PS
YES
WW47
3601 E Albright Rd(Embry Acres PS
YES
WW48
2435 S Dead Horse Mountain Rd McDonald PS
YES
WW49
3393 E Goff Farm Rd Meadows PS
YES
WW52
485 N Broyles Ave (Broyles Ave PS
YES
WW53
1396 Zion Rd Office Park PS
YES
WW55
461 N. Tacoma St. (Farmington Heights)
YES
WW56
6111 South H w 71 West Fork PS
YES
WW57
n PPRESS (Broyles Seu4h RS) 270 S Broyles Ave (Broyles South
PS
YES
WW58
1618 N Dawes St (Woodridge PS
YES
WW59
ADDRESS to be determined (Wagon Wheel PS
YES
WW60?
Cadence Ride ETA?
E.1.4 All equipment, grounds, and facilities now existing within the present property boundaries of or
being used to operate the City of Fayetteville's Biosolids Management Site located east of the
Noland Water Resource Recovery Facility across the White River.
E.1.5 All equipment, grounds, and facilities associated with or being used to complete routine operation
and maintenance activities for the City of Fayetteville's Mitigated Wetlands Site now existing
within the present property boundaries located north of the West Side Water Resource Recovery
Facility and other mitigation / environmentally protected areas as mutually agreed to by both
parties.
Appendix E - Page 2 of 4
E.1.6 The potable water SCADA system at the following locations:
SCADA
NODE
LOCATION
DESCRIPTION
W 1
215 W 24th St South Mountain
Pump Station
W2
844 N Crossover Rd (Hyland Park
Pump Station
W4
1016 E Ash St
Pump Station
W5
707 E Rogers Dr
Pump Station and 2 Ground Stora e Tanks
W6
456 E Baxter Ln
Ground Storage Tank 2 each
W8
133 N Sang Ave
Pump Station and Elevated Storage Tank
W9
1170 E South Skyline Dr
Elevated Storage Tank Mt. Se uo ah
W 10
1044 E Township Rd
Elevated Storage Tank
W 11
3280 W Judge Cummins Rd
Ground Storage Tank 2 ea Kessler Mountain
W12
7001 E Mission (Highway 45 Valve
Pressure -Reducing Valve Station
W13
1589 Fire Tower Road Goshen
Pump Station and Ground Storage Tank
W 14
17301 Lake Se uo ah Rd Round Mtn
Pump Station
W 15
14360 Round Mt Comm Church Rd
Stand Pipe County Rd #55 Round Mountain
W 16
22032 Fire Tower Rd County Rd 4343
Stand Pie Benson Mountain
W 17
3265 N Gulley Rd
Elevated Storage Tank
W 18
3788 N Gulley Rd
Pump Station
W19
3370 S Coach Rd
Pump Station
W20
2098 Woodcliff Rd (Springdale)
Surge Tank
W21
2210 N Old Wire Rd
Valve
W22
2800 N Old Missouri Rd
Flow Meter
W23
3385 N Par Ct
Valve
W24
3023 E Joyce Blvd
Valve
W25
2567 E Robinson (Springdale)
Pressure Sustaining Valves
W27
17385 Blue Springs Rd Goshen
Pump Station
W28
17970 Lake Se uo ah Rd
Pump Station
W29
Beaver Water District
SCADA Interface
W30
1195 N. Canteb Rd Canteb Tank
Elevated Storage Tank
W31
2903 E. Flagstone Cir Stonemountain
Pump Station
W32
Blue Springs Road
Valve & Flowmeter
W33
New PSCaseyLane
TgDPurnp Station
3302 W Dinsmore Trail
Millsap Tower
MTROB
12141 Ed Edwards Rd
Mt. Robinson Tower Site
Appendix E - Page 3 of 4
E.1.7 Provision and maintenance of Remote Terminal Units (RTU) at the following sites
located in the City of Elkins, Arkansas:
SCADA
NODE
LOCATION
DESCRIPTION
EWW1
7500 E. Huntsville Road
Wastewater Lift Station
EW1
1800 S. Van Hoose Drive
Ground Storage Potable Water Tank
E.1.8 Maintenance of the odor control system in the collection system associated with the
following lift stations:
LOCATION
# OF
CANISTERS
LS #6 - 3021 N Old Wire Rd Old Wire
5
LS #7 - 2065 N Sunshine Rd Hamestrin
7
LS #12 - 571 N Double Springs Road (Farmington West
8
LS #22 - 630 N Double Springs Rd Owl Creek
2
LS #52 - 485 N Broyles Ave (Broyles Ave
2
Appendix E - Page 4 of 4
Appendix F
ENVIRONMENTAL PERMITS AND PROJECT CHARACTERISTICS
F.1 CH2M HILL will operate Project so that effluent will meet the requirement of NPDES permit No.
AR0020010 and AR0050288. CH2M HILL shall be responsible for meeting the effluent quality
requirements of City of Fayetteville's NPDES current permits unless one or more of the
following occurs:
The Project influent does not contain Adequate Nutrients to support operation of Project
biological processes;
Contains Biologically Toxic Substances which cannot be removed by the existing process and
facilities;
The influent flow, influent BOD5, and/or suspended solids exceeds the Project design parameters
which are:
Noland WRRF
West Side WRRF
Maximum
Annual
Maximum
Average
Monthly
Average
Monthly
Average
Average
Flow MGD
12.6
18.8
10.0
17.8
BOD lbs/d
29,666
44,264
14,595
18,853
TSS (lbs/d)
23,198
34,613
14,595
18,853
F.2 In the event any one of the Project influent characteristics, suspended solids, BOD5, or flow,
exceeds the parameters listed above, CH2M HILL shall return the plant effluent to the
characteristics required by the NPDES permit in accordance with the following schedule after
Project influent characteristics return to within design parameters.
Characteristics
Exceeding Listed
Parameters By
Recovery Period
Maximum
10% or Less
5 days
> 10% but < 20%
10 days
20% and Above
30 days
Notwithstanding the above schedule if the failure to meet effluent quality limitations is caused by
the presence of Biologically Toxic Substances or the lack of Adequate Nutrients in the influent,
then CH2M HILL will have a thirty (30) day recovery period after the influent is free from said
substances or contains Adequate Nutrients.
F.3 CH2M HILL shall not be responsible for fines or legal action as a result of discharge violations
within the period that influent exceeds design parameters, does not contain Adequate Nutrients,
contains Biologically Toxic Substances (that exceed process inhibiting levels or creates
concentrations exceeding application or discharge limitations), and the subsequent recovery
period.
Appendix F - 1 of 2
FA The estimate Costs for services under this Agreement are based upon the following Project
characteristics:
Annual
Noland
West Side
Average
WRRF
WRRF
Flow MGD
5�. 5.94
9:-44 9.47
BOD lbs/d
c�9
16,690
12,818
TSS lbs/d
8-5i6 9,919
T�4
13,559
The above characteristics are the actual twelve (12) months average July through June prior to the
date services are first provided under this Agreement. Any change of 10 percent (10%) or more in
any of these characteristics, based upon a twelve (12) month moving average, may constitute a
change in scope.
F.5 The current applicable environmental permits are as follows:
Permit
AFIN No.
Permit No.
Expiration Date
NPDES — Noland
72-00781
AR0020010
12/31/2022
NPDES - West Side
72-01033
AR0050288
11/30/2010
No Discharge Permit — Biosolids
72-00829
4748-WR-4
12/31/2025
Management Site
Air — Hamestrin
72-01873
2179-A
N/A
Air - West Side
72-01033
2178-A
N/A
Air Noland
72-00781
2327-A-REG315
Registration Only
Stormwater No Exposure Certification
72-00781
ARROOC377
6/30/2024
(NEC)— Noland
Stormwater No Exposure Certification
72-01033
ARR000390
6/30/2024
(NEC)- West Side
Appendix F - 2 of 2
Appendix G
INDUSTRIAL WASTE DISCHARGES AND MONITORING PROGRAM
G.1 CH2M HILL shall: Administer the Industrial Pretreatment Program in accordance with 40 CFR
403. Administration shall include:
G.1.1 Maintain the industrial waste sampling and analysis program for pretreatment and
surcharge, as described in G.3. This shall include an annual evaluation of the program
and notification to the City of Fayetteville of changes in Federal and State pretreatment
standards that may affect the Program.
G.1.2 Conduct a survey of the industrial user base one time every three (3) years to identify
new, or significant, industrial users in Fayetteville and in cities with which Fayetteville
has inter jurisdictional agreements for waste treatment. Update, as required the list of
current Significant Industrial Users (SIU's) according to the definition of SIU in 40 CFR
403 or the definition in the approve pretreatment program, whichever is more stringent.
G.1.3 Monitor the compliance status of the current Significant Industrial Users (SIU's) through
sampling, analysis, inspection, and record reviews. Each SIU shall be sampled and
inspected at the frequency established in 40 CFR 403 or the City of Fayetteville's
approved implementation manual, whichever is more stringent. Recommend appropriate
enforcement action to City of Fayetteville
G.1.4 Maintain the laboratory analysis program for each SILT. Results of all industrial sampling
and testing shall be reported to the City of Fayetteville as required, in a timely manner
G.1.5 Implement the approved industrial permitting system. Prepare SIU permits for issuance
or renewal within 90 days of the expiration date or within 180 days after the industry has
been determined to be a SIU.
G.1.6 Receive, review and act upon reports and notification from industrial users.
G.1.7 Notify the City of Fayetteville as soon as is practical but no later than three (3) business
days, verbally and followed by written confirmation, whenever an industry is suspected
of violating, or has violated the City of Fayetteville's industrial waste and/or sewer
ordinances. Prepare notice of violations and other enforcement documentation for City of
Fayetteville signature in accordance with the Enforcement Response Plan in the State
approved Industrial Pretreatment Program.
G.1.8 Track, determine, and publish industrial users in significant noncompliance.
G.1.9 Draft new, revised, and renewal industrial waste discharge permits for the SIU's for City
of Fayetteville signature.
G.1.10 Assist City of Fayetteville with review and revision of the sewer use ordinances, the
pretreatment program, and inter jurisdictional agreements. Local limits evaluation, if
requested, may be provided as an out of scope service. The costs of such
evaluation will be determined and negotiated at the time of the request. Advise the
City of Fayetteville of changes in federal and State Pretreatment Standards and
regulations and how the changes affect the local program. Request approval from the
City of Fayetteville and the Approval Authority prior to implementing significant
changes to the approved Program in accordance with 40 CFR 401.19 (C).
Appendix G - 1 of 2
G.1.11 Prepare for City of Fayetteville signature of the Industrial Pretreatment annual report for
submittal.
G.1.12 Maintain all industrial monitoring records for at least five (5) years.
G.1.13 Maintain open communication with the SIU's.
G.2 Significant costs due to new or changed Federal, State or local regulations shall cause a
discussion of change in contract scope.
G.3 Industrial Waste Dischargers and Monitoring Program in City of Fayetteville, AR:
Industry
Parameters Analyzed
ConAgra Foods Packaged Foods, LLC (Conagra)
Biochemical oxygen demand, total
1100 W, 15`h Street
suspended solids, phosphorus, pH, oil &
Fayetteville, AR 72701
grease
Custom Powder Coating Services, Inc.
Cadmium, chromium, copper, lead,
1629 W. Farmington St.
nickel, silver, zinc, cyanide
Fayetteville, AR 72701
Elkhart Products Corporation
Chromium, copper, lead, nickel, zinc, oil
3265 Highway 71 South
&grease
Fayetteville, AR 72701
Hiland Dairy Company
Biochemical oxygen demand, total
301 E. 15' Street
suspended solids, phosphorus, pH, oil &
Fayetteville, AR 72701
grease
Marshalltown Company
Cadmium, chromium, copper, lead,
2200 Industrial Drive
nickel, silver, zinc, cyanide
Fayetteville, AR 72701
Tyson Mexican Original, Inc.
Biochemical oxygen demand, total
2615 S. School
suspended solids, phosphorus, pH, oil &
Fayetteville, AR 72701
grease
Ecotech Consumer Products
TSS, cadmium, chromium, copper, lead,
1901 East Boric Drive
nickel, silver, zinc, cyanide, mercury
Fayetteville, AR 72701
Appendix G - 2 of 2
Appendix H
VEHICLE AND MOBILE EQUIPMENT DESCRIPTION (ROLLING STOCK)
Unit #
Unit Description
Location
Year
325U2
Ford F350 Super Duty, Reg. Cab
Biosolids Management Site
2000
376
Paul R. Noland Bieselids
2012
Ford F550 Super Duty/Crane, Crew Cab
Management
382
West Side -Bieselids
2015
Ford F550 Super Duty/Crane, Crew Cab
Management
387
Ford F-350, Flatbed
Paul R Noland
2016
388
Ford F-350, Flatbed
Biosolids Management Site
2016
696
Caterpillar 420E Backhoe
Paul R Noland
2012
748U
Freightliner M2-112 Dump Tandem Axle
Biosolids Management Site
2006
751U
Sterling LT9500 Semi Tractor
Biosolids Management Site
2006
766
Kenworth T800 Semi Tractor
Biosolids Management Site
2011
768
Kenworth T470 (Spreader)
Biosolids Management Site
2012
770
Kenworth T800 Semi Tractor
Biosolids Management Site
2013
771
Kenworth T800 Semi Tractor
Biosolids Management Site
2013
786
Kenworth T800 Semi Tractor
Biosolids Management Site
2018
818
Caterpillar P5000LP Forklift
West Side
2008
910
Trailer
Paul R Noland
1987
927
Parker 24' Gooseneck Trailer
Biosolids Management Site
1991
966
P.J. Trailer, 18FT
Biosolids Management Site
1996
969
LO-Boy 25T-36FT Trailer
Biosolids Management Site
1996
1274
Chevrolet Equinox
West Side
2014
2101U
2006 Ford F150
Paul R Noland
2006
2156
Chevy Colorado, 4X4
Paul R Noland
2012
5001
John Deere 6615 4X4 Tractor
Biosolids Management Site
2007
5002
John Deere 6615 4X4 Tractor
Biosolids Management Site
2007
5012
Ford/NH 4X4 T6030 Loader Tractor
Biosolids Management Site
2009
5022
Case Maxxum 125 4X4 Loader Tractor
Biosolids Management Site
2011
5024
R&R 35' Manure/Litter Conveyor
Biosolids Management Site
2011
5025
R&R 35' Manure/Litter Conveyor
Biosolids Management Site
2011
5034
Rhino R180 Cutter
Biosolids Management Site
2012
5057
Ford/NH Workmaster 55 4X4 Tractor
Biosolids Management Site
2015
5058
Ford/NH T6.155 4X4 Loader Tractor
Biosolids Management Site
2015
5059
John Deere 615D 4X4 Loader Tractor
Biosolids Management Site
2015
5070
Meyer Spreader
Biosolids Management Site
2016
5072
New Holland 14ay D .L
Bies lids Management Si
24P
5084
New Holland Roll Belt 450 Rounder baler
Biosolids Management Site
2018
5086
NH Protedd 3417
Biosolids Management Site
2018
Appendix H - 1 of 2
5087
Wylie LCS Trailer Sprayer
Biosolids Management Site
2018
5089
New Holland Roll Belt 450 Round baler
Biosolids Management Site
2019
5095
New Holland Speed Rower (swather)
Biosolids Management Site
2019
5096
John Deer 630 MOCO
Biosolids Management Site
2019
6000
John Deere Articulated Loader
Biosolids Management Site
2012
6037
Bobcat 5770 Skid steer
Biosolids Management Site
2020
911 lu
Clement Star-Lite Trailer (Replaced)
Biosolids Management Site
2009
9124
Thompson 6" Diesel Power Pump/Trailer
Paul R Noland
2009
9142
Aulick 42' Belted Trailer
Biosolids Management Site
2011
9165
Clement Star-lite Trailer (Replaced)
Biosolids Management Site
2013
9166
Clement Star-lite Trailer
Biosolids Management Site
2013
9193
Clement Starlite End Dump Trailer
Biosolids Management Site
2015
9223
Godwin 6" Portable Pump
Biosolids Management Site
2016
9227
Clement Starlite End Dump Trailer
Biosolids Management Site
2016
9239
Genie S-45 Man Lift
Biosolids Management Site
2017
9241
Clement Starlite End Dump Trailer
Biosolids Management Site
2017
9250
Unicarriers 50 Forklift
Paul R Noland
2017
Parkson Electronic Mole — Billy/Trick
Biosolids Management Site
2011
Parkson Electronic Mole — Cricket
Biosolids Management Site
2011
Parkson Electronic Mole — Goofy
Biosolids Management Site
2011
Parkson Electronic Mole — Jurgens
Biosolids Management Site
2011
Parkson Electronic Mole — Tiny Tim
Biosolids Management Site
2011
Parkson Electronic Mole — Loenneke
Biosolids Management Site
2011
Parkson Electronic Mole — Billy
Biosolids Management Site
2011
Portable Generator for Lift stations
Paul R Noland
2005
9280
Clement Star-Lite End Dump Trailer
Biosolids Management Site
2021
9283
Clement Star-Lite End Dump Trailer
Biosolids Management Site
2021
5124
New Holland Rake
Biosolids Management Site
2022
9308
Anderson RBM 2000
BBiosolids Management
Site
01MON
Appendix H - 2 of 2
Appendix I
BASE FEE AND FIXED MANAGEMENT FEE ADJUSTMENTS
I.1 The Base Fee adjustment formula is as follows:
Where:
ABF = BF x (1 + AF)
BF = Base Fee specified in Appendix D
ABF = Adjusted Base Fee
AF = Adjustment Factor as determined by the formula:
AF = .5 (ECI + CPI)
ECI = The twelve month percent change (from the third quarter of the prior
year to the third quarter in the current year) in the Employment Cost
Index for Total Compensation for Civilian Workers, Not Seasonally
Adjusted as published by U. S. Department of Labor, Bureau of Labor
Statistics in the Detailed Report Series ID: CIU1Ol0000000000A.
CPI = The twelve month percent change (from October of the prior year to
October of the current year) in the Consumer Price Index for All Urban
Consumers, Not Seasonally Adjusted as published by U.S. Department of
Labor, Bureau of Labor Statistics in the CPI Detailed Report Series
Id: CUUROOOSAO.
I.2 Fixed Management Fee adjustment
The Fixed Management Fee will be adjusted annually directly proportional to the base fee costs.
Appendix I - I of I
Appendix J
SAMPLE OF MONTHLY REPORTS
CH2M HILL will provide the City of Fayetteville with 64monthly reports detailing operations and costs
for the previous month.
1. Report 1 is a word/pdf document. The report is a narrative detail of the monthly operations of the
WRRF's, BMS, and the Woolsey Wet Prairie.
2. Report 2 is an excel document that compares actual expenses to the budget in Table D-1,
Cost Detail. The report will include the annual totals tab, a tab for each month, and an
overall reconciliation tab. Below is a snapshot of an example annual tab:.
JAC NM Client Monthly Financial Report
evm„
3. Report 3 is an excel document that lists all of the non -labor expenses for the month. The data
included in the report consists of-
a. A pivot table tab enabling quick viewing of costs by major category per cost center.
b. An hours tab showing the total hours worked each month split into regular time and
overtime:
Example
Total Hours Worked XXXXX
Regular Hours XXXXX
Overtime Hours XXXXX
c. A non -labor tab listing each expense with the following detailed columns:
• Project Number, Provider GL Period Name, Item Date, Expenditure Type,
Expenditure Category, Task Number, Task Name, Employee/Supplier, Project
Cost, Comment, Invoice Number, Cost Center Lookup, and Task Lookup
Project
Provider GL Item Expnd Type Expnd Category Task Task Name Employee/ Project Comment Invoice Cost Center Task
Period Name Date Supplier Cost Number Lookup Lookup
Misc. WRRF BIOSOLID Biosolids
659031CH JAN-FY2019 7/1/2019 Miscellaneous Reimbursables 31.WW.BS.05 FAYETBIOSOLIDS Example $ *Fed Ex 12345 MANAGEMENT Drying
PROG
4. Monthly Year to Date Non -Labor Forecast Report.
4.5. Elkins BOD Loading Report: Detail of Noland BOD loading in pounds / day and as a percent of
design
-5-.6. CIP status report
Appendix K
CH2M HILL TRAVEL POLICY
K.I CH2M HILL shall follow its travel policy when traveling for business related to this agreement.
A copy of the policy will be available on request.
JCI Industries, Inc.
1161 SE Hamblen Rd.
Lee's Summit, MO 64081
Tel: 816-525-3320
Thursday, October 13, 2022
Quote #: 0800217079K_D_Rev1
1.00 Lightnin LAT-160 Mixer Rebuild $101,651.00
Findings:
• Pinion Gear and Bevel gears are pitted and damaged
• The low speed gear has some surface corrosion but can be cleaned and
reused
• The low speed pinion shaft is pitted
• The upper shaft is damaged and pitted at the bearing and seal areas
• Oil was leaking out of the main housing at the lower seal off the low
speed shaft
• Tapered shaft sleeves are worn and loose on the shaft when received
• The following bearing fits are out of OEM spec:
o Low Speed Housing's lower bearing fit
o Pinion Bearing Housing's inner and outer bearing fits
o High Speed Housing's upper bearing fit
o Upper Member Housing's bearing fit
o Floating Bearing housing's fit
Work Scope:
• Machine prep, sleeve and finish machine the bearing housing bearing
fits noted above
• Spray and machine low speed shaft at bearingjournals
• Clean and assemble with the new components
• Apply industrial enamel to the exterior
■ Prep for shipment
Replace the following parts:
• 190858PSP - Key (1 x 3/4 x 4 5/16) - $117
• 206979PSP - Low speed spacer - $1,387
• 115444PSP - Oil Seal - $257
104665PSP - Hex socked set screw (2) - $83
• 119740PSP - Bevel gear set - $26,097
• 206983PSP - Shaft sleeve (4.75 x 3.9 x 2.5) - $1,075
206981 PSP - Spacer - $138
• 125507VEL - Gasket - $40
• 202323PSP - Flexible coupling seal (2) - $215
• 202285PSP - Gasket - $254
-meow JCI Industries, Inc.
1161 SE Hamblen Rd.
Lee's Summit, MO 64081
Tel: 816-525-3320
Thursday, October 13, 2022
Fayetteville AR, City of
113 West Mountain
Fayetteville, AR 72701
Phone: 479-575-8284
Fax: 479-575-8257
Attention: Josh Alleman
Subject: Lightnin LAT-160 Mixer Rebuild
Quotation #: 0800217079K_D_Rev1
Please refer to this number when ordering
Josh Alleman:
JCI Industries, Inc. would like to thank you for the opportunity to provide a proposal on the above
referenced service. We appreciate the opportunity to provide our equipment and services. Please
contact us if you have any questions regarding this offering. Thank you.
Best regards,
/;rug Z2eW
Kevin Dick
Applications Engineer
JCI Industries, Inc.
Jason Rector
Sales Engineer
JCI Industries, Inc.
202355PSP
- Flexible coupling packing ring - $270
■ 117036PSP
- Spherical roller bearing (2) - $2,341
• 115405PSP
- Oil seal (2) - $308
• 113962PSP
- Nut - lock and washer (2) - $527
• 138777STL -
Solid adapter sleeve (6.66 x 7.75 x 2) (2) - $964
• 113986STL -
Split adapter sleeve (6" shaft x 7.5) (2) - $3,358
• 117035PSP
- Spherical roller bearing - $2,336
• 221531 PSP - Level 1 Repair kit - $12,719
• 112917PSP
- Thrust plate - $366
Broken Out Pricing:
Parts Subtotal: $52,852
Labor Subtotal: $48,799
Terms & Conditions
Lead Time 12-14 Weeks After Payment Terms Net 30
Receiving Order
Shipping Method Best Way Shipping Terms Prepaid and Added to Invoice
F.O.B. Warehouse Due to current market conditions, please confirm
pricing at point of order.
JCI Industries, Inc.
1161 SE Hamblen Rd.
Lee's Summit, MO 64081
Tel: 816-525-3320
STANOARO TERMS OF SALE,
1. ADDlicable Terms. These terms govern the purchase and sale of the equipment and related services, if any (collectively, "Equipment"), referred to in
Seller's purchase order, quotation, proposal, or acknowledgment, as the case may be ("Seller's Documentation"). Whether these terms are included
in an offer or an acceptance by Seller, such offer or acceptance is conditioned on Buyer's assent to these terms_ Seller rejects all additional or
different terms in any of Buyers forms or documents.
2, Payment. Buyer shall pay Seller the full purchase price as set forth in Sellers Documentation. Unless Sellers Documentation provides otherwise,
freight, storage, insurance and all taxes, duties or other governmental charges relating to the Equipment shall be paid by Buyer. If Seller is required
to pay any such charges, Buyer shall immediately reimburse Seller Pricing will be reviewed upon the announcement of any tariffs pertaining to the
importation or exportation of key components, or products In their entirety. All payments are due within 30 days after receipt of invoice. Buyer shall
be charged the lower of 1 112% interest per month or the maximum legal rate on all amounts not received by the due date and shall pay all of Sellers
reasonable costs (including attorneys' fees) of collecting amounts due but unpaid.
3. Delivery. Delivery of the Equipment shall be in material compliance with the schedule in Sellers Documentation.
4. OvJhershlp of Materlat All devices, designs (including drawings, plans and specifications), estimates, prices, notes, electronic data and other
documents or information prepared or disclosed by Seller, and all related intellectual property rights, shall remain Sellers property. Seller grants
Buyer a non-exclusive, non -transferable license to use any such material solely for Buyer's use of the Equipment. Buyer shall not disclose any such
material to third parties without Seller's prior written consent.
5. Chanzes. Seller shall not implement any changes in the scope of work described in Sellers Documentation unless Buyer and Seller agree in writing
,.d lc ..tL cr ,I ...odific—Mons This includes o changes n shared hN a
iv the uciai5 G u is �„ iigc a„ -i^,y resulting pr���� �",�..0 ��� ��� �.,�,��,.�.....� , � �.,,.,,.,..�,,, ..� This �....� �..,..,�� � ., o �,_`___-,...�., �
change in applicable law occurring after the effective date of any contract including these terms.
6. Warranty. Subject to the following sentence, Seller warrants to Buyer that the Equipment shall materially conform to the description in Seller's
Documentation and shall be free from defects in material and workmanship. The foregoing warranty shall not apply to any Equipment that is
specified or otherwise demanded by Buyer and is not manufactured or selected by Seller, as to which (i) Seller hereby assigns to Buyer, to the extent
assignable, any warranties made to Seller and (ii) Seller small have no other liability to Buyer under warranty, tort or any other legal theory. If Buyer
gives Seller prompt written notice of breach of this warranty within 18 months from delivery or 1 year from acceptance, whichever occurs first (the
"Warranty Period"), Seller shall, at its sole option and as Buyers sole remedy, repair or replace the subject parts or refund the purchase price
therefor, If Seller determines that any claimed breach is not, in fact, covered by this warranty, Buyer shall pay Seller Its then customary charges for
any repair or replacement made by Seller. Sellers warranty is conditioned on Buyer's (a) operating and maintaining the Equipment in accordance
with Seller's instructions, (b) not making any unauthorized repairs or alterations, and (c) not being in default of any payment obligation to Seller.
Seller's warranty does not cover damage caused by chemical action or abrasive material, misuse, or improper installation (unless installed by Seller).
THE WARRANTIES SET FORTH IN THIS SECTION ARE SELLER'S SOLE AND EXCLUSIVE WARRANTIES AND ARE SUBJECT TO SECTION 10 BELOW.
SELLER MAKES NO OTHER WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, ANY WARRANTY OF
MERCHANTABILITY OR FITNESS FOR PURPOSE.
7. Indemnity. Seller shall indemnify, defend, and hold Buyer harmless from any claim, cause of action or liability incurred by Buyer as a result of third -
party claims for personal injury, death or damage to tangible property, to the extent caused by Seller's negligence. Seller shall have the sole
authority to direct the defense of and settle any indemnified claim, Sellers indemnification is conditioned on Buyer (a) promptly, within the Warranty
Period, notifying Seller of any claim, and (b) providing reasonable cooperation in the defense of any claim,
8. Force Ma cure, Neither Seller nor Buyer shall have any liability for any breach (except for breach of payment obligations) caused by extreme
weather or other act of God, strike or other labor shortage or disturbance, fire, accident, war or civil disturbance, delay of carriers, failure of normal
sources of supply, act of government or any other cause beyond such party's reasonable control. Seller shall not be responsible for any failure to
PC. .form_ 0.Cr1c.,_-.C„ of ,. frCM ,hC rnrnn_, n pa,�demir nr ay fi,rnro onidernir ar rd B Ivor shall not hP PnrirlPri Yn
any damages resulting thereof.-
9. Cancellation. If Buyer cancels or suspends its order for any reason other than Sellers breach, Buyer shall promptly pay Seller for work performed
prior to cancellation or suspension and any other direct costs incurred by Seller as a result of such cancellation or suspension.
10, L1MITAI IOFJ ❑F 1_IA6lLf.T NOTWITHSTANDING ANYTHING ELSE TO THE CONTRARY, SELLER SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL,
INCIDENTAL, SPECIAL, PUNITIVE OR OTHER INDIRECT DAMAGES, AND SELLER'S TOTAL LIABILITY ARISING AT ANYTIME FROM THE SALE OR USE OF
THE EQUIPMENT SHALL NOT EXCEED THE PURCHASE PRICE PAID FOR THE EQUIPMENT, THESE LIMITATIONS APPLY WHETHER THE LIABILITY IS
BASED ON CONTRACT, TORT, STRICT LIABILITY OR ANY OTHER THEORY.,
11. Miscellaneous. If these terms are issued in connection with a government contract, they shall be deemed to include those federal acquisition
regulations that are required by law to be Included, These terms, together with any quotation, purchase order or acknowledgement issued or
signed by the Seller, comprise the complete and exclusive statement of the agreement between the parties (the "Agreement") and supersede any
terms contained in Buyer's documents, unless separately signed by Seller No part of the Agreement may be changed or cancelled except by a
written document signed by Seller and Buyer. No course of dealing or performance, usage of trade or failure to enforce any term shall be used to
modify the Agreement. If any of these terms is unenforceable, such term shall be limited only to the extent necessary to make it enforceable, and all
other terms shall remain in full force and effect Buyer may not assign or permit any other transfer of the Agreement without Seller's prior written
consent The Agreement shall be governed by the laws of the State of Delaware without regard to its conflict of laws provisions,.
12, CrLld; If at any time information available on Purchasers financial condition or credit history, inJCI's judgment, does not justify the terms
of payment specified herein, JCI may require full or partial payment in advance, or an acceptable for of payment guarantee such as a bank letter of
credit, or other modifications to terms of payment.
13. Back Charges: _Cl shall not be liable for any charges incurred by Purchaser for work, repairs, replacements, or alterations to the Products, without
JCI's prior written authorization, and any adverse consequences resulting from such unauthorized work shall be Purchasers full responsibility.
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
HORNER & SHIFRIN, INC.
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 HORNER & SHIFRIN, INC. (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.
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project.
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 its 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 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.
3.1.6 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 is $84,700. The CITY OF
FAYETTEVILLE shall compensate ENGINEER based on a unit price, not -to -exceed basis as
described in Appendix A.
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 Project.
Applications for payment shall be made in accordance with a format to be developed by
ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall
Draft Standard Contract - Professional Engineering Services.doc 2
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 minimum 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
Draft Standard Contract - Professional Engineering Services.doc
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.
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.
Draft Standard Contract - Professional Engineering Services.doc 4
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:
6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
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.
6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is
determined that ENGINEER had not failed to fulfill contractual obligations, the termination
shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such
event, adjustments of the agreement price shall be made as provided in Paragraph 6.5.4 of
this clause.
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.
Draft Standard Contract - Professional Engineering Services.doc 5
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 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
Draft Standard Contract - Professional Engineering Services.doc 6
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 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, CAD
drawings, estimates, field notes, and project 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, computer models, drawings, specifications and other hard copy or
electronic media 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:
113 West Mountain Street
Fayetteville, Arkansas 72701
ENGINEER's address:
Street
City, State Zip Code
Draft Standard Contract - Professional Engineering Services.doc 7
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.
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
Draft Standard Contract - Professional Engineering Services.doc 8
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 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.
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 warrants 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 warranty, CITY OF FAYETTEVILLE shall
have the right to annul this Agreement without liability or at its discretion, to deduct from the
Draft Standard Contract - Professional Engineering Services.doc 9
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 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 In 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
exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall
be not less than three nor more than ten times the costs ENGINEER incurs in providing any
such gratuities to any such officer or employee.
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.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, A.RKANSAS 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, AR.KANSAS
By:
Mayor, Lioneld Jordan
ATTEST:
By:
City Clerk
HORNER & SHIFRIN, INC.
Digitally signed by Christina F. Willson
DN: C=US, E_"ItIlsonghontershitrin.com,
Christina F. Willson 0="Horner&ShiGin, Inc.", OU=Water,
CN=Christina F. Willson
B v, Date: 2022.11.04 09:30:06-05'00'
,P.E.
Title: Assoc. Vice -President, Asst. Regional Mgr.
END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Draft Standard Contract - Professional Engineering Services 10
This document was created by an application that isn't licensed to use novaPDF.
Purchase a license to generate PDF files without this notice.
�1 Horner & Shifrin
Fayetteville Dot Tipton Lift Station Elimination Project
3 November 2022
Page 1
Appendix A
Scope of Services
1. General
This project involves the elimination of the Dot Tipton Lift Station (LS-44) in southwest
Fayetteville. LS-44 will be decommissioned, and new gravity sewer main will be constructed
south of the lift station then follow the alignment of existing force main along Goose Creek.
Connection to an existing manhole (SSM-13950) will be made allowing for wastewater to flow
to Sewer Lift Station #12. Total new gravity sewer main is approximately 4,200 feet. Scope will
include surveying, environmental services, design, easement obtainment, and creation of final
drawings, specifications and bid documents. Bidding and construction management will be
addressed at a later date with an addendum to this agreement.
2. Project Management
The ENGINEER will provide a project management plan including scope, team, schedule,
communication plan, and deliverables. Monthly invoicing and project status updates will be
provided to the CITY OF FAYETTEVILLE. Prior to beginning work, a project kickoff meeting
between the ENGINEER and CITY OF FAYETTEVILLE will be conducted. ENGINEER will
attend review meetings with CITY OF FAYETTEVILLE for submittals provided. The
ENGINEER will provide meeting minutes to the CITY OF FAYETTEVILLE to document items
discussed at each meeting. ENGINEER will coordinate with subconsultants and review
invoices prior to submittal for payment.
3. Surveys and Geotechnical
ENGINEER will gain access with landowner coordination and complete a detailed 50' wide
topographic survey along the proposed route. Records research, field research, and boundary
resolution will be completed, and exhibit maps will be produced to include right-of-way,
easements, and temporary construction easements required.
As necessary, borings will be taken with rock soundings to a target depth of 20 feet or until
materials resulting in auger refusal are encountered, whichever is less. Groundwater depth will
also be noted. A written statement of findings will be provided with site description, detailed
evaluation of subsurface conditions, groundwater, and dept of in -situ rock materials.
Work will be performed by a subconsultant to Horner & Shifrin. Costs will be invoiced to the
CITY OF FAYETTEVILLE with a 10% markup.
4. Environmental Services
ENGINEER will assess the following requirements for the projects and secure permits,
documentation, and waivers as required:
SAINT LOUIS, MO • BENTONVILLE, AR • CHICAGO, IL • EDWARDSVILLE, IL • O'FALLON, IL • O'FALLON, MO • POPLAR BLUFF, MO • ST. CHARLES, MO
�1 Horner & Shifrin
Fayetteville Dot Tipton Lift Station Elimination Project
18 July 2022
Page 2
Stormwater Pollution Prevention Plan and stream crossing authorization from the Arkansas
Department of Environmental Quality
5. Preliminary Design (60%)
Preliminary design drawings including cover sheet, general notes, plan and profile maps and
water profiles (1" = 20' full size scale) will be developed. Opinion of probable construction cost
estimates will also be prepared. Documents (electronic pdfs and one set of half-size drawings)
will be provided to the CITY OF FAYETTEVILLE for review and comment.
6. Final Design
Upon approval of the preliminary design by the CITY OF FAYETTEVILLE, the ENGINEER will
continue with the 90% design. This will include construction plans, technical specifications, bid -
ready documents, and an updated opinion of probable construction cost. A complete set will be
provided to the city for final review, and any comments will be incorporated into the final
design. The ENGINEER will provide one (1) hard copy of the final design with half -sized
drawings and electronic pdf copy. The ENGINEER will coordinate approval from the Arkansas
Department of Health (ADH) and provide the $200 review fee.
7. Easements and Property Acquisition
The ENGINEER will provide necessary easement documents to the CITY OF FAYETTEVILLE
for acquisition by the CITY OF FAYETTEVILLE.
8. Bidding Services
Not used — Bidding services may be provided with a future contract amendment. No work will
be completed without written authorization from the CITY OF FAYETTEVILLE.
9. Construction Administration
Not used — Construction administration may be provided with a future contract amendment. No
work will be completed without written authorization from the CITY OF FAYETTEVILLE.
10. Excluded Items
The following items are not included under this agreement and will be considered additional
work requiring a change order:
A. Redesign due to changing conditions that occur after approval of work provided.
B. Additional submittals or deliverables not listed in this Scope of Services.
C. Materials testing.
D. Additional environmental services beyond those listed in Section 4.
E. Legal and litigation services.
F. Any additional permits or approvals required beyond those listed in this Scope of
Services
Horner & Shifrin
Fayetteville Dot Tipton Lift Station Elimination Project
18 July 2022
Page 3
11. Schedule
ENGINEER will begin work included in this Scope of Services within ten (10) days of Notice to
Proceed from the CITY OF FAYETTEVILLE. Schedule shall proceed as outlined below:
Surveys and Geotechnical
Preliminary Design
90% Design
Final Design
12. Fee
60 days from start date
60 days from surveys and geotechnical
60 days from approval of Preliminary Design
20 days from 90% Design Review by City
Project fees related to this Scope of Services is presented below:
Project Startup
$ 2,145.49
Existing Conditions Survey, Geotechnical &
Easements (Subcontracted)
$34,496.00
Review of Subcontracted Work
$ 4,245.66
Environmental
$ 1,487.00
Preliminary Design
$25,649.06
90% Final Plans and Specifications
$12,019.07
Final Plans and Bid Documents
$ 3,565.86
Reimbursable Expenses
$ 1,056.00
Total
$ 84, 700.00
Horner & Shifrin will complete work outlined in this Appendix A for the unit price, not -to -exceed
amount of $84,700. Current hourly rates are attached. The Engineer shall be permitted to
update billing rates on January 1 and July 1 of each calendar year. The CITY OF
FAYETTEVILLE will pay ENGINEER on a monthly basis, based upon invoices submitted by
ENGINEER to the CITY OF FAYETTEVILLE for the scope of services described in this
agreement. Payments not received within 60 days of invoice date will be subject to a one
percent monthly interest charge.
�1 Horner & Shifrin
/ Fayetteville Dot Tipton Lift Station Elimination Project
3 November 2022
Page 4
Fayetteville
Dot Tipton Lift Station Elimination
Plarm ing and Design
1',epared By. RJM
Labor Classification
LABOR: McCleish James 1 Mills n Willson, Christina 1 Jac uo Brid ett Diggs. Stan Mills Michael Visintine Brian
Task Task
Task No. Task Description M.H. Cost tP01 TE501 TES05 EP11 ET01
PROJECT STARTUP MEETING
1 Attend startup meeting with City staff 6 $1.327 2 2 2
2 Obtain available information 2 $328
2
3 Identify known maintenance issues or capacsty related issues. 2 $328
2
4 Prepare Meeting Minutes 1 $164
1
Subtotal 11 $2.145 2 7 2 0 0 ,. 0
1 COMD late area research 0 SO
2 Complete field work 2 $328
2
3 Process geld data In CAD 0 $0
4 PLS Review 0 $0
5 Delineate temporary construction easements 8 permanent sewer g $1,088
easements
4
2
6 Generate easement exhibits 8 $1.415
6
2
7 Submit easement plans to City 1 $164
1
8 Review comments with Cil staff 2 $328
2
9 OA1QC and project man emenl 5 $924
3
Subtotal 24 $4,246 0 18 ..
PRELIMINARY DESIGN -
1 Com Ioto site walk 4 S655 4
2 Sewer Layout Plan View 8 S956
3 Coordinate with local utilities 4 S567
4 Generate sanitary contributions • Current & Future 5 S694
1
5 Evaluate s tem hydraulics 9 $1.507
'
6 Generate cover sheet and general notes 2 $239
7 Generate sewer details 2 $239
8 Generate Ian and profile sheets 104 S13.514
4
9 Calculate quantities 5 S6941
I1
10 Estimate opinion of probable cost 6 $8581
11 Submit Plans and opinion of cost to City 1 $1641
12 Review comments with City staff 2 $328
13 Generate technical specifications and bid documents 28 $3,5231
14 Submit plans to ADH for comment 1 $1641
1
1
1
2
4
1
15 OAlOC and Droiect anagement 8 491
2
6
Subtotal 189 $25,649 2 26
SAINT LOUIS, MO • BENTONVILLE, AR • CHICAGO, IL • EDWARDSVILLE, IL • O'FALLON, IL • O'FALLON, MO • POPLAR BLUFF, MO is ST. CHARLES, MO
Horner & Shifrin
Fayetteville Dot Tipton Lift Station Elimination Project
18 July 2022
Page 5
Fayetteville
Dot Tipton
Lift Station Elimination
Plannin
and Desi n
Prepared By: RJM
Labor Classification
LABOR:
I McClelsh James
Mills Ryan
Willson Chrlstlna
Jacquat, Bridgtid
Diggs, Stan
Mills,Michael
Visindne Brian
Task
Task
521"
51s,
571n
$189
59s
1 5:16
S127
Task No.
Task DeserlotlonM.H.
929
1 EPOl
EP07
EP02
IES01
IES05
EPll
E101
ENVIRONMENTAL SERVICES
1
Slormwater Pollution Prevention Plan
10
$950
10
5
QAIQC and project management
3
$542
if 1
1
1 2
Subtotal
13
$1,492
0
1
0
2
10
0
0
1
Update project plans
54
E7.084
4
4
40
6
2
Update technical specAlications and bid documents
12
$1.522
2
10
3
Update opinion of probable cost
3
$403
1
2
4
Submit plans to City
1
$164
1
5
Review comments with City staff
2
$328
2
6
Submll plans to ADH for comment
1
$164
1
7
Conduct meeting with City staff
8
$1.133
4
4
8
QA/QC and proiect management
6
$1 222
2
4
Subtotal
87
$12,019
2
19
4
0
0
56
6
FINAL PLANS SPECIFICATIONS AND
i
Finalize tans. specifications, and bid documents
19
E2.508
1
2
16
2
Submit plans to City
2
$283
1
1
3
QA1QC and o'ect management
4
$775
11
3
Subtotal
25
E3,566
1
5
2
0
0
17
0
TOTAL ESTIMATE MANHOURS
349
7
76
29
2
10
207
18
TOTAL ESTIMATED LABOR COSTS
$49.117
DESIGN EXPENSES:
Total
Rem
Unit
Cost
Mileage:—
miles
$60
Subconsultant: McClelland (Geotechnical Engineering and Surveying)
SAY
$31.360
Reproduction & Photocopy:
—
SAY
=W
Field Equipment Rental Reimbursement:
—
SAY
FF
EO
Misc. Reimbursable Expenses:
—
SAY
M
ESTIMATED TOTAL REIMBURSIBLE EXPENSES:
$32,320
MARK UP PERCENTAGE:
111111111111111111W
10%
ESTIMATED TOTAL EXPENSES:
$35,552
TOTAL ESTIMATED NOT -TO EXCEED COST:
84,700
HORNER�v} SHIFRIN
Hourly Billing Rates by Classification
Effective: 05/29/2022
AP01 PROFESSIONAL 1
$
305
EP14 ENGR ENVIRONMENTAL ENGR
$ 101
AP02 PROFESSIONAL 2
$
174
ET01 PROF DESIGNER ENVIRONMENTAL ENGR
$ 131
AP03 PROFESSIONAL 3
$
154
ET02 DESIGNER ENVIRONMENTAL ENGR
$ 104
AT04 CLERICAL 3
$
95
ET03 DESIGNER ENVIRONMENTAL ENGR
$ 90
AT06 CLERICAL 6
$
79
ET04 CAD TECH ENVIRONMENTAL ENGR
$ 82
BP01 AVP BUILDING SERVICES
$
214
ET05 CAD TECH ENVIRONMENTAL ENGR
$ 76
BP02 SR PM BUILDING SERVICES
$
209
ET06 CAD TECH ENVIRONMENTAL ENGR
$ 74
BP03 SR PM BUILDING SERVICES
$
203
GP01 MANAGER
$ 189
BP04 SR PM BUILDING SERVICES
$
180
GP03 MANAGER
$ 153
BP05 SR PM BUILDING SERVICES
$
166
GP04 MANAGER
$ 142
BP07 PM BUILDING SERVICES
$
149
GT04 COORDINATOR
$ 95
BP08 PE BUILDING SERVICES
$
141
IP01 AVP - GIS/IT/SURVEY
$ 226
BP10 DESIGN ENGR BUILDING SERVICES
$
122
IP02 SR GIS/IT PROFESSIONAL
$ 147
BP11 DESIGN ENGR BUILDING SERVICES
$
116
IT01 GIS/IT ANALYST
$ 135
BP12 DESIGN ENGR BUILDING SERVICES
$
107
IT02 GIS/IT ANALYST
$ 113
BP13 ENGR BUILDING SERVICES
$
97
IT03 GIS/IT ANALYST
$ 109
BTM1 TECH MGR., BUILDING SERVICES
$
154
IT04 GIS ANALYST
$ 105
BT01 PROF DESIGNER BUILDING SERVICES
$
138
IT05 GIS ANALYST
$ 102
BT02 SR DESIGNER BUILDING SERVICES
$
113
SU01 PROFESSIONAL LAND SURVEYOR
$ 158
BT03 DESIGNER BUILDING SERVICES
$
100
SU02 PROFESSIONAL LAND SURVEYOR
$ 135
BT04 CAD TECH BUILDING SERVICES
$
89
SU03 SURVEY INSTRUMENT TECHNICIAN
$ 116
BT05 CAD TECH BUILDING SERVICES
$
82
SU04 SURVEY INSTRUMENT TECHNICIAN
$ 107
CSP01 VP CIV-SITE ENGR
$
252
SPOT VP STRUCTURAL ENGR
$ 265
CSP02 AVP CIV-SITE ENGR
$
242
SP02 AVP STRUCTURAL ENGR
$ 216
CSP03 ASST BUL CIV-SITE ENGR
$
221
SP03 SR PM STRUCTURAL ENGR
$ 203
CSP04 SR PM CIV-SITE ENGR
$
179
SP04 SR PM STRUCTURAL ENGR
$ 190
CSP05 SR PM CIV-SITE ENGR
$
168
SP05 SR PM STRUCTURAL ENGR
$ 179
CSP06 PM CIV-SITE ENGR
$
158
SP06 PM STRUCTURAL ENGR
$ 163
CSP07 PM CIV-SITE ENGR
$
146
SP07 PM STRUCTURAL ENGR
$ 149
CSP08 SR PE CIV-SITE ENGR
$
135
SP08 SR PE STRUCTURAL ENGR
$ 141
CSP09 PE CIV-SITE ENGR
$
131
SP09 PE STRUCTURAL ENGR
$ 131
CSP10 DESIGN ENGR CIV-SITE ENGR
$
119
SP10 PE STRUCTURAL ENGR
$ 122
CSP11 DESIGN ENGR CIV-SITE ENGR
$
113
SP11 DESIGN ENGR STRUCTURAL ENGR
$ 116
CSP12 SR PE CIV-SITE ENGR
$
108
SP12 DESIGN ENGR STRUCTURAL ENGR
$ 108
CSP13 ENGR CIV-SITE ENGR
$
103
SP13 ENGR STRUCTURAL ENGR
$ 101
CSP14 ENGR CIV-SITE ENGR
$
98
SP14 ENGR STRUCTURAL ENGR
$ 91
CSTM01 TECH MGR CIV-SITE ENGR
$
135
ST03 DESIGNER STRUCTURAL ENGR
$ 106
CST01 PROF DESIGNER CIV-SITE ENGR
$
132
ST06 CAD TECH STRUCTURAL ENG
$ 69
CST02 SR DESIGNER CIV-SITE ENGR
$
110
TP01 VP TRANS CIV ENGR
$ 252
CST03 DESIGNER CIV-SITE ENGR
$
95
TP02 AVP TRANS CIV ENGR
$ 221
CST04 CAD TECH CIV-SITE ENGR
$
74
TP03 ENGR MGR TRANS CIV ENGR
$ 205
CP01 DEPT MGR CONST SVCS
$
148
TP04 SR PM TRANS CIV ENGR
$ 179
CP02 PROJ ENGR CONST SVCS
$
142
TP05 SR PM TRANS CIV ENGR
$ 168
CP03 PROJ ENGR CONST SVCS
$
123
TP06 PM TRANS CIV ENGR
$ 158
CT01 CONST SVCS TECH 1
$
128
TP07 PM TRANS CIV ENGR
$ 147
CT02 CONST SVCS TECH 2
$
118
TP08 SR PE TRANS CIV ENGR
$ 152
CT03 CONST SVCS TECH 3
$
105
TP09 PE TRANS CIV ENGR
$ 137
CT04 CONST SVCS TECH 4
$
99
TP10 DESIGN ENGR TRANS CIV ENGR
$ 121
CT05 CONST SVCS TECH 5
$
87
TP11 DESIGN ENGR TRANS CIV ENGR
$ 116
CT06 CONST SVCS TECH 6
$
74
TP12 DESIGN ENGR TRANS CIV ENGR
$ 113
EP01 VP ENVIRONMENTAL ENGR
$
275
TP13 ENGR TRANS CIV ENGR
$ 110
EP02 AVP ENVIRONMENTAL ENGR
$
216
TP14 ENGR TRANS CIV ENGR
$ 105
EP03 ENGR MGR ENVIRONMENTAL ENGR
$
207
TES01 ENV SCIENTIST TRANS CIV ENGR
$ 189
EP04 SR PM ENVIRONMENTAL ENGR
$
196
TES02 ENV SCIENTIST TRANS CIV ENGR
$ 168
EP05 SR PM ENVIRONMENTAL ENGR
$
180
TES03 ENV SCIENTIST TRANS CIV ENGR
$ 142
EP06 PM ENVIRONMENTAL ENGR
$
175
TES04 ENV SCIENTIST TRANS CIV ENGR
$ 121
EP07 PM ENVIRONMENTAL ENGR
$
164
TES05 ENV SCIENTIST TRANS CIV ENGR
$ 95
EP08 SR PE ENVIRONMENTAL ENGR
$
143
TTM1 TECH MGR TRANS CIV ENGR
$ 126
EP09 PE ENVIRONMENTAL ENGR
$
130
TT01 PROF DESIGNER TRANS CIV ENGR
$ 116
EP10 PE ENVIRONMENTAL ENGR
$
125
TT02 SR DESIGNER TRANS CIV ENGR
$ 104
EP11 DESIGN ENGR ENVIRONMENTAL ENGR
$
119
TT03 DESIGNER TRANS CIV ENGR
$ 92
EP12 DESIGN ENGR ENVIRONMENTAL ENGR
$
110
TT04 CAD TECH TRANS CIV ENGR
$ 70
EP13 ENGINEER ENVIRONMENTAL ENGR
$
105
2022E
TRACT 001, CITY OF FAYETTEVILLE
Permanent Easement
11377 Sq.Ft.
Legend
Proposed Permanent Easement
Temporary Construction
p Y /i
Easement 3,662 Sq.Ft.
j
/ Permanent Easement
7,317 Sq.Ft.
Tract 001
Parcel Number
775-17901-001
City of Fayetteville /
a � t
/ ; F Temporary Construction
Easement 4,791 Sq.Ft.
l
Temporary Construction
Easement 2,017 Sq.Ft.
r V-i - --_
Temporary Construction Easement y.
Parcel Boundary
100-yr Floodplain
mcE �Ns��r CONSULTING
ENGINEERS, INC.
Tract 001
Parcel Number
001-06803-000
City of Fayetteville
J.
VII . "';y/
25 50 100
F
?�ey
� /5
Drawn By: Date: Project:
Scale 1" = 50' Greenland, AR a
B.A.B. October 25, 2022 21-2120
0 50 100
NE CORNER
SCALE 1" = 100' NEY4, NW3/4
SECITON 9 m
T-15-N, R-30-W
1901.140QIre1
N090 48' 10"W-28.77' N870 27' 22"W-391.97'
\ S530 50' 16"E-81.35'
N530 50' 16"W-52.38' \ 1 TRACT 1
\ CITY OF FAYETTEVILLE
'{ PN:775-17901-001
N09° 48' 10"W-28.77' Q \ I
DEED 93-47367
N531 50' 16"W-23.41' I I
S080 50' 16"E-166.22'
N080 50' 16"W-149.33'----_` \
TCE 01A I \I
3662 SQ. FF. I \ I
0.08 AC. ESMT 01A
N080 50' 16"W-141.05' 1 7317 SQ. FT'
1 0.17 AC.
S810 09' 44"W-20.00'
N080 50' 16"W-8.04' y
S050 36' 31"E-81.78'
N050 36' 31"W-75.15' \I
N280 08' 44"E-45.96'� %)
N090 48' 10"W-29.91'—""�y
S290 21' 39"W-75.63'
S87° 03' 43"E-60.98'
N35° 25' 25"E-63.09'B
POB ESMT B
N350 25' 32"E-20.00'--� /--,
S540 44' 11"E-14.39'
N540 44' 11"W-6.16'
TCE O1C�/�
2017 SQ. FT.
0.05
4343' 0707"W-51.88'
N090 44' 02"W-64.43
S35° 16' 53"W-13.41
TCE 01B
� 0.1 1 FT.
0.11 Ac.
c.
G�-S35° 16' 53"W-132.98'
kEESMT
TRACT 01
CITY OF FAYETTEVILLE
PN:001-06803-000
DEED 92-46172
S09° 44' 02"E-52.72'
01B
377 SQ. FT.
.03 AC.
5° 16' 53"W-28.28'
LEGEND
N87° 27' 22"W-455.24'
001-06803-000 TAX PARCEL NUMBER [!!CL/"� PROPOSED RIGHT-OF-WAY
91-46172 DEED RECORD r7----- -i PROPOSED UTILITY EASEMENT
EXISTING PROPERTY LINE F_T E_ _ E� PROPOSED TEMP. CONST. EASEMENT
BASIS OF BEARINGS: ARKANSAS STATE PLANE COORDINATE SYSTEM, NZ 83, NORTH ZONE. (NOT A PLAT OF SURVEY)
TW IT MCCLELLAND
"ATE R ED SEWER IMPROVEMENTS ECONSULTING
mC
10.20.22 1 EXHIBIT "A" GREENLAND, AR ENGINEERS, INC.
SCALE PRO], AS NOTED 21-NUMBER
2120 MAP TRACT 01 1580 E. STEARNS ST.
CITY OF FAYETTEVILLE, AR FAYETTEVILLE, AR 72703
# F X`, — 1 (479)443-2377
TRACT 028, CITY OF FAYETTEVILLE
J
N
L y
4
1
Tract 028
Parcel Number
775-17984-000
City of Fayetteville
Tract 028
Parcel Number
775-17972-000
City of Fayetteville
Permanent Easement
5,246 Sq.Ft.
� 4F_
4 # '
11111 � �
t
.JL-- .
t
Temporary Construction � k� 4bft
G 4 i
Easement 4,303 Sq.Ft. - ►
�j
Legend
Proposed Permanent Easement
Temporary Construction Easement
Right of Way
Parcel Boundary
F
0 12.5 25 50
I
McCLELLAND Drawn By: Date: Project: Greenland, AR
Scale 1" = 25' Q
CONSULTING B.A.B. October 25, 2022 21-2120 R`
ENGINEERS, INC.
0 20 40
SCALE 1" = 40'
NE CORNER
SWY4, SW1i4
SECTION 33
T-16—N, R-30—W
SW —SW
33-16-30
I
� CITY OF FAYETTEVILLE
PN:775-17984-000
DEED 92-18783
TRACT 28
CITY OF
FAYETTEVILLE
PN:775-17972-000
DEED 1446-697
� I
N080 10' 31"W-25.16' N860 01' 36"E-23.00'
S890 50' 56"E-189.44' N870 04' 53"W-478,24-
ESMT 28 S010 51' 23"W-25.13'
\ \ \ \ \ \ \ \ \ \ \ 5246 SQ. FT. \ \ \ \ \ \ \ \ \ \ \ \ \
\\\\\\\\\\\ 0.12AC. \\\\\\ \\\\\\\
... � S010 51' 23"W-3.66'
N890 48' 55"W-186.70' S860 01' 36"W-21.35'
S120 17' 36"E-24.13'
•^T�rrr
N08 110' 31"W-15.68' N870 03' 23"W-149.16'
N871 03' 23"W-61.90' G
U'1
BAILEY DRIVE TCE 28 p I
p 4303 SQ. FF.
0.10 AC. lZ
R/ W R/ W
R/ W
J
N
LEGEND
775-17984-000 TAX PARCEL NUMBER [!!CL/�� PROPOSED RIGHT-OF-WAY
92-18783 DEED RECORD r777 77-71 PROPOSED UTILITY EASEMENT
L-- ------ i
EXISTING PROPERTY LINE F_T E_— _ E� PROPOSED TEMP. CONST. EASEMENT
BASIS OF BEARINGS: ARKANSAS STATE PLANE COORDINATE SYSTEM, NAD 83, NORTH ZONE. (NOT A PLAT OF SURVEY)
TW IT MCCLELLAND
DATE R sED SEWER IMPROVEMENTS ECONSULTING
mC
10.20.22 1 EXHIBIT "A" GREENLAND, AR ENGINEERS, INC.
SCALE PR- UMBER.
AS NOTED 21_2120 MAP TRACT 28 1580 E. STEARNS ST.
`, CITY OF FAYETTEVILLE, AR FAYETTEVILLE, AR 72703
# F X - 1 (479)443-2377
TRACT 029, CITY OF FAYETTEVILLE
Q
Tract 029
Temporary Construction /
/ PN:765-15531-001
Easement 2,187 Sq.Ft. / DEED: 2009-35547
City of Fayetteville
$ F. / a
I I
�r I Tract 029
+ I PN: 775-17985-000
I' DEED:92-2800
I
Permanent Easement
19,452 Sq.Ft.
71
Temporary Construction Tract 029
Easement 9,073 Sq.Ft. PN: 775-17968-000
DEED: 92-?
Tract 029
nni. '77r- '1'7n 7 7 nnn
I
3
Tract 029
PN: 775-17974-000
DEED: 92-7956
Tract 029
PN: 775-17980-000
DEED: 92-57456
Tract 029 ♦ \
PN:775-17976-000 \ `
DEED:92-32137 \
Legend Tract 029 \
PN:775-17965-000 \
Proposed Permanent Easement DEED: 15-666/668 \ ♦I
Temporay Construction Easement
Right of Way
Temporary Construction
Parcel Boundary Easement 4,151 Sq.Ft.
100
MM9F
AFEEMcCLELLAND Drawn By: Date: Project: Greenland, AR
CONSULTING Scale 1" = 50' B.A.B. October 25, 2022 21-2120
ENGINEERS, INC.
N360 40' 06"E-67.22'
5260 39'57"E-22.38'
N36° 40' 06"E-82.53'
A�j S260 39' 57"E-27.98'
TCE 2FT
2187 SQ. FT.
0.05 AC.
N07° 09'44"E-37.12' / \
I PN:765-15531-001
N070 09' 44"E-31.85' \ i DEED 2009-35547
\ S36° 40' 06"W-48.08'
_ N82° 50' 16"W-20.00'
N070 09' 44"E-57.63'_F \/ S070 09' 44"W-62.92'
S83° 24' 30"E-20 00N871 06' 20"W-195
0 50 100
SCALE 1" = 100'
ui 18
N07° 09' 44"E-20.09' n POB
\ PN: 775-17985-000 NE CORNER
N070 09' 44"E-126.77' I DEED 92-2800 SWl/a,
f SWY4
N07° 09' 44"E-106.50'J \ SECTION 33
z \I T-16-N, R-30-W
TCE 29B \ I�
9073 SQ. F. I O
0.21 AC. In
PN:775-17968-000
sw-sw
TRACT 29 DEED 92-??
� � �
33-16-30 H
CITY OF .�
FAYETTEVILLE I rn
r\
N07° 04' 28"E-215.75'\_ \ 0)
\ �N
N070 04' 28"E-232.21' \ o
fN M M
PN 775-17977-000 PN: 775-179 9 000 LLr)n
O DEED 92-79 6 "'
EED 92-7955 I ° 7' o
N860 13' 49"E 92.94' o ESMT 29 `1l
U y 19452 SQ. FT. Lu
w N860 01' 36"E-111.49' f- 0.45 AC. z p
a
w N01° 51' 23"E-20.44' J ) PN: 775-17980-000 I
a IDEED 92-57456
N01° 51' 23"E-25.02' DEED
FAO
z S860 04' 45"W-95.70'
R/W S860 04' 45"W-26.00' FAO\ \\11
° PN: 775-17976- 00
~ DEED 92-32 37 G BAILEY DRIVE°,8 r1�\ \1��
w R/W U) L(UNDEVELOPED) 1\ �\ \ \\10
w G 72 19\
w � O
> IFS\sue \\
G) PN: 775-17965-000 40"W-26.49'
o DEED 15-666/668
a 6
m � TCE 29C SOS° 23' 40"W-26.49'
_ 4151 SQ. FT.
ly 0.10 AC.
2
r
3 L E G E N D
775-17965-000 TAX PARCEL NUMBER =� PROPOSED RIGHT-OF-WAY
° 15 668 DEED RECORD 77��� PROPOSED UTILITY EASEMENT
gC-----
w — — EXISTING PROPERTY LINE F—T E— _ PROPOSED TEMP. CONST. EASEMENT
BASIS OF BEARINGS: ARKANSAS STATE PLANE COORDINATE SYSTEM, NAD 83, NORTH ZONE. (NOT A PLAT OF SURVEY)
IANAGER' N By
TW IT MCCLELLAND
BATE R s SEWER IMPROVEMENTS mCECONSULTING
10.20.22 1 EXHIBIT "A" GREENLAND, AR ENGINEERS, INC.
PT
AS NOTED 21-2120 eR. MAP TRACT 29 1580 E. STEARNS ST.
` CITY OF FAYETTEVILLE, AR FAYETTEVILLE, AR 72703
# F X, — 1 (479)443-2377
; .acobs
Fayettevi Re
Client Monthly Report for September 2022
October 18, 2022
City of Fayetteville
CITY OF
.00W FETTE1fILLE
ARKANSAS
Fayetteville and Jacobs - Leaders in Sustainability:
Together for Our Community, Solutions for Our Tomorrow
Jacobs Fayetteville Client Monthly Report for September 2022 ,;acobs
Contents
ExecutiveSummary......................................................................................................................................................................2
1.
Plant Operations............................................................................................................................................................. 3
1.1
WRRF Process Control..................................................................................................................................................................... 3
1.2
Compliance..........................................................................................................................................................................................4
1.3
Successes..............................................................................................................................................................................................4
2.
Biosolids Management Site Operations....................................................................................................................5
2.1
Biosolids Process............................................................................................................................................................................... 5
2.2
Issues/Resolutions............................................................................................................................................................................ 5
2.3
Successes..............................................................................................................................................................................................5
2.4
Compliance..........................................................................................................................................................................................5
2.5
BMS Revenue......................................................................................................................................................................................6
3.
Maintenance.....................................................................................................................................................................7
3.1
Noland WRRF......................................................................................................................................................................................7
3.2
West Side WRRF.................................................................................................................................................................................
8
3.3
Lift Stations..........................................................................................................................................................................................
8
3.4
Biosolids Management Site...........................................................................................................................................................
8
3.5
Key Performance Indicators/Measures....................................................................................................................................9
3.6
Capital Improvement Projects(CIP)........................................................................................................................................10
4.
Laboratory/Industrial Pretreatment........................................................................................................................11
5.
Woolsey Wet Prairie......................................................................................................................................................14
6.
Community Outreach & Sustainability....................................................................................................................16
7.
Health & Safety..............................................................................................................................................................17
AppendixA.
Additional Information......................................................................................................................................18
Jacobs — Fayetteville Project
ON
Jacobs Fayetteville — Client Monthly Report for September 2022 jaco S
Executive Summary
For the month of September, the Noland Water
Resource Recovery Facility (WRRF) reported a
permit Limit excursion for the Fecal Coliform
monthly average. Details of the non-compliance is
provided in subsections of this report. The West
Side WRRF reported 100% compliance during the
month.
The month ended with a positive financial variance
which increased when compared to the previous
month. The non -Labor expenses continued to
decrease, which may reflect a timing issue related
to delays with invoicing the parts and equipment
purchases. The Labor expense decreased with the
staff reassignments and change in management
staffing. As indicated in the table below, the year-
to-date projected budget for September is
favorable by $71,277.
Budget Performance
Month
Labor
Dollars
Non -Labor
Dollars
Monthly
Dollars
Jan 2022
-53-.O5B
-517.-6-
-551,553
FeC 2022
-572.573
521,3-1
-551,5a2
[Aar2022
-595.9E7
5130,732
531,77E
Apr2O22
-5110.221
5209.647
599.e26
l4ay2022
-5131.E79
51136,71E
55 ,136
Jun2022
-5199.3E7
5177,033
-5=.32-
JuI202:2
-5229,869
5171,917
-559.OE2
Aug 2022
-5174.682
5147.099
-527,E3-
Sap 2022
-5226,941
515 ,E64
-571,277
oct 2022
Now2O22
Cac2O22
llinimum
7229=
-517.464
- ,1 2„
llaximum
-53_.O59
5209,647
Budget Performance Graph
Lmbx Non- _}
Jacobs — Fayetteville Project
ON
Jacobs Fayetteville — Client Monthly Report for September 2022 jaco S
1. Plant Operations
For the month of September, the Noland Facility had limited treatment during the last week of the month,
due to equipment failures, which resulted in a permit excursion for the Fecal Coliform monthly average.
The West Side Facility maintained treatment process and was within permit compliance throughout the
month. Details of the equipment failures, Noland WRRF permit exceedances and the corrective and
preventive actions are provided below, Section 1.1.
This month's effluent quality data and influent loadings data can be viewed in Appendix A.
1.1 WRRF Process Control
Noland
During the last week of September, the Noland WRRF experienced a Fecal Coliform Monthly Average
permit exceedance due to equipment related issues that contributed to incomplete treatment of the
discharging effluent. On September 28t", the analyzed results of a Fecal Coliform sample collected the
previous day was read and operations supervisor was notified there was a result of greater than (>)12,098
MPN/100 mL, on a 1.5 dilution sample. The effluent discharging to the White River was halted and
diverted to the holding pond.
The staff investigated and discovered the fecal permit exceedance was due to multiple failures occurring
with the return Activate Sludge (RAS) control monitoring equipment and the RAS pumps. The RAS pump
had malfunctioned, but SCADA indicated the pump was running. The staff became aware when the MLSS
concentration continued to decrease while increasing the pump speed. The decrease in MLSS includes a
reduced biological capability to effectively remove contaminates, which increased ozone demand and
hindered disinfection. Upon further investigation the staff discovered that several technical failures had
occurred: the MLSS TSS probe had lost its calibration; the PLC for RAS pump control malfunctioned; and
a RAS pump for the West Basin had failed.
The PLC was replaced, the West Basin was removed from service to provide the proper MLSS
concentration, and the process lab TSS testing regiment was increased which verifies the TSS monitoring
probes calibration. The process lab testing confirmed that all process parameters had returned to normal
parameters by the next day, September 29t", 2022, and discharge was resumed to the White River; no
other process issues were observed.
In addition to the initial corrective actions taken, a portable pump was staged at the RAS well as a critical
spare while the expedited repair of the RAS pump repair was underway.
Jacobs — Fayetteville Project
ON
Jacobs Fayetteville — Client Monthly Report for September 2022 jaco S
West Side
During September, Westside WRRF received a total of 1.5 inches of rain, with influent flows remaining
consistent during the dry summer season. The MLSS concentration target was increased in preparation
for anticipated cooling temperatures in October.
1.2 Compliance
Due to the greater than (>) Fecal Coliform result (sampled 9/27/22), the Noland WRRF will need to report
a permit exceedance for the Fecal Coliform 7-day maximum in next month's Discharge Monitoring Report
(DMR) because the event occurred within the week ending on Oct 15t, 2022. The greater than result
additionally engenders non-compliance for the Fecal Coliform Monthly Average permit parameter, which
is documented with September's DMR to the state.
No non-compliance issues to report for the West Side WRRF for this month.
1.3 Successes
The completion of the bioprocess waste gate actuator installation has enhanced adjustment of influent
flow going into process and into the equalization basin, which allows for a more consistent load to the bio
units ultimately aiding in minimizing upsets from loading swings.
Jacobs — Fayetteville Project
ON
Jacobs Fayetteville — Client Monthly Report for September 2022 jaco S
2. Biosolids Management Site Operations
2.1 Biosolids Process
During the month of September, the WRRF's produced a total of 1,805 wet tons of biosolids. No belt filter
pressed bio-solids were sent directly to the landfill, instead all 1,805 wet tons produced were able to be
spread into the solar houses and partially dried before being disposed of at the landfill. An estimated 663
tons of water removed from the material leaving the final weight total of partially dried biosolids to the
landfill to come to 1,143 tons, saving an estimated $31,943 in tipping fees, with the total cost for the
month to come to $55,070.
2.2 Issues/Resolutions
September was a productive month for the Biosolids Management Site. The meticulous process of
partially drying all biosolids at BMS before disposal at the landfill greatly adds to BMS staff's hauling
responsibilities, and the retirement of an experienced commercial driver significantly increases the
difficulty of meeting the WRRF's wasting requirements. Two BMS operators recently acquired their
commercial licenses however they do not yet have the same experience or skill set as the recently retired
full-time driver. A job requisition for this position was opened upon the announcement of the CDL
(Commercial Driver License) driver's retirement and we are currently in the process of finding a full-time
replacement.
2.3 Successes
The BMS continues to accept all water -treatment residuals (WTR) produced by the NWA Water Utility,
Beaver Water District. The WTR is evenly applied across all application zones, as is required in the No -
Discharge Permit associated with the site. In another outstanding month, the BMS staff was able to apply
approximately 1,206 tons of WTR, with revenue produced from the application totaling over $39,000.
As was projected, there was an increase in hay sales in September. Approximately 461 tons were sold
resulting in over $43,000 in sales. The hay harvesting operation slowed toward the end of the month as
the forage growth decelerated and it is anticipated that Area 1 (previously known as areas 1,2 & 3) and
part of Area 3 will be the only areas harvestable for the month of October.
2.4 Compliance
There were no BMS Operations compliance issues during the month of September.
Jacobs — Fayetteville Project
Jacobs Fayetteville - Client Monthly Report for September 2022
2.5 BMS Revenue
Table 2-1: Revenue generated from the BMS
Jacobs
Product Tons Sold/Received Revenue Generated
Hay 461 $43,604.00
Fertilizer 0 $0.00
Water Treatment Residuals 1,206 $39,808.00
Figure 2-1: Revenue generated from the BMS via hay, fertilizer, and WTR
Revenue Generated
Biosolids Management Site
$350,000
$300,000
$250,000
$200,000
$150,000
$100,000
$50,000
�
c:e O
O Monthly 2021 Monthly 2022 e Cumulative 2022
Jacobs — Fayetteville Project
Jacobs Fayetteville — Client Monthly Report for September 2022
3. Maintenance
3.1 Noland WRRF
Jacobs
An eventful September for Noland began with rebuild preparations of the main backup 2-megawatt
generator (Caterpillar Genset System). Maintenance coordinated with Riggs Cat and other vendors to
successfully remove the generator and arrange hauling services to the shop for a full generator rebuild
service. The rebuild service is estimated to take several months, due to supply chain issues, with
completion expected near the end of December of this year.
Noland Filter Cell 3 Rebuild
Filter Cell 3 received a
full rebuild with the
removal of troughs,
sand bed and screens.
The troughs were
replaced with 3/16"
stainless steel
troughs, new screens
were installed, and a
fresh sand bed was
applied. There are two
more filter cells
scheduled for
rehabilitation to
complete this project.
Jacobs — Fayetteville Project
ON
Jacobs Fayetteville — Client Monthly Report for September 2022 ,taco S
3.2 West Side WRRF
The main perforated roller on Belt Filter Press: Unit 2 was installed by the maintenance team with the
main drive being replaced by the SCADA team. This asset was out of service for several months due to the
previous main roller failure (twisting in half). Both presses at West Side have now been returned to normal
operational service.
3.3 Lift Stations
Routine maintenance tasks were completed throughout the month and lift stations performed within
specifications with no adverse issues.
3.4 Biosolids Management Site
A new conveyor was received for the upcoming biosolids drying system installation.
Jacobs — Fayetteville Project
Jacobs Fayetteville - Client Monthly Report for September 2022
3.5 Key Performance Indicators/Measures
Figure 3-1: Labor Hours by Work Order Type
❑ 980.85, 0
❑ 49.50, 0
❑ 124.32, 0
Jacobs
administrative
❑ corrective maintenance emergency
1 769.43, 0
corrective maintenance non
emergency
corrective maintenance from pm/pdm
preventive maintenance
❑ project
56,0 ❑ safety
Figure 3-2: Work Order Count by Type
administrative
❑ corrective maintenance emergency
❑ corrective maintenance non
emergency
❑ corrective maintenance from pm/pdm
❑ preventive maintenance
❑ project
❑ safety
❑ n n% n 1AA 70i
_. 33,2
❑ 6, 0°/
❑ 55, 3%
14, 88%
Jacobs — Fayetteville Project
ON
Jacobs Fayetteville — Client Monthly Report for September 2022 jaco S
3.6 Capital Improvement Projects (CIP)
For the month of September, purchase orders were issued for the following items:
• New variable frequency drive for Lift Station 12 on Double Springs Road in Farmington
• Replacement wear ring for pump 5 at the Lift Station 7
• New HVAC system for the West Side MCC room
• Scum pump for Clarifier 4 at Noland WRRF.
RAS Pump 2 at Noland was sent to Jack Tyler Engineering for a hidden damages' inspection. The repair
quote was forwarded to the utilities department for administrative approval.
The CIP completed during the month are:
• The 'Hamestring' Lift Station (7) Pump was successfully installed after being repaired by J.R.
Stewart.
• New roller for West Side's Belt Filter Press 2 was purchased and installed.
• Two new post -aeration blowers were commissioned at the West Side facility.
• Pond Return Pump 1, repaired by Jack Tyler Engineering, was commissioned at the Noland facility.
• The new solids conveyer was received by BMS that will be integrated into the new biosolids drying
system.
Jacobs — Fayetteville Project
ON
Jacobs Fayetteville — Client Monthly Report for September 2022 jaco S
4. Laboratory/Industrial Pretreatment
In September, the WRRF laboratory submitted the required annual Environmental Protection Agency
(USEPA) Discharge Monitoring Report Quality Assurance Study (I)MR-CIA), an ungraded blind sample
study on all permitted parameters, which is required of major, and selected minor, NPDES permit holders.
To qualify, permit holders must obtain Performance Evaluation (PE) samples from an approved provider.
To certify excellence, Jacobs requires all OMFS Projects that perform DMR reportable tests onsite to
participate in at least two PE studies per year.
Analyses were completed and submitted to NSI Lab Solutions, EPA Region VI and the Arkansas
Department of Environmental Quality (ADEQ). Both studies in 2022 passed for all parameters; the next
study will be conducted in April 2023.
Whole Effluent Toxicity (WET) samples were collected for the White River outfall at the Noland facility.
Samples were sent to Cove Environmental in Stillwater, OK for analysis. White River passed WET testing
for both species; Ceriodaphnia Dubia, water flea, for survival and reproduction and the Pimephales
promefas, fathead minnow, for growth assessment, showing neither lethal nor sublethal effects, in the full
dilution series outlined in the permit of 97%, 73%, 55%, 41 %, 31 %, and 0%.
West Side Goose Creek samples were collected and sent to Cove Environmental to complete a Whole
Effluent Toxicity Screening test as outlined in the Toxicity Reduction Evaluation Plan. The test passed,
showing no toxicity for survival or growth to the fathead minnow, Pimephales promelas.
ADEQ IPP officials came to NWA to perform a Pretreatment Compliance Inspection (P.C.I.) for the City of
Fayetteville's pretreatment program, including on -site inspections of Elkhart and Hiland Dairy guided by
Jacobs IPP coordinator John Byrd.
With their industrial permit expiration coming up at the end of the year (December 2022), Elkhart
submitted their permit renewal application to the IPP department with adequate time to process.
At the Client's request, Jacobs IPP coordinator John Byrd and APM Sarah Garrison investigated a 1,300
gallon tac oil spill and subsequent cleanup along a White River tributary near the University of Arkansas
campus; investigation was followed with a detailed report of the findings to the Client.
Additionally, Byrd assisted Mark Rogers in representing the City of Fayetteville in a meeting with Sonic
corporate management to discuss the cost recouperation fine levied against them regarding the
continuous grease trap cleaning issues that lead to costly labor and resources spent on keeping the
'Greenland' Lift Station (29) unclogged and operational.
Jacobs — Fayetteville Project
Jacobs Fayetteville — Client Monthly Report for September 2022
.;acobs
Monthly surcharge and waste hauler reports were completed and sent to the city for billing. For revenue
generated from the IPP, see the following Table 4-1, Figure 4-1 and Figure 4-2.
$140,000
$120,000
$100,000
$80,000
$60,000
$40,000
$20,000
Table 4-1: Revenue generated from the Industrial Pretreatment Program (IPP)
Revenue
$76,973.63 1 Surcharges on August data
$3,000.00 I Fees from hauled waste accepted in September
$0.00 I Other fees paid in September
$0.00 Fines assessed in September
Zero violations for all industrial Users violations on August data
Figure 4-1: IPP revenue total from surcharges, fees, and fines
Revenue Generated
Industrial Pretreatment Program
�a t<eo P Q�e O� 0 ewe
❑ 2021 Monthly Surcharge Fees plus Hauled Waste Fees
❑ 2022 Monthly Surcharge Fees plus Hauled Waste Fees
Jacobs — Fayetteville Project xii
Jacobs Fayetteville - Client Monthly Report for September 2022
.;acobs
Figure 4-2: Loads of hauled waste -by hauler and cumulative loads per month
Hauled Waste Summary
70
60 -
50
40
30
20
10
0 -W z 1-u 6- dn��
❑ 2022 APT ❑ 2021 APT ❑ 2022 BJ ❑ 2021 BJ ❑ 2022 TOTAL ❑ 2021 TOTAL ❑ 2022 CIC
Jacobs — Fayetteville Project xiii
Jacobs Fayetteville - Client Monthly Report for September 2022
5. Woolsey Wet Prairie
Jacobs
The end of September largely marked the end of both
Woolsey's herbicide treatments and this 2022's
summer growing season. Wildflowers and grasses -
9 9 9
both desirable natives and target nonnatives alike - i.
put forth final bloom -efforts producing a richly color- -�
washed wet -prairie landscape. By month's end local s
weather (-1.85-inches rainfall compared to
September's 4.8-inches normal average) has shifted f{
back to very dry, late -summer conditions despite
August's brief respite of drought -like conditions. IVoo,seyVJetPru'neswQrapMag4?;d'Qre-.summerb'&oms
While some herbicide treatments were completed for both sericea
lespedeza and small carpet grass populations, a discovery of
several dozen nonnative, invasive Indian heliotrope (Heliotropium
indicum) located in wetland cells W1, E1, E2, E4, E5 and the gas -
line easement pulled staff away from typical chemical
applications to hand pulling dozens of mature plants, 3-4 feet
diameter, that were well within their bloom cycle and on the verge
of line easement pulled staff away from typical chemical
applications to hand pulling dozens of mature plants, 3-4 feet
diameter, that were well within their bloom cycle and on the verge
of viable seed development. In additional to herbicide treatment
of developing seedlings, staff collected and removed
approximately 150-pounds of heliotrope biomass representing
BivonurrgIndian hehotrope, woorsey Wet Praine the removal of tens -of -thousands of otherwise viable invasive
remavalof Indian
w eland areas.
Jacobs - Fayetteville Project AV
ON
Jacobs Fayetteville — Client Monthly Report for September 2022 jaco S
seeds. Similarly, the IVM team chemically treated several Johnsongrass plants while collecting dozens of
seedhead blooms from upland buffers and city property adjacent to Woolsey Wet Prairie. integrity of
nearby restoration project areas.
Lastly, staff also responded to unusually dry conditions by drawing down water levels from Woolsey's two
pond areas (wetland cell E4 & W2). Recommendations from UofA biology -department research indicates
that some of Woolsey's most unique amphibian species may be negatively impacted by perennial water
sources by encouraging green sunfish and bullfrog populations, which feed heavily on developing
tadpoles and young amphibians. Encouraging opportunities for Woolsey's ponds to completely dry -out
will positively control predator populations, while promoting populations of comparatively much more
uncommon amphibian and reptile species. Small-scale herbicide treatments may continue into October
and November for species such as Himalayan Blackberry, Japanese Honeysuckle, Winter Creeper and
fescue while field work will largely shift toward completing prescribed burn preparations next month.
Jacobs — Fayetteville Project
I
Jacobs Fayetteville — Client Monthly Report for September 2022 ,taco S
6. Community Outreach & Sustainability
ti
a
it
The first week of September, a handful of Jacobs staff hosted
and volunteered with local streambank restoration group
Watershed Conservation Resource Center (WCRC) for the
annual seed collection event at the Fayetteville BMS property
along the White River flood plain areas where native the grass
Virginia Wild Rye (Elymus virginicus) thrives and is a great boon
to streambank longevity.
9TH ANNUAL NWA�%%�B[aJ VOLUNTEER EVENT Planning started coming underway
��LJ�f alieGreen for this year's Blue -Green
InFrasir.ave
9=I �� FAYETTEWest 1 ' Infrastructure volunteer event at
': � ARN�NSq
Woolsey Wet Prairie and West Side
WoolseyWRRF. Partnering organizations
will include IRWP, BWA, BWD,
• WCRC, NWA Master Naturalists,
and multiple University of
Arkansas biology research teams.
Volunteers will be introduced to
w BGI-spaces such as Woolsey Wet
Prairie, West Side Rain Gardens and
Bioswales, and network with regional organizations similarly focused on local environmental -quality
related challenges and stewardship endeavors. Volunteers will also participate in the collection of local
native wildflower -grass seeds that will be used to improve BGI-spaces throughout the Fayetteville
community.
Jacobs — Fayetteville Project
ON
Jacobs Fayetteville — Client Monthly Report for September 2022 jaco S
7. Health & Safety
This month the Fayetteville WRRF staff received training to address potential hazards resulting from
Electrical Shock and Arc flash. Three maintenance employees completed the eight -hour session which
addresses the proper usage and inspection of personal protective equipment along with hazard
recognition and correction. The associates were required to perform a demonstration of skills to verify
competency of training. Arc flash and shock safety continue to be an extremely dangerous situation faced
by most electrical workers in every industry. Accepted training guidelines are driven by OSHA regulatory
categories to include 1910.332 and are designed to prepare all employees that encounter electrical
hazards.
The safety team continues with its efforts to provide weekly safety inspections and the WRRF did not have
any incidents to report during the month. The preferred method of weekly inspection requires an in-depth
Look into the existing facility buildings and structures throughout the facility. The inspector is guided by a
checklist in ION City and any items that are flagged within the checklist are recorded and a follow-up
safety correction work order is created.
Jacobs — Fayetteville Project xvii
Jacobs Fayetteville - Client Monthly Report for September 2022
Appendix A. Additional Information
Effluent & Influent Data
White River Effluent Characteristics
Jacobs
2022
Monthly
Average WR
CBOD
Flow (mg/L)
(MGD)
5.7
WR WR TSS WR TSS WR WR WR
CBOD Phos Phos Ammonia
(lbs/d) (mg/L) (lbs/d) (mg/L) (lbs/d) (mg/L)
599 5.0 525 1.0 105.0 0.5
WR
Ammonia
(lbs/d)
D.O. Fecal
Avg pH Min pH Max Coliform
Min (s.u.) (s.u.) (MPN/
(mg/L) 100m1)
11.0 6.0 9.0 200
Permit
Limit
September
53
January
6.2
2.9
146
1.8
91
0.15
8.0
0.07
4
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
0.15
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
3.6
183
0.35
17.9
0.12
6
16.2
7.0
7.6
37
July
5.2
2.9
160
1.5
79
0.36
19.0
0.11
4
15.6
6.9
7.6
107
August
5.3
4.4
192
1.6
70
0.33
14.5
0.06
3
15.1
7.2
7.6
136
September
4.5
3.8
142
1.7
63
0.30
10.5
0.06
2
15.9
7.5
7.7
66
October
November
December
Average
6.2
3.9
207
2.4
125
0.24
12.2
0.12
7
16.7
7.2
7.6
52
Jacobs- Fayetteville Project xviii
MI
Jacobs Fayetteville — Client Monthly Report for September 2022 jaco S
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
September
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
41413
5
339
May
310
21,509
50
3,736
8
613
June
368
20,717
47
21932
8
474
July
374
20,534
53
2,201
11
457
August
361
15,694
57
2,643
7
334
September
372
14,106
67
2,922
5.1
222
October
November
December
Average
341
18,297
60
31270
6
325
Jacobs — Fayetteville Project
Jacobs
Jacobs Fayetteville - Client Monthly Report for September 2022
Goose Creek Effluent Characteristics
2022
Monthly
Average
Fl
(Row
Row
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
(m n
pH Min
(s.u.)
pH Max
(s.u.)
Fecal
Coliform
(MPN/100m1)
Permit
Limit
September
5.3
442.0
10.0
834
1.0
83.4
1.0
83.4
6.9
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
5.8
2.0
91
1.0
47
0.13
6.0
0.05
2
8.6
7.3
7.8
9
August
7.3
2.3
144.6
1.0
62
0.07
4.5
0.05
3.4
8.7
7.3
7.7
12
September
6.8
2.5
138.0
1.0
55
0.06
3.3
0.03
1.6
8.8
7.3
7.7
8
October
November
December
Average
9.4
2.1
162.8
1.0
79
0.08
6.5
0.05
4.4
9.7
7.1
7.5
7
Jacobs - Fayetteville Project
.;acobs
Jacobs Fayetteville - Client Monthly Report for September 2022
Paul R. Noland Influent Characteristics
Monthly Hydraulic BOD Organic TSS TSS PO4 PO4 NH3 NH3
Noland Average Loadings Loading Loading Loading Loading Loading Loading Loading Loading
WRRF Flow Percent of Percent of Percent of Percent of Percent of
_ (MGD) Design (lbs/d) Design (lbs/d) Design (lbs/d) Design (lbs/d) Design
Designed 12.6 29,666 23,198 765 2,250
(Annual Avg.)
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
3.9
30.6%
11,832
39.9%
7,935
34.2%
185
24.2%
615
27.3%
August
4.8
38.4%
17,100
57.6%
8,961
38.6%
218
28.5%
878
39.0%
September
4.4
34.7%
11,794
39.8%
8,171
35.2%
219
28.6%
858
38.1%
October
November
December
Average
6.1
48.4%
14,725
49.6%
9,053
39.0%
195
25.4%
803
35.7%
Jacobs - Fayetteville Project xxi
Jacobs
Jacobs Fayetteville - Client Monthly Report for September 2022
West Side Influent Characteristics
Monthly
Hydraulic
Organic
TSS
PO4
NH3
West Side
Average
Loadings
BOD
Loading
TSS
Loading
PO4
Loading
NH3
Loading
Loading
Loading
Loading
Loading
WRRF
Flow
Percent of
(lbs/d)
percent of
(lbs/d)
percent of
(lbs/d)
percent of
(lbs/d)
percent of
(MGD)
Design
Design
Design
Design
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
5.8
58.4%
10,797
74.0%
14,063
96.4%
180
30.9%
1,435
74.8%
August
7.3
73.0%
10,496
71.9%
12,539
85.9%
265
45.3%
1,580
82.4%
September
6.8
67.7%
10,419
71.4%
11,859
81.3%
184
31.6%
1,276
66.5%
October
November
December
Average
9.4
93.7%
11,264
77.2%
12,715
87.1%
192
32.9%
1,360
70.9%
Jacobs - Fayetteville Project