0% found this document useful (0 votes)
29K views220 pages

Water Operator RFQ

The RFQ is to select a proposer to provide operations and maintenance services for Jackson, MS water treatment facilities including two water treatment plants, well facilities, tanks, and related equipment. The award will be for a one year emergency contract to address the 2022 water crisis, but the city intends to solicit continuing services for 5 additional years. The facilities include conventional and membrane water treatment plants, well facilities, storage tanks, and related infrastructure.

Uploaded by

Anthony Warren
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
29K views220 pages

Water Operator RFQ

The RFQ is to select a proposer to provide operations and maintenance services for Jackson, MS water treatment facilities including two water treatment plants, well facilities, tanks, and related equipment. The award will be for a one year emergency contract to address the 2022 water crisis, but the city intends to solicit continuing services for 5 additional years. The facilities include conventional and membrane water treatment plants, well facilities, storage tanks, and related infrastructure.

Uploaded by

Anthony Warren
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 220

REQUEST FOR QUALIFICATIONS (RFQ)

Professional Services for


Operation, Maintenance and Management of
O.B. Curtis Water Treatment Plant,
J.H. Fewell Water Treatment Plant,
Tanks, and Well Facilities of the
City of Jackson, Mississippi
______________________________________________________________________________________

RFQ#: 3140003275 Issued: October 14, 2022


Points of Contact:
Name Position Agency Phone Email
Sumar B. Davis Finance & Mississippi Emergency 601-933-6367 sbdavis@mema.ms.gov
Accounting Director Management Agency
Sallie Sones Contracts Officer Mississippi Emergency 601-933-6381 ssones@mema.ms.gov
Management Agency

Project Summary: The RFQ is to select a proposer that will provide full time operations,
and maintenance of the City of Jackson, Mississippi, water treatment facilities and various
components of the water system. The award will be for a one (1) year emergency contract
and the successful Proposer will be eligible for additional procurements made by the City of
Jackson for similar services.

EMERGENCY PROCUREMENT
Pursuant to the Mississippi Safe Drinking Water Act of 1997 ( §41-26-1 et sec.), the Mississippi State Department of
Health, upon receipt of information that emergency circumstances exist for customers of the City of Jackson,
Mississippi drinking water system to receive safe drinking water and that a public water system emergency exists, is
imminent or can reasonably be expected to occur without the immediate implementation of additional staffing and
remediation measures declares a public drinking water supply emergency in the City of Jackson, Mississippi on
August 29, 2022. Pursuant to §33-15-11(b)(17), Governor Tate Reeves proclaimed a State of Emergency to exist later
the same day that listed in part, that the State Incident Command Center enter into a contract(s) for sufficient staff to
operate the plant. President Biden issued a federal declaration of emergency on August 30, 2022. This expedited
procurement was developed by the Unified Command of the 2022 City of Jackson Water Crisis. The Unified
Command team consists of Incident Commanders representing the City of Jackson, Mississippi Emergency
Management Agency (MEMA), Mississippi State Department of Health (MSDH), United States Environmental
Protection Agency (USEPA) and the Federal Emergency Management Agency (FEMA).

RFQ – October 2022 Page 1 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
Due Date: November 7, 2022
Due Time: 1:00 PM CST
Location: Mississippi Emergency Management Agency
#1 MEMA Drive, Pearl, MS 39208
Mailing address: Post Office Box 5644
Pearl, MS 39288-5644

RFQ – October 2022 Page 2 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
PART I – INTRODUCTION

1.1 PURPOSE

The Mississippi Emergency Management Agency (MEMA) in support of current federal and
state declarations of emergency and in unified command with the City of Jackson, invites the
submittal of proposals from qualified firms interesting in providing full service operations
and maintenance services for the City of Jackson, Mississippi, water treatment facilities: the
O.B. Curtis (OBC) Water Treatment Plant (WTP) located at 100 O.B. Curtis Drive,
Ridgeland, MS 39157, the J.H. Fewell (JHF) WTP located at 2302 Laurel Street, Jackson,
MS 39202, the City of Jackson Well System (COJ Well System) (a separate ground water-
supplied system which serves portions of south Jackson and the adjacent City of Byram), related
facilities for raw water intakes, metering of water through the plants and well, raw water
chemical feed facility and related facilities and all elevated and ground storage tanks,
associated wells and related equipment and appurtenances (cumulatively noted as City of
Jackson water treatment facilities in this document). The proposal does not include operation or
maintenance of pipes, valves and other equipment and appurtenances in the distribution system.

This Request for Qualifications (RFQ) has been issued to provide Proposers with information to
prepare and submit a detailed proposal which must satisfy all criteria established in this RFQ to
qualify for consideration. The goal of this RFQ is to identify a Proposer having the demonstrated
experience and financial capability to effectively and efficiently assume the responsibilities
outlined in this RFQ. This emergency contract will be a one-year agreement, to be funded by
the City of Jackson, for the operations and maintenance of the City of Jackson’s water treatment
facilities. The contract will be between the City of Jackson and the most qualified Proposer.
Proposers must demonstrate to the satisfaction of a grading panel from the Unified
Command group for the 2022 Jackson Water Crisis Response that they meet all the
qualification requirements described herein. The term of the contract shall commence as soon as
possible, and legal requirements related to the 2022 Jackson Water Crisis limit the term to one (1)
year, but the City of Jackson intends to solicit for continuing services in the spring of 2023 for an
additional five-years with options to renew. The successful Proposer will be allowed to compete
for the longer-term solicitation. Award of a professional services contract for this project is
subject to the availability of funds.

RFQ – October 2022 Page 3 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
1.2 BACKGROUND

The City of Jackson is the capital of Mississippi located in central Mississippi. The City of
Jackson water treatment facilities serve approximately 160,000 people through approximately
60,000 service connections within the City of Jackson and neighboring community of Byram.

1.3 SOURCE WATER OPERATIONS

• The source water for OBC is the Ross Barnett Reservoir, managed by the Pearl River
Valley Water Supply District (PRWSD). The PRWSD is the state agency created to
construct and manage the 33,000-acre Barnett Reservoir and the 17,000 acres
surrounding the lake.

• The source water for the JHF plant is the Pearl River.

• The well system draws water from the Sparta Aquifer.

1.4 DESCRIPTION OF THE FACILITIES

1.4.1 O.B. Curtis (OBC) Conventional WTP

The OBC is comprised of three plants on a single site at 100 O.B. Curtis Drive, Ridgeland, MS
39157. The first plant on the OBC site is a 25 MGD facility constructed in 1993 that currently
produces 12-18 MGD on average. The facility is a traditional conventional plant using
aluminum chlorohydrate (ACH) as the coagulant. UV treatment is attached to filtration which is
followed by chloramination for disinfection (Gaseous chlorine and ammonia for chloramine
production).

1.4.2 OBC Membrane WTP

The second plant at OBC is a direct ultrafiltration membrane plant constructed in 2007 with a 25
MGD capacity. It is comprised of six (6) (Zeeweed 500D) treatment trains and uses ACH for

RFQ – October 2022 Page 4 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
coagulation. Filtration is followed by chloramination for disinfection (Gaseous chlorine and
ammonia for chloramine production).

1.4.3 Corrosion Control and Chemicals Used at OBC

Both plants use Cal-Flo Liquid Lime for corrosion control treatment. Other chemicals used on
site for drinking water treatment include potassium permanganate, fluorosilicic acid, and a
cationic polymer.

Water from both the conventional and membrane plants at OBC flows to on-site underground
clear wells and is pumped into the distribution system through two (2) high service (HS)
facilities.

Additional details on the OBC WTP can be found in Attachment A – (Mississippi State
Department of Health, Bureau of Public Water Supply, Master Data Sheet), beginning on page
19.

1.4.4 Residuals Handling Facility

The third plant at OBC is the residuals handling facility. It is comprised of an equalization basin
that receives all reject waters from both drinking water plants, two (2) gravity
thickeners/clarifiers and two (2) centrifuges. Dewatered solids are transported off-site to a
landfill and centrate water is discharged to the Pearl River pursuant to a NPDES permit.

1.4.5 J.H. Fewell (JHF) WTP

JHF WTP is located at 2302 Laurel Street, Jackson, MS 39202. The JHF is a conventional
WTP constructed in 1914 with a 20 MGD capacity and currently produces between 10-20 MGD
as needed to supplement production at OBC. It uses alum as a main coagulant. Filtration is
followed by chloramination for disinfection (Gaseous chlorine and ammonia for chloramine
production). UV treatment is performed at high service and corrosion control treatment is
achieved using hydrated lime. Other chemicals used on site for drinking water treatment include
potassium permanganate, fluorosilicic acid, a cationic polymer, polyphosphate (to protect UV

RFQ – October 2022 Page 5 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
components), and chlorine dioxide generation (optional for manganese treatment). Solids
handling is through the sanitary sewer system. Additional details can be found at Attachment A
– (Mississippi State Department of Health, Bureau of Public Water Supply, Master Data Sheet),
beginning on page 18.

1.4.6 Booster Stations

Booster stations are located at Windsor Road and TV Road. Details can be found in Attachment
A – (Mississippi State Department of Health, Bureau of Public Water Supply, Master Data Sheet),
beginning on page 20.

1.4.7 Storage Tanks

Location Capacity
(gallons)
Riverside Drive 500,000
Suncrest Drive 200,000
Forest Avenue 1,000,000
Chastain Drive 1,500,000
Lynch Street 1,000,000
Livingston (Zoo) 500,000
Elaine Street 1,000,000
NW Industrial Park 1,000,000
Mill Street 1,500,000
Byram Industrial Park 1,000,000
Presidential Hills 250,000
Magnolia Road 500,000
Cedar Hills 250,000
Maddox Road (Ground) 3,000,000
Springridge Road (Ground) 2,000,000

Details can be found in Attachment A – (Mississippi State Department of Health, Bureau of Public

RFQ – October 2022 Page 6 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
Water Supply, Master Data Sheet), beginning on page 20.

1.4.8 Well Information

• Wiggins Road
• Willowood
• TV Road
• Siwell Road
• Highway 18
• Maddox Road & Highway 18

Details can be found in Attachment A – (Mississippi State Department of Health, Bureau of Public
Water Supply, Master Data Sheet), beginning on page 21.

1.5 REFERENCE DOCUMENTS

MEMA has compiled reference documents for review and use by Proposers in preparing their
response to this RFQ and provided as Attachments.

1.6 ACCURACY OF RFQ AND RELATED DOCUMENTS

The State of Mississippi and the Unified Command for the 2022 Jackson Water Crisis assumes no
responsibility that the specified technical and background information presented in the RFQ, or
otherwise distributed or made available to Proposers is complete or accurate. Without limiting the
generality of the foregoing, MEMA will not be bound by or be responsible for any explanation or
interpretation of the proposal documents other than those given in writing as an addendum to this
RFQ. Should a recipient of the RFQ find discrepancies in or omissions from this RFQ and related
documents, the recipient of this RFQ shall immediately notify the designated Contact Person
identified on page 1 in writing via email. If necessary, any discrepancies will be resolved in
writing in an Addendum to this RFQ.

The State of Mississippi and the Unified Command for the 2022 Jackson Water Crisis reserves the

RFQ – October 2022 Page 7 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
right to request additional information with respect to any proposal received. The State of
Mississippi and the Unified Command for the 2022 Jackson Water Crisis reserves the right to
accept proposals deemed to be in the best interest of the 2022 Jackson Water Crisis Response and
Recovery, to reject any or all of the responses, to waive any irregularity or informalities, to
continue the RFQ process by seeking additional submissions, or to abandon the process altogether.

1.7 MANDATORY SITE VISITS

Mandatory site visits have been scheduled as follows:

• O.B. Curtis WTP Thursday, October 27, 2022, starting promptly at 9 am


• J.H. Fewell WTP Thursday, October 27, 2022, starting promptly at 2 pm

Each Proposer is limited to three (3) participants per tour. Proposers must attend both
water treatment plant site visits. Proposal will not be accepted by Proposers who fail to
attend at these dates and times.

1.8 OTHER FACILITIES

Proposers are encouraged to visit the City of Jackson elevated and ground storage water
tanks, the Windsor and TV Road Booster Stations, and the six well locations for the
groundwater portions of the system. These can be observed from outside the fence at any
time. Information on wells, booster stations, and storage tanks is provided in Attachment A
- (MSDH Inspection Report) and questions on wells, booster stations, and storage tanks will
be answered during the water treatment plant tours.

1.9 CONFIDENTIALITY

All observations and information provided at the required site visit is considered sensitive and
must be kept confidential. Due to the sensitive nature of this solicitation, Proposers are implored
to uphold confidentiality through the entire request process. A demonstrated breach of
confidentiality will be grounds for disqualification from this solicitation process.

RFQ – October 2022 Page 8 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
1.10 SOLICITATION SCHEDULE

Listed below are the important dates for this Request for Qualifications (RFQ).
Event Date
Date RFQ Issued October 14, 2022
Plant Site Visit (Required) October 27, 2022
Final Date for Q&A October 28, 2022
Proposals Due November 7, 2022
Notification of RFQ Award November 10, 2022
Contract Start Date November 15, 2022

PART II – SCOPE OF WORK

2.1 PERFORMANCE STANDARDS

2.1.1 The successful Proposer shall operate and maintain the City of Jackson water treatment facilities in
compliance with all applicable city, local, state, and federal laws and regulations. The successful
Proposer shall maintain full compliance at all times with national, regional, and state standards for
the operation and maintenance of a public water supply system.

2.1.2 The successful Proposer shall operate and maintain the City of Jackson water treatment facilities to
meet the goals and contract operations objectives listed in Section 1.1 of this document.

2.1.3 The successful Proposer shall develop and implement procedures to ensure attainment of these
goals.
• Protecting the public health and welfare.
• Protecting the health and safety of the plant operating staff.
• Complying with all applicable laws, rules, regulations, and ordinances, including without
limitation, local, state, and federal water quality and supply requirements and safety
requirements.
• Protecting the environment.
• Protecting and preserving the plant equipment and facilities.

RFQ – October 2022 Page 9 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
• Maximizing plant operational efficiency while achieving full regulatory compliance and
compliance with the contract operations objectives listed in Section 2.2; and
• Providing the necessary physical and cybersecurity protections to the prevent intrusions and/or
attacks.

2.1.4 The successful Proposer’s achievement of the contract operations objectives will be subject to
periodic review by the City, based in part on a review of: regulatory monitoring and oversight
materials; plant data and reporting; and the data and information gathered from the City.

2.2 CONTRACT OPERATIONS OBJECTIVES

2.2.1 During the term of the contract, the successful Proposer shall be solely responsible for all aspects
of operation and maintenance, including all labor, chemicals, materials, utilities, and all regulatory
costs necessary to treat and deliver to the transmission system up to the plant’s maximum design
capacity of water. The successful Proposer shall be solely responsible for electric and gas and
any other required utilities, including ancillary utilities and costs shall be incorporated in the
contractor's quote. The successful Proposer will make arrangements with local utilities and/or
suppliers to establish billing addresses that conform with the Proposer's accounts payable
procedures. The successful proposer shall be solely responsible for all labor, materials, and costs
associated with providing the operation and maintenance of the City of Jackson water treatment
facilities and will enter into an agreement with the appropriate agency(s). The appropriate
agency(s) plan to enter into an agreement with the Proposer that best demonstrates the ability to
assume full responsibility for the safe, efficient, and cost-effective operation and maintenance of
the City of Jackson water treatment facilities in compliance with all applicable federal and state
laws. Accordingly, the successful Proposer shall assume all responsibilities associated with
operating and maintaining the water treatment facilities, to ensure reliability of operations, and to
maintain the value of City of Jackson’s investment in water treatment facilities and equipment.
The successful Proposer shall be required to provide all labor, materials, supplies, chemicals, fuel,
vehicles, services, administration, reporting, monitoring, and other necessary items or services for
compliant reliable uninterrupted, economical operation of the managed assets to ensure the
continuous operations of the City of Jackson water treatment facilities including electric, water,
and sludge management. Specific responsibilities of the Proposer include, but are not limited to:
• Fulltime management of all persons, equipment, and facilities associated with the

RFQ – October 2022 Page 10 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
production of treated water from City of Jackson water treatment facilities.
• Fulltime operation and maintenance of the City of Jackson water treatment facilities by
means of the Proposer’s employees and subcontractors.
• Fulltime operation of the City of Jackson water treatment facilities to treat water up to the
design capacity of the plants, in compliance with all applicable laws and regulations.
• Delivery of potable water to the City and co-participant transmission including Nissan and
the City of Byram through high service pumps and wells.
• Regulatory compliance – successful Proposer shall ensure that all employees comply with
applicable federal, state, and local health and safety regulations and all employees are
oriented to the safety, health, and environmental regulations specific to City of Jackson
water treatment facilities.
• Efficient and effective operation of the City of Jackson water treatment facilities.
• Optimizing operation of facilities to provide cost efficient treatment within the plant design
capacity including energy management
• Compliance with all permits and regulations.
• Power consumption.
• Facilities performance compliance.
• Facilities insurance.
• Sludge removal/dewatering and residual disposal.
• Facilities equipment upkeep and preventative maintenance.
• Maintenance and upkeep of grounds.
• Security at facilities.
• Alternating pumps and/or motors.
• Cleaning screens and clear and wet wells.
• Exercising emergency standby power systems.
• Adjusting packing glands.
• Testing SCADA and alarm systems.
• Operating and checking SCADA equipment.
• Checking motor voltage and current using hand meters.
• Servicing and lubrication of equipment.
• Tightening belts and adjusting equipment.
• Ordering and procurement of chemical, fuel, and supplies.

RFQ – October 2022 Page 11 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
• Administrative and technical work related to NPDES permit renewals.
• Maintaining an inventory listing of all City of Jackson supplies and equipment under the
Operator’s control.
• Immediately responding and attending to emergency conditions.
• Diagnosing problems and requesting assistance to solve them if necessary.
• Providing input on design or upgrade efforts.
• Facility security checks.
• Assist in capital and operating budget preparation.
• Performing routine inspections and meeting with regulatory agencies.
• Responding to regulatory correspondence with City of Jackson where operator input is
needed.
• Provide properly licensed and certified operators and personnel to perform the duties
outlined herein.
• Recording, interpreting, and reporting accurate information from flow and elapsed time
meters.
• Verifying flow information.
• Providing City of Jackson Director of Public Works or designee with daily, weekly,
monthly, and annual reports regarding the performance of the facilities; and
• Monitoring for any needed improvements within the system.

At a minimum, the proposer shall meet the following regulatory requirements and any subsequent
modifications:
• All applicable regulatory permits
• NPDES permit for each water treatment facility (Attachment C)
• Sludge Disposal Regulations (state and federal)
• Storm water permit requirements and pollution prevention plans for the facility
• Federal and state Safe Drinking Water laws and regulations
• March 27, 2020, Emergency Administrative Order issued by the US EPA Region 4
(Attachment D)
• July 1, 2021, Administrative Compliance Order by Consent between the City of Jackson
and US EPA Region 4 (Attachment E)
• Comprehensive Equipment Repair Plan (CERP) (Attachment F)

RFQ – October 2022 Page 12 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
• February 21, 2021, Amendments to City of Jackson Optimal Corrosion Control Treatment
Plan (Attachment G)

2.2.2 The Proposer shall collect, remove, and dispose of all screenings, grit, trash, and debris from the
facilities to a central disposal container provided by the City of Jackson. The City of Jackson shall
contract for and shall be responsible for the cost of servicing the container to remove the wastes to
an appropriate disposal site.

2.2.3 The City of Jackson will assume responsibility for the cost of structural repairs to buildings and
grounds that are the result of deterioration, storm damage, and Acts of God exceeding $5,000.
The Proposer shall be required to maintain the plant and equipment in a manner that preserves the
managed assets and ensures the reliability and efficiency of the facilities and systems. All
buildings, structures, property, and equipment shall be maintained in accordance with standards
pursuant to maintenance requirements as established by the City of Jackson. Existing levels of
redundancy must be maintained for the facility. The City of Jackson intends to, subject to the
availability of funding and based upon a prioritized capital improvements list, undertake
upgrading, repair, and replacement projects as recommended and authorized by the City of
Jackson Public Works Department. The successful Proposer may bid on any competitively
procured work to be accomplished at any facility for which they are responsible for maintenance
and operations.

The City will work in consultation with the successful Proposer to refine and prioritize capital
improvement investments to ensure that each project not already proceeding remains needed once
the successful Proposer has operated the plants for 60 days. All capital improvement projects shall
be closely coordinated with the successful Proposer to ensure maintenance of plant operations
(MOPO) throughout any construction project without incurring undue additional operation costs.

The successful Proposer may identify any additional potential capital improvement projects for the
City of Jackson to consider for funding. Projects that are projected to reduce operations and
maintenance costs shall be cost shared with the successful Proposer’s share of the capital
investment equal to 50% of the projected cost reduction over the remaining contract term.

2.2.4 The successful proposer shall perform all sampling and laboratory analyses required by City of

RFQ – October 2022 Page 13 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
Jackson permits and necessary for process control.

2.2.5 The successful Proposer shall be required to develop and implement a program for employee
training for operation and maintenance skills improvement related to the requirements of the
contract operation, as well as development and implementation of a safety and security plan.

2.2.6 The successful Proposer shall keep the City of Jackson informed of the operation and maintenance
of the Facilities through daily, weekly, and monthly reports. The Proposer, if authorized by the
City of Jackson, shall deal in a professional manner with individuals and community groups
concerned with any aspect of the operation of the Facilities. The successful Proposer shall submit
a daily one-page report to include information on flow, loads, staffing, and significant events. The
successful Proposer shall submit weekly summary reports to include summary information on the
previous seven (7) days. The successful Proposer shall maintain records of operations,
maintenance, repair, and improvement activities at the facilities and shall prepare and submit to
the City of Jackson a monthly report, delivered to the City of Jackson Director of Public Works
each month, including a narrative summary of operations and all data required for monthly
reporting. The monthly report shall also include photographs and maintenance log reports of
equipment breakdowns, process problems, potential problems, or any other issues or concerns.

2.3 REPORTING RECORD MANAGEMENT

The Proposer shall properly record all jar test results, dosage settings and/or changes, pump
rates/times, laboratory/process control test results, all backwash run times and volumes,
maintenance activities, QA/QC protocols, and any and all pertinent information. The City
of Jackson has entered an Emergency Administrative Order (EAO) and an Administrative
Compliance Order on Consent (AOC) with USEPA Region 4. The proposer shall be
responsible for providing all relevant operational and equipment status reporting data and
meeting all reporting dates to the City of Jackson Public Works Director or designee.
Reports related to the EAO and AOC shall be submitted to the Director of the Department of
Public Works a minimum of 7 days prior to the dates required in the EAO and AOC with the
exception of weekly operating reports (WORs), monthly operating reports (MORs), and
National Primary Drinking Water Regulations compliance reports, which must be submitted
prior to due dates as prescribed by state and federal regulations. The Proposer shall record

RFQ – October 2022 Page 14 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
all data in the appropriate format (bench sheets/electronically) as prescribed by the
regulatory agency and shall maintain all records for a minimum of ten (10) years. If there is
a separation between parties and the agreement is severed, all records related to City of
Jackson water treatment facilities operation, maintenance, and treatment are to be transferred
to the City of Jackson and remain the sole custody of the City of Jackson.

Except for the AOC related reports which shall be filed as described herein, the proposer shall
file all reports to the appropriate agency within the legal deadline and provide a copy of same
to the Director of Public Works.

2.3.1 While the City of Jackson will maintain responsibility for long- and short-term planning for the
facilities, the successful Proposer shall be required to participate in planning activities and provide
information to the City of Jackson on a regular basis in support of City of Jackson’s long- and
short - term planning objectives for capital improvements and maintenance requirements as well
as policy and regulatory matters.

• Capital Improvements.
The successful Proposer shall be required to provide information and recommendations for
capital improvements to increase operating efficiency, improve quality of service and
extend the useful life of assets including development of information to support capital
financing plans.

• Maintenance.
The successful Proposer shall be required to provide information and make
recommendations to make updates to existing maintenance plans and support the
development of a long-term maintenance strategy for the City of Jackson water treatment
facilities, including identification of cost-saving measures, cost-effective maintenance
projects and routine/preventive maintenance program scheduling.

• Policy/Regulatory Issues.
The successful Proposer shall be required to evaluate proposed or actual regulatory
changes from an operations standpoint to determine their effect on City of Jackson water
treatment facilities capacity, management, operation, and maintenance including any

RFQ – October 2022 Page 15 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
financial impacts or required changes to City of Jackson’s policies and procedures. City of
Jackson may also require input from the successful Proposer to establish or challenge the
appropriateness of permit limitations.

2.4 PROPOSER’S MANAGEMENT SERVICES

General Management Requirements

2.4.1 The City will be the Proposer’s primary contact for the duration of the contract. The City will
facilitate discussions and interactions with other critical agencies such as the Mississippi State
Department of Health and US Environmental Protection Agency.

2.4.2 The Proposer shall provide at least one office site at the OBC WTP for City staff to utilize during
the contract period. The City shall provide access to the authorized representatives of the MSDH
and USEPA upon request during normal business hours with or without notice. The Proposer will
allow the City to audit and measure the performance of equipment at the City of Jackson water
treatment facilities at any time without notice, provided however, any audits or performance
measurements by the City will be at their expense.

2.4.3 The Proposer shall provide at the Proposer’s sole expense all labor, materials, both durable and
consumable, and supplies, utilities, and management systems necessary to perform the Proposer’s
obligations. The Proposer will manage the facilities to ensure attainment of the specified general
requirements and the performance objectives. The Proposer’s management responsibilities also
include, the services set forth below at a minimum.

Transition Services

2.4.4 Transition Plan - The Proposer shall prepare a transition plan and submit it to the City within five
(5) calendar days of receiving the notice to proceed. The transition plan will identify the
coordination of all activities required for the orderly transfer of service from the City to the
Proposer from the date the Proposer receives a notice to proceed through the operational start date,
which the transition period may not exceed twenty (20) calendar days. The transition plan will
specifically identify activities that will be completed prior to the operational start date, the week

RFQ – October 2022 Page 16 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
after the operational start date, and for the remainder of the month after the operational start date.

At a minimum, the transition plan shall include all the items set forth in this section and the
following items:
• Transition Schedule.

• Staffing Plan.

• Linear Responsibility Chart.

• Staff Training Plan; and

• Communications Management Plan

2.4.5 Transition Management Requirements – The Proposer shall put in place the management
structure, processes, and procedures required to complete the scope of services. The Proposer
shall complete any staff hiring or relocations required to fulfill the entire staffing plan by the
operational start date. All subcontracts and sourcing agreements for chemicals, utilities,
equipment, materials, and supplies shall be in place and active prior to the operational start date to
ensure a smooth transition.

2.4.6 Inventory – The Proposer shall review and validate the existing inventory of all spare parts,
equipment and other items owned by City and certify such inventory by signing jointly (Proposer
and the City) a schedule of all items in such inventory (“Initial Inventory”). The initial inventory
will also include the existing chemical, fuel, and other consumables on site as of the operational
start date. The initial inventory shall be signed prior to the operational start date.

2.4.7 Information Technology Systems – During the transition period, the City will provide access to
the SCADA information technology systems (software, firmware, hardware) that the Proposer will
use to provide the services delineated in the agreement. Throughout the service term, the Proposer
will adhere to the policies and procedures concerning information technology systems duly issued
and amended by the City from time to time. The Proposer is expected to manage the information
networks in a secure manner and will include their approach and procedures to maintaining the
security of these systems in their Information Technology Systems (ITS) Implementation and use
plan.

RFQ – October 2022 Page 17 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
2.4.8 Hands on Transition - The Proposer will monitor plant operations side-by-side with City plant
operations staff and Unified Command resources for the period of time defined in the transition
plan which must include multiple shifts prior to the Proposer’s assuming operational
responsibility.

2.4.9 Management Oversight and Quality Assurance and Quality Control (QA/QC) Plan – The
QA/QC Plan shall identify how the Proposer will ensure that all aspects of the agreement,
including reporting requirements, are fulfilled. The management oversight and QA/QC plan will
describe the Proposer’s quality control and assurance program and identify the individuals
responsible for documenting and monitoring QA/QC at the City of Jackson water treatment
facilities during the service term.

2.4.10 Staffing and Training Plan – The Proposer will prepare a detailed staffing and training plan for
the operations and maintenance of the City of Jackson water treatment facilities. The staffing and
training plan will identify the plant manager(s), key operation, and maintenance positions and their
roles along with the planned staffing, by position, for each shift which will be provided in an
organization chart format. The staffing and training plan will also identify key management
personnel, quality control, technical, safety and other available support staff, which must also
include ongoing training and certification of its staff.

2.4.11 Communications Plan - The Proposer shall prepare and maintain a communication plan that
identifies key responsible individuals within the Proposer’s organization and the City. The plan
shall provide a communication protocol for routine plant operations and required notifications,
including notice of emergency conditions. The communication plan will include contact
information for each key individual including e-mail and cell phone numbers for contact outside
of normal working hours. The communication plan must also address the Proposer’s proposed
plans for community engagement as approved by the City.

2.4.12 Maintenance of Essential Data and Records Plan – The Proposer will develop and document its
plan for protecting and maintaining essential data and records in the event of information
technology system failure, other catastrophe or disaster, or information/data that may be
compromised.

RFQ – October 2022 Page 18 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
2.4.13 Safety Program and Plan – The Proposer’s safety program and plan will identify methods for
ensuring compliance with OSHA safety regulations, as well as all other applicable safety
regulations and requirements. These other safety requirements include but are not limited to, local
health and safety regulations and manufacturer’s safety procedures and recommendations. The
safety program and plan will specify the safety training that the proposer will provide, will
describe how a safe work environment will be maintained at City of Jackson water treatment
facilities, and will prescribe the implementation and use of the directives of the safety program
and plan. The safety plan must also address plant security and vulnerability protection.

2.4.14 Emergency Operations Plan – The Proposer’s emergency operations plan will address, at a
minimum, procedures for responding to fires, floods, hurricanes, winter storms, tornadoes,
chemical spills, and loss of electric power. The Proposer’s emergency response plan shall also
address operations during a pandemic and other health emergencies which may have an impact on
available on-site staffing, facility access, and other routine supply and maintenance procedures.
The Proposer’s emergency operations plan will be coordinated with the City’s current emergency
response plans. The Proposer’s operations plan will also be coordinated with applicable City risk
management and emergency plans. The Proposer shall provide a general procedure for
responding to gaseous chlorine emergencies and must have an acceptable response plan in
place within thirty (30) days of contract award.

Responses to Emergencies within or around facilities operated by the successful Proposer


shall include immediate notification to first responders, if warranted. Additionally,
notification to the City of Jackson Public Works Director or designees and regulatory
agencies should be made as appropriate at the earliest possible opportunity. It is imperative
that all applicable occupational safety and health statutes be followed to ensure an
appropriate response that protects the health and welfare of employees, visitors, on-site
contractors and proposers, and the surrounding community. A plan and timeframe for
integrating Emergency Response Plans (ERPs) should be included in the proposal. The
City of Jackson will revise its ERP to ensure appropriate communication lines and contact
information is readily available to both parties.
NOTE: The City of Jackson will consider working with the successful Proposer in
evaluating alternative primary disinfection techniques, but no changes will be made

RFQ – October 2022 Page 19 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
without the express written consent of the Director of Department of Public Works for the
City of Jackson and all appropriate regulatory bodies.

2.4.15 Plant Operations and Process Control Plan – The successful Proposer shall operate and
control the transmission of raw water, treatment through the WTPs and distribution of
finished water to the City of Jackson’s distribution system. The Proposer shall perform all
necessary process control testing to provide optimum dosages for each chemical applied in
the treatment trains and provide proper disinfection of the water to meet all CT requirements
and residual requirements. Operations of drinking water facilities must meet all applicable
state and federal Safe Drinking Water Act (SDWA) Regulations. Operations of the residuals
handling facility must meet NPDES permit requirements. Operations and process control
must include winterization and resiliency needs in all facilities. The Proposer’s plant operations
and process control plan will prescribe how the available treatment units will be used to meet the
capacity, performance, and regulatory requirements of the agreement. The City of Jackson water
treatment facilities operations and process control plan will also describe the operation of each
process unit under normal, maximum, and minimum flow/load conditions and will present the
target operational parameters and metrics. The plan will also identify potential abnormal
conditions and provisions to deal with changes in raw water quality and actual and potential plant
upset conditions.

NOTE: No changes to the treatment process can occur without the express written consent of
the Director of the Department of Public Works for the City of Jackson and until the
appropriate approvals have been obtained from all regulatory agencies.

2.4.16 Compliance Monitoring, Sampling and Testing Plan – The Proposer’s compliance monitoring,
sampling, and testing plan will provide procedures for sampling and testing raw and treated water
in conformance with all applicable laws. The compliance monitoring, sampling, and testing plan
will also provide the protocols, methodologies and information needed to enable the Proposer to
operate the facilities in accordance with the plant operations and process control plan to meet all
permit requirements. The compliance monitoring, sampling, and testing plan will include the
quality control and quality assurance procedures for both in-house and contract laboratory
procedures.

RFQ – October 2022 Page 20 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
2.4.17 Sludge Management Plan – The Proposer’s sludge management plan will delineate the
Proposer’s approach to managing sludge dewatering and disposal to meet the goals and objectives
established by the City.

2.4.18 Sustainability Plan – The Proposer’s sustainability plan must be consistent with the EPA’s Clean
Water and Drinking Water Infrastructure Sustainability Policy and must follow the Proposers
sustainability policy. The goal of the sustainability plan is to operate and maintain the plant to
provide effective utilization and efficient and sustainable use of the City of Jackson water
treatment facilities’ assets over their life cycle. The plan must provide for conservation and
resource efficiency.

Proposer Staffing

2.4.19 The Proposer shall staff the OBC and JHF WTP’s 24 hours a day, 7 days a week and other City of
Jackson water treatment facilities as appropriate, and shall provide qualified management,
supervision, and technical support personnel necessary to perform the services required by this
agreement in accordance with the approved staffing plan. The Proposer shall maintain the
operations staff shown in the staffing plan as approved and at a minimum consistent with the
requirements of the State of Mississippi. Staffing must include at least one Mississippi Class “A”
licensed Surface Water Operator or higher onsite during each shift who will be designated as the
“Operator in Responsible Charge”. The staffing plan must provide the names of the following key
staff: plant manager(s), chief operator(s), and maintenance manager(s). Changes in key staff shall
be made only with the written approval of the City.

2.4.20 The Proposer's plant manager(s) shall have overall responsibility for the operation and
maintenance of the City of Jackson water treatment facilities and shall act as liaison between the
Proposer and the City. The resume of the Proposer's plant manager(s) shall be provided to the City
with the staffing plan. The plant manager(s) must be approved in writing by the City on or before
the notice to proceed. Accordingly, the Proposer shall not replace or remove the approved OBC or
JHF WTP manager(s) during the term of this agreement without the prior written notice to the
City.

RFQ – October 2022 Page 21 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
2.4.21 The Proposer's staff shall include one chief operator (with a Mississippi Class "A” Water
Operator's License or better) or equivalent of an operations manager (currently job classification
used at the existing facility). The Mississippi State Department of Health can review and
expeditiously process requests for out-of-state operator certification reciprocity. The chief
operator(s) shall be responsible for all matters related to the operation of the City of Jackson water
treatment facilities. These chief operators will be full-time employees dedicated solely to the
assigned water treatment facility and will maintain responsibility for assigned water treatment
facility with the ability to respond to the facility’s staff around the clock.

2.4.22 The Proposer’s maintenance manager(s) will work collaboratively with the maintenance
schedulers, and operations management personnel to ensure all maintenance is performed to
standards.

2.4.23 Proposer's technical and maintenance support team shall assist the Proposer’s on-site staff.
Technical specialists shall provide support and training in areas of water treatment, process
residual processing and disposal safety, instrumentation, and preventive and predictive
maintenance at no additional cost to the City. All the Proposer's operations specialists shall be
qualified to provide the technical assistance required under this agreement. These qualified
technical and maintenance support specialists shall be available during all shifts to respond to
problems that may arise at the City of Jackson water treatment facilities. Proposer's technical and
maintenance support team(s) shall function to ensure regular operations of the City of Jackson
water treatment facilities by controlling water quality and maintenance.

2.5 HIRING OF EXISTING PLANT STAFF

2.5.1 The successful Proposer will be required to make an offer to hire each existing City of
Jackson employee currently at the City of Jackson water treatment facilities (positions listed
in Attachment B). The offer must be at or above the current salary with a benefit package
comparable to the existing package provided. Retirement benefits shall be the standard
retirement benefit afforded to all the Proposer’s employees. All employees hired under this
provision shall remain employed by the Proposer at or above the initial level of
compensation for a minimum period of 6 months at either the OBC or JHF WTFs.

RFQ – October 2022 Page 22 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
Termination prior to the 6-month period may only be for cause and the proposer should
consult with the City of Jackson prior to termination.

Proposer Communications

2.5.2 The Proposer shall implement and maintain the communication plan and provide communications
on routine operations, required notifications, and emergency conditions.

2.5.3 While the City remains as the primary point of contact, the Proposer may at times need to
coordinate with other governmental entities. These communications shall be facilitated through
the City.

2.5.4 The Proposer shall have no direct contact with the public or media without the express consent of
the City. All public and media contact should be immediately reported and referred to the city’s
Public Information Officer. The Proposer will provide the City with information sufficient to
allow the City to provide all required public notices associated with the operations and
maintenance of the City of Jackson water treatment facilities. The Proposer may propose a
community outreach program in the communications plan. Any community outreach effort must
be approved in advance by the City.

Proposer Notification and Reporting Requirements

2.5.5 The Proposer shall provide all notifications, reports and presentations required to complete the
Scope of Services detailed in this document.

2.5.6 The Proposer will notify the City immediately following the procedures in the communication
plan of any conditions that have or could lead to a regulatory notice or violation, major equipment
failure, failure to meet minimum performance standards, security incidents, and reportable safety
incidents.

2.5.7 The Proposer will prepare and submit to the City monthly, quarterly, and annual operations and
maintenance reports summarizing City of Jackson water treatment facilities production and
maintenance activities and performance results.

RFQ – October 2022 Page 23 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
2.5.8 The Proposer will prepare and submit to MSDH or US EPA and copy the City on the monthly
operating report and any other routine reports required by MSDH or US EPA and other regulatory
authorities for the operations and maintenance of the City of Jackson water treatment facilities.
All required routine regulatory reports (like the MOR) shall be delivered to the City and the
regulatory agency at least three (3) days in advance of their required due date. Non-routine
regulatory correspondence and reporting shall be handled by the City, unless directed otherwise by
the City of Jackson Public Works Director.

2.5.9 The Proposer shall meet with the City at least monthly to review operations, reports, and other
data and information relating to the Proposer’s obligations under this agreement. The Proposer
shall also provide as many as four presentations per year as requested by the City.

Proposer Information Technology System Requirements

2.5.10 The Proposer shall implement and administer the Information Technology Plan (ITP) and use the
plan to meet all the requirements of the scope of services. The ITP will be updated periodically as
required to reflect changes in software and hardware, process and procedures used to manage the
technology systems at the City of Jackson water treatment facilities.

2.5.11 The Proposer will be required to use existing City SCADA software. The City will retain and
update these software licenses. The Proposer will be given access to City software licenses for the
Proposer’s use at the City of Jackson water treatment facilities at no cost to the proposer.

2.5.12 The Proposer will be responsible for operating and maintaining the City’s existing plant SCADA
and operations software. The City currently uses iFIX software to manage plant operations.

2.5.13 The Proposer shall maintain a cyber security program and procedures for all information
technology programs to meet the requirements and standards of the city, state and federal
governments, and AWWA and ANSI standards, policies, and guidance.

RFQ – October 2022 Page 24 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
Proposer Security and Safety Requirements

2.5.14 The Proposer shall provide and maintain adequate security at the City of Jackson water treatment
facilities, including all systems, buildings, facilities, and equipment inside the fence line. Security
must be maintained at all times meaning 24 hours a day, 7 days a week. Security must be
consistent with City security policies and all applicable laws and regulations. At a minimum, the
proposer will provide for continuous plant security as follows:

• Maintain and secure the City of Jackson water treatment facilities continuous perimeter
boundary protection fencing at all times.

• Provide a minimum of one (1) armed certified security person at OBC WTP and a
minimum of one (1) armed certified security person at JHF WTP at all times.

• Control the plant front entrance gate at all times at both OBC and JHF WTPs.

• Limit access to the City of Jackson water treatment facilities to authorized and approved
personnel only.

• Provide security personnel at the OBC and JHF WTP front gate at all times.

• The proposer and its security force shall cooperate fully with the City in the update and
implementation of the City’s vulnerability assessment and emergency response plans. The
Proposer must cooperate fully with the City during any emergency or security incident.

• The Proposer must ensure that facility lighting and security camera networks are always
working.

2.6 REQUIRED PLANT OPERATIONS SERVICES

City of Jackson water treatment facilities

2.6.1 The Proposer shall assume responsibility for every aspect of operation of the City of Jackson
water treatment facilities to ensure their ability to treat and deliver up to 76 MGD of potable water
that meets performance standards and in compliance with all applicable laws and regulations. The
Proposer will be responsible for treating raw water and delivering potable water at the high service
pump station to the City’s distribution systems in response to their potable water demand
requirements.

RFQ – October 2022 Page 25 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
2.6.2 The Proposer will incorporate the City’s current corrosion control plan into its routine operations
protocols. At the direction of the City, the Proposer may be required to add additional chemicals
from time to time as needed to address water quality problems in the City’s water distribution
system.

2.7 TREATED WATER

2.7.1 A major disruption in the supply or quality of water produced at the City of Jackson water
treatment facilities would have a significant impact on the City, the Nissan plant, and the City of
Byram. The Proposer is responsible for providing treated water to the customers up to the full 76
MGD capacity of the City of Jackson water treatment facilities and the Proposer must provide
treated water in compliance with all public water supply laws and regulations.

2.7.2 The Proposer shall comply with the treated water production rates, quality, and pressure
requirements, in addition to meeting all laws and regulations applicable to publicly owned
treatment works and public drinking water supplies, including but not limited to the public water
supply laws and regulations for treated water quality and the water quality performance standards.

• Annual Water Production - While the Proposer will operate and maintain the City of
Jackson water treatment facilities to produce up to the capacity of 76 MGD at all times,
historical production records indicate that the average annual production rate at the City of
Jackson water treatment facilities is 20,440MG per year or an average of 56 MGD.

• Plant Delivery Pressure - The Proposer shall deliver the amount of potable water required
by the City on a daily basis and shall coordinate with the City through the Communication
plan to meet customer demands. The goal is to meet a minimum delivery point pressure of
at least 35 psi at each delivery point. To achieve this goal, the Proposer should maintain a
discharge pressure at the high service pump station in the range of 85 psi to 95 psi.

• Treated Water Quality –The Proposer shall deliver at all times treated water that meets
the performance requirements, which include conformance with the City’s current

RFQ – October 2022 Page 26 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
corrosion control plan and the requirements of the safe drinking water laws and
regulations.

2.7.3 The selected treated water performance requirements listed below will constitute Key Performance
Indicators (KPI) for proper operation and maintenance of the Plant.

KPI No. Parameter Performance Indicator

1 Turbidity Consistent with federal SDWA, Surface Water


Treatment Rule
2 Disinfection - Wells – not to exceed 4.0 mg/l leaving the wells
Wells and >0.2 mg/l at ends of distribution
3 Disinfection – Consistent with federal SDWA, Surface Water
OBC and JHF Treatment Rule
WTPs Chloramines – >3.0 mg/l leaving the plants

4 pH 8.5 - 9.5 for both OBC and JHF WTPs, subject to


change based on treatment modifications
scheduled to be implemented within 12
months for corrosion control.

5 HS Discharge 85-95 p.s.i.


Pressure

Proposer Non-Performance

2.7.4 Proposer’s failure to comply with any applicable local, state, or federal regulation that may result
in a reprimand, notice of violation, fine, or penalty is a non-compliance event. Failure to comply
with applicable state and federal regulations includes failure to submit required data and reports on
time as specified herein, to wit, three (3) days before the due date. Proposer non-performance also
comprises failure to provide requested data by the City within 24 hours. This includes but is not
limited to internal communications, laboratory data, and SCADA operational data.

RFQ – October 2022 Page 27 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
2.7.5 Any of the following events caused by the Proposer would be considered a catastrophic non-
performance event and may subject the Proposer to immediate termination for cause subject at the
sole discretion of the City of Jackson Director of Public Works:

• Failure to maintain a HSPS discharge pressure above 50 psi for more than 6 hours.
• Plant shut down for more than 6 hours.
• A plant produced water quality parameter that results in the issuance of a boil water notice;
and
• Maintaining or submitting falsified data or records on site as determined in any regulatory
proceeding.

Proposer Sampling and Testing Requirements

2.7.6 The Proposer shall implement and maintain the compliance monitoring, sampling and testing plan,
and obtain certified laboratory services to ensure compliance with all applicable laws and
regulations. The Proposer shall monitor and manage the treatment process, including the sampling
and testing required for the corrosion control plan and the requirements of the safe drinking water
laws and regulations. The Proposer’s compliance with monitoring, sampling, and testing
requirements will be included in an appropriate QA/QC plan as described in the compliance
monitoring, sampling, and testing plan.

2.7.7 The Proposer shall conduct all the raw and treated water sampling and testing required under state
and federal law. As required under state regulations, certain testing and analysis shall be
conducted at the Mississippi State Department of Health Public Health Laboratory or a NELAC
laboratory certified by the State. The Proposer is responsible for all sampling and laboratory
testing costs.

Proposer’s Chemical System Supply

2.7.8 The Proposer will be responsible for all costs, materials, and personnel related to the procurement,
supply, safe storage, use, and disposal of all chemicals required to operate and maintain the City of
Jackson water treatment facilities in full regulatory compliance. The Proposer will assume

RFQ – October 2022 Page 28 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
responsibility for the procurement, supply, storage, and disposal of chemicals used for City of
Jackson water treatment facilities operations and maintenance on the operational start date.

2.7.9 Chemicals will be inventoried during the transition period prior to the operational start date. At
the agreement termination date, the chemicals will again be inventoried and reconciled with the
inventories at the operational start date.

2.7.10 The Proposer shall comply with all the regulatory requirements for chemical storage and feed
systems including without limitation maintaining sufficient chemical bulk storage at for at least a
15-day supply of all chemicals needed to operate the City of Jackson water treatment facilities. In
addition, any lubricants or bulk chemicals proposed to be utilized at the City of Jackson water
treatment facilities must comply with applicable industry standards including without limitation
ANSI/NSF Standards 61 and 60, respectively.

2.7.11 Chemical costs are a specified component of the Proposer’s fixed fee.

2.7.12 Any lubricants or other bulk chemicals proposed to be utilized by the proposer at the plant must
comply with ANSI/NSF standards.

NOTE: No changes to the treatment process can occur without the express written consent of
the Director of the Department of Public Works for the City of Jackson and until the
appropriate approvals have been obtained from all regulatory agencies.

Proposer Fuel Supply

The Proposer will be responsible for all the costs, material, and personnel related to the
procurement, supply, safe storage, use and disposal of fuel required to operate the Proposer’s
vehicles and other equipment on the plant site.

Emergency Operations

2.7.13 Natural or man-made disasters that threaten the safe and routine operation and maintenance of the
City of Jackson water treatment facilities may constitute emergency conditions. Emergency

RFQ – October 2022 Page 29 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
conditions may include raw water quality events that threaten the OBC and JHF WTPs full
production of safe drinking water. The Proposer shall implement and maintain an emergency
operations plan consistent with the City’s emergency operations plan. The Proposer’s emergency
operations plan shall include provisions for dealing with a pandemic or other health emergency
that may limit the availability of the proposer’s on-site staff. The Proposer’s emergency operations
plan shall also include provisions to address winter storm conditions and the associated increases
in water demand. The Proposer shall respond immediately to emergency conditions and shall
maintain adequate on-site staffing and materials to operate the City of Jackson water treatment
facilities and provide safe drinking water to customers during emergencies.

2.7.14 If an emergency exists or an emergency is threatened, the Proposer shall maintain close
coordination and communication with the City, using the protocols established in the emergency
operations plan. While the Proposer is responsible for fully staffing the City of Jackson water
treatment facilities during emergency conditions, the City may dispatch technical and operations
personnel to assist the Proposer to resolve an emergency condition. Pursuant to the emergency
operations plan, the proposer shall work cooperatively with City staff to resolve any emergency
conditions.

Proposer’s Sludge Handling and Disposal

2.7.15 The Proposer shall assume responsibility for all costs, personnel and materials for the dewatering,
transport and disposal of all plant sludge associated with the operation of the City of Jackson
water treatment facilities. Dewatering, transport, and disposal includes, among other things,
operation and maintenance of the sludge transfer pumps, sludge thickeners and the on-site sludge
mono-fill. The Proposer will assume the responsibilities of “generator,” relative to sludge disposal
and will be responsible for the ultimate disposal of all sludge and waste residuals resulting from
the contract operations. The Proposer will implement and maintain the sludge management plan
and will provide supervision, labor, parts, tools, materials, equipment, supplies, and transportation
necessary to dewater, transport, and dispose of approximately 2,000 to 3,000 dry tons of water
treatment sludge per year.

2.7.16 The existing plant sludge facilities include sludge transfer pumps, sludge clarifiers and thickeners
and the on-site sludge centrifuges/monofil for disposal. The Proposer will have to secure all

RFQ – October 2022 Page 30 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
facilities needed to manage sludge related to water treatment.

2.7.17 Sludge handling, dewatering and disposal are critical to the ongoing operation of the plant. The
Proposer will maintain all sludge thickeners so that all sludge thickeners are available for service
at all times.

2.7.18 The Proposer shall transport and dispose of the generated sludge properly at an off-site landfill
registered and permitted by MDEQ to accept water treatment sludge. All plans related to sludge
disposal must be presented to the City for approval by the Director of Public Works.

2.8 REQUIRED PLANT MAINTENANCE SERVICE REQUIREMENTS

General Maintenance Requirements

2.8.1 The Proposer accepts the plant and facilities “as is” and shall assume responsibility for all
aspects of plant maintenance, including corrective, preventative, and predictive maintenance to
meet all the requirements of the scope of services. Required maintenance may include emergency
repairs, replacement of certain equipment and City funded capital improvements. The Proposer
shall use existing City of Jackson water treatment facilities operations and maintenance manuals
and schedules, sound engineering and industry best practices to determine if additional
maintenance is appropriate or necessary.

2.8.2 Facility and equipment maintenance is an essential duty and responsibility of the Proposer and
will be subject to routine audits by the City.

2.8.3 The Proposer will be responsible for maintaining the plant’s library of manufacturer operations
and maintenance manuals, plant drawings and other documents associated with the operations and
maintenance of the City of Jackson water treatment facilities.

Proposers Computerized Maintenance Management System (CMMS)

2.8.4 The Proposer will implement and maintain the information technology plan that will include a

RFQ – October 2022 Page 31 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
computerized maintenance management system for all City of Jackson water treatment facilities
assets. The system will include an inventory of plant assets and incorporate the preventive,
predictive and corrective maintenance standards, and schedules for all major operational
equipment in accordance with the manufacturer’s O&M manuals. The Proposer will be
responsible for updating and maintaining the accuracy of the information contained in the software
for the City of Jackson water treatment facilities as equipment is repaired, added, or replaced.

2.8.5 Using the CMMS, the Proposer shall produce monthly preventive maintenance reports showing
the number of preventive, predictive, and corrective maintenance work orders generated,
completed, and open. The Proposer shall complete all work orders in a timely manner and shall
not defer or postpone required maintenance activities. The Proposer’s work order history will be
subject to routine City audits.

Proposer’s Preventive Maintenance Requirements

2.8.6 Preventive maintenance is the routine maintenance typically performed by on-site maintenance
staff to reduce the likelihood of failure of an asset. The Proposer shall implement and maintain the
preventive maintenance program for all assets at the City of Jackson water treatment facilities. The
preventive maintenance work in the CMMS generally follows manufacturer’s recommendations
for preventive maintenance on each equipment item.

2.8.7 Plant preventive maintenance includes specific requirements for completing and closing
preventive maintenance work orders and associated corrective maintenance identified in the
routine preventive maintenance activities. The Proposer is responsible for all preventive
maintenance costs including labor, parts, supplies, and materials.

Proposer’s Predictive Maintenance Requirements

2.8.8 The Proposer shall implement and maintain the predictive maintenance program for major
mechanical and electrical equipment at the City of Jackson water treatment facilities. Predictive
maintenance requirements generally include vibration, temperature, and oil analyses that assess
asset condition, predict future failure, and prescribe repair or replacement maintenance activities.
The Proposer shall implement a predictive maintenance program through the proposer CMMS

RFQ – October 2022 Page 32 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
which includes, at a minimum, manufacturer’s preventive maintenance schedules. Predictive
maintenance activities shall be reported in the proposer’s monthly reports.

2.8.9 The Proposer is responsible for all predictive maintenance costs including labor, equipment, parts,
supplies, and materials.

Proposer’s Corrective Maintenance Requirements

2.8.10 City of Jackson water treatment facilities assets may require corrective maintenance to repair,
replace or rehabilitate the asset to maintain required service levels.

2.8.11 The Proposer will purchase equipment, goods and services for corrective maintenance following
sound industry practices and all applicable local, state, and federal law.

2.8.12 Minor Corrective Maintenance – The Proposer will assume the responsibility and cost for
managing all routine scheduled maintenance and replacements for small equipment such as
pumps, instrumentation, and other light equipment used in the operation of the WTP and
related facilities where individual components cost less than $5,000. As an example, this
would cover a repair that required the replacement of two pumps that each cost $3,000 plus
the labor to install. The total repair would exceed $5,000 but would be included in the
proposers lump sum bid. Costs in this section are capped at $500,000 annually. Corrective
maintenance that can be completed at a cost of less than $5,000 for an individual asset shall be
considered minor corrective maintenance. The Proposer is responsible for completing all minor
corrective repairs and replacements. Minor repairs and replacements can be made by the Proposer
without City prior approval. The Proposer will notify the City of all corrective maintenance and
will include a description of the maintenance activity in the monthly report.

2.8.13 Major Corrective Maintenance – Repairs and replacements that can be completed at a cost of
more than $5,000 for an individual asset shall be considered major corrective maintenance and
will be funded by the City of Jackson. The Proposer shall present a proposed authorization for all
major corrective maintenance repair or replacements including; 1) justification for the asset repair
or replacement; 2) total costs for completing the maintenance including all material and labor
costs; 3) for individual contract labor and material items in excess of $5,000 provide competitive

RFQ – October 2022 Page 33 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
bids from three suppliers, RSMeans cost guide data, or other reference material to justify the cost
for each item; and 4) a cost benefit analysis to justify the expense. Requests for funds for these
items must be submitted in advance and shall be based on the unit prices for labor and
equipment and material mark-up included in the quote. The Proposer must obtain the City’s
approval in writing before initiating a major corrective maintenance repair or replacement. In the
event of emergency, work-authorization may be provided verbally by the Director of Public
Works. The City agrees to provide written response to the Proposer within seventy-two (72) hours
of request. All major corrective maintenance repairs and replacements shall be included in the
Proposer’s monthly invoice.

2.8.14 The City of Jackson will not be responsible for the cost to repair or replace any equipment or
physical plant that is damaged as a result of negligence, intentional abuse, misuse, misapplication,
or any such use of equipment that is not in conformity with manufacturer’s specifications and
guidelines or health and safety regulations.

Emergency or Unscheduled Corrective Maintenance; Discretionary Maintenance

2.8.15 The goal of the Proposer’s predictive and preventive maintenance programs is to implement
corrective maintenance on a planned and scheduled basis. However, it is anticipated that City of
Jackson water treatment facilities assets may fail, requiring emergency or unscheduled corrective
maintenance. Emergency or unscheduled maintenance requires the Proposer to coordinate closely
with the City, using the communication protocols established in the communications plan to
minimize the impact on plant performance and capacity.

2.8.16 The Proposer shall conduct a root cause analysis on any and all major asset failures requiring
emergency or unscheduled corrective maintenance. The City may elect to conduct its own
independent failure analysis, at the City’s cost, to determine the cause of the asset failure.

2.8.17 The City, in its sole discretion, may elect to make discretionary corrective maintenance repairs and
replacements of assets at the Plant. The City may request the Proposer to make a City
discretionary improvement, repair or replacement of a given City of Jackson water treatment
facilities asset. Upon the City’s decision to require the Proposer to make discretionary corrective
maintenance, the Proposer will have forty-eight (48) hours to complete the current work and

RFQ – October 2022 Page 34 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
transition to the City’s request with the exception of life, health and safety. All discretionary
improvements, repairs, or replacements shall be completely funded through the City, at no cost to
the Proposer.

Buildings, Grounds, Spare Parts, and Inventory Control

2.8.18 The Proposer will assume responsibility for general maintenance and upkeep of the WTP
facility and grounds related to all facilities within the scope of this RFQ. This will include,
but not necessarily be limited to, the following:

a) All janitorial duties.


b) Snow removal for driveways, access roads, and parking lots within a reasonable
time period to permit employee access to all related work sites without
interrupting work schedules.
c) Grass cutting and lawn maintenance, including the removal of fall leaves in
critical areas to maintain safe working conditions.
d) Cleaning of floor surfaces on a regular basis to maintain cleanliness and safe conditions.
e) General cleaning and dusting of surfaces and windows as needed.

2.8.19 Ownership of all materials, equipment and supplies purchased by proposer for operation and
maintenance of the City of Jackson water treatment facilities shall vest in the City upon delivery to
the plant. Proposer shall promptly pay all its vendors and provide evidence of all payments in
excess of $5,000 made to suppliers in its monthly invoices.

2.8.20 The Proposer and the City shall conduct an inventory of the spare parts, chemicals, and supplies,
and shall both sign a schedule listing all items in such inventories at the operational start date of
the agreement. Thereafter, Proposer shall assume custody of all items in such inventories and shall
be responsible for replenishing such inventories and maintaining such inventories to at least their
initial stock levels. The Proposer shall submit any suggested modifications to the inventoried
items to the City for approval. Upon completion of the service term, such inventories shall have
the same stock levels as the initial inventory, subject to changes approved in writing by the City.

RFQ – October 2022 Page 35 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
Basin Draining and Cleaning Plan

2.8.21 The Proposer will be responsible for draining and cleaning the flocculation and sedimentation
basins in a rotating schedule. Until automated sedimentation removal is complete at OBC WTP
flocculation and sedimentation basins should be drained and cleaned approximately every two
weeks. Flocculation and sedimentation basins at JHF WTP must be drained and cleaned annually.
The Proposer shall plan and schedule basin draining and cleaning, and it must be approved by the
City prior to initiating the work. This maintenance activity is normally scheduled during periods of
low water demand to enable process units to be taken offline for cleaning. Basin draining, and
cleaning generally includes dewatering the flocculation basin, washing accumulated sludge, but
not sand, into the drain. Sand must be removed by vacuum truck or shoveled out.

2.8.22 The Proposer will be responsible for the proper disposal of all waste – wash-water and residual
sludge from the basin cleaning process.

General Site and Facility Maintenance

2.8.23 Proposer shall maintain the buildings, grounds, and landscaping of the City of Jackson water
treatment facilities in an attractive and neat manner in accordance with industry and City
standards. The plant site and buildings should be maintained to accommodate a City of Jackson
water treatment facilities open house and plant tours during normal business hours upon
reasonable notice. The City may inspect the plant and grounds at any time to confirm that
maintenance is up to standards.

2.9 END OF SERVICE TERM AND CONTRACT CLOSE OUT

2.9.1 Thirty (30) days prior to the end of the service term the Proposer will develop a departure
transition plan along with timeframes and submit to the City for approval. The transition plan
must ensure continuous operations of City of Jackson water treatment facilities during the
transition. At the end of the service term, the Proposer shall return the City of Jackson water
treatment facilities to its condition, or better than as of the operational start date, less normal wear
and tear during the service term. Normal wear and tear for the Service term shall be defined in the
Proposer’s asset management plan. The Proposer shall ensure all equipment is fully operational in

RFQ – October 2022 Page 36 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
accordance with the manufacturer’s equipment specifications. The Proposer shall replenish
inventory levels to the levels that existed at the time the Proposer commenced its maintenance of
the City of Jackson water treatment facilities following the transition period.

2.9.2 Upon expiration or termination of the service agreement, Proposer is permitted ten (10) days
within which to remove all proposer-owned material and equipment from the City's premises. The
City shall make such material and equipment readily available to proposer during the 10-day end
of the Service Term period.

2.10 MEETINGS

2.10.1 Proposer must participate in meetings, general discussion, and consultations with City of Jackson
Department of Public Works relative to this project throughout the period of engagement at no
additional cost to City of Jackson Department of Public Works.

2.11 INSURANCE AND PERFORMANCE BONDS

2.11.1 Insurance

Proposers must include with their proposals a Certificate of Insurance showing coverage limits as outlined
below. The successful Proposer shall procure, maintain, and keep this coverage in force at all times during
the term of the contract and at the Proposer's sole expense. The City of Jackson shall be named as additional
insureds for coverage shown below. This coverage shall be kept in force at all times during the term of the
executed agreement and at the successful Proposer's sole expense.

Coverage shall include the following:

a. Workmen's Compensation and Disability Statutory Requirements

b. Employer's Liability $100,000

c. Comprehensive General Liability (Occurrence Basis)


Combined Single Limit $1,000,000 each
Bodily injury, personal occurrence & aggregate
injury, and property damage

RFQ – October 2022 Page 37 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
d. Comprehensive Auto Liability $1,000,000 each
(Single limit) accident
(Owned, hired & non-owned)
Bodily injury & property damage

e. Comprehensive Umbrella Liability $5,000,000 each occurrence and


aggregate

f. Environmental Impairment Liability $1,000,000 each


occurrence and aggregate

2.11.2 Performance Bond and Contractor Guarantee

Prior to the award, the selected Proposer shall be required to post a surety (performance) bond.
The surety (performance) bond shall guarantee the faithful performance of the terms and
conditions of the contract(s) awarded.

PART III – EVALUATION AND SELECTION PROCESS

A. Evaluation Committee

An evaluation committee from Unified Command of the response from the 2022 Jackson Water Crisis
shall evaluate Proposers’ submissions in accordance with the evaluation criteria listed in Item D, below,
Evaluation Criteria. Upon completion of the evaluation, the committee may develop a short list of
Proposer(s) meeting the technical competence requirements. The shortlisted Proposer(s) may be
scheduled for a structured oral presentation, demonstration, and interview. The evaluation committee
reserves the right to issue letter(s) of clarification when deemed necessary to any or all Proposer(s). The
oral presentations, demonstrations and/or interviews may be recorded and/or videotaped. For
procurement purposes. the coordinating entity of the Unified Command will be MEMA.

B. Selection Process

The Unified Command evaluation team intends to select a proposal that best meets the needs of the
current response and recovery effort and that provides the best overall value. The Unified Command
evaluation team reserves the right to check references on any projects performed by the Proposer,
whether provided by the Proposer or known by the City. Upon review of all information provided by

RFQ – October 2022 Page 38 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
Proposers, the technical evaluation committee, which will include one (1) member from the City of
Jackson Public Works staff, and one (1) subject matter expert from the Mississippi State Department of
Health, and one (1) subject matter expert from the U.S. EPA Region IV Office will make a
recommendation for selection. MEMA will perform the financial review. All scoring aspects will be
totaled, and a Proposer will be selected. MEMA will coordinate the notification of award and draft the
contract for signatures.

C. Evaluation Criteria

1. Responsiveness of Proposal (Pass/Fail)

The proposal shall be responsive to all material requirements that will enable the evaluation committee to
evaluate it in accordance with the evaluation criteria and make a recommendation to Unified Command
evaluation team officials.

2. Technical Competence/Requirements (80 Points)

The proposal shall be evaluated based on the extent to which the proposed solution meets the needs of the
Unified Command evaluation team including but not limited to: Proposer experience and personnel, and
project understanding and approach, as expressed in this RFQ.

2.1 Firm Qualifications (20 Points): Qualifications and specialized experience of the firm to
successfully provide management, operations, and maintenance services to operate and maintain
the 76 MGD City of Jackson water treatment facilities as evidenced by experience with projects
of similar scope and magnitude. The following sub-factors will be considered during evaluation of
the Proposer.

2.1.1 The general qualifications of the prime firm including its size, years in business, history of
contract operations, related technical resources and support services, performance history,
innovation, and safety along with the general qualification of any key subcontractors.

2.1.2 The team’s experience in ongoing and completed contract operations projects for large surface

RFQ – October 2022 Page 39 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
water treatment facilities serving municipal public water supply systems, including systems with
multiple owners or wholesale customers.

2.1.3 The number and size of current and recently completed water and wastewater contract operations
projects for municipal entities.

2.2 Team Member Qualifications (30 Points): The qualifications and specialized experience
of key team members that will operate and maintain the 76 MGD City of Jackson Water
Treatment Facilities.

The following sub-factors will be considered in evaluating the proposed key team members:

2.2.1 The qualifications of the project sponsor or lead executive(s) responsible for overall management
of the project along with the qualifications and experience of the firm’s corporate management
resources that will support the project.

2.2.2 The qualifications and specialized experience of the firm’s off-site technical staff that will support
the operations and maintenance of the facility.

2.2.3 The qualifications and specialized experience of the key on-site plant staff who will have the
primary responsibility for the day-to-day operations and management of the City of Jackson
Water Treatment Facilities including the plant manager(s), chief operator(s), maintenance
manager(s), and other proposed key plant staff along with the Proposer’s plan to fully staff the
facility prior to transition.

2.2.4 The qualification and experience of any proposed subcontractors that will support the operations
and maintenance of the facility.

2.3 Project Approach (30 Points): The team’s demonstrated understanding of the requirements
in the Scope of Work and their approach to delivering up to 76 MGD of high-quality drinking
water on a 24 hour per day, 7 days a week basis.

RFQ – October 2022 Page 40 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
2.3.1 Demonstrated understanding of the requirements of the Scope of Work including the raw water
quality, performance and production requirements, final water quality requirements and the proper
management and disposal of plant sludge.

2.3.2 Demonstrated understanding of the state and federal regulatory compliance requirements for the
City of Jackson water treatment facilities including a sampling and testing plan to fulfill those
requirements.

2.3.3 The firm’s plan to minimize the life cycle costs for all assets at the City of Jackson water treatment
facilities including equipment repair and preventive, predictive, and corrective maintenance.

2.3.4 The firm’s management plans, policies, procedures, and resources to manage the operations and
maintenance of the City of Jackson water treatment facilities and effectively communicate with
the City including reporting, document management, plant security, safety, quality control and
assurance, and training.

2.3.5 The Proposer’s transition plan for the efficient transfer of operations and maintenance
responsibilities from the City to the Proposer.

2.3.6 Demonstrated understanding of the Proposer’s responsibilities to operate and maintain the City of
Jackson water treatment facilities under emergency operating conditions consistent with an
emergency operations plan.

2.3.7 Demonstrated understanding of the information technology requirements to operate and maintain
the City of Jackson water treatment facilities and the proposer’s approach to using information
technology to enhance overall City of Jackson water treatment facilities performance.

2.3.8 The Proposer’s approach to innovation for enhancing the operating efficiency and the City of
Jackson water treatment facilities sustainability and resiliency.

RFQ – October 2022 Page 41 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
3. Financial Stability of the Proposer (Pass/Fail)

If Proposer is an entity that is required to prepare audited financial statements, Proposer shall
submit an annual report that includes:

3.1 Last two years of audited accrual-basis financial statements, including an income statement, cash
flow statement, and balance sheet.
3.2 If applicable, last two years of consolidated statements for any holding companies or affiliates.
3.3 An audited or un-audited accrual-basis financial statement of the most recent quarter of operation;
and
3.4 A full disclosure of any events, liabilities, or contingent liabilities that could affect
Proposer’s financial ability to perform this contract.

If Proposer is a privately-owned entity or sole proprietorship for which audited financial


statements are not required, Proposer shall submit an annual report that includes:

3.5 Last two years of un-audited accrual-basis financial statements, including an income statement,
cash flow statement, and balance sheet.
3.6 An audited or un-audited accrual-basis financial statement of the most recent quarter of
operation; and
3.7 A full disclosure of any events, liabilities, or contingent liabilities that could affect
Proposer’s financial ability to perform this contract.

4. Price Proposal (20 Points)

THE PRICE PROPOSAL MUST BE SUBMITTED IN A SEPARATE SEALED ENVELOPE that


is clearly marked with the RFQ title and solicitation number and the label “Price Proposal”. The Proposer
shall use the Price Proposal Form found in Exhibit IV to submit their Price Proposal. The price proposal
score will be calculated as follows:

4.1 The lowest Year One (1) Total Fixed Monthly Service Fee (Lowest Fee) will be the base and
receive 20 points. The other proposals will be scored to the Lowest Fee as follows:

RFQ – October 2022 Page 42 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
20*(1 – (Year Total Fixed Monthly Fee – Lowest Fee)/Lowest Fee)

D. EVALUATION MATRIX

Evaluation Criteria Max Points


1 Responsiveness of Proposal Pass/Fail
2 Technical Competence/Requirements 80 Points
2.1 Firm Qualifications
2.2 Team Member Qualifications
2.3 Project Approach
3. Financial Stability of the Proposer Pass/Fail
4. Price Proposal 20 Points
TOTAL MAX AVAILABLE POINTS 100 POINTS

E. ADDITIONAL RELATED SERVICES

In submitting its proposal, Proposer(s) shall indicate a willingness to negotiate future potential additional
services deemed appropriate for the operation and maintenance of the City of Jackson water treatment
facilities, as provided herein, or deemed necessary and/or desirable by the City or Unified Command for
the 2022 City of Jackson Water Crisis.

F. INTER-LOCAL AGREEMENT: (if applicable)

Under the same terms and conditions, the resulting contract may be expanded to other government
entities through inter-local agreements between the Unified Command for the 2022 Jackson Water Crisis,
or the City of Jackson and the respective government entity that encompasses all or part of the
products/services provided under this contract. Separate contracts will be drawn to reflect the needs of
each participating entity.

PART IV – SUBMISSION OF PROPOSAL

A. Instructions for Submission

1. Number of Copies. Submit ten (10) printed copies of the proposal excluding price, one (1) printed

RFQ – October 2022 Page 43 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
original signed in BLUE ink, and ten (10) electronic copies of the proposal on ten (10) separate
thumb drives (Non-Password Protected) sealed in a separate single envelope bearing the assigned
solicitation number (located on the first page of this RFQ document) to:

Sumar B. Davis, Finance and Accounting Director


Mississippi Emergency Management Agency

Physical Address:
#1 MEMA Drive
Pearl, MS 39208

Mailing Address:
Post Office Box 5644
Pearl, MS 39288-5644

2. Price Proposal, and Financial Stability documents. In a separate envelope submit three (3) printed
copies of the Price Proposal, and Financial Stability documents bearing the assigned solicitation
number (located on the first page of this RFQ document) and clearly identifying the content as the
“Price Proposal, and Financial Stability documents.” Delivery of the Price Proposal and Financial
Stability documents should also be delivered to the addresses above.

The City or the Unified Command for the 2022 Jackson Water Crisis shall bear no responsibility for
submitting responses on behalf of any Proposer. Proposer(s) may submit their proposal to the Mississippi
Emergency Management Agency any time prior to the stated deadline.

3. Time for Submission. Proposals shall be submitted no later than the date and time indicated for
submission in this RFQ. Late submittals will not be considered and will be returned unopened. With
the exceptions of state holidays, the normal business hours for the Mississippi Emergency
Management Agency are Monday through Friday, 8:00am to 5:00pm (CST).

4. Format. Proposals must be left-bound with information on both sides of the page when appropriate.
Material should be organized following the order of the submission requirements separated by labeled
tabs and shall be securely bound. Submission materials will not be returned to Proposers.

5. Complete Submission. Proposers are advised to carefully review all the requirements and submit all
documents and information as indicated in this RFQ. Incomplete proposals may lead to a proposal

RFQ – October 2022 Page 44 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
being deemed non-responsive. Non-responsive proposals will not be considered.

6. Packaging and Labeling; Submission of Price Proposal. The outside wrapping/envelope of the
printed Technical Proposal shall clearly indicate the RFQ title, date, time for submission, and the name
of the Proposer. The required number of thumb drives containing the Technical Proposal shall be
submitted in a separate sealed envelope and marked in the same manner as the printed Technical
Proposal. The outside wrapping/ envelope of the Price Proposal shall clearly identify the content as
“Price Proposal” and shall clearly indicate the RFQ title, date, time for submission, and name of the
Proposer. All other submission requirements shall be included with the Proposer’s Technical Proposal.

7. Delivery of Proposals. The proposal, including the Technical Proposal, all required forms, and the
Price Proposal must be delivered by hand or mailed to the address shown on the cover sheet of this
RFQ. If using an express delivery service, the package must be addressed and delivered specifically to
the Mississippi Emergency Management Agency to the attention of Sumar B. Davis. Packages
delivered by express mail services to other locations may not be re-delivered to its final destination by
the deadline hour.

8. Proposers Responsible for Timely Submission. Proposer remains responsible for ensuring that its
proposal is received at the time, date, place, and office specified. The Mississippi Emergency
Management Agency assumes no responsibility for any proposal not received, regardless of whether
the delay is caused by the U.S. Postal Service, a courier delivery service, or some other act or
circumstance.

B. Submission Requirements

1. Cover Letter:
The cover letter shall be signed by an authorized representative of the Proposer.
The letter should indicate the Proposer’s commitment to provide the services proposed.
(Suggested Page Limit, 2 pages)

2. Executive Summary:
The executive summary should include a brief overview of the proposed approach for a
partnership with the City for the operations and maintenance of the City of Jackson water

RFQ – October 2022 Page 45 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
treatment facilities. It should include a summary of the overall strategy for implementation and
the key personnel who will be responsible for the successful operation and maintenance of the
plant. (Suggested Page Limit, 10 pages)

3. Offer and Submittal Form:


The Offer and Submittal form must be signed and notarized in BLUE ink by an authorized
representative(s) of the Proposer, which must be the actual legal entity that will perform the
contract if awarded. Proposers should complete and submit EXHIBIT I - OFFER AND
SUBMITTAL, EXHIBIT II - REFERENCES, EXHIBIT III - PROPOSED
SUBCONTRACTORS, provided in the solicitation.

4. Firm Knowledge and Experience:


Qualifications and specialized experience of the firm to successfully provide operations and
maintenance services to operate and maintain the 76 MGD City of Jackson water treatment
facilities as evidenced by experience with projects of similar scope and magnitude. (Suggested
Page Limit, 10 pages)

4.1 Provide a general description of the firm’s qualification relative to the operations and maintenance
of a large public water supply surface water treatment plant and any membrane water treatment
plant experience.

4.2 Provide a detailed description of at least three similar contract operations and maintenance
projects that are either ongoing or have been completed within the last five (5) years.

4.3 Provide a list of all contract operations and maintenance contracts initiated within the last ten
years. The list should be limited to municipal water and wastewater treatment facilities located
within the United States of America. This list should include client, location, facility type, size,
start date, status, contact name, contact phone number. The list shall include contracts completed
or terminated.

RFQ – October 2022 Page 46 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
5. Project Staffing Plan:

5.1 Project Staffing Plan Overview (Suggested Page Limit, 2 pages)

5.1.1 Provide an overview of how the Proposer plans to staff the management, operations, and
maintenance of the City of Jackson water treatment facilities on a 24-hours a day, 7 days a week
basis. Include a description of the number and length of each shift with the number of personnel
on-site during each shift. Also include a description of how off-site management and technical
support would be provided on a 24-hour a day, 7 day a week basis. City of Jackson positions
listed in Attachment B should be included in the plan.

5.2 Project Organization Charts (Suggested Page Limit, 5 pages) Provide the following
organization charts for the Project:

5.2.1 Management Team – This organization chart should show the Proposer’s executive leadership
team responsible for the project and their relationship to the proposed plant manager(s). Identify
the project sponsor or lead executive responsible for the project with the authority to commit the
Proposer legally and contractually on all aspects of this project. Include corporate functions that
will directly support the management of the project including financial, human resources, safety,
training, etc.

5.2.2 Technical Support Team – This organization chart should show off-site technical resources
available to support the operations and maintenance of the facility. Technical support resources
should include regulatory, water quality, and laboratory; process, electrical, mechanical,
structural, pipeline, and instrumentation/controls engineering; safety; information technology;
asset management; and maintenance management. Key individuals including any subcontractors
should be identified in this organization chart.

5.2.3 Plant Staff – This organization chart should show only on-site City of Jackson water treatment
facilities staff. The organization chart should provide the names of key personnel including the
plant manager(s), chief operator(s), and maintenance manager(s) as a minimum. The organization
should show all full-time positions of the on-site staff for 24 hour a day, 7 days a week
management, operations, and maintenance of the facility. All on-site staff positions that will be

RFQ – October 2022 Page 47 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
filled by subcontractors should be indicated including the name of the proposed subcontractors.

5.2.4 Sub-contract Support – This organization chart should show all proposed subcontractors that the
Proposer plans to utilize in the management operations and maintenance of the facility. The chart
should indicate the areas of responsibility and relationship to the proposer and other
subcontractors on the project.

5.3 Staffing Plan (Suggested Page Limit, 3 pages)

5.3.1 Based on the proposed Plant Staff Organization Chart above, describe the number of proposed on-
site staff that are currently employed by the Proposer or subcontractors and the number of
proposed on-site staff that will have to be hired for the project. Describe the process, resources
and timing required to fully staff the project.

5.4 Resumes of Key Personnel (Suggested Page Limit, 25 pages)

5.4.1 Provide resumes of key personnel listed in the organization chart. Include position, years of
relevant experience, education, licenses and registrations, location, and relevant experience.

6. Project Approach: (Suggested Page Limit, 40 pages)

6.1 The Project Approach section should clearly describe the Proposer’s understanding of the City of
Jackson water treatment facilities and the operations and maintenance requirements for 24 hours a
day, 7 days a week operation in full compliance with regulatory drinking water requirements. The
Proposer’s approach to the following should be included in the Project Approach:

6.1.1.1 Performance Requirements


6.1.1.2 Regulatory Compliance and Reporting Requirements
6.1.1.3 Sampling and Testing Plan including a Laboratory Plan
6.1.1.4 Water Quality Requirements
6.1.1.5 Plant Operations and Process Control
6.1.1.6 Energy and Chemical Efficiency

RFQ – October 2022 Page 48 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
6.1.1.7 Asset Management Including Preventive, Predictive and Corrective
Maintenance
6.1.1.8 Spare Part Requirements and Inventory Control
6.1.1.9 Emergency Operations
6.1.1.10 Sludge Handling and Disposal
6.1.1.11 Safety Program and Plan
6.1.1.12 Security
6.1.1.13 Information Technology
6.1.1.14 Sustainability and Resiliency
6.1.1.15 Training
6.1.1.16 Management, Reporting, and Communication Requirements
6.1.1.17 Document and Records Management
6.1.1.18 Quality Control and Quality Assurance
6.1.1.19 Capital Project Coordination
6.1.1.20 Transition Plan

7. Client References (EXHIBIT II):


Provide reference name and contact information for five (5) clients for whom Proposer has
provided similar contract operations and maintenance services to municipalities within the past
five (5) years. Provide size and scope of each project with brief descriptions of the projects.
(Suggested Page Limit, 5 pages) Specifically, provide the following:

7.1 Name and location of project(s).


7.2 “CURRENT” reference contact name, telephone numbers, and e-mail addresses.
7.3 Size and duration of the Contract Operations assignment.
7.4 Key personnel involved.

8. Legal Actions:
Provide a list of any pending litigation and include a brief description of the reason for legal
action.

RFQ – October 2022 Page 49 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
9. Conflict of Interest:
Provide information regarding any real or potential conflict of interest(s). Failure to disclose any
potential conflict of interest at the outset may be cause for rejection of the proposal.

10. Forms and Certifications:


Complete and return all forms and certifications provided in PART VI– REQUIRED FORMS TO
BE SUBMITTED WITH PROPOSAL

Price Proposal and Financial Stability documents:


In a separate sealed envelope, please submit Exhibit IV Price Proposal with the level of detail provided in
Section 3.

11. Financial Stability:

• If Proposer is an entity that is required to prepare audited financial statements, then Proposer shall
submit an annual report containing the information provided in E. Evaluation Criteria, Section 4
Financial Stability of Proposal (Pass/Fail) 3.1 – 3.4 of this document.

• If Proposer is a privately-owned entity or sole proprietorship for which audited financial


statements are not required, Proposer shall submit an annual report containing the information
provided in E. Evaluation Criteria, Section 4 Financial Stability of proposal (Pass/Fail) 3.5 – 3.8
of this document.

Part V – EXCEPTIONS TO TERMS AND CONDITIONS

Sample contracts will be shared during the mandatory visit to OBC WTP. All exceptions to the sample
agreement shall be submitted in a clearly identified separate section of the proposal in which the Proposer
clearly cites the specific paragraphs within the sample agreement where the exceptions occur. Any
exceptions not included in such a section shall be without force and effect in any resulting contract unless
such exception is specifically approved by the Unified Command for the 2022 Jackson Water Crisis or
designee in a written statement. The Proposer’s preprinted or standard terms will not be considered as a
part of any resulting contract.

RFQ – October 2022 Page 50 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
Part VI – SPECIAL CONDITIONS

A. No Contact Period

Neither Proposer(s) nor any person acting on Proposer(s)'s behalf shall attempt to influence the
outcome of the award by the offer, presentation or promise of gratuities, favors, or anything of
value to any appointed or elected official or employee of the Unified Command for the 2022
Jackson Water Crisis, their families, or staff members. All inquiries regarding the solicitation are
to be directed to the designated Representatives identified on the first page of the solicitation.

With the exception of Proposer’s formal response to the solicitation and written requests for
clarification during the period officially designated for such purpose by the MEMA
Representative, neither Proposer(s) nor persons acting on their behalf shall communicate with any
appointed or elected official or employee of the State or City, their families, or staff through
written or oral means in an attempt to persuade or attempt to persuade or influence the outcome of
the award or to obtain or deliver information intended to or which could reasonably result in an
advantage to any Proposer from the time of issuance of the solicitation through the pre-award
phase and up to the date MEMA publicly posts notice of any applicable award.

B. Cancellation

The Unified Command for the 2022 Jackson Water Crisis has sole discretion and reserves the right
to cancel this RFQ, or to reject any or all proposals received prior to contract award.

C. Service Contract Clauses


Certain clauses may and can be used in service contracts with the state and federal government.
These clauses are included in Attachment H.

RFQ – October 2022 Page 51 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
PART VII – INSTRUCTIONS TO PROPOSERS

A. Mandatory Site Visits

A Pre-Proposal Conference and tours of both OBC and JHF WTPs will be held as listed in Section
1.7 of this document. It will be assumed that potential Proposer(s) attending this meeting have
reviewed the RFQ in detail and are prepared to bring up any substantive questions not already
addressed by the Unified Command for the 2022 Jackson Water Crisis or the City. The scheduled
plant site visits will be limited to no more than three (3) representatives from each prime
Proposer. Interested parties are responsible for their own transportation to OBC and JHF WTPs.

B. Examination of Documents and Requirements

1. Each Proposer shall carefully examine all RFQ documents and familiarize themselves with
all requirements prior to submitting a Proposal to ensure that the Proposal meets the intent
of this RFQ.

2. Before submitting a proposal, each Proposer shall be responsible for making all
investigations and examinations that are necessary to ascertain conditions and affecting the
requirements of this RFQ. Failure to make such investigations and examinations shall not
relieve the Proposer from obligation to comply, in every detail, with all provisions and
requirements of the RFQ.

C. Post-Proposal Discussions with Proposer(s)

It is the Unified Command of the 2022 Jackson Water Crisis’s intent to commence final
negotiation with the Proposer(s) deemed most advantageous to the current response and recovery
activities. The Unified Command of the 2022 Jackson Water Crisis reserves the right to conduct
post-proposal discussions with any Proposer(s).

RFQ – October 2022 Page 52 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
PART VIII – REQUIRED FORMS TO BE SUBMITTED WITH PROPOSAL

A. Offer and Submittal (Exhibit I)


B. List of References (Exhibit II)
C. List of Proposed Subcontractors (Exhibit III)
D. Price Proposal (Exhibit IV)

RFQ – October 2022 Page 53 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
EXHIBIT I – OFFER AND SUBMITTAL

NOTE: Proposal must be signed and notarized by an authorized representative(s) of the Proposer,
which must be the actual legal entity that will perform the contract if awarded and the total fixed
price contained therein shall remain firm for a period of two-hundred forty (240) days.

"The Proposer warrants that no person or selling agency has been employed or retained to solicit or
secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or
contingent fee, excepting bona fide employees. For breach or violation of this warranty, the City shall
have the right to annul this agreement without liability or, at its discretion, to deduct from the contract
prices or consideration, or otherwise recover the full amount of such commission, percentage, brokerage
or contingent fee."
Respectfully Submitted:
Full Company Name:
(Print or Type Name of Proposer)

Address of Proposer:
Street Address or P.O. Box
City, State and Zip Code
Telephone Number of Proposer: ( )
Federal Identification Number:
Signature of Authorized Officer or Agent:
Printed Name:
Title:
Date Signed: / /

MISSISSIPPI NOTARY ACKNOWLEDGMENT


THE STATE OF MISSISSIPPI - COUNTY OF _______________________
Personally appeared before me, the undersigned authority in and for the said county and state,
on this _____ day of ________ in the year 20___, within my jurisdiction, the within named
_____________________, who acknowledged that he/she executed the above and foregoing
instrument.
________________________________________
Notary Public Signature
Print ____________________________________ (Seal)

RFQ – October 2022 Page 54 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
EXHIBIT II – REFERENCES
Reference 1
Name:
Address:

Phone Number:
Contract Award Date:
Contract Completion Date:
Contact Name/Title:
Telephone Number:
Email Address:
Project Description:
(Include size and duration
of the contract operations
assignment and key
personnel involved)

RFQ – October 2022 Page 55 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
EXHIBIT II – REFERENCES
Reference 2
Name:
Address:

Phone Number:
Contract Award Date:
Contract Completion Date:
Contact Name/Title:
Telephone Number:
Email Address:
Project Description:
(Include size and duration
of the contract operations
assignment and key
personnel involved)

RFQ – October 2022 Page 56 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
EXHIBIT II – REFERENCES
Reference 3
Name:
Address:

Phone Number:
Contract Award Date:
Contract Completion Date:
Contact Name/Title:
Telephone Number:
Email Address:
Project Description:
(Include size and duration
of the contract operations
assignment and key
personnel involved)

RFQ – October 2022 Page 57 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
EXHIBIT II – REFERENCES
Reference 4
Name:
Address:

Phone Number:
Contract Award Date:
Contract Completion Date:
Contact Name/Title:
Telephone Number:
Email Address:
Project Description:
(Include size and duration
of the contract operations
assignment and key
personnel involved)

RFQ – October 2022 Page 58 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
EXHIBIT II – REFERENCES
Reference 5
Name:
Address:

Phone Number:
Contract Award Date:
Contract Completion Date:
Contact Name/Title:
Telephone Number:
Email Address:
Project Description:
(Include size and duration
of the contract operations
assignment and key
personnel involved)

RFQ – October 2022 Page 59 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
EXHIBIT III – LIST OF SUBCONTRACTOR(S)
The following is a list of subcontractors we propose to engage on the following items of work. Any item
of work which does not designate a subcontractor will be done by the firm submitting the proposal.
Segregated Part of Work Subcontractor/Supplier

RFQ – October 2022 Page 60 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
EXHIBIT IV
PRICE PROPOSAL, AND FINANCIAL STABILITY DOCUMENTS

NOTE: EXHIBIT IV and Financial Stability Documents shall be in a separate envelope clearly
identifying the content as the “Price Proposal, and Financial Stability documents.”
Delivery of the Price Proposal and Financial Stability documents should be to:
Sumar B. Davis, Finance and Accounting Director
Mississippi Emergency Management Agency
#1 MEMA Drive, Pearl, MS 39208

PRICE PROPOSAL:
The price proposal shall be submitted to include each identified component listed below and shall be
complete in every detail. The price proposal shall identify all terms and conditions associated with the
price proposal. All pricing exceptions shall be noted. Failure to do so will be considered cause for
disqualification. The format outlined in this exhibit is to be followed by Proposers in order to allow
for the proper evaluation and comparison of Cost Proposals. Legibility, clarity, and completeness of
the Price Proposal are essential. All information in this exhibit must be readable and understandable.
Any erasures or other changes in the Price Proposal must be initialed by a person with the authority
to commit the Proposer to such change. In cases where total amounts do not agree with the amounts
identified for individual items, the amounts presented for the individual items may be added to
compute the correct total amount.

1. Price should be submitted as a monthly and lump sum for operations:


1A: Monthly: $___________________ 1B: Lump Sum: $____________________

2. Price should be submitted as a monthly and lump sum for maintenance:


2A: Monthly: $___________________ 2B: Lump Sum: $____________________

3. Maintenance items exceeding $5,000 (to be approved individually as needed) shall be priced
according to the unit prices as proposed below:
a) Hourly rates are fully burdened – no additional mark up for benefits and/or overtime.
b) Equipment rates include operator and associated transportation to work site.

RFQ – October 2022 Page 61 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
c) Material mark-up will be applied to actual invoices (open book).
No work is guaranteed under this agreement nor is there a limit on the total quantities that
could be approved and required to be performed.
ITEM UNIT BID AMOUNT
WTP Maintenance Technician $/Hour
WTP Maintenance Foreman $/Hour
Pipefitter $/Hour
Welder $/Hour
Plumber $/Hour
Electrician $/Hour
Industrial Controls Technician $/Hour
Industrial Controls Programmer $/Hour
Rigger $/Hour
Equipment Operator $/Hour
Laborer $/Hour
Maintenance Planner $/Hour
Process Engineer $/Hour
Engineering Technician $/Hour
Crane $/Hour
Vac Truck $/Hour
Excavator $/Hour
Backhoe $/Hour
Dump Truck $/Hour
Material Mark Up %

TOTAL BID: 1B (Operations Lump Sum) + 2B (Maintenance Lump Sum) = $____________________


CERIFICATION We, the undersigned, agree to perform the services outlined in this RFQ for the
preceding as proposed above.
Full Company Name and Address:

Signature:
Name Printed:
Title / Phone Number

RFQ – October 2022 Page 62 of 62


Operations, Maintenance and Management of City of Jackson Water Treatment Facilities
ATTACHMENT A
Generated September 5, 2022, 9:46 AM CST.
Attachment A, Page 1

REPORT OF INSPECTION OF DRINKING WATER SUPPLY

PWS: 0250008 Class: A

An inspection of the CITY OF JACKSON water supply in HINDS county was made on
11/08/2021. Present at the time of inspection was MARY D CARTER, OPERATOR; CHARLES E
WILLIAMS JR, OWNER; WRITER. Official CHARLES E WILLIAMS JR Address PO BOX 17
JACKSON MS 39205 W.W. Operator MARY D CARTER Address 1053 WHITSETT WALK JACKSON MS
39206 No. Connections 71486 No. Meters Population Served 173514 Field Chemical
Analysis: pH Cl2(free) Cl2(total) H2S N/A Iron Fluoride Point of
Sampling DISTRIBUTION Water Rates This inspection included a sanitary survey for
compliance with the Ground Water Rule.

COMMENTS
Technical: 1 Managerial: 4 Financial: 4

OVERALL CAPACITY RATING: 3.0 / 5.0

1. The plants were inspected on November 8, 2021. Present at JH Fewell were Terence
Byrd, James Perry, Chris Ward, Charles Williams, and Keith Allen. Present at OB
Curtis were Robert Loftin, LaTanya Thomas, Richard Harper, Hekemia Lawrence, and
Keith Allen. The wells and tanks were inspected on November 9, 2021. Present
were Terence Byrd and James Perry. The records at the Hood Building were
inspected on November 10, 2021. Present were Dr. Charles Williams, Mary Carter,
Marlin King, and Tim Cage.
Page: 2 - CITY OF JACKSON - Inspection Report
Attachment A, Page 2

2. The following deficiencies noted in the November 2020 Sanitary Survey have been
resolved:
a.) The walkway replacement project at JH Fewell.

b.) The claritrac system was fully operational at JH Fewell.

c.) The TV Road tank is designated as inactive will be inspected once the
City is able to use that booster station.

d.) The chlorine weight indicator had been replaced and the ammonia feed
line has been replaced. The disinfection system is able to run in automatic, but
it was reported by Mr. Allen that it runs better in manual.

3. The following deficiencies noted in the February 2020 Sanitary Survey were
underway, but not yet fully resolved:
a.) Only one basin at OB Curtis had a claritrac system functioning. It was
reported that the City plans to work on these units one basin at a time in the
spring of 2022. Due to the claritrac system not functioning, operators must drop
the three basins on a routine basis to clean the sludge from them. Constantly
doing this leads to issues with treatment chemical dosing, thus affecting filter
effectiveness.

b.) The cover for the membrane system at OB Curtis was under construction at
the time of inspection.

c.) The last two flow meters to be replaced at JH Fewell are part of the
upcoming corrosion control project. OB Curtis was lacking one total chlorine
analyzer and a 24" flow meter. Both plants now have instruments techs and all
analyzers/monitors are being cleaned and calibrated on a routine basis.

d.) The corrosion control study at JH Fewell has been completed and
accepted. Treatment recommendations have been made, funding has been secured,
and the design phase is underway.

e.) The Membrane Integrity Testing (MIT) is the GE/Suez Zeeweed Z500D
system's method of proving the fibers are achieving LT2 Log Removal Values (LRV)
for cryptosporidium removal. If a train fails MIT, and the LRV is not reported,
then the City cannot assure their customers and MSDH that they are properly
treating the water to Safe Drinking Water Act Standards. There are various
reasons as to why the MIT fails, but according to the CFR, none of those matter
for regulation purposes. The MIT must be functioning for all trains in order to
stay online. If they cannot pass MIT, then the train must be taken offline
immediately. This item has improved in the last year, but there are remaining
issues with valves and the timing of their opening/closing that cause the system
to kick out. It was reported that new valves and sequence timing will be part of
Train 5 fiber replacement in 2022.

f.) JH Fewell conventional filters #24, 26, 28 have a plan in place to be


put back in service. Filter #28 needs an actuator and has been ordered. Filters
#24 & 26 are planned for rehabilitation in 2022. All other filters at JH Fewell
and OB Curtis have a Scope of Work set up for SRF Loan #3, as reported by Dr.
Williams.

4. The following deficiencies noted in the February 2020 Sanitary Survey have not
had action at the time of inspection:
a.) The intake building at the reservoir is in failing condition with hole
in the roof. The potassium permanagate feed system at this location is
inoperable.

5. While there are still so many outstanding issues with the water system, MSDH
requests that the Weekly Operating Reports with logbook entries continue.
Page: 3 - CITY OF JACKSON - Inspection Report
Attachment A, Page 3

6. The following deficiency was noted during the November 2021 Sanitary Survey:
a.) Pumps & Controls (OB Curtis) - The fire on April 30, 2021 caused all of
the High Service #2 pumps to be taken out of service. At the time of inspection
there was no target date to have the pumps repaired and put back in service. The
loss of these five pumps has caused multiple elevated tanks to be low or empty
and has caused certain areas of the distribution to have sustained low pressure.
The loss has also caused the City's design capacity to go from 78% in 2020 to 93%
in 2021.

7. The following comments outline the changes made to the Design Capacity
Calculations from the 2020 Calculations. If at any time filters, trains, or pumps
are brought back online, we will recalculate the Design Capacity upon request.
a.) JH Fewell: Only the online filters were included in the calculations.
This includes four 2.0 MGD filters and nine 2.5 MGD filters. This did not affect
the plant's ability to treat their assigned 20 MGD. It did affect the contact
time in the online filters and put more importance on the chlorine dosage and the
UV light disinfection.

b.) OB Curtis Conventional: Credit was given for the four online filters,
bringing that side's capacity from 25 MGD to 16.8 MGD. The CT calculations were
not changed. If CT is met at 25 MGD, it is met at the lower flow of 16.8 MGD.

c.) OB Curtis Membrane: Credit was given for the four trains that are
consistently passing MIT and online at the time of inspection, bringing that
side's capacity from 25 MGD to 16.8 MGD. If CT is met at 25 MGD, it is met at the
lower flow of 16.8 MGD.

d.) OB Curtis Pumps: The electrical fire on April 30, 2021 caused all High
Service #2 pumps to be taken out of service until repairs can be made. At the
time of inspection there was no estimated date in which they would be back in
service. All HS2 pumps, plus HS1 pump #2 which has been out of service over a
year, have been taken out of the calculations.

d.) The 1.0 MG Byram tank, 0.2 MG Suncrest tank, and 1.0 MG Elaine tank are
not included in the elevated tank capacity. The Byram tank has been offline for
over a year. The Suncrest and Elaine tanks were empty at the time of inspection.
Weekly Operating Reports show that these two tanks are often empty.

e.) Due to the above items, the City is now serving 93% of the capacity it
was designed to serve. It is vital to the continued operations of the City that
projects stay on track to increase the City's supply capacity.

8. All online conventional filters at both plants had turbidities less than 0.3 NTU
at the time of inspection. Membrane train #1 passed MIT with 5.168, train #2
passed MIT with 5.203, #3 had passed MIT with 5.031 and train #6 had passed MIT
with 4.878. All trains had turbidities less than 0.15 NTU.

9. Mr. Allen discussed an upcoming winterization project at OB Curtis. They plan to


move the soda ash pumps into the old lime pump room, insulate above-ground piping
at the raw water station and pre-ox basin, and install a new soda ash tank.

10. Mr. Loftin reported trouble with the level indicator in Soda Ash Silo 1 at OB
Curtis.
Page: 4 - CITY OF JACKSON - Inspection Report
Attachment A, Page 4

11. Based on operator comments, the Membrane treatment trains are not being properly
cleaned due to the inability of the trains to perform Tank Deconcentrations (Tank
Decon) and daily Maintenance cleans (M Cleans) as required by the vendor.
Additionally, faulty feed valves on Trains 1, 3, and 4 are remaining open and
not allowing the sludge to be completely drained from the trains during cleans
causing ineffective cleans. Recovery Cleans (R-Cleans) are also poorly conducted
in manual due to the system having failing valves attached to the Clean In Place
(CIP) tanks and piping. These cleanings are needed to maintain the overall system
health and to prolong the life of the train fibers and other attached equipment.

12. The yard at the Forest tank had trees that have limbs hitting the tank. These
limbs need to be cut back to prolong the life of the exterior paint.

13. The Chastain tank yard has a pine tree leaning toward the fence and apartments
next door. This tree needs to be removed.

14. The gate on the fence surrounding the Zoo tank needs to be repaired to prevent
unauthorized access.

15. The Windsor Rd Booster Station fence has some erosion at the back side of the
fence that needs to be addressed. It was also observed that some of the block is
eroding.

16. Beginning July 1, 2021 the target for pH is 9.0 - 9.5 leaving the plants and the
current for alkalinity is 15 mg/L or greater. At the time of inspection, only OB
Curtis HS #1 was meeting pH target and all entry points were meeting the
alkalinity target. (T1, T2-1)

17. The lab equipment at JH Fewell should mirror the equipment at OB Curtis.
Currently JH Fewell can run all water quality parameters except color, iron, free
ammonia, and monochloramine. Since the City uses chloramines as their
disinfectant, each plant should be able to check all four parameters (free
chlorine, total chlorine, free ammonia, monochloramine) to be assured treatment
is adequate. (T2-2)

18. The two tanks inspected this year were Magnolia & NW Industrial.
By the next MSDH inspection, a plan should be presented to address the
recommendations on these two tanks plus the five tanks inspected in 2020 (the two
ground tanks at JH Fewell, Maddox Rd, Cedar Hills, and Chastain). (T2-3)

19. The water loss report presented at the inspection showed an annual water loss of
greater than 40%. (T4-1)

20. Due to OB Curtis not being able to pump enough water to maintain water all
elevated storage tanks, this results in calls of low pressure. (T4-3)

21. Credit was not given for T5-1 because the system does not have the ability to
provide water during a prolonged power outage. In order to get credit, the City
will need to obtain generators capable of operating enough of the plant capacity
to keep pressure in the system during a prolonged power outage.
Page: 5 - CITY OF JACKSON - Inspection Report
Attachment A, Page 5

22. Credit was not given for T5-2 because the City needs both treatment plants and
the wells to provide water for all customers. If any of them were to go offline,
the others could not compensate.

23. Ms. Carter reported that while a cut-off list is generated each billing cycle,
the City is still not cutting off delinquent accounts. (F3)

24. Below is a breakdown of the water quality parameters recorded during the
inspection:

JHF OBC HS #1 OBC HS #2


pH 9.8 9.4 9.6
Cl2 free 0.1 mg/L 0.1 mg/L 0.2 mg/L
Cl2 total 3.1 mg/L 2.7 mg/L 2.8 mg/L
Free ammonia 0.3 mg/L 0.0 mg/L 0.01 mg/L
Monochloramine 2.64 mg/L 2.36 mg/L 2.53 mg/L
Iron 0.01 mg/L 0.0 mg/L 0.00 mg/L
Manganese 0.03 mg/L 0.004 mg/L 0.007 mg/L
Turbidity 0.14 NTU 0.117 NTU 0.140 NTU
Alkalinity 26 mg/L 35.4 mg/L 43.1 mg/L
Hardness 55 mg/L 19.4 mg/L 16.3 mg/L
Color 2 2 3
Fluoride 1.2 mg/L 1.8 mg/L 0.8 mg/L

Completed by Amy L. McLeod, E.I. on 12/09/2021.

Reviewed by Greg Caraway, P.E. on 12/13/2021.

If you have any questions, please call (601)576-7518.

pc:

CHARLES E WILLIAMS JR, OFFICIAL


MARY D CARTER, OPERATOR
HONORABLE CHOKWE ANTAR LUMUMBA, MAYOR
EPA REGION 4
Generated September 5, 2022, 9:46 AM CST.
Attachment A, Page 6
Mississippi State Department of Health
Bureau of Public Water Supply STANDARD FORM

FY 2022 Public Water System Capacity Assessment Form


NOTE: This form must be completed whenever a routine sanitary survey of a public water system is conducted by a
regional engineer of the Bureau of Public Water Supply

PWS ID#: 0250008 Class: A Survey Date: 11-08-2021 County: HINDS


Public Water System: CITY OF JACKSON Conn: 71486
Certified Waterworks Operator: MARY D CARTER Pop: 173514
CAPACITY RATING DETERMINATION
Technical (T) Capacity Rating: [ 1 ] Managerial (M) Capacity Rating [ 4 ] Financial (F) Capacity Rating [ 4 ]
Capacity Rating = T + M + F = 9 = 3 Overall Capacity Rating = 3.0
3 3
Completed by Amy L. McLeod, E.I. on 11/30/2021
Reviewed by Greg Caraway, P.E. on 12/13/2021

Comments:

Point Point
Technical Capacity Assessment Scale Award
[T1] Does the water system have any significant deficiencies? [ Y N ] N - 1pt.
Y - 0pt. 0

[T2] 1) Was the water treatment process functioning properly? [ Y N ] (i.e. Is pH, iron, chlorine,
fluoride, etc. within acceptable range?) 2) Was needed water system equipment in place and
functioning properly at the time of survey? [ Y N ] (NOTE: Equipment deficiencies must be identified All Y - 1 pt.
in survey report.) 3) Were records available to the regional engineer clearly showing that all water Else - 0 pt. 0
storage tanks have been inspected and cleaned or painted (if needed) within the past 5 years?
[ Y N NA ] (NOTE: All YESs required to receive point)
[T3] 1) Was the certified waterworks operator or his/her authorized representative present for the
survey? [ Y N ] 2) Was PWS Operations record up to date and properly maintained? [ Y N ] (Are
minimum days being met based on system classification) 3) Was the water system properly maintained All Y - 1 pt.
at the time of survey? [ Y N ] 4) Did operator/system personnel satisfactorily demonstrate to the Else - 0 pt. 1
regional engineer that he/she could fully perform all water quality tests required to properly operate this
water system? [ Y N ] (NOTE: All YESs required to receive point)
[T4] 1) Does water system routinely track water loss and were acceptable record available for review?
[ Y N ] 2) Is water system overloaded? (i.e. serving customers in excess of MSDH approved design
capacity)? [ Y N ] 3) Was there any indication that the water system is/has been experiencing pressure 1)Y - pt.
problems in any part(s) of the distribution system? [ Y N ] (based on operator information, customer 2)N - pt.
3)N - pt. 0
complaints, MSDH records, other information) 4) Are well pumping tests performed routinely? 4)Y - pt.
[ Y N NA ]
(NOTE: YES FOR #1 & YES OR N/A FOR #4 AND NOs FOR #2 & #3 required to receive point)
[T5] 1) Does the water system have the ability to provide water during power outages? (i.e. generator,
emergency tie-ins, etc.) [ Y N ] 2) Does the water system have a usable backup source of water? All Y - 1 pt.
Else - 0 pt. 0
[Y N] (NOTE: Must be documented on survey report)
TECHNICAL CAPACITY RATING = [ 1 ] (Total Points)

Mississippi State Department of Health Page 1 of 2 Form 1261


Revision: June 29, 2021
Public Water System: CITY OF JACKSON Attachment A, Page 7
FY 2022 Public Water System Capacity Assessment Form
PWS ID #: 0250008
Survey Date: 11-08-2021
Point Point
Managerial Capacity Assessment Scale Award
[M1] Were all SDWA required records maintained in a logical and orderly manner and available for Y - 1pt.
review by the regional engineer during the survey? [ Y N ] N - 0pt. 1

[M2] 1) Have acceptable written policies and procedures for operating this water system been formally
adopted and were these policies available for review during the survey? [ Y N ] 2) Have all board
members (in office more than 12 months) completed Board Member Training? [ Y N NA ] 3) Does All Y - 1 pt.
the Board of Directors meet monthly and were minutes of Board meetings available for review during Else - 0 pt. 1
the survey? (NOTE: Quarterly meetings allowed if system has an officially designated full time
manager) [ Y N NA ] (NOTE: ALL YESs or NAs required to receive point. NA - Not Applicable)
[M3] Has the water system had any SDWA violations since the last Capacity Assessment? [ Y N ] N - 1pt.
Y - 0pt. 0
[M4] Has the water system developed a long range improvements plan and was this plan available for Y - 1pt.
review during the survey? [ Y N ] N - 0pt. 1

[M5] 1) Does the water system have an effective cross connection control program in compliance with
MSDH regulations? [ Y N ] 2) Was a copy of the MSDH approved bacti site plan and lead/copper site All Y - 1 pt.
plan available for review during the survey and do the bacti results clearly show that this approved plan Else - 0 pt. 1
is being followed? [ Y N ] (NOTE: All YESs required to receive point)
MANAGERIAL CAPACITY RATING = [ 4 ] (Total Points)

Point Point
Financial Capacity Assessment Scale Award
[F1] Has the water system raised water rates in the past 5 years? [ Y N ] (NOTE: Point may be
awarded if the water system provides acceptable financial documentation clearly showing that a rate Y - 1pt.
N - 0pt. 1
increase is not needed, i.e. revenue has consistently exceeded expenditures by at least 10%, etc.)
[F2] Does the water system have an officially adopted policy requiring that water rates be routinely
reviewed and adjusted as appropriate and was this policy available for review during the survey? Y - 1pt.
N - 0pt. 1
[Y N]
[F3] Does the water system have an officially adopted cut-off policy for customers who do not pay
their water bills, was a copy of this policy available for review by the regional engineer, and do system Y - 1pt.
records (cut-off lists, etc.) clearly show that the water system effectively implements this cut-off N - 0pt. 0
policy? [ Y N ]
[F4] Was a copy of the water system's officially adopted annual budget available for review by the
regional engineer and does the water system's financial accounting system clearly and accurately track Y - 1pt.
N - 0pt. 1
the expenditure and receipt of funds? [ Y N ]
[F5 - Municipal Systems] 1) Was a copy of the latest audit report available for review at the time of
the survey? [ Y N ] 2) Does this audit report clearly show that water and sewer fund account(s) are All Y - 1 pt.
maintained separately from all other municipal accounts? [ Y N ] Else - 0 pt. 1
(NOTE: Yes answer to all questions required to receive point.)
[F5 - Rural Systems] 1) Was the latest financial report / audit report available for review? [ Y N ] 2)
Does the latest financial report show that receipts exceeded expenditures? [ Y N ] All Y - 1 pt.
Else - 0 pt.
(NOTE: Yes answer to both questions required to receive point)
FINANCIAL CAPACITY RATING = [ 4 ] (Total Points)

Mississippi State Department of Health Page 2 of 2 Form 1261


Revision: June 29, 2021
Generated September 5, 2022, 9:46 AM CST.
Attachment A, Page 8
MISSISSIPPI DEPARTMENT OF HEALTH
BUREAU OF PUBLIC WATER SUPPLY
DESIGN CAPACITY SHEET

System: CITY OF JACKSON


ID: 0250008 Class: A County: HINDS

Date Completed: 12/08/2021


Connections - Actual: 71486 Equivalent: 82355
Design Capacity: 88750 Percent Design Capacity: 82355/88750 = 92.8%

J H FEWELL WATER TREATMENT PLANT

**** CT calculations for FEWELL *****


There are four disinfection segments at Fewell, and the contact time must be determined
for each segment to achieve 4-log inactivation of viruses, 3-log inactivation of Giardia,
and 3.5-log inactivation of Crypto.

Fewell is required to achieve 0.3 turbidity units 95% of the time to comply with the
SWTR. If this treatment is achieved, credit can be given for 2-log removal of viruses &
Crypto and 2.5-log removal of Giardia. Free chlorine, chloramination, and UV disinfection
must then attain the remaining 2-log inactivation of viruses, 0.5-log inactivation of
Giardia, and 1.5-log of Crypto.

Book values:
CT required for 0.5-log inactivation of giardia at 10C and pH at 6.5 = 19 mg/L min
CT required for 2-log inactivation of viruses at 10C and pH at 6.5 = 3 mg/L min

The first segment is free chlorine contact between the point of chlorine injection (at
the head of the outlet pipe from the sedimentation basin) and the point of ammonia
injection (at the end of the outlet pipe just prior to ammonia injection).

The second is the contact time of free chlorine in the filters during normal filter
operation.

The third is the contact time in the clearwell.

The fourth is the UV disinfection.

**BASED ON THE TURBIDITY FILTER DATA SUBMITTED ON MONTHLY OPERATING REPORTS, MSDH IS
SETTING A MAXIMUM TREATMENT CAPACITY OF 20 MGD. THE 6/14 MGD SPLIT BETWEEN BASINS IS
BASED ON STANDARD OPERATION WHEN 20 MGD IS BEING TREATED.**

**CHLORINE RESIDUALS AND FLOW RATES UPDATED TO REFLECT WHAT THE PLANT WAS TREATING ON
11/08/21**

CT SEGMENT 1 (pipes between sed basins and ammonia injection):


The free chlorine is measured by chlorine analyzers which communicate with the ammonia
feed system. The concentration of free chlorine in the pipe between Sed Basin #3 and the
filters was 3.4 mg/L. The concentration of free chlorine in the pipe between Sed Basin #4
and the filters was 3.3 mg/L.

Calculating the free chlorine contact time between chlorine injection and ammonia
injection (at maximum design flows):

Sed basin #3: Pipe dimensions: Length = 351 ft; Diameter = 42 in = 3.5 ft.
Volume in pipe = 0.785 x 3.5 x 3.5 x 351 x 7.48 = 25,247 gallons
Estimated flow through Sed basin #3 train: 6 MGD
Contact time = 25,247 gallons/6,000,000 gal/day x 1440 min/day = 6.1 min

Sed basin #4: Pipe dimensions: Length = 357 ft; Diameter = 48 in = 4 ft.
Volume = 33,540 gallons
Estimated flow through Sed basin #4 train: 14 MGD
Contact time = 33,540/14,000,000 x 1440 = 3.4 min

CT SEGMENT 1 (using shortest contact time of 3.22 min) = 3.4 mg/L x 3.3 min
= 11.2 mg/L min
Generated September 5, 2022, 9:46 AM CST.
Attachment A, Page 9
MISSISSIPPI DEPARTMENT OF HEALTH
BUREAU OF PUBLIC WATER SUPPLY
DESIGN CAPACITY SHEET
CITY OF JACKSON 12/08/2021

(Note: Virus inactivation is achieved in Segment 1; 11.2 mg/L min > 3 mg/L min)

SEGMENT 1 LOG INACTIVATION = 11.2 mg/L min/19 mg/L min * (0.5 log) = 0.3 log

CT SEGMENT 2 (Disinfection in filters):


Disinfectant contact time between filters and clearwell/storage outlet:
Calculate volume of water in filters and estimated residence time:
Volume = L X W X D (where D = depth of water above filter media)
= (20 ft x 10 ft x 1.5 ft) * 7.48 gal/cu.ft. * 9 filters +
(25 ft x 28 ft x 3 ft) * 7.48 gal/cu.ft. * 4 filters
= 20,196 gallons + 62,832 gallons
= 83,028 gallons
Residence time = (83,028 gallons/20,000,000 gallons/day)* 1440 min/day
Residence time = 6.0 minutes

CT SEGMENT 2 (assuming chlorine concentration = finished water chlorine concentration =


0.1 mg/L)
CT SEGMENT 2 = 0.1 mg/L * 6.0 minutes = 0.6 mg/L min

SEGMENT 2 LOG INACTIVATION = 0.6 mg/L min / 19 mg/L min * (0.5 log) = 0.016 log

CT SEGMENT 3 (Disinfection in the clearwell):


Using the clearwell volume of 3.8 MG and a pre-determined baffling factor of 0.233:
Contact time = 3.8 MG/20 MGD x 1440 minutes/day x 0.233 = 63.7 minutes
Free chlorine measured in finished water = 0.1 mg/L
CT SEGMENT 3 = 63.7 minutes x 0.1 mg/L = 6.4 mg/L min
SEGMENT 3 LOG INACTIVATION = 6.4 mg/L min / 19 mg/L min * (0.5 log) = 0.17 log

Total CT using free chlorine = (11.2 + 0.6 + 6.4) mg/L min = 18.2 mg/L min

Total LOG INACTIVATION using free chlorine = SEGMENT 1 + SEGMENT 2 + SEGMENT 3


Total LOG INACTIVATION using free chlorine = 0.3 + 0.016 + 0.17 = 0.486 log

CT SEGMENT 4 (UV Disinfection):


At the time of the inspection, Pump 2 was pumping 8 MGD and dosing 22 mJ/sq.cm and Pump 4
was pumping 7 MGD and dosing 25 mJ/sq.cm.

According to 40 CFR 141.720 (d)(1), a dose of 3.9 mJ/sq.cm. will achieve a 1.5 log
inactivation of Crypto and 1.5-log inactivation of Giardia. Therefore, the UV
disinfection more than adequately achieves the remaining inactivation of Giardia &
Crypto.

NOTE: Any time that the UV disinfection is offline on any service pump, that service pump
MUST be taken offline as free chlorine is not enough to achieve the log credit removal
for Crypto.

*** FEWELL DESIGN CAPACITY ****


Rated treatment capacity of plant = 20 MGD (limiting factor)
Clearwell volume = 3.8 MG
2 additional ground storage tanks @ 5MG each = 10 MG
Total storage located at the plant = 3.8 MG + 10 MG = 13.8 MG
Usable storage (volume filled in 6 hours) = 20 MGD/24 hrs/day x 6 hrs = 5 MG
Plant capacity = rated treatment capacity of plant + usable storage/200 minutes
Plant capacity = 20 MGD + (5 MG/200 min * 1440 min/day) = 56 MGD
Service pump capacity = (9+9+9+7) = 34 MGD

Plant capacity exceeds service pump capacity so:


Page: 2
Generated September 5, 2022, 9:46 AM CST.
Attachment A, Page 10
MISSISSIPPI DEPARTMENT OF HEALTH
BUREAU OF PUBLIC WATER SUPPLY
DESIGN CAPACITY SHEET
CITY OF JACKSON 12/08/2021

FEWELL DESIGN CAPACITY = 34 MGD

FEWELL DESIGN CAPACITY = 34,000,000 gal/day/1440 min/day = 23,611 GPM

O B CURTIS WATER TREATMENT PLANT

**** CT calculations for OB Curtis ****

This plant must meet 4-log inactivation of viruses, 3-log inactivation of Giardia, and
3.5-log inactivation of Crypto.

The conventional side is required to achieve 0.3 turbidity units 95% of the time to
comply with the SWTR, so credit can be given by default for 2-log removal of viruses &
Crypto and 2.5-log removal of Giardia. Free chlorine, chloramination, and UV disinfection
must then attain the remaining 2-log inactivation of viruses, 0.5-log inactivation of
Giardia, and 1.5-log of Crypto.

The membrane system is required to achieve <0.15 turbidity units 95% of the time to
comply with the SWTR, so credit can be given by default for 2-log removal of viruses,
3-log inactivation of Giardia, and 2-log inactivation of Crypto. Free chlorine must
achieve the remaining 2-log of viruses. Maintaining membrane integrity must achieve the
remaining 1.5-log inactivation of Crypto.

**MEMBRANE INTEGRITY TESTING (MIT) MUST BE COMPLETED EVERY 24 HOURS, PER THE CFR. IF THE
TRAIN FAILS MIT, IT MUST BE TAKEN OFFLINE UNTIL IT PASSES. IF TRAIN TURBIDITIES EXCEED
0.15 NTU, THAT TRAIN *MUST* BE TAKEN OFFLINE UNTIL IT PASSES MIT.**

**THE CONVENTIONAL SIDE OF THE PLANT HAS 4 FILTERS ONLINE AND THE MEMBRANE SIDE OF THE
PLANT HAS 4 TRAINS THAT CONSISTENTLY PASS MIT. CAPACITY OF THE PLANT HAS BEEN LOWERED TO
REFLECT WHAT THE PLANT CAN ACTUALLY TREAT. EACH SIDE WAS RATED AT 25 MGD.

25 MGD / 6 (FILTERS & TRAINS) = 4.2 MGD/FILTER OR TRAIN

CONVENTIONAL: 4.2 MGD * 4 FILTERS = 16.8 MGD


MEMBRANE: 4.2 MGD * 4 TRAINS = 16.8 MGD (online on 11-08-2021)

TOTAL PLANT CAPACITY: 33.6 MGD

CT CALCULATIONS WILL REMAIN AT MAX CAPACITY OF 25 MGD

Book values:
CT required for 0.5-log inactivation of giardia at 10C and pH at 6.5 = 19 mg/L min
CT required for 2-log inactivation of viruses at 10C and pH at 6.5 = 3 mg/L min

The clearwell is divided into two separate zones based on their baffling. The
conventional and membrane treatment trains feed mirror image clearwells, so the T and CT
values below apply to each treatment process.

Zone 1:
Volume = 1.989 MG; BF = 0.7
T = [(1.989 MG / 25 MGD)*0.7] * 1440 min/day = 80.2 min @ 25 MGD

Zone 2:
Volume = 1.658 MG; BF = 0.3
T = [(1.658 / 25 MGD)*0.3] * 1440 min/day = 28.7 min @ 25 MGD

Total T = 80.2 + 28.7 = 108.9 min


Page: 3
Generated September 5, 2022, 9:46 AM CST.
Attachment A, Page 11
MISSISSIPPI DEPARTMENT OF HEALTH
BUREAU OF PUBLIC WATER SUPPLY
DESIGN CAPACITY SHEET
CITY OF JACKSON 12/08/2021

The free chlorine residual measured from High Service 1 (conventional side) finished
water = 0.1 mg/L

Ct25 = 0.1 mg/l * 108.9 minutes = 10.89 mg/L min

Virus inactivation achieved at 0.1 mg/L free chlorine at 25 MGD;


10.89 mg/L min > 3 mg/L min

Giardia log inactivation = 10.89 mg/L min / 19 mg/L min * (0.5) = 0.29 log
Remaining 0.5-log Giardia inactivation not achieved by free chlorine contact time in
clearwell.

UV disinfection - UV unit attached to each filter


Each UV unit must be dosing a minumum of 4 mJ/sq.cm. to achieve the final 1.5-log removal
of Crypto and the remaining 0.21-log removal of Giardia.
*All four online filters had UV units dosing 23.3 - 31.3 mJ/sq.cm. at the time of
inspection

*IF AT ANY TIME A UV UNIT IS OUT OF SERVICE, THE CORRESPONDING FILTER MUST BE TAKEN OUT
OF SERVICE. CRYPTO AND GIARDIA REMOVAL IS NOT ACHIEVED WITHOUT UV DISINFECTION*

Full CT credit for the conventional side at maximum treatment capacity of 25 MGD can be
given, so full CT credit at decreased capacity of 16.8 MGD can be given.

The free chlorine residual measured from High Service 2 (membrane side) finished water =
0.2 mg/L.

Using this minimum concentration throughout the clearwell and flow rate of 25 MGD, the
contact time is:
T = 108.9 min
CT = 0.2 mg/L * 108.9 minutes = 21.78 mg/L min

Virus inactivation achieved at 0.3 mg/L free chlorine at 25 MGD;


21.78 mg/L min > 3 mg/L min

Giardia & Crypto log inactivation achieved by maintaining turbidities <0.15 NTU 95% of
the time. Any time turbidities exceed 0.15 NTU, that train must be taken offline.

Full CT credit for the membrane side at maximum treatment capacity of 25 MGD can be
given, so full CT credit at decreased capacity of 16.8 MGD can be given.

Treatment capacity is not limited on either side by CT.

TOTAL TREATMENT CAPACITY AT OB CURTIS = Conventional (16.8 MGD) + Membrane (16.8 MGD)
= 33.6 MGD

*** OB CURTIS DESIGN CAPACITY ***


Raw water pump capacity = (9+8+9+8+8+17+8+17) MGD = 84 MGD
Rated treatment capacity of plant = 33.6 MGD (limiting factor)
Service pump capacity = (8+8+22) = 38 MGD
**HS2 pumps taken out since they have been offline since 04/30/2021; HS1 pump #2 taken
out since it has been offline for over a year.)
Total storage located at the plant (clearwell capacity) = 10 MG
Usable storage (volume filled in 6 hours) = 33.6 MGD/24 hrs/day x 6 hrs = 8.4 MG
Total plant capacity = rated treatment capacity of plant + usable storage/200 minutes
Total plant capacity = 33.6 MGD + (8.4 MG/200min * 1440 min/day) = 94 MGD
This does exceed the service pump capacity of 38 MGD, so:
OB CURTIS DESIGN CAPACITY = 38 MGD

Page: 4
Generated September 5, 2022, 9:46 AM CST.
Attachment A, Page 12
MISSISSIPPI DEPARTMENT OF HEALTH
BUREAU OF PUBLIC WATER SUPPLY
DESIGN CAPACITY SHEET
CITY OF JACKSON 12/08/2021

TOTAL SYSTEM DESIGN CAPACITY

TOTAL CAPACITY OF FEWELL AND OB CURTIS PLANTS = 34 MGD + 38 MGD = 72 MGD


72,000,000 gpd / 1440 min/day = 50,000 CONNECTIONS

TOTAL ELEVATED STORAGE ON SYSTEM:


0.5 MG + 1.0 + 0.5 + 1.5 + 1.0 + 0.5 + 1.0 + 0.25 + 1.5 = 7.75 MG
*1.0 MG Byram tank taken out of calculations due to being offline (11-09-2020)
*0.2 MG Suncrest tank & 1.0 MG Elaine tank taken out of calculations due to being empty
on 11-08-2021

FINAL DESIGN CAPACITY FOR ENTIRE SYSTEM:


Final design capacity = 50,000 + (7,750,000 gal/200 min) = 88,750 CONNECTIONS

EQUIVALENT CONNECTIONS CALCULATIONS:

COMMERCIAL/INDUSTRIAL USAGE FACTOR CALCULATIONS:


Ciu = Average total CI use(gal)/avg total use (gal)
The Ciu factor calculated from 2019 data = 0.5
Number of Actual Connections = 54,679
Apartment Adjusted = # Units X 2/3 = 16,807 x 2/3 = 11,205
Total Adjusted Connections = Actual + Apartment Adjusted
= 54,679 + 11,205 = 65,884

Eq. connections = # of adjusted conn + (# of adjusted conn x Ciu factor x 0.5)


= 65,884 + (65,884 x 0.5 x 0.5)
= 82,355

Total final equivalent connections = 82,355

THEREFORE THIS SYSTEM IS CURRENTLY AT 82,355/88,750 = 93% CAPACITY.

Page: 5
Generated October 5, 2022, 11:12 AM CST.
Attachment A, Page 13

REPORT OF INSPECTION OF DRINKING WATER SUPPLY

PWS: 0250012 Class: D

An inspection of the CITY OF JACKSON-MADDOX RD. water supply in HINDS county was made
on 11/09/2021. Present at the time of inspection was MARY D CARTER, OPERATOR;
CHARLES E WILLIAMS JR, OWNER; TERENCE BYRD, CERTIFIED OPERATOR; JAMES PERRY,
CERTIFIED OPERATOR; WRITER. Official CHARLES E WILLIAMS JR Address PO BOX 17
JACKSON MS 39205 W.W. Operator MARY D CARTER Address 1053 WHITSETT WALK JACKSON MS
39206 No. Connections 5762 No. Meters Population Served 16555 Field Chemical
Analysis: pH Cl2(free) 3.8 Cl2(total) H2S N/A Iron Fluoride 0.8 Point of
Sampling SIWELL RD FD Water Rates This inspection included a sanitary survey for
compliance with the Ground Water Rule.

COMMENTS
Technical: 1 Managerial: 5 Financial: 4

OVERALL CAPACITY RATING: 3.3 / 5.0

1. This annual inspection also served as a Sanitary Survey as required under the
Ground Water Rule. The significant deficiency from the March 2020 Sanitary
Survey has been partially completed. The TV Road ground tank is inactive and the
work needed on that site will be done once the City is ready to re-activate that
site. The Maddox Road tank portion of that significant deficiency is still
active and is outlined below in 'e.' A new significant deficiency was cited and
it relates to multiple sites. Details are in the following comments. (T1, T2-2,
T3-3)
a. The fence at Well #2 needs some work near the gate.
b. At Well #3, the old well materials need to be hauled off and the
site should be graded so that water does not stand near the well foundation. The
well insulation should either be removed completely or redone.
c. It was reported by field staff that when the well was initially
repaired and brought back online, the contractor failed to fully replace the
fence to the pre-repair state. Two sides of the fence are missing barbed wire.
d. At Well #7, the fencing along Hwy 18 has become severely overgrown
with vegetation. It all needs to be removed and kept away from the fence line.
e. The Maddox Rd tank needs drainage work done around the base. It
appeared that the tank had been overflowing and water was holding near the base.
Work needs to be done so that water flows away from the tank.
Page: 2 - CITY OF JACKSON-MADDOX RD. - Inspection Report
Attachment A, Page 14

2. The system is conducting triggered monitoring to comply with the Ground Water
Rule.

3. Since the last inspection, all well houses have been painted and have had all
doors replaces. All doors were locked at the time of inspection.

4. The water loss report presented at the inspection showed an annual water loss of
greater than 40%.

5. Credit was not given for T5-1 because the system does not have the ability to
provide water during a prolonged power outage. In order to get credit next year,
the City will need to obtain generators capable of operating enough of the wells
to keep pressure in the system during a prolonged power outage.

6. Ms. Carter reported that while a cut-off list is generated each billing cycle,
the City is still not cutting off delinquent accounts. (F3)

GENERAL & REMINDER COMMENTS:

7. Whenever system pressure is lost, even for brief periods of time, contaminants
may be introduced to the system through back flow or back-siphonage. When this
occurs, Officials should notify all customers in the affected area to boil their
drinking water until clear bacteriological samples have been obtained.

8. All dead-end water lines should be flushed on a routine schedule to clear the
lines of sediment and stagnant water.

9. When repairs are made on the water distribution system, all lines affected should
be properly chlorinated and flushed before they are placed back in service.

10. To prevent unauthorized entrance, Officials should ensure that all gates, doors,
latches on tanks, etc. are kept locked at all time

Completed by Amy L. McLeod, E.I. on 11/24/2021.

Reviewed by Greg Caraway, P.E. on 11/29/2021.

If you have any questions, please call (601)576-7518.

pc:

CHARLES E WILLIAMS JR, OFFICIAL


MARY D CARTER, OPERATOR
Generated October 5, 2022, 11:12 AM CST.
Attachment A, Page 15
Mississippi State Department of Health STANDARD FORM
Bureau of Public Water Supply

FY 2022 Public Water System Capacity Assessment Form


NOTE: This form must be completed whenever a routine sanitary survey of a public water system is conducted by a
regional engineer of the Bureau of Public Water Supply
PWS ID#: 0250012 Class: D Survey Date: 11-09-2021 County: HINDS
Public Water System: CITY OF JACKSON-MADDOX RD. Conn: 5762
Certified Waterworks Operator: MARY D CARTER Pop: 16555
CAPACITY RATING DETERMINATION
Technical (T) Capacity Rating: [ 1 ] Managerial (M) Capacity Rating [ 5 ] Financial (F) Capacity Rating [ 4 ]
Capacity Rating = T + M + F = 10 = 3.3 Overall Capacity Rating = 3.3
3 3
Completed by Amy L. McLeod, E.I. on 11/21/2021
Reviewed by Greg Caraway, P.E. on 11/29/2021

Comments:

Point Point
Technical Capacity Assessment Scale Award
[T1] Does the water system have any significant deficiencies? [ Y N ] N - 1pt.
Y - 0pt. 0

[T2] 1) Was the water treatment process functioning properly? [ Y N ] (i.e. Is pH, iron, chlorine,
fluoride, etc. within acceptable range?) 2) Was needed water system equipment in place and
functioning properly at the time of survey? [ Y N ] (NOTE: Equipment deficiencies must be identified All Y - 1 pt.
in survey report.) 3) Were records available to the regional engineer clearly showing that all water Else - 0 pt. 0
storage tanks have been inspected and cleaned or painted (if needed) within the past 5 years?
[ Y N NA ] (NOTE: All YESs required to receive point)
[T3] 1) Was the certified waterworks operator or his/her authorized representative present for the
survey? [ Y N ] 2) Was PWS Operations record up to date and properly maintained? [ Y N ] (Are
minimum days being met based on system classification) 3) Was the water system properly maintained All Y - 1 pt.
at the time of survey? [ Y N ] 4) Did operator/system personnel satisfactorily demonstrate to the Else - 0 pt. 0
regional engineer that he/she could fully perform all water quality tests required to properly operate this
water system? [ Y N ] (NOTE: All YESs required to receive point)
[T4] 1) Does water system routinely track water loss and were acceptable record available for review?
[ Y N ] 2) Is water system overloaded? (i.e. serving customers in excess of MSDH approved design
capacity)? [ Y N ] 3) Was there any indication that the water system is/has been experiencing pressure 1)Y - pt.
problems in any part(s) of the distribution system? [ Y N ] (based on operator information, customer 2)N - pt.
3)N - pt. 1
complaints, MSDH records, other information) 4) Are well pumping tests performed routinely? 4)Y - pt.
[ Y N NA ]
(NOTE: YES FOR #1 & YES OR N/A FOR #4 AND NOs FOR #2 & #3 required to receive point)
[T5] 1) Does the water system have the ability to provide water during power outages? (i.e. generator,
emergency tie-ins, etc.) [ Y N ] 2) Does the water system have a usable backup source of water? All Y - 1 pt.
Else - 0 pt. 0
[Y N] (NOTE: Must be documented on survey report)
TECHNICAL CAPACITY RATING = [ 1 ] (Total Points)

Mississippi State Department of Health Page 1 of 2 Form 1261


Revision: June 29, 2021
Public Water System: CITY OF JACKSON-MADDOX RD. Attachment A, Page 16
FY 2022 Public Water System Capacity Assessment Form
PWS ID #: 0250012
Survey Date: 11-09-2021
Point Point
Managerial Capacity Assessment Scale Award
[M1] Were all SDWA required records maintained in a logical and orderly manner and available for Y - 1pt.
review by the regional engineer during the survey? [ Y N ] N - 0pt. 1

[M2] 1) Have acceptable written policies and procedures for operating this water system been formally
adopted and were these policies available for review during the survey? [ Y N ] 2) Have all board
members (in office more than 12 months) completed Board Member Training? [ Y N NA ] 3) Does All Y - 1 pt.
the Board of Directors meet monthly and were minutes of Board meetings available for review during Else - 0 pt. 1
the survey? (NOTE: Quarterly meetings allowed if system has an officially designated full time
manager) [ Y N NA ] (NOTE: ALL YESs or NAs required to receive point. NA - Not Applicable)
[M3] Has the water system had any SDWA violations since the last Capacity Assessment? [ Y N ] N - 1pt.
Y - 0pt. 1
[M4] Has the water system developed a long range improvements plan and was this plan available for Y - 1pt.
review during the survey? [ Y N ] N - 0pt. 1

[M5] 1) Does the water system have an effective cross connection control program in compliance with
MSDH regulations? [ Y N ] 2) Was a copy of the MSDH approved bacti site plan and lead/copper site All Y - 1 pt.
plan available for review during the survey and do the bacti results clearly show that this approved plan Else - 0 pt. 1
is being followed? [ Y N ] (NOTE: All YESs required to receive point)
MANAGERIAL CAPACITY RATING = [ 5 ] (Total Points)

Point Point
Financial Capacity Assessment Scale Award
[F1] Has the water system raised water rates in the past 5 years? [ Y N ] (NOTE: Point may be
awarded if the water system provides acceptable financial documentation clearly showing that a rate Y - 1pt.
N - 0pt. 1
increase is not needed, i.e. revenue has consistently exceeded expenditures by at least 10%, etc.)
[F2] Does the water system have an officially adopted policy requiring that water rates be routinely
reviewed and adjusted as appropriate and was this policy available for review during the survey? Y - 1pt.
N - 0pt. 1
[Y N]
[F3] Does the water system have an officially adopted cut-off policy for customers who do not pay
their water bills, was a copy of this policy available for review by the regional engineer, and do system Y - 1pt.
records (cut-off lists, etc.) clearly show that the water system effectively implements this cut-off N - 0pt. 0
policy? [ Y N ]
[F4] Was a copy of the water system's officially adopted annual budget available for review by the
regional engineer and does the water system's financial accounting system clearly and accurately track Y - 1pt.
N - 0pt. 1
the expenditure and receipt of funds? [ Y N ]
[F5 - Municipal Systems] 1) Was a copy of the latest audit report available for review at the time of
the survey? [ Y N ] 2) Does this audit report clearly show that water and sewer fund account(s) are All Y - 1 pt.
maintained separately from all other municipal accounts? [ Y N ] Else - 0 pt. 1
(NOTE: Yes answer to all questions required to receive point.)
[F5 - Rural Systems] 1) Was the latest financial report / audit report available for review? [ Y N ] 2)
Does the latest financial report show that receipts exceeded expenditures? [ Y N ] All Y - 1 pt.
Else - 0 pt.
(NOTE: Yes answer to both questions required to receive point)
FINANCIAL CAPACITY RATING = [ 4 ] (Total Points)

Mississippi State Department of Health Page 2 of 2 Form 1261


Revision: June 29, 2021
Generated October 5, 2022, 11:12 AM CST.
Attachment A, Page 17
MISSISSIPPI DEPARTMENT OF HEALTH
BUREAU OF PUBLIC WATER SUPPLY
DESIGN CAPACITY SHEET

System: CITY OF JACKSON-MADDOX RD.


ID: 0250012 Class: D County: HINDS

Date Completed: 11/21/2021


Connections - Actual: 5762 Equivalent: 5506
Design Capacity: 8486 Percent Design Capacity: 5506/8486 = 64.9%

WELL CAPACITY:

Well #1 Capacity = 627 GPM


Well #2 Capacity = 446 GPM
Well #3 Capacity = 548 GPM
Well #4 Capacity - ABANDONED
Well #5 Capacity = 1080 GPM
Well #6 Capacity = 771 GPM
Well #7 Capacity = 771 GPM
Total Well Capacity = 4,243 GPM
*All pump tests April 2021

STORAGE CAPACITY:
3,000,000 gallon Ground Storage Tank
250,000 gallon Elevated Tank at Cedar Hills
2,000,000 gallon Standpipe on Springridge Rd
Total Storage = 5,250,000 gallons

DESIGN CAPACITY:
Total Design Capacity = Total Well Pump Capacity + Total Storage/200 minutes
= 4243 + 5,250,000/200
= 30,493
This value exceeds two times the total well pump capacity (4,243 x 2 = 8,486), therefore

TOTAL DESIGN CAPACITY = 8,486 CONNECTIONS

CALCULATE ADJUSTED CONNECTIONS FOR UN-METERED APARTMENTS/MOBILE HOMES:

Total number of unmetered connections (assumed to be apartment units/mobile homes) = 776


Apartment Adjusted Connections = (776 X 0.67) = 520 connections
(need to subtract total number of meters to calculate more accurately)

CALCULATE EQUIVALENT CONNECTIONS TAKING INTO ACCOUNT HIGH COMMERCIAL/INDUSTRIAL USAGE:

No high users reported. All connections are considered residential.

Number of Actual Connections = metered connections + unmetered connections


Number of Actual Connections = 4986 + 776 = 5762

FINAL EQUIVALENT CONNECTIONS = metered + apartment adjusted = 4986 + 520 = 5,506

THEREFORE THIS SYSTEM IS CURRENTLY AT 5506/8486 = 65% CAPACITY.

GROUND WATER RULE CALCULATIONS:


System is conducting triggered monitoring to comply with the Ground Water Rule.
Attachment A, Page 18
Page 1 of 3

MISSISSIPPI STATE DEPARTMENT OF HEALTH


BUREAU OF PUBLIC WATER SUPPLY
MASTER DATA SHEET

Name of Supply City of Jackson Owner City

County Hinds Class A Date of Last Inspection 11 – 08 – 2021

Master Meter Yes PWS ID Number MS0250008

Supply Source: Purchase Surface X Ground


Fewell Plant
Intake Data:
Well ID NO. Location Number of pumps Cap. (MGD)
250008-71 Raw water intake pumps #5 and #6-(Square Building) 2 24 (each)
Raw water intake pumps #1, 2, 3 and 4 (Round Building) 4 10, 10, 10, and 8

Treatment: Iron Surface X Corrosion Chloramines X Fluoride X

NO. TYPE CAPACITY REMARKS


Rapid Mix 2 Concrete 30 MGD & 22 MGD
Flocculator 8 Walking Beam (60% side) 30 MGD total
Flocculator 4 Turbine Mixers (40% side) each 22 MGD out of service
Gravity Filter 6 Sand 2 MGD 2 of 6 out of service (#14, 16)
Gravity Filter 12 Sand 2.5 MGD 3 of 12 out of service (#24, 26, 28)
Chlorinator 6 W&T SFCSC 1000 PPD each Basin 3 = 220 ppd
Basin 4 = 605 ppd
Fluoridator 2 USGI Fluorosilicic Acid solution pumps 18 L/hr Str set on 55%
Chemical Feeder 3 Watson Marlow 624-U solution pumps for lime Set @ 23% concentration
Chemical Feeder 4 Encore 700 pumps 180 GPH Set on 93% stroke for Alum
Chemical Feeder 2 US Filter solution pumps for Clarifloc 308P polymer Str set on 25%
Chemical Feeder 2 solution pumps feeding 1mg/l solution of Potassium Permanganate (offline)
Chemical Feeder 4 W&T Ammoniators for anhydrous ammonia (Basin 3 = 55 ppd; Basin 4 = 150 ppd)
Chemical Feeder 1 LMI 0.21 gph pump for Calciquest to prevent lime scale on UV Sp/Str=30/60
Chemical Feeder 2 Chlorine Dioxide system (used when needed for T/O control and Mn oxidation)
UV Disinfection 1 Trojan Brand UV unit installed on each service pump

Storage: Location Material Capacity Remarks


Clearwell Plant Concrete 3.8 MG
Ground Plant Concrete 2 @ 5 MG each (10 MG total)

Service Pumps: No. Location Capacity (MGD)


3 HS #2 building 15 (#7, #8 and #9) all out of service

3 HS #1 building 9 (#1, #2, #3)

1 HS #1 building 7 (#4)
2 HS #1 building 12 (#5, #6) permanently out of service
Attachment A, Page 19
Page 2 of 3

MISSISSIPPI STATE DEPARTMENT OF HEALTH


BUREAU OF PUBLIC WATER SUPPLY
MASTER DATA SHEET

Name of Supply City of Jackson Owner City

County Hinds Class A Date of Last Inspection 11 – 08 – 2021

Master Meter Yes PWS ID Number 0250008

Supply Source: Purchase Surface X Ground


OB Curtis (NOTE: C = conventional, M = membrane)
Well ID NO. Location Year Const. Capacity (MGD)
250008-72 Raw Water Intake 1991 Pump #1 = 9 MGD; #2 = 8 MGD; #3 = 9 MGD; #4 = 8 MGD
Raw Water Intake 2007 Pump #5 = 8 MGD; #6 = 17 MGD #7 = 8 MGD; #8 = 17 MGD
Note: Pumps #1-4 pump to conventional side, #5-8 to membrane side
#4 offline
Treatment: Iron Surface X Corrosion Chloramines X Fluoride X

NO. TYPE CAPACITY REMARKS


Flash Mix 4C 6 M Concrete basins with rapid mixers
Flocculator 3 3-stage paddle wheel flocculation basins
Settling 3 Concrete Basins 25 MGD Total
Gravity Filter 6C Concrete Basins; Media: Anthracite & Sand 2 offline (#4, 5)
UV Disinfection 6C Trojan Brand UV unit installed after each filter
Membrane 6M ZeeWeed Membranes 1 offline (#5)
Chlorinator 5 W&T V Notch C: 500 PPD M: 575 PPD
2@3000 PPD; 1@2000 PPD; 2@1000 PPD
Chemical Feeder 3 W&T V notch Ammoniators C: 100 PPD M: 100 PPD
Fluoridator 2 Watson Marlow 620U solution pumps for fluoride (acid) C only: manual
Chemical Feeder 4C 4M Encore 700 soln pumps for soda ash C: 45.5% str/300 gph
Each side: feeds only to clearwell M: 25.8% str/170 gph
Chemical Feeder 2 Pulsatron 500 gpd solution pumps for polymer C only: Sp/Str = 40/60
Chemical Feeder 2 RDP Batch Mixer for Potassium Permanganate offline at intake
2C 2M WM 620U pumps for KMnO4 @ pre-oxidation C: 85 L/hr M: 114 L/hr
Chemical Feeder 2C 3M WM 620U pumps for ACH C: 85 L/hr M: 290 L/hr
Chemical Feeder 2 W&T 44-122 solution pumps for chlorine dioxide (offline at inspection)
Chemical Feeder 3 Chlorine Dioxide generators (1 W&T & 2 Sabre) (offline at inspection)
Chemical Feeder 2 CalFlo liquid lime feeding each clearwell offline as of 11/12/19

Storage: Location Material Capacity Remarks


Clearwell Plant Concrete 2 @ 5 MG (each)

Service Pumps: No. Location Capacity (MGD) Head Controls


4 HS 1 #1: 8 MGD; #2: 12 MGD; #3: 22 MGD; #5: 8 MGD
5 HS 2 #7: 12 MGD; #8: 16 MGD; #10: 22 MGD; #11: 16 MGD; #12: 12 MGD
*all HS 2 pumps offline; HS 1 pump #2 offline
Backwash 2 Plant 26 Auto
Surface Wash 2 Plant 2 Auto
Attachment A, Page 20
Page 3 of 3

MISSISSIPPI STATE DEPARTMENT OF HEALTH


BUREAU OF PUBLIC WATER SUPPLY
MASTER DATA SHEET

Name of Supply City of Jackson Owner City

County Hinds Class A Date of Last Inspection 11 – 08 – 2021

Master Meter Yes PWS ID Number 0250008

Supply Source: Purchase Surface X Ground


OB Curtis Chemical Storage Tanks
Storage: Location Material Capacity Remarks
Day Tank Chemical Bldg Fiberglass 1,200 gallons Caustic Soda (not in use)
Ground Tank Yard Fiberglass 14,100 gallons Caustic Soda(not in use)
Gravity Tank Tank Yard 10,000 gallons Caustic Soda(not in use)
Day Tank Chemical Bldg Fiberglass 600 gallons Fluorosilicic Acid
Ground Tank Yard Fiberglass 4,700 gallons Fluorosilicic Acid
Gravity Tank Tank Yard 20,000 gallons ACH
2 Day Tanks Chemical Bldg Fiberglass 2,300 gallons ACH
2 Ground Tank Yard Fiberglass 19,500 gallons ACH
2 Ground Tank Yard Fiberglass 6,500 gallons Sodium Chlorite
Day Tank Chemical Bldg Fiberglass 400 gallons Sodium Chlorite
Ground Chemical Bldg Fiberglass 3,000 gallons PAC (not in use)
Day Tank Chemical Bldg Fiberglass 2,300 gallons PAC (not in use)
2 Bulk Storage Near Plant Entrance Steel 10,000 gallons Anhydrous Ammonia

Storage: Location Material Capacity Remarks


Elevated (1946) Riverside Steel 500,000 gals 486.05’ OFE
Elevated (1961) Suncrest Steel 200,000 gals 479.58’ OFE
Elevated (1964) Forest Ave Steel 1.0 MG 476.36’ OFE; 80’ to Bottom
Elevated (1968) Magnolia Steel 500,000 gals 541.77’ OFE
Elevated (1975) Chastain Steel 1.5 MG (spheroid) 492’ OFE; 105’ to Bottom
Elevated (1977) Byram* Steel 1.0 MG (spheroid) 486.92’ OFE; 86.5’ to Bot
Elevated JSU Tank (Lynch) Steel 1.0 MG
Elevated Zoo Tank (Livingston) Steel 500,000 gals 466.05’ OFE
Elevated Elaine Steel 1.0 MG 476.14’ OFE
Elevated (1996) NW Industrial Park Steel 1.0 MG (spheroid) 482’ OFE; 75.5’ to Bot
Elevated Presidential Hills Steel 250,000 gals 100’ to Bottom
Elevated (2013) Mill St Composite 1.5 MG 177’ to OF; 137’6” to Bottom
*Byram tank offline

Booster Stations:
Location Collector Tank Pumps Storage Tank
Windsor Rd 3: 25 hp at 800 gpm 2.1 MG
TV Rd* 5 MG 3: 200 hp at 4100 gpm 3.0 MG
*2 500 kW generators; offline at inspection
Attachment A, Page 21

MISSISSIPPI STATE DEPARTMENT OF HEALTH


BUREAU OF PUBLIC WATER SUPPLY
MASTER DATA SHEET

Name of Supply City of Jackson – Maddox Road Owner City

County Hinds Class D Date of Last Inspection 11 – 09 – 2021

Master Meter Yes PWS ID Number 0250012

Supply Source: Purchase Surface Ground X Number of Wells 6 (active)

Well Data:
Well ID NO. Location Year Const. Cap. (GPM) Pres. Casing Screen Depth Controls
250012-01 Wiggins Rd 1967 703 AT 60 psi 16” 1026’ AUTO
250012-02 Willowood 1972 500 AT 80 psi 16” 1440’ AUTO
250012-03 TV Road 1968 680 AT 60 psi 16” 1126’ AUTO
250012-04 Cedar Hills *** ABANDONED ***
250012-05 Siwell Rd 1980 1281 AT 80 psi 16” 1410’ AUTO
250012-06 Hwy 18 1984 1200 AT 65 psi 16” 1436’ AUTO
250012-07 Maddox Road & Hwy 18 2002 1100 AT 80 psi 16” 100’of 10” 1290’ AUTO

Pump test results (April 2021): Well #1: 627 GPM @ 35 psi; Well #2: 446 GPM @ 70 psi;
Well #3: 548 GPM @ 55 psi; Well #5: 1080 GPM @ 75 psi; Well #6: 771 GPM @ 55 psi;
Well #7: 771 GPM @ 10 psi

Treatment: Iron Softening Corrosion Chlorine X Fluoride X

NO. TYPE CAPACITY REMARKS


Chlorinator 1 US Filter S10K 100 PPD 70 PPD at Well 1
Fluoridator 1 Pulsatron 60 gpd Sp/Str set on 72/65 at Well 1
Chlorinator 1 W&T V-100 100 PPD 55 PPD at Well 2
Fluoridator 1 Pulastron 60 gpd Sp/Str set on 52/58 at Well 2
Chlorinator 1 W&T V-100 100 PPD 50 PPD at Well 3
Fluoridator 1 Pulastron 60 gpd Sp/Str set on 70/85 at Well 3
Chlorinator 1 US Filter S10K 200 PPD Set on 150 ppd at Well 5
Fluoridator 1 Pulsatron 60 gpd Sp/Str set on 90/90 at Well 5
Chlorinator 1 W&T V-100 200 PPD Set on 90 ppd at Well 6
Fluoridator 1 Pulsatron 60 gpd Sp/Str set on 94/90 at Well 6
Chlorinator 1 US Filter S10K 200 PPD Set on 90 ppd at Well 7
Fluoridator 1 Pulsatron 60 gpd Sp/Str set on 58/80 at Well 7

Storage: Location Material Capacity Remarks


Elevated (1972) Cedar Hills Steel 250,000 gal 80’ to Bottom (512.45’ OFE)
Ground (1981) Well 7 Concrete 3 MG 56.46’ Height
Ground (2002) Spring Ridge Road Concrete 2 MG

Service Pumps: No. Location Capacity (GPM) Head Controls


Attachment B
Attachment B, Page 1

Current Staffing - COJ


Number Job Class Location Personnel Pay Freq Hourly Annual
Status
100829 WATER PLANT OPERATOR II JHF PART TIME WEEKLY $ 17.46 $ 9,081.02
106896 WATER PLANT OPERATOR I OBC FULL TIME BIWEEKLY $ 16.68 $ 34,698.82
101601 LABORATORY TECHNICIAN OBC FULL TIME BIWEEKLY $ 12.72 $ 26,449.28
99545 WATER PLANT OPERATIONS SUPERVI FWP FULL TIME BIWEEKLY $ 25.33 $ 52,679.12
102866 WATER PLANT OPERATOR II OBC FULL TIME BIWEEKLY $ 17.46 $ 36,323.82
105571 WATER PLANT MAINTENANCE SUPERV OBC FULL TIME BIWEEKLY $ 22.00 $ 45,753.76
104515 MAINTENANCE WORKER II JHF FULL TIME WEEKLY $ 9.89 $ 20,579.52
98477 OFFICE COORDINATOR OBC FULL TIME BIWEEKLY $ 15.15 $ 31,518.24
103693 SENIOR WATER PLANT OPERATOR JHF FULL TIME BIWEEKLY $ 21.02 $ 43,721.60
106894 WATER PLANT OPERATOR I OBC FULL TIME BIWEEKLY $ 16.68 $ 34,698.82
101464 SENIOR WATER PLANT OPERATOR OBC FULL TIME BIWEEKLY $ 19.15 $ 39,822.38
106742 INSTRUMENT TECHNICIAN OBC FULL TIME BIWEEKLY $ 13.91 $ 28,936.44
106189 OFFICE COORDINATOR JHF FULL TIME BIWEEKLY $ 14.55 $ 30,273.10
97857 SENIOR WATER PLANT OPERATOR OBC FULL TIME BIWEEKLY $ 21.02 $ 43,727.84
106039 WATER PLANT OPERATOR I JHF FULL TIME BIWEEKLY $ 16.68 $ 34,698.56
102227 UTILITY MAINTENANCE MECHANIC JHF FULL TIME BIWEEKLY $ 14.60 $ 30,360.20
106895 WATER PLANT OPERATOR I OBC FULL TIME BIWEEKLY $ 16.68 $ 34,698.82
100971 WATER PLANT MAINTENANCE SUPERV JHF FULL TIME BIWEEKLY $ 24.17 $ 50,276.20
106726 WATER PLANT OPERATOR I OBC FULL TIME BIWEEKLY $ 16.68 $ 34,698.82
105099 WATER PLANT OPERATOR I OBC FULL TIME BIWEEKLY $ 16.68 $ 34,698.56
102884 WATER PLANT OPERATIONS SUPERVI OBC FULL TIME BIWEEKLY $ 25.33 $ 52,679.12
98664 CHEMIST OBC FULL TIME BIWEEKLY $ 15.91 $ 33,101.12
105144 WATER PLANT OPERATOR I OBC FULL TIME BIWEEKLY $ 16.68 $ 34,698.56
103400 SENIOR WATER PLANT OPERATOR JHF FULL TIME BIWEEKLY $ 21.02 $ 43,727.84
105413 WATER PLANT OPERATOR I JHF FULL TIME BIWEEKLY $ 16.68 $ 34,698.56
97464 LABORATORY TECHNICIAN OBC FULL TIME BIWEEKLY $ 13.61 $ 28,312.96

Currently most employees are earning some


amount of overtime. It should be noted that when
planning offers to current staff, both overtime and
salary should be taken into consideration. The
following overtime expenses were paid at each
location for FY 22.

Fewell - $155,526.03
OB Curtis- $233,010.12
ATTACHMENT C Attachment C, Page 1
Attachment C, Page 2
Attachment C, Page 3
Attachment C, Page 4
Attachment C, Page 5
Attachment C, Page 6
Attachment C, Page 7
Attachment C, Page 8
Attachment C, Page 9
Attachment C, Page 10
Attachment C, Page 11
Attachment C, Page 12
Attachment C, Page 13
Attachment C, Page 14
Attachment C, Page 15
Attachment C, Page 16
Attachment C, Page 17
Attachment C, Page 18
Attachment C, Page 19
Attachment C, Page 20
Attachment C, Page 21
Attachment C, Page 22
Attachment C, Page 23
Attachment C, Page 24
Attachment C, Page 25
Attachment C, Page 26
Attachment C, Page 27
Attachment C, Page 28
Attachment C, Page 29
Attachment C, Page 30
Attachment C, Page 31
Attachment C, Page 32
Attachment C, Page 33
Attachment C, Page 34
Attachment C, Page 35
Attachment C, Page 36
Attachment C, Page 37
Attachment C, Page 38
Attachment C, Page 39
Attachment C, Page 40
Attachment C, Page 41
Attachment C, Page 42

PERMIT RATIONALE FOR REISSUANCE


O B Curtis Water Treatment Plant
Madison County
Ridgeland, Mississippi
Water NPDES No. MS0046906
July 2021

I. FACILITY INFORMATION

Facility Name: O B Curtis Water Treatment Plant


Facility Address: 100 0 B Curtis Drive
Ridgeland, MS 39157
Jackson,
Permit No.: MS0046906
SIC: 4941
Permit Writer: Dmitriy Asanov
EPD Branch: Municipal and Private Facilities Branch

II. NATURE OF BUSINESS

Treatment of drinking water.

III. EFFLUENT AND RECEIVING STREAM FLOW DATA

Application states that wastewater consists of gravity thickening and centrifuge


dewatering. Before discharge the wastewater is combined with citric acid deep cleaning
wastewater used in the neutralization process. The average flow is 3.12 MGD.

IV. RECEIVING WATERS

The receiving stream is the Pearl River, located in the Pearl River Basin. The Pearl River is classified
as Fish and Wildlife. This discharge is listed in the TMDLs for pH and Nutrients. The permit
complies with the conditions of pH TMDL because the effluent is required to comply with water
quality criteria before discharging. Total Nitrogen and Total Phosphorus limitations are included in
the permit to comply with the nutrient TMDL.

V. TYPE OF WASTEWATER TREATMENT:

Application details no treatment for wastewater.

VI. EPA CATEGORICAL GUIDELINES

Not Applicable.

4369 PER20210001 1
Attachment C, Page 43

VII. APPLICABLE GUIDELINES

Mississippi Wastewater Regulations (11 Mississippi Admin code, part 6, Chapter 1), State of
Mississippi Water Quality (11 Mississippi Admin code, part 6, Chapter 1), Wasteload Allocation
(WLA), Total Maximum Daily Load (TMDL)

VIII. SUMMARY OF LIMITATIONS

Proposed Limitations
Parameter Flow Basis
Flow Report WLA
BOD5 Report WLA
Ammonia Report WLA
TSS 45 mg/l (Monthly Average) Technology
TDS Report 11 MS Admin Code
Chlorine, Total Residual Report WLA
pH 6.0 – 9.0 SU 11 MS Admin Code
Total Nitrogen Report lbs/day (Monthly Avg.) TMDL
Total Phosphorus Report lbs/day (Monthly Avg.) TMDL

The Pearl River Nutrient TMDL gives opportunity for TP load to be adjusted in combination and
divided between the three (3) Jackson facilities (Trahon/Big Creek, Savannah Street and OB Curtis)
for a total of 1297 lbs/day. These effluent values are combined together to meet the TMDL
combined load in the Jackson POTW, Savanna Street permit. In addition, the Total Nitrogen load
can also be adjusted in combination and divided between the three (3) Jackson facilities (Trahon/Big
Creek, Savannah Street and OB Curtis) for a total of 6031 lbs/day. In order to establish the effluent
values, monitoring requirements for TN and TP have been included in the permit.

A reopener clause has been added to the permit which states that the NPDES Permit MS0046906,
shall be reopened and modified, or alternately revoked and reissued, accordingly to reflect any
additional, or otherwise updated limitations, and any additional monitoring determined to be
necessary to be consistent with the findings of any additional stream monitoring performed as a
requirement of the approval of the 2015 Pearl River Nutrient TMDL of which this facility is a part.

4369 PER20210001 2
Attachment C, Page 44

STATE OF M ISSISSIPPI
TATE REEVES, GOVERNOR
M ISSISSIPPI DEPARTM ENT OF ENVIRONM ENTAL QUALITY
CHRIS WELLS, EXECUTIVE DIRECTOR

MEMORANDUM
To: Sandeepa Gill Project Engineer, EPD
From: Taylor White Project Engineer, Modeling and TMDL Branch
Date: July 14, 2021

WASTELOAD ALLOCATION FOR NPDES PERMIT LIMITS


Facility: O B Curtis Water Treatment Plant Agency ID: 4369
NPDES Permit Number: MS0046906 Outfall Number: 001
City: Ridgeland County: Madison Basin: Pearl River
Receiving Water: Pearl River Life Change: Yes
7Q10: 66 cfs IWC: #VALUE! % Ammonia Toxicity: #VALUE! mg/L
fresh water only #VALUE! draft future
Please consider the following limits in the NPDES permit:
Annual Summer Winter
(May - Oct) (Nov - Apr)
Discharge (MGD) Report #VALUE! cfs
CBOD5 (mg/l) Report #VALUE! lbs.
(T otal Ammonia Nitrogen) TAN (mg/l) Report #VALUE! lbs.
Minimum DO (mg/l) 6
e. coli (col/100ml) 126
Cl 2 (mg/l) calculated chronic Report
TN (lbs/day) Report
TP (lbs/day) Report
pH 6-9

Comments: 1. Permit reissuance. No change to existing discharge or location 2. Nutrient limits consistent
Discharge point with Pearl River Nutrient TMDL.
Latitude
32°23'28"
Longitude
90°05'04"

Branch Chief: Shawn Clark, P.E.


CC:

Offic e of P ollut ion Cont rol


P ost Offic e Box 2261 * J a c kson, Mississippi 39225-2261 * Te l: (601) 961-5171 * Fa x: (601) 354-6612 * www.de q.st a t e .ms.us
An Equa l Opport unit y Employe r

4369 PER20210001 3
ATTACHMENT D Attachment D, Page 1
Attachment D, Page 2
Attachment D, Page 3
Attachment D, Page 4
Attachment D, Page 5
Attachment D, Page 6
Attachment D, Page 7
Attachment D, Page 8
Attachment D, Page 9
Attachment D, Page 10
Attachment D, Page 11
Attachment D, Page 12
Attachment D, Page 13
Attachment D, Page 14
Attachment D, Page 15
Attachment D, Page 16
Attachment D, Page 17
Attachment D, Page 18
ATTACHMENT E Attachment E, Page 1
Attachment E, Page 2
Attachment E, Page 3
Attachment E, Page 4
Attachment E, Page 5
Attachment E, Page 6
Attachment E, Page 7
Attachment E, Page 8
Attachment E, Page 9
Attachment E, Page 10
Attachment E, Page 11
Attachment E, Page 12
Attachment E, Page 13
Attachment E, Page 14
Attachment E, Page 15
Attachment E, Page 16
Attachment E, Page 17
Attachment E, Page 18
Attachment E, Page 19
Attachment E, Page 20
Attachment E, Page 21
Attachment E, Page 22
Attachment E, Page 23
Attachment E, Page 24
Attachment E, Page 25
Attachment E, Page 26
Attachment E, Page 27
Attachment E, Page 28
ATTACHMENT F Attachment F, Page 1

APPENDIX A of the
Comprehensive Equipment Repair Plan (CERP) Schedule of Implementation
APPENDIX A
Comprehensive Equipment Repair Plan (CERP) Schedule of Implementation
Deadline or Approved/Overdue
Task# Plant and/or Category Task
Timeframe

General Tasks

1 Operator/Staffing City will hire an Instrument Technician for O.B. October 1, 2021 Approved on
Curtis 11/19/21.

2 Operator/Staffing 2. Provide documentation of completion or 2.A. 2 - August 2, 2021* Overdue


Submit documentation of funding for an additional or
two (2) operators for O.B. Curtis. 2.B.City will hire 2.A and 2.B - January 3, 2022*
2 unlicensed operators for O.B.
Curtis in FY2020-21.

3 Operator/Staffing Both operations new hires should be eligible for February 1, 2022 Due on
licensure and must 2/01/2022 -
complete testing for Class A Waterworks Overdue

Fewell

4 Clari-Trac Clari-Trac System shall be functioning and 4 - August 2, 2021* 4 – Approved on


operational and repairs completed for all Basins or 8/20/2021
including Butterfly Valves, Actuators, Drives, and 4.A - August 2, 2021*
Vacuum Hoses.4. Provide documentation of 4.B - January 3, 2022*
completion or 4.A. Contact Manufacturer and
identify necessary work/schedule and submit
Scope of Work* to EPA; 4.B. Clari-Trac system shall
be fully functional and operational with all repairs
completed
5 UV Reactors UV Sensors - Functional and fully operational. 5. 5 - August 2, 2021* 5 – Approved on
Provide documentation of completion or 5.A. or 8/20/2021
Order parts identified on the parts list provided 5.A - August 2, 2021*
by the Technician report from the 1/19/2021 5.B - January 3, 2022*
evaluation. Provide the Technician Report/parts
list and date parts were ordered to EPA. 5.B.
Return all UV Sensors to fully
functional/operational status.

6 6.COJ will develop a Scope of Work* with August 30, 2021 6-Two SOWS
timeframes for returning filters to fully Approved on
operational and functional status. Upon EPA 12/13/21. One for
Filters 24/26 and one
approval of Scope of Work/plan,
for general filters.
the CERP will be updated to include the individual
Updated General
tasks and timeframes. Filter SOW approved
2/5/22
Individual Tasks and Timeframes Task 6.A. Due Dates
Task 6.A - Filters 24 & 26 rehab at JHF WTP 6.A.1) Due 11/30/21
6.A.1 – approved
6.A.2) Due 3/31/22
6.A.1) Within 2 months of execution of SRF Loan 2/11/22
6.A.3) Due 3/7/2022
#3: Issue Notice to Proceed to Begin Engineering 6.A.2 – approved
6.A.4) End Date 3/15/2022
Design Process. SRF Loan #3 executed on 2/23/2022
6.A.5) Due 5/15/2022
9/30/21. 6.A.3- approved on
6.A.6) Due 7/5/2022
6.A.2) Within 4 months of Issuance of Notice 6/3/2022 and
6.A.7) TBD
to Proceed to Begin Engineering Design 7/29/2022(Completed
6.A.8) TBD
Process: Submit plans to MSDH for review on 2/25/22)
and approval.
Attachment F, Page 2

6.A.4-Approved on
6.A.3) Within 2 weeks of MSDH approval: 6/3/22 and 7/29/2022
Advertise for Construction Bids. 6.A.5 Approved on
7/29/22 (completed
6.A.4) Within 6 weeks of Advertise for 5/24/22)
Construction Bids: Receive Construction Bids.
6.A.5) Within 2 months of closure to Receive
Construction Bids: Award Construction
Contract.
6.A.6) Within 6 weeks of awarding construction
contract: Issue Notice to Proceed with
Construction to the General Contractor.
6.A.7) Within 8 months of issuance of
Notice to Proceed with Construction: Filters
24 & 26 at JHF WTP Rehabilitation Complete.
6.A.8) Within 1 month of Filter
Rehabilitation Completion: J HF Filter
Startup and training complete.

Individual Tasks and Timeframes


Task 6.B – General Filter Rehab
Task 6.B. Due Dates 6.B.1 Overdue
6.B.1) Within 8 months of execution of SRF
6.B.1) Due 5/30/22
Loan #3: Issue Notice Proceed to Begin
6.B.2) Due 9/30/22
Engineering Design Process.
6.B.3) TBD
6.B.2) Within 4 months of Issuance of Notice 6.B.4) TBD
to Proceed to Begin Engineering Design 6.B.5) TBD
Process: Submit plans to MSDH for review 6.B.6) TBD
and approval. 6.B.7) TBD
6.B.3) Within 2 weeks of MSDH approval: 6.B.8) TBD
Advertise for Construction Bids.
6.B.4) Within 6 weeks of Advertise for
Construction Bids: Receive Construction Bids.
6.B.5) Within 2 months of closure to Receive
Construction Bids: Award Construction
Contract.
6.B.6) Upon completion of JHF Filters 24 &
26 (Task 6.A.7): Issue Notice to Proceed with
Construction to the General Contractor
6.B.7) Within 40 months of issuance of Notice to
Proceed with Construction: J.H. Fewell General
Filter Rehabilitation Complete.
6.B.8) Within 1 month of Filter
Rehabilitation Completion: J.H. Fewell
Filter Startup and training complete.

7 Monitoring Equip 7.A. Flow Measurement Devices - Research and 7.A - August 2, 2021* 7.A - Approved on
assessment completed 7.B 7.B - January 3, 2022* 8/27/2021
Flow Measurement Devices -will be functional 7.B – Approved on
and fully operational. 11/19/22
Attachment F, Page 3

APPENDIX A
Comprehensive Equipment Repair Plan (CERP) Schedule of Implementation
Deadline or Approved/Overdue
Task# Plant and/or Category Task
Timeframe
8 Monitoring Equip 8. Provide documentation of completion or 8.A. 8 - August 2, 2021* 8 – Approved on
Submit a status report for all turbidimeters, to or 8/27/2021
include current status (operational or not) and 8.A - August 2, 2021*
what repairs/replacement is needed for each 8.B - October 1, 2021
item. 8.B. Return all to fully operational status.

9 Intake Structure Pedestrian Bridge January 3, 2022* Approved on


11/19/21
10 Entire Plant Corrosion Control report August 2, 2021* Approved on
8/13/2021

Curtis

11 Conventional - Chlorine Weight Indicator - 11.A Parts ordered 11.B 11.A - August 2, 2021* 11.A - Approved
Room Functional and fully operational. 11.B - September 29, 2021 on 8/13/2021
11.B – Approved on
11/19/21

12 Conventional - Chlorine During the automation project, the original 24- December 30, 2023 Language change
Room inch mag meter will be replaced, and automation approved on
restored. 12/13/21
13 Conventional - All Clari-Trac System shall be functioning and 13 - May 31, 2022 Overdue
Conventional Basins operational and repairs completed for all Basins (Approved language change on 12/10/21
including Butterfly Valves, Actuators, Drives, and and extension granted on 11/19/21)
Vacuum Hoses.

14 Conventional - 14. Provide documentation of completion or 14 - August 2, 2021* 14.A - Approved on


Turbidimeters for Basis 14.A. Submit a status report for all turbidimeters, or 9/24/21
1, 2, 3 to include current status (operational or not) and 14.A - August 2, 2021* 14.B – Approved on
what repairs/replacement is needed for each 14.B - October 1, 2021 11/19/21
item. 14.B. Return all to fully operational status.
15 Conventional - UV Filter UV #5 - Operational and Fully functional 15 - To be completed within 4 months
Gallery of issuance of Notice to Proceed with
Construction on the general filter
rehab at OBC outlined in Task 25.
(Extension Request granted on
12/13/21)

16 Membrane - HS#2 Chlorine analyzers - Operational and Fully August 2, 2021* 16- Approved on
functional. Provide documentation of replacement 2/5/22
of one chlorine analyzer and installationof second
chlorine analyzer

17 Membrane - Blower Blower C - 17. Provide documentation of 17 - Completed within 9 months of


Room completion and fully operational. issuance of Notice to Proceed with
Construction of the OBC Automation
Construction Contract to coincide with
completion of Task 26. (Updated
language and accepted extension
request on 12/13/21.)
Attachment F, Page 4

18 Conventional-Intake Microscreens -18. Provide documentation of 18 - August 2, 2021 18 – Approved on


completion or 18.A. Submit status report for the or 8/13/2021
microscreens, include current status and any 18.A - August 2, 2021*
needed repairs/replacement; 18.B. Complete any 18.B - August 30, 2021
needed repairs/replacement
19 Conventional-Intake 60-inch sluice gate - 19. Provide documentation of 19 - August 2, 2021* 19 - Approved on
completion or 19.A. Submit status report, include or 8/13/2021
current status and any needed 19.A - August 2, 2021*
repairs/replacement; 19.B. Complete any needed 19.B - August 30, 2021
repairs/replacement
Attachment F, Page 5

APPENDIX A
Comprehensive Equipment Repair Plan (CERP) Schedule of Implementation
Deadline or
Task# Plant and/or Category Task Approved/Overdue
Timeframe
20 Conventional-Intake 72-inch sluice gate - 20. Provide documentation of 20 - August 2, 2021* 20 – Approved on
completion or 20.A. Submit status report, include or 8/13/21
current status and any needed 20.A - August 2, 2021*
repairs/replacement; 20.B. Complete any needed 20.B - August 30, 2021
repairs/replacement
21 Both - Intake Roof Repairs/Potassium Permanganate feeder March 28, 2024
(Extension Request granted on
11/19/21)
22 Membrane - Intake Microscreens -22. Provide documentation of 22 - August 2, 2021* 22 - Approved on
completion or 22.A. Submit status report for the or 8/13/2021
microscreens, include current status and any 22.A - August 2, 2021*
needed repairs/replacement; 22.B. Complete any 22.B - August 30, 2021
needed repairs/replacement
23 Membrane - Intake 60-inch sluice gate - 23. Provide documentation of 23 - August 2, 2021*. 23 - Approved on
completion or 23.A. Submit status report, include or 8/13/2021
current status and any needed 23.A - August 2, 2021*
repairs/replacement; 23.B. Complete any needed 23.B - August 30, 2021
repairs/replacement
24 Membrane - Sludge Gravity Thickener #1 and #2 - Functional and Fully December 1, 2021 24- Approved on
Plant Handling Facility Operational 11/19/21
25 Both - Filters Filter Rehab - Submit detailed Scope of Work*. August 30, 2021 25.A - SOW
Upon approval of the Scope of Work, the tasks Approved on
will be updated to include additional milestones 12/13/21
and final completion of this task.

Updated Milestones from SOW


Individual Tasks and Timeframes
Task 25.A – OBC General Filter Rehab
Task 25.A. Due Dates
25.A.1) Within 2 months of execution of SRF 25.A.1) Due 11/30/21
Loan #3: Issue Notice Proceed to Begin 25.A.2) Due 3/31/22 25.A.1 – Approved on
Engineering Design Process. 25.A.3) TBD 2/11/22
25.A.2) Within 4 months of Issuance of 25.A.4) TBD
Notice to Proceed to Begin Engineering 25.A.5) TBD
Design Process: Submit plans to MSDH for 25.A.6) TBD
review and approval. 25.A.7) TBD
25.A.3) Within 2 weeks of MSDH approval: 25.A.8) TBD
Advertise for Construction Bids.
25.A.4) Within 6 weeks of Advertise for
Construction Bids: Receive Construction Bids.
25.A.5) Within 2 months of closure to
Receive Construction Bids: Award
Construction Contract.
25.A.6) Within 6 weeks of awarding
construction contract: Issue Notice to
Proceed with Construction to the General
Contractor.
25.A.7) Within 19 months of issuance of Notice
to Proceed with Construction: OBC General Filter
Rehabilitation Complete.
25.A.8) Within 1 month of Filter
Rehabilitation Completion: OBC Filter
Startup and training complete.
Attachment F, Page 6

26 Membrane - Trains #1- 26.A. Submit a report on the current status and 26.A - August 2, 2021* 26.A - Approved on
6 any needed repairs/replacement for each 26.B - August 30, 2021 9/24/2021
membrane train and its components including 26.B – SOW
sluice gate, flocculator, centrifuge, reject valve, Approved on
turbidimeter and rapid mixer. 26.B. Submit 12/13/21
detailed Scope of Work* to address the identified
concerns, including any sequencing. Upon
approval of the Scope of Work, the tasks will be
updated to include additional milestones and final
completion of this task.
Individual Tasks and Timeframes
Task 26.A – Membrane Plant Pretreatment Rehab

26.A.1) Within 2 months of execution of SRF Task 26.A. Due Dates


Loan #3: Issue Notice Proceed to Begin 26.A.1) Due 11/30/21 26.A.1 – Approved on
Engineering Design Process. 26.A.2) Due 3/31/22 2/11/2022
26.A.2) Within 4 months of Issuance of 26.A.3) TBD
Notice to Proceed to Begin Engineering 26.A.4) TBD Remaining tasks may
Design Process: Submit plans to MSDH for 26.A.5) TBD be unnecessary as all
review and approval. 26.A.6) TBD work has almost
26.A.3) Within 2 weeks of MSDH approval: 26.A.7) TBD been completed and
Advertise for Construction Bids.
City is awaiting
26.A.4) Within 6 weeks of Advertise for contractor to address
Construction Bids: Receive Construction Bids. few remaining
26.A.5) Within 2 months of closure to repairs before closing
Receive Construction Bids: Award out.
Construction Contract.
26.A.6) Within 6 weeks of awarding
construction contract: Issue Notice to
Proceed with Construction to the General
Contractor.
26.A.7) Within 9 months of issuance of Notice to
Proceed with Construction OBC Membrane
Rehabilitation Complete.

27 Membrane - Cover Complete Membrane Basin Building Structure August 31, 2022*
Project. (Extension request approved 4/22/22)

April 1, 2022*
(Extension Request approved on
12/10/21)
28 Conventional - Soda dilution system - - Functional and Fully August 2, 2021* Approved on
Ash System Operational - Provide documentation of 8/20/2021
completion or repair the dry powder level
indicators

Groundwater System-Storage Tank

29 Storage Maddox Rd (Hwy 18) - Provide documentation August 2, 2021* Approved on


Tanks that tank is fully functioning and operational. 10/18/2021

30 Storage TV Rd Booster Station - Submit plan for bringing January 3, 2022* Submitted on
Tanks back into service. 7/25/2022
Attachment F, Page 7

APPENDIX A
Comprehensive Equipment Repair Plan (CERP) Schedule of Implementation
Deadline or
Task# Plant and/or Category Task Approved/Overdue
Timeframe
31 Wells 31.A - Provide a status and plan for each of the 31.A – Approved on
wells, include a status of each well, identify any 31.B - April 14, 2022 2/7/21
need repairs/replacement, and propose
timeframe for addressing these 31.B Approved on
repairs/replacement including any interim steps. 5/13/22
31.B – Completion of need repairs/replacement

32 Well House Well Houses - Submit Scope of Work* including August 30, 2021 Approved on
proposed timeframes. Upon EPA approval of the 10/18/2021
Scope of Work, Appendix A will be updated to
include those individual tasks and timeframes.

Dosing Automation

33 Curtis O.B. Curtis: Submit detailed Scope of Work*, that August 30, 2021 SOW approved on
includes schedule of tasks and timeframes for 9/10/2021
completion of interim and final tasks. Upon
approval of the Scope of Work, Appendix A will be
amended to add additional tasks/timeframes for
completion of automation.

a) Issue notice proceed to begin engineering Funding/Project Due dates:


design process. 33.a) 01/30/2022 33.a – approved on
b) Submit plans to MSDH for review and approval. 33.b) 09/28/2022 2/11/22
33.c) 11/30/2022
c) Advertise for construction bids.
33.d) 12/30/2022 Extension request
d) Receive construction bids. 33.e) 03/15/2023 received on
e) Award construction contract. 33.f) 04/15/2023 6/24/2022
f) Issue notice to proceed with construction to the 33.g) 03/24/2024
Extension request
General Contractor.
granted for 33(b-f)
g) Complete all construction upgrades for the on 7/20/2022
automation project.

Completion dates of specific feeds are outlined in


Tasks 34-37 and 39.
34 Curtis Ammonia/Chlorine Feeds: All chlorinator and August 30, 2021 SOW approved on
ammoniator equipment and appurtenances will 9/10/2021
be fully functional with automatic, flow-pacing Project Due Date: 11/28/2023
capabilities in service and redundancy present.
Submit detailed Scope of Work*, that includes
schedule of tasks and timeframes for completion
of interim and final tasks. Upon approval of the
Scope of Work, Appendix A will be amended to
add additional tasks/timeframes for completion
of automation.
Attachment F, Page 8

APPENDIX A
Comprehensive Equipment Repair Plan (CERP) Schedule of Implementation
Deadline or
Task# Plant and/or Category Task Approved/Overdue
Timeframe
35 Curtis ACH (Aluminum Chlorohydrate) (coagulant): The August 30, 2021 SOW approved on
treatment system was installed by using the same 9/10/2021
method as the Alum/lime system that was Project Due Date: 12/30/2023
previously being used and not tweaked for the
new ACH coagulant. Studying the coagulation
system to determine if CO2 treatment addition
will be helpful in improving the treatment system
for future automation. Submit detailed Scope of
Work*, that includes schedule of tasks and
timeframes for completion of interim and final
tasks. Upon approval of the Scope of Work,
Appendix A will be amended to add additional
tasks/timeframes for completion of automation.
36 Curtis O.B. Curtis: Potassium Permanganate Feeds: flow August 30, 2021 SOW approved on
pacing or feed back loop. Submit detailed Scope 9/10/2021
of Work*, that includes schedule of tasks and Project Due Date: 03/28/2024
timeframes for completion of interim and final
tasks. Upon approval of the Scope of Work,
Appendix A will be amended to add additional
tasks/timeframes for completion of automation.

37 Curtis O.B. Curtis: Fluoride - Submit detailed Scope of August 30, 2021 SOW approved on
Work*, that includes schedule of tasks and 10/18/2021
timeframes for completion of interim and final Project Due Date: 02/30/2024
tasks. Upon approval of the Scope of Work,
Appendix A will be amended to add additional
tasks/timeframes for completion of automation.
38 Curtis pH control 38.A pH control will be investigated 38.A June 28, 2022
during the design phase of the OB Curtis 38.B December 30, 2023
automation project, including the potential use of (New language and due dates approved
CO2. 38.B Completion of pH control process 12/1/21)
project and pH meters working properly.
Attachment F, Page 9

APPENDIX A
Comprehensive Equipment Repair Plan (CERP) Schedule of Implementation
Deadline or
Task# Plant and/or Category Task Approved/Overdue
Timeframe
39 Curtis O.B Curtis: Raw Water Flow Meter - August 30, 2021 SOW approved on
Conventionalplant (related to the Clari-Trac 10/18/2021
System): Not currently running automatically. Project Due Date: 05/31/2023
Submit detailed Scope of Work*, that includes
schedule of tasks and timeframes for completion
of interim and final tasks. Upon approval of the
Scope of Work, Appendix A will be amended to
add additional tasks/timeframes for completion
of automation.

40 Fewell The dosing equipment has always been run in Task 40.A will be due one month after 40.A and 40.B -
manual for disinfection and pH at the Fewell approval of OCCT Study Findings Plan approved on
plant. 40.A. Submit a plan to complete and Task 40.B will be due two months 9/24/2021
research/assessment; after approval.
40.B. Based on research,submit work proposal, 40.A- Due 9/11/2021
which should include a proposed treatment 40.B – Due 10/11/2021
plan; 40.C. Complete work.
Upon approval, Appendix A will be
updated to includecompletion
timeframe for Task40.C A proposed
treatment plan shall include a scope of
work, timeframes for completion of any
necessary treatment modifications, and
identify funding for implementation of
the treatment plan.
40.C See below for approved timeframes on
40.C
a) Issue notice proceed to begin engineering
design process. Completion dates: 40.C.a 0 approved
b) Submit plans to MSDH for review and a) 02/01/2022 on 2/11/22
approval. b) 06/28/2022 40.C.b – approved
c) Advertise for construction bids. c) 09/30/2022 on 2/25/2022
d) Receive construction bids. d) 11/15/2022 40.C.c – approved on
e) Award construction contract. e) 01/15/2023 7/29/2022
f) 03/02/2023 40.C.d – approved
f) Issue notice to proceed with construction to
on 7/29/2022
the General Contractor.
40.C.e – approved
on 7/29/2022
Specific projects:
1) Chloramination and Ammonia Feed System
Completion dates for specific projects:
and Automation Improvements
1) 11/30/2023
2) Process Automation and Other Chemical Feed
2) 02/30/2024
System Improvement
3) 03/31/2024
3) Fluoridation Feed System
4) 04/30/2024
4) Potassium Permanganate Feed System at Pearl
5) 05/30/2024
River Intake (copper sulfate will be evaluated for
algae control
5) Automation System Startup and Operator
Training
*The Scope of Work (SOW) submitted to the EPA must contain detailed descriptions of all work necessary to successfully complete the Task
listed in this AOC. The SOW must include all interim steps, including completion dates and/or timeframes to complete each interim step. In
addition to completion dates/timeframes for each interim step, the SOW must also contain the deadline (date) for the completion of the
Attachment F, Page 10

entire Task. Scope of Works may be combined if tasks will all be a part of same project.
The EPA understands that the City may not be able to provide exact completion dates due to the complex nature of some Tasks included in the
AOC. If the City is unable to project exact dates of completion for each interim step necessary to complete a Task, the City must, at a minimum,
describe the interim steps necessary to complete each Task, along with timeframes that the City reasonably expects to be necessary for each
interim step to be completed. For example, if the City has a requirement to submit and receive approval of a “Plans and Specs” document to
the MSDH as an interim step, the SOW could include a statement similar to, “The City will submit “Plans and Specs” document for review and
approval to the MSDH. Within two (2) weeks of MSDH approval of “Plans and Specs” document, the City will put the work out for bid.”
This level of detail must be provided for each interim step necessary to complete each Task identified in the AOC. Without specific, detailed
SOWs, including interim steps and completion dates or timeframes for completion, the EPA is unable to adequately review and approve the SOW
proposed bythe City.
ATTACHMENT G
Attachment G, Page 1
Attachment G, Page 2
Attachment G, Page 3
Attachment G, Page 4
Attachment G, Page 5
Attachment G, Page 6
Attachment G, Page 7
Attachment G, Page 8
Attachment G, Page 9
Attachment G, Page 10
Attachment G, Page 11
Attachment G, Page 12
Attachment G, Page 13
Attachment G, Page 14
Attachment G, Page 15
Attachment G, Page 16
Attachment G, Page 17
Attachment G, Page 18
Attachment G, Page 19
Attachment G, Page 20
Attachment G, Page 21
Attachment G, Page 22
Attachment G, Page 23
Attachment G, Page 24
ATTACHMENT H
Clauses That May Be Used in Service Contract Resulting from Request for Qualifications

1. Anti-assignment/Subcontracting: Contractor acknowledges that it was selected by the City to


perform the services required hereunder based, in part, upon Contractor’s special skills and
expertise. Contractor shall not assign, subcontract, or otherwise transfer this agreement, in
whole or in part, without the prior written consent of the City, which the City may, in its sole
discretion, approve or deny without reason. Any attempted assignment or transfer of its
obligations without such consent shall be null and void. No such approval by the City of any
subcontract shall be deemed in any way to provide for the incurrence of any obligation of the
City in addition to the total fixed price agreed upon in this agreement. Subcontracts shall be
subject to the terms and conditions of this agreement and to any conditions of approval that the
City may deem necessary. Subject to the foregoing, this agreement shall be binding upon the
respective successors and assigns of the parties.

2. Attorney’s Fees and Expenses: Subject to other terms and conditions of this agreement, in the
event Contractor defaults in any obligations under this agreement, Contractor shall pay to the
City all costs and expenses (including, without limitation, investigative fees, court costs, and
attorney’s fees) incurred by the City in enforcing this agreement or otherwise reasonably
related thereto. Contractor agrees that under no circumstances shall the customer be obligated
to pay any attorney’s fees or costs of legal action to Contractor.

3. Authority to Contract: Contractor warrants: (a) that it is a validly organized business with
valid authority to enter into this agreement; (b) that it is qualified to do business and in good
standing in the State of Mississippi; (c) that entry into and performance under this agreement
is not restricted or prohibited by any loan, security, financing, contractual, or other agreement
of any kind; and, (d) notwithstanding any other provision of this agreement to the contrary,
that there are no existing legal proceedings or prospective legal proceedings, either voluntary
or otherwise, which may adversely affect its ability to perform its obligations under this
agreement.

4. Change in Scope of Work: The City may order changes in the work consisting of additions,
deletions, or other revisions within the general scope of the contract. No claims may be made
by Contractor that the scope of the project or of Contractor’s services has been changed,
requiring changes to the amount of compensation to Contractor or other adjustments to the
contract, unless such changes or adjustments have been made by written amendment to the
contract signed by the City and Contractor.

If Contractor believes that any particular work is not within the scope of the project, is a
material change, or will otherwise require more compensation to Contractor, Contractor must
immediately notify the city in writing of this belief. If the City believes that the particular work
is within the scope of the contract as written, Contractor will be ordered to and shall continue
with the work as changed and at the cost stated for the work within the contract.

5. Claims Based on a Procurement Officer’s Actions or Omissions:

Attachment H – Page 1
a. Notice of Claim. If any action or omission on the part of a Chief Procurement Officer or
designee of such officer requiring performance changes within the scope of the contract
constitutes the basis for a claim by Contractor for additional compensation, damages, or an
extension of time for completion, Contractor shall continue with performance of the
contract in compliance with the directions or orders of such officials, but by so doing,
Contractor shall not be deemed to have prejudiced any claim for additional compensation,
damages, or an extension of time for completion; provided:
i. Contractor shall have given written notice to the Chief Procurement Officer or designee
of such officer:
(1) prior to the commencement of the work involved, if at that time Contractor knows
of the occurrence of such action or omission;
(2) within 30 days after Contractor knows of the occurrence of such action or omission,
if Contractor did not have such knowledge prior to the commencement of the work;
or,
(3) within such further time as may be allowed by the Chief Procurement Officer in
writing.
This notice shall state that Contractor regards the act or omission as a reason which
may entitle Contractor to additional compensation, damages, or an extension of time.
The Chief Procurement Officer or designee of such officer, upon receipt of such notice,
may rescind such action, remedy such omission, or take such other steps as may be
deemed advisable in the discretion of the Chief Procurement Officer or designee of
such officer;
ii. The notice required by subparagraph (a) of this paragraph describes, as clearly as
practicable at the time, the reasons why Contractor believes that additional
compensation, damages, or an extension of time may be remedies to which Contractor
is entitled; and,
iii. Contractor maintains and, upon request, makes available to the Chief Procurement
Officer within a reasonable time, detailed records to the extent practicable, of the
claimed additional costs or basis for an extension of time in connection with such
changes.
b. Limitation of Clause. Nothing contained herein shall excuse Contractor from compliance
with any rules of law precluding city officers and Contractors from acting in collusion or
bad faith in issuing or performing change orders which are clearly not within the scope of
the contract.
c. Adjustment of Price. Any adjustment in the contract price made pursuant to this clause
shall be determined in accordance with the Price Adjustment clause of this contract.

6. Confidentiality: Notwithstanding any provision to the contrary contained herein, it is


recognized that City is a political subdivision of the State of Mississippi and is subject to the
Mississippi Public Records Act. Mississippi Code Annotated §§ 25-61-1 et seq. If a public
records request is made for any information provided to Agency pursuant to the agreement and
designated by the Contractor in writing as trade secrets or other proprietary confidential
information, City shall follow the provisions of Mississippi Code Annotated §§ 25-61-9 and
79-23-1 before disclosing such information. The City shall not be liable to the Contractor for
disclosure of information required by court order or required by law.

Attachment H – Page 2
7. Contractor Personnel: The City shall, throughout the life of the contract, have the right of
reasonable rejection and approval of staff or subcontractors assigned to the work by Contractor.
If the City reasonably rejects staff or subcontractors, Contractor must provide replacement staff
or subcontractors satisfactory to the city in a timely manner and at no additional cost to the
City. The day-to-day supervision and control of Contractor’s employees and subcontractors is
the sole responsibility of Contractor.

8. Debarment and Suspension: Contractor certifies to the best of its knowledge and belief, that it:
a. is not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transaction by any federal department or agency or any
political subdivision or agency of the State of Mississippi;
b. has not, within a three-year period preceding this proposal, been convicted of or had a civil
judgment rendered against it for commission of fraud or a criminal offense in connection
with obtaining, attempting to obtain, or performing a public (federal, state, or local)
transaction or contract under a public transaction;
c. has not, within a three-year period preceding this proposal, been convicted of or had a civil
judgment rendered against it for a violation of federal or state antitrust statutes or
commission of embezzlement, theft, forgery, bribery, falsification or destruction of
records, making false statements, or receiving stolen property;
d. is not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (federal, state, or local) with commission of any of these offenses enumerated in
paragraphs two (b) and (c) of this certification; and,
e. has not, within a three-year period preceding this proposal, had one or more public
transactions (federal, state, or local) terminated for cause or default.

9. Disclosure of Confidential Information: In the event that either party to this agreement
receives notice that a third party requests divulgence of confidential or otherwise protected
information and/or has served upon it a subpoena or other validly issued administrative or
judicial process ordering divulgence of confidential or otherwise protected information that
party shall promptly inform the other party and thereafter respond in conformity with such
subpoena to the extent mandated by law. This section shall survive the termination or
completion of this agreement. The parties agree that this section is subject to and superseded
by Mississippi Code Annotated §§ 25-61-1 et seq.

10. Exceptions to Confidential Information: Contractor and the City shall not be obligated to treat
as confidential and proprietary any information disclosed by the other party (“disclosing
party”) which:
a. is rightfully known to the recipient prior to negotiations leading to this agreement, other
than information obtained in confidence under prior engagements;
b. is generally known or easily ascertainable by nonparties of ordinary skill in the business of
the customer;
c. is released by the disclosing party to any other person, firm, or entity (including
governmental agencies or bureaus) without restriction;
d. is independently developed by the recipient without any reliance on confidential
information;

Attachment H – Page 3
e. is or later becomes part of the public domain or may be lawfully obtained by the City or
Contractor from any nonparty; or,
f. is disclosed with the disclosing party’s prior written consent.

11. Failure to Deliver: In the event of failure of Contractor to deliver services in accordance with
the contract terms and conditions, the City, after due oral or written notice, may procure the
services from other sources and hold Contractor responsible for any resulting additional
purchase and administrative costs. This remedy shall be in addition to any other remedies that
the City may have.

12. Force Majeure: Each party shall be excused from performance for any period and to the extent
that it is prevented from performing any obligation or service, in whole or in part, as a result
of causes beyond the reasonable control and without the fault or negligence of such party
and/or its subcontractors. Such acts shall include without limitation acts of God, strikes,
lockouts, riots, acts of war, epidemics, governmental regulations superimposed after the fact,
fire, earthquakes, floods, or other natural disasters (“force majeure events”). When such a cause
arises, Contractor shall notify the City immediately in writing of the cause of its inability to
perform, how it affects its performance, and the anticipated duration of the inability to perform.
Delays in delivery or in meeting completion dates due to force majeure events shall
automatically extend such dates for a period equal to the duration of the delay caused by such
events, unless the State determines it to be in its best interest to terminate the agreement.

13. Indemnification: To the fullest extent allowed by law, Contractor shall indemnify, defend,
save and hold harmless, protect, and exonerate the city, its commissioners, board members,
officers, employees, agents, and representatives, and the State of Mississippi from and against
all claims, demands, liabilities, suits, actions, damages, losses, and costs of every kind and
nature whatsoever including, without limitation, court costs, investigative fees and expenses,
and attorney’s fees, arising out of or caused by Contractor and/or its partners, principals,
agents, employees and/or subcontractors in the performance of or failure to perform this
agreement. In the City’s sole discretion upon approval of the Office of the Mississippi Attorney
General, Contractor may be allowed to control the defense of any such claim, suit, etc. In the
event Contractor defends said claim, suit, etc., Contractor shall use legal counsel acceptable to
the Office of the Mississippi Attorney General. Contractor shall be solely responsible for all
costs and/or expenses associated with such defense, and the State shall be entitled to participate
in said defense. Contractor shall not settle any claim, suit, etc. without the concurrence of the
Office of the Mississippi Attorney General, which shall not be unreasonably withheld.

14. Independent Contractor Status: Contractor shall, at all times, be regarded as and shall be
legally considered an independent contractor and shall at no time act as an agent for the City.
Nothing contained herein shall be deemed or construed by the City, Contractor, or any third
party as creating the relationship of principal and agent, master and servant, partners, joint
ventures, employer, and employee, or any similar such relationship between the City and
Contractor. Neither the method of computation of fees or other charges, nor any other provision
contained herein, nor any acts of the City or Contractor hereunder creates or shall be deemed
to create a relationship other than the independent relationship of the City and Contractor.
Contractor’s personnel shall not be deemed in any way, directly or indirectly, expressly or by

Attachment H – Page 4
implication, to be employees of the City. Neither Contractor nor its employees shall, under any
circumstances, be considered servants, agents, or employees of the city, and the City shall be
at no time legally responsible for any negligence or other wrongdoing by Contractor, its
servants, agents, or employees. The City shall not withhold from the contract payments to
Contractor any federal or state unemployment taxes, federal or state income taxes, Social
Security tax, or any other amounts for benefits to Contractor. Further, the City shall not provide
to Contractor any insurance coverage or other benefits, including Worker’s Compensation,
normally provided by the State for its employees.

15. Infringement Indemnification: Contractor warrants that the materials and deliverables
provided to the customer under this agreement, and their use by the customer, will not infringe
or constitute an infringement of any copyright, patent, trademark, or other proprietary right.
Should any such items become the subject of an infringement claim or suit, Contractor shall
defend the infringement action and/or obtain for the customer the right to continue using such
items. Should Contractor fail to obtain for the customer the right to use such items, Contractor
shall suitably modify them to make them non-infringing or substitute equivalent software or
other items at Contractor’s expense. In the event the above remedial measures cannot possibly
be accomplished, and only in that event, Contractor may require the customer to discontinue
using such items, in which case Contractor will refund to the customer the fees previously paid
by the customer for the items the customer may no longer use, and shall compensate the
customer for the lost value of the infringing part to the phase in which it was used, up to and
including the contract price for said phase. Said refund shall be paid within ten (10) working
days of notice to the customer to discontinue said use.

16. Integrated Agreement/Merger: This agreement, including all contract documents, represents
the entire and integrated agreement between the parties hereto and supersedes all prior
negotiations, representations, or agreements, irrespective of whether written or oral. This
agreement may be altered, amended, or modified only by a written document executed by the
City and Contractor. Contractor acknowledges that it has thoroughly read all contract
documents and has had the opportunity to receive competent advice and counsel necessary for
it to form a full and complete understanding of all rights and obligations herein. Accordingly,
this agreement shall not be construed or interpreted in favor of or against the City or Contractor
on the basis of draftsmanship or preparation hereof.

17. Modification or Renegotiation: This agreement may be modified only by written agreement
signed by the parties hereto. The parties agree to renegotiate the agreement if federal and/or
city revisions of any applicable laws or regulations make changes in this agreement necessary.

18. Notices: All notices required or permitted to be given under this agreement must be in writing
and personally delivered or sent by certified United States mail, postage prepaid, return receipt
requested, to the party to whom the notice should be given at the address set forth below.
Notice shall be deemed given when actually received or when refused. The parties agree to
promptly notify each other in writing of any change of address.

For the Agency: For Contractor:


[Name, Title] [Name, Title]

Attachment H – Page 5
[Agency Name] [Contractor Name]
[Address] [Address]
[City, State, Zip] [City, State, Zip]

19. Non-solicitation of Employees: Each party to this agreement agrees not to employ or to solicit
for employment, directly or indirectly, any persons in the full-time or part-time employment
of the other party until at least six (6) months after this agreement terminates unless mutually
agreed to in writing by the City and Contractor.

20. Oral Statements: No oral statement of any person shall modify or otherwise affect the terms,
conditions, or specifications stated in this contract. All modifications to the contract must be
made in writing by the City and agreed to by Contractor.

21. Ownership of Documents and Work Papers: Agency shall own all documents, files, reports,
work papers and working documentation, electronic or otherwise, created in connection with
the project, which is the subject of this agreement, except for Contractor’s internal
administrative and quality assurance files and internal project correspondence. Contractor shall
deliver such documents and work papers to the City upon termination or completion of the
agreement. The foregoing notwithstanding, Contractor shall be entitled to retain a set of such
work papers for its files. Contractor shall be entitled to use such work papers only after
receiving written permission from the City and subject to any copyright protections.

22. Price Adjustment:


a. Price Adjustment Methods. Any adjustments in contract price, pursuant to a clause in this
contract, shall be made in one or more of the following ways:
i. by agreement on a fixed price adjustment before commencement of the additional
performance;
ii. by unit prices specified in the contract;
iii. by the costs attributable to the event or situation covered by the clause, plus appropriate
profit, or fee, all as specified in the contract; or,
iv. by the price escalation clause.
b. Submission of Cost or Pricing Data. Contractor shall provide cost or pricing data for any
price adjustments subject to the provisions of Section 3-403 (Cost or Pricing Data) of the
PPRB OPSCR Rules and Regulations.

23. Priority: The contract consists of this agreement with exhibits, the RFQ [number] (hereinafter
referred to as “RFQ” and attached as Schedule [ ]), and the bid dated [date] by [Contractor
Name] (hereinafter referred to as “Proposal” and attached as Schedule [ ]). Any ambiguities,
conflicts or questions of interpretation of this contract shall be resolved by first, reference to
this agreement with exhibits and, if still unresolved, by reference to the RFQ and, if still
unresolved, by reference to the Proposal. Omission of any term or obligation from this
agreement or attached Schedules [ ] or [ ] shall not be deemed an omission from this
contract if such term or obligation is provided for elsewhere in this contract.

24. Record Retention and Access to Records: Provided Contractor is given reasonable advance
written notice and such inspection is made during normal business hours of Contractor, the

Attachment H – Page 6
State or any duly authorized representatives shall have unimpeded, prompt access to any of
Contractor’s books, documents, papers, and/or records which are maintained or produced as a
result of the project for the purpose of making audits, examinations, excerpts, and
transcriptions. All records related to this agreement shall be retained by Contractor for three
(3) years after final payment is made under this agreement and all pending matters are closed;
however, if any audit, litigation or other action arising out of or related in any way to this
project is commenced before the end of the three (3) year period, the records shall be retained
for one (1) year after all issues arising out of the action are finally resolved or until the end of
the three (3) year period, whichever is later.

25. Right to Audit: Contractor shall maintain such financial records and other records as may be
prescribed by the City or by applicable federal and state laws, rules, and regulations. Contractor
shall retain these records for a period of three years after final payment, or until they are audited
by the City, whichever event occurs first. These records shall be made available during the
term of the contract and the subsequent three-year period for examination, transcription, and
audit by the Mississippi State Auditor’s Office, its designees, or other authorized bodies.

26. Right to Inspect Facility: The City may, at reasonable times, inspect the place of business of
a Contractor or any subcontractor which is related to the performance of any contract awarded
by the City.

27. Severability: If any part of this agreement is declared to be invalid or unenforceable, such
invalidity or unenforceability shall not affect any other provision of the agreement that can be
given effect without the invalid or unenforceable provision, and to this end the provisions
hereof are severable. In such event, the parties shall amend the agreement as necessary to
reflect the original intent of the parties and to bring any invalid or unenforceable provisions in
compliance with applicable law.

28. City Property: Contractor will be responsible for the proper custody and care of any city-
owned property furnished for Contractor’s use in connection with the performance of this
agreement. Contractor will reimburse the city for any loss or damage, normal wear and tear
excepted.

29. Third Party Action Notification: Contractor shall give the customer prompt notice in writing
of any action or suit filed, and prompt notice of any claim made against Contractor by any
entity that may result in litigation related in any way to this agreement.

30. Unsatisfactory Work. If, at any time during the contract term, the service performed or work
done by Contractor is considered by the City to create a condition that threatens the health,
safety, or welfare of the citizens and/or employees of the State of Mississippi, Contractor shall,
on being notified by the City, immediately correct such deficient service or work. In the event
Contractor fails, after notice, to correct the deficient service or work immediately, the City
shall have the right to order the correction of the deficiency by separate contract or with its
own resources at the expense of Contractor.

Attachment H – Page 7
31. Waiver: No delay or omission by either party to this agreement in exercising any right, power,
or remedy hereunder or otherwise afforded by contract, at law, or in equity shall constitute an
acquiescence therein, impair any other right, power or remedy hereunder or otherwise afforded
by any means, or operate as a waiver of such right, power, or remedy. No waiver by either
party to this agreement shall be valid unless set forth in writing by the party making said
waiver. No waiver of or modification to any term or condition of this agreement will void,
waive, or change any other term or condition. No waiver by one party to this agreement of a
default by the other party will imply, be construed as, or require waiver of future or other
defaults.

ATTACHMENT I
Attachment H – Page 8
REQUIRED FEDERAL PROCUREMENT CLAUSES AS THIS CONTRACT IS
ELIGIBLE FOR REIMBURSEMENT FROM THE FEDERAL EMERGENCY
MANAGEMENT AGNECY

1. Access

MEMA, the subgrantees (counties and communities), FEMA, the Comptroller General of
the United States, and any other duly authorized representatives to any of these bodies
shall have access to any and all books, documents, papers and records of the contractor
which are directly pertinent to this specific contract for the purpose of making audit,
examination, excepts and transcriptions.

2. Byrd Anti-Lobbying Amendment

The contractor shall certify that it will not and has not used federal appropriated funds
to pay any person or organization for influencing or attempting to influence an officer
or employee of any agency, a member of Congress, officer or employee of Congress or
an employee of a member of Congress in connection with obtaining any federal contract,
grant or any other award covered by 31 U.S.C. 1352. The contract shall also disclose
any lobbying with non-federal funds that takes place in connection with obtaining any
federal award. The contractor shall require all subcontractors to submit these same
certifications. The contractor shall adhere to mandatory standards and policies on
energy efficiency which are contained in the state energy conservation plan issued in
compliance with the Energy Policy and Conservation Act (42 U.S.C 6201).

3. Clean Air and Water Acts Compliance

(1) The contractor agrees to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et. seq. and the
Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et. seq.

(2) The contractor agrees to report each violation to MEMA and understands and agrees
that MEMA will, in turn, report each violation as required to assure notification to the
State of Mississippi, Federal Emergency Management Agency and the appropriate
Environmental Protection Agency Regional Office.

(3) The contractor agrees to include these requirements in each subcontract exceeding
$150,000 financed in whole or in part with federal assistance provided by FEMA.

4. Energy Efficiency

The contractor shall adhere to mandatory standards and polices on energy efficiency
which are contained in the state energy conservation plan issued in compliance with
the Energy Policy and Conservation Act (42 U.S.C. 6201).
5. Procurement of Recovered Materials

Attachment H – Page 9
(1) In the performance of this contract, the contractor shall make maximum use of
products containing recovered materials that are EPA-designated items unless the
product cannot be acquired:

i. competitively within a timeframe providing for compliance with the contract


performance schedule.

ii. meeting contract performance requirement; or,

iii. at a reasonable price.

(2) Information about this requirement, along with the list of EPA-designate items, is
available at EPA’s Comprehensive Procurement Guidelines website,
http://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program.

6. Suspension and Debarment

(1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R.
Pt. 3000. As such the contractor is required to verify that none of the contractor, its
principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. §
180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at
2 C.F.R. § 180.935).

(2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000,
subpart C and must include a requirement to comply with these regulations in any
lower tier covered transaction it enters into.

(3) This certification is a material representation of fact relied upon by MEMA. If it is


later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C
and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to MEMA, the
federal government may pursue available remedies, including by not limited to,
suspension and/or debarment.

(4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180,
subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the
period of any contract that may arise from this offer. The bidder or proposer further
agrees to include a provision requiring such compliance in its lower tier covered
transactions.

7. Retention of Records

The contractor shall retain all records associated with this contract for three (3) years
after MEMA or the subgrantees (counties and communities) make final payment and
all other pending matters are closed.
8. DHS Seal, Logo and Flags

Attachment H – Page 10
The contractor shall not use the DHS seal(s), logos, crests or reproductions of flags or
likenesses of DHS agency officials without specific FEMA pre-approval.

9. Compliance with Federal Law, Regulations and Executive Orders

This is an acknowledgement that FEMA financial assistance will be used to fund the
contract. The contractor will comply with all applicable federal laws, regulations,
executive orders, FEMA policies, procedures and directives.

10. No Obligation by Federal Government

The federal government is not a party to this contract and is not subject to any obligations
or liabilities to the non-federal entity, contractor or any other party pertaining to any
matter resulting from the contract. (Program Fraud and False or Fraudulent Statements
or Related Acts) The contractor acknowledges that 31 U.S.C 38 (Administrative
Remedies for False Claims and Statements) applies to its actions pertaining to the
contract.

11. Program Fraud and False or Fraudulent Statements or Related Acts

The Contractor acknowledges that 31 U.S.C. (Administrative Remedies for False Claims
and Statements) applies to its actions pertaining to the contract.

12. Compliance with the Contract Work Hours and Safety Standards Act

(1) Overtime Requirements. No contractor or subcontractor contracting for any part


Of the contract work which may require or involve the employment of laborers or
mechanics shall require or permit any such laborer or mechanic in any workweek in
which he or she is employed on such work to work in excess of forty (40) hours in
such workweek unless such laborer or mechanic receives compensation at a rate not
less than one and one-half times the basic rate of pay for all hours worked in excess
of forty (40) hours in such workweek.

(2) Violation: Liability for Unpaid Wages; Liquidated Damages. In the event of any
violation of the clause set forth in paragraph (1) of this section the contractor and any
subcontractor responsible therefore shall be liable for the unpaid wages. In addition,
such contractor and subcontractor shall be liable to the United States (in the case of
work done under contract for the District of Columbia or a territory, to such District
or to such territory) for liquidated damages. Such liquidated damages shall be
computed with respect to each individual laborer or mechanic, including watchmen
and guards, employed in violation of the clause set forth in paragraph (1) of this
section, in the sum of $10 for each calendar day on which such individual was
required or permitted to work in excess of the standard workweek of forty (40) hours
without payment of the overtime wages required by the clause set forth in paragraph
(1) of this section.

Attachment H – Page 11
(3) Withholding for Unpaid Wages and Liquidated Damages. The Mississippi
Emergency Management Agency shall upon its own action or upon written request of
an authorized representative of the Department of Labor withhold or cause to be
withheld, from any moneys payable on account of work performed by the contractor
or subcontractor under any such contract or any other federal contract with the same
prime contractor, or any other federally-assisted contract subject to the Contract Work
Hours and Safety Standards Act, which is held by the same prime contractor, such
sums as may be determined to be necessary to satisfy any liabilities of such contractor
or subcontractor for unpaid wages and liquidated damages as provided in the clause
set forth in paragraph (2) of this section.

(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the
clauses set forth in paragraph (1) through (4) of this section and also a clause
requiring the subcontractors to include these clauses in any lower tier subcontracts.
The prime contractor shall be responsible for compliance by any subcontractor or
lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this
section.

13. Davis-Bacon Act

The Contractor shall comply with the Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as
supplemented by Department of Labor regulations (29 CFR Part 5) in so far as it may
apply to this contract.

Attachment H – Page 12

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy