Loading...
HomeMy WebLinkAboutWORK ORDER - PURCHASE ORDER - 9180968Utilities Work Order Form Official Purchasing Form Last updated 10/2017 WORK ORDER PURSUANT TO A MASTER AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND CAROLLO ENGINEERS, INC. WORK ORDER NUMBER: C-WRF-2018-6 PROJECT TITLE: Sidestream P-Recovery Conceptual Design ORIGINAL BID/RFP NUMBER & NAME: 8115, Engineering Services for Water Reclamation and Biosolids Facility Design and Construction Services MASTER AGREEMENT EFFECTIVE DATE: September 21, 2015 ARCHITECT/ENGINEER: NA OWNER’S REPRESENTATIVE: Link Mueller WORK ORDER COMMENCEMENT DATE: January 26, 2018 WORK ORDER COMPLETION DATE: April 26, 2018 MAXIMUM FEE: (time and reimbursable direct costs): $91,600.00 PROJECT DESCRIPTION/SCOPE OF SERVICES: Conduct engineering evaluations to identify suitable P recovery process options, conduct alternative evaluations and cost comparisons, support the City in deciding on a preferred alternative and develop a conceptual design of the preferred process alternative. See the attached supporting documentation. Service Provider agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Master Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement and this Work Order (including the attached forms) the Master Agreement shall control. The attached forms consisting of five (5) pages are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given after all parties have signed this document. SERVICE PROVIDER: Carollo Engineers, Inc. By: Date: Name: Title: Page 1 of 8 By: Date: Name: Title: Page 1 of 8 DocuSign Envelope ID: DEF5A958-DD2D-46D9-AE7A-AD32CAA2FFB2 Jason Garside January 24, 2018 Vice President Ron Burdick Vice President January 24, 2018 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 OWNER’S ACCEPTANCE & EXECUTION: This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this reference. ACCEPTANCE: Date: Link Muller, Special Project Manager REVIEWED: Date: Pat Johnson, Senior Buyer APPROVED AS TO FORM: Date: Name,City Attorney's Title (if greater than $1,000,000) ACCEPTANCE: Date: Jason Graham, Water Reclamation & Biosolids Division ACCEPTANCE: Date: Owen Randall, Water Systems Engineering Division Manager ACCEPTANCE: Date: Carol Webb, Water Resources & Treatment Operations Manager ACCEPTANCE: Date: Kevin Gertig, Utilities Executive Director (if greater than $1,000,000) ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) ACCEPTANCE: Date: Darin Atteberry, City Manager (if greater than $1,000,000) ATTEST: Date: City Clerk (if greater than $1,000,000) Page 2 of 8 DocuSign Envelope ID: DEF5A958-DD2D-46D9-AE7A-AD32CAA2FFB2 January 24, 2018 January 24, 2018 January 30, 2018 January 30, 2018 January 30, 2018 January 30, 2018 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT A WORK ORDER SCOPE OF SERVICES & COST DETAILS Page 3 of 8 DocuSign Envelope ID: DEF5A958-DD2D-46D9-AE7A-AD32CAA2FFB2 DRAFT - 1/18/18 SIDESTREAM-P PROJECT (CONCEPTUAL DESIGN PHASE) LABOR HOURS AND ENGINEERING FEE Senior Professional Project Manager (JG) Professional (BC) Disciplines (Structural+Arch) Disciplines (EIC) Disciplines (Civil, HVAC) Senior Technician Technician Document Processing/Clerical Billing Rate $238 $219 $171 $171 $171 $171 $162 $110 $96 Task 1 - Project Coordination 1048360000012142 $20,200$0$0$0$600 $1,661 $22,461 Task 1.1 - Project Inititation 0201600000860$7,884$0$0$0$400$702$8,986 Task 1.2 - Coordination Meetings 0121200000036$4,680$0$0$0$200$421$5,301 Task 1.3 - Quality Assurance/Quality Control 88800000032$5,024$0$0$0$0$374$5,398 Task 1.4 - Progress Reporting 2 8 0 00000414$2,612$0$0$0$0$164$2,776 Task 2 - Basis of Design and Alternative Evaluation 12 14 84 0 0 0 16 16 20 210 $26,558 $0 $0 $0 $0 $2,457 $29,015 Task 2.1 - Basis of Design 662400000464$7,230$0$0$0$0$749$7,979 Task 2.2 - Alternatives Evaluation 6 8 60 0 0 0 16 16 16 146 $19,328 $0 $0 $0 $0 $1,708 $21,036 Task 2.3 - Alternative Analysis Workshop 0161600000452$6,624$0$0$0$400$608$7,632 Task 3 - Conceptual Design 6 12 96 16 16 16 24 24 20 256 $37,128 $0 $0 $0 $0 $2,995 $40,123 Task 3.1 - Preliminary Analysis and Layout 2 8 24 8 8 8 16 16 2 108 $14,980 $0 $0 $0 $0 $1,264 $16,244 Task 3.2 - Hydraulic Analysis 224000000248$7,946$0$0$0$0$562$8,508 Task 3.3 - Engineering Report (CDPHE) 2 2 32 8888816100 $14,202$0$0$0$0$1,170 $15,372 PROJECT TOTALS - TASKS 1-3 28 74 216 16 16 16 40 40 52 608 $83,886 $0 $0 $0 $600 $7,114 $91,600 TOTAL COST LABOR HOURS PROJECT COSTS King Surveying PECE Lithos Total Direct Labor Hours Total Labor Cost Other Direct Costs (ODCs) Ditesco Page 4 of 9 8 DocuSign Envelope ID: DEF5A958-DD2D-46D9-AE7A-AD32CAA2FFB2 FINAL (1-22-18) pg. 1 Scope of Work - Sidestream-P Recovery Conceptual Design FINAL (1-22-18) The City of Fort Collins (City) intends to implement a Sidestream-Phosphorus (Sidestream-P) recovery system at the Drake Water Reclamation Facility (DWRF) in support of meeting new phosphorus effluent limits in April 2021. The proposed Sidestream-P system will effectively reduce phosphorus concentrations in the recycle stream from dewatering to the main stream processes and will potentially allow recovering phosphorus from the process stream as a marketable fertilizer product, if desired, by either the City directly or through a third party. The purpose of this Work Order is to: • Identify suitable P recovery process options; • Conduct a process alternative evaluation and life cycle cost comparison; • Identify needs for additional technology testing at pilot or bench scale, if any; • Support the City in making a decision on the final preferred process alternative; and • Develop a conceptual design of the preferred process alternative. It is anticipated that this scope of work will proceed beginning January 26, 2018 and is required to be completed by April 26, 2018. At the completion of this Conceptual Design Work Order, it is intended that a future work order will be executed for Consultant to provide an engineering pre-design and design, prepare of drawings and specifications, and provide equipment procurement and pre-construction support for the implementation of the proposed Sidestream-P project (Project). The scope of work for this Work Order is divided into the following tasks and subtasks, summarized below: Task 1 - Project Coordination Task 1.1 - Project Initiation Perform project initiation activities, including ProjectWise set up, conceptual design schedule development, progress report set up, etc. Prepare for and facilitate a two (2) hour project kick- off meeting. Task 1.2 - Coordination Meetings Prepare for and participate in six (6), one (1) hour meetings with the Project Team to coordinate the conceptual design effort. Task 1.3 - Quality Assurance/Quality Control (QA/QC) Consultant will perform quality assurance and quality control of all deliverables in accordance with Consultant's standard QA/QC policies and procedures. Task 1.4 - Progress Reporting Invoices will be submitted monthly by Consultant's Project Manager to City's Project Manager in accordance with City payment protocols. Each invoice will be submitted with a progress report detailing the work executed during the invoice period and work remaining. Task 1 Deliverables: Kick-off Workshop Meeting Agenda and Minutes. Page 5 of 8 DocuSign Envelope ID: DEF5A958-DD2D-46D9-AE7A-AD32CAA2FFB2 FINAL (1-22-18) pg. 2 Task 2 - Basis of Design and Alternative Evaluation Task 2.1 - Basis of Design Consultant will define relevant design parameters for the P recovery system at the DWRF for three different design conditions: 1. Current influent flow and load and treatment conditions; 2. Future design influent flow and load and treatment conditions anticipated for the planning period 2040; and 3. Future influent flow and load and treatment conditions under addition of currently anticipated acceptance of co-digestion substrates. The relevant design parameters for the P recovery system will include: • Flows for relevant process streams, including primary sludge, waste activated sludge, digester effluent, and centrate dewatering. • Process flow characteristics, as required for vendor quotes, such as pH, alkalinity, volatile suspended solids, total solids, ortho-phosphorus, ion composition (i.e. magnesium). • P-recovery performance targets. • Desired redundancy criteria: Define redundancy requirements of the Sidestream-P system design (tank, equipment, chemicals, etc.). Consider use of ferric as alternative to redundant equipment or tankage. The design parameters will be defined by the Consultant using available process data (provided by the City) and existing BioWin models. Any relevant data gaps will be identified for the City. Task 2.2 Alternative Evaluation Consultant will evaluate suitable P recovery process options with the City (which may include process options provided by the following four vendors in alphabetical order: Centrysis, Multiform, Ostara, and Schwing [or Struvia]). For each of the process options, Consultant will request from the four vendors (through Contractor) a budgetary cost estimate, conceptual process layouts, and struvite fertilizer marketing options (if not solicited already). Consultant will conduct phone interviews with up to four (4) references for each technology and coordinate questions with the City in advance of the phone interviews. Consultant will participate with City in a 1-hour conference call with each vendor to review the information collected through quotes and interviews and clarify any remaining questions related to the integration of processes technologies at the DWRF. Based on the information collected, Consultant will prepare for each process alternative: • A simplified process flow diagram and a PFD for how the process could be integrated into the DWRF process; • A conceptual site layout showing possible locations and sizes of reactors and ancillary equipment on the DWRF site; • Conduct a process alternative evaluation and life cycle cost comparison that includes capital, O&M costs, and potential income sources; • Identify needs for additional technology testing at pilot- or bench scale-level, if any; and Page 6 of 9 8 DocuSign Envelope ID: DEF5A958-DD2D-46D9-AE7A-AD32CAA2FFB2 FINAL (1-22-18) pg. 3 • Assist the City in the selection of criteria and weighing factors to identify the preferred process alternative during the Multiple Criteria Decision Analysis (MCDA). Task 2.3 Alternative Analysis Workshop Consultant will hold a three (3) hour workshop with the City to review and discuss the alternative evaluation results and make a final decision on the design direction of the project (process selection and location siting). Task 2 Deliverables: Draft and Final P Recovery Alternative Evaluation Technical Memorandum; Alternative Evaluation Workshop Agenda and Minutes. Task 3 - Conceptual Design Task 3.1 - Preliminary Analysis and Layout Consultant will develop a preliminary layout of the selected P recovery process alternative selected in Task 2, including Sidestream-P reactors, mechanical and electrical equipment, sidestream flow routing modifications, and structural/building improvements as applicable. Perform initial analyses of mechanical, structural, and EI&C improvements. Task 3.2 - Hydraulics Analysis Conduct a hydraulic model evaluation of the proposed P-recovery process layout. Identify hydraulic constraints and develop design criteria for pumping requirements (as applicable). Task 3.3 - Engineering Report (CDPHE) Prepare the Engineering Report (ER) for submittal to the Colorado Department of Public Health Environment (CDPHE) in accordance with the requirements of Regulation 22 and Policy WPC- DR-1. City and Contractor to review draft reports. Consultant to finalize submittal based on comments received for City's submittal to the CDPHE as part of the site application and approval. Consultant to meet with City and CDPHE for a two (2) hour meeting as part of the engineering report submittal to provide CDPHE with an overview of the project and address any potential permitting questions proactively. Task 3 Deliverables: Draft and Final Engineering Report. Page 7 of 9 8 DocuSign Envelope ID: DEF5A958-DD2D-46D9-AE7A-AD32CAA2FFB2 Carollo Design Activities and Schedule last revised: 1/19/2017 DWRF Sidestream-P Project Project Coordination Bi-Weekly Coordination Meetings Basis of Design/Alternative Evaluation/Conceptual Design Define Design Parameters (flows/loads, treatment, redundancy) Identify Process Options and Request Vendor Proposals Vendor Proposal Development Alternative Development and Evaluation Confirm Cost Estimate (Hydro) and Select Vendor Preliminary Analysis and Layout Hydraulic Analysis Engineering Report Kickoff Meeting Alternative Analysis Workshop 2018 jan feb mar apr Page 8 of 8 DocuSign Envelope ID: DEF5A958-DD2D-46D9-AE7A-AD32CAA2FFB2