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