HomeMy Public PortalAboutORD15379 BILL NO. 2014-124
SPONSORED BY COUNCILMAN Scrivner
ORDINANCE NO. / 5-3-79
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR
AND CITY CLERK TO EXECUTE AN AGREEMENT WITH MECO ENGINEERING COMPANY,
INC., IN THE AMOUNT OF $38,120.00 FOR THE WALNUT PUMP STATION ODOR
CONTROL EVALUATION
BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS
FOLLOWS:
WHEREAS, MECO Engineering Company, Inc. has been selected as the firm best qualified to
provide professional services related to the evaluation of Walnut Pump Station
Odor Control.
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON,
MISSOURI, AS FOLLOWS:
Section 1. MECO Engineering Company, Inc., is hereby approved as the best qualified
firm to provide professional services and its proposal is hereby accepted.
Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement
with MECO Engineering Company, Inc., for the evaluation of Walnut Pump Station Odor
Control.
Section 3. The agreement shall be substantially the same in form and content as that
agreement attached hereto as Exhibit A.
Section 4. This Ordinance shall be in full force and effect from and after the date of its
passage and approval. / r
Passed: �( � I Approved: /'
/
Presiding Officer / Mayor ordr
-
ATTEST' . - APPROVED AS TO FORM:
y Clerk ✓ it • C Counselor
EXHIBIT A
•
Proposal to Study Odor Excursions at the Walnut Street Pump Station,Jefferson City,
Missouri—AECOM as a subconsultant to MECO Engineering
Current Understanding of the Odor Abatement System
A Calgon Phoenix 3000 system was installed in 2003 for hydrogen sulfide (H25) control using catalytic
carbon to convert the H25 to sulfuric acid (H2504),which is removed during water regeneration of the
carbon. The system was designed to treat 3000 cubic feet per minute(c-fm) and has an H2S capacity of
0.15 grams per cubic centimeter(g/cc). In 2006,odors became noticeable at Walnut Street pump
station. At this time, the station was cleaned periodically to remove debris,grease, etc. Also,the
regeneration washing frequency of the Phoenix system was increase. The carbon media has been
changed twice-2007 and 2011.
Two Vapex hydroxyl ion systems were installed in 2014;one on the entry side and one on the west side
of pump station. These systems generate ozone onsite. The ozone is used to generate hydroxyl radicals
that are dispersed in the gas phase via a fog. The hydroxyl radicals react with reduced sulfur species,
fats, grease and bacteria to eliminate odors,clogs and biofilms at the station. These systems have
reduced H2S and mercaptan at the Walnut Street pump station, but mercaptan is still present at levels
that cause an odor issue.
Other measures that have been taken to reduce the odor issue included reducing the flow to the station
by 15%by diverting the Cole Junction flow directly to the plant and injecting VX 456'from Siemens.
VX 456' is a proprietary mixed oxidant designed to remove sulfides and other odor-causing compounds
commonly found in wastes for an extended period of time(up to 72 hours). During short-term testing,
the VX 456'caused minor upset at treatment plant and was discontinued. The effectiveness of VX 456'
for odor control was inconclusive.
Currently, the two Vapex systems are in operation. The blower to the Phoenix 3000 system is off, but
the gas stream is vented passively through the filter. The deodorizer block is on vent. The methyl
mercaptan ranges from 0-1.0 milligrams per liter(mg/I). It is detectable at 0.0021 (mg/L).
Phase I—Determine Current Conditions and Assess Possible Operational Issues
The Walnut Street Pump Station was upgraded in 2003. It is highly probably that the wastewater
influent has changed since this time. The initial assessment would include reviewing the original basis of
design and comparing that to what is currently being transferred through the pump station. Major
questions that will be addressed include:
• Has the air flow changed?What are the average and maximum air flow and air changes per
hours produced by the odor control fan system and what is the pressure drop through the
odor control system?What is the approximate breakthrough time period for the carbon
system?
• Have the influent characteristics changed? What are current concentrations of odor-causing
constituents(liquid concentration versus gas phase concentration in ppm/ppb)?
• Are there different contributors to the system (domestic versus industrial)?
• Has modification of the blower caused pressure issues(positive versus negative)that may be
causing vapor excursions?
• What maintenance has been performed on the odor control systems?
• What dosages have been used for different systems(Bioxide,VX 456®,ozone)?
• Can the odor control systems be operated in a different sequence(compare original and
current process flow diagrams)to enhance odor removal?
• Is odor consistent or does it worsen depending on the season?
Phase It—Implement Process Changes to Optimize Operation of Current Systems
Based on the analysis from Phase I,the system may need to be reconfigured or adjusted to maximize
the two odor control systems. Typically when H2S and other reduced sulfur species are to be controlled,
a multi-stage odor control system is used. This is because most technologies are not able to treat both
types of odor-causing constituents. Since the catalytic carbon system is designed for H25 removal, it
may be used to first to completely remove the H2S. After this first stage,the foul air containing
mercaptans may be treated with the Vapex (or other system if Vapex is deemed in-effective—see Phase
III below) to remove the remaining odors and other reduced sulfur species. If Bioxide® is being used,
where it is being introduced, and what is the amount of residence time it has?These questions would
need to be addressed in order to recommend potential changes to this system.
Phase 111—Slip-Stream Pilot Testing of Alternate Technologies
If it is determined that system modifications are not sufficient to reduce odors from the Walnut Street
Pump Station, pilot-scale testing can be performed with alternative technologies to determine an
appropriate odor control system. As discussed earlier, a multi-stage approach is often required. To
determine the technology most appropriate for polishing of the current gas stream,a slip-stream of the
gas will be routed through a pilot-scale system. The two most likely alternatives to be tested are
activated carbon and high performance packed scrubber using a combination of sodium hypochlorite
and sodium hydroxide as the scrubbing solution. The use of chemicals to be added to the liquid stream
are not advised since this could cause process upset of the sequencing batch reactors downstream.
This phase of the testing would involve working with vendors to select the appropriate size reactor,type
of carbon, or dosing based on the gas stream concentrations.
Study Phase Engineering Fees Budget Estimate
Phase, Tasks }. —''_"�. Y "�` t ,Hours pilling± L.'� to ?s;"
4 {2� ,.- .� Total e ••--,
,y,a H~ -t za: w7 ,: sP`..•,,. i Rate hour > , rr
_. �_ x _ ,fes-� ... r <x..:.# � -s. � s�.) l . . _.-L . =:..Z.S21
I Process Engineer-Analytical Review 50 $145 $7,250
HVAC Engineer-MECO- Flow/Pressure Evaluation 40 $128 $5,120
MECO Reviewer 15 $130 $1,950
Senior Reviewer/Technical Advisor 15 $190 $2,850
II Process Engineer-Work with site operators to 60 $145 $8,700
modify system-includes 3 days on-site work
Site Visit(3 days)-Travel and Expenses — — $1,700
Senior Reviewer/Technical Advisor 10 $190 $1,900
III Process Engineer-Work with vendors and site 40 $145 $5,800
operators to set up pilot study
Senior Reviewer/Technical Advisor 15 $190 $2,850
Total $38,120
a
CITY OF JEFFERSON
CONTRACT FOR PROFESSIONAL SERVICES
Pa / 5-6�-7?
THIS CONTRACT, made and entered into this day of March, 2015, by and
between MECO Engineering Company, Inc., a corporation authorized to do business
in the state of Missouri, hereinafter referred to as the "Consultant," and the City of
Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter
referred to as the "City."
WITNESSETH:
THAT WHEREAS, the City desires to engage the Consultant to prepare a study and
make recommendations regarding odor excursions at the Walnut Street Pump Station,
Jefferson City, Missouri.
THAT WHEREAS, Consultant has made certain representations and statements to
the City with respect to the provision of such services, and the City has accepted said
proposal to enter into a contract with the Consultant for the performance of services
by the Consultant.
NOW, THEREFORE, for the considerations herein expressed, it is agreed by and
between the City and the Consultant as follows:
1. Scone of Services.
The City agrees to engage the services of the Consultant to evaluate and make
recommendations for the odor excursions at the Walnut Street Pump Station,
Jefferson City, Missouri ,as more specifically set out in Exhibit A.
2. Additions or Deletions to Services.
The City may add to consultant services or delete therefrom activities of a
similar nature to those set forth in Attachment A, provided that the total cost
of such work does not exceed the total cost allowance as specified in paragraph
7 hereof. The Consultant shall undertake such changed activities only upon the
direction of the City. All such directives and changes shall be in written form
and approved by the Director of Public Works and shall be accepted and
countersigned by the Consultant or its agreed representatives.
The Consultant will perform any additional work requested by the City which
is not specifically covered in the scope of work as defined herein at a reasonable
Walnut Street Pump Statioa.wpd
fee or compensation to be agreed to between the City and the Consultant at the
time any such service may be required.
3. Term of Contract.
Consultant agrees with the City to furnish all supervision, labor, tools,
equipment, materials and supplies necessary to perform, and to perform, said
work at Consultant's own expense in accordance with the contract documents
and any applicable City ordinances and state and federal laws, within ninety
(270) calendar days from the date Contractor is ordered to proceed, which order
shall be issued by the Public Works Department within ten (10) days after the
date of this contract.
4. Existing Data.
All information, data and reports as are existing, available and necessary for the
carrying out of the work, shall be furnished to the Consultant without charge by
the City, and the City shall cooperate with the Consultant in every reasonable
way in carrying out the scope of services.
5. Personnel to be Provided.
The Consultant represents that the Consultant has or will secure at its expense
all personnel required to perform the services called for under this Contract by
the Consultant. Such personnel shall not be employees of the City or have any
contractual relationship with the City except as employees of the Consultant.
All of the services required hereunder will be performed by the Consultant or
under the Consultant's direct supervision and all personnel engaged in the work
shall be fully qualified and shall be authorized under state and local law to
perform such services. None of the work or services covered by this Contract
shall be subcontracted without the written approval of the City.
6. Notice to Proceed.
The services of the Consultant shall commence as directed in the Notice to
Proceed and shall be undertaken and completed as noted in the Notice to
Proceed.
7. Compensation.
The City agrees to pay the Consultant in accordance with the rates set forth in
Exhibit A which shall constitute full and complete compensation for the
Consultant services hereunder. Such compensation will be paid in progress
payments, as established by the City. In addition to lump sum expenses,
progress billing requests shall be supported by itemized daily detail of hours and
rates for each classification of employee participating in each phase of the scope
of work. The final payment will be subject to receipt of a requisition for
payment and a statement of services rendered from the Consultant certifying
Walnut Street Pump Station.wpd - 2
that the Consultant fully performed all work to be paid for in such progress
payments in conformance with the Contract. It is expressly understood that in
no event will the total compensation and reimbursement to be paid to the
Consultant under the terms of this Contract exceed the sum of Thirty -Eight
Thousand One Hundred Twenty Dollars ($38,120.00) for all services required
unless specifically and mutually agreed to in writing by both the City and
Consultant. No change in compensation shall be made unless there is a
substantial and significant difference between the work originally contemplated
by this Contract and the work actually required.
8. Failure to Perform, Cancellation.
If, through any cause, the Consultant shall fail to fulfill in timely and proper
manner its obligations under this Contract, or if the Consultant shall violate
any of the covenants, agreements, or stipulations of this Contract, the City shall
thereupon have the right to terminate this Contract by giving written notice to
the Consultant of such termination and specifying the effective date thereof, at
least five (5) days before the effective day of such termination. The Consultant
or the City may terminate this Contract upon thirty (30) days prior written
notice. In the event of termination, all finished or unfinished documents, data,
studies, surveys, drawings, maps, models, photographs, and reports or other
materials prepared by the Consultant under this Contract shall, at the option
of the City, become its property, and the Consultant shall be entitled to receive
just and equitable compensation for any satisfactory work completed on such
documents and other materials.
9. Assignment.
The Consultant shall not assign any interest in this Contract, and shall not
transfer any interest in the same (whether by assignment or novation), without
prior written consent of the City thereto. Any such assignment is expressly
subject to all rights and remedies of the City under this Contract, including the
right to change or delete activities from the Contract or to terminate the same
as provided herein, and no such assignment shall require the City to give any
notice to any such assignee of any actions which the City may take under this
Contract, though the City will attempt to so notify any such assignee.
10. Confidentiality.
Any reports, data or similar information given to or prepared or assembled by
the Consultant under this Contract which the City requests to be kept as
confidential shall not be made available to any individual or organization by the
Consultant without prior written approval of the City.
Walnut Street Pump Stadon.wpd O
11. Nondiscrimination.
The Consultant agrees in the performance of the Contract not to discriminate
on the grounds or because of race, creed, color, national origin or ancestry, sex,
religion, handicap, age or political affiliation, against any employee of the
Consultant or applicant for employment and shall include as similar provision
in all subcontracts let or awarded hereunder.
12. Independent Contractor.
The Consultant is an independent contractor and nothing contained herein shall
constitute or designate the Consultant or any of its agents or employees as
agents or employees of the City.
13. Benefits Not Available.
The Consultant shall not be entitled to any of the benefits established for the
employees of the City or the City nor be covered by the Workman's
Compensation Program of the City or the City.
14. Liability.
The parties mutually agree to the following:
(a) In no event shall the City or the City be liable to the Consultant
for special, indirect or consequential damages, except those caused
by the City's negligence arising out of or in any way connected with
a breach of this Contract. The maximum liability of the City shall
be limited to the amount of money to be paid or received by the
City under this Contract.
(b) The Consultant shall indemnify and hold the City and the City
harmless from and against all claims, losses and liabilities arising
out of personal injuries, including death, and damage to property
which are caused by the acts, errors and omissions of Consultant
for which they would be otherwise legally liable, arising out of or
in any way connected with this Contract.
15. Documents.
Reproducibles of tracings and maps prepared or obtained under the terms of this
Contract shall be delivered upon request to and become the property of the City
upon termination or completion of the work. Copies of basic survey notes and
sketches, charts, computations, and other data prepared or obtained under this
Contract shall be made available, upon request, to the City without restrictions
or limitations on their use. When such copies are requested, the City agrees to
pay the Consultant its costs of copying and delivering same.
Walnut Street Pump Stadomwpd " 4
16. Nonsolicitation.
The Consultant warrants that he has not employed or retained any company or
person, other than a bona fide employee working solely for the Consultant, to
solicit or secure this Contract, and that he has not paid or agreed to pay any
company or person, other than a bona fide employee working solely for the
Consultant, any fee, City, percentage, brokerage fee, gifts, or any other
consideration, contingent upon or resulting from the award or making of this
Contract. For breach or violation of this warranty, the City shall have the right
to annul this Contract without liability, or, in its discretion, to deduct from the
Contract price or consideration, or otherwise recover the full amount of such fee,
commission, percentage, brokerage fee, gifts, or contingent fee.
17. Books and Records.
The Consultant and all his subcontractors shall maintain all books, documents,
papers, accounting records, and other evidence pertaining to costs incurred in
connection with this Contract, and shall make such materials available at their
respective offices at all reasonable times during the Contract and for a period
of three (3) years following completion of the Contract.
18. Delays.
The Consultant shall not be liable for delays resulting from causes beyond the
reasonable control of the Consultant; the Consultant has made no warranties,
expressed or implied, which are not expressly set forth in this Contract; and
under no circumstances will the Consultant be liable for indirect or
consequential damages.
19. Illegal Immigration.
Prior to commencement of the work:
a. Consultant shall, by sworn affidavit and provision of documentation,
affirm its enrollment and participation in a federal work authorization
program with respect to the employees working in connection with the
contracted services.
b. Consultant shall sign an affidavit affirming that it does not knowingly
employ any person who is an unauthorized alien in connection with the
contracted services.
C. If consultant is a sole proprietorship, partnership, or limited partnership,
contractor shall provide proof of citizenship or lawful presence of the
owner prior to issuance of the Notice to Proceed.
Walnut Street Pump Statioawpd - 5
19. Notices.
All notices required or permitted hereunder and required to be in writing may
be given by first class mail addressed to the City of Jefferson, 320 East McCarty
Street Jefferson City, Missouri, 65101, and MECO Engineering Company, Inc.,
2701 Industrial Drive, Jefferson City, Missouri 65109. The date and delivery
of any notice shall be the date falling on the second full day after the day of
mailing.
20. Law to Govern.
This Contract shall be governed by the laws of the State of Missouri as to both
interpretation and performance.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals this
day of March, 2015.
CITY OF JEFFERSON
MECO ENGINEERING COMPANY,
INC.
Title:
ATTEST: A'
ity Clerk - 7
APPROVED AS TO -FORM:
MONOMER
ME
City Counselor
Walnut Street Pump Station.wpd - 6
EXHIBIT A
Proposal to Study Odor Excursions at the Walnut Street Pump Station, Jefferson City,
Missouri — AECOM as a subconsultant to MECO Engineering
Current Understanding of the Odor Abatement System
A Calgon Phoenix 3000 system was installed in 2003 for hydrogen sulfide (H2S) control using catalytic
carbon to convert the H2S to sulfuric acid (H2SO4), which is removed during water regeneration of the
carbon. The system was designed to treat 3000 cubic feet per minute (cfm) and has an H2S capacity of
0.15 grams per cubic centimeter (g/cc). In 2006, odors became noticeable at Walnut Street pump
station. At this time, the station was cleaned periodically to remove debris, grease, etc. Also, the
regeneration washing frequency of the Phoenix system was increase. The carbon media has been
changed twice -2007 and 2011.
Two Vapex hydroxyl ion systems were installed in 2014; one on -the entry side and one on the west side
of pump station. These systems generate ozone onsite. The ozone is used to generate hydroxyl radicals
that are dispersed in the gas phase via a fog. The hydroxyl radicals react with reduced sulfur species,
fats, grease and bacteria to eliminate odors, clogs and biofilms at the station. These systems have
reduced H2S and mercaptan at the Walnut Street pump station, but mercaptan is still present at levels
that cause an odor issue.
Other measures that have been taken to reduce the odor issue included reducing the flow to the station
by 15% by diverting the Cole Junction flow directly to the plant and injecting VX 456® from Siemens.
VX 4560 is a proprietary mixed oxidant designed to remove sulfides and other odor -causing compounds
commonly found in wastes for an extended period of time (up to 72 hours). During short-term testing,
the VX 4560 caused minor upset at treatment plant and was discontinued. The effectiveness of VX 4560
for odor control was inconclusive.
Currently, the two Vapex systems are in operation. The blower to the Phoenix 3000 system is off, but
the gas stream is vented passively through the filter. The deodorizer block is on vent. The methyl
mercaptan ranges from 0-1.0 milligrams per liter (mg/1). It is detectable at 0.0021 (mg/Q.
Phase I — Determine Current Conditions and Assess Possible Operational Issues
The Walnut Street Pump Station was upgraded in 2003. It is highly probably that the wastewater
influent has changed since this time. The initial assessment would include reviewing the original basis of
design and comparing that to what is currently being transferred through the pump station. Major
questions that will be addressed include:
• Has the air flow changed? What are the average and maximum air flow and air changes per
hours produced by the odor control fan system and what is the pressure drop through the
odor control system? What is the approximate breakthrough time period for the carbon
system?
• Have the influent characteristics changed? What are current concentrations of odor -causing
constituents (liquid concentration versus gas phase concentration in ppm/ppb)?
• Are there different contributors to the system (domestic versus industrial)?
• Has modification of the blower caused pressure issues (positive versus negative) that may be
causing vapor excursions?
• What maintenance has been performed on the odor control systems?
• What dosages have been used for different systems (Bioxide, VX 4561D, ozone)?
• Can the odor control systems be operated in a different sequence (compare original and
current process flow diagrams) to enhance odor removal?
• Is odor consistent or does it worsen depending on the season?
Phase 11— Implement Process Changes to Optimize Operation of Current Systems
Based on the analysis from Phase I, the system may need to be reconfigured or adjusted to maximize
the two odor control systems. Typically when HzS and other reduced sulfur species are to be controlled,
a multi -stage odor control system is used. This is because most technologies are not able to treat both
types of odor -causing constituents. Since the catalytic carbon system is designed for HzS removal, it
may be used to first to completely remove the HzS. After this first stage, the foul air containing
mercaptans may be treated with the Vapex (or other system if Vapex is deemed in -effective — see Phase
III below) to remove the remaining odors and other reduced sulfur species. If Bioxide° is being used,
where it is being introduced, and what is the amount of residence time it has? These questions would
need to be addressed in order to recommend potential changes to this system.
Phase 111— Slip -Stream Pilot Testing of Alternate Technologies
If it is determined that system modifications are not sufficient to reduce odors from the Walnut Street
Pump Station, pilot -scale testing can be performed with alternative technologies to determine an
appropriate odor control system. As discussed earlier, a multi -stage approach is often required. To
determine the technology most appropriate for polishing of the current gas stream, a slip -stream of the
gas will be routed through a pilot -scale system. The two most likely alternatives to be tested are
activated carbon and high performance packed scrubber using a combination of sodium hypochlorite
and sodium hydroxide as the scrubbing solution. The use of chemicals to be added to the liquid stream
are not advised since this could cause process upset of the sequencing batch reactors downstream.
This phase of the testing would involve working with vendors to select the appropriate size reactor, type
of carbon, or dosing based on the gas stream concentrations.
M
Study Phase Engineering Fees Budget Estimate
Phase
Task u o
Hours
Billing,
Rate/hour
Total,,. -
I
Process Engineer—Analytical Review
50
$145
$7,250
HVAC Engineer — MECO - Flow/Pressure Evaluation
MECO Reviewer
40
15
$128
$130
$5,120
$1,950
Senior Reviewer/Technical Advisor
15
$190
$2,850
II
Process Engineer — Work with site operators to
modify system — includes 3 days on-site work
60
$145
$8,700
Site Visit (3 days) —Travel and Expenses
—
—
$1,700
Senior Reviewer/Technical Advisor
10
$190
$1,900
III
Process Engineer — Work with vendors and site
operators to set up pilot study
40
$145
$5,800
Senior Reviewer/Technical Advisor
15
$190
$2,850
Total
$38,120
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
ACCOUNT NO.
Change Order No. Three (3) Project No. 31117 Ord. No. 15379 Date:
Job & Location: WALNUT PUMP STATION ODOR CONTROL
Contractor: MECO Engineering Company, Inc.
.................................................._............................................................................................................................................................................_.................................................
It is hereby mutually agreed that when this change order has been signed by the contracting parties, the following described changes
in the work required by the contract shall be executed by the contractor without changing the terms of the contract except as herein
stipulated and agreed.
............................................... ...._......................... ........................... _.................................... ............... .............. .......................... ....................... _.............. .......................... ............
DESCRIPTION OF CHANGES: Reduce study amount. Add assistance and permit negotiation.
Note: Item numbers prefixed with "EW" (Extra Work) are new line items to the contract.
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
UWe hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform
all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise
stipulated herein, for the following considerations:
Contract Amount - Add $12,376.00 (Twelve Thousand Three Hundred Seventy Six Dollars and No Cents) to the
Contract Amount
Contract Time - Add 500 calendar days to the Contract
STATEMENT OF CONTRACT AMOUNT:
Amount
Quantity in
Revised
Amount of
Item
Quantity in
Change
Contract
Overrun or
No. Description
Unit Contract
Order
Quantity
Unit Price Underrun
EW 3.1 Remove work from base contract
1 0
-0.2
-0.2
$38,120.00 ($7,624.00)
EW 3.2 Engineering Report and Permitting
1 0
1
1
$20,000.00 $20,000.00
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
UWe hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform
all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise
stipulated herein, for the following considerations:
Contract Amount - Add $12,376.00 (Twelve Thousand Three Hundred Seventy Six Dollars and No Cents) to the
Contract Amount
Contract Time - Add 500 calendar days to the Contract
STATEMENT OF CONTRACT AMOUNT:
...................................................................................................................................................................................................................................................................................
MECO Engineering Company, Inc
Amount
% Change
Time
ORIGINAL CONTRACT
$38,120.00
�—�
Recommended by:
0
PREVIOUS APPROVED CHANGE ORDERS
$19,620.84
51.5%
45
TOTAL THIS CHANGE ORDER
$12,376.00
32.5%
500
TOTAL OF ALL CHANGE ORDERS
$31,996.84
83.9%
545
CONTRACT AMOUNT TO DATE
$70,116.84
Coun for
545
...................................................................................................................................................................................................................................................................................
MECO Engineering Company, Inc
ultant
Date
�—�
Recommended by:
City Engi
Date
Verification of Encumbrance:
#J -h
Finance D recto
DDate
at
qI Zle / 7
Accepted by:Cpl��
Owner -City Administrator1-Mayor
Dae
j 7
!
Approved as to Form:
l C
Coun for
Date
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
ACCOUNT NO. 64—C490 _
Change Order No. Four (4) Project No. 31117 Ord. No. 15379 Date:
Job & Location: WALNUT PUMP STATION ODOR CONTROL
Contractor: MECO Engineering Company, Inc.
It is hereby mutually agreed that when this changeorderhas been signed by the contracting parties, the following described
changes in the work required by the contract shall be executed by the contractor without changing the terms of the contract except
as herein stipulated and agreed.
DESCRIPTION OF CHANGES: (See Attached Sheet for Detailed Description / Explanation)
Note: Item numbers prefixed with "EW" (Extra Work) are new line items to the contract.
Quantity in Revised Amount of
Item Quantity in Change Contract Overrun or
No. Description Unit Contract Order Quantity Unit Price Underrun
EW 4.1 Odor Control for Sludge storage basin 1 0 1 1 $6,000.00 $6,000.00
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform
all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise
stipulated herein, for the following considerations:
Contract Amount - Add $6,000.00 (Six Thousand Dollars and No Cents) to the Contract Amount
Contract Time - There is no change to the Contract Time
STATEMENT OF CONTRACT AMOUNT:
ORIGINAL CONTRACT
Amount % Change Time
$38,120.00 0
PREVIOUS APPROVED CHANGE ORDERS
$31,996.84 83.9%
101
TOTAL THIS CHANGE ORDER
$6,000.00 15.7%
0
TOTAL OF ALL CHANGE ORDERS
$37,996.84 99.7%
101
CONTRACT AMOUNT TO DATE
$76,116.84
101
ECO Eng
Mineering Company, Inc.
/ j ;j
f (f
r�1,1 U /r 7
sultant
Date
Recommended by:
�� ��/`�R,
�� .��►-, ���� ��%
City Ent er
Date
Verification of Encumbrance:
td
Finance Dir for
Date
/G �3
Accepted by:
Owner - City A ministra / Maysr"i
Date
Approved as to Form:
to -"�&
Date
CITY OF JEFFERSON
ATTACHMENT TO CHANGE ORDER NO.4
PROJECT NO. 31117
Description of Changes:
Enter the explanation for this change order. (Manually enlarge cell to accommodate text.)
Item EW 4.1 - Odor Control for Sludge storage basin
SCOPE OF WORK:
The work included in this item shall include air change and stuctural evaluation for the sludge storage bin odor control
MEASUREMENT, PAYMENT, and TIME:
This item will be measured by the time and material not to exceed
JUSTIFICATION OF COST: