Loading...
HomeMy Public PortalAboutORD14425 BILL NO. 2008-79 • SPONSORED BY COUNCILMAN Penfold ORDINANCE NO. l 4. ( 4� AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH CAMP DRESSER & MCKEE, D/B/A CDM, FOR WASTEWATER MASTER PLAN UPDATE. WHEREAS, Camp Dresser & McKee, d/b/a CDM, has been selected as the firm best qualified to provide professional services related to the Wastewater Master Plan Update project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. Camp Dresser & McKee, d/b/a CDM, 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 Camp Dresser & McKee, d/b/a CDM, for Wastewater Master Plan Update. • 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. } Passed: V 1 7 d��� Approved: /N�V' 2ad8 �Priding Officer Mayor A T4 ST: APPROVED AS T FORM: 6 Qd City Clerlir City d6unsgior iy42S CONTRACT FOR PROFESSIONAL SERVICES for Sewerage Master Plan THIS AGREEMENT,made and entered into thisoVday of November 2008,by and between the City of Jefferson, Missouri, a municipal corporation, hereinafter referred to as the "City" with offices at 320 East McCarty, Jefferson City, Missouri, 65101, and CDM, 100 North Tucker Boulevard, Suite 550, St. Louis, Missouri, 63 10 1, hereinafter referred to as the "Consultant". WITNESSETH: THAT,WHEREAS,the City desires to engage the Consultant to render certain technical and professional planning services hereafter described in Exhibit A - Sewerage Master Plan. WHEREAS, the Consultant 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 performances 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. Scope of Services. The City agrees to engage the services of the Consultant to perform the services hereinafter set forth in connection with the project described in Exhibit A-Sewerage Master Plan. • 2. Additional Services. The City may add to consultant services or delete therefrom activities of a similar nature to those set forth in Exhibit A,provided that the total cost of such work does not exceed the total cost allowance as specified in paragraph 6 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 Community Development and shall be accepted and countersigned by the Consultant or its agreed representatives. 3. 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. The Consultant shall not be liable for the accuracy of the information furnished by the City. 4. Personnel to be Provided. The Consultant represents that 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 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 except as provided in • Exhibit A without the written approval of the City. UAContract FileslProlessional Services=MlSewerage Master Plan.wpd 5. Notice to Proceed. The services of the Consultant shall commence as directed in the Notice to Proceed and shall be undertaken and completed in accordance with the schedule contained in • Exhibit A. 6. Compensation. The City agrees to pay the Consultant in accordance with the terms set forth in Exhibit A,which shall constitute complete compensation for all services to be rendered under this contract. The final payment will be subject to receipt of a requisition for payment and a statement of services rendered certifying 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 Two Hundred Seventy-Five Thousand Dollars ($275,000.00)for all services required unless specifically and mutually agreed to in writing by both the City and Consultant. Such compensation will be paid in progress payments,as specified in Exhibit A,except ten percent(10%) shall be withheld from each phase until it is satisfactorily completed and the finished product for that phase delivered to the City. No change in compensation shall be made unless there is a substantial and significant difference between the work originally contemplated by this agreement and the work actually required. 7. 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 may without cause terminate this contract upon 30 days prior written notice. In either such • event 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 compensation for any satisfactory work completed on such documents and other materials shall be determined. Notwithstanding the above,the Consultant shall not be relieved of liability to the City for damages sustained by the City by virtue of any such breach of contract by the Consultant. 8. Assiv:nment. 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 agreement, 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 agreement,though City will attempt to so notify any such assignee. 9. 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. • UAContract ReslProtessional Services=MlSewerage Master Plan.wpd 2 1.0. 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 consultant or applicant for employment • and shall include a similar provision in all subcontracts let or awarded hereunder. 11. Independent Contractor. The Consultant is an independent contractor and nothing herein shall constitute or designate the Consultant or designate the Consultant or any of its employees as agents or employees of the City. 12. Benefits not Available. The Consultant shall not be entitled to any of the benefits established for the employees of the City not be covered by the Workmen's Compensation Program of the City. 13. Liabilily. The parties mutually agree to the following: a. In no event shall the City be liable to the Consultant for special, indirect, or consequential damages, except those directly or approximately caused by the City arising out of or in any way connected with this contract. b. The Consultant shall defend,indemnify,and hold 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 Consultant arising out of or in any way connected with this contract. • 14. Documents. That reproducible 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 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. 15. Nonsolicitation. The Consultant warrants that he had 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, commission,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. 16. 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. • UAContract ReslProfessional ServiceslCDMlSewerage Master Plan.wpd 3 17. Delays. That the Consultant shall not be liable for delays resulting from causes beyond the reasonable control of the Consultant; that the Consultant has made no warranties, expressed or • implied, which are not expressly set forth in this Contract; and that under no circumstances will the Consultant be liable for indirect or consequential damages. 18. Notices. All notices required or permitted hereinunder and required to be in writing may be given by first class mail addressed to the Department of Community Development, 320 East McCarty,Jefferson City,Missouri,65 10 1,and the Consultant,at CDM, 100 North Tucker Boulevard, Suite 550, St. Louis, Missouri, 63101. The date and delivery of any notice shall be the date falling on the second full day after the day of its mailing. EXECUTED THIS DAY OF November, 2008. CITY OF JEFFERSON CDM Mayo Title: �)L,nJC.t �� �./� ��e A ST: ATTEST: IAIVYIV�alWtdl &a-k ityCler Title: b-Ce Sery z Cmmb • APPROV AS OR M: City Counselor • UAContract ResVProtessional Services=MlSewerage Master Plan.wpd 4 1 EXHIBIT A City of Jefferson Sewerage Master Plan Scope of Work Task 1.0 Kickoff Meeting CDM will meet with the City of Jefferson at a mutually agreeable time to review the goals,process,and deliverables of the project. During the kickoff meeting, a timetable for the project will be developed based on completion in February 2009. CDM will also request input from the City regarding preferences of technologies and understand desired outcomes of the project. The agenda for this meeting will include the Regional Water Reclamation Facility (Plant Flow Evaluation,Emerging Effluent Issues, Disinfection,New Outfall),Algoa Treatment Plant, Biosolids Upgrades,and Continued Collection System Improvements. At the Kickoff Meeting the City will provide the list of future improvements for the collection system.This contract includes one meeting lasting four hours and preparation of meeting minutes for the Kickoff Meeting. Task 2.0 Draft Master Plan • CDM will prepare the Sewerage Master Plan in accordance with the Rules of Department of Natural Resources,Division 20-Clean Water Commission-Chapter 8- Design Guides. CDM will prepare a Draft Master Plan without cost estimation for submittal to the City. The Draft Master Plan will be approved by the City before cost estimation is completed. Two hard copies and one electronic copy of the Master Plan will be provided to the City for review. After the City has reviewed the document, CDM will meet with the City for one meeting lasting four hours to review all aspects of the Draft Master Plan. CDM will include any comments from the City in the Final Master Plan. 2.1 Regional Water Reclamation Facility 2.1.1 Plant Flow Evaluation CDM will provide evaluation and identification of hydraulic limitations at the Regional Water Reclamation Facility (RWRF). Evaluation of hydraulic limitations will be made using computer modeling and/or hand calculations. CDM has included 80 hours for evaluation and identification of hydraulic limitations. CDM will provide the City with a long-list of identified hydraulic limitations. CDM will work with the City to determine which hydraulic limitations will be short-listed for recommendations of improvements to be made at the RWRF. Hydraulic limitations will be short-listed based on the • hydraulic impact to the plant,conceptual level of cost to remove, and impact to operations and maintenance (O&M). CDM will not prepare cost estimates at this time, rather a conceptual comparison of costs needed to remove the hydraulic limitation will be made. The determination of short-listed hydraulic improvements will be made during one meeting lasting two-hours. The short-list will be used for planning purposes to identify projects in the Master Plan. CDM will provide conceptual recommendations for removing hydraulic limitations on the short-list. CDM has included 80 hours for conceptual recommendations for removing hydraulic limitations. CDM will provide conceptual recommendations for up to three hydraulic restriction locations. Detailed design of improvements to remove the hydraulic restrictions will be performed under separate contract. Based on the planned improvements to remove hydraulic restrictions,CDM will determine potential peak flow capacity of the treatment plant. The peak flow capacity will be used in evaluation of options for disinfection. 2.1.2 Emerging Effluent Issues CDM will work in concert with the City, the City's Water Quality Consultant,and the Missouri Department of Natural Resources (MoDNR) to determine emerging effluent issues the City should include in the Master Plan. CDM anticipates these will include considerations for nutrient removal of Total Nitrogen and Phosphorus. CDM has included one meeting lasting four-hours with MoDNR to discuss emerging effluent issues. • CDM will provide recommendations for nutrient removal within the existing sequencing batch reactors (SBRs) at the RWRF. Evaluation of pollutant loadings will be made using computer modeling and/or hand calculations. CDM has included 80 hours for conceptual recommendations for emerging effluent issues. Detailed design of improvements for emerging effluent issues will be performed under separate contract. 2.1.3 Disinfection Disinfection options will be evaluated for treatment of effluent discharge at the RWRF. Four options will be evaluated for disinfection(ultraviolet,ozone,hypochlorite, and paracetic acid). Considerations will be made in the evaluations to determine treatment for average daily flows (ADF),as well as,peak daily flows (PDF). The flow to be evaluated will be the decant rate at ADF and PDF. It is possible that a different technology will be chosen for ADF than for the PDF,therefore the ADF will be evaluated separately from the PDF. A recommendation will be made for disinfection at the RWRF for ADF and PDF. CDM has included 160 hours for disinfection evaluation and conceptual recommendations. Detailed design of improvements for disinfection will be performed under separate contract. 2.1.4 New Outfall • CDM will evaluate alternatives for the new outfall at the RWRF. CDM will discuss the City preferences regarding this evaluation during the Kickoff Meeting. CDM will evaluate and provide recommendation for the option of providing effluent diffusion at the • outfall. CDM will provide recommendation for location of a replacement forcemain. A general site layout plan will be provided in the master plan. This contract does not contain the final design or plan and profile of the forcemain or effluent diffusion. The City will complete final design for plan, profile and specifications for the forcemain and any effluent diffusion under a separate contract. 2.2 Algoa Treatment Plant CDM will evaluate alternatives for the Algoa Treatment Plant. CDM will discuss the City preferences regarding this evaluation during the Kickoff Meeting. CDM will compare effectiveness of an upgrade to the wastewater treatment plant versus a pump station and forcemain. CDM will provide a recommendation as to whether the City should upgrade the plant or replace it with a pump station and forcemain. In the event that an upgrade to the wastewater treatment plant is recommended, CDM will provide an evaluation of the upgrade to be performed. CDM will include in the Master Plan a recommendation for the type of treatment to be included in the upgrade. CDM will evaluate up to four options for treatment technology based on ability to meet permit limits, capital cost, O&M issues, and City preference. CDM has included 120 hours for evaluation and recommendation for the Algoa Wastewater Treatment Plant. There are two meeting lasting two-hours provided in this • contract for Algoa Wastewater Treatment Plant. 2.3 Biosolids Upgrade CDM will work with the City to incorporate projects identified by the Biosolids Consultant into the Master Plan. There is one meeting lasting two-hours and an additional eight hours of time is provided in this contract for coordination with the Biosolids Consultant. CDM understands the Biosolids Consultant will provide for the City a list of biosolids projects. CDM will not modify the existing list of projects. CDM will incorporate the existing list into the Master Plan in order for the City to obtain SRF funding. 2.4 Continued Collection System Improvements CDM will work with the City to incorporate projects forecasted for the next 10 years into the Master Plan. CDM understands the City has an existing list of forecasted projects. There are no meetings and four hours of time are provided in this contract for coordination with the City. CDM will not modify the existing list of projects. CDM will incorporate the existing list into the Master Plan in order for the City to obtain SRF funding. • Task 3.0 Cost Estimation CDM will provide cost estimates for each of the recommendations in the Master Plan. CDM will provide one cost estimate for budgeting purposes once recommendations have been approved by the City. Cost estimates are Engineer's Estimates of Probable Cost for budgetary purposes only and will require updating during the design phase of each of the improvements. The following improvements are anticipated: hydraulic improvements to headworks at RWRF, disinfection, new outfall with or without effluent diffusion, Algoa treatment plant upgrades or pump station and forcemain. CDM has included four-hours for each cost estimate in this contract. Additional cost estimations will be provided upon request and agreement for increase in fee from the City. CDM will include cost estimation for all projects in the final draft of the Master Plan to be provided to MoDNR. Task 4.0 Assistance with MoDNR CDM will assist the City in coordination with MoDNR. There are three meetings lasting two-hours each and an additional twenty hours of time is provided in this contract for coordination with MoDNR. Task 5.0 Final Master Plan CDM will provide necessary documentation for SRF of the Final Master Plan to MoDNR and the City. A total of four hard copies and two electronic copies of the Final Master Plan will be provided. The final acceptance of the Sewerage Master Plan project will be complete by February 2009. In the event that this project is not completed by February 2009,the City and CDM will meet to review the project status and project budget. If the schedule is exceeded outside of the control of CDM, the City will provide an increase in fees to cover administrative costs of CDM due to extension of the schedule. • i City of ... nu nu , ut .: 1j,.,-. e� erson �COMMUNITY DEVELOPMENT �� Memorandum * 320 East McCarty Street * Jefferson City, Missouri 65101 P: 573.634.6410 F: 573.634.6562 www.jeffcitymo.org/cd Date: September 29 2008 To: Steve Rassmussen, City Administrator Through: Pat Sullivan, Director, Community Development V<14 From: Matt Morasch, Community Development Deputy Director for Public Works Subject: Consultant Selection for Waste Water Division, Master Plan Update The standing consultant selection committee of the Community Development Department has completed their review of consultants to perform the above noted study and determined that Camp, Dresser, McKee (CDM) of St. Louis, is the most qualified to complete the project. The committee consisting of Pat Sullivan, Drew Hilpert, Steve Schlueter, and myself met on September 25th with key personnel of the Waste Water Division (Eric Seaman and Dave Erwin) to review the submittals Nine firms submitted a letter of interest and qualification documents. Five of these firms were interviewed. After careful evaluation, Camp, Dresser, McKee was ranked as the most qualified. The City will now begin contract negotiations with CDM. We anticipate a contract will be sent to the City Council for approval within the next two months. If you have any questions please let us know. MM:amh cc: Terry Stephenson, Purchasing (with submittals and rating forms) Eric Seaman, Waste Water • "building a better community" U:\PublicWorks\ahasiag\Matt Morasch\Memo-Master Plan Update.doc