Loading...
HomeMy WebLinkAboutContract 20283-CO4 W mill-FLLF1 CITY OF FORT WORTH iTY SECRETARY . CQNSTP,UMON I-4U CAN�aY- 'o DER TEST "'ONTRACT NO. to pM_,p,,,ojEcTWmGER C.-HANGE ORJ lUjQb GOLDENROD r N7 OR (:HANGF,OPMER NO. DATE D.O.E.NO. PROJECTNO. 4 NO PE46-070460300020 ,R T'DES .M. Crry SECRETARY CONTRACT NO, LONG TERM SOLIDS DEWATERING,PROCESSTNG AND DISPOSAL CONTRACT 20283 OBJGINAL CONTRACT AMOUNT (1994.2,000) City Sec.#20283 S 24)8571000.00 Approved CONTRACT RENEWAL#1 (2000—2004) City Sec.#257631 2918,9310'0 06'.00 Approved CONTRACT NEW #2 (2004-2010) City See.#30908 S. 32,407,306.00: EXTRAS TO DATE (Amendment#I (April 1997)) City Sec.#22657' $ 5267875'32.00 CREDrrS TO DATE........694 0 pI we so6sompall.ease Is's me *W0 0.00 CONTRACT COST TO 0 bofi,*404&*0 dolooloom,we**,o 041 0*000."$92,835i924.00 AMOUNT OF PROPOSED CHANGE ORDER..........v o, 24 o­440*4 t o o a 4 1 6 4 ad be sea..,#a*-so 0*0 as opa 0 Wool 0 po a 10 so.A 001*A 01 0.00 UVISED CONTRACT A1\40UNT a 1I 1 466. go..40-10'0-4109 N*l,00*6*10*a-004I 6-0 0411041101,901 921835t924.00 0JRJOINAL FUNDS AV &a FOR.C11ANGE P.we we 1 4 AI 0-tv 004 0,64olaosm olives 004 046 sea.4 4040S&0.0 a'.samiloI 0.00 ADDITIONAL FUNDING(IF NECESSARY)................ 0.00 REMAiNZIG FUNDS AVAILABLE FOR CHANGE ORDER......................................................... 0.00i AN Pq ACCORDA E WTTR1 L,S CHANGE ORDER,TT=, CONTRACTOR SKALL.1- proceed as f6llowso DWERSION of"Off—Spec"Class A Bliosolids to a Municipal Solids Landofill, The City of Fort Worth Water Department nefacially reused/recycled,blosolids bxr land appJi�aotion on farm and rmch lands M the North Texas-area since.1991. Begm' niffig in 1995,the Fort Worth Biosolids Program advancedto,Class A,E.Q. (exceptional quality) biosolids. Village Cre"ek ViWTP continues today,to Produce Class A,,E. Q.biosolids and land apply Class A bl"o,solids to farm and ranch lands. In the event(in order.to comply with-EPA and TCEQ regulatory requirements)that lab analysis'is received indicating that the biosoloids 0 are.lot M` full compliance with one of the many samplig and monlitoning aiteria established for,Class A osolids,the CONTRACTOR wiU proceed ass fbfidws 440 Notification,of OWMR.- The,CONTRACTOR wW m' mediately notify the OWNER of lab analysis that is not in M compliance for Class A biosolids standards, (The COQ WICTOR is not authorized to divert biosolids,to the landfill-unless written perm-tission has been received ftm the OWNER). Notlfv Teqtin g,Laboratrarya The CONTRACTOR will notify the testing Laboratory ASAP,rep-sample and/ors p e biosolids,etc,.,as soon as"'out of M Class A compUance"analysis is received In order to check and/or obtain additional analysis,for Class A compliance and to e the time pen"od for diversion ofbio sod s to ao'1\4unoicipal Solids Landfill(if diversion to a lan,dflil is authonized). Assessment: Tht OWNER and CONTRACTOR will assess the situatlion wd look at options on how to proceed. (Options to be considered may include;hold on SOL site,diversion to a landfill,a coi-nbiina�o-n o top both,etc.) Diversion of biosoEds to as landMI will not be considered for fecal coliform or pff testing,re-potesting and analysis,as these tests can be sampled and verified within 24 holus. HeIrninth Ova and Enteric Virus sampling and analysi's take a number of days to M* cubate and -analyze,therefore d iversion to,a hmdfill will be considered mi ,these are until such time!that a ys s,received ind ca i g that the 1 So biosolids are bacK In full compliance with all Class A requirements. The COST RACIrOR will continue to process,dewater and 1ne stabilize all biosolids to Class A standards as specified i the contract docunaents. Approval to Divert: When deemed accessary..die OWNER will notify the CONTRACTOR in writing to begin dliversioa of biosolids to a landfill. Diversion t6 Landfill: Once approval is received,the CONTRACTOR may beC911 to divert the biosolids(est. I 10dry tons per day)to the desipated Municipal 0 Solids Landfill. (Designated Landfill­Soudieast Landfill 6900 D*ck PriceRd...Font Worth,TX 76060 Tet 817-478-6462). Transportation of Diosolids to Landffll: The CONTRACTOR Will transport biosolids to the des,Paced Municipal Solids Landfill until ftuther re-samplingr andsampling is performed and laboratory analysis 'I's obtained indicating that the bliosolids are back mi full compliance with aU Class A requirements,or upon request oft a OWNER to cease hauli osolids to the landfill and store biosolids at the SOL. Transportation to the landf2l could be anywhere from a fe'vi days up to 2-3 weeks. BlosoUds Back In Full Compllance.,,l men fin ther re-sampling and sainpl�ing is performed and laboratory analysis is obtam* ed indicating that the bio solids are back compliance With all Class A requixertients,the CONTRACTOR will cease immediately.the diversion of biosolids to the landfill. Manifest Forms-, Me The OWNER w illpro v* the CONTRACTOR with pre-printed"Manifest"forms that will be filled out;,s' igned at the land M and a copy retumed to the City,., The Municipal Solids LandfiR will use the matiffest forms for record and b,Wiaa pum,oses. Landfill"Tippling"Fees: In'-) C Using the"manifest forms,"the Municipal Solids Landfill will"Invoice"the OWNER for the,Land0"Tippi .cr Fee)" ost per truck,and the OWNER will pay,the.Tippincy Fee" to the Municipal Solids Landfffl out of blidgeted monies. Reduced P-elice per Dr y Ton- The CONTRACTOR will be pai4 4"'reduced price"of$124.5 8 per dry.ton,for!all biosolids.diverted to a Municipal Solids Landfill to reflect the cost savings oft e elinlination of the"land application"operation, Payment: Payment to the CONTRkCTOR for the diversion of biosolids to a Munic' al Solids Landfill will be at the reduced price of$124.58 per 1P dry ton. Pay eat vviil be processed thro"gh the normal pay estimate process with a new lmel item added to the pay estimate,form(Attachment A) to,reflect the difference m" price pqr ton. re each year(April C`P1 Adjustment.- the'yearly CPI contract adjustments are naadef, This reduced, ce per dry ton will chang., V)similar to,when pri The completion date for this the contact will re am at March 31,201.0. (NO ADDITIONAL TD4E M Change Order#4) TOTAL COST FOR CHANGIE ORDER NM R 9 4 -$0.00 (NO COST CHANGE O"ER) Tt ix undtntnnd and mgreed that the acceptance nf thin rhange(Yrder by the enatractor canxtitmtex an accnrd and,4ntirfnctinn anj-,epraunts la fall(bath In Cima and mefty)far all costs ani;in$out of,or Incidcrital zo,the Chanp Order., FG1VAL CONTRACT TDAE AD DMONAL APPROVED TIME TO DATE APPROVM CONTRACT TWE TO DATE 1; AL TDa FOR THS CHANGE ORDER 1825 calendar days 3650 calendar days 5475 calendar days 0 DAys CONTRACTOR DATE M=ENGNM DATE Renda Envir Hall&Associates Inc. MMAGERICONST.SEIL (!r,00;0 2,4.16000;0 DA7M DMECT IN EPT 4�MAt4 12. PE or Director 7 Ga Flockers,Water De age Creek _ 1 4 S& 4 4� DATE DMECtO CMG �44 __PkTB Xrr0p.�w Sebastian aster ater irector I Wat le)---0 3-zo) crry", Iajom DAT—r. COUNCIL,ACTION(S RECD y: DATE 0 APPROVED 0 DISAPPIMM 0 OMER