Loading...
Item 8BAGENDA ITEM # 8B MARCH 23, 2009 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Wastewater and TMDL Compliance Program -Final Design RFP 07-04 SUBMITTED BY: Donna Kaluzniak, Utility Director DATE: March 13, 2009 BACKGROUND: The Department of Environmental Protection has created more stringent requirements for the City's wastewater treatment plants due to the Total Maximum Daily Load (TMDL) for nitrogen limits. On September 10, 2007, the Commission awarded amulti-year contract with HDR Engineering Inc. to complete engineering work needed to meet the TMDL requirements. HDR Engineering was the top ranked firm with the strongest team based on depth of experience and variety of similar past projects. This firm also had an excellent and well thought out project approach section. HDR completed the preliminary design work and gave a presentation to the City Commission on December 15, 2008. The most cost-effective way to meet the TMDL requirements includes • Upgrading the existing Wastewater Treatment Plant #1 (1100 Sandpiper Lane) to meet advanced treatment standards for nitrogen removal • Constructing a force main and flow-shedding of existing lift stations to transfer flow from Wastewater Treatment Plant #2 (739 Renault) to Wastewater Treatment Plant #1 and • Properly abandoning Wastewater Treatment Plant #2. The City Commission directed staff to negotiate a contract for final design of the recommended improvements. Staff has been working with the engineer, and has negotiated the final design contract in two sections: • Force main, flow shedding and abandonment of Wastewater Plant #2 for a total of $388,433 • Upgrading the existing Wastewater Treatment Plant #1 to meet advanced treatment standards for nitrogen in the amount of $678,719. The total cost for Final Design for the Wastewater and TMDL Compliance Program is $1,067,152. Included in the cost is evaluation of auxiliary generator power, odor control, and third-party value engineering. BUDGET: Funds in the amount of $1,100,000 are available in the Public Utilities Fund for the Final Design for Wastewater and TMDL Compliance. AGENDA ITEM # 8B MARCH 23, 2009 RECOMMENDATION: Award a contract to HDR Engineering for the City's Final Design for Wastewater and TMDL Compliance Program in the amount of $1,067,152 and authorize the City Manager to sign the contract. ATTACHMENTS: 1. Scope and Cost Proposal for Task Order No. 4 2. Scope and Cost Proposal for Task Order No. 5 REVIEWED BY CITY MANAGER: ~`.~ AGENDA ITEM # 8B MARCH 23, 2009 "TASK ORDER N0.4 " PHASE OUT OF THE BUCCANEER WWTP AND FORCE MAIN DESIGN 3/10/09 FINAL This Task Order pertains to an Agreement by and between the City of Atlantic Beach, ("OWNER"), and HDR Engineering, Inc. ("HDR"), dated December 4, 2007, ("the Agreement"). HDR shall perform services on the project described below as provided herein and in the Agreement. This Task Order shall not be binding until it has been properly signed by both parties. Upon execution, this Task Order shall supplement the Agreement as it pertains to the project described below. TASK ORDER NUMBER: 4 PROJECT NAME: City of Atlantic Beach -Phase out of the Buccaneer WWTP and Force Main Design PART 1.0 PROJECT DESCRIPTION: This work effort is being performed as a part of TMDL Compliance Program designed to assist the OWNER of Atlantic Beach to meet the recently mandated total nitrogen loads being discharged to the St Johns River. In December 2008, HDR and J. Collins Engineering Associates completed a TMDL Compliance Document that was presented to the OWNER. This document serves as the program guide for the TMDL Compliance Program which included the evaluation of the following: a) Improving wastewater treatment processes at the OWNER's WWTP #1. b) Reuse of wastewater effluent as a source to residential and golf course irrigation c) Consolidation of facilities to minimize operation and maintenance costs through the decommissioning the Buccaneer WWTP d) Diverting part of the wastewater flow from the Buccaneer system to the Main wastewater plant (WWTP #1) and e) Converting the master pump station at Buccaneer to a regional pump station that will pump the balance of flow to WWTP #1 This task order will address: a) Planning and design of the wastewater transmission infrastructure (force mains or pumping stations) required to transfer wastewater from the Buccaneer sewer service district (includes Buccaneer WWTP) to WWTP #1". b) Decommission of the Buccaneer WWTP c) Conversion of the Buccaneer master pump station to a regional pump station. d) Improvements to the master pump station at WWTP #1, allowing it to accept the increased flow. e) Permitting requirements for the different facets of the project. PART 2.0 SCOPE OF BASIC SERVICES TO BE PERFORMED BY HDR ON THE PROJECT: 2.1 General Items: 1. Conduct one project kickoff meeting at the COAB Utilities Department conference room. HDR members expected to be represented will include F:\Draft Staff Reports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-Cost Buccaneer TO 4.doc Page I of 1 AGENDA ITEM # 8B MARCH 23, 2009 Gordon Grimes and John Collins. This project will focus on the project goals, schedule, deliverables, facility maintenance issues and key contact personnel. 2. Prepare for and conduct up to seven monthly status progress meetings. Prepare meeting agendas for topics to be discussed. Review and comment on meeting minutes. Monthly progress meetings will be coordinated with percent level reviews in order to minimize meetings. 3. Prepare for and conduct up to three miscellaneous meetings pertaining to the project. Prepare meeting agendas for topics to be discussed. Review and comment on meeting minutes. 4. Prepare for and participate in a third party review of the forcemain and lift station modification design. No review is expected for the decommission of the Buccaneer WWTP. 5. Prepare for and conduct a presentation for the City Commission. 2.2 Pipeline and Pump Station Improvements to Transfer Flow to COAB # 1. 1. Based on the TMDL report that described various force main alternative routes, the report deemed that three (3) routes were comparatively priced, HDR will conduct up to two meetings with COAB and up to two meetings with other stakeholders involved to establish the preferred route and any needed easement acquisition. We may need HDR to meet with as many as two (sets of) private property owners to discuss possible impacts of project on them 2. Calculate the 20-year life cycle costs including capital and power costs for pumping 100% of the Buccaneer WWTP flow versus the flow shedding option presented in the TMDL Document. A spreadsheet analysis and conclusions will be prepared on the analysis and presented to the OWNER for acceptance 3. Design a maximum 12,800 linear feet of force main based on selected route and flow to be transferred to COAB # 1. The design will incorporate open cut, pipe bursting and/or horizontal directional drilling construction measures where appropriate. 4. Design new pumping system upgrades needed to transfer flow from Buccaneer WWTP to WWTP #1. The existing pump station and wetwell at Buccaneer will be utilized and are sufficiently sized to install up to 3 pumps. The design of the pumping equipment will be based on submersible pumps. The pump station will include new controls and control panel in NEMA 4X - 316 stainless steel externally mounted enclosure on a concrete housekeeping pad. 5. Evaluate the existing Buccaneer electrical feed for adequate size and make recommendations if improvements are needed. If the existing electrical system is undersized, HDR will assist the OWNER with coordination with the power supplier. Any additional design for the electrical services is considered additional service. F:\Draft Staff Reports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-Cost Buccaneer TO 4.doc Page 2 of I AGENDA ITEM # 8B MARCH 23, 2009 6. The HDR initially assumes that the existing Buccaneer emergency generator, fuel system and automatic transfer switch have sufficient capacity for the master pump station improvements and can be utilized for standby power. HDR will verify this assumption during preliminary design and make any recommendations required to upgrade this system if needed. Specific emergency power and fuel system design is excluded from the scope of services. However, the emergency generator, fuel tank and control/transfer switch panel will be relocated as a part of the design in order to make lift station site more compact.. 7. Prepare Construction Project Manual. HDR will utilize HDR front-end documents and technical specifications. HDR anticipates two construction contracts with separate bids for this project. One project will include the pump stations and pipelines. The second project will include the decommissioning of the Buccaneer WWTP. Modifications to this assumption will result in additional services to change the construction project manual and contract documents. 2.3 WWTP # 1 Master Lift Station Improvements. It is assumed that the existing pumping and control system is adequate for 3.0 MGD -AADF plant flow, however, additional wetwell capacity is anticipated to be required. HDR will design a new wetwell based on future peak hour flows of approximately 7,900 gpm or 5.0 MGD -AADF. HDR will verify the existing pumping capacity versus the proposed pumping capacity. Up to two site visits will be provided for the purpose of detailing the existing LS pump vault and piping dimensions and inventory existing LS power demands and generator. The design will include verification of existing system hydraulics to the screens at the head works, proposed hydraulics with recommendations for lift station improvements as well as the civil, structural, electrical, and instrumentation and control system design. 2.4 Shed flow from Buccaneer collection system to WWTP # 1 system: As defined in the TMDL Document, one aspect of decommissioning the Buccaneer WWTP was to flow shed a portion of the Buccaneer collection system flow directly to WWTP #1. HDR will perform the following services as part of this task: 1. The route proposed in the TMDL Compliance report was to utilize a portion of the existing force main system (8" FM) along Mayport Road between Assisi Lane and Lewis Street. The existing force main will be extended with new 8" PVC pipe to the existing wet well of the Master Lift Station at WWTP#1. The work will include designing a maximum of 3,7001inear feet of new force main and may incorporate any combination of open cut, jack and bore or horizontal directional drilling construction measures where appropriate. 2. Determine with COAB and other stakeholders what new connections, if any, that may be needed along the new force main. 3. Perform a spreadsheet evaluation of the system hydraulics for up to 10 existing lift stations with flow to be diverted to COAB # 1 and identify potential pump modifications. The HDR will provide a list of pump F:\Draft Staff Reports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-Cost Buccaneer TO 4.doc Page 3 of 1 AGENDA ITEM # 8B MARCH 23, 2009 improvements identified. It is assumed that the existing pump station structures and wetwells are adequate in terms of size and structural integrity. No condition assessment activities are required or included in this scope. The modifications required will be considered as maintenance activities and no permitting will be required. No drawings will be provided for the work effort. It is assumed that all pumps are self-priming Gorman Rupp pumps and the power requirements remain the same as currently exist for each pump station. No additional electrical design or evaluation is required or included in this scope of services. 2.5 Decommission and Demolition of Buccaneer WWTP: As the upgraded Master Lift Station at Buccaneer WWTP is completed and placed into operation, the Buccaneer WWTP can be decommissioned and demolished. The Buccaneer facility will be completely out of service when this activity is performed. This project will be advertised as a separate project and will follow the forcemain/Lift station improvement projects. The associated activities for the decommissioning and demolition are as follows: 1. Conduct one meeting with FDEP to discuss the requirements for decommissioning and demolition of the Buccaneer WWTP. i. The scope is identified as follows: 1. Perform one site visit and develop a list identifying items to be demolished and disposed. The existing as-built site plan drawing will be used to support the list. 2. Identify items to be removed and returned to the OWNER. 3. General site cleanup requirements will be defined with FDEP. 4. Assist the Owner in preparing the FDEP Decommission permitting application. Submit to Owner for execution and submittal to FDEP. Provide up to one RAI response. 2. No specialized studies are expected to be performed, such as Brownfield assessments or environmental assessments and evaluations. Environmental studies are considered additional service. Asbestos and lead based paints and other hazardous materials, except for chlorine gas and sodium dioxide, are non-existent at the Buccaneer site. Should hazardous materials be identified during design or construction, work shall stop and the Owner will be consulted. 3. Prepare drawings and specifications associated with the decommissioning and demolition activities. Up to two (2) drawings will be included in the drawing package. 2.6 Permitting Effort: 1. Assist the OWNER in preparing FDEP Collection System Modification Permit applications. Submit to the OWNER for execution and submission to FDEP. Provide up to one RAI response to FDEP. It is anticipated that the modifications to the Buccaneer and F:\Draft Staff Reports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-Cost Buccaneer TO 4.doc Page 4 of 1 AGENDA ITEM # 8B MARCH 23, 2009 WWTP #1 Master pump stations and the two force mains will be submitted in one application. 2. Assist the OWNER in preparing FDEP stormwater permit application for the force main pipeline work effort and improvements at the master lift station for WWTF #1. Submit to OWNER for execution and submission to FDEP. Provide up to one RAI response to FDEP. 3. Assist the OWNER in preparing FDOT Utility Accommodation permit applications and MOT. Submit to OWNER for execution and submission to FDOT. It is anticipated that up to two separate permits will be required for crossing Mayport Rd. at two different locations. Horizontal direction drilling will be utilized. The entrance and exit pits will be located out of the FDOT right of way in order to minimize the FDOT impacts and maintenance of traffic. One MOT sheet will be included. Provide up to one RAI for each application. 4. Assist the OWNER in preparing FDEP decommission and demolition permit application for the Buccaneer WWTP. Submit to OWNER for execution and submission to FDEP. Provide up to one RAI response to FDEP. 5. Assist the OWNER in preparing the wetland determination request letter to COE. 2.7 Sub-consultant Services: HDR will utilize four (4) sub-consultants to gather field information in support of the design. 1. A Professional Land Surveyor registered in the State of Florida will be utilized to provide ROW topographic and planimetric survey along the selected pipeline routes; establish a baseline and project benchmarks and temporary benchmarks for construction. One route will be from the Buccaneer WWTP to WWTP # 1 and the other will be the force main route utilized to direct from the southern Buccaneer collection system to WWTF # The total length of the pipeline is approximately 16,500 feet. HDR will obtain up to three proposals for evaluation. An allowance of $37,000 will be provided to pay for the survey services. These services will be coordinated with the subsurface utility engineer and environmental scientist to show the location and depth of utilities and the wetland line. OWNER to pay actual cost of survey as apass-through amount. 2. HDR will plan to utilize FR Aleman or other acceptable subsurface utility engineering (SUE) locate company to perform utility locations in the form of soft digs to verify the location of utilities along the pipeline routes. It is anticipated that utility locates will be performed every 200 feet for a maximum of 200 utility locates. HDR will obtain up to three proposals for evaluation. These services will be coordinated with the surveyor to show the location and depth of utilities. An allowance of $37,000 will be provided to F:\Draft Staff Reports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-Cost Buccaneer TO 4.doc Page 5 of 1 AGENDA ITEM # 8B MARCH 23, 2009 pay for the SUE services. OWNER to pay actual cost of SUE as a pass- through amount. 3. A Professional Geotechnical Engineer registered in the State of Florida will be retained to perform a limited number of soil borings to classify the soil conditions along the route of the two proposed force main routes and at the master lift station site at WWTP #1. If during the course of this work, hazardous materials are exposed, HDR will consult with COAB on the appropriate action to be taken. HDR anticipates that soil borings will be taken every 2001f to a depth of 10 feet. HDR will obtain up to three proposals for evaluation. An allowance of $17,000 will be provided to pay for the geotechnical survey services. OWNER to pay actual cost for geotechnical engineering as apass-through amount. 4. HDR will employ the use of an environmental scientist to conduct a wetland survey (approx. 15001f) by flagging the wetlands along the proposed pipeline route, just west of Ocean Walk - i.e. -the wooded area. An allowance of $2,000 will be provided to pay for the environmental scientist services. OWNER to pay actual cost for wetland survey as apass-through amount. 2.8 Assistance with Project Advertisement and Bid Review, Recommendation of Award. This task includes the effort for bidding phase services for two different projects. All of the force main pipeline and lift station work at Buccaneer and WWTP #1 as one project and the demolition of Buccaneer WWTP as another one. The two different advertisements are due to the construction sequencing. 1. Assist COAB with advertisements of the construction projects by preparing the advertisements and responding to contractors' questions. 2. Pre-Bid Conferences and Site Visits: Attend two Pre-Bid' Conferences with site visits for the potential bidders. The HDR will prepare the agenda for and will facilitate the conferences. The HDR will review and comment on meeting minutes and conclusions. 3. Respond to Bidder Requests for Information (BFI's): Respond to appropriate verbal or written Bidder BFI's during the bid period for issues related to the Project. 4. Prepare Written Addenda: Provide clarification for Bidder inquiries and requests for information and will prepare and submit original technical addenda to OWNER for distribution to bidders. Up to three addenda will be issued. 5. Review Bids: Assist the OWNER in reviewing the qualifications of apparent lowest qualified bidders and bids and will make a recommendations for award to the OWNER. 6. Conform Bid Documents for the two projects and submit two sets to the OWNER. F:\Draft Staff Reports\2009 MeetingsUvlarch 23, 2009\TMDL Final Design Scope-Cost Buccaneer TO 4.doc Page 6 of 1 AGENDA ITEM # 8B MARCH 23, 2009 PART 3.0 ADDITIONAL SERVICES, NOT PART OF BASIC SERVICES: 3.1 Construction Phase Services (To be determined) PART 4.0 ADDITONAL HDR's RESPONSIBILITIES: 4.1 HDR's responsibilities and deliverables: 1. 20 year life cycle cost analysis spreadsheet addressing flow shedding Buccaneer flow versus pumping 100% of flow. Three (3) copies will be for the spreadsheet and conclusions will be provided. 2. Review and comment on all meeting minutes. 3. COAB WWTP # 1 master lift station recommended improvement, in a memo format, for flows beyond 3.0 MGD -AADF. Three (3) copies will be provided. 4. 30, 60, 100% Design Drawings for COAB WWTP #1 new wetwell for master lift station. Provide 3 sets of 11 X 17 half size for 30% and 60 % review and 24 X 36 drawings at 100% review. 5. 30, 60, 100% Design Drawings on the 12-inch PVC forcemain to be constructed to pump flow from the Buccaneer WWTP to COAB #1. Provide 3 sets of 11X17 half size for 30% and 60 % review and 24 X 36 drawing at 100% review.. 6. 30, 60, 100% Design Drawings on the 10-inch PVC forcemain to allow flow shedding from the Buccaneer collection system to the COAB # 1 system. Provide 3 sets of 11X17 half size for 30% and 60 % review and 24 X 36 drawing at 100% review. 7. 30, 60, 100% Design Drawings on the required modifications to the existing pump station at the Buccaneer site. Provide 3 sets of 11X17 half size for 30% and 60 % review and 24 X 36 drawing at 100% review. 8. 30, 60, 100% Design Drawings for decommissioning and demolition of the Buccaneer WWTP. Provide 3 sets of 11X17 half size for 30% and 60 review and 24 X 36 drawing at 100% review. 9. Permit applications and 3 sets of supporting data to allow the OWNER to submit construction applications to the following agencies a. FDEP Collection System Modification permit application b. FDEP Decommission and Demolition permit application. c. FDEP Stormwater permit application. d. FDOT Utility accommodation permit applications and MOT. Two applications are anticipated. e. No other permits are included in this scope of services. 10. Provide 3 sets of final contract documents to Owner. Drawings will be 24"X36" in size. Provide one CD set of drawings in Autocad 2007 and the project manual will be PDF format. PART 5.0 ADDITIONAL OWNER'S RESPONSIBILITIES: S.l. Owner's responsibilities and deliverables: F:\Draft Staff Reports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-Cost Buccaneer TO 4.doc Page 7 of 1 AGENDA ITEM # 8B MARCH 23, 2009 1. Provide meeting space to conduct monthly and miscellaneous meetings. 2. Prepare and submit for review meeting minutes for all meetings. Address comments of participants and finalize all meeting minutes. 3. Current Buccaneer WWTP as-built drawings in hard or electronic copy. 4. Buccaneer influent pump station as-built drawings, pumping characteristics and pump run times, influent flows, maintenance issues over the past three years 5. As-builts for the PS to be diverted and maintenance issues over the past three years. 6. Provide any past geotechnical reports for WWTP #1 and Buccaneer WWTP sites. 7. Negotiate easement acquisitions needed along the proposed force main routes. Report findings to the HDR for the purpose of selection of the final route. 8. Provide all available utility as-built information along the selected force main route. 9. Provide as-built drawings for the main pump station at WWTP #1. 10. Execute permits and pay all application and processing fees. 11. Pay for all advertisement fees for the project and provide copies to contractor's requesting construction documents. 12. Complete review of presented documents at 30%, 60%, and 100% review levels within one week of receipt. 13. Provide other information that may be required and requested during the course of the project PART 6.0 PROJECT ASSUMPTIONS: 1. All wetwell's of lift stations in the collection system are considered to be adequate in all aspects. That is size, volume, structural condition, etc. The HDR assumes that the lift station and wet wells do not require additional condition assessment or structural improvements. Any additional condition assessment work, structural, or corrosion evaluation or design will be considered additional service and are outside of this scope of services. 2. Permitting of any of the improvements to the pumps and pumping systems in the Buccaneer collection system will not be required. 3. The wetwell at the Buccaneer site is considered adequate for the existing and future conditions and can accommodate submersible pumping system. 4. Any wetwell capacity required for the WWTP # 1 master lift station will be a precast structure. No formal structural design for poured - in -place structure will be required. 5. No specialized Brownfield assessments or environmental evaluations will be performed on the Buccaneer WWTP site. Asbestos and lead based paints and other hazardous materials, except for chlorine gas and sodium dioxide, are non-existent at the Buccaneer site. Should hazardous materials be identified during design or construction, work shall stop and the Owner will be consulted. F:\Draft Staff Reports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-Cost Buccaneer TO 4.doc Page 8 of 1 AGENDA ITEM # 8B MARCH 23, 2009 6. No improvements to the SCADA systems will be required. 7. No system flow meters are required. 8. The Buccaneer WWTP emergency generator, fuel system and automatic transfer system are sufficiently sized and are operable for the new service 9. No odor control facilities are required. 10. Modifications made to the design following the completion of the 30% review will constitute additional services. 11. Wetland permitting, beyond the letter request for determination, that may be required by regulatory agencies shall constitute additional services. 12. OWNER will apply for any internal OWNER and City of Jacksonville permit building, planning and zoning permits. These services are excluded from this scope of service. 13. OWNER will perform any tree surveys required. 14. It is not anticipated that ACOE, SJRWMD, NPDES, ERP, and other permits not identified above will be required. 15. Any work effort that is desired or needed and not explicitly defined in this proposal is considered outside of this scope of services and are additional services. PART 7.0 PERIODS OF SERVICE: 1. Project Schedule: The project schedule is based on days to complete from the date of the Notice to Proceed (NTP). ask Item Days to complete after NTP is issued Project Kickoff meeting 5 30% completion review 117 Submit Regulatory permits 191 60% completion review 147 Conduct 3r party review 163 100% completion review 189 Receive FDEP Permit to construct 277 Advertise project 292 Pre-bid meeting with notes 298 Bid opening and review 322 Issue Notice to Proceed. 323 PART 8.0 HDR's COMPENSATION FOR SERVICES: F:\Draft Staff Reports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-Cost Buccaneer TO 4.doc Page 9 of 1 AGENDA ITEM # 8B MARCH 23, 2009 1. Compensation for Basic Services: Compensation for the design services provided shall be lump sum in the amount of $295,433.00 and shall not be exceed without prior authorization from the Utility Director. An allocation of $93,000.00 for surveying, geotechnical, SUE and environmental scientist subconsultant services is established in addition to the design services and shall not be exceeded without prior authorization from the Utility Director 2. Compensation for Additional Services: Compensation for additional services shall be determined at the time of authorization by the Utility Director. F:\Draft Staff Reports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-Cost Buccaneer TO 4.doc Page 10 of AGENDA ITEM # SB MARCH 23, 2009 "TASK ORDER NO. S" TMDL IMPROVEMENTS TO WWTP # 1 3/16/09 This Task Order pertains to an Agreement by and between the City of Atlantic Beach, (OWNER) and HDR Engineering, Inc. (HDR), dated December 4, 2007 (AGREEMENT). HDR shall perform services on the project described below as provided herein and in the AGREEMENT at the OWNER of Atlantic Beach WWTP #1 (PROJECT) site. This Task Order shall not be binding until it has been properly signed by both parties. Upon execution, this Task Order shall supplement the AGREEMENT as it pertains to the PROJECT described below. TASK ORDER NUMBER: 5 PROJECT NAME: City of Atlantic Beach -TMDL Improvements to WWTP #1 PART 1.0 PROJECT DESCRIPTION: This work effort is being performed as a part of TMDL Compliance Program designed to assist the OWNER to meet the recently mandated total nitrogen loads being discharged to the St Johns River. In December 2008, HDR and J. Collins Engineering Associates, LLC (JCEA) completed a TMDL Compliance Document that was presented to the OWNER. This document serves as the program guide for the TMDL Compliance Program, which included an evaluation of the following: a) Improving wastewater treatment processes at the City of Atlantic Beach WWTP #1 b) Beneficial reuse of treated wastewater for residential and golf course irrigation c) Consolidation of facilities to minimize operation and maintenance costs through the decommissioning of the Buccaneer WWTP d) Diverting part of the wastewater flow from the Buccaneer system to WWTP #1 e) Converting the master pump station at Buccaneer WWTP to a regional pump station to convey the balance of flow to WWTP #1 This Task Order will include professional engineering services associated with the wastewater treatment process improvements at WWTP #1. JCEA will be the lead Team Member on this task order. a) Kickoff meeting and monthly progress meetings b) Preliminary Engineering Report (PER) that will re-rate the WWTP #1 to 3.75 million gallons per day (MGD) annual average daily flow (AADF). c) 30-percent, 60-percent, and 100-percent Engineering and Design Submittals for client review d) Permitting services e) Bidding phase services f) General construction management services - to be performed under future task order g) Construction observation services - to be performed under future task order h) Start-up services - to be performed under future task order i) Record drawings - to be performed under future task order Page 1 of 12 F:\Draft Staff Reports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-CostWWTPI TO S.doc AGENDA ITEM # 8B MARCH 23, 2009 PART 2.0 SCOPE OF SERVICES: 2.1 General Items 1. Conduct one (1) project kickoff meeting at the Utilities Department conference room. HDR Team members expected to be present will include HDR Team's Project Managers, Design Lead, Design Engineer, and Subconsultants. This meeting will focus on the project goals, schedule, deliverables, facility maintenance issues and key contact personnel. 2. Prepare for and conduct up to twelve (12) monthly status progress meetings. JCEA will prepare meeting agendas and issue meeting notes on the topics discussed and conclusions/decisions rendered. Monthly status progress meetings will be coordinated with percent level reviews in order to minimize meetings. 3. HoR Team will prepare for and conduct up to four (4) miscellaneous meetings pertaining to the PROJECT. JCEA will prepare meeting agendas and issue meeting notes on topics discussed and conclusions/decisions rendered. 4. HDR Team will prepare for and participate in a third party review of the WWTP # 1 design improvements. 5. HDR Team will prepare for and conduct a presentation for the OWNER Commission. 2.2 30-Percent Preliminary Engineering and Re-Rating Report HDR Team, with JCEA as lead, will prepare and submit to the OWNER for review a 30-percent Preliminary Engineering Report (PER) and re-rating report including the proposed TMDL Improvements at WWTP #1 alternative as described in detail in the TMDL Compliance Program document. This alternative consists of converting the existing biological process to a four-stage Bardenpho. The improvements must support the increase of the hydraulic capacity of the facility from 3.0 MGD -AADF to 3.75 (MGD-AADF). The design will conform to applicable Florida Department of Environmental Protection (FDEP) design standards including redundancy and reliability requirements for wastewater treatment facilities. In addition to addressing the individual treatment component capacity for re-rating WWTP # 1, the PER will investigate two other concerns at WWTP #1. These include an odor control and auxiliary power generation and fuel system evaluations. The scope of this work effort is attached as Attachment # 1. The 30-percent PER document will contain the following information in supporting the re-rating of WWTP #l: 1. Proposed improvement site layout. 2. New site survey, including hydraulic profile elevations of the existing and proposed facilities. 3. New geotechnical evaluation and geotechnical report on subsurface conditions, soil characterization, recommendations on foundation design, and Page 2 of 12 F:\Draft Staff Reports\2009 Meetings\Mazch 23, 2009\TMDL Final Design Scope-CostWWTPI TO S.doc AGENDA ITEM # 8B MARCH 23, 2009 suitability of subsurface conditions for the construction of the proposed structures. 4. Results and recommendations of the odor control evaluation. 5. Results and recommendations of the auxiliary power generation and fuel system evaluation. 6. Re-address the population projections based on most recent wastewater flow trends. 7. Preliminary evaluation of the process capacity stating the maximum capacity, which can be safely and prudently obtained from the existing process. 8. Hydraulic calculations for pump and pipe selection including hydraulic profile analysis for the liquid train of the existing WWTP # 1. This includes confirmation of the headwork capacity, the existing yard piping in the main liquid train, the clarification system, the new effluent cloth media filters and the chlorine contact basins. 9. Confirm the capacity of the existing gas chlorine and sulfur dioxide chemical systems for the 3.75 MGD-AADF capacity. 10. Confirm the capacity of the existing chlorine contact basin at 3.75 MGD AADF. 11. Report supporting the re-rating of the WWTP #1 from 3.0 MGD-AADF to 3.75 MGD-AADF 12. Dimensions of required setbacks, required easement locations (if any), and temporary construction easement requirements. 13. Preliminary Yard Piping Plan. 14. Preliminary Process and Instrumentation Diagrams (P&IDs) for the TMDL improvement processes. 15. Ancillary civil, site, structural, storm water and drainage, roadway, electrical, and mechanical components associated with the completion of the PROJECT. 16. SCADA and telemetry requirements and connection to the OWNER's SCADA system. 17. Proposed sheet count showing drawing titles and scales of drawings. 18. Proposed table of contents of proposed specifications. 19. Permitting narrative of required permits for the PROJECT. 20. Preliminary (~ 30%) Engineer's Opinion of Probable Construction Costs (EOPCC). 21. The anticipated design features are as follows: a. Modifications to the two (2) existing aeration basins including baffles separating each process area, anoxic mixers in the first and third anoxic stages, fine bubble diffuser and associated air piping Page 3 of 12 F:\Draft Staff Reports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-CostWWTPI TO S.doc AGENDA ITEM # 8B MARCH 23, 2009 in the second and fourth oxic stages, and internal submersible recycle pumps. b. A methanol storage and feed system will be designed as a back up facility to the four-stage Bardenpho system. c. An intermediate pumping station to lift final clarifier effluent to the cloth media filters. Design will consider a precast structure with low head pumping system. d. 5.0 MGD AADF cloth media effluent cloth media filter basin housed in a stainless steel tanks mounted on an at grade concrete slab, fitted with a 3.75 MGD AADF cloth media filter system upstream of the existing chlorine contact chamber. e. Provide Electrical, Instrumentation and Controls for the aeration basin modifications, intermediate pump station, cloth media filters and associated areas. 2.3 60-Percent Design Documents HDR Team, with JCEA as lead, will prepare and submit to the OWNER 60-percent design documents. The design documents will contain, at a minimum, the following information: 1. Cover, legends per discipline, and general notes. 2. Civil drawings. 3. Mechanical drawings including associated piping. 4. Electrical drawings. 5. Instrumentation and control drawings. 6. Detailed P&IDs and control system, along with panel layout information and data. 7. SCADA and telemetry requirements and connection to the OWNER's SCADA system. 8. General drawing sheets, standard and miscellaneous detail sheets, and discipline sheets that are required for the PROJECT. 9. Draft technical specifications and front end documents for the PROJECT. 10. Subsurface utility engineering (SUE) to identify utility locations in the form of soft digs to verify existing pipes at the PROJECT site. 11. 60-percent EOPCC (~ 20%). 2.4 100-Percent Design Documents HDR Team, with JCEA as lead, will prepare and submit to the OWNER the 100- percent design documents for the proposed improvements. The design documents will address comments from the 60-percent design document review and include the following information: Page 4 of 12 F:\Draft StaffReports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-CostWWTPI TO S.doc AGENDA ITEM # 8B MARCH 23, 2009 1. 100-percent drawings. 2. 100-percent specifications. 3. 100-percent EOPCC (~ 10%). These documents shall be reviewed by the OWNER for final approval and the CONSULTANT will then prepare final Contract Documents for the PROJECT. Review comments and modifications shall be incorporated in the Final Contract Documents for bidding purposes. The final drawing package will include up to sixty- four (64) drawings. 2.5 Contract Documents HDR Team, with JCEA as lead, will prepare and submit to the OWNER the Contract Documents for the proposed improvements. The Contract Documents will address comments from the 100-percent design document review and include the following information: 1. Contract Document drawings. 2. Contract Document specifications. 3. Contract Document CD. 2.6 Permitting Assistance JCEA will prepare the following permits: 1. Assist the OWNER in preparing a FDEP Domestic Wastewater Permit application. JCEA will submit to the application to the OWNER for execution and submission to FDEP. JCEA shall respond to two (2) requests for additional information (RAI) from the FDEP for the Domestic Wastewater Permit. 2. Assist the OWNER in preparing a FDEP Environmental Resource Permit (ERP) application. JCEA will submit to OWNER the application for execution and submission to FDEP. JCEA shall respond to two (2) RAI from the FDEP for the ERP. 2.7 Sub-consultant Services JCEA will utilize three (3) sub-consultants to gather field information in support of the design. 1. JCEA will negotiate and prepare a scope of work with up to three (3) land- surveying sub-consultants to obtain topographic and planimetric survey information at WWTP #1. A Professional Land Surveyor registered in the State of Florida will be utilized to provide topographic and planimetric survey at WWTP #1, establish a baseline and PROJECT benchmarks, establish the existing hydraulic grade line, and temporary bench marks for construction. An allowance of $10,000 will be provided to pay for the survey services. These services will be coordinated with the subsurface utility engineer to show the location and depth of utilities. OWNER to pay actual cost for survey as apass-through amount. Page 5 of 12 F:\DraB Staff Reports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-CostWWTPI TO S.doc AGENDA ITEM # 8B MARCH 23, 2009 2. JCEA will negotiate with up to three (3) sub-consultants and prepare a scope of work to obtain subsurface utility locates at WWTP #1. The SUE locate company will perform utility locations in the form of soft digs to verify the location of utilities at key points at WWTP #1. It is anticipated that utility locates will be performed for a total of (20) twenty utility locates. These services will be coordinated with the surveyor to show the location and depth of utilities. An allowance of $10,000 will be provided to pay for the SUE services. OWNER to pay actual cost for SUE as apass-through amount. 3. JCEA will negotiate with up to three (3) geotechnical sub-consultants and prepare a scope of work to obtain geotechnical information at WWTP #1. A Professional Geotechnical Engineer registered in the State of Florida will be retained to perform a limited number of soil borings to classify the soil conditions at WWTP #1. If during the course of this work, hazardous materials are exposed, JCEA will consultant with the OWNER on the appropriate action to be taken. JCEA anticipates that two (2) soil borings will be taken in addition to the borings done for the new W WTP # 1 Master Lift Station. An allowance of $5,000 will be provided to pay for the geotechnical services. 2.8 Project Advertisement, Bid Review and Recommendation of Award This task includes the effort for bidding phase services for the PROJECT as follows: 1. HDR team, with JCEA as lead, will assist the OWNER with advertisement of the construction project by preparing the advertisement. 2. HDR team, with JCEA as lead, will conduct aPre-Bid Conference and one (1) pre-bid site visit for the potential bidders. JCEA will prepare the agenda and issue meeting notes for the Pre-Bid Conference. 3. HDR team, with JCEA as lead, will respond to up to five (5) written Bidder Requests for Information (BFI's) during the bid period for issues related to the PROJECT. 4. HDR team, with JCEA as lead, will prepare and submit to the OWNER up to three (3) technical addenda for distribution to the potential bidders. Should additional Addenda be required beyond the designated number, and it is required due to an oversite by the HDR Team, JCEA will assume the responsibility to issue the addenda. 5. HDR team, with JCEA as lead, will assist the OWNER in reviewing the qualifications of apparent lowest qualified bidder and bid and will make a recommendation for award to the OWNER. 6. HDR team, with JCEA as lead, will submit conformed Bid Documents for the PROJECT and will submit two (2) sets to the OWNER. PART 3.0 ADDITIONAL SERVICES, NOT PART OF BASIC SERVICES: 3.1 Construction Phase Services (To be determined) PART 4.0 DELIVERABLES: HDR team, with JCEA as lead, will prepare and submit to the OWNER the following deliverables: Page 6 of 12 F:\Draft Staff Reports\2009 MeetingsWlarch 23, 2009\TMDL Final Design Scope-CostWWTPI TO S.doc AGENDA ITEM # 88 MARCH 23, 2009 1. Three (3) draft copies of the Preliminary Engineering Report. 2. Three (3) draft copies of the Re-Rating Engineering Report. 3. Three (3) final copies of the Preliminary Engineering Report. 4. Three (3) final copies of the Re-Rating Engineering Report. 5. Up to twelve (12) monthly status progress meetings notes. 6. Three (3) copies of the 30, 60-percent design drawings on 11"X17" sheets and in PDF Format. 7. Three (3) copies of the 100-percent design drawings on 24 X 36 sheets. 8. Three (3) copies of the 30, 60, 100-percent Technical Specifications. 9. Three (3) signed and sealed copies of the Contract Documents design drawings on 24"X36" paper. 10. Three (3) signed and sealed copies of the Contract Documents Technical Specifications. 11. One (1) CD containing an electronic set of the Contract Documents. Drawings in Autocadd 2007 and documents in PDF format 12. Required number of permit applications and supporting data in order to allow the OWNER to submit to the following agencies: a. FDEP Domestic Wastewater Permit b. FDEP ERP PART 5.0 OWNER'S RESPONSIBILITIES: The OWNER will provide the following information to the HDR team and perform the following services related to the PROJECT: 1. Provide review comments of each submittal within seven (7) working days of receipt. 2. Provide meeting space to conduct the Pre-Bid Conference, monthly status progress meetings and miscellaneous meetings. 3. WWTP #1 as-built drawings in hard or electronic copy. 4. Provide any past geotechnical reports for WWTP #1. 5. Provide Tare weight receipts and photos of the previous tank cleaning that was performed 6. Provide electrical load and generator lists as described in Attachment No 1. 7. Provide Record Drawings for the main pump station at WWTP #1. 8. Provide copies of existing O&M manuals. 9. Execute permits and pay all application and processing fees. 10. Pay for all advertisement fees for the PROJECT and provide copies to contractor's requesting construction documents. 11. Provide other information that may be required and requested by HDR Team during the course of the PROJECT. PART 6.0 PROJECT ASSUMPTIONS: Certain assumptions have been made in preparing this Task Order. To the extent possible, those assumptions are stated herein. 1. The existing Technical Memorandum (TM) No. 5, last revision dated November 18, 2008, can be utilized as the basis for the Preliminary Page 7 of 12 F:\Draft Staff Reports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-CostWWTPI TO S.doc AGENDA ITEM # 8B MARCH 23, 2009 Engineer's Report (PER) required by FDEP to initiate the new Domestic Wastewater Permit. Revisions to this report will be prepared as an addendum addressing items in Part 2.2. 2. Grit removal at the Headworks will not be included in this PROJECT. A process in order to collect grit in the First Anoxic Zone and remove it with a Vactor truck or equivalent means will be incorporated. 3. It is assumed that an intermediate pump station will be located hydraulically between the existing clarifiers and the proposed cloth media filters. It is assumed that the intermediate pump station will not have variable frequency drives and can be constructed on a slab above grade, with a mat foundation, similar to other structures at the site. 4. The backwash pumps furnished by the cloth media filter manufacturer will be sufficient to pump the waste backwash water to the aeration basins. 5. No additional utility services (power and potable water) will need to be added. 6. Compact propeller type mixers will be consider for the in the anoxic zones; bridging the existing Aeration Basins for the purpose of access and mixer support will be provided. 7. The methanol storage and feed system will operate by manually adjusting the dosage and not by flow pacing. 8. Modifications or replacement of the effluent pumps or RAS pumps will not be part of this PROJECT. 9. There will be no modifications made to the existing RAS and WAS modes of operation. 10. A third aeration basin or third secondary clarifier will not be designed or constructed. 11. No specialized Brownfield assessments or environmental evaluations will be performed on the WWTP #1 site. 12. No odor control facilities will be designed. 13. The OWNER will apply for any internal OWNER of Atlantic Beach, OWNER of Jacksonville or Duval County permit building, planning or zoning permits. 14. No permits other than those identified in Part 2.6 are required including permits from ACOE, SJRWMD, and FDEP/EPA NPDES. 15. Any work effort that is desired or needed and not explicitly defined in this proposal is considered outside of this scope of services and are additional services. PART 7.0 PERIODS OF SERVICE: 1. Project Schedule: The project schedule is based on days to complete from the date of the Notice to Proceed (NTP). Task Item ' Days to complete after NTP is issued Project Kickoff meetin 5 Page 8 of 12 F:\Draft StaffReports\2009 MeetingsUvlarch 23, 2009\TMDL Final Design Scope-CostWWTPI TO S.doc AGENDA ITEM # 8B MARCH 23, 2009 30% com letion review 200 Submit Re ulator ermits 205 Receive FDEP Permit to construct .300 60% com letion review 344 Conduct 3r arty review 375 100% com letion review 436 Advertise ro'ect 431 Pre-bid meetin with notes 441 Bid o enin and review 469 Issue Notice to Proceed. 499 PART 8.0 HDR TEAM'S COMPENSATION FOR SERVICES: 1. Compensation for Basic Services: Compensation for the design services provided shall be lump sum in the amount of $655,343.00 and shall not be exceed without prior authorization from the Utility Director. An allocation of $25,000.00 for surveying, geotechnical and SUE subconsultant services is established in addition to the design services and shall not be exceeded without prior authorization from the Utility Director. 2. Compensation for Additional Services: Compensation for additional services shall be determined at the time of authorization by the Utility Director. Page 9 of 12 F:\Draft Staff Reports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-CostWWTPI TO S.doc AGENDA ITEM # 8B MARCH 23, 2009 ATTACHMENT NO. 1 SCOPE OF WORK ODOR CONTROL AND AUXILIARY POWER AND FUEL EVALUATIONS A. Odor Control Evaluation As part of the 30% Preliminary Engineering Report, JCEA will collect, organize, interpret and summarize information to develop an understanding of the odor control needs at the COAB WWTP No. 1. In order to identify the potential odor causing compounds at the plant, both liquid and gas phase sampling is recommended. Based on the location of WWTP No. 1, the close proximity of adjacent residential homes, and the potential redevelopment of the Royal Palms community, a more detailed sampling approach is recommended as opposed to vendor provided sampling for hydrogen sulfide gas. This level of sampling will provide the OWNER with the data to develop an odor control strategy that will address the full range of potential odor causing compounds. Activities to be performed include the following: Schedule and conduct one site reconnaissance visit to visually assess WWTP No. 1. Previous discussion with COAB suggests that the odors sources include the existing headwork's influent structure, solid handling, and secondary clarifiers. The COAB shall attend and provide operational input on known or suspected odor sources, plant processes, and provide input for other questions from JCEA. 2. Develop an odor control-sampling plan. It is assumed that COAB staff will conduct the sampling within atwo-week period after the site reconnaissance visit. The sampling will consist of the following: Over atwo-day period, at approximately 9:00 am and 3:00 pm each day, OWNER crewmembers will obtain grab samples for the following gas phase wastewater parameters at WWTP No. 1 at the locations identified in the sampling plan: a. Hydrogen sulfide -two (2) samples during each sampling event, eight (8) total samples b. Amines -two (2) samples during each sampling event, eight (8) total samples c. Mercaptans -two (2) samples during each sampling event, eight (8) total samples d. Ammonia -two (2) samples during each sampling event, eight (8) total samples Sampling should be performed during any expected odorous periods. JCEA assumes that the OWNER will perform the sampling and that JCEA or other team members will require no field services. Page 10 of 12 F:\Draft Staff Reports\2009 MeetingsWlarch 23, 2009\TMDL Final Design Scope-CostWWTPI TO S.doc AGENDA ITEM # 86 MARCH 23, 2009 3. Upon completion of the sampling, JCEA will evaluate and prepare a recommendation for odor control improvements, which will be summarized in the Preliminary Engineering Report. The recommendation will include one site plan schematic showing the location of the odor control equipment with respect to unit operations, narrative of the equipment components and requirements, and a budgetary cost for construction including associated engineering costs. The data and product information will be included as an appendix within the Preliminary Engineering Report. Up to two gas phase odor control systems will be considered for the evaluation. 4. In order to effectively complete the evaluation and minimize engineering costs, JCEA will base the evaluation upon the Siemens line of odor control equipment which has numerous examples of proven and cost effective odor control systems within the Florida, the United States, and Internationally. Should the OWNER elect to proceed with the design, preparation of construction bidding documents for the odor control system, the Siemens system will not be a sole source item, and JCEA will provide documents, which allow for a competitive bid. During the ensuing design, JCEA will coordinate with other vendors as well to confirm product suitability and budgetary quotes from prospective vendors. This evaluation is intended to provide the OWNER with an odor control solution for WWTP No. 1 and is not intended to serve as an evaluation of the available odor control systems in the market. B. Auxiliary Power and Fuel System Evaluation As part of the 30% PER, JCEA will perform an evaluation on the existing auxiliary power and fuel systems at the COAB WWTP No. 1. The purpose of the evaluation is to confirm whether the existing auxiliary power and fuel systems are adequate for use at WWTP No. 1 for the proposed plant expansion and to investigate the possibility of combining the three power sources and three generators into one power source and generator. The evaluation will consider the following: 1. Review and evaluation of existing auxiliary power and fuel systems with respect to existing electrical loads and the proposed electrical loads associated with the plant expansion. The combined electrical load calculations will be used to confirm whether the existing generators can be used as permanent generators for the plant expansion. The age and condition of the existing generators will also be considered in recommending to either replace or refurbish. The evaluation will also investigate the requirements and siting options for new auxiliary power and fuel system and one supply source. The new system will consist of one single generator with automatic transfer switch, above ground double walled fuel tank and piping, one day tank, and automated leak detection and alarm system. 2. Prior to initiating the evaluation, JCEA will schedule and facilitate a kickoff meeting at the plant with designated WWTP No. 1 operations staff. The purpose of the meeting is to assess the information available for the study. JCEA Page 11 of 12 F:\Draft Staff Reports\2009 Meetings\Mazch 23, 2009\TMDL Final Design Scope-CostWWTPI TO S.doc AGENDA ITEM # 8B MARCH 23, 2009 representatives will tour the plant and interview plant operations and maintenance staff with respect to emergency power operations to identify where problems may exist in the existing emergency power system. JCEA will prepare meeting minutes and will present to the County a list of additional information required for the study. 3. JCEA will analyze the existing conditions at the WWTP No. 1 based on available information provided by COAB. The analysis will include a cost comparison made between the existing electrical and generator system as it is now operated versus the cost of the new system. Capital and operation and maintenance costs and the meter demand charges will be considered. It will also include a review and summary of information from the following existing documentation. a. As-Builts drawings of the Plant b. O&M Manuals for process equipment and operating protocol for generator use. c. Electrical Utility bills showing meter demand charges and O&M costs for the operation of the existing system for the previousl2-month period. d. Electrical load list identifying the use, motor Hp, KVA, Power factor, amps, voltage, motor frame, RPMs, status of the load during an emergency, GPM or ACFM pump rate, location in the plant and power source location that is being serviced by each generator e. Generator list showing manufacture, Kw size, RPM, and transfer switch manufacture, size and fuel storage capacity at WWTP No 1 and the Buccaneer WWTP. 4. JCEA will review the power service feeds at the site and provide recommendations on any modifications that may be beneficial for the plant expansion. 5. JCEA will use the U.S. Environmental Protection Agency Bulletin 430-99-74-001 titled "Design Criteria for Mechanical, Electric and Fluid System and Component Reliability" as a guidance document for the evaluation. 6. As part of the PER, JCEA will summarize the requirements and costs for emergency generation systems, and will provide a schematic level electrical one line diagram reflecting the use of the recommended auxiliary power and fuel system and associated design criteria to be implemented at WWTP No. 1. Page ] 2 of 12 F:\Draft Staff Reports\2009 Meetings\March 23, 2009\TMDL Final Design Scope-CostWWTPI TO S.doc