Loading...
HomeMy WebLinkAbout2006-342 io 0s o & WORK ORDER NUMBER 14 7L This Work Order Number 14 is entered into as of this 3rd day of octohPr 2006 pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of April 6 , 2004 ("Agreement") , by and between Indian River County, a political subdivision of the State of Florida ("COUNTY ') and Kimley-Horn and Associates Inc. ("CONSULTANT"). The COUNTY has selected the Consultant to perform the professional services set forth on Attachment 1 , attached to this Work Order and made part hereof by this reference . The professional services will be performed by the Consultant for the fee schedule set forth in Attachment 1 , attached to this Work Order and made a part hereof by this reference . The Consultant will perform the professional services within the timeframe more particularly set forth in Attachment 1 , attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1 . 4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein . IN WITNESS WHEREOF , the parties hereto have executed this Work Order as of the date first written above. CONSULTANT BOARD OF COUNTY, COMMISSIONERS Kimley-Horn and Associates Inc. OF INDIAN NVFtR- UNTY S A nn Artfi�r y�r, Ch n Title: �� •�iw .�..� •• • . . . , ` :.. Attest: JX Barton, Clerk of Court � By kk—, � AN Deputy Clerk Approved : A . � o eph A. Baird , County Administrator parian as to form and legal sufficiency: Fell , Assistant County Attorney C:WDM FilesVWORK ORDER NO 14.dac Attachment #1 Work Order # 14 South RO Water Treatment Plant Upgrades and Modifications to Restore Capacity PROJECT DESCRIPTION AND HISTORY The existing Oslo Road South Reverse Osmosis (RO) water treatment plant is more than 20 years old and with this age, improvements and replacement of some key components are necessary to maintain treatment capacity of the plant and bring the facility up to current standards . Currently, the facility' s rated capacity is listed as 8 .57 million gallons per day (mgd), however, membrane system performance, high service pumping capacity, and wellfield pumping capacity are limiting the facility' s ability to meet this capacity. This 8 .57 mgd rated capacity consists of 6 .0 mgd in RO production and 2.57 mgd of raw water blended with the RO produced water. The RO treatment system operates at 80% recovery which means the 6 .0 mgd of RO production requires 7.5 mgd of raw water. When combined with the 2. 57 mgd of blend water, the total raw water requirement is 10.07 mgd. Additionally, some of the components may not be utilized to their full useful operating capacity which limits the overall treatment plant capacity. The following Scope of Services describes the major improvements which will not only restore the facility to its rated capacity, but allow for operation at a greater capacity than what the facility is currently rated for. An evaluation of the existing South RO Plant operations and treatment capacity was conducted by Kimley-Horn and Associates, Inc. in August 2005 (see attached Table 1 ) which outlined several areas for improvement. These major areas for improvements are summarized in the following table. Com op nent Current Ca aci Required Ca aci Deficiency Supply Wells 8 .93 mgd (largest O/S) 10.03 mgd (largest O/S) 1 . 1 mgd Membrane System 5 .4 mgd (elevate pressure) 6 .0 mgd (reduce pressure) 0 .6 mgd High Service Pumps 6 .9 mgd (largest O/S) 8 .57 mgd (largest O/S) 1 . 67 mgd This Scope of Services will address the Membrane System and High Service Pump deficiencies. Although the supply well deficiency is believed to be addressed by others through modification of the existing Consumptive Use Permit, pumping capacity from the wellfield may still be insufficient to support the treatment capacity of 8 . 57 mgd MDF . All three areas of improvements are listed as necessary improvements in the Master Plan Update, dated December 2004, prepared by PBS&J. PROJECT APPROACH The following Project Approach addresses modifications to the existing membrane treatment system, membrane replacement, upgrading membrane booster pump capacity, and replacing the existing high service pumps, motors, and starters with larger capacity pumps and new variable frequency drives (VFD). In general, the limiting component in overall plant capacity is the high service pump system which is unable to pump plant production capacity of 8 .57 mgd to the customers with the largest pump out of service (O/S) as required by FDEP regulations. The next component that limits capacity is the membrane treatment trains and their inability to provide the C:\MDM Files\South RO Plant Upgrades to RestoreCapacity-reAdoc Page I 6 .0 mgd of production capacity. On April 18, 2006, approximately 4.47 mgd of treatment capacity was available under typical conditions. With upward adjustments to feed pressures and train recoveries, a maximum treatment capacity of 5 .38 mgd could be achieved, still leaving a deficiency of 0.6 mgd. High Service Pumps The three existing high service pumps provide 6.9 mgd of pumping capacity with the largest out of service, approximately 1 . 6 mgd less than the treatment plant rated production capacity. High service pump systems are required by FDEP regulations, adopted August 28, 2003 , to have a capacity equal to the water system' s peak hourly demand unless the water system includes multiple water plants and/or remote storage facilities. Peak hourly demand is usually about 200 % of plant rated production capacity. Although FDEP regulations may allow the South RO Plant' s high service pumping capacity to be less than the peak hour requirement when combined with other connected treatment facilities and/or where remote storage is provided, the South Plant ' s high service pumping capacity should be increased to match that service area maximum-day demand, or the treatment production capacity. This will allow the South plant to place its daily production into the distribution system. The approach is to replace three of the existing 125 hp pumps/motors (2400 gpm capacity), with new 150 hp pumps, having a capacity of 3200 gpm each, and install variable frequency drives (VFD) on at least two of the three high service units. Due to age of the existing starters, replacement parts are no longer manufactured. Since regulations require that the largest pump be assumed out of service, the remaining 125 hp unit should be replaced to provide a firm capacity of at least 8 .57 mgd (6000 gpm) and provide pumps that have matched performance curves. This allows interchangeability of pumps in the control system and two VFD driven pumps to provide constant pressure performance. This will provide 9.27 mgd of connected pumping capacity with the largest out of service. If the third pump is not replaced, an increase in system operating pressure could not be obtained . Re-programming the high service pumping operation will also allow the facility to maintain constant pressure with variable system demands which is not currently available at this plant. Membrane Treatment System The existing membrane system is currently limited in capacity due to membrane damage from scaling, fouling, and intrusion of sand into the membranes. Several other mechanical features limit capacity such as leaking interstage valves, lack of first stage permeate control valves, and reduced feedwater pump capacity due to the age of the pumps. Replacement of the existing feedwater pump impellers is recommended since they were trimmed when first installed and also do not perform to original specifications due to wear. Replacement with full diameter impellers will increase pump flow/pressure capacity and allow an increase in capacity of the membrane system. Replacement of the impellers will not affect the motor sizes since they are sized for full diameter impellers . The approach to membrane replacement will include profiling of each pressure vessel to determine the extent of poor performance within the membrane system. Prior to purchasing membranes to replace all existing membranes, individual performance of all membranes will be evaluated and a replacement program will be developed. Once the extent of replacement is defined, a loading arrangement will be developed. Purchase of membranes for at least one-half of C:\MDM Files\South RO Plant Upgrades to Restore Capacity-rev9.doc Paget the existing units is recommended so as to expedite installation and not delay beginning of replacement. Other improvements included are replacement of the interstage and tune-up valves, installation of first stage permeate control valves, and reconfiguration of the control system to allow fully automatic operation as well as to accommodate the modifications included in this Approach. Improvements to the membrane system will allow the membrane system to be operated at a higher capacity of up to 7.0 mgd under ideal conditions. Since additional raw water capacity is not available on a long-term basis, and concentrate disposal capacity is currently limited to 1 .5 mgd, no request in additional treatment plant rated capacity beyond 8 .57 mgd can be requested at this time. The installation of bulk scale inhibitor tanks which are stored on-site will be included under this construction package. Construction drawings were prepared under a separate work order and can be incorporated within the construction drawings and specifications for this work order. SCOPE OF SERVICES Task 1 . Prepare Documents/Scope of Work for Membrane System Upgrades Consultant will prepare procurement documents that consist of drawings and specifications for feedwater pump upgrades, membrane replacement, train piping modifications, drawings of skid piping modifications and feedwater pump room, feedwater pump modifications scope, tune-up (dump) valve replacement, installation of profile valves, interstage valve replacement, permeate acid injection point relocation and corrective work to existing permeate piping caused by existing injector, development of membrane replacement program, membrane loading arrangement, and bulk scale inhibitor tank installation. The documents will be prepared to be used in advertising for bids, piggy-backing current contracts from other similar projects or municipalities, or direct purchase of equipment. The documents will include membrane specifications, projections and a Scope of Work for modifications to the train piping and arrays. It is estimated a total of 6 — 7 drawings will be prepared. The Consultant will attend a meeting with Purchasing and Utilities staffs to define the approach to procurement of contractor and equipment. The attached schedule provides a conservative approach assuming advertisement for bids is implemented. Direct purchasing equipment through similar type contracts or "piggy-backing" could reduce the time required to complete these improvements. Task 2. High Service Pumps Design Consultant will design improvements to the three existing high service pumps . This Task will consist of preparing drawings and specifications for upgrades to and replacement of all three high service pumps. Improvements are assumed to be confined to the interior of the existing process room building. Due to deteriorating conditions of the suction header, review of potential replacement of the existing suction header will be included. Preparation of construction documents will consist of process and piping plan; pump/piping plan, sections and elevations; electrical room plan; PID ' s; and electrical single line diagrams. It is assumed that approximately ten to twelve ( 12 - 14) drawings will be prepared for this Task. CAMDM Files\South RO Plant Upgrades to Restore Capacity-revUoc Page 3 Consultant will prepare technical specifications for the pumps, motors, pump piping, suction header piping, VFD' s, PLC' s, and ancillary equipment that are part of these improvements. Consultant will utilize an electrical subconsultant for these services. Consultant will attend up to three design review meetings with Owner and Sub consultants . Consultant will prepare opinions of probable construction costs once the design is completed. As part of the design, Consultant will prepare a control logic description to be used by the contractors SCADA system integrator. In general, automation of the high service pumps will be performed through PLC programming which will allow automatic lead/lag pump operation and pressure control logic which will maintain constant distribution pressure at the point of entry. Task 3. Coordination and Procurement A meeting will be attended with IRC Utility and Purchasing staff to discuss procurement methods and approach to completing the project in a timely manner. The work should be completed prior to, and in anticipation of, next year' s spring 2007 system demands . Consultant will provide bidding phase services and in doing so, will respond to contractor questions and prepare up to two addendums, if required, which will be distributed to all the contract document holders. The Consultant will attend one ( 1 ) pre-work meeting at the project site. It is assumed that IRC will distribute and sell project manuals, consisting of drawings, specifications, and all addendums. The Consultant will incorporate the Owner' s contract documents into the Project Manual . This will serve as the Contract between the Owner and the selected contractor. Any revisions to the Owner' s contract documents during the construction phase can be provided by the Consultant, as Additional Services. Consultant will review bids and provide analysis and identification of the lowest responsive responsible bidder to IRCU. Task 4 — Permitting Although membrane replacement would only require written notification to FDEP, modifications to the train piping and installation of new high service pumps will require a FDEP permit. Increasing the capacity of the high service pumping system will also require a permit. Consultant will prepare and submit a FDEP permit application 62-555 .900( 1 ) for the proposed system modifications. Consultant will submit the permit application when the drawings and specifications are in a condition for permitting agency review. Consultant will respond to up to two Requests for Additional Information (RAI' s) from FDEP. Task 1 and Task 2 documents will be compiled into one set of plans for permitting and procurement. Consultant will submit a Certification of Construction Completion and Clearance for Use to the FDEP. This certification will consist of record drawing and bacteriological test results. C.\MDM Files\South RO Plant Upgrades to Restore Capacity-rev9doc Page 4 It is assumed that these improvements are considered major modifications to the treatment plant, however, no increase in plant capacity beyond 8 .57 mgd will be requested. A permit application fee of $2,000 applies to these improvements, of which Consultant will include this permit application fee in this Scope. Task 5 - Services During Construction In general, modifications to the existing membrane system and pumps as outlined herein will require coordination with Contractor and operations staff so as to minimize impacts to treatment plant production. Coordination of Contractors work should include taking only one treatment train down at a time, one feedwater pump down at one time, and one high service pump down at one time. The Consultant will provide construction phase services for these projects, consisting of shop drawing review, meeting attendance, testing performance of all existing membranes, developing a membrane loading plan, field observation, start up assistance, preparation of record drawings, and final certification of completion of the project. It is anticipated that the duration of construction phase will be seven (7) months and that on-site construction observations will be provided in proportion to the level of activity. Shop drawing submittals will be reviewed for conformance with the intent of the Contract Documents. Shop drawings will be submitted directly to the Consultant. The Consultant will review the submittals and return copies to the Contractor and Indian River County Utilities. The Consultant will coordinate and attend one ( 1 ) project status meeting per month for coordination and status updates of the project with the Contractor and Owner. The Consultant will provide observation of construction for the anticipated duration of the project described herein. The Consultant will also review pay requests and provide recommendations for payment to Indian River County Utilities based on progress of the work. One activity to be completed by the construction Contractor is installation of profiling valves on each membrane vessel . This will allow testing to occur that predicts membrane condition. The results of this testing will be used to identify the number of membranes that must be replaced and develop a membrane loading arrangement. Kimley-Horn staff will coordinate with the Contractor' s personnel during vessel profiling, analyze this data collected by Contractor, and develop the membrane loading arrangement which includes identifying the number of new membranes required. Observation and coordination with operations staff and contractor will be provided by a field engineer. Total observation time is anticipated to be approximately 240 hours. This is based on approximately 8 hours per week of field observations for seven months of activity. The Consultant's visits will be for the purpose of endeavoring to provide the Client a greater degree of confidence that the completed work of its Contractors will generally conform to the construction documents prepared by the Consultant. The Consultant neither guarantees the performance of Contractors, nor assumes responsibility for any Contractor's failure to perform its work in accordance with the Contract Documents. Work that the Consultant believes does not comply with the Contract Documents will be brought to the attention of Indian River County Utilities and the Contractor. The Consultant shall have no responsibility for any Contractor's means, methods, techniques, equipment choice and usage, sequence, schedule, safety programs, or safety practices, C:\M DM Files\South RO Plant Upgrades to Restore Capacity-rev9.doc Page 5 nor shall the Consultant have any authority or responsibility to stop or direct the work of any Contractor. A punch-list will be prepared for the items that need to be completed for final closeout of the project. The Consultant will perform two site visits with the Contractor to review the status of the completion of these punch-list items . Prior to loading new membranes, on-site testing and debugging of the control logic will be conducted by the Contractor. On-site testing will also be conducted by the Contractor after the higher capacity membrane feedwater pumps and RO train modifications are completed. Consultant will observe on-site testing of the automated operation of one of the trains to verify proper operation following completion of construction by the contractor. After completion of testing on the first train to be performed by the Contractor, the revised operating values will be used to verify operation of the other three trains. Once new membranes are loaded, one train at a time, retesting of each train will be conducted by the Contractor and operating parameters tuned to optimize operation. These values will be utilized and applied to the remaining trains. Proper operation of each additional train will be confirmed by the Contractor. SCHEDULE An overall project schedule is provided as Exhibit 1 . It is anticipated that installation of new membranes can commence in late January 2007. FEES We will provide these services in accordance with our Continuing Services Contract Agreement for Professional Services dated April 6, 2004 with Indian River County. The Consultant will provide these services for a Lump Sum fee as follows : Task No. Task Task Fee Task 1 Prepare Documents/Scope of Work for S191100 Membrane System Upgrades Task 2 High Service Pumps Design $58 , 700 Task 3 Coordination and Procurement $ 9, 800 Task Permitting $ 15,600 Task 5 Services During Construction $65 ,300 Total Lump Sum Fee = $168,500 Additional Services : This Scope of Services does not include the following elements for this project that may be required depending on circumstances that may arise during the execution of this project . Some elements that may be considered additional services are mentioned herein. Additional services include, but may not be limited to the following: • Upgrade to the existing generator and auxiliary power system is not expected but can be provided as an additional service. With upgrades to the existing lift station 489 with a C:\MDM Files\South RO Plant Upgrades to Restore Capacity-rev9.doc Page 6 new generator, this load can be shed from the water plant generator, allowing adequate capacity for the addition high service pumps. • Bidding beyond what is described herein • Updating capacity analysis report is not included • Modifications to the concentrate disposal capacity and/or quality is not included under this scope but can be addressed under a separate work order. • Upsizing of wells or pumps is not included under this scope. C DM Files\South RO Plant Upgrades to Restore Capacity-rev9.doc Page 7 Table 1 Summary of South RO Plant Operating Systems Evaluation PrioriPnion of Ordery Recommendation Action Tpr bable Costs Remarks 1 Additional Well Ca aci Confirm individual capacity of 1400 gpm for each Raw water capacity = $,93 mgd w/ P ty well largest O/S Provides 7.6 mgd MDF N/A treatment capacity ONLY . See Note I 1 Replace Tune-up Valve Repaired. Replace w/ electric actuator $10,500 1 Install 1 st stage permeate control valve Contract work Restores train configuration to $30,000 membrane projections 1 Install profiling valves Contract work $35,000 Replace 24 valves with lug style valves and extend Existing membranes limit plant to $,4+ 1 Replace interstage BF valves g cleaning piping $60,000 mgd-membrane capacity, these Replace Membranes including Identify extent of bad membranes prior to replacement improvements will provide upgrade to la installation ( 1 , 152 total @ $515/element) $635,000 6.0 - 7.0 mgd 2 Inspect MBP and replace impellers Send pumps out and replace individual impellers Provides additional capacity $45,000 2 Modify train capacity to 1 .75 mgd @ increased recovery of 85% 2 Upgrade High Service Pumps Purchase 3 3250 gpm, 150 hp pumps/motors Plant currently limited to 6.9+/- mad $ 130,000 2 Upgrade High Service Pump VFD's Upgrade starters with 3 new VFD's $210,000 capacity w/ largest O/S . See Note 2 Relocate acid injection to raw water 2 blend, extend Fluoride & corrosion Relocate existing static mixer, modify piping, extend inhibitor to clearwell acid supply to IJ point $51,000 3 Provide additionalermeate saddle to None - costly, since permeate header must be P P modified also $0 No action Total Estimated Construction Cost = $ 15206,500 Contingency (20%) _ $241,300 Total Estimated Construction Cost (w/ Contingency) _ $ 1,4479800 Engineering (Includes Design, Permitting, Procurement, & Construction Services - 12%) _ $ 168,500 Total Project Cost = $1 ,616,300 Note t : PBS&J Master Plan recommended additional seventh well Note 2 : PBS&J Master Plan recommended 3 new pumps and starters @ $ 1 .350 million Kimley-Horn and Associates, Inc. Priority Matrix - rev3.xls 9/1 /2006 Exhibit 1 Opinion of Schedules South RO Plant Capacity Upgrades Months Aug Sept Oct Nov Dec Jan '07 Feb Mar April May June Project Task Prepare R&R Documents Permitting Bidding RO Train Modiflcations Order Equipment Rehab MB Pumps (5) Install profile valves ( 192) Install control/BF valves rofile trains and define replacement scheme Order new membranes Test RO trains w/ new equipment/upgrades Install new membranes Clear for operation High Service pumps Order (2) pumps , motors , VFD's, mat'I Install pumps/motors and VFD's Modify existing pump and shelf spare Startup/operational testing Clear for operation Priority Matrix - rev3.xls 9/1 /2006