Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2000-201
• r • IV. Compensation for Services Task 1300 - Engineering Services for Well Rehabilitation South County WTP $181,800 Upper Limit Contingency Services $25,000 Upper Limit (requires approval by County staft) Compensation for Task 1300 is to be paid on a salary cost basis plus other direct costs on an as -needed basis. (See Attachments B-1 and B-7.). A. Salary Cost Basis with Upper Limit For the Basic Services performed on a salary cost basis with an upper limit, PW 132 V , rl S. ATTACHMENT A ENGINEERING SERVICES WORIZ AUTHORIZATION DATE: WORK AUTHORIZATION NO. 13 FOR CONSULTING SERVICES COUNTY NO, CAMP DRESSER & McKEE INC. CDM PROJECT NO. (consultant) L Project Description Provide engineering services to implement well rehabilitation plans for six wells at the South, County Water Treatment Plant (WTP). IT. Scope ofServices Phase II engineering services implement the well rehabilitation plan formulated as a result of detailed investigation of the site well system completed in Phase I (Work Authorization No. 11) for the South County WTP. The detailed scope of services and the work plan for well rehabilitation are attached. M. Consulting Engineer Insurance Requirements A. Workers Compensation Insurance in accordance with Florida Statutes. B. Comprehensive and Automotive Liability with a minimum coverage of $100,000/$300,000 per occurrence for bodily injury or accidental death. C. Comprehensive General Liability with a minimurn limit of $100,000/$300,000 covering property damage. D. Liability for Property Damage, while operating motor vehicle, with minimum limits of $100,000 per occurrence. E. Contractual Liability including limits established for Items IIIB, C, and D above. F. Umbrella coverage, excess liability with minimum limits of $100,000 per occurrence, IV. Compensation for Services Task 1300 - Engineering Services for Well Rehabilitation South County WTP $181,800 Upper Limit Contingency Services $25,000 Upper Limit (requires approval by County staft) Compensation for Task 1300 is to be paid on a salary cost basis plus other direct costs on an as -needed basis. (See Attachments B-1 and B-7.). A. Salary Cost Basis with Upper Limit For the Basic Services performed on a salary cost basis with an upper limit, PW 132 40 40 40 40 IRC agrees to pay CDM as follows: For engineering services performed by CDM, the payment will be equal to the salary cost of such services for each employee times 2.3 for overhead and profit plus actual out-of-pocket expense costs. Salary cost is equal to 1.393 times direct galary costs and is defined as the cost of salaries, (including sick leavd, vacation, and holiday pay applicable thereto)' for time directly chargeable to the project; plus unemployment, excise, and payroll taxes; and contributions for social security, employment compensation insurance, retirement benefits, and medical and other group insurance benefits, Actual out-of-pocket expense costs are all costs other than salary costs that are incurred during the progress of the work. The actual out-of-pocket expense costs include: air fare, automobile rental if required, mileage charges, parking tolls, taxi, meals, lodging, telephone, printing and reproduction costs, and other miscellaneous costs incurred specifically for this project. The maximum cost for blueprint sheets is $1.10. The maximum cost for mylar sheet is $11.00 and a sepia sheet is $5.00. The charges for in-house computer program and word processor usage will be at CDM's regular rates. For outside computer services, charges will be made at invoiced cost to CDM. For the basic services performed on a salary cost basis with an upper limit, IRC agrees to provide q written request before work is started by CDM. SUBMITTED BY: APPROVED BY: CAMP DRESSER & McKEE INC. (Consultant) By E. Lawrence Adams, Jr., P.E. D.E. Vice President Date 300A 19 ,ZoaC Witness: County Attorney Approved at to Form and legal Sufficiency INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS By yvyV Commissioner Carol i ne Cti� nn Vice Chairman Date._ June 20, 2000 Attest: Jeffery K. Barton, Cle trcuit Court Deputy Clerk, PATRICIA M. RIDC, I Y JA ES E. C�R,ADMINISTRATOR 1b3u2 Utilities 4D 4W 40 40 ATTACHMENT B SCOPE OF WORK Task 1304 - ENGINEERING SERVICES FOR WELL REHABILITATION SOUTH COUNTY WATER TREATMENT PLANT Background The South County Water Treatment Plant is approximately 18 years old. Raw water is supplied by six wells constructed into the Floridan Aquifer. The depth of the wells reportedly ranges between 600 and 700 feet below ground surface. Wells 1 through 3 were the initial wells constructed with the original plant. Wells 4 through 6 were installed at a later expansion to the facility. Potential problems with the wells were identified by County operation staff through the degradation in the performance of the cartridge filters upstream of the reverse osmosis treatment units. County staff were required to change the filters approximately once every six months under normal operating conditions. Performance life of the filters has been much less in the last six months to a year due to clogging by a form of bacteria. Phase I engineering services (previous Work Authorization No. 11) included investigating the physical and mechanical condition of the existing six wells which provide raw water to the plant. CDM worked with County staff, as necessary, and performed the following tasks/items: r Field visit well sites to determine physical conditions of equipment, piping and the wells. ■ Review available water quality and operation data for the wells and treatment facility, d Recommend immediate improvements and/or additional water quality sampling. v Fonnuiate a work plan for rehabilitation of wells. The work plan was submitted and reviewed by County operation staff and is included as Attachment C. This work plan is the basis of the scope for engineering services to be cowered in this work authorization (Phase II). Services Phase Il services incorporate the necessary rehabilitation efforts for the existing six wells at the facility. This effort entails subcontracting with a licensed well contractor to perforin the field work along with coordination efforts by CDM staff as described in Attachment C. Additional services are included for investigation of the well electrical system in regards to emergency operation procedures in the event of power failure. Three wells are currently connected to the facility's onsite generator. This investigation will evaluate costs associated with connection to the existing system, portable generator purchase, and permanent well generators for the remaining three wells. Design services of the most cost effective/option is also included. ,bsas± CI 40 40 Services described as optional or unknown in the work plan in Attachment C, including flow meter replacement, pump repairs, etc., would be included in Contingency Services allowance. Work in this .area would be conducted only upon formal approval by Utilities Department personnel up to $25,000 total amount, M -MN C-] i w r ATTACHMENT B-1 TASK 1300 PROJECT BUDGET ENGINEERING SERVICES FOR WELL REHABILITATION SOUTH COUNTY WATER TREATMENT PLANT PROJECT DESCRIPTION: Maintenance Program. for Well Numbers 1 through 6 Category Hours Total Officer 12 Principal/ Associate 50 Senior Professional 144 Professional lI 256 Professional I 88 Senior Support Services 2 Staff Support Services (Drafting) 12 Project Administration (Clerical) 40 604 Direct Salary Cost $18.13 Indirect Salary Cost (Fringe Benefit 0.393 x Direct Salary) $7,127 127 SALARY COST $25,261 Salary Times Multiplier (2.30) $58,100 OUTSIDE PROFESSIONALS Well Contractor $110,000 Electrical 10,000 $120,000 OTHER DIRECT COST Copying and Printing $800 Compute/ CADIZ 500 Postage and Shipping 7010 Travel 9001 Telephone 800 TOTAL OTHER DIRECT COSTS $3,700 TOTAL ESTIMATED ENGINEERING FEE (UPPER LIMIT) $181,800 IMIN � db 40 40 JCD« $ c F- 0 / �. a � ° CL � £ o=/ o 0 o c c o � J cn 6 0 . \ p c= c a c R o N n m 2 s o® a$ i e e E 7- m 2 f0 0a a m c « w _ � W # • k a A ] f % 2 § 2 m k 0 0 3 ° {t K - 2 .) \ e C1 CA 40 i ATTACHMENT C Work Plan for South County Reverse Osmosis Water Treatment Plant Well Maintenance Program for Well Numbers i, 2, 3, 4, 5, and 6 May 30, 2000 Background The South County Reverse Osmosis Water Treatment Plant (WTP) is a 8.57 million gallon per day (mgd) treatment facility in Indian River County, Florida. The plant is approximately 18 years old and uses reverse osmosis as its primary form of water treatment. Raw water is supplied to the plant by six wells constructed into the upper Floridan Aquifer. The depths of the wells reportedly ranges between 600 and 700 feet. Well nos. I through 3 were constructed with the plant and reportedly have well screens, Well nos. 4, 5, and 6 were drilled after the initial WTP construction. Each well has an individual flow meter. The WTP has recently required more frequent changing of the prefilters that protect the reverse osmosis membranes. The regular schedule for changing the prefilters is once every three months. Due to clogging of the filters by a whitish yellow bacterial slime, the performance of the prefilters has been degrading rapidly. This situation has deteriorated to the point where the filters are required to be changed as frequently as every four days. WTP staff has isolated each well during normal production operations to help identify which wells are contributing the most to prefilter degradation. The wells that appear to be contributing the most to the filter degradation are well nos. 2 and 3. Due to sand production problems, well no. 6 is run on a limited basis. Water siphons back into the well when it is not pumping indicating that the check valve is not operating properly. The well is outfitted with an air release valve that appeared to be pulling suction through it. No baseline well performance data exists. The only wells that have access ports for the purpose of performing a step drawdown test are well nos. 5 and 6. The engineering firm, Camp Dresser & McKee, Inc. (CDM), was asked to matte a preliminary evaluation of the wells by the County. That evaluation is the basis for this work plan. Staff has requested that each well be investigated since it has been some time since maintenance on the individual wells has been performed. Based on the preliminary evaluation, several areas were identified that require further evaluation. These areas include surface facilities (valves, piping, controls, etc.) and subsurface facilities (casing, screen, pump, etc.) The following work plan discusses the recommended activities to be performed to further evaluate the wells at the WTI'. M02 CJ i C�l Subsurface Facilities Task 1.0 Kickoff\Schedule Determination Meeting A meeting shall be held prior to the mobilization of the contractor to any of the well sites with the Indian River County Utilities Department, Engineer, and the Contractor at the WTP administration building. The purpose of the meeting is to discuss the proposed scope of work, coordination contacts, site constraints, procedural requirements of the County project work schedule determination, and progress review schedule. The assignment of and responsibilities for the various tasks shall also be discussed. Task 2.0 Sample Collection Water samples from each of the six wells shall be collected by the Contractor at least five days prior to the pump efficiency test. This water quality data will be combined with water quality reports supplied by the County, and be used to formulate the proper chemical blend needed to eliminate the risk of formation plugging, casing damage, and chemical interactions. Data obtained from the sampling and the proposed chemical treatment shall be provided to the County and the Engineer at least five working days before treatment is conducted. Task 3.0 Mobilization and Demobilization All equipment, materials, and labor required to conduct the work shall be provided by the Contractor. Included under this task is mobilization of labor, materials, and equipment to the well site, all setups, site preparation, moving, rigging up, maintaining, and demobilization including rigging down, cleaning, and restoring the site to its previous condition. Task 4.0 Access Port Construction The Contractor shall construct an access port in base of the pump motor at well nos. 1, 2, 3, and 4 for the purpose of inserting a water level indicator between the pump column/casing annulus so that specific capacity tests may be performed. The ports of all six wells will be tapped so that a threaded plug may be used to seal the wells. The threaded plug shall be provided by the Contractor. The diameter of the access port shall be sized so that a pressure transducer and 4-20 mA cable can be installed on a permanent. basis on all six wells. Task 5.0 Baseline Well Efficiency Test To establish existing performance conditions, a pump efficiency test shall be conducted before the pump is removed at cacti well. This test is performed to determine pump curve correlation and specific capacity. The contractor shall gather test data including flow rate, pressure, sediment content, static water level, pumping water level, volts, amps, ohms, kilowatts, and vibration level. Information shall be gathered at three separate performance rates. Each well is equipped with a flow teeter. Flow will be directed from the discharge pipe to the ground area surrounding the wells. The existing flow teeters shall be calibrated by either measuring the time it takes to fill a container of known volume or measuring the resistance to flow through an orifice plate. ,b] 02 40 C�] 40 40 Task 6.0 Production Pump Removal and Inspection The pump, motor, and associate column pipe shall be removed from each well and visually inspected. The pump will be sent offsite for additional inspection and maintenance by others. CDM will coordinate the pick up, service, and delivery of each pump and motor. The maintenance fee for servicing of each pump and motor is not included in this proposal. Task 7.0 Pre Treatment Video Survey The Contractor shall conduct an initial downhole color video survey to document existing casing and screen configurations and conditions prior to starting maintenance activities at each well. The camera shall have the capability of both downhole and 360 degree lateral view and shall be equipped with a light to illuminate the well bore. The video survey shall be recorded on VHS videotape format and four copies of the videotape shall be provided to the ;Engineer within five working days of completion of the survey. The video survey shall be used in the selection of the downhole tools to be used and the type of development. Task 8.0 Brushing, Swabbing, and Netting The Contractor shall conduct brushing, swabbing, and jetting of the well casing and screen or open hole (as equipped) at each well. The brush shall be of a spiral constniction for a full 360 -degree contact with the casing or screen and be equipped with a tight rubber swab 24 inches above the brush. The 24 -inch gap shall have four equal intake holes to allow brushing and reverse airlifting in combination without pushing debris back into the production zone. Airlifting shall be applied to remove debris. Jetting shall be performed using a 360 -degree tool attached to a submersible pump capable of operating at 450 gallons per minute at 300 psi at the screen or open hole. The jet tool shall be lowered using 3 -inch diameter tubing, allowing jetting to occur simultaneously (to loosen and clean the gravel or remove residuals from the open hole rock face) and airlift (remove debris and sediment or tighten gravel pack for sand control). During the jet/ airlift procedure, a valve placed on top of the tubing shall be opened intermittently to discharge debris from the well. Task 9.0 Disinfection The contractor shall inject stabilized sodium hypochlorite into the well during the last pass of the jet tool at each well. Concentration, volumes, and pH range shall be determined on a per -well basis. The chemicals shall have a contact time of no less than six hours and no more than 18 hours, The spent disinfection solution shall be properly disposed of offsite or neutralized prior to discharge. Task 9.1 Acidization (Optional) Prior to 'Task 9.0, should it be determined that a well might benefit from acidization, the Contractor may proceed with treatment after receiving written authorization from the Engineer. The written authorization must be received prior to the start of acidization activities. A well undergoing acidization shall be equipped with a sealed wellhead including a pressure gauge, blow -off valve, tank, and Braden head. Acid blends shall consist of hydrochloric, sulfamic, and citric acids plus Well-Klccn concentrate. Percentage of acids to be used shall not exceed 10 percent of the total volume. The acid tW 17 C.1 • Ob M solution shall be mechanically or hydraulically agitated in the well. The acid solution shall be inhibited to prevent unnecessary corrosion of the wells. A large amount of water or a buffer solution shall be present on site to mitigate the effects of a release of acid to the surface from the tivell. The spent acid shall be properly disposed of offsite or will be neutralized prior to discharge by the Contractor. Task 10.0 Airlift/ Development The Contractor shall perform airlift development in two stages. The first stage shall entail using the reverse air method to remove debris and bacteriological sludge from the well. This is done to provide that the debris does not migrate back into the formation, which could further degrade well performance. The second stage of airlift development shall be using the direct air method using an air compressor, Total time for development for both stages at each well is anticipated to be up to 24 hours. Task 11.0 Post Treatment Video Survey To document the physical results of the maintenance activities performed, the Contractor shall perform a color video survey after completion of the development activities. The survey will be recorded on VHS format videotape. Four copies of the survey videotape shall be provided to CDM w'.:hin five working days of completion of the survey. Task 12.0 Post Treatment Specific Capacity Test A three step specific capacity test shall be performed to quantify the improvement in well performance after the maintenance activities have been performed. The results from the test will be used for comparative purposes to determine if further mechanical and chemical treatments (Tasks 8.0 through 10.0 above) are required. The Contractor may supply the pump and motor, discharge piping, and flow measuring equipment on a temporary basis or may reinstall the well's production pump and appurtenances so that a specific capacity test may be performed at each well. Task 13.0 Installation of Production Pump The pump, motor, and well column pipe that is the original equipment for the well shall be installed and tested by the contractor. The Contractor shall provide and install an appropriately sized foot valve designed to prevent back washing of water into the well. After installation, the wellhead will be sealed to prevent contamination from surface water. Task 14.0 Final Well Disinfection The well and appurtenances shall be disinfected under American Water Works Association Chapter 0654 Section 5 guidelines. The County shall be responsible for collecting and analyzing the required bacteriological samples.. Task 15.0 regional Water level Data Evaluation In order to provide a context in which to evaluate the individual well test data, regional water level data will be compiled and evaluated. The Engineer will review the regional monitoring well network and obtain available water level data for the past 10 years for up to three wells to establish a baseline to evaluate well performance. Trend graphs will be constructed that may be used by the County for comparison purposes. (b.1 132 �--A Task 16.0 Report A report will be generated that summarizes the rehabilitation activities performed on each well. Included in the report will be an evaluation of pre and post rehabilitation results and of the regional water level trends. Surface Facilities Task 1.0 Electrical Evaluation An evaluation of the electrical components of the controls at each wellhead is recommended. The evaluation should consist of checking each component to make sure it is operating properly. Included in this evaluation will be a logic circuit test, solenoid function test, and motor inspection. Any minor deficiencies identificd shall be repaired. Major deficiencies shall be referred to the County for further action. Task 2.0 Mechanical Evaluation An evaluation of the mechanical features shall be performed. A manufacturer's representative shall evaluate the check valves and air release valves to determine if the valves are operating properly. The Engineer will assist in coordinating the manufacturer's representative visit. A visual inspection of the wellheads should also be undertaken to look for structural integrity, pipe leakage, and cracks in the concrete supports. Task 2.1 Replacement/ Relocation of Wel] Appurtenances The WTP staff have identified a valve on well no. 1 that requires replacement. Staff also suspects that certain flow meters are providing some questionable readings indicating that they may need to be replaced. Additionally, the flow meters for wells 1,2, and 3 are buried below ground, and require construction of a meter vault for proper operation and maintenance. The Contractor shall perform replacement and relocation services on a per hour basis. TIMING; The parties agree that time is of the essence regarding this Contract, and the parties further agree that Task 1.0 will begin within twenty days of County Commission execution, and that Tasks 2-16, take place within 45 -days on a per -well basis, and that no more than two wells at a time be taken out of service for maintenance, except by written permission of the County's representative. The entire work plan in Attachment C, must be completed 0 by December 1, 2000. 10137 4P ab optional Services Except for those items listed as Optional in this scope (i.e., Subsurface Facilities Task 9.1 - Acidizatian), no additional work shall proceed without written authorization by the Engineer. MIM 1 2 3 4 5 6 MDeothffi 12 12 12 12 1fi 16 383 382 280 380 425 425 7{10 740 701 701 722 874 W©11 Ratln m 1400 1400 1400 1400 1400 1400 APO Ratln m 1300 1300 1349 1390 13001 1300 MIM