BIOSOLIDS TREATMENT IMPLEMENTATION PROJECT
,~- ~,-
CITY OF CLEARWATER
PUBLIC WORKS ADMINISTRATION
WORK ORDER INITIATION FORM
Date: April 21, 2003
Project Number:
City Project Number:
1. PROJECT TITLE: BIOSOLIDS TREATMENT IMPLEMENTATION
PROJECT
2. SCOPE OF SERVICES:
See Attachment A.
The design plans shall be compiled using one of the following two methods: 1) The City
Of Clearwater CAD standards, as attached, 2) Pinellas County Survey CAD standards for
survey base map and City Of Clearwater standards for the design portion in the
appropriate portion of the Final Design Phase to be negotiated upon completion of the
Preliminary Design Phase.
3. PROJECT GOALS:
The intent of the Biosolids Treatment Implementation Project will be to improve
biosolids treatment processes at the Marshall Street and Northeast Advanced
Pollution Control Facilities (APCFs), to enhance and improve disposal options and
flexibility, to promote biosolids reuse and energy recovery, and to reduce operating
costs as feasible at existing facilities.
The work products to be provided with this Phase I (preliminary design phase) of the
project include up to 6 copies of the draft and final preliminary design report,
prepared per the Scope of Services.
Future Phases include the final design services in Phase II, and the resident
engineering and engineering services during construction and startup in Phase III, to
be negotiated at the completion of Phase I, subject to availability of funding.
Another future related project may consist of dewatering system improvements and
thermal drying, but these elements are not included in the current scope.
4. BUDGET (ENGINEER'S COMPENSATION):
The budget for this Phase ofthe project is $101.297. This price includes all labor
and expenses anticipated to be incurred by Parsons for the completion of these
tasks, on a lump sum basis. A breakdown of the estimated cost for each task of
the scope of services is provided in Attaclunent B. Permit application fees will be
paid by the consultant and invoiced to the City as a reimbursable under future
Phase II for Final Design.
City of Clearwater Expense Code: 343-96611-561300-535-000
5. SCHEDULE:
The Phase I project is to be completed 150 calendar days from issuance of notice-
to-proceed. The project deliverables are to be phased as follows:
Draft Preliminary Design Report 120 calendar days
Final Preliminary Design Report 150 calendar days
6. STAFF ASSIGNMENT (Consultant):
Loren Furland, P.E.
Steve Edmondson
Steven A. Schaefer, P.E.
Loren Jones, P.E.
Viraj deSilva, Ph.D., P.E.
Sam Hobi, P.E.
Roy Gjertson, P.E.
Reine Liedtke, P.E.
Dan McCarthy
Project Director
Project Manager
Project Engineer
CivillMechanical Engineer
Process Engineer
CiviVStructural Engineer
Structural Engineer
Electrical Engineer
Instrumentation and Controls
7. CORRESPONDENCE/REPORTING PROCEDURES:
Consultant's project correspondence shall be directed to Loren Furland, P.E. All City
project correspondence shall be directed to Thomas Fears, P.E. with copies to others as
may be appropriate.
8. INVOICING/FUNDING PROCEDURES:
Invoices shall be submitted monthly to Marty Pages, 100 S. Myrtle Ave., #220,
Clearwater, Florida 33756-5520 or P. O. Box 4748, Clearwater, Florida 33758-4748, for
work performed. Invoices will be prepared monthly as a percentage of the lump sum
corresponding to the percentage of the scope of services completed, and in accordance
with a progress report to be provided with each invoice. Contingency services will be
billed as incurred only after written authorization is provided by the City to proceed with
such services.
City Invoicing Code: 343-96611-561300-535-000
9. ENGINEER CERTIFICATION:
Parsons Engineering Science, Inc., will certify as a licensed Professional Engineer,
registered in accordance with Florida Statute 471 (481), that the above project's preliminary
design report meets or exceeds all applicable design criteria specified by City municipal
ordinance, State, and Federal established standards. We understand that it is our
responsibility as the project's Professional Engineer to perform a quality assurance review
of these submitted documents to ensure that such documents are free from errors and/or
omISSIOns.
This certification shall apply equally to any further revision and/or submittal of plans,
computations, or other project documents, which we may subsequently tender.
10. SPECIAL CONSIDERATIONS:
Not applicable
PREPARED BY:
APPROVED BY:
!~ f, (..wf~!sft$
,
'"
'~/~~( cr-
Parsons Engineering Science, Inc.
Loren P. Furland, P.E.
Project Director
Michael D. Quillen, PE
City Engineer
City of Clearwater
~f /0.1
~_ 30 -CJ-S>
Date
Date
APPROVED BY:
~~
.:..---
Parsons Engineering Science, Inc.
S. Bijoy Ghosh
Vice President
O~'OI.O~
Date
~ "
~:~leRrwater
~~
u~
PARSONS ENGINEERING SCIENCE,INC.
ATTACHMENT A- SCOPE OF SERVICES
Date: 4/21/03
City Project No:
MIC Project No:
1. Proiect Title: Biosolids Treatment Project Implementation
2. Scope of Work:
SUMMARY
The City has initiated the use of primary clarification and primary sludge removal as the
mechanism to meet the new effluent limits imposed by FDEP related to copper levels. This
change in operation requires the old anaerobic sludge digesters to be rehabilitated and
reactivated to provide residuals stabilization prior to disposal. In addition to assisting with the
control of copper levels in the effluent, the operation of the digesters will achieve a volume
reduction of sludge for disposal by up to 40 percent. Thus the City could reduce its hauling and
disposal costs by an equivalent percentage. Biosolids from the three facilities are currently
contracted for hauling, off-site treatment (by alkaline stabilization) and disposal.
Further, residuals from the Marshall Street APCF and the Northeast APCF are dewatered and
hauled away for stabilization and disposal by the disposal contractor. Residuals from the East
APCF are thickened and hauled to the Northeast APCF and dewatered (with sludge produced on
site) at the Northeast Facility. The existing belt presses used to dewater sludge at both the
Northeast and Marshall Street APCF produce an average cake dry solids content of
approximately 14 percent. Another phase of the project may be added in the future, within
funding limitations, to improve the dewatering and add a thermal drying system, but this is not
included in the current scope of work.
With the needed rehabilitation of the existing digesters that have been inoperable for many years,
and the potential to reduce volume of material for disposal, the City is considering implementing
the changes at the Marshall Street and Northeast facilities. This project includes execution of
engineering services in two phases. Phase I will includes the preparation of a preliminary design
report to finalize the requirements for full implementation, to refine the construction cost estimates
of the required improvements, and to verify the impacts to the City's operating costs, The scope
of engineering services is outlined as follows:
SCOPE OF SERVICES
PHASE I - PRELIMINARY ENGINEERING
TASK 1- PRELIMINARY DESIGN REPORT
1. Meet with City Staff to review project goals, scope of services, project schedule, and
administrative issues.
2. Assist the City in selecting tank-cleaning companies to conduct cleaning of the existing
digesters. The Engineer will prepare a Scope of Work for the tank cleaning effort
required, The Engineer shall recommend if tank cleaning should be contracted
separately by the City, or if it should be performed as part of the general construction
10f3
contract for digester rehabilitation. If separate contracting for tank cleaning is
recommended, the City will contract separately for tank cleaning with the third party
Contractor identified. If it is determined that tank inspections should occur prior to tank
cleaning, and that tank cleaning should occur during digester rehabilitation construction,
the City will remove each digester from service and empty the tank contents to the extent
feasible for digester rehabilitation design inspection. Coordinate tank inspection while
systems are out of service to ascertain the degree of tank and piping rehabilitation. The
information obtained will be utilized to develop design requirements and to update
estimates of construction cost. If it is recommended that tank cleanings and inspections
should occur during construction, provide cost estimates and design basis based on best
available information and knowledge of City O&M Staff.
4. Develop background drawings, in Autocadd, in accordance with attached requirements of
the City for the digester mechanical rooms, digesters, and area site plans for illustration
of proposed improvements utilizing Record Drawings of the facilities.
5. Conduct research with manufacturers of major equipment components (heat exchangers,
pumps, tank mixers, digester covers, low pressure gas storage covers and equipment,
high pressure gas storage tanks and equipment, gas compressors, digester gas fired
engines and engine generators, mechanical and gas mixers, gas scrubbers) to be
considered for final design. Provide a summary of the features of competitive equipment
to be recommended to City staff, and upon City Project Manager approval, use this
equipment as the basis of design of the improvements.
6. Evaluate equipment arrangements for the existing buildings. Provide schematic layouts.
7. Determine building revisions that may be required to house new equipment and/or house
equipment controls. Provide schematic layout of modifications.
8. Develop estimates of methane gas production and determine requirements for gas
treatment, gas storage, gas compression, and potential for use as fuel source for thermal
dryers, new digester hot water boilers and digester gas fired engines or engine
generators. Identify equipment sizing and preliminary configuration. Evaluate and
compare both low and high pressure gas storage and recommend the best type or
combination for City needs.
9. Prepare preliminary sizing and calculations for the systems to be included in the final
design.
10. Develop preliminary requirements for site/yard piping to operate the digesters in series
and parallel for operational flexibility.
11. Develop requirements for control and monitoring of system operation and requirements
for system automation. Determine interfaces to in-plant SCADA system being developed
by others,
12. Summarize complete functional projects as components of the overall plan. Estimate
capital costs, operating costs and/or savings as most feasible to determine.
13. Investigate and recommend alternative project delivery systems, if they can be shown as
beneficial to City needs, for implementation of the biosolids treatment project.
14. Prepare an implementation plan for the selected project delivery method and keeping
facilities in service during construction as required to meet permit conditions,
20f3
- ,.
15. Prepare an update of estimated construction costs based on the preliminary design
information developed. Also update sludge generation/handling costs with the proposed
improvements and provide cost analysis of operations upon completion of the projects
based on these refined costs.
16. Investigate sources of outside funding of improvements, including funding from U.S. EPA
previously committed to the City, new funding from U.S. EPA, and State Revolving Fund
loans. Discuss with City staff, include results in Preliminary Engineering Report and
recommend attractive funding sources, including application requirements, schedule
impacts, and special requirements impacting projects implementation.
17. Prepare and submit a draft Preliminary Design Report that will outline the details of the
design of digesters, digester gas handling and use, and associated improvements at the
Northeast and Marshall Street APC Facilities.
18. Respond to comments by the City and incorporate appropriate revisions into the final
report.
19. Conduct review meetings with the City on a monthly basis or periodically to maintain
communications between the project team. Provide minutes of these meetings, which will
document project progress, with summaries to accompany ENGINEER'S invoices as
monthly reports.
CITY RESPONSIBILlTES
· Provide sludge metals testing records for dewatered sludge.
· Provide record drawings and design/operations/permit information concerning the
existing facilities.
PHASE II FINAL DESIGN SERVICES
To be negotiated and authorized in accordance with successful performance of Phase I
work and availability of funding.
PHASE '" RESIDENT ENGINEERING AND ENGINEERING SERVICES DURING
CONSTRUCTION AND STARTUP
To be negotiated and authorized in accordance with successful performance of Phase II
work and availability of funding.
30f3
PARSONS
TASK LISTING
TASK 1 - Preliminary Design Report
~:_~i.C.~:?.fr..~.,=t.i~!;..~.i~~Ei.tr...~t...f.f............................................................
~.~s.s..is.!s:i.tY..i~.':~.is.~i~lL~.i8~.s.t~r..t~.~.~..c.!...~.~i".8... ........ ...... ........... ...
3. Develop background drawings/site plans
4. :~~~i.~:~~~:~~:~~:~~:r~~~~r...r...~(~~i~~:~9.~iP.,~~~i.::::...:':::::::..:::::::.:::::::::.:: ...
5. Evaluate/provide equipment layouts
~;:~~~:~~~~:~~~::~~:~!~~:~:~~:!~~:~:~::~?:~::~:~~::~~~:~P.~~~~Z:~~~!~~i~:..:::"::::::::::::::::
7. ~!?~.~.~~.~.f.;.~:!~.~~~..~~.~..p.~~~~~.!.~~.~:..~~.~~.~~,~.!:..~.!~~~.~~.~~~~~.~.!:.~......... ... .....,..............
8 Prepare preliminary calculations for the systems for final design.
.9: -i5~'~;r~p";~q~i;~;~~.t;"f~;"d'ig;~;;'~P;;~'ti~'~'~i"fie'~'ibiii.tY...-.................. ,......
1O'.-D~~;i-;;p..~;q~i~~;;;-~;;.~.'f~;..;y~ie;:;;..~~.i.~;:;;.~.ii'~;;j.;;;~~i.i~;i~i..................
li::~~:~:~~~~::~~~:p.:!~~i.:!~:~~!i~~~Lp.:~~i.~~::.::::::::::.::::::::::::::::::::::::::::::::::::::::::::::::
12. Investigate/recommend alternative project delivery systems
1 4.:~~i.P'~:~~:~~~::i~p':!~:~~:~:~!i~~::p'!~~::::::::::::::::::::..::::..:::::::::::::::::::::::..:::::::::::::::::::::::...
~:r.;~~;i~i.;~::~;'~~~~;~;t;~i.;~~7.;'~i!i.:.:"::::.".:::::::::::::::::::::::..::::::::::::::::::::::::::::
1?.:...~....~~.r."!!:".':~~"'Y.~.s.i~"..~...!'.().r:!.................. .........................................
18. Final report.
19.-Moniii'iy.rev.iewmeeiingswiifiifieciiy...................... .................... .. ...
Task 1 Tolal
Altadill Fcc Est.r2.xls
A 1T ACHMENT B- Fee Estimate
for
City of Clearwater
BiosoIids Treatment Project Implementation
Phase I - Preliminary Engineering
BILLABLE LABOR COSTS (CONSTRUCTED 2.96 MULTlPLlERI
Project Project
Director Engineer
CiviVMech
Engineer
Process
Engineer
Structural Instrument. Electrical Designer Tec:~"- Clerical
Engineer Engineer Engineer llOW;WU
Labor
Hours
Labor
Dollars
$164
$142
$88
$114
$128
$146
$135
$91
$64
$54
4 4 ......... ............4........... 4 ...........0............ .............E..._.._ ...........~........... 0 ..............0....._.. _.._..~......... .....J~....... ........~.~~.~4.~..
....O'..........?............6.......... 4 ................0............. ...............~.._...._. ............~......... 0 ...........~........... ..........0........... ........1.~....... ..........~.!.~~~?..
o 1 6 4 6 0 0 48 0 2 67 $6,363
.j...... 2 ........ .... 8 8 .::: :::::::::::::~:::::::::::::::::::::::y:~-=~=: ::::::~:I:::::::::: 0 :::::::::::::~::~=::: :::::::::::~::::::..::::::::::~!::::::: :::::.:J~I!L
1 .... 2 ...... ......6............. ...........~.......................s........................1............. ............!............ .........~......... .............~_...... ...........0........... ......~!...... ..........~:~.6...
1 ....... .... 2 .......... 6 6 ................~......... ............_~_........ ...........~........ 24. .............~.___ ...........0........... ........:??....... .......~~~o..?..
2 6 8 12 0 2 2 0 0 0 32 $3,813
3
...... .................... ............-.............. .......-................. ........................ .............---.-... ....................
16
Draft,04/11/03
-,
OTHER DIRECT COSTS
FaY/fel Prinl~g
Copymg
Total Task
Cost
Total
$50 $50 $2,192
...........$50 ....................... $50 ::::::::::E~~T
$50 $150 $200 $6,563
.................. $200 $200 .........'$2;371..
$200 $200 ...........$'6:436..
$75 :::::::::::::::::::::: $75 :::::::::::~~~~:.
$150 $150 $3,963
o
49
.......................... ..................... ....................... ................-.. ...........................
$5,848
2.... .. ........~~ 16 0 ........ ............2_....... ..........~.......... 0 ............~_..._.... ..........0....... .. ......~~....... ..........~~??~.. $75 $75..........~.:.8.:?~
. .... 2 ......... 6 ............ ..........~.......................o............. ............~_. _.........~.......... 0 ...........~..._... ..........0............ .......~~...............~~!.~.?.. ..................... $0.........
.... 6 ..............!?........_. ...........~.......................o............. ............~.._...... ..........~......... 0 ......_...~...._.... ........!~........ ......:?~....... .......~:~~.3... ................... ..................... $0 ..........~!
4 10 6 0 0 0 0 0 0 22 $2,460 $75 $75 $2,535
... 8 .............S........ ..........s......... .............2............ ............'2-..... .........2.......... ...........0......... ..........0...-... ...........0.......... .....30..............$3:568.. .................. ....................... $0 -......$3;568..
...........;~........ :::::::::::::~ii::::::::: :~~::::ir~:::::: .::::::::il::::::::: :::::::::~.....::=: =:=r~::' ~ :::::=::f.= ~ :: :::::::::~:~:: $100 :::::::::::::::::::::: $1~~ :=::::~~:
12...........4.0............ .........24.......... ............s......... ...........8--. --......8-....... 36 .....-0-- 40 180 .....$i7;32:2.. $75 $300 $375 ........$1'7,697.
8...........1'2........ 12 .................4............ ..........-.'4..-..- .--....4'....... 12 ............0......-... 24 82......-.$7:9i3 ...........-..... $300 $300 ...........$8:'21'3..
16 ....... ....... 12 ..........i2'............O.......... ...........0.-.... ..-......0-...... 0 .........0.-... 8 64 .. .......$7;759 ................ $0.........$7,759.
99 212 1n 50 55 43 156 0 90 924 $99,297 $900 $1,100 $2,000 $101,297
16
4
4
o
o
o
o
o
2
2
o
1
8
4
2
16
47
........................ .....................-..... -.....-...............
Pille I ofl
$5,698
$150
$150
- lI;~
{Add the following as an Attachment:}
~fllarwater
-~
O~
CITY OF CLEAR\V A TER
PUBLIC WORKS ADMINISTRATION
WORK ORDER INITIATION FORM
ATTACHl\t1ENT "B", cont'd.
DELIVERABLES
The design plans shall be produced on stable-based mylar or vellum material, 24" x 36"
at a scale of 1" = 20' unless approved otherwise. Upon request, the consultant shall deliver
all drawing files in digital format with all project data in Land Development Desktop (LDD)
Rl or R2 format, including all associated dependent files. When LDD is not available, upon
approval by the City Of Clearwater Project Manager, a standard ASCII file can be delivered
with all associated drawing and dependent files. The ASCII file shall be a comma or space
delimited containing code, point number, northing, easting, elevation and description for
each data point. Example below space delimited ASCII file:
POINT # NORTHING EASTING ELEV DESC
284 1361003.838 264286.635 25.00 BeV
or comma delimited ASCII file:
284,1361003.838,264286.635,25.00, BeV (PNEZD)
An AutoCAD Release Fourteen (14) drawing or later drawing file shall be
submitted. NOTE: If approved deviation from Clearwater or Pinellas County CAD
standards are used the consultant shall include all necessary information to aid in
manipulating the drawings including either PCP, CTB file or pen schedule for plotting.
The drawing file shall include only authorized fonts, shapes, line types or other
attributes contained in the standard AutoDesk, Inc. release. All block references and
references contained within the drawing file shall be included. Please address any
questions regarding format to Mr. Tom Mahony, at (727) 562-4762 or email address
tmahony@clearwater-fl.c