Loading...
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