HomeMy WebLinkAboutCA ES FINAL NO 10 CDM Pace Island & Fleming Oaks WTP Elecrical Improvements EXECUTIVE SUMMARY
AGENDA ITEM:
Proposed Supplemental Agreement (SA) No. 10 with CDM Smith, Inc. to the Civil and Environmental
Engineering Professional Services Agreement 2018/2019 RFQ No. 3, to provide preliminary design and
opinions of probable construction costs for implementation of electrical improvements at the Pace
Island and Fleming Oaks Water Treatment Plants(WTP).
Date: February 02,2023
BACKGROUND:
CCUA staff requests approval of SA No. 10 with CDM Smith, Inc. to provide preliminary design and
opinions of probable construction costs for implementation of electrical improvements at the Pace Island
and Fleming Oaks WTP.
CCUA's Pace Island and Fleming Oaks WTP have aging electrical components, some of which are not
manufactured anymore. To bring the facilities to current standards, CCUA commissioned an electrical and
cu
controls evaluation at both treatment plants. The evaluation report was completed in August 2020 and
m outlined recommended improvements. This SA includes the services required to provide 30 percent(30%)
o design level plans and estimates of the construction costs for electrical upgrades to both treatment facilities.
Also included is the development of 30% design level plans and construction cost estimates for a new
= electrical building at the Fleming Oaks WTP.Results of the evaluation and the 30%design level plans will
be utilized to develop an updated opinion of probable construction costs for use in budgeting in the
ce
capital improvement program(CIP.)
CCUA will receive the 30% design level plans and construction cost estimates within 4 months from the
notice to proceed date.The agreement will be amended at that time to provide final design and construction
phase services for the recommended improvements.
BUDGET:
Staff budgeted 2,195,820 for improvements at both facilities within the FY 23 Capital Improvement
Program(CIP). Staff will update the project budget with information developed during design process.
CCNA:
CCNA,F.S. s. 287.055, does apply to the use of a consultant under continuing contract. The estimated
construction cost for each individual projects not expected to exceed$4 million. Staff negotiated this
Supplemental Agreement in compliance with F.S. s. 287.055. Staff and the consultant negotiated the
scope and fee,based on established contract rates, for the professional services at compensation that
CCUA determines is fair, competitive, and reasonable.
RECOMMENDATION:
Staff respectfully recommends the Board of Supervisors approval of the Supplemental Agreement No. 10
with CDM Smith, Inc. to provide 30% design level plans and opinions of probable construction costs,
for implementation of electrical improvements at the Pace Island and Fleming Oaks Water Treatment
Plants for the lump sum amount of$92,107.00
ATTACHMENTS:
Supplemental Agreement No. 10
CDM Smith,Inc. Proposal dated January 31,2023
//JP(Author)
//AA(Review)
//PS (Final)
Supplemental Agreement No. 10 to Professional Engineering Services Agreement
18/19 No. 3 to provide Professional Engineering Services to provide preliminary design, 30%
design level plans and estimates of probable construction costs for implementation of electrical
improvements at the Pace Island and Fleming Oaks Water Treatment Plants
CCUA Project No. 1106-0098
Engineer: Shayne H. Wood Owner: Clay County
CDM Smith, Inc. Utility Authority
4651 Salisbury Road Suite 420
Jacksonville, FL 32256
Date: February 7, 2023
Item: Description of Services:
Provide professional engineering services as
requested and identified in the attached scope of
services and fee proposal.
Task 1 Preliminary Design Services $74,218.00
Task 2 Project Management, Meetings & Quality Control $17,889.00
-Total Lump Sum Price Not to Exceed Without Prior Authorization $92,107.00
The Contract time shall commence on February 7, 2023. This document, along with the Scope and Fee
Proposal, shall become an amendment to the Professional Engineering Services Agreement and all
provisions of the Agreement will apply hereto.
Accepted by: Date:
Engineer:
Shayne H. Wood, P.E.
CDM Smith, Inc.
Accepted by: Date:
Owner:
Jeremy D. Johnston, P.E., MBA,
Executive Director
Clay County Utility Authority
CLAY COUNTY UTILITY AUTHORITY
CIVIL AND ENVIRONMENTAL CONTINUING SERVICES
RFQ 18/19 NO.3
January 31, 2023
SUPPLEMENTAL AGREEMENT NO. 10
This Authorization,when executed, shall be incorporated in, and become part of the Agreement for
Professional Services between Clay County Utility Authority(AUTHORITY), and CDM Smith Inc.
(CONSULTANT), dated May 28, 2019, hereafter referred to as the Contract.
BACKGROUND
Pace Island Water Treatment Plant(WTP) and Fleming Oaks WTP operate on the same grid serving a
population of approximately 40,000 in the Fleming Island community. Both facilities provide
conventional treatment of raw water from the Upper Floridan Aquifer(UFA) utilizing aeration and
disinfection prior to distribution to the public.
Pace Island WTP is an existing 6.94 million gallon per day (mgd) maximum daily flow (MDF) facility
located at 1851 Royal Fern Lane, Fleming Island, FL 32003.The existing Pace Island WTP consists of two
UFA production wells, a 4,600 gallon per minute (gpm) stand-alone tray aerator tower for hydrogen
to sulfide removal, two 0.53-mg steel ground storage tanks (GSTs), hypochlorite disinfection feed pumps
and storage tanks, a 10,000-gallon hydropneumatic tank, and a high service pump station (HSPS)with
four horizontal split-case pumps including electrical and instrumentation required to operate and
monitor the facility.
Fleming Oaks WTP is an existing 6.15 million gallon per day(mgd) maximum daily flow(MDF)facility
located at 6572 Bahaia Road, Fleming Island, FL 32003. The existing Fleming Oaks WTP consists of three
UFA production wells, a 4,400 gallon per minute (gpm) stand-alone tray aerator tower for hydrogen
sulfide removal, one 0.25-mg steel GST and one inactive 0.579-mg GST, hypochlorite disinfection feed
pumps and storage tanks, a 10,000-gallon hydropneumatic tank, and a high service pump station (HSPS)
with four horizontal split-case pumps including wall-mounted electrical and instrumentation equipment
required to operate and monitor the facility.
The AUTHORITY has requested CONSULTANT submit this Authorization for preliminary design services
for the proposed electrical upgrades and ancillary improvements at both sites ("Project") as described in
the Basis of Design outlined below.
BASIS OF DESIGN
The Pace Island WTP requires improvements to its existing infrastructure which include:
1. Electrical, Instrumentation and Controls Upgrades
The existing electrical equipment, instrumentation, and controls at the Pace Island WTP shall be
replaced and upgraded to meet AUTHORITY water treatment plant standards according to the
AUTHORITY's equipment specifications.The construction shall be phased to maintain
continuous operation of the existing water treatment plant.The contractor shall provide
temporary standby power, electrical connections, controls, etc. as required to ensure
satisfactory operation of the existing facilities.
The existing motor control center(MCC) was discontinued by the manufacturer in 1997. Since
then, modifications have been performed which do not meet UL requirements.The key
components included in the Pace Island WTP electrical upgrades are as follows:
■ New ATS with door mounted operator controls. Upgrade source and load feeder
conductors between ATS and downstream circuit breakers.
■ New MCC to replace existing and incorporate provisions for future expansion including
spare conduits.
■ Relocate bypass high service pump selector switches to independent compartment
■ All electrical equipment shall be properly identified with nameplate data affixed outsideor
inside panel.
■ New Remote display unit and selector switch for well pump alternator and SSRV motor
starters.
■ New control wiring for high service pump VFDs elapsed time meters.
■ New Allen Bradley PLC Control panel with HMI and SCADA ready ethernet communications
and new plant control instrumentation.
■ New chemical feed control panel.
to • New site lightning protection system and grounding system.
■ New Arc Flash coordination study for all new power distribution equipment.
■ New NEMA 4X safe off switches at each well pump and replace disconnect switch at Well
No. 1.
■ All new electrical equipment shall be properly identified with nameplate data affixed inside
panel. As-builts and wiring diagrams shall be available locally.
A detailed Evaluation of AUTHORITY Electrical Systems for Pace Island Water Treatment Plant is
included in Appendix A.
2. HVAC and Fuel Storage Evaluation
CONSULTANT will evaluate the existing HVAC system and fuel storage. Recommendations will be
provided in the 30-percent Basis of Design Report.
The Fleming Oaks WTP requires improvements to its existing infrastructure which include:
1. Electrical, Instrumentation and Controls Upgrades
The existing electrical equipment, instrumentation, and controls at the Fleming Oaks WTP shall
be replaced and upgraded to meet the AUTHORITY's water treatment plant standards according
to the AUTHORITY's equipment specifications.The construction shall be phased to maintain
continuous operation of the existing water treatment plant.The contractor shall provide
temporary standby power, electrical connections, controls, etc. as required to ensure
satisfactory operation of the existing facilities.
Many of the existing panels responsible for the main power distribution elements are
inadequately protected from upstream currents. Panelboards and branch circuits inside the
WTP are not properly identified and motor controls for the wells are separated from their
respective motor starter enclosure. A new PLC control panel will be required that can
provide complete monitoring and control of all WTP equipment. The key components included
in the Fleming Oaks WTP electrical upgrades are as follows:
■ Upgrade power distribution feeders from the ATS to the main power distribution panel
inside the WTP.
■ New Main Power Distribution panel sized to match existing service entrance main breaker.
■ New Motor Control Center(MCC)to replace existing electrical equipment and incorporate
provisions for future expansion including spare conduits. New MCC to have a 400 Amp
feeder breaker for the wastewater treatment plant.
■ New PLC Control panel with HMI and SCADA ready ethernet communications and new
plant control instrumentation.
■ New site lightning protection system and grounding system.
■ New Arc Flash coordination study for all new power distribution equipment.
■ All new electrical equipment shall be properly identified with nameplate data affixed inside
panel. As-builts and wiring diagrams shall be available locally.
A detailed Evaluation of AUTHORITY Electrical Systems for Fleming Oaks Water Treatment Plant
is included in Appendix B.
to 2. Civil, Structural and Architectural Evaluation
CONSULTANT will evaluate the existing high service pump and electrical building to determine
feasibility to install the new electrical, instrumentation and control equipment within the limited
space. Recommendations will be provided as part of the 30-percent Basis of Design Report.
3. HVAC and Fuel Storage Evaluation
CONSULTANT will evaluate the existing HVAC system and fuel storage. Recommendations will be
provided in the 30-percent Basis of Design Report.
Upgrades at both Pace Island WTP and Fleming Oaks WTP will meet AUTHORITY standards and
specifications.
SCOPE OF SERVICES
The following tasks describe the scope of services to provide preliminary design services for the
AUTHORITY.
TASK 1: PRELIMINARY DESIGN SERVICES
The activities associated with preliminary design for the electrical upgrades at both sites will be as
follows:
Task 1.1: Project Kickoff, Data Collection and Review
The AUTHORITY shall provide available survey information, record drawings, control wiring diagrams,
equipment data sheets and O&M manuals, I/O schedules and other pertinent information for review
that has not already been provided. CONSULTANT will perform additional review of data and records
provided to advance the design. Additional information that may be required for preliminary design will
be developed by CONSULTANT as mentioned below in Task 1.2.
After all data is reviewed, CONSULTANT will prepare a conceptual plan along with recommendations for
AUTHORITY approval prior to advancing the design to 30-percent.
Task 1.2: 30-percent Preliminary Design Report (PDR)
CONSULTANT will prepare a PDR for the 30-percent deliverable.The PDR will include the following
anticipated sections for each site with key information and figures including:
■ Project Background and Overview (both sites)
o Establish and Confirm Design Criteria
■ Electrical Building Recommendations(Fleming Oaks only)
■ HVAC Recommendations (both sites)
o HVAC Calculations for Existing and Proposed Heat Loads
to
■ Fuel Storage Recommendations (both sites)
o Evaluation of Fuel Storage Tank Sizing
■ Electrical Basis of Design (both sites)
o Limits of Demolition
o Existing and Proposed Electrical Site Plan
o One Line Diagram
o Preliminary Load Calculations
o Preliminary Conductor Sizes
■ Instrumentation and Control (I&C) Basis of Design (both sites)
o Piping and Instrumentation Diagram (P&ID)
o PLC Panel and Instrumentation Preferences and Recommendations
■ Preliminary Opinion of Probable Construction Cost (OPCC) (both sites)
■ 30-Percent overall Complete Drawings (as listed below in Table 1)
■ List of Anticipated Technical Specifications
CONSULTANT will coordinate with Electrical Subconsultant during this and subsequent tasks:
WD Lassetter, PE—Provide electrical, instrumentation and controls support and technical review (refer
to Attachment A) including attendance of a project kickoff meeting and site visit, quality control (QC)
reviews and meetings for 30-percent preliminary design.
A 30-percent preliminary design review meeting including key stakeholders will be held at the
conclusion of this task.
TASK 2 PROJECT MANAGEMENT, MEETINGS AND QUALITY CONTROL
Activities performed under this task consist of those general functions required to maintain the project
on schedule, within budget, and that the quality of the work products defined within this scope is
consistent with CONSULTANT's standards and the AUTHORITY's expectations. Specific activities included
are identified below:
Task 2.1: Project Management
CONSULTANT will provide project management to administer the production of work in accordance with
the Authorization scope, budget, and schedule.This task also includes planning/kickoff, internal monthly
project status review, periodic internal team progress and closeout meetings.
Task 2.2: Project Quality Control and Technical Reviews
to
CONSULTANT will perform the work in compliance with its quality management system (QMS)
requirements. The CONSULTANT's QMS requires appropriate quality assurance (QA) and quality control
(QC) activities for each type and phase of project. CONSULTANT will conduct QA/QC activities as
appropriate throughout the execution of the Project including initial project quality management
planning, senior technical reviews, and intra-and inter-discipline quality review checking. CONSULTANT
will perform a 10-percent and 30-percent technical review committee (TRC) meeting prior to issuance of
the final deliverable.
FORMAL DELIVERABLES
Task Description Format
Task 1.2 30-Percent PDR and OPCC *.pdf
ASSUMPTIONS
1. CONSULTANT has assumed the following sheets will be required for the Project(required
sheets are bold):
Table 1-Anticipated 30-Percent Preliminary Design
Figure No. Figure Title
Figure 1-1 Pace Island WTP One Line Diagram
Figure 1-2 Pace Island WTP Demolition and MOPO Plan
Figure 1-3 Pace Island WTP HSP Building Electrical Plan
Figure 1-4 Pace Island WTP HSP Building Electrical Equipment Elevations
Figure 1-5 Pace Island WTP Well Pump Electrical Plan
Figure 1-6 Pace Island WTP Piping and Instrumentation Diagram
Figure 2-1 Fleming Oaks WTP Site Plan
Figure 2-2 Fleming Oaks WTP One Line Diagram
Figure 2-3 Fleming Oaks WTP Demolition and MOPO Plan
Figure 2-4 Fleming Oaks WTP HSP Building Electrical Plan
Figure 2-5 Fleming Oaks WTP HSP Building Electrical Equipment Elevations
Figure 2-6 Fleming Oaks WTP Well Pump Electrical Plan
Figure 2-7 Fleming Oaks WTP Piping and Instrumentation Diagram
The above list of anticipated sheets results in a total of 13 total sheets for the proposed
electrical upgrades for both Pace Island WTP and Fleming Oaks WTP.
2. There are no changes to the existing permitted water treatment process. No analysis of water
quality or modifications to the existing water treatment process is part of this authorization.
to
3. Hydraulic modeling of the distribution system is not included.
4. The electrical improvements will not change the service size.
5. The existing air compressor is assumed to be sufficient, and no modifications are proposed to
the existing hydropneumatic tank.
7. The design portion of this project is budgeted based on an 4-month design schedule from
project start through the 30-percent PDR. Requests to expedite schedule received
subsequent to project kickoff may require additional resources negotiated through an
amendment to the existing authorization.
8. The project kickoff meeting will be held in person at the AUTHORITY administrative office, all
other design review meetings will be held virtually using video and teleconferencing as
appropriate.
9. The AUTHORITY shall provide available survey information, record drawings, control wiring
diagrams, equipment data sheets, O&M manuals, I/O schedules and other pertinent
information for review that has not already been provided.
10. Design criteria and P&ID will be fixed after the 30-percent PDR review meeting with
AUTHORITY.Any significant changes to design direction or substantial modifications will be
discussed with AUTHORITY including implications to scope, schedule, and budget. AUTHORITY
will be notified in writing of all changes to the baseline scope, schedule, or budget,
established in the 30-percent PDR.
11. Preliminary design for the 30-percent PDR is based on up to 13 drawing sheets as outlined in
Table 1 and the list of specifications will be based on the 50 Division CSI Master Format.
TIME OF COMPLETION/SCHEDULE
It is anticipated that the work will take 4 months to complete, starting within two weeks of receipt of a
formal notice to proceed (NTP). The estimated schedule by task is shown below. CONSULTANT will
prepare an updated, detailed schedule within the first 30 calendar days after NTP.
Task Description Duration (from Start)
1.1 Project Kickoff, Data Collection and Review 1 month
1.2 30-percent Design PDR 3 months
2 Project Management, Meetings and Quality Control 4 months Total
COMPENSATION AND PAYMENT
to
CONSULTANT will complete the base services described in Tasks 1 and 2 in this Supplemental
Agreement on a lump sum basis for$92,107, as shown in the fee estimate in Attachment B. Invoices will
be submitted monthly based on the percentage of work complete during the billing period. Lump sum
compensation will be for labor, subconsultants, and other direct costs associated with the performance
of the work. For invoice purposes only,the value of each task is as shown in Table 2 below.
Table 2 Task Value for Invoice Purpose Only
Task Description Value
1 Preliminary Design Services $74,218
2 Project Management, Meetings and Quality Control $17,889
Total Lump Sum Amount= $92,107