Loading...
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