Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (94)Temp. Reso. #9731 March 12, 2002 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-94 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE TASK AUTHORIZATION NO. 02-05E WITH MATHEWS CONSULTING, TO PROVIDE ENGINEERING SERVICES FOR A WATER TREATMENT PLANT DISINFECTION OPTIMIZATION STUDY PROVIDING FOR ALTERNATIVE DISINFECTION METHODS IN THE TREATMENT OF DRINKING WATER AND TO ENSURE THE FACILITY WILL MAINTAIN COMPLIANCE WITH EXISTING AND PROPOSED FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) DRINKING WATER REGULATIONS, IN ACCORDANCE WITH THE CITY'S CONSULTING ENGINEERING AGREEMENT AS AUTHORIZED BY RESOLUTION #R-2001-185, IN AN AMOUNT NOT TO EXCEED $47,838.00; APPROVING FUNDING FROM THE APPROPRIATE BUDGETED UTILITIES OPERATIONAL ACCOUNT; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains the 20 MGD capacity water treatment facility located at 7803 NW 61 st Street, Tamarac; and WHEREAS, Recently enacted and future Florida Department of Environmental Protection (FDEP) drinking water regulations, including the new Disinfectants/Disinfection By -Products Rule, Lead and Copper Rule and the future Groundwater Rule, impose stricter standards for water quality and disinfection by-product formation; and 1 Temp. Reso. #9731 March 12, 2002 2 WHEREAS, the Optimization Study will evaluate water quality parameters for the proposed alternative disinfection methods and make recommendations to ensure the facility will maintain compliance with existing and proposed water quality requirements; and WHEREAS, the City requires the service of a consulting firm knowledgeable in this area and capable of providing recommendations for alternative disinfection methods and recommendations for compliance with existing and future regulation requirements; and WHEREAS, Mathews Consulting possesses the required knowledge and experience to prepare a comprehensive Optimization Study of the City's Water Treatment Plant; and WHEREAS, Mathews Consulting has been pre -qualified as an approved consultant for engineering services by the City of Tamarac; and WHEREAS, it is the recommendation of the Director of Utilities that Task Authorization No. 02-05E from Mathews Consulting be approved, executed and funded through the budgeted Utilities Operational account; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to accept and execute Task Authorization No. 02-05E (a copy of which is attached hereto as "Exhibit 1 ") with Mathews Consulting to provide Engineering Services for a Water Treatment Plant Disinfection Optimization Study for a proposed amount not to exceed $47,838.00 and to provide funding from the appropriate budgeted Utilities Operational account. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 1 1 'i1 Temp. Reso. #9731 March 12, 2002 3 THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. SECTION 2: The appropriate City Officials are hereby authorized to accept and execute Task Authorization No. 02-05E with Mathews Consulting to provide engineering services for a Water Treatment Plant Disinfection Optimization Study, in accordance with the City Consulting Engineering Agreement as authorized by Resolution No. R-2001-185 on July 11, 2001, for a proposed amount not to exceed $47,838.00. SECTION 3: The $47,838.00 is approved to be funded from the appropriate budgeted Utilities Operational accounts. SECTION 4: The City Manager, or his designee, be authorized to make changes, issue change orders not to exceed $10,000 per Section 6-156 (b) of the City Code, and close the contract award including, but not limited to making final payment within the terms and conditions of the contract and within the contract price. SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 7: passage and adoption. This Resolution shall become effective immediately upon its Temp. Reso. #9731 March 12, 2002 4 PASSED, ADOPTED, AND APPROVED this 10th day of April, 2002. ATTEST: MARION-SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESJQLUTION as to form. ITCHELL S. N CITY ATTOR RG/JD/db MgL JOE SCHREIBER O- RECORD OF COMMISSION VOTE: MAYOR SCHREIBER A e, DIST 1: V/M. PORTNER 61 e' DIST 2: COMM. MISHKIN Aye, DIST 3: COMM. SULTANOF_Ayei DIST 4: COMM. ROBERTS Aloe, 1 L "EXHIBIT 1" CITY OF TAMARAC Task Order Authorization No. 02-05E Engineering Services for Water Treatment Plant Disinfection Optimization Study DATE: February 25, 2002 PROJECT DESCRIPTION The City of Tamarac owns and operates a 20 mgd capacity water treatment facility which utilizes free chlorine for disinfection of process water prior to distribution. The City is considering alternative disinfection processes, including use of sodium hypochlorite and chloramines for disinfection. Newly promulgated and future Florida Department of Environmental Protection (FDEP) drinking water regulations, including the new Disinfectants/Disinfection Byproducts Rule, Lead and Copper Rule and the future Groundwater Rule, impose stricter standards for water quality and disinfection by-product formation. This Optimization Study will evaluate water quality parameters for the proposed alternative disinfection processes and make recommendations to ensure the facility will maintain compliance with existing and proposed water quality requirements. SCOPE OF WORK The services provided under this authorization will be divided into defined tasks. The following is the description of the tasks to be completed by the Consultant: Task 1— Investigative Phase Subtask 1.1 Conduct workshop with plant operators to review existing facility operations (process parameters, chemical dosage, unit process capacities, pumping capacities, etc.). Conduct physical inspection of plant. Subtask 1.2 Review historical water quality data and develop target water quality parameter list. Provide list of additional water quality testing requirements to the City for completion of optimization study. Subtask 1.3 Review current drinking water standards for the City's system. Establish future drinking water standard requirements and compliance time frames. Establish water quality goals and objectives for City's system. Task 2 — Field Testin Subtask 2.1 Conduct field testing consisting of jar tests to determine chlorination requirements. Tests shall be conducted with proposed sodium hypochlorite and ammoniation processes. Both on -site generated sodium hypochlorite and bulk sodium hypochlorite will be included in the testing program. Consultant will coordinate with on -site generation supplier to have a pilot system available on -site during the project. Hypochlorite generated on -site by the pilot unit will be used in the field testing study. Bulk hyuochlorite and ammonia to be used in the field testing study will be provided by the City. Sampling events will be 02/27/02 conducted over three (3) days (total of 24 hours). Testing for bulk hypochlorite and on - site generated hypochlorite will occur simultaneously. The goal of the testing is to determine the appropriate dosages of sodium hypochlorite and ammonia for disinfection of City water. The testing will also evaluate chlorine persistence (e.g. how long the residual will last in the distribution system) and what levels of free chlorine used as primary disinfection will be compatible with chloramine as a secondary disinfectant. Subtask 2.2 Develop chlorine residual/chlorine demand curves. Develop breakpoint disinfection curve with ammonia (NH3). Testing event will be conducted over 1 day (8 hrs.). Subtask 2.3 Perform a Simulated Distribution System Test analyzing disinfection by-product (DBP) formation potential. Other water quality parameters that will be measured include total organic carbon (TOC), free and total chlorine residuals, temperature and pH. This testing will consist of analyzing formation potentials after the final disinfection has been applied by analyzing stored samples of the finished water at set times usually for a period up to 5 days. Consultant will provide on -site testing services for three (3) consecutive days (total of 24 hours). City staff will be available to complete additional two (2) days of testing, if required. Two separate water samples will be analyzed, one using free chlorine as the secondary disinfectant and the other using combined chlorine as the secondary disinfectant. By measuring the DBP levels at various set times, "true" formation potential curves will be established for both sample waters, allowing for an estimate of the difference in DBP formation potential under the alternate disinfection regimes. This information will also be used to predict the estimated DBP levels at critical locations in the distribution system. Coordinate lab testing of jar test product for water quality requirements [e.g. total trihalomethanes (TTHMs), haloacetic acids (HAAs), etc.]. Evaluate lab test results and summarize finished water quality under proposed disinfection processes based upon jar test results. Subtask 2.4 Conduct desktop analysis for lead and copper corrosion control based upon historical field testing data collected by the City. If desktop analysis indicates corrosion may be an issue in the system, evaluate need for the City to conduct additional field testing to confirm corrosion issues and to recommend corrective actions. Task 3 — Preliminary Engineering of Disinfection Alternatives Subtask 3.1 Provide preliminary engineering layout (in 11"xl7" schematic format) for sodium hypochlorite, ammoniation and carbonation (if required) systems. Provide summary of mechanical, structural and electrical requirements for each unit process. Subtask 3.2 Provide preliminary capital and annual cost opinion for proposed unit processes. 02/27/02 2 Task 4 — Optimization Study Final Report Subtask 4.1 Prepare report titled "Water Treatment Plant Disinfection Optimization Study" presenting the results and recommendations of the above work for submission to the City. Submit three (3) copies of the report in draft form for review by the City. Attend one (1) review meeting with City staff to review results of the draft report. Subtask 4.2 Submit ten (10) copies of the Final "Water Treatment Plant Disinfection Optimization Plan " which shall incorporate City's comments. ADDITIONAL SERVICES Mathews Consulting will provide Additional Services as mutually agreed upon between Mathews Consulting and the City. Additional Services may include any service that is requested that is not specifically outlined within the Scope of Services. ASSUMPTIONS Work described herein is based upon the assumptions listed below. If conditions differ from those assumed in a manner that will affect schedule of Scope of Work, Consultant shall advise City in writing of the magnitude of the required adjustments. Changes in completion schedule or compensation to Consultant will be negotiated with City. 1. City will provide to Consultant copies of water treatment plant site plan and process flow diagram within one week of notice to proceed. 2. City will provide to Consultant all available raw and finished water quality, flow data and corrosion control data for the preceding 5 years of operation within one week of notice to proceed. 3. City will provide to Consultant any available equipment and operation data for existing WTP facilities, including manufacturer cut -sheets, specifications, pump performance curves, chemical dosage rates, and related operating setpoints within one week of notice to proceed. 4. City will provide Consultant access to their on -site laboratory facilities including use of equipment, materials and reagents necessary to perform the tasks. City will supply bulk hypochlorite and ammonia to use for the testing. 5. City will be requested to conduct additional water quality testing as determined necessary by Consultant to complete water quality evaluations. 6. All lab costs associated with the optimization study will be paid for directly by the City. 02/27/02 3 CONTRACT PERFORMANCE Proposed fees and schedule for completion of major work tasks are summarized below. COMPLETION DATES: The duration of major work tasks are summarized below: TIME (CALENDAR DAYS) FROM ENGINEERING SERVICES NOTICE -TO -PROCEED Task 1— Investigative Phase 30 days Task 2 — Field Testing 60 days Task 3 — Preliminary Engineering of Disinfection Alternatives 90 days Task 4 — Optimization Study Final Report 110 days TOTAL PROJECT TIME PERIOD SUMMARY OF PROPOSED FEES: 110 days Proposed labor costs and associated expenses for basic engineering services and additional engineering services are tabulated below and detailed in Attachment A. NOT TO EXCEED ENGINEERING SERVICES FEES Task 1 — Investigative Phase $ 8,618.00 Task 2 — Field Testing $14,932.00 Task 3 — Preliminary Engineering of Disinfection Alternatives $ 9,853.00 Task 4 — Optimization Study Final Report $13,735.00 TOTAL ENGINEERING SERVICES $47,138.00 EXPENSES FEES Reimbursable Expenses $ 700.00 TOTAL PROJECT COST = $47,838.00 Additional Services - The fee for Additional Services shall be billed using the Hourly Rate Schedule contained in the General Contract, or as an agreed upon fixed fee. 02/27/02 4 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and Mathews Consulting, Inc., signing by and through its President duly authorized to execute same. CITY OF TAMARAC J e chreiber, Mayor Date L ,► . ATTEST: eefftey L. ille�rOCity Manager 2 O Marion Swens n, CMC Date ATTEST: Corporate Secretary) David L. Mathews, Secretary Type/Print Name of Corporate Secy. (CORPORATE SEAL) MATHEWS CONSULTING, INC. Company Nam Signature of P sident Rene L. Mathews, President Type/Print Name of President/Owner aa.�)-U01- Date 02/28/02 CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA . :SS COUNTY OF,� I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the Sate aforesaid and in the County aforesaid to take acknowledgments, personally appeared Rene L. Mathews, President of Mathews Consulting, Inc., a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this ay of 20y z Signature of Nota�atLarge ic r•SN Nancy %�S"N State of Florida *Ug * My Commission CC914476 E*res February 28, 2004 Print, Type or Stamp Name of Notary Public []Personally known to me or Produced Identification Type of I.D. Produced DID take an oath, or Fj DID NOT take an oath. 02/27/02 _ , • A w y (O w n^ O 00 00 O) N � roi$�`� 00 w C U 64N v► y �dN4H 609N F» N oap 8Q$ " o M o g o 0 0 CDo in v •- F' J fR NV► fR h N e�e��r N (H N c� d9 Vi U c � N N .0 � C N O O O O O OtA � U � N 7 O 2 N m0^ O O N N O N pp (O o U (D uq v► - 0 U !E N C O O U o y a p o 0 0 0 ova $ J 0 C U CD co O o 'Ol O O O 69 C fH W `o_ a o 0 0 0 0� N c� w C yyyyN O 001 IS G O7 a0 co � N O N el N N N O N O OM1 N 09 A aM0_ d W� :9 H N fH P N N a eN W c Lu W W W N (� W x V = a) N N A0 c 2al m W tm C 7 U ` m 'C 3 0� d .2N;�;'0 a) N Q R7CL N wU tm O HU o w E oj X �N N _ ;? a N N C C o No` o C o a o �Cxrn W C d '� i c d N C C U M N N y M m U m p V U c ++ y h =a w W c m a C ~ c w l0 �' �,`m E d v f" �o ~ %0 ii a 7 a 7 p 0 N o N H H N Ol O a) L N 7 16 C 7 m •+ C a7 C a7 C ai N N` Ip co F 0 0 a U O 5.a +—�" $ F 0 w E,EE C .. Ewa: CCO .. o00 00� E ?� > O o'u�i ��—y`ov d o w$ o ~ CL a a a m a >>> a a a+ o =�0w M ILUODU y aaa N Oaa co JJJ tntnrn a O Z N Vi N N M M N " N a� (V fV (V (V M M a7 H Q c a) E L U a7 a