HomeMy WebLinkAbout07/19/2005, C3 - WATER TREATMENT PLANT MASTER PLAN IMPROVEMENTS I/
council M°°`°m 7i� 9/os—
j acEnba wpoin Nh. c 3
CITY OF SAN LUIS O B I S P O
r .
FROM: John Moss, Utilities Direct
Prepared By: Gary W. Hen son, Water Division Manager
SUBJECT: WATER TREATMENT PLANT MASTER PLAN IMPROVEMENTS
CAO RECOMMENDATION
Authorize the Mayor to execute the agreement with Kruger, Inc. for the procurement of the
Ballasted Flocculation System (Actiflo) as part. of the Water Treatment Plant Master Plan
Improvements.
DISCUSSION
On October 19, 2004, the City Council approved the concept for negotiation and procurement of
a new flocculation and sedimentation process associated with the Water Treatment Plant Master
Plan Improvements. The system is only available from one manufacturer, Kruger Inc., and the
contract has been negotiated over the past several months for provision of the system. The
negotiated contract price for purchase of the Actiflo system and related services is $1,303,564.
Actiflo Process
Actiflo is a high flow rate, compact clarification process that uses sand to enhance the settling
process. The sand allows. the Actiflo process to produce high quality settled water in
significantly less time than the current conventional clarifier. In addition, the footprint of the
Actiflo process is typically 5 to 20 times smaller than a conventional clarifier.
The City currently has a limitation at our water treatment plant based on the current
sedimentation process. The capacity of the existing sedimentation basin is rated at 8.0 million
gallons per day (ingd) while the total plant capacity is 16 mgd. To achieve the total 16.0 mgd
capacity, water from Whale Rock by-passes the 'sedimentation process and goes directly to the
filters. This process is referred to as "direct filtration' and is only allowed for high quality water
with low turbidities such as the water we receive from Whale Rock.
The Actiflo system is a proprietary system which is only available from Kruger, Inc. which now
owns the product rights. The Actiflo system will be designed specifically to meet our water
treatment plant site constraints. The system will be designed to be installed within the existing
flocculation basins (two separate basins). Since other site improvements (piping, electrical,
sludge handling, etc.) must be designed to meet the final design of the Actiflo system, a contract
for design and purchase of the Actiflo system needs to be done ahead of the project bidding. The
equipment will be delivered to the project site and the construction contractor for the project will
provide the installation.
Water Treatment Plant Master Plan Improvements Page 2
Solids Handling Evaluation
The Actiflo process produces sludge which has a very high water content. This large volume of
liquid sludge needs to be recycled to reduce the amount of water loss through the process.
Following the decision to move forward with the Actiflo process, a detailed evaluation was
undertaken to determine the most reliable and cost effective way to deal with the sludge issue.
Three alternatives were evaluated as listed below:
A. Alternative A involves the installation of a new plate settler package plant that will treat
the Actiflo sludge;
B. Alternative B would convert the two existing washwater storage basins to a two basin in-
series sludge reclamation system to treat the filter washwater and then dedicate the
existing washwater treatment plant to Actiflo sludge thickening;.and
C. Alternative C would convert the existing clarifier to a sludge thickening system to treat
the Actiflo sludge.
The study results recommend that Alternative A be chosen to provide treatment of the sludge and
recycling of the water back to the water treatment plant process. .Alternative B would be less
costly, however the analysis revealed issues relative to the ability of the process to meet State and
Federal regulations associated with recycled water quality. Alternative A is estimated to cost
approximately$470,000 to construct and install the package water treatment plant.. This cost was
not included in previous project cost estimates. The cost estimates for the project have some
contingencies built into the estimates but additional funds may be required for the project once
final design is completed and bids are received for the project.
Summary
Approval of the procurement contract with Kruger Inc. will allow the City to move forward with
improvements to the Water Treatment Plant which will insure safe and reliable water supplies to
meet the City's demands well into the future.
CONCURRENCE
The City Attorney and the City Engineer have reviewed the contract documents and concur with
the terms and conditions.
FISCAL IMPACT
The Capital Improvement Project request for the Water Treatment Plant Master Plan
Implementation was revised as part of the Approved 2004-05 Budget. The financial plan request
estimated $7.1 million for construction costs. Council previously approved additional funds
from the construction budget to fund additional design costs. There is currently $6,912,033 in
the construction budget to support the contract with Kruger Inc. in the amount of$1,303,564. In
addition, State sales taxes are not included in the contract price and will need to be paid by the
L'3-2
Water Treatment Plant.Master Plan Improvements Page 3
City. The sales taxes will amount to $78,361 for a total cost associated with the contract of
$1;381;925. If required, additional funding for construction will be requested following the
design phase and bid opening for construction.
ATTACHMENTS
1, Agreement for C_ontract with I. Kruger,Inc.
AVAILABLE FOR REVIEW IN THE COUNCIL OFFICE
1. City of San Luis Obispo, Water Treatment Plant Improvement Project, Ballasted
Flocculation System Procurement;June 2005
2. Technical Memorandum, Solids Handling Alternatives Evaluation, Revised Draft,
April 2005
C3 - 3
ATTACHMENT 1
CITY OF SAN LUIS OBISPO
CALIFORNIA
AGREEMENT
THIS AGREEMENT, made on this day of ; 2005; by and between
the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County,
California,hereinafter called the Owner, and I.Kruger;Inc.;hereinafter called the Supplier.
WITNESSETH:
That the Owner and the Supplier for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Supplier shall perform everything required to be
performed, shall provide and furnish all of the labor, materials, necessary tools, expendable
equipment, and all utility and transportation services required to complete all the work specified for
Water Treatment Plant Improvement Project
Ballasted Flocculation System Procurement
Specification No. 90225D
in strict accordance with the plans and specifications therefore, including any and all Addenda,
adopted by the Owner,in strict compliance with the Contract Documents hereinafter enumerated.
It is agreed that said labor; materials, tools, equipment, and services shall be furnished and said
work performed and completed under the direction and supervision and subject to the approval of
the Owner or its authorized representatives.
ARTICLE H, CONTRACT PRICE: The Owner shall pay the Supplier as full consideration for
the faithful performance of this Contract;subject to any additions or deductions as provided in the
Contract Documents;the contract prices as follows.
Bid Description Unit Qty Unit Price Extended Price
Item
1 A. Process and Design LS 1 J. $190,735
Engineering
B. Equipment Manufacture LS 1 $19080,829
and Delivery
2 Manufacturer's Field
Services
a. Cost of Travel to Site,per Trip 8 $1,000 $8_,000
round trip
b. Cost of Services,per day Day 24 $1,000 $24,000
TOTAL CONTRACT PRICE $ 1,3039564
ATTACHMENT 1
Payments are to be made to the Supplier in accordance with and subject to the provisions
embodied in the documents made a part of this Contract:
Should any dispute arise respecting the true value of any work omitted,or of any extra work which
the Supplier may be required to do, or respecting the size of any payment to the Supplier, during
the performance of this Contract, said dispute shall be decided by the Owner and its decision shall
be final, and conclusive.
ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The full, complete and
exclusive contract between the parties hereto shall consist of the following identified documents
(the "Contract Documents") all of which are as fully a part thereof as if herein set out in full,if.not
attached, as if hereto attached: this Agreement, Performance Bond, Guarantee of Work, Release,
Insurance Requirements, General Conditions, Supplementary Conditions, Specifications,
Drawings, any addenda; and any change orders, field orders or directives issued pursuant to and
in accordance with this Agreement.
ARTICLE IV, CONFLICTS: It is further expressly agreed by and between the parties hereto
that should there be any conflict between the terms of this instrument and the bid or proposal of
said Supplier, then this instrument shall control and nothing herein shall be considered as an
acceptance of the said terms of said proposal conflicting herewith:
ARTICLE V. BINDING AGREEMENT; ASSIGNMENT: Supplier, by execution of this
Agreement and the other Contract Documents, understands them, and agrees to be bound by their
terms and conditions. The Contract Documents shall inure to the benefit of and shall be binding
upon the Supplier and the Owner and their respective successors and assigns.
ARTICLE VI, SEVERABILITY: If any provision of the Contract Documents shall be held
invalid or unenforceable by a court of competent jurisdiction, such holding shall not invalidate or
render unenforceable any other provision hereof.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year
and date first above written.
ATTEST_ CITY OF SAN LUIS OBISPO,
A Municipal Corporation
Audrey Hooper, City Clerk David F. Romero,Mayor
APPROVED AS TO FORM: SUPPLIER
Jo . Lowell I. Kruger, Inc.
City" Attorney
C'3 ��