HomeMy WebLinkAbout12/05/2006, C8 - TECHNICAL DESIGN SERVICES FOR CHLORINE DIOXIDE PILOT STUDY AT THE CITY'S WATER RECLAMATION FACILITY co Un C l L MnnnDec. 5, 2006
j agenba RepoRt hnm NumLr
CITY OF SAN LUIS OBISPO Cl?
FROM: John Moss, Utilities Director
Prepared By: David Hix, Wastewater Division Manager
SUBJECT: TECHNICAL DESIGN SERVICES FOR CHLORINE DIOXIDE PILOT
STUDY AT THE CITY'S WATER RECLAMATION FACILITY.
CAO RECOMMENDATION
Approve an agreement with Brown and Caldwell in the amount of$59,500 for technical design
support for chlorine dioxide pilot study and authorize the Mayor to execute the agreement..
DISCUSSION
Since 2002, the Regional Water Quality Control Board (RWQCB) has required the City to study
the fate and concentration of Trihalomethanes (THMs) from the Water Reclamation Facility's
(WRF) discharge to San Luis Obispo Creek. THMs are a disinfection by-product created by the
interaction of chlorine and organic matter found in wastewater. Chlorine is used at the WRF for
disinfection and in several other processes to control biological growth. Stringent requirements and
final discharge limitations for THMs have been placed in the WRF's National Pollutant Discharge
Elimination System (NPDES) permit, with a final compliance date of May 2010 because they have
been found to exceed the limit identified in the California Toxics Rule.
The City has completed several studies to date, including a study to determine the fate of THMs
in the creek after discharge, a groundwater investigation and alternatives to the use of chlorine.
These studies determined that THMs degradation occurred too far downstream of the WRF's
discharge for natural degradation and attenuation to be a viable solution. No THMs were found
in the groundwater downstream of the WRF so there should not be a concern with the current
treatment levels being protective of groundwater. And, that chlorine dioxide may be a practical
alternative to chlorine as a solution to the problem of THM formation in the WRF's disinfection
process. Chlorine dioxide is a powerful disinfectant that is generated on-site, does not produce
THMs when used as a primary disinfectant and can be used in much the same manner as chlorine
is currently utilized at the WRF.
Last year, staff and the City's consultant, International Dioxide, Inc., developed a pilot study to
first determine if the majority of THMs were being generated in the WRF's filtration process
where chlorine is used to control algae growth and can interact with high concentrations of
organic matter. The study documented THM levels being discharged at the filters then replaced
the use of chlorine at the filters with chlorine dioxide and ran the same analysis. The study
concluded that chlorine dioxide significantly reduced THM formation in the filter effluent, was a
very effective disinfectant, however subsequent formation of THMs still occurred in the WRF's
final disinfection process. Chlorine Dioxide may be a viable alternative to chlorine for final
disinfection at the WRY pending further study and analysis.
CS
Technical Design Services for Chlorine Dioxide at the WRF Page 2
This request is for technical design and engineering services to pilot test chlorine dioxide as a
final disinfectant for the WRF. Because of the ongoing and serious regulatory nature of meeting
the WRF's disinfection and discharge requirements, this pilot project must be a carefully
administered study and will require design and technical services that are beyond the capability
of the City staff. This pilot study will replicate the WRF's final disinfection process on a small
scale and will determine if chlorine dioxide can meet all of the WRF's disinfection needs while
not affecting compliance with other discharge requirements through a variety of operational
conditions. Brown and Caldwell have submitted, per the City's request, a scope of work to update
the pilot plan work initially developed by International Dioxide, Inc., prepare drawings, assist in
implementation of the study and prepare a final report of the pilot project's findings. This
information will be used to determine if chlorine dioxide is a practical alternative for final
disinfection,and as a basis of design for a permanent disinfection process at the WRF.
Staff is currently working with the City's water quality consultants, Larry Walker Associates,
towards other regulatory options that may lessen or remove these stringent requirements. Because
of the rigid nature of the California Toxics Rule requirements, the short period of time allowed to
achieve compliance, and the unknown outcome of the City's ongoing regulatory work on changing
San Luis Obispo Creek's beneficial uses, staff is recommending moving forward with this pilot
study. Staff will return to update Council on its work with the RWQCB on changing the creek's
beneficial uses in early winter 2007.
Brown and Caldwell have submitted, per the City's request, a comprehensive scope of work for the
design of this project. Beyond the design of the project, their proposal includes a brainstorming
session to identify alternatives and evaluate all ideas and concerns from City staff regarding the
project design. Brown and Caldwell have previously been selected through the City's competitive
purchasing process for a variety of the City's wastewater projects including the WRF's 25 million
dollar upgrade and are currently completing the WRF's master plan. Brown and Caldwell are
recognized leaders in design of wastewater treatment facilities and possess working knowledge of
the use chlorine dioxide.
FISCAL IMPACT
This technical design support will cost $59,500. Funding for this project is available in the WRF
Master Plan Implementation CIP which has an available balance of$500,000.
ATTACHMENTS
1. Agreement
2. Brown and Caldwell's Proposal
Cl: GAUTIL\CAR-CAO Reports\2006 Council Agenda Reports\Chlorine Dioxide Pilot Study Design Services.DOC
Cg -�
Attachment 1
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on
by and between the CITY OF SAN LUIS OBISPO, a municipal corporation,
hereinafter referred to as City, and BROWN AND CALDWELL ENGINNERS, hereinafter referred to as
Contractor.
WITNESSETH:
WHEREAS,the City wants technical design support for chlorine dioxide pilot study.
WHEREAS, Contractor is qualified to perform this type of service and has submitted a proposal to do so
which has been accepted by City.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter
contained,the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered,as
first written above,until acceptance or completion of said services,.
2. CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City will pay
and Contractor shall receive therefor compedsation in a total sum not to exceed$59,500.
4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements
hereinbefore mentioned to be made and performed by City, Contractor agrees with City to provide services as set
forth in Exhibit A attached hereto and incorporated into this Agreement. Contractor further agrees to the contract
performance terms as ser forth in Exhibit B attached hereto and incorporated into this Agreement.
5. AMENDMENTS. Any amendment, modification or.variation from the terms of this Agreement
shall be in writing and shall be effective only upon approval by the City Administrative Officer of the City.
6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically
incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral
agreement, understanding, or representation not reduced to writing and specifically incorporatedherein shall be of
any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties
hereto. '
Cg�3
c
Attachment 1
B&C Agreement Page 2
7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage
prepaid by registered or certified mail addressed as follows:
City John Moss
Utilities Director
City of San Luis Obispo
879 Morro Street
San Luis Obispo,CA 93401
Contractor Brown and Caldwell
400 Exchange,Suite 100
Irvine,CA. 92602
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each
individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute
Agreements for such party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year
first above written.
ATTEST: CITY OF SAN LUIS OBISPO,A Municipal Corporation
By:
Audrey Hooper,City Clerk David F.Romero,Mayor
APPROVED AS TO FORM: CONTRACTOR
By:
ity orney
r
- Attachment 1
Exhibit B
CONTRACT PERFORMANCE TERMS
,..:
I. Business Tax. Contractor must have a valid City of San Luis Obispo business tax certificate
prior to, execution of the contract. Additional information regarding the City's business tax
program may be obtained by calling(805)781-7134.
2. Ability to Perform. Contractor warrants that it possesses, or has arranged through subcontracts,
all capital and other equipment,.labor, materials, and licenses necessary to carry out and
complete the work hereunder in compliance with any and all federal, state, county, city, and
special district laws,ordinances,:and regulations.
3. Laws to be Observed. Contractor shall keep itself fully informed of and shall observe and
comply with all applicable state and federal laws and county and City of San Luis Obispo
ordinances,regulations and adopted codes during its performance of the work.
4. Payment of Taxes. The contract prices shall include full compensation for all taxes that
Contractor is required to pay.
5. Permits and Licenses. Contractor shall procure all permits and licenses, pay all charges and
fees, and give all notices necessary.'
6. Safety Provisions. Contractor shall conform to the rules and regulations pertaining to safety
established by OSHA and the California.Division of Industrial Safety.
7. Public and Employee Safety. Whenever Contractor's operations create a condition hazardous to
the public or City employees, it shall; at its expense and without cost to the City, furnish, erect
and maintain such fences, temporary railings, barricades, lights, signs and other devices and take
such other protective measures as are necessary to prevent accidents or damage or injury to the
public and employees.
8. Preservation of City Property. Contractor shall provide and install suitable safeguards,
approved by the City, to protect City property from injury or damage. If City property is injured
or damaged as a result of Contractor's operations, it shall be replaced or restored at Contractor's
expense. The facilities shall be replaced or restored to a condition as good as when the
Contractor began work.
9. Immigration Act of 1986. Contractor warrants on behalf of itself and all sub-contractors
engaged for the performance of this work that only persons authorized to work in the United
States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws
shall be employed in the performance of the work hereunder.
10. Contractor Non-Discrimination. In the performance of this work, Contractor agrees that it will
not engage in, nor permit such sub-contractors as it may employ, to engage in discrimination in
employment of persons because of age, race, color, 'sex, national origin or ancestry, sexual
orientation,or religion of such persons. `
11. Work Delays. Should Contractor be obstructed or delayed in the work required to be done
hereunder by changes in the work or by any default, act, or omission of the City, or by strikes,
fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or
labor due to federal government restrictions arising out of defense or war programs,then the time
-1 Attachment 1
Exhibit B:Contract Performance Terms Page B-2
of completion may, at the City's sole option,be extended for such periods as may be agreed upon
by the City and the Contractor.
12. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice
and acceptance by the City of the services provided by Contractor(Net 30).
13. Inspection. Contractor shall furnish City with every reasonable opportunity for City to ascertain
that the services of Contractor are being performed in accordance with the requirements and
intentions of this contract. All work done and all materials furnished, if any, shall be subject to
the City's inspection and approval. The inspection of such work shall not relieve Contractor of
any of its obligations to fulfill its contract requirements..
14. Audit. The City shall have the option of inspecting and/or auditing all records and other written
materials used by Contractor in preparing its invoices to City as a condition precedent to any
payment to Contractor.
15. Interests of Contractor. Contractor covenants that it presently has no interest, and shall not
acquire any interest direct or indirect or otherwise, which would conflict in any manner or degree
with the performance of the work hereunder. Contractor further covenants that, in the
performance of this work, no sub-contractor or person having such an interest shall be employed.
Contractor certifies that no one who has or will have any financial interest in performing this
work is an officer or employee of the City. It is hereby expressly agreed that, in the performance
of the work hereunder, Contractor shall at all times be deemed an independent contractor and not
an agent or employee of the City.
16. Hold Harmless and Indemnification. Contractor agrees to defend, indemnify, protect and
hold the City and its agents, officers and employees harmless from and against any and all
claims asserted or liability established for damages or injuries to any person or property,
including injury to Contractor's employees, agents or officers which arise from or are
connected with or are caused or claimed to be caused by the acts or omissions of Contractor,
and its agents, officers or employees, in performing the work or services herein, and all
expenses of investigating and defending against same,provided, however, that Contractor's
duty to indemnify and hold harmless shall not include any claims or liability arising from the
established sole negligence or willful misconduct of the City, its agents, officers or employees.
17. Contract Assignment. Contractor shall not assign, transfer, convey or otherwise dispose of the
contract, or its right, title or interest, or its power to execute such a contract to any individual or
business entity of any kind without the previous written consent of the City.
18. Termination. If, during the term of the contract, the City determines that Contractor is not
faithfully abiding by any term or condition contained herein, the City may notify Contractor in
writing of such defect or failure to perform; which notice must give Contractor a 10 (ten)
calendar day notice of time thereafter in which to perform said work or cure the deficiency.
If Contractor has not performed the work or cured the deficiency within the ten days specified in
the notice, such shall constitute a breach of the contract and the City may terminate the contract
immediately by written notice to Contractor to said effect. Thereafter, neither party shall have
any further duties,obligations,responsibilities or rights under the contract.
In:said event, Contractor shall be entitled to the reasonable value of its services performed from
the beginning date in which the breach occurs up to the day it received the City's Notice of
c� - �
Attachment 1
Exhibit B:Contract Perforniance Tenns Page B3
Termination, minus any offset from such payment representing the City's damages from such
breach. "Reasonable value" includes fees or charges for goods or services as of the last
milestone or task satisfactorily delivered or completed by Contractor as may be set forth in the
Agreement payment schedule; compensation for any other work, services or goods performed or
provided by Contractor shall be based solely on the City's assessment of the value of the work-in-
progress in completing the overall workscope.
The City reserves the right to .delay any such payment until completion or confirmed
abandonment of the project, as may be determined in the City's sole discretion, so as to permit a
full and complete accounting of costs. In no event, however, shall Contractor be entitled to
receive in excess of the compensation quoted in its proposal.
19. Ownership of Materials. All original drawings, plan documents and other materials prepared
by or in possession of Contractor as part of the work or services under these specifications shall
become the permanent property of the City,and shall be delivered to the City upon demand.
20. Release of Reports and Information. Any reports, information, data, or other material given
to, prepared by or assembled by Contractor as part of the work or services under these
specifications shall be the property of City, and shall not be made available to any individual or
organization by Contractor without the prior written approval of the City.
21. Copies of Reports and Information. If the City requests additional copies of reports,drawings,
specifications, or any other material in addition to what Contractor is required to furnish in
limited quantities as part of the work or services under these specifications, Contractor shall
provide such additional copies as are requested, and City shall compensate Contractor for the
costs of duplicating of such copies at the Contractor's direct expense.
22. Required Deliverable Products. Contractor will provide:
a. Three copies of the final report that addresses all elements of the workscope. Any
documents or materials provided by Contractor will be reviewed by City staff and,where
necessary, Contractor will respond to staff comments and make such changes as deemed
appropriate.
b. One camera-ready original, unbound, each page printed on only one side, including any
original graphics in place and scaled to size,ready for reproduction.
C. When computers have been used to produce materials submitted to the City as a part of
the workscope, Contractor must provide the corresponding computer files to the City,
compatible with the following programs whenever possible:
• Word Processing Word
• Spreadsheets Excel
• Desktop Publishing Coreldraw,Pagemaker
• Computer Aided Drafting(CAD) Autocad
Computer files must be on 31/2", high-density, write-protected diskettes, formatted for
use on IBM-compatible systems. Each diskette must be clearly labeled and have a
printed copy of the directory.
CT `�
- Attachment 1
Exhibit B:Contract Performance Terms Page B-4
23. Attendance at Meetings and Hearings. As part of the workscope and included in the contract
price is attendance by the Contractor at up to 1 public meetings to present and discuss its findings
and recommendations. Contractor shall attend as many "working" meetings with staff as
necessary in performing workscope tasks.
24. Insurance. Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damages to property that may arise from or in connection
with the performance of the work hereunder by Contractor, its agents,representatives,employees
or sub-contractors.
a. Minimum scope of insurance. Coverage shall be at least as broad as:
• Insurance Services Office Commercial General Liability coverage (occurrence
form CG 0001).
• Insurance Services Office form number CA 0001 (Ed. 1/87) covering
Automobile Liability,code 1 (any auto).
• Workers' Compensation insurance as required by the State of California and
Employer's Liability Insurance.
• Errors and Omissions Liability insurance as appropriate to Contractor's
profession.
b: Minimum limits of insurance. Contractor shall maintain limits no less than:
• General Liability: $1,000,000 per occurrence for bodily injury, personal injury
and property damage. If Commercial General Liability or other form with a
general aggregate limit is used, either the general aggregate limit shall apply
separately to this projectflocation or the general aggregate limit shall be twice
the required occurrence limit.
• Automobile Liability: $1,000,000 per accident for bodily injury and property
damage.
• Employer's Liability: $1,000,000 per accident for bodily injury or disease.
• Errors and Omissions Liability: $1,000,000 per occurrence.
C. Deductibles and self-insured retentions. Any deductibles or self-insured retentions
must be declared to and approved by the City. At the option of the City, either: the
insurer shall reduce or eliminate such deductibles or self-insured retentions as respects
the City, its officers, officials, employees and volunteers; or Contractor shall procure a
bond guaranteeing payment of losses and related investigations, claim administration and
defense expenses.
d. Other insurance provisions. The general liability and automobile liability policies are to
contain,or be endorsed to contain,the following provisions:
• The City, its officers, officials, employees, agents and volunteers are to be
r
covered as insureds as respects: liability arising out of activities performed by or
on behalf of Contractor; products and completed operations of Contractor,
premises owned, occupied or used by Contractor; or automobiles owned, leased,
hired or borrowed by Contractor. The coverage shall contain no special
limitations on the scope of protection afforded to the City, its officers, official,
employees,agents or volunteers.
Cg ��
Attachment 1
Exhibit B:Contract Performance Terms Page E14
o For any claims related to this project, Contractor's insurance coverage shall be
primary insurance as respects the City, its officers, officials; employees, agents
and volunteers. Any insurance or self-insurance maintained by the City, its
officers,officials,employees,agents or volunteers shall be excess of Contractor's
insurance and shall not contribute with it.
• Any failure to comply with reporting or other provisions of the policies including
breaches of warranties shall not affect coverage provided to the City, its officers,
officials,employees,agents or volunteers.
• Contractor's insurance shall apply separately to each insured against whom claim
is made or suit is brought, except with respect to the limits of the insurer's
liability.
• Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled by either party, reduced in
coverage or in limits except after thirty (30) days' prior written notice by
certified mail,return receipt requested, has been given to the City.
e. Acceptability of insurers. Insurance is to be placed with insurers with a current A.M.
Best's rating of no less than ANU.
f. Verification of coverage. Contractor shall furnish the City with a certificate of
insurance showing maintenance of the required insurance coverage. Original
endorsements effecting general liability and automobile liability coverage required by
this clause must also be provided. The endorsements are to be signed by a person
authorized by that insurer to bind coverage on its behalf. All endorsements are to be
received and approved by the City before work commences.
r
Cg -9
r \
i
i
400 Exchange
swu loo ATTACHMENT 2
Irvine,California 92602
TcL•j714)730-7600
Fax:(714)734-0940
a .brownandrakhmAcom
November 14,2006
O W NAttn: Mr. David C.Hix
Wastewater Division Manager
City of San Luis Obispo
25 Prado Road
San Luis Obispo,CA 93410 123960-001
Subject: Proposal to Provide Technical Design Support for Chlorine Dioxide
Pilot Study
Dear Mr. Hix:
Brown and Caldwell has prepared this proposal to assist the City in evaluating the
potential use of chlorine dioxide (002) as a disinfectant alternative at the City's
Water Reclamation Facility (WRF). The scope of this proposal was developed from
our discussions with you and your staff,along with Peter Deacon of International
Dioxcide,Inc. (IDI),a DuPont company,during our meeting on Thursday,
November 9,2006.
Our Scope of Services is attached,along with a breakdown of fees. Please contact
me if you have any questions or comments.
Brown and Caldwell appreciates this opportunity to assist the City, and we look
forward to proceeding with this work.
Very truly yours,
BROWN AND CALDWELL
i
Steven E. Esmond,P.E.
Vice President
Enol.
Environmental Engineers Consultants
Ccl- ID
1
ATTACHMENT 2
Scope of Services
Chlorine Dioxide Pilot Study
City of San Luis Obispo
Water Reclamation Facility
Task 1—Evaluate and Update the Pilot Plant Work Plan
Pilot plant assistance is required by IDI for completion of the Work Plan for the.pilot plant. Brown
and Caldwell (BC) will supply design information needed for the pilot plant configuration so that it has
dimensional similitude when compared to a full-scale facility at the WRF. To be useful for scale-up, the
pilot plant data should be representative of a full scale facility. The pilot plant should be capable of
simulating average flow conditions with filtered effluent, wet and dry weather conditions and peak
flows which unfiltered and partially filtered effluent. The piping, process water throughput, feed rates,
pilot plant dimensions and detention times will be sized appropriately. BC will provide the necessary
process design data,perform hydraulic dimensional analysis, and pilot plant scale-up.
Schedule:Complete within Ivo weeks from authorization to proceed
Task 2—Prepare Pilot Plant Drawings
It is planned for the pilot plant to be operated at flow rates up to 15-20 gallons per minute. The
configuration of the pilot plant facility requires design development and hydraulic analysis to assure
adequate flow rate and pressure are provided through the pilot plant BC will prepare drawings to include:
Process Mechanical Diagram
Sampling Point Diagram
Civil Site Plan and Details
Mechanical,Electrical,Plumbing Plan and Details
Schedule:Complete within six weeks firm completion of Work Plan.
Task 3—Implementation
Assist the City with interpretation of the drawings,provide field engineering, and answer questions during
construction of the pilot plant Assist the City during operation of the pilot plant by evaluating process
data,analytical data,and sampling protocols.
Conduct up to two visits to the WRF during pilot plant construction.
Conduct up to two visits to the WRF during pilot plant operation.
Schedule.As-needed depending upon duration of construction and pilot testing.
Task 4—Final Report
Write a final report of the pilot plant findings. Summarize the process data and analytical data, and
determine any findings appropriate to the outcome of the pilot study. Present a draft for City review and a
final copy in hard copy and electronic format
Schedule. Complete within throe weeks after receipt of all date; after City has f Ushed t)ilot testing.
111406 DHix.dor Page 1 n 1
o V a l� lI
o
i
ATTACKMEMT 2
Fees
Chlorine Dioxide Pilot Study
City of San Luis Obispo
Water Reclamation Facility
ask Descri ion Fee
Evaluate and Update a P' of Murray,40 hrs@$165
Plant Work Plan Esmond, 16 hrs199 11,232
APC, 56 hrs @ ir
Travel Ex $1,000
2 Prepare Pilot P t Drawings Murray, Whfs(a,)$165
Esmond, 8 hrs $199 26,196
Designer, 120 hrs @$110
APC 188 hrs 8
3 Implementation Murray,40 his@0165
Esmond, 16 hrs; $199 13 232
APC, 56 hrs @ $ >
Travel Es $3.000
Final Report Murray, S165
Esmond, 8 hrs $199 8,576
APC 48 hrs 8
O 23
9
r
111406 DHix.doe Page 2
�.-