gwrsfe rfp - attachment a...gwrsfe project page 5 of 26 02/16/2017 rfp – scope of work capacity by...

26
ATTACHMENT "A" SCOPE OF WORK GROUNDWATER REPLENISHMENT SYSTEM FINAL EXPANSION PROJECT PROFESSIONAL ENGINEERING DESIGN SERVICES GWRS-2017-1 Contents I. SUMMARY .......................................................................................................................................... 2 II. BACKGROUND AND PROJECT INFORMATION ...................................................................... 2 GENERAL PROJECT DESCRIPTION .................................................................................... 2 DESCRIPTION OF GWRSFE PROJECT ELEMENTS......................................................... 3 Project Element 1 – Advanced Water Treatment Facility Expansion ............................... 3 Project Element 2 – Secondary Effluent Conveyance Facilities ....................................... 7 III. PROJECT SCHEDULE..................................................................................................................... 8 IV. PROJECT EXECUTION .................................................................................................................. 9 Task 1 – Program Management ................................................................................................ 10 Task 1.1 - Project Management ....................................................................................... 10 Task 1.2 - Geotechnical Report ....................................................................................... 11 Task 1.3 – Survey ............................................................................................................ 12 Task 1.4 – Quality Assurance/Quality control ................................................................ 12 Task 1.5 – Permitting Assistance .................................................................................... 13 Task 2 – Predesign Evaluation Memos..................................................................................... 14 Task 2.1 Evaluation Memo 1 – Predicted Influent Water Quality .................................. 14 Task 2.2 Evaluation Memo 2 – Treatment Process Evaluation....................................... 16 Task 2.3 Evaluation Memo 3 – Microfiltration Membranes ........................................... 17 Task 2.4 Evaluation Memo 4 – Existing Pipeline Evaluation ......................................... 18 Task 3 - Preliminary Design Report ......................................................................................... 18 Task 4 – Design ........................................................................................................................... 19 Task 4.1 – Design Submittal 1 ........................................................................................ 19 Task 4.2 – Design Submittal 2 ........................................................................................ 23 Task 4.3 – Design Submittal 3 ........................................................................................ 24 Task 4.4 – Final Submittal .............................................................................................. 25 Task 5 – Construction Services ................................................................................................. 26 Task 5.1 Bid Phase Activities ......................................................................................... 26 V. REFERENCES .................................................................................................................................. 26 Available Reference Material: .................................................................................................. 26 

Upload: others

Post on 31-Dec-2019

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

ATTACHMENT "A"

SCOPE OF WORK

GROUNDWATER REPLENISHMENT SYSTEM FINAL EXPANSION PROJECT PROFESSIONAL ENGINEERING DESIGN SERVICES

GWRS-2017-1

Contents

I.  SUMMARY .......................................................................................................................................... 2 

II.  BACKGROUND AND PROJECT INFORMATION ...................................................................... 2 

GENERAL PROJECT DESCRIPTION .................................................................................... 2 DESCRIPTION OF GWRSFE PROJECT ELEMENTS ......................................................... 3 

Project Element 1 – Advanced Water Treatment Facility Expansion ............................... 3 Project Element 2 – Secondary Effluent Conveyance Facilities ....................................... 7 

III.  PROJECT SCHEDULE ..................................................................................................................... 8 

IV.  PROJECT EXECUTION .................................................................................................................. 9 

Task 1 – Program Management ................................................................................................ 10 Task 1.1 - Project Management ....................................................................................... 10 Task 1.2 - Geotechnical Report ....................................................................................... 11 Task 1.3 – Survey ............................................................................................................ 12 Task 1.4 – Quality Assurance/Quality control ................................................................ 12 Task 1.5 – Permitting Assistance .................................................................................... 13 

Task 2 – Predesign Evaluation Memos ..................................................................................... 14 Task 2.1 Evaluation Memo 1 – Predicted Influent Water Quality .................................. 14 Task 2.2 Evaluation Memo 2 – Treatment Process Evaluation ....................................... 16 Task 2.3 Evaluation Memo 3 – Microfiltration Membranes ........................................... 17 Task 2.4 Evaluation Memo 4 – Existing Pipeline Evaluation ......................................... 18 

Task 3 - Preliminary Design Report ......................................................................................... 18 Task 4 – Design ........................................................................................................................... 19 

Task 4.1 – Design Submittal 1 ........................................................................................ 19 Task 4.2 – Design Submittal 2 ........................................................................................ 23 Task 4.3 – Design Submittal 3 ........................................................................................ 24 Task 4.4 – Final Submittal .............................................................................................. 25 

Task 5 – Construction Services ................................................................................................. 26 Task 5.1 Bid Phase Activities ......................................................................................... 26 

V.  REFERENCES .................................................................................................................................. 26 

Available Reference Material: .................................................................................................. 26 

Page 2: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 2 of 26 02/16/2017 RFP – Scope of Work

I. SUMMARY

Provide professional design engineering services for the project described herein including engineering studies, preliminary design report, permitting assistance, permitting assistance, preparation of bid documents, and construction phase assistance.

II. BACKGROUND AND PROJECT INFORMATION

The Orange County Water District (OCWD) manages the groundwater basin in northern and central Orange County, California by protecting, monitoring, and recharging the groundwater basin. Northern and central Orange County cities and water agencies (Producers) pump approximately 75% of their water demand from the groundwater basin to supply potable water to homes and businesses. The source water for OCWD’s groundwater recharge activities currently comes from Santa Ana River base flows and storm flows, purified recycled water from Groundwater Replenishment System (GWRS), incidental recharge, and imported water from Metropolitan Water District (MWD).

OCWD owns and operates the 100 MGD treatment capacity Advanced Water Treatment Facility (AWTF) as part of the GWRS that treats Orange County Sanitation District (OCSD) secondary effluent to drinking water standards and uses the purified water for both injection and percolation, through injection wells and recharge basins, as source water to replenish the groundwater basin’s drinking water supplies. Figure 1 shows the GWRS existing facilities.

GENERAL PROJECT DESCRIPTION

The GWR System AWTF has been operating successfully since January 2008. The original design of GWRS, included facility sizing and spacing for two phases of 30 MGD treatment capacity expansions to the AWTF. The first 30 MGD expansion of the AWTF was completed in June 2015. This GWRS Initial Expansion Project increased the AWTF treatment capacity from 70 MGD to 100 MGD. The second phase expansion of 30 MGD is the GWRS Final Expansion Project and will increase the AWTF treatment capacity from 100 MGD to 130 MGD. The GWRS Final Expansion Project will incorporate all improvements required to complete the 130 MGD build-out treatment capacity. In order to increase the capacity of GWRS for the Final Expansion Project, the AWTF will require additional microfiltration cells, reverse osmosis units, ultraviolet vessels, and associated equipment in order to produce an additional 30 MGD of purified water. These improvements are referred to as the AWTF improvements. In addition to the AWTF improvements, for the GWRS Final Expansion Project, additional source water from OCSD’s wastewater treatment plants is required. With AWTF treatment process efficiencies, approximately 40 MGD of secondary effluent is required from OCSD to produce the additional 30 MGD of purified water through AWTF. This additional 40 MGD of secondary effluent will be pumped to the AWTF from OCSD’s Treatment Plant No. 2 located in Huntington Beach. Facilities to convey this secondary effluent to GWRS include an effluent pump station, a flow equalization tank and pipeline which are referred to as the Secondary Effluent Conveyance Facilities.

The combined Secondary Effluent Conveyance Facilities and AWTF Expansion will allow the GWRS facility to produce the total 130 MGD GWRS Final Expansion production capacity. These projects will be referred to as the GWRS Final Expansion (GWRSFE) Project within this

Page 3: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 3 of 26 02/16/2017 RFP – Scope of Work

document. The additional 30 MGD of purified water will be used as a new source of replenishment water for the Orange County groundwater basin.

DESCRIPTION OF GWRSFE PROJECT ELEMENTS

PROJECT ELEMENT 1 – ADVANCED WATER TREATMENT FACILITY EXPANSION

This is the Advanced Water Treatment Facility Expansion to increase treatment capacity by 30 MGD for the GWRSFE Project . The following components apply to this project:

Screenings Facility

The current screenings facility is comprised of an underground concrete box with an overflow weir. The overflow weir conveys the secondary effluent to OCSD’s ocean outfall discharge. The secondary effluent entering into this box and is conveyed to the microfiltration facility for treatment through the AWTF, if it does not pass the overflow weir. The Consultant shall evaluate the impact of an additional ~40 MGD of secondary effluent entering into the screenings facilty. This evaluation shall include any OCSD treatment facilities surges or outages that may cause secondary effluent to overflow the screenings facility.

Microfiltration Treatment Expansion

The current microfiltration (MF) system for the AWTF is a Evoqua CS submersible system with polypropelene hollow fiber membranes. The current system is comprised of 36 MF cells that have the capacity to treat up to 4 MGD each. The Consultant will be asked to evaluate the number of additional cells required to increase the AWTF treatment capacity by 30 MGD based on the evaluation of two different types of MF membranes. The Consultant will be given information from the two membrane suppliers to complete the evaluation.

OCWD will enter into a pre-selection procurement contract with the recommended MF membrane supplier. The Consultant will perform the final design based on the chosen membrane supplier. The membrane supplier will provide shop drawings and other pertinent design information required to complete the final design. In general, the following facilities will be the Consultant’s responsibility to design to accommodate the number of additional cells required for the expansion: the process piping, hydraulic structures, building/basement expansion, blower system, electrical components, process control system components, clean-in-place system, and piping design.

The Consultant shall also evaluate the MF system redundancy and allow for at least two cells to be out of service but still maintain 130 MGD water production.

The Consultant shall also evaluate the hydraulic capacities of using MF cells to meet the treatment requirements of OCWD’s Green Acres Project (GAP) Title 22 Treatment Facility. The Consultant shall present the number of additional MF cells required to treat secondary effluent to produce 6 MGD GAP Effluent.

The Consultant shall also evaluate the demolition and relocation of the AWTF west entrance gate due to potential blocking of this existing gate due to the microfiltration basement and electrical building expansion.

Transfer Pump Station Expansion

Page 4: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 4 of 26 02/16/2017 RFP – Scope of Work

The RO Transfer Pump Station transfers MF Effluent/Filtrate from the MF break tank to the RO treatment system. Ensure the capacity of this system is adequate for 30 MGD increase in treatment capacity.

Cartridge Filter Expansion

The cartridge filters upstream of the RO system will need to be expanded. Four new cartridge filter vessels will have to be installed to filter the MF Effluent prior to the RO. The Consultant shall evaluate the hydraulic loading of each unit to ensure adequate design velocities through the piping/filters are being met. The Consultant shall design piping and modifications necessary to enable the cartridge filters to be flushed and dosed with chlorine during plant shutdowns.

Chemical Feed System Expansion

The chemical feed system for the AWTF will need to be evaluated for the additional 30 MGD of capacity added. The Consultant shall evaluate/predict secondary effluent water quality in the predesign evaluation discussed in more detail in Section IV. Based on this predicted secondary effluent water quality to the AWTF, the Consultant shall evaluate which improvements are required to any of the chemical feed systems to provide the predicted chemical dosage required with the expansion. The chemical feed systems for the AWTF include: sodium hypochlorite, citric acid, MF membrane cleaning chemical, sodium hydroxide, sulfuric acid, threshold inhibitor, and hydrogen peroxide.

At a minimum one new sulfuric acid tank and pump dosing system will need to be designed for the increased 30 MGD capacity.

The Consultant shall also evaluate the chemical injection ports and determine if the existing in-line static mixer is providing adequate mixing. The Consultant shall also propose an alternative in-line mixing system.

Reverse Osmosis Treatment Expansion

The Reverse Osmosis (RO) Treatment System will require, at a minimum, two new RO trains with three units in each train to expand the treatment capacity by 30 MGD. With the results of the Evaluation Memos – the Consultant shall evaluate the need for Energy Recovery Devices, interstage boosters, and/or RO Feed pump changes on both existing and new RO units to produce 130 MGD with the predicted AWTF Final Expansion influent from OCSD. This includes evaluation of existing RO high pressure feed pump capacity to maintain current unit flow and recovery based on the predicted AWTF Final Expansion influent from OCSD.

The Consultant shall evaluate the existing Energy Recovery Devices (ERD) on Trains F & G to determine if their existing configuration will boost the existing RO Feed Pumps based on the predicted influent water quality (Evaluation Memo 1) for GWRSFE.

The Consultant shall evaluate the site configuration of these new trains to allow for an future addition of a (5 – 23 MGD treatment capacity) RO Concentrate Recovery Unit.

Ultra Violet Light Treatment Expansion

The existing UV system for the AWTF is a Trojan UVPhox low pressure system. It is anticipated that the same supplier will provide the three new UV trains to expand the treatment

Page 5: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work

capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and the Consultant will be required to incorporate the supplier information into the final design. The Consultant shall anticipate having the UV supplier submittal information on or before the Preliminary Design Report due date.

The equipment contract for the UV supplier will be assigned to the GWRSFE contractor . The preselected UV manufacturer will provide shop drawings and other design information required to build-out the UV trains. The Consultant shall be primarily responsible for the design of the process inlet/outlet piping, the electrical system, the hydraulic structures, and the process control system components and configuration.

Post Treatment System Expansion

The post treatment consists of decarbonation and a lime stabilization process. The Consultant shall determine how many decarbonators are needed as well as what changes are required to the lime system and decarbonation bypass piping to accommodate the increase treatment capacity. The Consultant shall consider hydraulics of existing decarbonators and bypass for flexibility in process control. The Consultant shall also evaluate the existing bypass flow capacity and determine if more bypass capacity is needed and develop solutions to achieving more bypass.

At a minimum the Consultant shall design for one additional decarbonator tank, media and blower.

The Consultant shall review maintenance issues with the current proprietary polymer feed system for the lime saturators and recommend a alternate non-proprietary polymer feed system, an alternative polymer, or revisions to the existing system for to correct maintenance issues and increase operational ease.

Product Water Pump Station Expansion

The existing Product Water Pump Station pumps AWTF product water to the recharge basins in Anaheim via the 13-mile GWRS pipeline. The Consultant shall determine how many pumps and what changes will need to be implemented to the existing pump station and associated surge tank system to accommodate the increased production and variable flowrate of the expanded AWTF. The operation of the Product Water Pump Station will be modified with the incorporation of the Burris Booster Pump Station Project, which is expected to be completed in 2022, along the GWRS Pipeline. The Consultant shall plan for at least one coordination meeting with the Burris Booster Pump Station Project design consultant to ensure the Burris Booster Pump Station Project can still be accommodated if revisions to the Product Water Pump Station are recommended.

In addition, the Consultant shall include details for modifications to the existing surge tanks in the final design submittal for work to be completed by the contractor. These modifications include the addition of an access manhole and recoating of the interior of the surge tanks.

Electrical Systems/Power Supply

The Consultant shall perform the final design of the electrical systems based on the existing dual power source from Southern California Edison (SCE) with stand-by power generation for

Page 6: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 6 of 26 02/16/2017 RFP – Scope of Work

lifesafety systems only. The existing Kiwi Substation located at the site provides a dual source of 66kV power for the AWTF.

All electrical components shall be designed to allow the isolation of devices and equipment for hazardous energy control.

The Consultant shall ensure new power distribution, including low voltage process power supplies, follows the same level of reliability and redundancy as the existing system. The Consultant shall ensure future cable tray designs and routing of various voltage/signal cables reliably isolates disparate signals/cables from each other to reduce potential for signal noise.

The Consultant shall assure a short circuit coordination study is conducted in conjunction for all new as well as effected existing systems. Study to be conducted with SKM modeling software. Final copy of study to be provided in SKM format as well as Excel to OCWD.

The Consultant shall assure all additional electrical devices installed capable of producing harmonics comply with existing facility specifications to not produce site-wide harmonics problems. Harmonic mitigation in conjunction with a harmonic study developed on SKM software is required.

Process Control System

The existing Process Control System is an Emerson Delta V Distributed Control System (Version 12.3). It consists of a primary Pro Plus Server a Backup Domain (Delta V AMS) Server, and a Historian Server. Each of these servers has redundant backup hard drives. Monitoring as well as configuration/management of the system is provided via eleven work stations. Field control is accomplished through 83 process controllers that are located throughout the process areas, with redundant controllers at each of several primary process locations. The communication to the field controllers is via redundant fiber networks.Primary communication fo field devices to the Delta V contollers is accomplished via Foundation Fieldbus and Devicenet protocols.

The Consultant shall perform all work on the Process Control System (PCS) system to deliver a biddable and constructible expansion of the PCS. This work shall include but not be limited to:

• Evaluate and design accordingly for the total number of additional new I/O (Inputs/Outputs).

• Evaluate and design accordingly for the total new number of Device Signal Tags.

• Evaluate and design accordingly additions to existing controllers as well as installation of new controllers.

• Evaluate new total system size and its impact on system licensing and increased annual support costs.

• Provide recommendations on hardware/software upgrades to bring system performance up to required levels.

Page 7: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 7 of 26 02/16/2017 RFP – Scope of Work

• Ensure new segments and portions of control networks provide for same level of reliability and redundancy as existing system.

• Ensure segment designs for all future Fieldbus and Devicenet segments follow same design requirements as existing system. Allow for process components to be split amongst different segments for a particular process.

• Ensure individual field devices (instruments, actuators, VFD’s, etc) have been tested to be functional and reliable operating on version 12.3 of Delta V by Emerson device testing group.

• Provide expansion of networks as necessary for Process Control System, Access Control System, Fire Alarm Control (FACP), and any spare networks that might be utilized to support future Video Surveillance System structure.

All instrumentation and components in the expansion shall be integrated with the plant-wide PCS and shall use the same hardware and software.

PROJECT ELEMENT 2 – SECONDARY EFFLUENT CONVEYANCE FACILITIES

This is the conveyance system to bring additional secondary effluent to GWRS and the AWTF from OCSD’s Plant No. 2.

The following components apply to this project:

Secondary Effluent Pump Station

The Consultant shall evaluate the design of a secondary effluent pump station at OCSD Plant No. 2. The pump station shall pump the Trickling Filter/Solids Contact Treatment Effluent from OCSD Plant No. 2 to the AWTF secondary effluent junction box (SEJB) No. 6 at OCSD Plant No. 1 via the Secondary Effluent Pipeline Rehabilitation Project. The Consultant shall determine the predicted range of typical secondary effluent flow from theTrickling Filter/Solids Contact Treatment Process at OCSD Plant No. 2.

The Plant No. 2 Secondary Effluent Pump Station (P2 Secondary Effluent Pump Station) shall be located at Plant No. 2 near the existing 120-inch Trickling Filter Secondary Effluent (TF-SE) pipe where space allows and the least interferences with existing structures and pipelines occurs. The location of the pump station shall be coordinated with existing facilities, including piping and OC Sheriff’s Department facilities on leased land at Plant No. 2.

The P2 Secondary Effluent Pump Station discharge shall connect to the existing OCSD 66-inch Reinforced Concrete Pipe adjacent to the Santa Ana River levee. The P2 Secondary Effluent Pump Station shall be designed to convey secondary effluent within the rehabilitated pipeline to be designed as a separate project element (described below). The existing 66-inch pipeline south of the P2 Secondary Effluent Pump Station connection shall be abandoned per OCSD standards.

As part of the P2 Secondary Effluent Pump Station design, the Consultant shall include an proposed influent 24-inch Plant Water Pump Station pipeline to feed OCSD’s Plant Water Pump Station. The influent pipeline is currently proposed to be routed adjacent to the P2 Secondary Effluent Pump Station and will therefore be constructed together. The Plant Water

Page 8: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 8 of 26 02/16/2017 RFP – Scope of Work

Pump Station is part of the OCSD J-117 Project and the Consultant shall coordinate design criteria for this pipeline with OCWD and the OCSD J-117 Project Team.

Power for the P2 Secondary Effluent Pump Station will be received from OCSD. The Consultant shall evaluate power requirements and determine whether power source is adequate.

The Consultant shall also evaluate communication and control of the P2 Secondary Effluent Pump Station for OCWD. Provide configuration/method of connecting via fiber optic cabling to existing OCWD networks (Process Control A,B, & C networks, Acces Control, FACP, Video Surveillance, and spare fibers for future networks). An overflow shall also be incorporated into the P2 Secondary Effluent Pump Station design to allow for the pump station to be bypassed during wet weather events, or scheduled maintenance events when the Trickling Filter effluent should not be recycled through GWRS.

Secondary Effluent Flow Equalization Tank

The Consultant shall evaluate the design of a secondary effluent flow equalization tank at OCSD Plant No. 2 which will store peak secondary effluent from the Trickling Filter Treatment Process at OCSD Plant No. 2 to convey stored effluent to the Secondary Effluent Pipeline Rehabilitation Project for AWTF during nighttime secondary effluent low flowrates.

The Consultant shall evaluate the minimum size of the flow equalization tank required to maximize secondary effluent conveyance from OCSD Plant No. 2. The fill/drain mechanisms for the flow equalization tank shall also be evaluated.

Secondary Effluent Pipeline Rehabilitation

The Consultant shall evaluate at least two different trenchless pipeline rehabilitation products for the existing OCSD 66-inch Reinforced Concrete Pipe (RCP) which runs adjacent to the Santa Ana River Levee between OCSD Plant No. 2 and OCSD Plant No. 1.

The Consultant shall analyze the alignment, condition, and access manholes for the existing 66-inch RCP to recommend a suitable pipeline rehabilitation product for this application. This analysis includes a laser survey or video survey conducted based on the recommendation of the Consultant. The predicted flow ranges from the Secondary Eflfuent Pump Station evaluation shall be used to analyze energy usage versus the recommended pipeline rehabilitation products.

III. PROJECT SCHEDULE

Consultant shall propose a schedule which expedites design of the GWRSFE Project. The schedule shall include possible overlap of certain pre-design elements with design submittal development. The project duration shall generally match the schedule specified below with NTP for construction in summer of 2019 and a construction duration of 3 years.

Item Dates Issuance of Design RFP February 16, 2017Design Proposal Due Date April 21, 2017Award of Design Consultant June 21, 2017Design NTP July 19, 2017

Page 9: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 9 of 26 02/16/2017 RFP – Scope of Work

Pre-Evaluation Memorandums Due October 18, 2017Preliminary Design Report Due December 13, 2017Design Submittal 1 (DS1) Due – 30% Design March 14, 2018Design Submittal 2 (DS2) Due – 60% Design July 18, 2018Design Submittal 3 (DS3) Due – 90% Design October 17, 2018Final Design Submittal Due December 19, 2018Advertise for Bid March 13, 2019

IV. PROJECT EXECUTION

Consultant shall perform all design and associated work necessary to prepare complete detailed construction drawings and specifications, develop process control systems, control strategies and their integration into the existing control system, utility coordination, surveying, and geotechnical work in accordance with the Project Elements described.

The Consultant shall generate detailed construction drawings and specifications for three (3) separate design-bid-build construction contract(s). Each of the project elements described shall be assumed to be separately bid for construction: (1) AWTF Expansion, (2) P2 Secondary Effluent Pump Station and P2 Flow Equalization Tank, and (3) Pipeline Rehabilitation Project.

The Consultant shall prepare final design in compliance with OCWD GWR System Design Standards as well as Process Control System Design Standards.

The GWRSFE Project shall include all necessary improvements to allow the AWTF to produce 130 mgd of purified water. The secondary effluent (AWTF influent) flow available for AWTF will vary and shall be taken into consideration when designing the process control system expansion. At a minimum, the AWTF expansion requires civil, structural, geotechnical, process, electrical, instrumentation and controls, mechanical, and plumbing, engineering, surveying, and architectural expertise.

The Consultant shall clearly identify in the specifications all equipment that will require factory inspections. The Consultant shall precisely specify the criteria to be met at the factory inspection. At a minimum, factory inspections shall be specified for all MF equipment, UV light equipment, switchgear, variable frequency drives (VFDs) as part of a motor equipment package, major pumps and motors (greater than 900 hp), and large process critical valves.

The Consultant shall precisely specify the requirements for acceptance testing. The Consultant shall detail all O&M manuals and documentation including required maintenance and spare parts that shall be handed over to the operation and maintenance staff.

The AWTF and OCSD Plant No. 2 structures shall fit with the architectural design of the existing facilities. The detailed architectural concept shall be developed early and match the themes of surrounding structures and buildings. The Consultant shall include any additional signage required to match the current style of the existing site.

The Consultant shall also identify all training required to be provided by the Contractor on all new equipment and facilities.

The Consultant shall also provide tecncial and graphic support in the form of electronic files for OCWD displays and presentations.

Page 10: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 10 of 26 02/16/2017 RFP – Scope of Work

The Consultant shall design facilities and construction sequencing to minimize downtime of the AWTF. In addition, the Consultant shall work with OCSD to ensure that design of the conveyance facilities at Plant No. 2 shall also incorporate construction sequencing that allows for flexibility for continuous plant operation.

TASK 1 – PROGRAM MANAGEMENT

TASK 1.1 - PROJECT MANAGEMENT

The Consultant shall be responsible for managing Consultant’s project execution, schedule, budget, subconsultants, and coordination with other projects. The Consultant will assign a project manager to oversee the design of all the project elements. Once assigned, the project manager shall not be replaced without approval of OCWD. The Consultant’s project manager will coordinate, communicate, receive directions from and support the OCWD program manager. The Consultant’s project manager shall have the authority to make commitments for the Consultant’s team. These project management requirements apply to the preliminary design, design and construction phases as described in this scope of work.

Task 1.1.1 Project Management Meetings

The Consultant shall prepare an agenda and conduct monthly project management meetings with OCWD’s Project Manager and the Consultant’s Project Manager. The purpose of the meetings will be to review Consultant’s progress on the services described within this scope of work. Meetings should be arranged so that the most recent invoices, progress reports, and deliverables are included in the meeting. These meetings shall also include an overview of Consultant’s work activities completed to date, in the current reporting period, and work activites projected for the coming month. If there are any outstanding issues, a brief description of outstanding issues and their potential for impact on scope, schedule (design and construction), budget (design and construction) and quality chall be presented. Other more informal project management meetings can be scheduled on an as-needed basis.

Task 1.1.2 Project Schedule

Consultant shall create a detailed project schedule for design and bidding phases of the Project. The project scheduling program shall be one that uses Critical Path Method of scheduling and shows relationships between project tasks and sub-tasks. A monthly review of the schedule will be conducted at the Project Management Meetings and period updates as required during the design of the Project Elements.

Task 1.1.3 Project Logs

Consultant shall produce and maintain on at least a monthly basis a Project Log for all the project elements. The project log shall track decisions, comments or concerns made during workshops and meetings. The log shall include the date of the decision/comment/concern, the title of the meeting where it was made (if applicable), a description of the decision/comment/concern, and a brief summary of the impacts.This log shall also track action items discussed during meetings. An action item may be assigned to members of the OCWD or Consultant teams. The action item log is not intended to include normal Consultant tasks, nor to include comments on deliverables.

Page 11: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 11 of 26 02/16/2017 RFP – Scope of Work

Task 1.1.4 Project Invoices/Cost Accounting

Consultant shall prepare and submit monthly invoices to OCWD no later than the first Wednesday of the following month. Invoices shall be submitted for every month that work is being performed, unless OCWD’s Project Manager has provided prior approval for combining the work of two months into a single invoice.

The invoices shall document the man-hours and billing rate for each person that works on the project. Overhead, profit and any direct costs shall also be shown for each task.

Task 1.1.5 Coordination with Other Projects

The project shall be a complete and fully functional facility that is integrated with existing facilities and coordinated with other construction projects. Consultant shall review reports, plans and specifications to identify potential conflicts with the following adjacent projects and participate in the number of meetings indicated in the following table:

The following projects may impact or require coordination with this project:

P2-122 Headworks Modification Project

J-117 Ocean Outfall Booster Station

P2-98 Primary Clarifiers Rehabilitation Project

Burris Booster Pump Station Project

The Consultant shall plan to attend one meeting a month for coordination on all of the above mentioned projects combined.

TASK 1.2 - GEOTECHNICAL REPORT

The Consultant shall secure the services of a qualified Geotechnical Engineering firm to prepare a Geotechnical Report that addresses geotechnical concerns for all applicable Project Elements of the project Scope of Work.

The Consultant shall review all known soils and inspection reports. The review shall include all relevant reports on file at OCWD and OCSD. The report shall cover soil classifications and properties that affect design and construction.

The geotechnical services shall include soil borings necessary to observe, test, and classify soils. The number and spacing of borings shall be based on the geotechnical professional’s interpretation of needs and recommendation; the depth of the borings shall be adequate to characterize the soils to a depth of at least five feet below any proposed pipeline invert elevation. If unexpected or unique soils are encountered, an adequate number of borings shall be taken to define the limits of the anomaly.

Soil samples for testing shall be collected as needed based upon Consultant’s professional judgment.

Page 12: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 12 of 26 02/16/2017 RFP – Scope of Work

The geotechnical report shall make recommendations regarding the provisions to be included in the construction specifications. In particular, recommendations shall include dewatering specifications, shoring specifications, backfill compaction specifications, and road base repairs. A recommended dewatering plan shall also be included for deep structure excavations. This dewatering plan will be included in the design specifications for the contractor to follow.

The report shall make recommendations regarding the design of the structures, foundation piles, and pipelines. The report shall also reference water table/ground water elevations encountered, seasonal variations of the groundwater table elevations, existing pavement and base material thickness, in-situ unit weight and moisture content as tested by Consultant, and coefficients of internal friction and cohesion of in-situ undisturbed soils

TASK 1.3 – SURVEY

The Consultant shall conduct field and aerial surveys as required. Topographic information used on the construction plans shall be generated from a field survey and an aerial mapping process. OCWD and OCSD will not provide the aerial survey information to the Consultant for use as part of the GWRSFE Project.

Prior to beginning design, the Consultant shall prepare the scope of work for field and aerial surveys required for all applicable project elements. OCWD and OCSD will establish both vertical and horizontal control for the project. The field survey shall be used to establish both horizontal and vertical alignment of the facilities and shall note all survey monuments, topographic features, property lines, and elevations. The basis of bearings and benchmarks shall be indicated on the drawings. The Consultant shall coordinate to ensure site facilities at OCSD Plant No. 2 and OCWD are both meeting or exceeding NGVD 88 requirements and elevations shall be based on the OCWD site datum for clarity.

The aerial topography shall be required to meet the following criteria:

The final product shall be delivered in AutoCAD

The aerial shall be based on the OCWD coordinate system

Site contours shall be in 0.5-foot intervals

Contour and spot elevations shall be 3D; all other features shall be 2D

TASK 1.4 – QUALITY ASSURANCE/QUALITY CONTROL

The Consultant shall develop a Quality Assurance/Quality Control (QA/QC) program for implementation of the Scope of Work. As a minimum, the QA/QC program shall include the following:

Consultant shall be responsible for the technical adequacy and quality control of his work.

Consultant controls shall assure that planning and design inputs are correctly translated into planning and design documents such as drawings, procedures, specifications, reports, and calculations.

Page 13: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 13 of 26 02/16/2017 RFP – Scope of Work

Consultant shall be responsible for the physical control, security, and distribution of controlled documents required for performance of the Scope of Work.

Consultant’s planning and design activities shall be controlled through the review workshop process, including discipline checks, inter-discipline cross-checks, and

Consultant shall perform discipline check and review all drawings, specifications, studies, reports, calculations, and any other deliverable required by the Scope of Work. These requirements shall be implemented by those Project Team members responsible for the specific planning or design activity.

The submittal shall also have a coordination check between the P&IDs and Mechanical Drawings. The mechanical lead engineer shall attest to the accuracy of each P&ID and the respective mechanical drawings.

Consultant shall include man-hours for all QA/QC activities related to this scope of work.

TASK 1.5 – PERMITTING ASSISTANCE

The Consultant shall prepare the final design in compliance with the GWR System Final Environmental Impact Report/Environmental Impact Statement (EIR/EIS) Addendum No. 6 (certified in September 2016) and also in compliance with the Water Production Enhancement Project Final Initial Study/Mitigated Negative Declaration Report. A copy of the environmental documentation referenced above shall be provided by OCWD after award of design.

Permits are required from various agencies for the construction contracts that make up the GWRSFE Project Elements.

District Staff will prepare all of the permit applications and associated regulatory reports, however the Consultant shall prepare exhibits/reports/drawings in support of these applications as indicated in the table below. All permit fees shall be paid directly by OCWD and shall not be deemed part of Consultant’s fee. The following permits will be required as part of the GWRSFE Project:

Permit Agency Consultant Deliverable

Coastal Development Permit City of Huntington Beach Plant No. 2 Architectural Building Elevations & Plans

Santa Ana River Encroachment Permit

Orange County Flood Control District/Army Corps of Engineers

Final Submittal (FS) showing encroachment, if any

Permit to Occupy Huntington Beach Fire Department

FS meeting HB Fire Requirements

Easement Encroachment SCE/City of Fountain Valley/City of Huntington Beach

FS showing encroachment, if any

Page 14: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 14 of 26 02/16/2017 RFP – Scope of Work

SWPPP SWRCB OCWD initiates NOI, Contactor submits SWPPP & NOC

Producer/User Water Recycling Requirements

RWQCB/DDW PDR, DS1, DS2, DS3, and FS

The Consultant shall also incorporate in the design all permit and agreement conditions; all environmental mitigation measures, and applicable codes and standards. Permit conditions include those imposed by the State of California (SWRCB Division of Drinking Water, Regional Water Quality Control Board (RWQCB), South Coast Air Quality Management District, Department of Fish and Game, i.e., Title 22, Water Recycling, 401, 1601, NPDES, etc.), Federal (i.e., Army Corps of Engineers 404, Fish and Wildlife Service, Bureau of Reclamation, Environmental Protection Agency); local (i.e., Fountain Valley building permits); and environmental (CEQA & NEPA mitigation measures).

The Consultant shall prepare preliminary architectural sections showing the plan, height, dimensions and architectural features of the buildings on OCSD Plant No. 2 for OCWD incorporation into the Coastal Development Permit.

The Consultant shall confer with OCSD staff to determine if the project elements meet OCSD’s stormwater requirements. A formal meeting shall be held with OCSD’s stormwater compliance staff to review the project scope and identify all issues during and after construction affecting compliance with stormwater regulatory requirements and OCSD’s policies and practices.

The OCWD leased land areas at OCSD Plant No. 2 shall be regulated under OCSD’s NPDES Ocean Discharge Permit obligations for Stormwater, which require that all water must be collected and treated and not allowed to discharge offsite or into a non-Sanitation District water conveyance system. The Consultant will be required to ensure OCSD Plant No. 2 facilities for the GWRSFE comply with the OCSD Stormwater Management Plan.

TASK 2 – PREDESIGN EVALUATION MEMOS

Evaluation memorandums shall be conducted as described below. Each evaluation memo shall be submitted as a completed draft for OCWD review. Following receipt of OCWD comments on the draft, Consultant shall make the appropriate revisions and submit the final version with the comments draft.

TASK 2.1 EVALUATION MEMO 1 – PREDICTED INFLUENT WATER QUALITY

Consultant shall prepare an Evaluation Memo which evaluates the GWRSFE predicted influent water quality based on water quality data and initial calculations provided by OCWD to the Consultant. For the GWRSFE Project, secondary effluent from the Trickling Filter/Solids Contact (TF/SC) facility at OCSD Plant No. 2 will be conveyed to the AWTF to provide the additional flows required to expand the AWTF to produce an additional 30 MGD of purified water. Due to the proximity of OCSD Plant No. 2 to the coast and TF/SC treatment facility – OCWD predicts the influent water quality may be substantially different for the GWRSFE project as to the current AWTF influent water from OCSD Plant No. 1. The Santa Ana Regional Interceptor (SARI) raw wastewater sewer currently is conveyed to OCSD Plant No. 2. These

Page 15: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 15 of 26 02/16/2017 RFP – Scope of Work

SARI flows will be segregated and treated separately at OCSD Plant No. 2 such that these SARI flows will not be conveyed to the AWTF for recycling. This removal of the SARI flows from the predicted influent water quality for GWRSFE should also be reflected in the evaluation.

Therefore, this Evaluation Memo 1 shall serve to establish a predicted influent water quality for the GWRSFE Project that changes depending on the predicted flow ratios from each OCSD Plant No. 1 and Plant No. 2 facilites to feed the AWTF. OCSD and OCWD will meet to establish a minimum and maxiumum flow ratio from each facility to convey to the Consultant.

OCWD will provide water quality data from the following facilities to assist the Consultant in this evaluation: OCSD Plant No. 1 Effluent, SARI Influent, and OCSD Plant No. 2 TF/SC Effluent.

In particular, OCWD will provide water quality data from OCSD Plant No. 1 Advanced Secondary and Trickling Filter Effluents, OCSD Santa Ana Regional Interceptor (SARI) raw wastewater influent, OCSD Plant No. 2 raw wastewater headworks influent, OCSD Plant No. 2 Trickling Filter/Solids Contact primary influent, OCSD Plant No. 2 Trickling Filter/Solids Contact effluent for the consultant to complete this task. Consultant shall plan to meet for at least three 2-hour meetings with OCWD and OCSD, as needed, to determine the average flow ratios from OCSD Plant No. 1 and OCSD Plant No. 2 for GWRSFE predicted influent and to discuss/review water quality data. The predicted GWRSFE Final Expansion influent water quality shall be used to determine necessary treatment process upgrades, if needed, for the Advanced Water Treatment Facility.

Page 16: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 16 of 26 02/16/2017 RFP – Scope of Work

Water Quality data provided by OCWD will be for the following constituents:

General WQ/Minerals Metals Nutrients Organics

Total Alkalinity Aluminum Ammonia Nitrogen Total Suspended Solids

Alkalinity-Phenolphthalein Antimony Nitrate Nitrogen Total Organic Carbon

Bicarbonate Arsenic Nitrite Nitrogen Combined Chlorine

Carbonate Barium Organic Nitrogen 1,4-Dioxane

Hydroxide Beryllium Orthophosphate NDMA

Total Hardness Boron Total Kjeldahl Nitrogen

Bromide Cadmium

Chloride Calcium

Flouride Chromium

Strontium Cobalt

Sulfate Gadolinium

Electrical Conductivity Iron

Total Dissolved Solids Lead

Turbidity Magnesium

pH Manganese

Mercury

Nickel

Potassium

Selenium

Silica

Silver

Sodium

Thallium

Vanadium

Zinc

TASK 2.2 EVALUATION MEMO 2 – TREATMENT PROCESS EVALUATION

The Consultant shall prepare Evaluation Memo 2 based on the findings from Evaluation Memo 1, in which the predicted GWRSFE influent water quality is established, and evaluate the predicted influent water quality for treatment effectiveness through the following existing AWTF treatment processes: MF, RO, UV, and post treatment. The Consultant shall evaluate the existing treatment processes and determine if the existing treatment process can remain unchanged with the predicted influent water quality or if changes will be required to meet current AWTF effluent water quality.

If the current AWTF treatment processes are unable to treat the predicted influent water quality for GWRSFE, the Consultant shall recommend at least two alternative process upgrades that will provide the level of treatment of the existing AWTF.

Page 17: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 17 of 26 02/16/2017 RFP – Scope of Work

OCWD will provide the GWRS annual report data which details current AWTF water quality before and after each treatment process. Based on the findings within this Evaluation Memo 2, OCWD will decide if any treatment process upgrades will be required to be incorporated into the design documents for the GWRSFE Project.

TASK 2.3 EVALUATION MEMO 3 – MICROFILTRATION MEMBRANES

The Consultant shall prepare an Evaluation Memo which evaluates the number of MF cells required to treat the additional ~40 MGD of secondary effluent required to meet the production goal of 130 MGD total as part of the GWRSFE Project. The evaluation shall consider the GWRSFE influent predicted water quality while continuing to use the existing CS submersible polypropylene microfiltration memebranes. The Consultant shall design the MF treatment capacity to accommodate two redundant MF cells which can be placed out of service while the AWTF will continue to meet the 130 MGD production goal. In addition to the redundancy the Consultant shall factor in addional MF cells required to produce tertiary treated effluent for OCWD’s Green Acres Project (GAP). The Consultant shall assume the GAP costumers to have a maximum night time demand of 6 MGD and therefore 6 MGD of MF treatment capacity shall be added into the analysis.

OCWD is concerned that the predicted influent GWRSFE Project water quality may reduce the treatment capacity of the existing MF process resulting in the need to construct more than the 12 new MF cells referenced in the project elements to meet the 130 MGD production goal.

OCWD has been pilot testing various alternative MF and Ultrafiltration (UF) membranes. The Consultant shall evaluate flux, chemical cleaning frequency, cleaning chemical dosages for two additional MF/UF membranes for use to treat the additional ~40 MGD of secondary effluent (with two redundant MF cells and GAP demands). The flux, cleaning frequency, and cleaning chemical dosage data will be provided to the Consultant through pilot study data from OCWD. Based on the data given, the Consultant shall evaluate the number of MF cells required to treat the additional ~40 MGD for each of the alternative membranes. In addition, the Consultant shall evaluate the necessity for additional chemical storage and dosing system based on the cleaning dosage and frequency for the alternative membrane.

This evaluation shall be completed to a ~30% design level to compare the number of additional MF cells required, the extent of the MF cell structures, the new chemical storage facilities needed, and the new chemical dosing system needed. The Consultant shall also verify that the existing influent and effluent piping can accommodate the alternative membrane predicted production flows. The Consultant shall also evaluate if any changes to the MF suction pumps and aeration blowers will be required with the use of the alternative membranes. A construction cost estimate shall also be included as part of this evaluation for the existing polypropylene membranes and the two alternative MF/UF membranes analyses. The estimates shall compare the cost of all three MF systems (existing polypropylene and two alternative membranes) based on the number of membranes needed, number of cells needed, and frequency and type of chemical cleaning required.

OCWD will review this evaluation memo to make a decision on the type of MF membrane to implement for the additional MF treatment required as part of the GWRSFE Project. The MF membrane system recommended for the GWRSFE Project shall be incorporated into the Preliminary Design Report. OCWD will enter into a pre-selection agreement with the recommended MF system supplier after this Evaluation Memo is finalized. The system supplier

Page 18: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 18 of 26 02/16/2017 RFP – Scope of Work

will provide piping, header, and membrane design criteria required to complete the final design submittal.

TASK 2.4 EVALUATION MEMO 4 – EXISTING PIPELINE EVALUATION

The Consultant shall evaluate the condition of the existing OCSD 66-inch Reinforced Concrete Pipeline proposed to be used to convey secondary effluent to the AWTF. The evaluation shall include sufficient interior visual inspection through CCTV and/or laser survey (or similar) to recommend an appropriate repair product for rehabilitating this pipeline. If needed, this evaluation shall detail the structural condition of the existing pipeline. The Evaluation Memo 5 shall describe the condition of the existing pipe and recommend at least two pipeline repair alternatives for the GWRSFE design based on the condition assessment.

TASK 3 - PRELIMINARY DESIGN REPORT

The Preliminary Design Report (PDR) shall include all the Predesign Evaluation Memos and the recommended design decisions for the project elements. The PDR shall address significant design decisions and the primary reason for recommending the final design facilities. The PDR shall be comprised of recommendations from the Predesign Evaluation Memos, as well as a report detailing major design criterial for each discipline for all the project elements. The PDR shall be made up of a report with supporting predesign memos addressing each of the project elements and all of the major disciplines in regards to final design strategy.

In the PDR, major design elements should be fixed and major equipment, building footprints, major structural elements, and process pipelines should be well defined and established. The Consultant shall review the GWRS record drawings and plan for at least 4 site visits to verify existing electrical and piping connections per the drawings that are critical design components.

The predicted extent of the design and the number and type of drawings should also be established.

The PDR shall also include a summary construction schedule and construction cost estimate.

The PDR shall detail performance requirements, such as influent flows, predicted influent water quality, and predicted effluent water quality with chemical dosing recommendations.

Process flow diagrams (P&ID drawings) shall be complete except some block numbers and secondary or auxiliary equipment may be missing from the drawings. P&IDs are to act as the "master document"; the P&IDs are assumed to be correct and all other documents will be synchronized to them.

For all project elements – the sizing parameters, such as the number of units, the capacity of each piece of equipment, the piping materials, the valving, and the types and locations of instrumentation shall be defined.

The PDR shall also include a discussion of why the proposed configuration is preferred over other likely configurations. The PDR shall also include a description of operating philosophies which include process control descriptions with information on normal, abnormal and emergency operating criteria. The PDR shall also address a preliminary assessment of O&M staffing requirements, consisting or identifying labor hours and types of staff recommended for the new facilitlies.

Page 19: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 19 of 26 02/16/2017 RFP – Scope of Work

The PDR shall identify all potential safety issues for Contractor, public, and OCWD staff affecting the construction of all equipment, process areas, and buildings. The report shall identify locations of fire hydrants, any existing sprinkler systems, and potable water piping that can be used to supply hydrants and sprinkler systems.

The PDR shall also include a general hydraulic profile of the new facilities and their connection to the existing facilities. The PDR shall also include a description of facilities to be demolished and if needed, a site plan that illustrates the extent of the demolition proposed.

The PDR shall address the operational/control strategy for the secondary effluent conveyance facilities as it relates to OCWD’s current AWTF control strategies. The secondary effluent conveyance facilities will be new off-site facilities for OCWD and therefore the Consultant shall also recommend if additional OCWD personnel should be hired to operate these facilities.

The Consultant shall plan on a minimum of eight (8) meetings with OCWD staff to develop the components of the PDR. The meetings can be separated for various disciplines (Electrical/Controls, Hydraulics, Process, etc) as needed. The Consultant shall submit a draft PDR for comments from OCWD before submitting the final PDR. The Consultant shall submit ten (10) hardcopies and one electronic pdf file of the PDR for the draft and final submittals.

TASK 4 – DESIGN

All design submittals shall be delivered in hard copy, PDF format, and native files. Ten (10) sets of drawings and specifications shall be provided with drawings in 11” x 17” format unless otherwise specified. Consultant shall expect to receive OCWD comments within 21 days after submittal.

TASK 4.1 – DESIGN SUBMITTAL 1

The Design Submittal 1 (DS1) submittal will be the first design submittal after completion of the Preliminary Design Report. The DS1 sbumittal shall be comparible to a 30% design completion status and include the following:

Preliminary Advanced Water Treatment Facility (AWTF) treatment process plans including the recommended microfiltration process system site layout.

The locations and general layouts for the P2 Secondary Effluent Pump Station and P2 Flow Equalization Tank Projects shall be included.

Preliminary site layouts for water, electrical, drain and other utility connections.

The 30% design drawings for each discipline – demolition, civil, mechanical, electrical and instrumentation. The 30% specifications for each discipline.

Civil drawings shall include an overall site plan, horizontal control, paving, grading, yard piping plans at 1”=20’ scale showing the location and routing of buried pipelines greater than 12-inch diameter size and smaller diameter process piping (down to 8-inches in diameter) if the routing is critical to the site layout, and piping profiles for pipelines greater than 12-inch diameter.

Electrical drawings shall include the following:

Page 20: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 20 of 26 02/16/2017 RFP – Scope of Work

Preliminary Electrical Site Plan. This is a preliminary site plan that shows routing of major electrical duct banks. This sketch will not be included in the final plans since final electrical plans will show the same information in more detail.

Single-line Diagrams. Single-line diagrams shall show all major electrical loads from the MCC level up. Load shall include all equipment shown on the process flow diagrams. The single-line diagrams shall also show preliminary information regarding auxiliary system and equipment such as HVAC, lighting, sump pumps, UPS, etc. This will enable the Consultant to conservatively size equipment, rooms, and occupancies at this preliminary design point including loads and dimensions.

Power Building, Electrical and Control Room Layouts.

Demolition Plans and Demolition Single-Line Diagrams for major equipment such as MCCs, switchgear, transformers, and control panels.

Instrumentation and control drawings shall including the following:

Network Block Diagrams including a preliminary data network block diagrams, preliminary CCTV block diagrams (if required), and preliminary telephone block diagrams. Preliminary network diagrams also for extension of FACP, Access Control, Process Control A, B, C networks.

Process and Instrumentation Diagrams (P&IDs). Preliminary Design P&IDs shall show all major equipment, valves, instruments, and most auxiliary equipment. Where the project includes multiple parallel systems, P&IDs need only be prepared for one of the systems. All P&IDs included with the PDR shall be complete, with no missing equipment, instruments, piping, sampling provisions, metering, etc. Equipment block numbers, however, should not be included in PDR P&IDs.

Diagrams. Consultant shall manually annotate existing P&IDs to indicate what equipment, piping, instruments and controls will be demolished by the project.

Draft equipment control strategies to match the P&IDs. Utilize all existing taggin standards as well as symbology on P&ID’s for software templates as well as Fieldbus/Devicenet devices/segments. Also provide physical tagging requirements and methods of assigning Maximo equipment numbers toto contractor. Contrctor to populate and provide filled out equipment data sheets to OCWD per OCWD provided templates for attachment into Maximo database. Also provide methods for accepting spare parts and lists into Maximo inventory. Data sheets from contractor provided in Excel format (versus PDF).

Equipment data sheets and data bases for all major equipment (corresponding with existing Maximo computerized maintenance management system) Existing equipment data sheet templates to be provided by OCWD. Any new types required to follow that same configuration/format.

Motor Control Centers and other assembly manufacturers to be specified for the project. OCWD would like to match existing GWRS MCCs, panelboards, VFDs manufacturers for the GWRSFE Projects to streamline operation, maintenance, and spare parts in inventory.

Preliminary electrical single lines; Electrical load analysis; Electrical short circuit analysis.

Page 21: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 21 of 26 02/16/2017 RFP – Scope of Work

A short circuit coordination study is required for all sysems effected by the GWRSFE Project. Study to be perfomed utilizing SKM software, with final copy of software files to be provided to OCWD, along with converted Excel file of study.

Provide all instrumentation and analyzer ranges as well as recommended setpoints for processes, as well as alarm and shutdown setpoints.

Outline of technical specifications.

The Consultant shall incorporate design criteria from change orders issued as part of the GWRS Intial Expansion (GWRSIE) Project. OCWD will provide the change order documentation to the Consultant which should be incorporated into the GWRSFE Project documents. The Consultant shall plan for at least two meetings to review these change orders with various OCWD staff.

This submittal shall also include a construction cost estimate based on the DS1 submittal for all project elements.

Contractor Pre-Selection Proposal

The Consultant shall assist OCWD in developing a contractor pre-selection proposal for the AWTF Expansion element of the work. The Consultant shall recommend selection criteria for the proposal and provide language describing the criteria for the proposal. The Consultant shall also assist in review of contractors proposals.

Constructability Review

The Consultant shall work with the pre-selected contractors to have them review the DS1 submittal for the AWTF Expansion and provide feedback. This constructability review is intended to provide OCWD with an objective third party review of the Bid Documents for effectiveness in communicating information to prospective bidders. The review shall determine if the Bid Documents have sufficient information needed to bid and construct the project, and avoid misunderstandings and misinterpretations that may lead to conflict, confusion or claims during construction. This review is not a comprehensive plan check, a dimensional check or a value engineering assignment. Further, it is recognized that comments may only be given on the level of detail provided at this level of design.

As part of this constructability review, the Consultant shall plan for a 4-hour workshop for each contractor to review the comments from the pre-selected contractors. OCWD staff will also attend these workshops. The Consultant shall note all the comments from the pre-selected contractors participating and review each with OCWD for implementation into DS2.

To facilitate this Constructability Review, the Consultant shall complete the following tasks:

Prepare package for constructability review participants. The package shall consist of detailed plans and specifications and other information selected by Consultant. The package shall be mailed to participants at least one week prior to the workshop.

Arrange for off-site location for Constructability Review Workshop.

Prepare presentation on the project for the Constructability Review Team.

Page 22: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 22 of 26 02/16/2017 RFP – Scope of Work

Meet with Constructability Review Team to receive comments.

Provide listing of constructability review comments and action taken on each comment. (The summary report of constructability review comments shall be prepared by the Constructability Review Team.)

All comments and recommendations of the workshop shall be incorporated into the Bid Documents at no additional cost to OCWD.

System Integrator Plan

The Consultant shall assist OCWD in developing a Request for Proposals (RFP) for a System Integrator for the construction/startup of the GWRSFE Project. The consultant shall assist in developing a detailed scope of work for a system integrator that shall be included in the final contract documents for the low bid general contractor to agree to. This system integrator shall provide integration services for all the new equipment/facilities being constructed as part of the GWRSFE Projects. The System Integrator will be required to integrate all the new equipment controls into OCWD’s existing operating system – as well as proprietary controls systems for the MF & the UV processes. The equipment/integration items not included in the System Integrator scope of work shall be included by the Consultant in the GWRSFE Project specifications and drawings. This System Integrator Plan shall ensure that OCWD has one System Integrator that will be responsible for potentially integrating the control systems for three separate construction contracts as part of the GWRSFE Projects. The RFP advertisement and selection process will be managed by OCWD. The System Integrator shall work with the Consultant in generation of startup specifications and also work with OCWD and the General Contractor to successfully integrate and operate the new equipment using the existing OCWD control system.

DS1 Meetings and Workshops

For the deliverables discussed above, the Consultant shall plan to attend at least five (5) meetings with various OCWD staff to develop the discipline drawings and specifications to 30% design completion.

The DS1 Workshop shall be held immediately after DS1 is submitted. The obje ctives of this meeting include the following:

Review how the submittal is organized, what material is included, and what material is not included, and how complete the various portions of the design are.

Review significant design changes made since the previous submittal, and the reasons for those changes.

Present key features of the submittal that OCWD staff should pay particular attention to when reviewing the submittal after the workshop.

The DS 1 Workshop shall be 2 to 4 hours in length and should discuss the information submitted as part of DS1. The workshop will consist of a discussion of the drawings and specifications based on a presentation of the material by the design team. Discussion will include status of design, constructability issues, and material specifications. Minutes will be

Page 23: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 23 of 26 02/16/2017 RFP – Scope of Work

prepared to document the comments of the team at the workshop and any additional comments submitted by the review team within ten (10) working days following the workshop.

The Consultant shall be able to complete the DS1 after the PDR has been approved by OCWD. The Consultant shall plan for one DS1 workshop to present the DS1 submittal to OCWD staff. This workshop shall be 2 to 4 hours in length. After the DS1 workshop, OCWD will review the DS1 submittal and provide comments back within 21 days of the DS1 workshop. The Consultant shall plan to for an additional meeting to receive and validate comments from OCWD staff.

TASK 4.2 – DESIGN SUBMITTAL 2

For the Design Submittal 2 (DS2) drawings for each discipline shall be nearly complete with basic design elements. The location and arrangement of all significant existing and proposed structures and equipment, existing utilities adjacent to or within the construction area, drawing index and legend shall be included. The submittal will be approximately 60 percent complete overall. Three dimensional (3D) CAD will be used to aide OCWD staff in evaluating layouts for the MF basement and RO building. The 3D CAD software shall be used to show piping, HVAC, electrical cable trays, sprinklers, and lighting layouts. The DS2 submittal shall include the following:

P&IDs shall be 100% complete. Loop tag numbers are fixed and provide the common identification used through the drawings. All control strategies are complete.

Advanced Water Treatment Facility Expansion and piping plans: civil, mechanical, structural, mechanical and electrical plans will be substantially complete, including plan views, sections, elevations and area plot plans as required. The electrical site and power plans shall also be complete.

Lighting and grounding plans are in progress.

Preliminary technical specifications.

Finalized detailed hydraulic profile of existing/modified and new facilities at required flow.

Harmonic analysis.

Communication block diagrams shall be presented.

Details such as I/O module identification may be missing. Preliminary motor control schematics are prepared. Conduit cable schedule, panel schedule and lighting fixture schedule are in development. Equipment and Instrument Database (EID) complete for all major equipment.

Preliminary Foundation Fieldbus and Devicemet segment drawings

Network diagrams

Communication block diagrams and preliminary communication schematics and plans are complete.

Page 24: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 24 of 26 02/16/2017 RFP – Scope of Work

Instrument loop diagrams are in draft form. Control logic diagrams are complete. Control panel layouts are complete. Process Control Strategies/narratives should be submitted.

Standard details for Fiber Termination Units (FTUs) cabinets and fiber terminal details.

This submittal shall also include a detailed description of contractor required commissioning process for all the project elements. This commissioning process shall be approved by OCWD.

This submittal shall also include an updated construction cost estimate based on the DS2 submittal for all project elements.

DS2 Meetings and Workshops

The Consultant shall be able to compile the DS2 after OCWD’s comments on the DS1 have been agreed upon by the Consultant and OCWD. The Consultant shall plan for one DS2 workshop to present the DS2 submittal to OCWD staff. This workshop shall be 2 to 4 hours in length. After the DS2 workshop, OCWD will review the DS2 submittal and provide comments back within 21 days of the DS2 workshop. The Consultant shall plan to for an additional meeting to receive and validate comments from OCWD staff.

TASK 4.3 – DESIGN SUBMITTAL 3

For the Design Submittal 3 (DS3) the submittal will be completed to approximately 90 percent with all sheets included in this submittal and all major design and specifications completed.

Specifications will include the "front end" bidding documents and general provisions based on OCWD standard documents. No new drawings and/or specification sections shall be expected after this submittal.

The following items will also be provided in the DS3 submittal: equipment and instrumentation database, I/O lists, communications schematics, communications plan, and other project support documentation.

The required systems shall be shown complete with all the details. Calculations, databases, construction cost estimates, schedules and other project support documentation will reflect the status of the Drawings and Detailed Specifications. An in-house integrated multidiscipline design quality review/cross check of the project deliverables will be completed in accordance with project QA/QC requirements to maintain consistency with other documents.

The DS3 submittal shall include recommended instrumentation set-points, instrument ranges, as well as, recommended alarm and shutdown setpoints.

This submittal shall include details for completing the short circuit coordination study and panel tagging requirements per NFPA-70E on incident energies and PPE requiements down to the panelboard level. Also provide copies of any PLC programs that were provided on the project in their native file format, as well as an electronic copy.

In addition to the ten (10) hardcopy design submittals, for the DS3 - Five (5) sets of full size 22" x 34" drawings will be provided for review.

DS3 Meetings and Workshops

Page 25: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 25 of 26 02/16/2017 RFP – Scope of Work

The Consultant shall be able to compile the DS3 after OCWD’s comments on the DS2 have been agreed upon by the Consultant and OCWD. The Consultant shall plan for one DS3 workshop to present the DS3 submittal to OCWD staff. This workshop shall be 2 to 4 hours in length. After the DS3 workshop, OCWD will review the DS3 submittal and provide comments back within 21 days of the DS3 workshop. The Consultant shall plan to for an additional meeting to receive and validate comments from OCWD staff.

TASK 4.4 – FINAL SUBMITTAL

The Final Submittal (FS) will encorporate comments from DS3 and the contract documents will be submitted ready for contractor bidding. The project is finished, checked, complete with adjustments and corrections that have addressed, resolved, and/or incorporated to OCWD’s satisfaction with all the comments to the previous submittals, workshops, and reviews.

Prepare the final construction cost estimates for all the project elements. This construction cost estimate shall be based on the Final Submittal and will be advertised as the Engineer’s Estimate during the bid phase.

Consultant shall review OCSD’s standard Contract Agreement, General Conditions, and Special Provisions, and General Contractor warranty requirements. The Consultant shall prepare the initial draft of the Bid Submittal Forms, including Project Description, Scope of Work, Equipment/Material Source Information, and the Special Provisions.

Consultant shall identify all proposed changes or additions to OCWD’s standard warranty requirements. Any proposed changes and additional warranties will be allowed only upon review and acceptance by OCWD.

In addition, Consultant shall review OCWD’s standard GRs and propose revisions via Additional GRs. OCSD’s standard Contract Agreement sets the order of precedence in which plans and specifications in Divisions 01 through 17 supercede the GRs. Where minor changes to and deletions of certain GRs are warranted due to particular needs of the project, Consultant may propose specific revisions to the GRs, subject to acceptance by OCSD’s Engineering and Construction Division Manager.

One set of full size 22" x 34" reproducible Mylar drawing plots, one set of 11" x 17" prints, and one set of single sided specifications will be submitted. The drawings, detailed specifications and engineering calculations will be stamped and signed by a Professional Engineer in the State of California. In addition, pdf files and original CAD files will be delivered to the District in DVD format.

FDS Meetings and Workshops

The Consultant shall be able to compile the FDS after OCWD’s comments on the DS3 have been agreed upon by the Consultant and OCWD. The Consultant shall plan for one FDS review for accuracy by OCWD. The FDS will not require a workshop. After approval of the FDS by OCWD, the Consultant can formally submit signed and sealed contract specifications and contract drawings for bid phase.

Page 26: GWRSFE RFP - Attachment A...GWRSFE Project Page 5 of 26 02/16/2017 RFP – Scope of Work capacity by 30 MGD. OCWD will enter into a pre-selection agreement with the UV supplier and

GWRSFE Project Page 26 of 26 02/16/2017 RFP – Scope of Work

TASK 5 – CONSTRUCTION SERVICES

TASK 5.1 BID PHASE ACTIVITIES

Consultant shall provide the following bid period services:

Participate in the pre-bid meeting.

Prepare project drawing set and project specification addenda to provide clarification and resolve errors and omissions identified prior to bid opening.

Participate in reviewing alternate equipment proposals from the Contractor, if applicable.

Participate in the evaluation of the submitted bids, furnish consultation and advice to OCSD staff and assist with all the related equipment, cost, and other analyses as required to finalize the award decision.

Within two weeks of the bid date, prepare conformed documents set (drawings, databases, specifications and other required materials) that incorporates the addenda.

V. REFERENCES

OCWD staff member or designee assigned to work with Consultant on the design of this project is Sandy Scott-Roberts at (714) 378-3292, e-mail to: [email protected]

AVAILABLE REFERENCE MATERIAL:

o Groundwater Replenishment System Initial Expansion Record Drawings o SP-173 GWRS Final Expansion Implementation Plan