UTILITY COMMITTEE
The Utility Committee Meeting was held on October 9, 2006 at 6:00 p.m. with Chairman Carey presiding. Members present were Mr. Ruane, Mr. Slavin, Mr. Cregar, and Mr. Snaman. Members of Council present were Mr. Hogan and Council President Williams (arrived at 6:20 p.m.). Mayor Speed was also present (arrived at 6:10 p.m.)
AGENDA ADDITIONS/DELETIONS
Mr. Slavin moved for approval of the agenda, seconded by Mr. Snaman and unanimously carried.
Water Quality Improvement Projects - Consulting Services
In the spring of 2004, the Department of Public Works went through the RFQ process for professional engineering services related to the water quality of the City of Dover's water system. The purpose of the evaluation was to assist the City in determining the appropriate steps, improvements and/or upgrades necessary to stabilize the water distribution system and to determine the cause of the brown water.
During theie Regular Meeting of January 10, 2005, City Council approved the contract with Black & Veatch to perform a water quality evaluation. The results of this evaluation were provided in June 2006 (Attachment #1) and resulted in 22 recommendations to facilitate improvements to the water system. These recommendations consisted of the following:
(1) additional monitoring of the system through chemical and data analysis;
(2) water system flushing and operational controls;
(3) design and construction of deep well contact time piping for improved chemical stability;
(4) distribution system controls and rehabilitation;
(5) development and incorporation of system analysis tools such as water quality modeling, on-line analyzers and GIS tracking; and
(6) corrosion analysis of the water system.
Mr. DePrima, City Manager, stated that some of the recommendations could be implemented in-house, while others require further consulting services for design and analysis. As the approved water quality consultant, Black & Veatch prepared a proposal to provide consulting services that will assist with the implementation of selected water quality recommendations.
The Water Quality Improvements CIP Project has $300,000 budgeted for FY 2007. To date, $23,702.25 has been spent for the Bayard Avenue Tie-in Project and equipment necessary to implement certain water quality recommendations. In addition to requiring consulting services this year, Mr. DePrima stated that it may also be necessary to reserve funding to complete the Bayard Avenue Tank control improvements in conjunction with Bayard Avenue Well (#13R) deep well contact time construction, Well #8 deep well contact time construction, and additional chemical analyses and associated materials.
It is currently estimated that these projects could cost approximately $100,000. Mr. DePrima stated that a more appropriate cost estimate can be determined when the design has been completed for the deep well contact time. In order to stay within budgetary parameters, staff recommended that Notices to Proceed be provided to Black & Veatch for the following tasks, upon contract approval, due to timing constraints:
• Task #1 - Well Piping Improvements (deep well contact time),
• Task #1A - Well Station Surveying (deep well contact time) and,
• Task #2 - Preparation for New / Pending Regulations (required submission to State / EPA in 2007).
Mrs. Sharon Duca, Assistant City Engineer, stated that once Task #1 has been completed, it will be determined if additional funding is available for deep well contact time construction and materials, as well as the need for Erosion & Sedimentation Control Plans (at a cost of $46,000). At that time, improved estimates will aid in determining whether additional consulting tasks or construction projects can be included for FY 2007, as well as determining the appropriate amount of funding necessary to complete the consulting tasks, deep well contact times, and other water quality recommendations within FY 2008.
Mrs. Duca introduced Mr. Christopher Evans and Mr. George Budd of Black & Veatch, who where available to answer any questions.
Staff recommended approving the proposal submitted by Black & Veatch, Inc. for an amount not to exceed $250,000 for FY 2007 for the provision of consulting and design services related to Water Quality Improvements. This would allow for a notice to proceed on tasks #1 and #2. Black & Veatch, Inc. would then be required to submit an updated proposal for FY 2008 for all tasks that are not completed in FY 2007, due to their projected billing rate increase starting July 1, 2007.
Responding to Mr. Ruane, Mrs. Duca stated that there are sufficient funds to complete the Bayard Avenue project. Mr. DePrima noted that the City has not identified any construction easements that may be needed to construct the deep well contact time areas.
Mr. Carey questioned if Black & Veatch had any installed similar systems. Mr. Evans responded that Black & Veatch has installed similar systems in New Jersey and several other states around the country. Mr. Budd also indicated that the criteria for installing the increased contact time is specified by the EPA (Environmental Protection Agency) which has begun to implement these regulations for ground water systems. The installation of the deep well increased contact time will be become required by the EPA within the next year. Initial analysis has determined that the City may qualify for exemptions from certain portions of the regulations.
Mr. Slavin moved to recommend approval of the proposal submitted by Black &Veatch, for an amount not to exceed $250,000 for FY 2007 for the provision of consulting and design services related to Water Quality Improvements. The motion was seconded by Mr. Snaman and unanimously carried.
Evaluation of Bids - U.S. 13 East Sanitary Sewer Intercepter
Mr. DePrima provided members with background information on the installation of the U.S. Route 13 East Sanitary Sewer Interceptor project. He stated that this project has been proposed for the past few years and would allow for the installation of large diameter gravity sewer from just south of the entrance road to Dover Downs to the Schwartz pumping station at U.S. Route 13 and West Rustic Lane. The overall project would allow for the abandonment of the Schwartz pumping station, as well as the more effective re-routing of flows within the City’s sanitary sewer transmission system.
Mr. DePrima stated that the primary difficulty in implementing this project has been obtaining the necessary easements to install the sanitary sewer interceptor. Due to the expansion project proposed at Dover Downs, the easement across this property will be finalized as part of the plan review process. Failure to take advantage of this opportunity would seriously impact the future cost of the project by requiring the City to re-route the interceptor or install it after completion of the Dover Downs expansion and cause additional costs related to penetrating a new roadway and restoring it.
Mr. DePrima stated that in order to minimize the impact to the Dover Downs property, and to coordinate the sewer installation with the site work proposed for the property, Dover Downs is willing to incorporate the work into the construction work proposed for their property. T his would allow Dover Downs to oversee the project and coordinate work activities on their property while avoiding potential delays due to the City’s contractor involvement or future disturbance on their property. The City would then reimburse Dover Downs for the cost of the sanitary sewer interceptor installation. Although Dover Downs will oversee the contract and necessary coordination on their site, the work will be inspected by the Public Utilities Department according to the approved time and materials policy. The section of sanitary sewer interceptor across Dover Downs property to be installed represents approximately 20% of the overall U.S. Route 13 East Sanitary Sewer Interceptor project.
The construction of the sanitary sewer on the Dover Downs property will be implemented through a time and materials contract between Dover Downs and George & Lynch. The time and materials contract awarded to George & Lynch by Kent County is effective through June 30, 2007. George & Lynch has prepared a cost estimate of between $275,000 and $300,000, which includes 1,015 l.f. of 27-inch diameter sanitary sewer pipe, three 6-foot manholes, tie-ins to the existing main, line testing, restoration of lawns and pavement, well-pointing, and select backfill.
Mr. DePrima informed members that due to the need to integrate this project with the Dover Downs project, awarding the project as prescribed does not meet the standard bidding requirements of the purchasing policy or any of the listed exemptions; therefore, a waiver of the City’s purchasing policy is necessary.
Mr. Ruane moved to recommend waiving the City of Dover Purchasing Policy and authorizing Dover Downs to administer the time and materials contract with George & Lynch for the installation of 1,015 linear feet of a 27-inch sanitary sewer interceptor across the Dover Downs property to avoid undue disturbance or scheduling delays for the planned Dover Downs expansion project at an estimated cost of between $275,000 and $300,000. The motion was seconded by Mr. Cregar and unanimously carried.
Mr. Slavin moved for adjournment, seconded by Mr. Snaman and unanimously carried.
Meeting Adjourned at 6:42 p.m.
Respectfully submitted,
Carleton E. Carey, Sr.
Chairman
CEC/hf
S:ClerksOfficeAgendas&MinutesCommittee-Minutes200610-09-2006 UTILITY-Revised.wpd
Attachments
Attachment #1 - Black & Veatch, Water Quality Improvement Proposal
ATTACHMENT #1
UTILITY minutes of 10/9/2006
Black & Veatch
601 Walnut Street
Suite 550W
Philadelphia PA 19106
Tel.: (215) 928-0700
Fax: (215) 928-1780
September 27, 2006
Sharon J. Duca
Assistant City Engineer
City of Dover Department of Public Utilities
860 Buttner Place
Dover, Delaware 19904
Subject: Attachment A
Water Quality Improvement Proposals
Dear Ms. Duca:
In your July 5th email, you requested Black & Veatch to submit pricing on the following water quality improvement projects:
(1) Historic Water Quality Data - Insufficient reaction time is provided for the disinfection process at the majority of the well stations in the system. Chlorine residual measurements should occur after an appropriate period of contact time with the sodium hypochlorite. This may require installation of large diameter piping at the well sites to achieve the necessary reaction time. This should include design for 15 well stations on 13 sites.
(2) Preparation for New/Pending Regulations - It is recommended that the City develop a timely plan to address the requirements of the Stage II DBPR, specifically the IDSE. An IDSE monitoring plan must be submitted to DHSS/ODW for approval by October 1, 2007.
(3) Modeling Support - Investigate uses of the existing hydraulic model and uses of an upgraded water quality model.
(4) Corrosion Coupon Testing - Once the procedures necessary to achieve a stable and uniform water quality are put into place, it is recommended that the City undertake a corrosion coupon testing program. Insertion of corrosion coupons at each of the POE to the distribution system and at strategic points within the system will yield important data about corrosion rates within the system.
Additionally, we identified the following projects on our August 16th conference call:
(5) Data Analysis - Analysis of additional sample data to be collected over one year period as recommended in Water Quality Evaluation.
(6) On Call Services - On Call Services provides a budgeted amount to cover miscellaneous needs such as meeting attendance, assistance in evaluating specific water quality issues, and City Council presentations.
At the request of Dover at our August 31st meeting the below projects were added to the scope:
(1A) Well Station Surveying – Provide surveying of 11 well station locations to develop necessary design information for the well piping improvements project.
We appreciate the opportunity to present costs associated with the above tasks. As requested, we provide below the individual prices for each proposal.
Water Quality Improvement Proposals
(1) Historic Water Quality Data
Providing the appropriate amount of contact time will require the installation of a large diameter pipe loop at each of 15 well stations on 13 sites plus continuous chlorine residual analyzers at each well station. A specific contact time volume must be designed for each well based on a chlorine reaction time plus a 5 minute contact period and the well production or flow rate. The contact time will also be designed for 4 log inactivation of viruses as required in the upcoming USEPA Ground Water Rule (GWR). It is estimated that this project would require a 15 sheet drawing set to show the required piping modifications and 10 sheet drawing set for Erosion & Sediment Control. Project assumptions:
· Dover to provide tax property maps in AutoCAD or GIS format
· Dover to provide pipe bedding specifications
· Dover to provide soil borings, if needed
· Dover to provide the following water quality data:
o one sample per well of Ammonia,
o one sample per well of Total Organic Carbon
o one sample per well of Total Iron
· Black & Veatch to utilize 1,887 linear feet of available 16” cement lined DIP where design permits. Factors prohibiting the use of the cement lined DIP are as follows:
o Pump flow rate and site area available for pipe loop installation
o DIP pipe will not be used at well stations adjacent to electrical substations
· Dover to provide City & County Permitting
· Black & Veatch to provide State Permitting
· Dover to negotiate with property owners adjacent to well stations for pipe loop installation access, property purchases, and easements
· Dover to provide pipe installation crews
· Black & Veatch to provide completed design drawings at the 100% level
· Design documents will be suitable for installation of the improvements by City crews. Front-end contract documents, engineer’s opinions of probable cost, bidding assistance, and construction administration services are not included in the scope, but may be added as a supplemental service at the City’s option.
· Black & Veatch assumes the well station SCADA system is capable of capturing and recording residual chlorine data. SCADA upgrade services are not included in the scope, but may be added as a supplemental service at the City’s option.
· Black & Veatch assumes that this project is not creating additional impervious area and therefore stormwater management design is not required.
Chlorine Demand Testing– Black & Veatch proposes to perform on-site testing to determine the actual chlorine demand exerted by the raw water from each available well supply. The chlorine demand data will be an important component in the well piping improvement project under Project 1 and will assist in the assuring the delivery of a consistently high quality water supply from each well station.
Black & Veatch will prepare a Technical Memorandum outlining the results of the chlorine demand evaluation as well as recommended chlorine dosages to be fed at each well station.
Level of Effort Estimate
This estimate is based on the project divided into three phases which are Well 13R, Well 8, and Remaining Wells submittals. The following are costs for the anticipated tasks outlined above:
Chlorine Demand Testing (all wells) $3,600
State Permitting Cost: $ 2,400
Design Drawing Costs:
Well 5 & 13 R $25,000
Well 8 $12,000
Remaining 12 Wells $42,000
Erosion & Sediment Control Drawing Costs:
Well 5 & 13 R $14,000
Well 8 $ 8,000
Remaining 12 Wells $ 24,000
Well Piping Improvements Project Cost: $131,000
Project Schedule
The design schedule for each phase of the project will begin upon the receipt of well station survey data in AutoCAD format. Design and State approval will be about a 2-month process for the Well 13 R and Well 8 submittals. The remaining 12 wells would require about a 4-month design and regulatory review period. The anticipated schedule is shown in the following table.
Well Piping Improvements Design and Regulatory Approval Schedule |
|||
Design Package |
Well No. |
Estimated Design Period (1) |
Estimated State Review/Approval Period |
1 |
5 and 13R |
4 weeks |
5 weeks |
2 |