HomeMy WebLinkAboutAgenda Report - May 7, 2003 E-07CITY OF LOD]
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing the City Manager to Execute a Professional Services
Agreement with Camp Dresser & McKee, Inc., for Corrosion Control in the Domestic
Wastewater Outfall Pipeline ($35,240) and Appropriate Funds ($60,000)
MEETING DATE -1 May 7,2003
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt a resolution authorizing the City Manager to execute a professional
services agreement with Camp Dresser & McKee, Inc,, (CDM) for corrosion
control in the domestic wastewater outfall pipeline ($35,235) and
appropriate funds as shown below.
BACKGROUND INFORMATION: In 1999, CDM performed a study evaluating the rate of corrosion at
the crown of the Domestic Wastewater Outfall pipeline. The
Domestic Outfall is the main pipeline that carries the City's domestic
wastewater flows from the westerly City limits to the White Slough
Water Poilution Control Facility (WSWPCF), a distance of approximately six miles.
The study reported that the, 35 -year-old Domestic Outfall was still structurally sound. However, active
hydrogen sulfide corrosion was evident, and the study predicted that, without repair or chemical
treatment, the reinforcing steel in the pipeline could become exposed in about 10 years or by 2009.
Chemical treatment alternatives differ with wastewater characteristics, therefore, the study recommended
that various corrosion control additives be evaluated on a pilot basis to determine the most cost-effective
alternative.
in accordance with the 1999 study, Staff recommends proceeding with investigating the applicability of
various chemicals for corrosion control purposes within the Domestic Outfall, Chemical treatment
alternatives will be developed by CDM, City forces and chemical vendors. CDM will prepare requests for
proposals (RFP) for providing chemical dosing and testing services, The RFP will include information
about proposed chemicals, testing approach, sampling protocol, and project summaries from previous
corrosion control projects, cost estimates and schedule as reflected in the attached scope of services
(Exhibit A),
The 2001-2003 Financial Plan and Budget included $60,000 for this main trunk line corrosion control
study. Since this study includes only consultant services and not the cost to perform the chemical dosing
trials, Council is being asked to appropriate the full amount at this time.
Staff recommends talo ng these proactive steps toward assessing and maximizing the life of the Domestic
Outfall. The information obtained will assist the City in preparing a more comprehensive corrosion control
and/or rehabilitation program.
APPROVED:
CCAIMPDRESSERMCKEE 04130103
Ado" Pt Resolution Authorizing the City Manager to Execute a Professional Services Agreement with
Camp Dresser & McKee, Inc,, for Corrosion Control in the Domestic Wastewater Outfall Pipeline
($35,240) and Appropriate Funds ($60,000)
May 7, 2003
Page 2
FUNDING: Wastewater Collection System Capital Maintenance Fuad
Funding Avail .bie: �
tficky McAf i —,Pinane irectar
Budget: 2001-2003 GIB Page E-20
fi
r� Richar C. Prima, Jr,
Public Works director
Prepared by Caharlie Swimley, Senior Civil Engineer
RCPiC Sf P rTif
Attachment
cc. A --illy Sandelin; City Engineer
Sharon Welch, Senior Civil Engineer
votes hgiitarfi, Senior Civil Engineer
Paub Fernandez, Sen csr TrWc Engineer
Randy Hays, City Attorney
$ 60,000
.,CAMPDRESSERMCKEE o4f3wo3
City of Lodi
Assistance ori f Sewer Corrosion / Odor Control Trials
Exhibit
Scope of Services
s applicability of various shexic ala for corrosion within its
TbQ: City wishes to investigate
main outfall trunk sewer; The trunk sewer consists of 30 -incl, 42 -inch, and 48 -inch diameter
re In . rcec. concrete pipe. Visual inspection of portions of the pile anal easczre of the hydrogen
sulfide concentrations indicate that hydrogen sulfide corrosion is occurring within the sewer system.
ireliminary> investigations (`runk Sewer Corrosion Investigation Report, July 1999) indicate that
nitrate, ferric chloride and caustic shocking techniques may be cast effective means of hydrogen
sulfide corrosion control,
purposc.
The intent of this ;rope is to help the City conduct a t.W of corrosion control chemicals, in the
C lWs 48 -inch, 42 -inch and possibly the 30—inch diameter trunks,
Project Approach.
Thi hew is l selection trialwill involve efforts by CDM, die. City, and chemical vendors. there is
subswtial. preparation required prier to the trial, CDM will prepare a Request for Proposals (RFP)
for providing corrosion control chemical testing services. The RFP will include background
information on the Lodi trunk sewer system, project goals, and selection criteria for the vendors to
prepare a responsive proposal. `I"he: RFP will solicit for information on the cals, testing approach,
sampling program, and project summaries from past or current chemical testing projects, cost
estimates and schedule. Vendors may propose to use one or combination of chemicals during the
testing.
CDM will review the RFIs, provide comment on the approaches and request for. information, and
recommend the three hest approaches from the Ids received. The City will thea negotiate with
the individual chemical vendors for east, schedules, and requirement-, of the pilot testing.
During the testing, CDM will monitor the testing and sampling program, review testing results and
evaluate the effectiveness of each chemical. The vendors will submit their final testing results and
summary report to CIM for e va.lua on. Based on the testing results, the most coast effective
approach will be chosen for long-term im lement bon by the C"ity.
°Trial Schedule
Each chert cal trial would tale three weeks. during the first weep, the vendor installs equipment nt d
the City gathers background information including wastewater characteristics, the next two weeks
the vendor feeds chemical and optimizes the systems The: City will spot-check the results. At the
end of the. two-week period, the City measures performance, Ideally, the competing chemicals
should be tested under identical flow, wastewater characteristics and temperature.. re.. But it is
impossible to have identical conditions when the tests are spread out over an entire summer.
Therefore, the chemical dose- and wastewater characten'sticsand flaw must be consisterttiy
monitored for a fair comparison of chemicals. Finally, two weep is allowed for the sulfide levels to
Scope of Services
4/25./2003
Pagg 2
rise and to establish a steady baseline condition before the next trial can be&.
Task escrip ` m
Task 1. Prepare OacWound Information for Preparing RFP .;DM will. estimate the. probable
range of hy4rogen suffide level to control based on historic sampling results. CDM will develop the
minimum cr teria for corrosion control chemical testing and field sampling, and prepare the
Request for proposals (f ). The City will review and provide comment on the RFP to CUM.:
CUM wzil meet with chemical vendors, if necessary, to field questions on the RFP.
Deliverables. Request for proposals
Ta -%k 2. Review and Comment an RFPs and Select Approaches. CDM will review the MIPs
received for completeness and effectiveness of approach, prepare a TM sum ari;cin the Rd's..
rcc6ved and recommend the: 3 best approaches.
Deliverables: Technical Memoraa-du m
" . Evaluate Overall. Test Data aml Prepare Roport. CDM will evaluate data collected
during the test periods, and prepare a report presenting the findings. This will consist principally of
estimated annual chemical Masts and operational costs for permanent facilities. operated seasionally.
The City will prepare a data: summary tabulating its data. collection effort and to vendors Will
tabulate the chemical use and. dose. Both tables will be provided to CDM in Microsoft Excel
for mat.
Deliverables; Final Report
Task . Management CDM will prepare progress reports by task with each invoice. The. City
orad CDM will coordinate. progress meetings with site inspections of thevendor trials. The level of
effort assumes that no more than three site/progress meetings will be needed.
Schedule,
These tasks including vendor chemical testing will be completed within five monthsafter n0tice'to
proceed.
Estimated Cost,
11xe estimated cast for the above; tasks including. a ten percent contingency is. $35;235 as detailed in
Exhibit C. The contingency shall not be used without written consent of the City, The total cost
includes labor, othcr direct Masts, overhead and profit. The cost for project management is;
included- Exhibit B provides a copy of CDM's current Billing Rate Schedule.
NOW, THEREFORE, BE IT RESOLVED that the Lodi
pipeline;authorize the City Manager to execute a professional services agreement with Camp
D�esser & McKee, Inc-, for corrosion control in the domestic wastewater outfall
and
BE IT FURTHER RESOLVED that funds in the amount of $60,000,00 be.
appropriated from the Wastewater Collection System Capital Maintenance Fuad from
the 2001-03 Budget for this project.
Dated: May 7, 2003
I hereby certify that Resolution No. 2003-74 was passed and adopted by the Lodi
City Council in a regular meeting tin geld May 7, 2003, by the foffowing vats:
AYES: COUNCIL BMayor Hitchcock
eckman, Hansen, Howard, Land, and
COUNCIL MEMBERS — None
SUSAN J, BLACKSTON
City Clerk