Loading...
Agenda 01/10/2017 Item #16C 1 16.C.1 01/10/2017 EXECUTIVE SUMMARY Recommendation to approve the Rank Order of professional engineering consultants for Request for Proposal 16-6639, "Variable TDS Reverse Osmosis Conceptual Design," Project 70104, and direct staff to begin negotiating an agreement with the number one ranked firm,CH2M. OBJECTIVE: To obtain professional engineering design services for the Variable Total Dissolved Solids (TDS) Reverse Osmosis (RO) Conceptual Design Project. The resulting 30 percent design will be used as a basis for a future design-build project that will reconfigure the North County Regional Water Treatment Plant (NCRWTP) so that it can treat groundwater of varying TDS conditions. CONSIDERATIONS: The NCRWTP's RO wellfield consists of 20 brackish water wells. Four of those wells currently exhibit TDS concentrations above the 6,000 milligrams per liter(mg/L) level that can be treated by the current RO process. As a preemptive measure, staff recommends obtaining a 30 percent design for process changes that will treat a wider range of groundwater conditions. Should wellfield conditions continue to deteriorate, the ultimate design-build solution will be initiated. Project deliverables include: A. capacity study; B. determine impacts on capacity with varying TDS concentrations of 3,000 mg/L to 20,000 mg/L from the current Hawthorn Aquifer, and potential Avon Park Aquifer sources; and, C. provide options to remediate those impacts and develop a 30 percent design for the NCRWTP RO treatment process of the most cost-effective option for modifications to handle increased TDS concentrations in the order of 3,000 mg/L to 20,000 mg/L, while maintaining 8 million gallons per day of production capacity. Staff issued Request for Proposal (RFP) 16-6639 on May 12, 2016, sending out 1.666 notices. Fifty-two firms downloaded the RFP package. The County received three proposals on June 30,2016. On August 25, 2016, a selection committee scored the three firms based on an evaluation of their proposals. By consensus the selection committee ranked the firms as follows: 1. CH2M 2. Tetra Tech 3. CDM Smith Staff requests authorization to begin contract negotiations with the number one ranked firm, CH2M, and, in the event that an agreement cannot be reached, continue negotiating with the remaining firms in the order ranked above. FISCAL IMPACT: There is no fiscal impact associated with this action. The source of funding for the future contract is available in, and is consistent with, the FY2017 Capital Budget approved by the Board of County Commissioners September 22, 2016. The source of funding is the Water User Fee Fund(412). LEGAL CONSIDERATIONS: This item is approved as to form and legality, and Packet Pg.549 16C.1 01/10/2017 requires majority vote for Board approval.-SRT ., GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District, approves the rank order of professional engineering consultants for RFP 16-6639, "Variable TDS Reverse Osmosis Conceptual Design,"Project 70104, and authorizes staff to begin negotiating an agreement with the number one ranked firm, CH2M, subject to the Board's final approval at a subsequent meeting. Prepared by: Oscar P. Martinez, P.E., PMP, Principal Project Manager, Engineering & Project Management Division, Public Utilities Department. ATTACHMENT(S) 1.Attachment 1 16-6639 Final Ranking (PDF) 2.Attachment 2 16-6639 Solicitation (PDF) 3.Attachment 3 16-6639 Addendum (PDF) 4. [Linked] Attachment 4 16-6639 CH2M_Proposal (PDF) Packet,Pg. 550 16.C.1 01/10/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.1 Item Summary: Recommendation to approve the Rank Order of professional engineering consultants for Request for Proposal 16-6639, "Variable TDS Reverse Osmosis Conceptual Design" (Project 70104), and direct staff to begin negotiating an agreement with the number one ranked firm, CH2M. Meeting Date: 01/10/2017 Prepared by: Title: Project Manager,Principal—Public Utilities Planning and Project Management Name: Oscar Martinez 11/28/2016 2:57 PM Submitted by: Title: Division Director-Public Utilities Eng—Public Utilities Planning and Project Management Name: Tom Chmelik 11/28/2016 2:57 PM Approved By: Review: Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 11/28/2016 3:23 PM Procurement Services Swainson Hall Additional Reviewer Completed 11/29/2016 8:39 AM Procurement Services Brenda Brilhart Additional Reviewer Completed 12/01/2016 12:37 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 12/05/2016 2:51 PM Procurement Services Ted Coyman Additional Reviewer Completed 12/09/2016 4:38 PM Water Steve Messner Additional Reviewer Completed 12/12/2016 9:22 AM Public Utilities Department Margie Hapke Additional Reviewer Completed 12/12/2016 10:07 AM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed Public Utilities Department Heather Bustos Level 1 Division Reviewer Completed 12/13/2016 3:27 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 12/13/2016 4:12 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 12/19/2016 3:23 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 12/20/2016 8:14 AM County Attorneys Office Jeffrey A.Klatzkow Level 3 County Attorney's Office Review Completed 12/20/2016 11:08 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 12/21/2016 4:30 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 12/28/2016 3:44 PM Board of County Commissioners MaryJo Brock Meeting Pending 01/10/2017 9:00 AM Packet Pg. 551 len;daouo3 slsowsp asianaa SQl algeueA : LZt'Z) 6upluea leulI 699-96 6 ;uawiloe;}y :;uawipe;#y N U u, co o) a a) d V a R N r7 R Mi v -• g _ _ d R O N d y R 51 � V as C J E. d I 16.C.1.b REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. -c- Collier County tm N Administrative Services Department m Procurement Services Division To c II d 0 C 0 COLLIER COUNTY N N BOARD OF COUNTY COMMISSIONERS o E N 0 N N d CCNA Solicitation co 0 16-6639 Variable TDS Reverse Osmosis Conceptual Design CU N 47N C Swainson Hall, Procurement Strategist (239) 252-8935 (Telephone) `-' 0 (239) 252-6334 (Fax) rn m swainsonhall(a colliergov.net(Email) o to N N This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any y subsequent award, or any other legal remedies available to the Collier County Government. Q 6 E U kB r,, Q — .N...... _aa.,�. _..Y__.. «.__....,�...�. ,,. It .-.r,..,�«..: ,� -._., ____...._.,._,,._ r,;k4w iKP._ .: .r. IFI . :a4,+-- F,'99, ,i'',.---nu1•_. F,1 ^v.,w Na ._em _ ..._ CCNA(Revision 01202016) Packet Pg. 553 16.C.1.b Table of Contents c LEGAL NOTICE 3 a' N EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT 4 0 EXHIBIT II: GENERAL RFP INSTRUCTIONS 13 a EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 18 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP 22 ATTACHMENT 1: CONSULTANT'S NON-RESPONSE STATEMENT 30 0 ATTACHMENT 2: CONSULTANT CHECK LIST 31 v, 0 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT 33 ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT 34 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION 36 cncn ATTACHMENT 6: CONSULTANT SUBSTITUTE W- 9 37 d ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS 38 ATTACHMENT 8: REFERENCE QUESTIONNAIRE 40 O Y U_ O U) a) M N Cr) U f4 • c N U w RFP CCNA Template_01202016 RFP_CCNATemplate 2 Packet Pg. 554 16.C.1.b GJitier County Administrative Services Department Procurement Services Division Legal Notice rn Pursuant to approval by the County Manager, Sealed Proposals to provide a Variable TDS Reverse Osmosis Conceptual Design will be received until 3:00PM, Naples local time, on June 14, 2016 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. U • C O U CCNA Solicitation U) 16-6639 Variable TDS Reverse Osmosis Conceptual Design o E 0 Services to be provided may include, but not be limited to the following: a conceptual design of modifications to the reverse osmosis. ; ® A pre-proposal conference is not applicable for this solicitation. o All statements should be made upon the official proposal form which must be obtained only on the Collier County Purchasing Department Online Bidding System website: m www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. O BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, 0 a, M BY: /S/ Joanne Markiewicz CD Director, Procurement Services Division C) This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the Lobby of Purchasing Building "G", Collier County Government Center on May 12, 2016 U f4 RFP CCNA Template_01202016 REP_CCNATemplate 3 Packet Pg. 555 16.C.1.b Exhibit I: Scope of Work, Specifications and Response Format As requested by the Public Utilities Department — Planning & Project Management Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Es Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of 03 Work stated. Brief Description of Purchase a) 1) Provide a conceptual design of modifications to the reverse osmosis (hereinafter, "RO") 0 treatment process at the North County Regional Water Treatment Plant (hereinafter, the "NCRWTP") of the most cost-effective option to handle increased total dissolved solids (hereinafter, "TDS") concentrations in the order of 3,000 to 20,000 TDS while maintaining 8 E MGD of production. The conceptual design shall include an initial opinion of probable construction cost and schedule based upon the design concept. cu 0 2) Provide a proposal to: a. Perform a capacity analysis to determine impacts on capacity with varying TDS v� concentrations of 3,000 to 20,000 TDS (from the current Hawthorn aquifer and potential Avon Park aquifer sources), provide options to remediate those impacts. b. Provide a 30% design criteria package plans and specifications for the NCRWTP and all m associated components for the purpose of implementing the future design-build phase of the project. A final opinion of probable construction cost and schedule shall be included. ti A selection committee will select three contractors with the best qualifications, conceptual N designs and proposals for capacity analysis and 30% design criteria package. 0 If awarded, a contract to provide these services will be effective on the date contract is approved by the Board of County Commissioners (herein after, the BCC), signed by all required `' parties and filed in the Office of Records and Minutes. The anticipated contract term will be for con the period of 12 months. CD As is more fully explained in Section 11, Subsection E of this RFP, an award, if made, will be made to the best overall proposer(s) whose proposal is most advantageous to the County, taking into consideration the evaluation factors set forth in this RFP. The County will not use any other factors or criteria in the evaluation of the proposals received. 0 Background The Collier County Public Utilities Department constructed the NCRWTP in 1993, at the time the Plant had a production capacity of 12 mgd utilizing a membrane nano-filtration technology. In 1999, the NCRWTP was expanded to include 8 mgd of production capacity utilizing low pressure reverse osmosis technology. Soon after construction of the 8 mgd expansion, a problem with four wells producing high TDS water was discovered. These wells are located directly to the west and just east of the NCRWTP. Studies have been undertaken by various firms and it has been determined that a salt plume is migrating east towards the heart of the North Reverse Osmosis Wellfield. The high TDS wells are therefore unable to be treated by the RFP CCNA Template_01202016 RFP_CCNATemplate 4 Packet Pg. 556 16.C.1.b existing treatment processes in place. Each of the wells has the capacity to produce a high quantity of water; therefore, the Department desires to have installed additional treatment technology in order to continue to utilize these assets. In 2005, CDM was commissioned to do a feasibility study for constructing this additional technology. A copy of this report "North County Regional Water Treatment Plant High Pressure Reverse Osmosis Feasibility Study" is available from the Project Manager. In 2006, Carollo Engineering Firm was hired to perform pilot testing of various membranes that could be utilized to treat the high TDS wells. A copy of the preliminary report from that study is available from the Water Department by contacting the Project Manager. In 2007, Hazen and Sawyer completed a report on evaluating the odor control dispersion model, titled "Performance Evaluation of Degasifiers and Odor Control Facilities for the North County Regional Water Treatment Plant". A copy of this report will be available from the Project Manager. In 2007, the Water Department 0 hired Boyle Engineering to complete a study on the inter-stage booster system on the existing Reverse Osmosis Trains; the report from that study, is titled "North Collier County ROWTP o Inter-stage Energy Recovery Turbine Evaluation". A copy of this report is available from the N Project Manager. In 2009, HDR Engineering completed a Preliminary Design Report titled o "North County Regional Water Treatment Plant High TDS Reverse Osmosis Expansion" which considered a High TDS RO 2 MGD expansion. A copy of this report is available from the Project Manager. ccU) The capacity of the NCRWTP reverse osmosis (RO) treatment process may change as influent characteristics of the feed water deteriorate over time. The NCRWTP presently has a capacity a� of 8 MGD (2 MGD per RO skid). Detailed Scope of Work The Contractor, at a minimum, must achieve the requirements of the Specifications or Scope of Work. Additionally, Proposers may also propose alternate solutions to achieve the 0 requirements of the Scope of Work. U The following outlines some of the tasks anticipated to be performed by the contractor and c°n considerations in further refining tasks. °; CO 1. The selection committee shall evaluate the contractor's qualifications, Conceptual Design and Capacity Analysis/30% Design proposal based on the criteria which follows: N a, a. Capabilities and experience of the firm (20%): Contractor shall demonstrate the firm's understanding of the project, the capability to perform required services including proximity of key staff and the firm's ability to meet overall project schedule as outlined in this RFP. Identify the firm's key personnel for these services and submit their resumes. Include a project team organizational chart a> showing key personnel for both the firm and all planned sub-consultants. Provide information on the experience of the firm and/or key personnel as it specifically relates to a water project design of this nature. Provide references from similar projects. RFP CCNA Template_01202016 RFP_CCNATemplate 5 Packet Pg. 557 16.C.1.b b. Record of similar services (20%): Demonstrate recent successful work for similar projects completed by the firm and identify the client, scope of the firm's services, facility size and the date services were completed. c. Conceptual design (30%). d. Capacity Analysis & 30% Design proposal (30%). N 2. Tour of existing facility and interview treatment plant operations staff. This step will allow 2 an understanding of the conditions at the existing facility as well as any challenges being experienced in the operation of the facility. 3. Obtain and review record drawings for the facility. Provide a process flow schematic which clearly identifies the key process units combined with critical components along each process flow path which results in feed-water ultimately becoming product-water. Some critical components will be associated with power supply and instrumentation and not simply treatment units and pumping equipment. This will allow incorporation of a 0 reliability assessment for the facility. n m 4. Review and summarize the complete range of operation for all key components. For example, review all pumping systems with respect to pressure-flow combinations cn available between minimum and maximum speeds for which the pumps potentially might F- be operated and not just the design points. Consult membrane manufacturers to obtain their anticipated performance over a range of conditions, such as pressure, feed water (13 quality, and typical aging of the membranes. 5. Obtain current operation conditions with regard to each process train, such as pressures, flows and water quality. Where available, obtain similar data during the life of `V the facility. Provide an analysis of available operation data and develop any correlations o between performance, production, water quality, and hours of operation which can be extracted. It is expected that some sorting of parameters will need to be done using anticipated performance expectations per manufacturers in order to normalize data to some extent. It is not the intent to develop exact relationships, but a model with a c� rn reasonable correlation to observations. In the event that these observations are outside of ranges expected, based on manufacturer anticipated values, then this may require ca further investigation as to why. N 6. Investigate the potential solutions for handling water quality in the 3,000 to 20,000 TDS study range. Alternatives will be developed for potentially making a transition from the current system to these conditions. It is anticipated that alternatives would be developed y which would result in trade-offs between various performance criteria such as volumetric capacity (gpm of product water) as well as percent recovery and total energy required per gallon of water produced. 7. Each of the alternatives proposed shall accept feed-water conditions in the 3,000 to 20,000 TDS range. The ability to either phase implementation, or to include sufficient "turn-down" over the range of conditions, will be considered and evaluated. 8. The conceptual design shall incorporate the following requirements: RFP CCNA Template_01202016 RFP_CCNATemplate 6 Packet Pg. 558 16.C.1.b a. Process automatically adapts to changing feed-water conditions. b. One PLC dedicated to each skid. c. Instrumentation and controls aligned with PUD SCADA integration policy; see attachment. d. Address any electrical upgrades required for the proposed modifications. e. Address impacts to pre-treatment, post-treatment, degas and odor control caused by the proposed process modifications. a, f. If necessary, provide recommendations of replacement of systems which may '_ not be directly at risk due to a change in feed-water quality, but simply looking for o an appropriate time to upgrade those systems, which logically should be considered when other upgrades are programmed into the overall schedule for a removing systems from operation. 0 g. Provide operational cost estimate of the proposed conceptual design and a 0 financial model that predicts optimum membrane cleaning and membrane y replacement times. o h. Provide an initial opinion of probable construction cost and schedule based on E co the conceptual design. a a) IL' 9. The capacity analysis shall address impacts on capacity with varying TDS concentrations of 3,000 to 20,000 TDS (from the current Hawthorn aquifer and potential CDCC Avon Park aquifer sources) and provide options to remediate those impacts. o I- 10. The 30% design criteria package shall include a detailed listing of components which 0 would need to be replaced as well as timing for such replacement, allowing costs to co FE begin to be more accurately assessed. In situations where phasing of improvements would seem a more appropriate means of implementing an alternative, then the relative age of those components at such time would be estimated and compared to timing when v they, under normal operation, may otherwise be programmed for replacement. For example, it might be found that membranes might be retained for some period of time, -- over over which production (gpm) may gradually deteriorate, before scheduling their replacement early, but with a membrane with performance characteristics more .3 appropriate with the future conditions. The driving factor very likely may be in pumping •o equipment or other components, either independent or in combination with membranes. cn The 30% design criteria package shall also include a reliability analysis of critical co components, a final opinion of probable construction cost, an updated construction schedule and an updated estimate of operational costs based on the 30% design. up N N It shall be understood and agreed that any and all services, materials and equipment shall comply fully with all Local, State and Federal laws and regulations. 3 cs County's Responsibilities a County responsibilities include: as 1. Contractor will be provided with available record drawings of the NCRWTP. co 2. Contractor will be provided with all reports that have been completed regarding the High Pressure Reverse Osmosis Project. RFP CCNA Template_01202016 RFP_CCNATemplate 7 Packet Pg. 559 16.C.1.b 3. Contractor will be provided with full time access to the NCRWTP upon successful completion of background checks performed by the Collier County Facilities Management Security Division. 4. County will designate a project manager upon selection of a Contractor and this will be a full time contact to the Contractor throughout the duration of the project. C Reporting Requirements 0 Meeting minutes from all meetings between County and Contractor will be completed by the 75 Contractor within one week of the meeting. Copies of the Meeting Minutes will be provided to the Project Manager, Water Division Director and Public Utilities Planning and Project Management Division Director. o Term of Contract E N 0 The contract term, if an award is made is intended to be for the duration of this agreement until all tasks are completed and accepted by Collier County. a) Surcharges will not be accepted in conjunction with this contract, and such charges should rn be incorporated into the pricing structure. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes Ts- only. The County reserves the right to adjust this timetable as required during the course of the RFP process. 0 Event Date y Issue Solicitation Notice May 12, 2016 `' Last Date for Receipt of Written Questions June 7, 2016, Un 5:00PM, Naples Local co Time Addendum Issued Resulting from Written Questions June 8, 2016 Solicitation Deadline Date and Time June 14, 2016, 3:00PM, Naples Local a Time Anticipated Evaluation of Submittals June 2016 Anticipated Completion of Contract Negotiations July 2016 Anticipated Board of County Commissioner's Contract September 2016 Approval Date CD f4 Response Format The Consultant understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. RFP CCNA Template_01202016 RFP_CCNATemplate 8 Packet Pg. 560 16.C.1.b The Consultant further agrees that if the contract is awarded the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non-responsive. o Ta Proposals should be prepared simply and economically, providing a straightforward concise S. description of the Consultant's approach and ability to meet the County's needs, as stated in the RFP. All proposals should be presented as described in the RFP in PDF or Microsoft Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for proposal submission is strongly encouraged. o o The items listed below are to be submitted with each proposal and submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Consultant to include all listed items may result in the rejection of its proposal. U) 1. Tab I, Cover Letter/ Management Summary (10 Points) a) In this tab, include: • Provide a cover letter, signed by an authorized officer of the firm, indicating the > underlying philosophy of the firm in providing the services stated herein. • Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Consultant's certification that the Consultant will accept any awards as a result of this RFP. • Prior to submission of proposal, proposers shall visit the site(s) to become familiar with local conditions that may in any manner affect performance of the Work. This site visit shall be documented in writing by the proposer; this documentation shall be submitted with the proposal. The proposal will be deemed non-responsive if the site visit documentation is not presented to the County in the proposer's submitted proposal materials. Upon award of the contract, subsequent site visits shall be at intervals appropriate to the stage of the project, as determined by the County project N manager. CN • No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to this Agreement as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the awarded proposer, nor shall they be accepted as a basis for any claims y whatsoever for extra compensation or for an extension of time. `m U f0 2. Tab II, Business Plan (15 Points) In this tab, include: • Detailed plan of approach (including major tasks and sub-tasks). RFP CCNA Template_01202016 RFP_CCNATemplate 9 Packet Pg. 561 16.C.1.b • Detailed time line for completion of the project. • Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. 3. Tab Ill, Experience and Capacity of Firm (20 Point) a, co In this tab, include: • Provide information that documents Consultant's and sub-consultant's qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. o • Provide details of risks that may be associated with the project and how the firm may overcome those risks. o • Provide details of unique benefits that the firm offers on this project. • Provide current list of projects in the format identified below: Project Original Final Project Number of a' Start Date End Date Change Description Budget Cost Orders Cn d 4. Tab IV, Specialized Expertise of Team Members (25 Points) (13 In this tab, include: • Description of the proposed contract team and the role to be played by each .zr member of the proposed team. • Describe the various team members' successful experience in working with one o another on previous projects. • Attach resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specificcn services. CIO • Attach resumes of any sub-consultants. If sub-consultants are being utilized, letters of intent from stated sub-consultants must be included with proposal submission. d 5. Tab V, References— 5 Completed and Returned (10 Points) In order for the Consultant to be awarded any points for this tab, the County requests that the Consultant submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the Consultant in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each Consultant's information provided in this area: RFP CCNA Template_01202016 RFP_CCNATemplate 10 Packet Pg. 562 16.C.1.b • The County will total each of the Consultant's five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Consultants who do not turn in reference forms will be counted as zero (0). • The greatest number of points allowed in this criterion will be awarded to the Consultant who has the highest score. • The next highest Consultant's number of points will be divided by the highest a, Consultant's points which will then be multiplied by criteria points to determine the Consultant's points awarded. Each subsequent Consultant's point score will be calculated in the same manner. • Points awarded will be extended to the whole number per Microsoft Excel. a) U For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. 0 Consultant Name Consultant Total Points Awarded o Reference Score Consultant ABC 445 10 Consultant DEF 435 9.8 a) a) Consultant GI-II 425 9.6 Consultant JKL 385 8.7 cn ° Consultant MNO 385 8.7 Consultant PQR 250 5.6et Note:Sample chart reflects a 20 point reference criterion. The points awarded by Consultant will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the Consultant's proposal to ensure consistency and completion of all tasks in the RFP, and review the =-' Points Awarded per Consultant. The Selection Committee may, at their sole discretion, contact references, and/or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. •o rn 6. Tab VI, Acceptance of Conditions o Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. If no exceptions are y indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Consultant may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. U 7. Tab VII, Required Form Submittals • Attachment 2: Consultant Checklist • Attachment 3: Conflict of Interest Affidavit RFP CCNA Template_01202016 RFP_CCNATemplate 11 Packet Pg. 563 16.C.1.b • Attachment 4: Consultant Declaration Form' • Attachment 5: Immigration Affidavit and company's E-Verify profile page and memorandum of understanding • Attachment 6: Consultant Substitute W9 • Attachment 7: Insurance Requirements • Attachment 8: Reference Questionnaire N a) ❑ d 0 0 U N U) 0 N 0 d N L d NNC, VJ 1— r N .75 CNI Ca N 0 0 O U) O) M N G) 0 f6 d 0 f4 RFP CCNA Template_01202016 RFP_CCNATemplate 12 Packet Pg. 564 16.C.1.b Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. c, N d Consultants must clearly understand that the only official answer or position of the County 0 will be the one stated on the Collier County Purchasing Department Online Bidding System 713 website. For general questions, please call the referenced Procurement Strategist noted on the cover page. o 2. Pre-Proposal Conference U) 0 The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RFP with all prospective Consultants having an o equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written ; questions will be considered official, and will be included as part of the RFP as an addendum. 0 F- All prospective Consultants are strongly encouraged to attend, as, this will usually be the only pre-proposal conference for this solicitation. If this pre-proposal conference is denoted as "mandatory", prospective Consultants must be present in order to submit a proposal response. ,•• 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of 0 the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, o conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Consultant in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal y and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals RFP CCNA Template_01202016 RFP_CCNATemplate 13 Packet Pg. 565 16.C.1.b All proposals are to be delivered before 3:00PM, Naples local time, on or before June 14, 2016 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Swainson Hall, Procurement Strategist rn The County does not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and/or time indicated, or to an incorrect address by Consultant's personnel or by the Consultant's outside carrier. However, the Procurement Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions: o • The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, 0 UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair 0 advantage in the selection process. N a) Consultants must submit one (1) paper copy clearly labeled "Master," and six (6) storage devices (CD's/DVD's/Thumb Drives) with one copy of the proposal on each cn CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 0 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Consultant makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 0 8. Method of Source Selection `' cn The County is using the Competitive Sealed Proposals methodology of source selection for °' this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Policy. (.0 N If the County receives proposals from less than three (3) firms, the Procurement Director shall review ail the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. cc 9. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, RFP CCNA Template_01202016 RFP_CCNATemplate 14 Packet Pg. 566 16.C.1.b Consultants' Competitive Negotiation Act. The County's procedure for selecting is as follows: 1. The County Manager or designee shall appoint a selection committee to review all proposals submitted. 2. The Request for Proposal is issued. c, ca 3. Subsequent to the receipt closing date for the proposals, the Procurement o professional will review the proposals received and verify each proposal to determine Ta if it minimally responds to the requirements of the published RFP. a 4. Selection committee meetings will be open to the public and the Procurement 0 professional will publicly post prior notice of such meeting(s) in the lobby of the 0 Purchasing Building and on the County's Procurement Services Internet site. u) 5. Prior to the first meeting (Organization Meeting) of the selection committee, the o Procurement professional will post a notice announcing the date, time and place of N the meeting at least three (3) working days prior to the meeting. At the initial o organization meeting, the selection committee members will receive instructions, the a) submitted proposals, and establish the next selection committee meeting date and > time. After the first meeting, the Procurement professional will publically announce 0 all subsequent committee meeting dates and times. The subsequent meeting dates cn and times will be posted with at least one (1) day advanced notice. o 6. Selection committee members will independently review and score each proposal a) based on the evaluation criteria stated in the request for proposal using the Individual al Selection Committee Score and Rank Form and prepare comments for discussion atal the next meeting. The Individual Selection Committee Score and Rank Form is merely a tool to assist the selection committee member in their review of the proposals. CNJ 7. At the scheduled selection meeting, the members will present their independent c findings / conclusions / comments based on their reading and interpretation of the materials presented to each other, and may ask questions of one another. At the ra conclusion of that discussion, members of the public will be offered an opportunity0 "o (not to exceed three (3) minutes)to provide comments. cn 8. At the conclusion of public comments (provided for in number 7), the selection °; committee members will individually rank order each proposer. Collier County CO selection committee members may consider all the material submitted by the CD Proposer and other information Collier County may obtain to determine whether the N Proposer is capable of and has a history of successfully completing projects of this a type, including, without limitation, additional information Collier County may request, E clarification of proposer information, public comments, and/or additional credit 0 information. Q 9. Once the individual ranking has been completed, the Procurement professional will direct selection committee members to read their individual ranking publically. The c� Procurement professional will record individual rankings on the Final Ranking Sheet which will mathematically compile into an overall selection committee rank of ca proposers. a 10. In any of the selection committee meeting deliberations, by consensus, members may request to invite proposers in to clarify their proposals, ask for additional information, present materials, interview, ask questions, etc. The members may consider any and all information obtained through this method in formulating their RFP CCNA Template_01202016 RFP_CCNATemplate 15 Packet Pg. 567 16.C.1.b individual ranking and subsequent selection committee overall ranking and final ranking. 11. The selection committee's overall rank of firms in order of preference (from highest beginning with a rank of one (1) to the lowest) will be discussed and reviewed by the Procurement Strategist. By final consensus, and having used all information presented (proposal, presentation, references, etc.), the selection committee members will create a final ranking and staff will subsequently enter into negotiations. Award of the contract is dependent upon the successful and full to execution of a mutually agreed contract, pending the final approval by the Board of o County Commissioners. The County reserves the right to withdraw this RFP at any time and for any reason, and 0 to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. E Receipt of a proposal by the County or a submission of a proposal to the County offers p no rights upon the Consultant nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances may not be considered. o 10. References The County reserves the right to contact any and all references submitted as a result of this solicitation. Tr' 11. Proposal Selection Committee and Evaluation Factors 0 The County Manager or designee will appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Tab I, Cover Letter/ Management Summary 10 CD Tab II, Business Plan 25 Tab III, Experience and Capacity of the Firm 30 Tab IV, Specialized Expertise of Team Members 25 E' Tab V, References 10 E TOTAL 100 Points ti Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the Consultant (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. This information will be based on information provided by the Consultant, subject to verification at the County's option. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. RFP CCNA Template_01202016 RFP_CCNATemplate 16 Packet Pg. 568 16.C.1.b 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and Collier County. a) Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Consultant, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Consultant or to re-advertise using the same or revised documentation, at its sole discretion. 0 U N O E N 0 C) N a) a) U, i— C) fa L rs 0 U_ O En Q) M Cr) U CS C) 0 CS RFP CCNA Template_01202016 RFP_CCNATemplate 17 Packet Pg. 569 16.C.1.b Exhibit Ill: Collier County Purchase Order Terms and Conditions 1. Offer and to comply with all carrier This offer is subject to cancellation by the regulations. Risk of loss of any goods COUNTY without notice if not accepted by sold hereunder shall transfer to the VENDOR within fourteen (14) days of COUNTY at the time and place of issuance. delivery; provided that risk of loss prior = to actual receipt of the goods by thea) 2. Acceptance and Confirmation COUNTY nonetheless remain with a) This Purchase Order (including all VENDOR. c documents attached to or referenced b) No charges will be paid by the COUNTY c therein) constitutes the entire agreement for packing, crating or cartage unless a between the parties, unless otherwise otherwise specifically stated in this 0 specifically noted by the COUNTY on the Purchase Order. Unless otherwise o face of this Purchase Order. Each delivery provided in Purchase Order, no invoices v of goods and/or services received by the shall be issued nor payments made ._ COUNTY from VENDOR shall be deemed to prior to delivery. Unless freight and o be upon the terms and conditions contained other charges are itemized, any in this Purchase Order. discount will be taken on the full amount m of invoice. No additional terms may be added and c) All shipments of goods scheduled on the > Purchase Order may not be changed except same day via the same route must be °' by written instrument executed by the consolidated. Each shipping container co COUNTY. VENDOR is deemed to be on must be consecutively numbered and o notice that the COUNTY objects to any marked to show this Purchase Order m additional or different terms and conditions number. The container and PurchaseEl cts contained in any acknowledgment, invoice Order numbers must be indicated on bill .: or other communication from VENDOR, of lading. Packing slips must show > notwithstanding the COUNTY'S acceptance Purchase Order number and must be or payment for any delivery of goods and/or included on each package of less than v- services, or any similar act by VENDOR. container load (LCL) shipments and/or with each car load of equipment. The c 3. Inspection COUNTY reserves the right to refuse or •r.r. All goods and/or services delivered return any shipment or equipment at f6 hereunder shall be received subject to the VENDOR'S expense that is not marked 0COUNTY'S inspection and approval and with Purchase Order numbers. coo payment therefore shall not constitute VENDOR agrees to declare to the M acceptance. All payments are subject to carrier the value of any shipment made co adjustment for shortage or rejection. All under this Purchase Order and the full c; defective or nonconforming goods will be invoice value of such shipment. N returned pursuant to VENDOR'S instruction d) All invoices must contain the Purchase c at VENDOR'S expense. Order number and any other specific N information as identified on the To the extent that a purchase order requires Purchase Order. Discounts of prompt 0 a series of performances by VENDOR, the payment will be computed from the date w COUNTY prosectivelY reserves the right to of receipt of goods or from date of cancel the entire remainder of the Purchase receipt of invoices, whichever is later. a� Order if goods and/or services provided Payment will be made upon receipt of a E early in the term of the Purchase Order are proper invoice and in compliance with v co non-conforming or otherwise rejected by the Chapter 218, Fla. Stats., otherwise COUNTY. known as the "Local Government 4. Shipping and Invoices Prompt Payment Act," and, pursuant to a) All goods are FOB destination and must the Board of County Commissioners be suitably packed and prepared to Purchasing Policy. secure the lowest transportation rates RFP CCNA Template_01202016 RFP_CCNATemplate 18 Packet Pg. 570 16.C.1.b 5. Time Is Of the Essence and transportation shall conform to all Time for delivery of goods or performance of applicable laws, including but not limited to services under this Purchase Order is of the the Occupational Health and Safety Act, the essence. Failure of VENDOR to meet Federal Transportation Act and the Fair delivery schedules or deliver within a Labor Standards Act, as well as any law or reasonable time, as interpreted by the regulation noted on the face of the Purchase COUNTY in its sole judgment, shall entitle Order. -c- the the COUNTY to seek all remedies availablern to it at law or in equity. VENDOR agrees to 9. Advertising o reimburse the COUNTY for any expenses No VENDOR providing goods and services _ incurred in enforcing its rights. VENDOR to the COUNTY shall advertise the fact that f6 c further agrees that undiscovered delivery of it has contracted with the COUNTY for o. nonconforming goods and/or services is not goods and/or services, or appropriate or U a waiver of the COUNTY'S right to insist make use of the COUNTY'S name or other c 0 upon further compliance with all identifying marks or property without the U prior written consent of the COUNTY'S u)specifications. o Purchasing Department. E 6. Changes N The COUNTY may at any time and by 10. Indemnification 0 written notice make changes to drawings VENDOR shall indemnify and hold harmless ` and specifications, shipping instructions, the COUNTY from any and all claims, > quantities and delivery schedules within the including claims of negligence, costs and ) general scope of this Purchase Order. expenses, including but not limited to N Should any such change increase or attorneys' fees, arising from, caused by or o decrease the cost of, or the time required for related to the injury or death of any person a) performance of the Purchase Order, an (including but not limited to employees and equitable adjustment in the price and/or agents of VENDOR in the performance of delivery schedule will be negotiated by the their duties or otherwise), or damage to > COUNTY and VENDOR. Notwithstanding property (including property of the COUNTY ,•• the foregoing, VENDOR has an affirmative or other persons), which arise out of or are obligation to give notice if the changes will incident to the goods and/or services to be `I decrease costs. Any claims for adjustment provided hereunder. c by VENDOR must be made within thirty (30) o days from the date the change is ordered or 11. Warranty of Non-Infringement as within such additional period of time as may VENDOR represents and warrants that all 0_ be agreed upon by the parties. goods sold or services performed under this -6 Purchase Order are: a) in compliance with rn 7. Warranties applicable laws; b) do not infringe any to VENDOR expressly warrants that the goods patent, trademark, copyright or trade secret; co and/or services covered by this Purchase and c) do not constitute unfair competition. N Order will conform to the specifications, drawings, samples or other descriptions VENDOR shall indemnify and hold harmless a furnished or specified by the COUNTY, and the COUNTY from and against any and all will be of satisfactory material and quality claims, including claims of negligence, costs c) production, free from defects and sufficient and expense, including but not limited to Q for the purpose intended. Goods shall be attorneys' fees, which arise from any claim, .. delivered free from any security interest or suit or proceeding alleging that the a� other lien, encumbrance or claim of any third COUNTY'S use of the goods and/or E party. These warranties shall survive services provided under this Purchase Order 0 inspection, acceptance, passage of title and are inconsistent with VENDOR'S y payment by the COUNTY. representations and warranties in section 11 Q (a). 8. Statutory Conformity Goods and services provided pursuant to If any claim which arises from VENDOR'S this Purchase Order, and their production breach of section 11 (a) has occurred, or is RFP CCNA Template_01202016 RFP_CCNATemplate 19 Packet Pg. 571 16.C.1.b likely to occur, VENDOR may, at the and acts of nature. When VENDOR has COUNTY'S option, procure for the COUNTY knowledge of any actual or potential force the right to continue using the goods or majeure or other conditions which will delay services, or replace or modify the goods or or threatens to delay timely performance of services so that they become non-infringing, this Purchase Order, VENDOR shall (without any material degradation in immediately give notice thereof, including all performance, quality, functionality or relevant information with respects to what additional cost to the COUNTY). steps VENDOR is taking to complete =a_-, delivery of the goods and/or services to the N 12. Insurance Requirements COUNTY. 0 The VENDOR, at its sole expense, shall Ta provide commercial insurance of such type 15. Assignment a and with such terms and limits as may be VENDOR may not assign this Purchase a) reasonably associated with the Purchase Order, nor any money due or to become due c o Order. Providing and maintaining adequate without the prior written consent of the 0 insurance coverage is a material obligation COUNTY. Any assignment made without -- of the VENDOR. All insurance policies shall such consent shall be deemed void. o be executed through insurers authorized or N eligible to write policies in the State of 16. Taxes 0 Florida. Goods and services procured subject to this n Purchase Order are exempt from Florida m 13. Compliance with Laws sales and use tax on real property, transient a) r In fulfilling the terms of this Purchase Order, rental property rented, tangible personal N VENDOR agrees that it will comply with all purchased or rented, or services purchased o federal, state, and local laws, rules, codes, (Florida Statutes, Chapter 212), and from ~a, and ordinances that are applicable to the federal excise tax. 6 conduct of its business. By way of non- c exhaustive example, this shall include the 17. Annual Appropriations > American with Disabilities Act and all The COUNTY'S performance and obligation prohibitions against discrimination on the to pay under this Purchase Order shall be <V basis of race, religion, sex creed, national contingent upon an annual appropriation of cNi origin, handicap, marital status, or veterans' funds. status. Further, VENDOR acknowledges o and without exception or stipulation shall be 18. Termination as fully responsible for complying with the This Purchase Order may be terminated at .� provisions of the Immigration Reform and any time by the COUNTY upon 30 days o Control Act of 1986 as located at 8 U.S.C. prior written notice to the VENDOR. This rn 1324, et seq. and regulations relating Purchase Order may be terminated n thereto, as either may be amended. Failure immediately by the COUNTY for breach by co by the awarded firm(s) to comply with the VENDOR of the terms and conditions of this laws referenced herein shall constitute a Purchase Order, provided that COUNTY has w breach of the award agreement and the provided VENDOR with notice of such d County shall have the discretion to breach and VENDOR has failed to cure E unilaterally terminate said agreement within 10 days of receipt of such notice. R immediately. Any breach of this provision may be regarded by the COUNTY as a 19. General Q material and substantial breach of the a) This Purchase Order shall be governed c contract arising from this Purchase Order. by the laws of the State of Florida. The E venue for any action brought to U 14. Force Majeure specifically enforce any of the terms and cti Neither the COUNTY nor VENDOR shall be conditions of this Purchase Order shall :-:"C responsible for any delay or failure in be the Twentieth Judicial Circuit in and performance resulting from any cause for Collier County, Florida beyond their control, including, but without b) Failure of the COUNTY to act limitation to war, strikes, civil disturbances immediately in response to a breach of RFP CCNA Template_01202016 RFP_CCNATemplate 20 Packet Pg. 572 16.C.1.b this Purchase Order by VENDOR shall accordance with Florida Statute Chapter not constitute a waiver of breach. 112.061, Per Diem and Travel Waiver of the COUNTY by any default Expenses for Public Officers, employees by VENDOR hereunder shall not be and authorized persons. deemed a waiver of any subsequent e) In the event of any conflict between or default by VENDOR. among the terms of any Contract c) All notices under this Purchase Order Documents related to this Purchase shall be sent to the respective Order, the terms of the Contract a) addresses on the face page by certified Documents shall take precedence over mail, return receipt requested, by the terms of the Purchase Order. To the overnight courier service, or by personal extent any terms and /or conditions of delivery and will be deemed effective this Purchase Order duplicate or overlap upon receipt. Postage, delivery and the Terms and Conditions of the °; other charges shall be paid by the Contract Documents, the provisions of sender. A party may change its address the Terms and/or Conditions that are 0 for notice by written notice complying most favorable to the County and/or N with the requirements of this section. provide the greatest protection to the O d) The Vendor agrees to reimbursement of County shall govern. any travel expenses that may be m associated with this Purchase Order in m m m m m ti N O cc 0 O CO co r C) U f6 . U f4 RFP CCNA Template_01202016 RFP_CCNATemplate 21 Packet Pg. 573 Exhibit IV: Additional Terms and Conditions for RFP 16.C.1.b 1. Insurance and Bonding Requirements The Consultant shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Consultant shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Consultant waive against each other and the County's separate Consultants, a, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the o proceeds of such insurance. The Consultant and County shall, where appropriate, require similar g waivers of subrogation from the County's separate Consultants, Design Consultants and Subcontractors 11- and shall require each of them to include similar waivers in their contracts. 0 v Collier County shall be responsible for purchasing and maintaining, its own liability insurance. y Certificates issued as a result of the award of this solicitation must identify "For any and all work g performed on behalf of Collier County." 0 a) F2 The General Liability Policy provided by Consultant to meet the requirements of this solicitation shall ; name Collier County, Florida, as an additional insured as to the operations of Consultant under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The a Certificates of Insurance must state the Contract Number, or Project Number, or specific Project .2 description, or must read: For any and all work performed on behalf of Collier County.The "Certificate Holder" should read as follows: •• ti N Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in .o Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and Go endorsements or their equivalents. If Consultant has any self-insured retentions or deductibles under °' any of the below listed minimum required coverage, Consultant must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Consultant's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until c the date of completion and acceptance of the scope of work by the County or as specified in this Q solicitation, whichever is longer. The Consultant and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Consultant. The Consultant shall a also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Consultant from its insurer and nothing contained herein shall relieve Consultant of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Consultant RFP CCNA Template_01202016 RFP_CCNATemplate 22 Packet Pg. 574 16.C.1.b hereunder, Consultant shall immediately take steps to have the aggregate limit reinstated to t extent permitted under such policy. Should at any time the Consultant not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Consultant for such coverage(s) purchased. If Consultant fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Consultant under this Agreement or any other agreement between the County and Consultant. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any a, of its rights under the Contract Documents. o If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the T scope of work, the Consultant shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the 2 Consultant to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. N O 2. Offer Extended to Other Governmental Entities 0 Collier County encourages and agrees to the successful Consultant extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the ; a) successful Consultant. 3. Additional Items and/or Services ~ Additional items and / or services may be added to the resultant contract, or purchase order, in .;° compliance with the Purchasing Policy. 4. County's Right to Inspect N The County or its authorized Agent shall have the right to inspect the Consultant's facilities/project site a during and after each work assignment the Consultant is performing. etU 5. Vendor Performance Evaluation cn The County has implemented a Vendor Performance Evaluation System for all contracts awarded in m excess of $25,000. To this end, vendors will be evaluated on their performance upon CO completion/termination of this Agreement. N 6. Additional Terms and Conditions of Contract au Collier County has developed standard contracts/agreements, approved by the Board of County 7 Commissioners (BCC). The selected Consultant shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. g The resultant contract(s) may include purchase or work orders issued under one, or any combination of U price methodologies by the County's project manager: EI Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices RFP CCNA Template_01202016 RFP_CCNATemplate 23 Packet Pg. 575 presented, rather, the contractor must perform to the satisfaction of the County's project manag..16.C.1.b before payment for the fixed price contract is authorized. Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.)for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification required). The County reserves the right to include in any contract document such terms and conditions, as it o deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract N is available upon request. The County will not be obligated to sign any contracts, maintenance and/or 0 service agreements or other documents provided by the Consultant. The County's project manager, shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. I- 7. Public Records Compliance The Vendor/Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. 8. Work Orders on Fixed Term Contracts 0 The County reserves the right to order such services from selected firms as may be required during said period, but does not guarantee any minimum or maximum services to be ordered during the period specified from any given firm. Work Order service assignments shall be at the sole discretion of the co County. a; CD CD The contracts are classified as fixed-term Countywide Agreements for various and miscellaneous consulting or design services which will be utilized on an as-needed basis. Assignments shall be implemented with Work Orders subject to a maximum of $200,000 per Work Order. Work Order assignments in excess of$200,000 shall be approved by the Board of County Commissioners. .) f4 Should any project that is active on a work order extend past the contract termination date, that work order will be active and extended as necessary until completion of such project. 9. Payment Method f4 Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, a Florida Statutes. Vendor's invoices must include: • Purchase Order Number RFP CCNA Template_01202016 RFP_CCNATemplate 24 Packet Pg. 576 16.C.1.b • Description and quantities of the goods or services provided per instructions on the CL, purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 c Or emailed to: bccapclerk(th,collierclerk.com. s7 Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. 0 Payment methods include: • Traditional - payment by check, wire transfer or other cash equivalent. • Standard - payment by purchasing card. Collier County's Purchasing Card Program is supported 0 by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules o for VISA Merchants and MasterCard Merchant Rules. c The County may not accept any additional surcharges (credit card transaction fees) as a result of using n the County's credit card for transactions relating to this solicitation. The County will entertain bids rx clearly stating pricing for standard payment methods. An additional separate discounted price for o traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional o Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be > submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that , prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for N payment without prior approval from the Project manager. All invoices should be submitted within the �- fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices o submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. TD- Payments Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of 2, contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. °' Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance Q with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. RFP CCNA Template_01202016 RFP_CCNATemplate 25 Packet Pg. 577 16.C.1.b 10. Environmental Health and Safety All Consultants and Sub Consultants performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Consultants and Sub Consultants shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Consultant's work operations. This •N provision is non-negotiable by any department and/or Consultant. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE 0 Protective labels. •� 0 11. Licenses 0 The Consultant is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all a applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. N Additionally, copies of the required licenses must be submitted with the proposal response o indicating that the entity proposing, as well as the team assigned to the County account, is d properly licensed to perform the activities or work included in the contract documents. Failure on fl the part of any Consultant to submit the required documentation may be grounds to deem 'g-; Consultant non-responsive. A Consultant, with an office within Collier County is also required to have > an occupational license. ti N All State Certified contractors who may need to pull Collier County permits or call in inspections must "" complete a Collier County Contractor License registration form and submit the required fee. After o registering the license/registration will need to be renewed thereafter to remain "active" in Collier County U If you have questions regarding professional licenses contact the Contractor Licensing, Community c Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions o, regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252-2477. 12. Survivability Work Orders: The Consultant/Contractor/Vendor agrees that any Work Order that extends beyond the expiration date of Solicitation 16-6639 Variable TDS Reverse Osmosis Conceptual Design will survive 7 and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. 13. Principals/Collusion .3 By submission of this Proposal the undersigned, as Consultant, does declare that the only person or P persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. RFP CCNA Template_01202016 RFP_CCNATemplate 26 Packet Pg. 578 16.C.1.b 14. Relation of County It is the intent of the parties hereto that the Consultant shall be legally considered an independent Consultant, and that neither the Consultant nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Consultant, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 15. Termination Should the Consultant be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may o terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. U 16. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be o lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. 0 Firms and their agents are not to contact members of the County Commission for such purposes as v meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to f2 this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this o provision may serve as grounds for disqualification for award of this contract to the firm. H a, 17. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the N document may be submitted with the solicitation response and the document number shall be identified. c Firms who do not provide the certificate of authority at the time of response shall be required to provide 2 same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. o 18. Single Proposal Each Consultant must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a w primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this Q requirement will be deemed non-responsive and rejected from further consideration. a, In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. RFP CCNA Template_01202016 RFP_CCNATemplate 27 Packet Pg. 579 16.C.1.b 19. Protest Procedures Any prospective vendor/ proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County's then current purchasing ordinance and policies. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar g, days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 0 0 20. Public Entity Crime 0 A person or affiliate who has been placed on the convicted Consultant list following a conviction for a g public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or 0 services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies ; on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY 1— TWO for a period of 36 months following the date of being placed on the convicted Consultant list. 21. Security and Background Checks If required, Consultant / Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all N employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint 2 check, credit reports, education, residence and employment verifications and other related records. g Contractor shall be required to maintain records on each employee and make them available to the o •-- County for at least four(4) years. cn rn M 22. Conflict of Interest CD Consultant shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and a does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 23. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida . Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified RFP CCNA Template_01202016 RFP_CCNATemplate 28 Packet Pg. 580 16.C.1.b period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. im 16.0 termination of any contract held by the individual and/or firm for cause. 24. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any .rn other employment eligibility verification requirements. The program will be used for Collier County formal o Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. a a, Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners 0 Consultants / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of o their enrollment, at the time of the submission of the Consultant's/bidder's proposal. Acceptable c, evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the a fully executed E-Verify Memorandum of Understanding for the company. Consultants are also required a to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply w with the E-Verify Program. The affidavit is attached to the solicitation documents. If the o Bidder/Consultant does not comply with providing the acceptable E-Verify evidence and the H executed affidavit the bidder's / Consultant's proposal may be deemed non-responsive. Additionally, Consultants shall require all subcontracted Consultants to use the E-Verify system for all > purchases not covered under the "Exceptions to the program" clause above. N For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the Consultant's responsibility to 0 familiarize themselves with all rules and regulations governing this program. U Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be o fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as C located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. c6 U f4 RFP CCNA Template_01202016 RFP_CCNATemplate 29 Packet Pg. 581 16.C.1.b Co`tier Cott ty Administrative Services Department Procurement Ser vices Division Attachment 1: Consultant's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Consultants not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, c, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. a 0 We are not responding to CCNA Solicitation 16-6639 Variable TDS Reverse Osmosis Conceptual Design for the following reason(s): 0 U ❑ Services requested not available through our company. N ❑ Our firm could not meet specifications/scope of work. (� Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) N [— Project is too small. cn n Insufficient time allowed for preparation of response. o a) Incorrect address used. Please correct mailing address: ca cc N n Other reason(s): '_; 0 O rn to Name of Firm: N Address: ca0 City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date RFP CCNA Template_01202016 RFP_CCNATemplate 30 Packet Pg. 582 16.C.1.b CoMier G.:,ouFaty Administrative Services Department Procurement Services Division Attachment 2: Consultant Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Consultant should check off each of the following items as the necessary action is completed: a, ❑ The Proposal has been signed. ❑ Ta All applicable forms have been signed and included, along with licenses to complete the requirements d of the project. 0 U ❑ Any addenda have been signed and included. 0 ❑ The mailing envelope has been addressed to: 0 Collier County Government 12 Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Swainson Hall, Procurement Strategist f- CCNA Solicitation: 16-6639 Variable TDS Reverse Osmosis Conceptual Design ,� E The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ti 7 The Proposal will be mailed or delivered in time to be received no later than the specified due date `! and time. (Otherwise Proposal cannot be considered.) (- If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all relatedcn documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. to ED N ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE lt OUTSIDE OF THE COURIER PACKET Name of Firm: (9 Address: a) City, State, Zip: ra Telephone: Email: RFP CCNA Template_01202016 RFP_CCNATemplate 31 Packet Pg. 583 16.C.1.b Representative Signature: Representative Name: Date 0 l4 C) U O 0 w N O N 0 C) N I- C) > C) 0 C— C) ct CC N- N et N 0 CC U O 03 M CO CD CO N E U CC a) U CC RFP CCNA Template_01202016 RFP_CCNATemplate 32 Packet Pg. 584 16.C.1.b Collier County Administrative Services Department Procurement Services Division Attachment 3: Conflict of Interest Affidavit By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; _ and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully rn N disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Procurement Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. o y Firm: O Signature and Date: N Print Name Title of Signatory o F— .73 State of ti County of N SUBSCRIBED AND SWORN to before me this day of , o 20 by , who is personally known to me to be the for the Firm, OR who produced the following identification :o • rn C) M CD Notary Public a) My Commission Expires ca a7 Q RFP CCNA Template_01202016 RFP_CCNATemplate 33 Packet Pg. 585 16.C.1.b Coder Caps.-:Ey Administrative Services Department Procurement:SeR!ces Division Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex a, Naples, Florida 34112 RE: CCNA Solicitation: 16-6639 Variable TDS Reverse Osmosis Conceptual Design Dear Commissioners: c 0 U The undersigned, as Consultant declares that this proposal is made without connection or arrangement with 0 any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. o The Consultant agrees, if this proposal is accepted, to execute a Collier County document for the purpose of CD: establishing a formal contractual relationship between the firm and Collier County, for the performance of all N requirements to which the proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced CCNA Solicitation. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , o 200_ in the County of , in the State of co Firm's Legal Name: Address: cn.� N_ City, State, Zip Code: _ Florida Certificate of »° Authority Document Number o cn Federal Tax co Identification Number CCR # or CAGE Code Telephone: 0 FAX: Signature by: (Typed and written) Title: RFP CCNA Template_01202016 RFP_CCNATemplate 34 Packet Pg. 586 Additional Contact Information 16.C.1.b Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State,ZIP a) N Telephone: FAX: Email: U Office servicing Collier County to place orders N (required if different from above) O Contact name: 0 Title: a> N 47 Address: CC City, State, ZIP a, Telephone: ra Email: t° N O U O U) M co co C a7 E U fa a1 .0 U fa RFP CCNA Template_01202016 RFP_CCNATemplate 35 Packet Pg. 587 16.C.1.b CoL6er Countv Administrative Services Department Procurement Services Dr'ison Attachment 5: Immigration Affidavit Certification CCNA Solicitation: 16-6639 Variable TDS Reverse Osmosis Conceptual Design This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Consultants / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of . the submission of the Consultant's/bidder's proposal. Acceptable evidence consists of a copy of the properly o completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the .1 E-Verify program may deem the Consultant/ Bidder's proposal as non-responsive. m Collier County will not intentionally award County contracts to any Consultant who knowingly employs unauthorized (j alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section y 274A(e) of the Immigration and Nationality Act("INA"). E Collier County may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A (e) O of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall be grounds for unilateral termination of the contract by Collier County. d a) Consultant attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Consultant's/ Bidder's proposal. f° ca Corpany Name N Print Name Title Csi Signature Date o :r State of 0 County of Cl) M The foregoing instrument was signed and acknowledged before me this day ofCD , 20 , by who has produced as identification. (Print or Type Name) (Type of Identification and Number) E U Notary Public Signature ;a Printed Name of Notary Public a) U Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. RFP CCNA Template_01202016 RFP_CCNATemplate 36 Packet Pg. 588 16.C.1.b Co[€ier Gar,mty Administrative Services Department Procurement Services Division Attachment 6: Consultant Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be c used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name mc (as shown on income tax return) Business Name V (if different from taxpayer name) Address City rn E State Zip p m Telephone FAX Email m` m Order Information Remit/Payment Information CC to Address Address City State Zip City State Zip ca FAX FAX Email Email N vtN 2. Company Status (check only one) 0 Individual/Sole Proprietor —Corporation —Partnership Tax Exempt (Federal income tax-exempt entity —Limited Liability Company — under Internal Revenue Service guidelines IRC rn 501 (c)3) Enter the tax classification rn (D =Disregarded Entity, C= Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) csi Federal Tax Identification Number(TIN) (Consultants who do not have a TIN,will be required to provide a social security number prior to an award). ;a v.+ 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date U f6 Title Phone Number RFP CCNA Template_01202016 RFP_CCNATemplate 37 Packet Pg. 589 16.C.1.b Goer Caunty Administrative Se.niices Department Procurement Services Div'sion Attachment 7: Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements a, N d 2. ® Employer's Liability $1.000,000 single limit per occurrence Ca 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 0 4. ® Indemnification To the maximum extent permitted by Florida law, the 0 Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and a) paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance a) of this Agreement. - ra 4. ❑ Automobile Liability $ 1.000.000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑ WatercraftN $ Per Occurrence noted: E United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. i $ Per Occurrence .o Go ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to a) the completion of the work. $ Per Occurrence tD CD ElAircraft Liability coverage shall be carried in limits of not less than `1' $5,000,000 each occurrence if applicable to the completion of the Services m under this Agreement. $ Per Occurrence 0 ❑ Pollution $ Per Occurrence ® Professional Liability $1.000.000 per claim and in the aggregate 7.3 • $1,000,000 per claim and in the aggregatera • $2,000,000 per claim and in the aggregate E Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence RFP CCNA Template_01202016 RFP_CCNATem plate 38 Packet Pg. 590 16.C.1.b ❑ Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. .,. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5%of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. a • 7. ® Performance and For projects in excess of$200,000, bonds shall be submitted with the o Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. tea. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-" or better as to o general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. N 8. ® Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the c required insurance provisions. F- 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercia General Liability where required. J. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County (or Collier MPO). The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty (30) Days Cancellation Notice required. 0 RLC 4/29/2016 rn tD Consultant's Insurance Statement CO We understand the insurance requirements of these specifications and that the evidence of insurability may be `4' required within five (5) days of the award of this solicitation. a`-, Name of Firm Date Consultant Signature Print Name w Insurance Agency Agent Name Telephone Number RFP CCNA Template_01202016 RFP_CCNATemplate 39 Packet Pg. 591 16.C.1.b Gower County Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire Solicitation: 16-6639 Variable TDS Reverse Osmosis Conceptual Design Reference Questionnaire for: (Name of Company Requesting Reference Information) C N a) (Name of Individuals Requesting Reference Information) o ca Name: Company: a (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) a) U C Email: FAX: Telephone: t) N y 0 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in E the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a 0 client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of (13 your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual a) again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." m ix0 Project Description: Completion Date: F-- m .a as Project Budget: Project Number of Days: ca > Item Citeria Score N 1 Ability to manage the project costs (minimize change orders to scope). N 2 Ability to maintain project schedule (complete on-time or early). o ai 3 Quality of work. .6 -6- 4 4 Quality of consultative advice provided on the project. cn Cr) M 5 Professionalism and ability to manage personnel. J`J(.0 J?o to 6 Project administration (completed documents, final invoice, final product turnover; c.i invoices; manuals or going forward documentation, etc.) c a) 7 Ability to verbally communicate and document information clearly and succinctly. ca 8 1 Abiltity to manage risks and unexpected project circumstances. Q 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. a� E C r 10 Overall comfort level with hiring the company in the future (customer satisfaction). 0 as TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: By RFP CCNA Template_01202016 RFP_CCNATemplate 40 Packet Pg. 592 16.C.1.c CO ler Email: SwainsonHall©colliergov.net County Telephone: (239) 252-8935 Administrative Services Division FAX: (239) 252-6334 Purha-sing ADDENDUM #1 Memorandum S a) u) a) c Date: June 9, 2016 c a a) From: Swainson Hall, Procurement Strategist 0 00 To: Potential Proposers 0 0 Subject: Addendum #1 — 16-6639 Variable TDS Reverse Osmosis Conceptual Design N 0 The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: > a) rx CHANGE: o F- a) 1. Update to Due Date E m r. Current Due Date—Tuesday, June 14, 2016 at 3:00PM as Updated Due Date—Thursday, June 30, 2016 at 3:00PM Ps N Tr 2. Updated Document with the word, "Contractor" removed `=' P 3. Previous studies and RFP Referenced Documentation (See Attached) .a c a) If you require additional information please contact me using the above contact information. M CD c: Oscar Martinez, Project Manager M a) P U roQ C a) U CE Y Packet Pg. 593 WT0605161133SWF June 30, 2016 Variable TDS Reverse Osmosis Conceptual Design CCNA Solicitation 16-6639 Statement of Qualifications Submitted to: Master TAB I Cover Letter/ Management Summary TAB ICover Letter/Management Summary I-1 June 30, 2016 Collier County Government Purchasing Department 3327 Tamiami Trail East Naples, FL 34112 Attn: Swainson Hall, Procurement Strategist RE: CCNA Solicitation - #16-6639 Variable TDS Reverse Osmosis Conceptual Design Dear Mr. Hall and Members of the Selection Committee: Collier County Public Utilities Department – Planning & Project Management Division (County) requires an experienced and technically savvy engineering firm to provide options to manage increased total dissolved solids (TDS) concentrations at the North County Regional Water Treatment Plant (NCRWTP). The chosen consultant firm will provide a conceptual design of modifications to the reverse osmosis (RO) treatment process at the WTP, including an opinion of probable construction cost and a schedule for implementation. CH2M is that firm! With our extensive RO experience throughout Florida, the US, and worldwide, combined with our institutional knowledge of Collier County, our staff has the skills and expertise required to successfully and cost-effectively deliver the Variable TDS Reverse Osmosis Conceptual Design Project. The CH2M team has the resources to deliver all services that will be required as part of this project. CH2M has extensive RO/Membrane experience in Florida and worldwide. Within Tab III: Experience and Capacity of Firm, CH2M has provided an overview of our firm’s experience in this area, followed by detailed descriptions showcasing our relevant project work with variable TDS source water, desalination evaluation, and desalination design. We have successfully completed more than 200 desalination studies and pilots and has been instrumental in the delivery of more than 30 operating brackish water RO and 10 operating seawater RO facilities worldwide. Our team includes a multi-disciplined local Naples staff supported by the extensive, specialized resources of the CH2M network, assuring both rapid responsiveness and unparalleled technical expertise. CH2M maintains an integrated network of more than 170 offices worldwide, with more than 22,000 professional and support personnel, including more than 800 staff in Florida. We have provided a variety of professional engineering services for local clients, including Collier County, Lee County, Bonita Springs, and Marco Island, bringing to this project established working relationships with area consultants, agencies, utilities, and stakeholders, as well as an in-depth knowledge of the local sites, conditions, and challenges inherent to our region. CH2M team members routinely work together and offer an “integrated” team approach to providing successful project solutions. CH2M will be responsible for project management, capacity analysis, and preparation of design criteria package plans and specifications for this project. To add specialized expertise and augment our capabilities, CH2M has teamed with Water Science Associates (WSA) for hydrogeological services. WSA Firm Principals leverage over 50 years of & CH2M 5801 Pelican Bay Blvd Suite 505 Naples, FL 34108 Tel 239.596.1715 Fax 239.596.2579 I-2 combined experience in water resource evaluation, permitting, and facility design and construction throughout Florida and the Caribbean. Principal Kirk Martin, PG was the former lead hydrologist with a nationally recognized engineering and infrastructure firm and Brian Barnes was the former director of South Florida operations for an international infrastructure and environmental consulting firm. Kirk’s experience includes serving as the Technical Director for the Collier County Wellfield Reliability Improvements and Expansion Program from 2004-2014. The CH2M Team offers the County the right combination of local knowledge and experience with direct access to industry recognized technical experts CH2M brings to this project a history of working in Collier County since 1977. We know Collier County’s systems and operations and bring an acute understanding of local conditions, as well as the County’s staff, local subcontractors, contractors, and consultants. CH2M has worked at the NCRWTP facility upgrading water treatment systems along with the local facility staff, giving us recent in-depth water treatment process familiarity. Team member, WSA, is the designer for the NCRWTP wellfield and thoroughly understands the issues contributing to the increasing source water TDS. This unparalleled recent source and treatment experience at the NCRWTP gives CH2M an incomparable understanding of the issues faced during analysis and design of the treatment facility. Our proposed Project Manager, Joe Elarde, P.E., is known to County staff and is well qualified to serve as the Project Manager and Task Leader. Based in our Naples office, he is a nationally recognized specialist in membrane technologies—more than 19 years of water treatment planning and design experience, and 21 years of membrane process experience working on projects that include study, design, permitting, construction, startup, and operation of membrane filtration, nanofiltration, brackish water reverse osmosis, and seawater desalination facilities all over the U.S., including many in Florida. CH2M has established an international reputation in developing and applying desalination technology for municipal facilities. A leader in the study and design of desalination facilities, we have an extensive knowledge of alternative desalination treatment processes and what will be critical for additional support and optimization. As detailed in Tab III, Experience and Capacity, we are confident that no other firm in the nation has the pilot-, demonstration-, and full-scale operational experience with desalination treatment that CH2M has to offer the County. This experience gives us a unique insight into the strengths and weaknesses of the process, and it will allow us to evaluate and identify the most appropriate and cost-effective process for local requirements. We encourage Collier County to contact the references we have included in Tab V References to verify our performance on similar projects. To increase familiarity with local conditions that may affect the performance of the work included in this RFP, CH2M’s Joe Elarde and G.J. Schers conducted a site visit at the NCRWTP on June 6, 2016 at 9:30am. During the site visit, CH2M carefully reviewed existing RO system and overall water treatment process components to understand how the existing treatment components will impact modifications for variable TDS desalination. We inspected facility treatment equipment, observed operations, and took photos of the existing conditions, including pretreatment components, RO system process and mechanical components, post treatment History of working with Collier County and institutional knowledge of your systems,operations, and staff allows us to start work immediately upon NTP Project organization that provides all required resources under the direction of a proven, experienced Project Manager streamlines project delivery and minimizes schedule Proven methodologies and lessons learned on the successful delivery of similar projects ensures the County that you will receive the best option for a viable and cost effective process 1 2 3 2 1 3 I-3 components, and the control system. All of these local conditions may have an impact on the evaluation of options and the RO system modifications design. After reviewing our response to the Request for Proposals, we trust that you will feel as we do; that the experience, depth, and flexibility of the CH2M team offers Collier County the greatest advantage in completing a quality project on time and within budget. We look forward to working on the variable TDS Reverse Osmosis Conceptual Design project and continuing our successful partnership on the County. Sincerely, CH2M HILL Engineers, Inc. William D. Beddow, P.E. Joe Elarde, P.E. Vice President and Principal-in-Charge Project Manager 239-596-8989 x59207 239-404-7034 bill.beddow@ch2m.com joe.elarde@ch2m.com TAB II Business PlanTAB IIBusiness Plan II-1 Detailed Plan of Approach Project Understanding The existing North County Regional Water Treatment Plant (NCRWTP) has been operational since 1993 utilizing membrane technology to treat groundwater. The nanofiltration (NF) system softens water from the shallow Tamiami Aquifer and has a rated capacity of 12 mgd. The brackish water reverse osmosis (BWRO) system was added in the late 1990’s and desalinates water from the deeper Lower Hawthorn Aquifer, which is part of the Floridan Aquifer System. The BWRO system has a rated capacity of 8 mgd. It contains typical treatment processes for a brackish groundwater system, including sand separation, cartridge filtration, sulfuric acid and scale inhibitor addition for pre-treatment, two-stage single-pass reverse osmosis with inter-stage boost energy recovery for main treatment, and degasification, chlorine disinfection and chemical additions for post treatment. The NF and RO permeates are combined prior to degasification. Also, the NF and RO concentrates are combined, re-pumped and discharged into an on-site deep injection well system. Exhibit II-a depicts a simplistic process schematic. Soon after startup of the BWRO system in 1999, five wells (e.g. RO-001 through RO-004 and RP-006) experienced rapid increases in salinity. Within two years (2000-2001), total dissolved solids (TDS) levels in the EXHIBIT II-a NCRWTP Process Schematic II-2 wells went up from 5,000 to 20,000 mg/L, and that water could not be treated with the existing BWRO system. The source of saline water was studies and was believed to be underlying more saline aquifers, with conduits to the production zone, and not related to upward migration from the deep injection well system. The wells are completed at a depth between 700 and 900 feet below land surface, have short open-hole interval in a high transmissive formation, resulting in well productivities of around 2,000 to 2,500 gpm. Efforts were made to rehabilitate well RO-006 by back plugging part of the open hole to stop salt groundwater inflow, at the sacrifice of production, however these efforts were not successful. Therefore, the wells have been largely unused. Since 2002, additional, less saline wells were added further east to maintain the production capacity of the WTP. The wellfield information from Collier County was showcased in a recent paper presented at the 2015 FSAWWA conference in Orlando by one of CH2M team members (Exhibit II-b on following page). The paper also presented other Floridan wellfields with similar water quality issues and best practices described to overcome the issue. Between 2005 and 2010, several consultants studied the TDS increases in the wellfield as well as different aspects of the plant, however additional membrane treatment technology to treat saline water was not yet implemented by Collier County. In the late 2000’s the BWRO trains were fitted with inter-stage turbine energy recovery devices (ERDs) to preserve energy and increase the source water TDS level that the RO trains could treat. This project envisions the development of a preliminary design for the most cost-effective solution to handle variable TDS water, ranging from 3,000 to 20,000 mg/L from the current Hawthorn aquifer and potential Avon Park aquifer while maintaining the plant rated capacity at 8.0 mgd. At this stage it is uncertain how the raw water quality will develop in the wells under more continued production. Therefore, Collier County is looking for a solution which is affordable, flexible, adjustable and implementable in phases. It is envisioned that the preferred solution will be implemented via a future design-build phase of the project. The preliminary design will be used as part of the design criteria procurement package. Collier County’s aim is to continue using the existing infrastructure, modified to suit the high TDS water in their productive wells, while also capable of treating existing TDS water efficiently, and either limit further migration of bad quality water to other production wells or clean up the area of bad water quality altogether. Since 2008, CH2M has been working successfully for Collier County on several upgrades projects at the NCRWTP. These projects started with the evaluation and conceptual design for the addition of inter-stage turbine ERDs on the existing RO trains in conjunction with Florida Power & Light. More recent improvement projects at the CRWTP include design and services during construction (SDC) of higher capacity finished water transfer pumps, design and SDC of new degasifier drop pipes, evaluation of WTP post-treatment degasification efficiency, design of a liquid fluoride storage and feed system, and the refurbishment of existing NF trains (ongoing). Through these projects, CH2M has become very familiar with the process equipment and infrastructure at the NCRWTP, the existing operations and maintenance and specific pitfalls at the existing site. Also, following the instructions on page 9 in the Request for Proposal, CH2M visited the NCRWTP site on June 6, 2016 to become even more familiar with local conditions. Implement the most cost-effective and flexible treatment solution to handle variable TDS raw water while maintaining existing production capacity at NCRWTP. This enables to use of the highly productive – though saline – on-site wells with the intent to limit the migration of bad water quality to other wells in the wellfield. Project Objective II-3 EXHIBIT II-b CH2M Understands Water Quality Degradation in the Floridan Aquifer Collier County North and South RO systems were showcased in a 2015 FSAWWA paper “Salinity increase in the Upper Floridan Aquifer Wellfields in South Florida: What have we learned and how do we plan new systems?” by one of CH2M team members. As part of this paper, Collier County’s well water quality was collected and analyzed for trends and abnormalities. One section in the paper regarding the Northern wellfield is summarized below: “Wells RO-001 through RO-004 and RO-006 at the western end of the wellfield which are producing from the Lower Hawthorn Aquifer experienced rapid increases in salinity shortly after they were placed into operation. Chloride concentration of water samples obtained from these wells during 2000 and 2001 ranged from approximately 2,000 to 3,000 mg/L. Chloride concentrations in these wells increased to between 6,000 to 10,000 mg/L within two year of operation. A total of 19 additional production wells have been added to date to increase raw water supply capacity to the RO WTP. Individual well yields in the wellfield generally range from 500 to 700 gpm with chlorides concentrations ranging from 850 mg/L to 3,000 mg/L. In the Northern wellfield, 21% of the wells have seen a chloride increase of 5% or higher during each 12 months of operation. The ‘bad’ wells are 001, 002, 003, and 004 and to a lesser extend 009…” The graphics depicting combined raw water chloride trends of both Collier County’s wellfields (left) and individual chloride increase in each northern well (right). Wells 002, 003 and 004 saw a significant chloride increase with current levels around or just above 10,000 mg/L. This salt increase is however not consistent across all constituents. Whereas chloride, TDS, magnesium, sulfate and sodium almost quadrupled within that period, other constituents (not shown in graphics) like calcium and bicarbonate only less than doubled and again others like fluoride, strontium and barium hardly increased at all. This in-depth understanding of water quality degradation and trending is important for the solution developed for Collier County to treat groundwater with variable TDS levels. Work Plan Interactive Workshop Decision Making Approach CH2M uses an interactive decision and design workshop approach in its preliminary decision-making and subsequent design processes. This interactive workshop approach is used to:  Solicit client direction  Rapidly sort through options  Evaluate technical, economical, operational benefits  Gain input from national experts and relevant project experience  Solidify optimal treatment approach for the variable TDS treatment system  Develops and documents a sound and defensible decision approach II-4 Workshops will be conducted with the County throughout the process selection and preliminary design process to review treatment options, consider non-cost criteria, and review projected costs including construction, operations and maintenance (O&M) and overall lifecycle costs of different options. Process Selection Tools The CH2M team has extensive experience with treatment process analysis, and multi-variable benefit–cost analysis to select treatment process schemes, including process evaluation and testing, cost-benefit analysis of selected process, process selection, and design and construction. We often use a pair- wise comparison to help develop and rank criteria that are most important to the County at the planning level before implementing design. The analysis will incorporate a life cycle analysis to ensure that O&M cost is included in the design selection. Non-cost criteria should consider reliability, O&M considerations, and possibly environmental considerations that may drive selection of an option that is not necessarily the lowest cost. Design, Costing, and Optimization Tools CH2M HILL’s proprietary technology and costing models effectively capture our best practices and will help Collier County quickly and cost-effectively find a true optimum solution. We have developed and successfully applied a variety of simulation and optimization modeling tools that quickly and accurately estimate capital, O&M, and life-cycle costs, treatment performance, and system control. These one-of-a-kind models include CPES™ (our CH2M Parametric Cost Estimating System tool), Replica™ (our dynamic treatment simulation model), Source™ (our water treatment mass balance tool), Preview™ (our facility visualization tool), Voyage™ (our complex decision support model), and SI Port™ (our sustainability tool). We have linked major membrane treatment manufacturer projection software into our process models to ensure that we use the most-up-to-date membrane performance information. Specifically, this project will heavily use CPES which is a proprietary conceptual design and cost estimating tool that generates quick, accurate, and detailed cost estimates at the conceptual stage of the project. CPES costs are based on general arrangement drawings derived from real projects and project specific process design criteria. Using algorithms built into the model, the system generates project-specific facility designs and construction and lifecycle cost estimates. Compared with traditional conceptual estimating techniques, CPES yields a much clearer picture of the project’s unique scope in a fraction of the time. We will use CPES to quickly develop detailed comparative construction, O&M and life cycle costs for candidate alternative Component ranking with cost-benefit analysis will highlight optimum treatment solutions. Preview™ will help Collier County visualize different treatment options early during conceptual design. These models are refined during subsequent conceptual design. Replica™ will allow an analysis of all combinations of water quality and treatment options in a virtual water treatment environment without the need to use constraint that may only help find apparent optimum solutions. Process •Track components (Water Quality) –Treatment processes –Separation –Reactions HYDRAULICS PROCESS I & c COMPLETE DYNAMIC SYSTEM MODEL OPTIMIZATION Hydraulics •Move fluids through system –Pipes –Pumps –Valves –Storage Instrumentation & Controls •Drives system operation –Measuring devices –Transmitters –Control Algorithms II-5 treatment options to give Collier County real comparative costs. Preview™ will be used to help Collier County visualize the different options developed in CPES before final selection. Replica™ will be used to model different combinations of source water quality and treatment process options to determine the true optimum lifecycle cost options without the need to make estimations to simplify the analysis that can find apparent optimum solutions instead of true optimum solutions. Integrated process selection and design development with advanced design tools such as these will be used to find the best solution. Task 1 - Project Kick Off and Information Review This task provides the foundation for the project. It will confirm Collier County’s project objectives, define the analytical framework for developing and evaluating alternatives and guide the collection, review and summary of information. Gaps in information will be identified and actioned in coordination with Collier County. An example of information, that is not yet available but would need to be collected, is the current (extensive) water quality data of the affected wells beyond conductivity and TDS, in particular the constituents causing membrane scaling/fouling. Key sub-tasks for this task include the following:  Hold kick off meeting to: o Confirm project objectives, scope, schedule, project team and communication lines o Develop evaluation criteria for alternatives evaluation o Receive and review requested information from wells and treatment plant  Review information received and analyze, in coordination with the membrane vendor, normalized membrane performance data to determine trends or correlations between performance, production and water quality  Summarize findings in an existing information review technical memorandum, provide gap analysis and recommend on gathering additional data  Conduct review meeting and provide meeting summary Task 2 - Facilities Visit and Condition Assessment This task will build on CH2M’s existing knowledge of the RO system to create a better understanding of the background of the TDS issue and facilitate an initial dialogue between parties on potential strategies to mitigate variable TDS water. Also, it will provide additional hands-on information of existing facilities to verify suitability for continued use with the variable TDS water. An example is the verification of appropriate pressure rating and material compatibility of the pipework, pumps, and pressure vessels to treat water with a significant higher TDS of the affected production wells. It is anticipated that an initial walkthrough will be held by CH2M’s project leadership team with Collier County staff followed by Information Needs of NCRWTP Facilities INFRASTRUCTURE INFORMATION  As built drawings  Information on ongoing projects  Equipment data sheets  Operations and Maintenance (O&M) manuals  Consumptive Use Permit and other relevant permits OPERATIONAL DATA  Water quality data  Equipment performance and rehabilitation data from SCADA, normalization sheets, and other tracking programs  Chemical and other consumables data sheets and costs  Standard Operating Procedures (SOP)  Set-points on SCADA PREVIOUS REPORTS ON WATER QUALITY VARIABILITY / DEGRADATION  High pressure RO feasibility study, CDM (2005)  Pilot testing high TDS well water, Carollo (2006)  Performance evaluation of degasifiers, odor control facilities, Hazen & Sawyer (2007)  Inter-stage turbine energy recovery device evaluation, Boyle (2007)  High TDS RO expansion preliminary design report, HDR (2009) II-6 detailed site visits of discipline engineers to verify specifications and conditions of particular components of the RO system. This assessment will be limited to review of existing design documentation and visual inspection covering assets that are readily and safely accessible. CH2M desalination process engineers will analyze system operating data trends to estimate remaining existing membrane element life. Additional testing to verify conditions, performance, and/or specifications will be identified and shared with Collier County. Key sub-tasks of this task include the following:  Initial visit by CH2M’s project leadership team to existing WTP focusing on overall condition and reliability of facilities, and determine vulnerability and single points of failure  Interview WTP staff  Detailed visits by discipline engineers to confirm specifications and assess condition of existing facilities: o Production wells o Well surface facilities and transmission o RO treatment facilities and concentrate surface facilities o Blending and post treatment facilities o Concentrate injection well o Associated electrical infrastructure o SCADA system and control loops  Summarize findings in a condition assessment technical memorandum and provide recommendations for additional testing  Conduct review meeting and provide meeting summary Task 3 - Best Industry Practices for Treating Variable TDS water The purpose of this task is to establish best industry practices of treating variable TDS water by collecting information from the wide range of CH2M project experience, strategic partner experience and other utility experience with similar water quality issues and treatment as Collier County. This includes collecting information on treatment which has not worked effectively or has been previously discarded by the County. Contact will be made with equipment manufacturers which are active in this market segment including new and emerging technologies that are anticipated to mature within the project timeframe. Since the previous studies were executed for NCRWTP variable TDS project, between 2004 and 2008, membrane treatment technology has further improved with the following major global developments: 1. More energy efficient, higher rejection membrane elements 2. Different type and more efficient energy recovery devices 3. Operational methods different from the typical continuous reverse osmosis to provide low energy, high recovery, and flexible treatment solutions, including forward osmosis and closed circuit osmosis Several global clients have trusted CH2M team members to provide them with cost-effective, innovative solutions for variable water quality systems. A brief summary is provided below: Singapore Public Utility Board: Marina East RO WTP utilizing variable TDS waters, feasibility/design Cape Coral North BWRO WTP design based on Floridan Aquifer System water degradation New York brackish and groundwater desalination WTP siting study Texas Water Development Board Forward Osmosis/Reverse Osmosis hybrid feasibility study WRF evaluation and optimization of emerging and existing Energy Recovery devices for desalination treatment plants Chesapeake VI Northwest River WTP design treating groundwater and seawater blends Fort Myers WTP conversion from NF to RO technology while maintaining existing infrastructure CH2M is a Globally Recognized Leader in Innovative Membrane Design II-7 4. Higher system recoveries by implementing concentrate reduction or zero liquid discharge systems including Vibratory Shear Enhanced Processing (VSEP) flatbed membranes, electrical dialysis reversal (ERD) and adding third stage RO following softening 5. More science based and therefore better performing scale inhibitors to facilitate higher system recoveries, to reduce or eliminate sulfuric acid and to protect membranes better from scaling and fouling Key activities of this task include the following:  Review literature/CH2M project experience and contact and potential visit other utilities with similar water quality concerns and solutions (examples provided in Exhibit II-c)  Contact equipment manufacturers on treatment solutions for variable TDS feed water (examples: Desalitech, Energy Recovery, membrane manufacturers and RO Original Equipment Manufacturers)  Conduct review meeting and provide meeting summary  Summarize findings in a best practices technical memorandum EXHIBIT II-c Learning from Past CH2M Member Projects to Shortlist Promising Ways to Manage Variable TDS Sources with variable or with steadily degrading water quality is not new in the industry and several utilities had or are dealing with this same issue. The table below provides examples of utility issues and solutions. Utility, Location Main Issue Solutions Bonita Springs, Florida Gradual increase in TDS in wellfield, with anticipated high future salinity RO system designed for high pressure and flexible recovery. Installed higher rejection/lower energy membrane elements and energy recovery as TDS increased. Replica wellfield/RO process modeling and optimization. Public Utilities Board, Singapore Make beneficial use of fresh storm water, when available, in a RO system able to treat seawater Skid design to allow both treatment of brackish and sea water Chesapeake, Virginia Multiple sources available including groundwater and river water affected by salt water intrusions RO skid design to allow treatment of both fresh and brackish water, or combination thereof, with or without conventional pre- treatment Lee County, Florida Gradual increase in TDS in brackish wellfields; some wells with rapid TDS increase since startup Additional/replacement wells, flow control through VFDs for well pumps and, and design of flexible RO system City of Cape Coral, Florida Gradual increase in TDS in both wellfields, however some wells with rapid TDS increase since startup Pro-active wellfield management, design of slightly flexible RO treatment system, and decreased RO recovery at South WTP Palm Beach County, Florida Rapid and sharp TDS increase at multiple wells since startup Additional/replacement wells, flow control through new VFDs for well pumps and post-treatment mods to eliminate bypass blend City of Jupiter, Florida Gradual increase in TDS in wellfield, however several wells rapid increase since startup Additional/replacement wells and addition of inter-stage boost on RO trains after startup Long Beach, California None, just an innovative method to treat seawater Two pass NF system with second pass concentrate recycled back to feed Kittansett Golf Club in Marion, Massachusetts The high variability of the well TDS from 1,000 to 10,000 ppm cannot be handled by conventional RO. Desalitech RO batch process to automatically adjust to variable feed TDS while producing low TDS permeate II-8 Task 4 - Definition of Variable TDS Future Water Quality The purpose of this task is to develop the most important design criteria for the variable TDS treatment system, the variability of the future water quality. This requires extensive water quality data from individual wells, a thorough understanding of the system operations and water degradation projections guided preferably by a soluble transport three dimensional (3-D) groundwater model. Key activities include the following:  Establish existing operations of the wellfield and treatment system and discuss future options for operations. One key discussion will be the main purpose of the affected wells; e.g. permanent operation, semi-permanent with main operation in peak season or just standby.  Develop projections of relevant water quality parameters for each well or each group of wells (TDS, chloride, sodium, chloride, sodium, strontium, barium, sulfate, carbonate, gross alpha)  Develop raw water well blending scenarios  Develop future water quality technical memorandum  Hold review meeting and provide meeting summary Task 5 - Treatment Alternatives Evaluation for Handling Variable TDS This task covers the development of different options to deal with variable TDS, including operational and capital solutions. From experience, it is expected that a combination of several operational measures can provide treatment of raw water up to a certain TDS level without requiring capital expenditure. For instance, by changing to more energy efficient, high rejection membranes, reducing BWRO recovery and making chemical addition changes, it can be expected that raw water up to around 10,000 mg/L TDS may be treated with the existing system without making holistic infrastructural changes at the NCRWTP. An insight into the feasibility and effect of each candidate solution is important to develop a strategic plan to overcome variable TDS water. The options may include phasing based on actual needs to minimize high capital and operating cost expenditure initially and may include trade-offs between various performance criteria such as treatment capacity, treated water quality, system recovery, chemical and electricity use. Key sub-tasks include the following:  Develop operational solutions: 1. Limit variable water quality: a) Back plug or acidify production well(s) b) Abandon well(s) Based on previous work, CH2M knows that water quality variation in the Upper Floridan Aquifer can be caused by vertical or radial migration conduits induced by aquifer stresses caused by well water withdrawal. The conduits include abandoned wells, fissures, cracks and fractures with a direct or non-direct connection from more saline aquifers or seawater to the well borehole, as illustrated below. The trends of various water quality constituents may vary and depend upon the nature of the recharge water:  Ion strength, conductivity, chloride, sulfate, magnesium and sodium follow the same general trend as TDS and can be predicted by a groundwater model  Calcium, potassium and alkalinity may have a less steep trend than TDS  Strontium, barium, gross alpha, and silica may not have a trend at all  Trends in the last two categories may be obtained by reviewing historical data from Collier and other Upper Floridan wellfields We understand the Water quality trends in the Upper Floridan Aquifer II-9 c) Add redundant wells d) Provide hydraulic flow control of wells (flow, drawdown, conductivity) e) Create raw water quality blending between wells f) Establish pro-active wellfield management system using on-line data to establish well prioritization and production Based on our work with Collier County, we know that several of these best wellfield practices have been implemented. Therefore, this task may be limited to sharing CH2M team’s experiences and successes with these measures. 2. Modify treatment operations to handle variable water quality: a) Change the recovery of reverse osmosis process b) Replace with low energy, high rejection membrane elements to improve the salt rejection c) Change chemical type and adjust chemical doses 3. Minimize the impacts of variable water quality: a) Create raw or finished water blending between the NF and RO treatment systems b) Establish additional post-treatment water treatment conditioning for pH, hardness, and alkalinity EXHIBIT II-d Operational Impacts of Increasing TDS in the Source Water As part of a previous study, operational impacts to a 3.0 mgd BWRO system were evaluated to address an increase of feed water TDS from 3,000 to 9,500 mg/L:  RO recovery reduces from 80% to 70%  Ability to RO bypass reduces from 10% to 2%, with permeate flow making up difference requiring train array to increase from 54-27 vessels to 60-30 vessels  Feed pressure increases from 188 to 282 (with ERD)  Post-treatment chemicals to adjust alkalinity and hardness are increasing with higher TDS  Electricity and chemical costs for RO increase from $0.32 to $0.72 per 1000 gallons treated water Along the same lines, a quick evaluation was done to verify how operations can be changed to allow continued use of the existing RO pressure vessels, which are rated at 600 psi. Please refer below graphic for the results. The pressure rating on the second stage will be exceeded at around 15,000 mg/L TDS. If the RO recovery is dropped from 60 to 50%, the pressure rating of the first and second stage pressure vessels will not be exceeded until feed water TDS reaches values of around 17,500 mg/L II-10  Develop candidate solutions: 1. Treatment process concepts for extreme events with equipment inefficiencies most of time c) Dedicated salt water reverse osmosis (SWRO) system for high TDS water; d) Modify existing system to SWRO The previous variable TDS studies were based on the concept of having to treat well water with the worst quality. This lead to the design of two additional, dedicated high TDS SWRO skids. The consequence of this addition was an increase in the overall WTP capacity from 20 to 22 mgd requiring upgrades to the electrical equipment, power distribution, chemical dosing systems, degasification and odor control, transfer pumping and process building. These upgrades made this solution not competitive in terms of capital and operating costs and therefore were not implemented. 2. Short-term treatment process modifications for elevated TDS feed with phased additional treatment equipment for future extreme events e) Maintain existing BWRO system with minor modifications and add a new treatment technology, like softening, EDR or VSEP membrane technology, if and when needed f) Maintain the existing BWRO system with minor modifications and integrate with existing NF treatment system • Recycle RO permeate back to NF feed for second pass; this may allow a continued use of existing BWRO membrane elements at reduced system recovery avoiding expensive upgrades • Recycle NF concentrate to BWRO feed for TDS reduction; this concept has been pioneered in Florida and at least one system operates successfully with this • Reconfigure to in-series BWRO trains for second pass 3. Implementation of a flexible system g) Modify to new technology, like recirculation desalination by Desalitech, which is operated with concentrate recirculation in batch-mode allowing treatment of high TDS water at relatively high recovery rates and lower energy. For Collier County, this can be an interesting technology to handle the variable TDS water, which can be integrated with existing RO train equipment through the end of its useful life to cost-effectively achieve higher feed TDS treatment over the short- term. As existing RO system components reach the end of their useful life, new components can be installed designed to limits needed for 20,000 mg/L TDS operation.  Provide description and process schematic for each option  List advantages/disadvantages for each option  Utilize our CPES™ cost model to quickly develop accurate comparative capital, operating and lifecycle costs for several alternatives for comparison purposes  Develop a Replica model to optimize operational and capital solution combinations Flexible RO Treats Variable TDS at Increased Recovery Rates A new promising technology by Desalitech utilizes conventional BWRO equipment configured in a different manner, enhanced with recirculation pumps, additional instrumentation and controls. In addition to controlling RO flow and recovery, operators can adjust flux and cross-flow to reduce fouling and scaling while increasing system recovery. Benefits of a flexible RO system are the ability to treat variable TDS feed water instantaneously, increased resistance against scaling, improved recoveries and reduced energy use. II-11  Conduct a benefit cost analysis using CH2M’s decision tools using optimized results  Prepare alternatives comparison technical memorandum  Conduct review meeting and provide meeting summary Task 6 - Conceptual Design After a preferred solution is identified, and agreed upon, under the previous task, further details will be provided in a conceptual design. Previous CH2M models developed in the alternatives evaluation will be updated with the conceptual design criteria to provide project-specific information. An early constructability and operability review with Collier County will identify phasing options at this operational WTP site, needs for temporary facilities or utilities and operational constraints during the implementation. Having identified those aspects early will provide further confidence in the accuracy of the cost estimates and timing of construction. Key sub-tasks include the following:  Develop conceptual design criteria  Assess changes to finished water quality and corrosion control strategy and make recommendations regarding transition period  Constructability and operability review  Update Replica process model and construction and operating costs in CPES using the developed conceptual design criteria  Update costs for budgeting purposes, including developing a financial maintenance model  Develop conceptual design report: o Description of system o Process schematic o Mass balance (using our Source™ mass balance tool) o Hydraulics (refined in Replica) o Design criteria tables o Conceptual layout (refined in Preview) o Controls and electrical systems o Implementation schedule and phasing plan o Capacity analysis over projected timing of the project o Reliability analysis of treatment process components o Cost estimate  Conduct review meeting and provide meeting summary Task 7 - Preliminary Design Following the Collier County’s approval of the conceptual design report, further details will be provided in a 30 percent design particulates. The content of these particulates will be driven by the multiple purposes of the preliminary design report, including:  Allow buy-in and final approval from Collier County  Provide basis of design report requirements of the FDEP for the PWS permit application for the plant changes  Create design criteria document for inclusion in procurement documentation for selection of the design- build contractor C lli C P j Obj i Post-Membrane Water Conditioning for Corrosion Control Treatment of variable TDS feed water will result in variable RO permeate water quality. While the NF permeate will remain the dominant portion in the blend water, variations of individual salts constituents will exist in the finished water. Also, operation of NCRWTP may shift from dominant NF to RO due to O&M activities and this will also have an impact on finished water quality. As part of the work, particular constituents (hardness, alkalinity and chloride-to-sulfate mass ratio) will be modelled using our Source model to assess to need and type of post membrane water stabilization and conditioning for corrosion control. II-12 Key sub-tasks include the following:  Develop preliminary design particulates  Constructability and Operability review  Update operating cost, and Class IV opinion of probable construction cost  Develop draft preliminary design report: o Description of system, design criteria o PFD, hydraulic profile o PIDs o Single line diagrams o Block diagrams, control system architecture, communications o Equipment list, and data sheets o Preliminary layout o Preliminary equipment specifications o Updated equipment replacement/addition/implementation schedule o Projected construction schedules o Updated construction and operating cost estimates  Conduct review meeting and provide meeting summary  Finalize preliminary design report Detailed Time Line of Project An initial project implementation schedule was developed based on the tasks and subtasks described above and an anticipated contract term of 12 months included in the request for proposals. The current schedule shows the submission of the final preliminary design report in week 45 after the notice to proceed. There are factors outside of CH2M’s control affecting the schedule which will be finalized in coordination with the County. Task Activities Deliverable From NTP (in weeks) 1. Kick off project and Information Review Kick-off Meeting Existing info. review TM Review meeting 2 4 5 2. Facilities Visit and Condition Assessment Visits, interviews Detailed visits Assessment TM Review meeting 7 9 10 11 3. Best Industry Practices for Treating Variable TDS Water Best Practices TM Review meeting 10 11 4. Projections Future Water Quality Water quality TM Review meeting 14 15 5. Treatment Alternatives Evaluation for Handling TDS Variability Alternatives report Review meeting 22 24 6. Conceptual design Conceptual design report Review meeting 31 33 7. Preliminary design Preliminary design report Review meeting Preliminary design report (final) 41 43 45 II-13 Variable TDS RO Conceptual Design Weeks following Notice to Proceed Tasks/Subtasks 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Task 1 Project Kick Off and Information Review Review existing information Develop existing information review TM Collect additional data (by Collier) Task 2 Facilities Visit and Condition Assessment Initial visit, interviews staff Detailed visits disipline engineers Develop condition assessment TM Task 3 Best Industruy Practices for Treating Variable TDS Water Review literature, contact/visit utilities Contact equipment manufacturers Develop best practices TM Task 4 Projections Future Water Quality Establish existing, future operations of wellfield Project future water quality Develop water blending scenarios Develop future water quality TM Task 5 Treatment Alternatives Evaluation for Handling Variable TDS Develop Operational solutions Develop Capital solutions List advantages/disadvantages Collect vendor quotes, cost estimates Develop alternative comparison TM Task 6 Conceptual Design Describe system, table design criteria Develop drawings Finished water quality and corrosion control Constructability and O&M reviews Cost estimating Develop conceptual design report Task 7 Preliminary Design Develop drawings Constructability and O&M reviews Update cost estimating Develop preliminary design report Finalize preliminary design report Milestones (meetings, deliverables) Task 1 Project Kick Off and Information Review Notice to Proceed/PO Kick off meeting, collect information Issue TM Review meeting Task 2 Facilities Visit and Condition Assessment Issue TM Review meeting Task 3 Best Industruy Practices for Treating Variable TDS Water Issue TM Review meeting (combined Task 2 meeting) Task 4 Projections Future Water Quality Issue TM Review meeting Task 5 Treatment Alternatives Evaluation for Handling Variable TDS Issue TM Review meeting Task 6 Conceptual Design Issue report Review meeting Task 7 Preliminary Design Issue draft report Review meeting Issue final report Example Work Product MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 1 TECHNICAL MEMORANDUM Marco Island Water Treatment Expansion Options PREPARED FOR: Marco Island Utilities PREPARED BY: CH2M HILL DATE: January 11, 2010 Summary and Recommendations The capacity analysis reports for the past several years have indicated that Marco Island Utilities will need 4 mgd of additional capacity by 2014 to meet build-out potable water demands. In anticipation of this need for expansion, the City asked CH2M HILL to conduct a study in 2007 of viable and cost effective expansion treatment options that would improve finished water quality, better protect public health, meet anticipated regulations, and reduce facility operating cost. The 2007 water expansion study identified membrane filtration, ion exchange, low pressure RO, lime softening, in-line coagulation, and UV as potential treatment processes. However treating a variable surface water like the Marco Lakes source water can pose treatment risks. CH2M HILL therefore conducted an 8-month pilot study that evaluated the treatment feasibility of potential treatment trains. The pilot study confirmed the viability of four potential treatment trains and provided estimated full-scale process design criteria. These criteria were used to rank each of the process options, develop construction and operating cost estimates, and compare overall life cycle costs of each process train. Exhibit 1 shows the projected operating, capital, present worth and life cycle costs for each of the evaluated process trains. EXHIBIT 1 Projected Life Cycle Cost of Process Train Options Marco Island North Water Treatment Plant Expansion Options Process Train Operating Cost ($/year) Capital Cost (2009$) Present Worth (2009 $) Life Cycle Water Cost (2009 $) Option 1 – Coag/MF/UV $1,493,500 $7,992,000 $216,500,000 $1.06 Option 2 - MF/IX/UV $783,700 $10,663,000 $120,100,000 $0.59 Option 3 - LS/MF/UV $1,626,400 $11,904,000 $238,900,000 $1.17 Option 4 - MF/LPRO/UV $764,400 $7,029,000 $113,700,000 $0.56 - Present worth and life cycle amortization based on 20-year life cycle and 6 percent interest rate Exhibit 2 shows the proposed process flow diagram for process option 4 which includes membrane filtration of the Marco Lakes water followed by transfer of the water to the SWTP, split treatment by one of the existing BWRO trains, UV disinfection, and blending MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 2 with BWRO permeate before distribution. Process train option 4 has the following benefits that make it the most desired process option:  Reduced stress on brackish aquifer – The dependence on brackish groundwater will be minimized because the new treatment process doesn’t require the BWRO permeate for blending to meet finished water quality goals.  Operability: The MF and LPRO units can be shut off and started anytime and are completely automated. The units can treat varying flows thus facilitates part time operation. There are minimal continuous treatment chemicals.  Effective treatment for all finished water goals – The MF and LPRO process would remove all target constituents including hardness, sulfate and chloride without the need for blending.  Expandability: The treatment capacity at the NWTP can be increased to meet future demands due to the relative small footprint of MF. EXHIBIT 2 Option 4 – Proposed Process Flow Diagram Marco Island North Water Treatment Plant Expansion Options MARCO LAKES RAW WATER MEMBRANE FILTRATION WELLS CARTRIDGE FILTERS FEED PUMPS BWRO TRAINS DEGASIFIERS STORAGE TANKS HIGH SERVICE PUMPS TO DISTRIBUTION SYSTEM NWTP SWTP PROPOSED EXISTING UV TRANSFER PUMP STATION Coagulant FEED PUMPS CONVERTED LPRO TRAINS UV CH2M HILL recommends implementing process train option 4. The new membrane filtration system would be located at the NWTP, while an existing RO train and new UV system would treat the water at the SWTP. MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 3 Introduction The City of Marco Island owns and operates two water treatment facilities, the North Water Treatment Plant (NWTP) and the South Water Treatment Plant (SWTP). The NWTP is a conventional lime softening plant that treats the Marco Lakes surface water and has a capacity of 6.7 MGD. The lime softening facility primarily removes hardness, organics, turbidity, and potential pathogens from the surface water supply. The SWTP is a Reverse Osmosis (RO) treatment facility that treats brackish well water and has a capacity of 6.0 MGD. The RO process removes salt from the brackish feed water that exceeds drinking water standards for TDS, sodium, chloride, and sulfate. A portion of the treated water from the NWTP is blended with the RO permeate to add hardness to the SWTP finished water and stabilize it before distribution. The NWTP is operated continuously above 6.0 mgd and the SWTP is used to meet the remaining demand. The City plans on expanding potable water production capacity at the NWTP to meet increasing water demands and reduce the stress on the brackish aquifer at the SWTP. The new treatment process train must treat Marco Lakes water at the NWTP, meet current and proposed future regulations, blend with RO permeate at the SWTP, and produce water that is similar to or better than existing water quality. The City has contracted CH2M HILL to explore potential process options for treating additional Marco Lakes water. This technical memorandum (TM) describes the Marco Lakes source water quality, the desired finished water quality, the treatment processes that can meet these goals, and potential process trains for the expansion. Source Water and Finished Water Quality The Marco Lakes raw water source is located approximately 10 miles north of the island and is fed by the Henderson Creek and influenced by surficial groundwater. The City also uses Aquifer Storage and Recovery (ASR) wells that are recharged during the wet season and then used for additional capacity during the dry. The ASR recovered water is blended with the surface water or used alone to feed the NWTP in the dry season. Both the Marco Lakes surface water and recovered ASR well water are influenced by groundwater with elevated levels of chloride and sulfate. Exhibit 3 presents the range of feed water quality entering the NWTP. The treated water must be similar to or improve upon existing finished water quality, as well as meet current and proposed future regulatory requirements including Florida Department of Environmental Protection (FDEP) primary and secondary drinking water standards, the Stage 2 Disinfection / Disinfection Byproducts Rule (S2DBPR) and the Long- Term 2 Enhanced Surface Water Treatment Rule (LT2SWTR). Exhibit 3 presents the City’s anticipated finished water quality goals. MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 4 EXHIBIT 3 Marco Lakes Raw Surface Water Quality and Desired Finished Water Quality Marco Island North Water Treatment Plant Expansion Options Parameter Marco Lakes Surface Water Quality Range (Average) Finished Water Quality Goal pH 7.2 – 8.2 (7.8) 8.8 Temperature (Celsius) 20 – 32 (26) - Chloride (mg/L) 66 – 154 (120) < 100 Sulfate (mg/L) 40 – 150 (100) < 80 TDS (mg/L) 190 – 600 (410) < 400 Total alkalinity (mg/L as CaCO3) 120 – 340 (235) > 35 Total hardness (mg/L as CaCO3) 170 – 380 (330) 100-120 Turbidity (NTU) 0.5 – 21 (1.5) < 0.3 TTHM (µg/L) - 80 HAA5 (µg/L) - 40 Total organic carbon (mg/L) 9.3 – 17 (14) 10* Color (PCU) 20 – 70 (35) < 5 * Based on EPA D/DBPR requirement of 30% TOC removal; actual removal may be greater depending on selected treatment process. The raw Marco Lakes water is high in color, hardness, and total organic carbon (TOC) including disinfection byproduct (DBP) precursors. The surface water may also include pathogens that require removal or inactivation. The high concentrations of sulfate and chloride may be contributing to copper corrosion problems on the north end of the island. The selected process must effectively address these target constituents to meet the desired water quality goals. The finished water quality must be stable (non-corrosive) with a pH near 8.8, total alkalinity above 35 mg/L as CaCO3, and total hardness between 100 to 120 mg/L as CaCO3. The treatment process should minimize increases in sulfate and chloride, or even reduce them in order to control copper corrosion. The new treatment process should meet all of these goals before blending with the existing BWRO permeate that may be limited in the future. The finished water must meet the S2DBPR by achieving 30 percent TOC removal and maintaining a TTHM concentration below 80 g/L and a HAA5 concentration below 40 g/L at all points within the distribution system. The water must also meet the S2SWTR by achieving 3-log Giardia, 2-log cryptosporidium and 4-log virus removal using a multiple barrier disinfection approach and maintaining filtered water turbidity below 0.3 NTU. MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 5 Treatment Processes to Address Target Constituents Potential treatment processes that can remove organics, hardness, pathogens, turbidity, chloride and sulfate were identified for consideration. These processes include:  Membrane filtration  In-line coagulation  Ion exchange  UV disinfection  Lime softening  Low pressure reverse osmosis A general process description, target constituents, and process features for each of these treatment processes are included in the sections below. Membrane Filtration The proposed membrane filtration (MF) system is a beneficial process component when treating surface water and is therefore common to all process options. Membrane filtration receives the most credit for pathogen removal by the LT2SWTR and produces consistently low turbidity finished water independent of feed water turbidity. The Pall pilot study demonstrated that their membrane filtration system can successfully treat raw water, lime softened water, and in-line coagulated raw water. The differing feed water types do not impact membrane system configuration, but do impact the design flux rate, EFM interval, EFM chemicals, and CIP interval. Lake water treatment by lime softening and coagulation increase the need for citric acid EFMs. The clarified lime softened water improves the sustainable flux rate while in-line coagulation without clarification increases the solids loading on the membranes and therefore reduces sustainable flux rate. The MF system trains are divided into banks containing several pressure vessels or cartridges. The individual train flow remains relatively constant while individual banks are backwashed. The MF systems typically operate in a “dead-end” configuration and backwash at high trans-membrane pressure (TMP) or on a set time interval depending on the feed solids loading (typically 10 to 60 minutes). Occasionally, the system automatically performs an enhanced flux maintenance (EFM) that includes recirculating a citric acid or sodium hypochlorite solution around or through the membrane fibers for approximately 30 minutes. On a monthly basis or greater, depending on the level of fouling, individual trains of the membrane system are scheduled for a clean- in-place (CIP) cycle where a citric acid or sodium hypochlorite and/or sodium hydroxide solution is recirculated through the membranes for an extended period of time to restore productivity that could not be restored through backwash or EFM. MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 6 Target Constituents  Pathogens (Giardia, Crypto and some virus)  Turbidity Design Criteria  Flux – 60 to 80 gfd  Recovery – 90 to 95%  Backwash interval – 30 minutes  EMF interval – 3 days (alternating citric / hypochlorite)  CIP interval – > 30 days (citric / hypochlorite + caustic) Process Features  Superior pathogen and turbidity removal – membrane filters are an absolute barrier to pathogens larger than the design pore size including Giardia and Cryptosporidium. Membrane filtration can be credited with up to 5-log Giardia and Crypto removal, however a practical upper limit is 4-log for full-scale systems as demonstrated by direct integrity testing. Finished water turbidity is always less than 0.1 NTU independent of upstream water quality.  Excellent pretreatment for downstream RO processes – Membrane filtrate virtually eliminates particulate fouling in downstream RO systems.  Small footprint – Membrane filters operate at high loading rate or flux and the hollow fiber construction allows a high surface area in a small footprint.  Operability: Individual units can be started or stopped anytime and flow can be adjusted up to the maximum design flux. The system is completely automated during normal operation, backwash and EFM.  Expandability – MF systems are modular and can be easily expanded with additional equipment installation and minimal infrastructure.  Backwash and cleaning chemicals – The membrane filtration system typically uses citric acid, sodium hydroxide, and sodium hypochlorite for daily maintenance cleans and monthly clean-in-place (CIP) events.  Low operating cost – MF systems operate at a TMP between 4 and 30 psi with minimal chemical usage.  Backwash disposal – MF require disposal of backwash waste that is typically 3 to 10 percent of the feed flow. In-Line Coagulation In-line coagulation would be used to inject coagulant (ferric chloride or aluminum sulfate) into the raw water pipeline to help coagulate dissolved organics in the raw water to promote their removal by the MF system. An in-line rapid mixer would provide effective mixing of the coagulant and help bind the dissolved organics to suspended pin floc that would be subsequently removed by downstream filtration. An in-line coagulation and mechanical mixer design drawing is shown in Exhibit 4. MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 7 EXHIBIT 4 In-line mechanical mixer design drawing Marco Island North Water Treatment Plant Expansion Options Target Constituents  Color  TOC  DBP precursors Design Criteria  Coagulant – Aluminum sulfate (~80 mg/L) or ferric chloride (~25 mg/L)  Mixer type – in-line powered mixer with variable speed motor Process Features  Excellent pretreatment for downstream MF – The coagulation of dissolved organics reduces fouling in downstream MF treatment.  Low capital cost – The in-line coagulation system is simple including only a chemical tank, metering pump, injectors, and a mixer  Small footprint – The in-line coagulation system has minimal equipment and would be installed into the feed water piping.  Additional sludge management: The addition of solids could reduce the efficiency of the filtration process. Recycling the sludge to the lime plant would add operational costs.  Potentially high chemical usage – The coagulant dose required to achieve the desired TOC and color removal can be up to 100 mg/L. The raw water pH may also have to be reduced for optimum coagulation thus requiring a strong acid like sulfuric acid or hydrochloric acid.  Increased salts – Coagulant and acid feed increases chloride and/or sulfate in the treated water. Ion Exchange The proposed ion exchange (IX) system would use an anion exchange resin in pressure vessels that selectively exchanges organics including TOC, color, and DBP precursors in the feed water with chloride. A two-step regeneration process would then backwash and regenerate the resin using a high concentration sodium chloride solution. The adsorption and regeneration steps are conceptually shown in Exhibit 5. ACID MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 8 IRON EXHIBIT 5 Regeneration and Adsorption using IX resin Marco Island North Water Treatment Plant Expansion Options Target Constituents  Color  TOC  DBP precursors Design Criteria  Number of units – 4  Vessel diameter – 11 ft  Regeneration interval – 3 days IRON IRON MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 9  Resin replacement interval – 7 years Process Features  Operability – The unit can be shut off and started anytime and is completely automated. The unit facilitates part-time operation because it can treat varying flows.  Excellent color and organics removal - Almost complete color removal and up to 70% organics removal. The improved organics removal leads to reduced DBP formation.  Increased salts in treated water – Exchange between chloride and organics increases the chloride concentration in finished water.  Minimal chemicals – Only salt is needed to regenerate the resin.  Brine disposal – Regeneration of the resin creates a brine waste with a high sodium chloride concentration that requires proper disposal  No Repumping – The ion exchange is housed in pressure vessels that allow installation in-line without breaking head. Ultraviolet Disinfection UV disinfection is a physical process that uses photochemical energy to prevent cellular proteins and nucleic acids (i.e., DNA and RNA) from further replication. A cell that cannot replicate also cannot infect. The germicidal UV light wavelengths range from 200 to 300 nm with the optimum germicidal effect occurring at 253.7 nm. UV is a reliable component of a multi disinfectant treatment strategy often used in conjunction with chlorine to provide a dual barrier. The concept is further illustrated in Exhibit 6. EXHIBIT 6 Multi Barrier UV Protection Marco Island North Water Treatment Plant Expansion Options Courtesy: Trojan UV Exhibit 7 further illustrates the resistance of waterborne pathogens to UV. MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 10 EXHIBIT 7 Pathogen Resistance to UV City of Marco Island UV Disinfection Evaluation Two of the most common UV systems available in the market are the Low Pressure systems and the Medium Pressure systems. A brief description of each type is given below. Low Pressure UV Systems The low pressure (LP) UV systems include low intensity, high intensity and amalgam lamps. The low pressure lamps emit monochromatic UV light and the majority of the emissions are produced at the germicidal wavelength of 254 nm. The LP UV systems are relatively efficient because approximately 40% of the input energy is converted to germicidal UV and the lamps operate at temperatures between 40-95°C. However, the LP UV lamps are lower intensity than medium pressure lamps and therefore require a significantly larger footprint. Some of the advantages of LP lamps include greater lamp life than medium pressure lamps, low energy consumption, and lower fouling than medium pressure lamps because of lower operating lamp temperature and lower UV density. Medium Pressure UV systems Medium-pressure (MP) UV lamps produce significantly more UV light than low pressure lamps. The total UV Type C output (i.e., wavelengths from 200 to 280 nm, the most germicidal range) from a MP lamp is roughly 30 to 150 times higher than the output from a LP lamp. However, the MP lamps produce output with a broad spectral energy distribution, so the lamps are much less efficient at converting energy to germicidal energy. The polychromatic output covers wavelengths that have different levels of germicidal effectiveness. Combining the effects of the polychromatic light spectrum and the shorter lamp lengths, the UV output from an MP lamp is typically about 10 to 20 times higher than output from an LP lamp. The MP lamps need frequent cleaning as they operate at high temperatures, have a shorter lamp life, and demand higher power compared to LP lamps. Exhibit 8 summarizes the key features of low pressure and medium pressure UV systems. MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 11 EXHIBIT 8 Comparison of Low Pressure and Medium Pressure UV Systems City of Marco Island UV Disinfection Evaluation Feature Low Pressure UV system Medium Pressure UV system Power consumption (KWh/kgal) 0.02 (Giardia/crypto) 0.10 to 0.11 (virus) 0.04 to 0.09 (Giardia/crypto 0.20 to 0.24 (virus) Reactor Footprint Length: 70” to 187” Width: 39” to 87” Length: 27” to 34” Width: 41” to 54” Equipment cost ~$247k (Giardia/crypto) ~$1.37M (virus) ~$220k (Giardia/crypto) ~$660k (virus) Number of Lamps 30 to 84 lamps for 4,600 gpm 4 to 8 lamps for 4,600 gpm Lamp life 12,000 hr 6,000 – 9,000 hr Fouling Rate Lower due to lower temperature Higher due to higher temperature Lamp Cleaning Manually initiated mechanical and chemical cleaning systems Fully automated mechanical and chemical cleaning systems MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 12 UV Disinfection Benefits to Marco NWTP The benefits of installing a UV system at the NWTP are 1. EPA regulations require a plant to achieve 4-log virus inactivation after the water is exposed to air during a treatment process. UV disinfection could provide the additional 2-log virus inactivation post filtration without the need for extensive contact time. The 0.5 MG storage tanks can be reallocated to the water reclamation facility. 2. The plant currently falls under Bin 1 under the Long-Term 2 Enhanced Surface Water Treatment Rule (LT2) and hence does not require inactivation of cryptosporidium. However, changing watersheds for the NWTP source water could quickly change this bin classification without warning and require more disinfection. 3. UV’s cost-effectiveness and ability at low doses to inactivate the pathogenic protozoa (resistant to chlorine disinfection methods) will provide added benefits to meet future disinfection requirements. 4. A UV system would provide virus, Giardia and cryptosporidium inactivation with the virus inactivation as the limiting criteria for determining UV dose. 5. The City would improve public health protection with multiple disinfection barriers. 6. High organics in the raw surface water is a concern for the City because of disinfection by products formation. Use of UV reduces use of free chlorine for disinfection, thus reducing DBP formation. The free chlorine injection point could be moved closer to the ammonia injection point because of lower CT requirements, leading to lower DBP formation. The proposed UV system would be an in-line reactor as shown in Exhibit 9 that would be installed on the membrane filtered water line before blending with finished water from the existing SWTP or NWTP. The UV system would be used for primary disinfection including meeting the multiple barrier inactivation requirements of Giardia and Cryptosporidium, as well as the required residual virus inactivation. EXHIBIT 9 UV Disinfection unit Marco Island North Water Treatment Plant Expansion Options MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 13 Target Constituents  Pathogens Design Criteria  UV dose – 50 mJ/cm2  UV Transmission - > 90%  Target Giardia inactivation – 0.5-log  Target Cryptosporidium inactivation – 2.0-log  Target virus inactivation – 3.0-log Process Features  Operability - UV is simple to install and requires minimal space, supervision and maintenance.  DBP and free chlorine reduction - Eliminates the use of free chlorine as a primary disinfectant and reduces DBP formation.  Low construction cost – The UV process has minimal equipment and may be installed in filtered water piping thus reducing construction cost.  High operating cost: Operating cost is high relative to using free chlorine as primary disinfectant.  No Disinfection residual – There is no disinfection residual in the water, thus requiring a secondary disinfectant like the chloramines currently used by Marco Island.  Restricted water quality – Not suitable for water with high color, turbidity and dissolved organics. Low Pressure Reverse Osmosis Low pressure reverse osmosis (LPRO) is the same process as the brackish water RO (BWRO) system used at the SWTP. The LPRO system operates at a lower pressure (< 150 psi versus > 300 psi) with some reduction in salt rejection (> 95% versus > 99%). The LPRO membranes will effectively remove the target constituents from the pretreated Marco Lakes water. The existing BWRO trains at the SWTP can be used for a LPRO application by exchanging the existing BWRO membrane elements for LPRO membrane elements and de-staging the membrane feed pumps. The existing BWRO trains membrane can be used with limited modification with the existing membrane elements and feed pumps as well at a higher operating cost. Operating with the existing feed pumps and BWRO membrane elements would allow the use of the trains for either surface water or brackish well water treatment. Target Constituents  Salts (TDS, chloride, sulfate)  Hardness  Color  TOC  DBP precursors MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 14 Design Criteria  Flux – 12-15 gfd  Recovery – 85 to 90%  Feed pressure – 100 to 150 psi  Salt rejection > 95%  Treated hardness – < 10 mg/L as CaCO3  TOC reduction – > 95%  Treated color – < 2 PCU  Treated chloride and sulfate – 5 to 10 mg/L Process Features  Removes most feed water constituents – The LPRO system will highly reject TOC, color, DBP precursors, TDS, chloride, sulfate, and hardness.  Operability – LPRO is automated and is easy to start and stop with changing demands. Maintenance is minimal.  Small footprint – The LPRO system is contained in compact trains that can fit into a small footprint.  Post-treatment stabilization – RO permeate is aggressive and will corrode distribution system piping unless post-treated or blended with feed water bypass flow.  Requires pretreatment – Upstream membrane filtration and potentially minimal coagulation and biocide addition would be needed to reduce the fouling potential of the raw surface water. RO membranes are not suitable for treating water with high turbidity or organic/biological fouling potential.  Concentrate disposal – A portion of the feed water (10 to 20 percent) is lost to the concentrate stream and requires proper disposal. The concentrate can be injected into a concentrate injection well, or possibly sent to the WWTP for eventual use as irrigation water. Enhanced Lime Softening Conventional softening uses lime to increase pH of the feed water to reduce the solubility of calcium carbonate (above pH 9.0) and magnesium carbonate (above pH 11.0) thus precipitating calcium and magnesium hardness that subsequently settles out in a reactor/clarifier. The precipitate created by this softening process also removes feed water turbidity. Enhanced lime softening uses the precipitation of magnesium Mg(OH)2 at high pH, or coagulant added with the lime in the reaction zone to remove color, TOC and DBP precursors that are otherwise not removed in the lime softening process. A lime softening reactor/clarifier has been illustrated in Exhibit 10. MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 15 EXHIBIT 10 Conventional Lime Softening Solids Contact Reactor Schematic Marco Island North Water Treatment Plant Expansion Options FROM INFILCO ACCELATOR LITERATRE Target Constituents  Harness  Turbidity  Color  TOC  DBP precursors Design Criteria  Reaction zone hydraulic retention time – 10 to 15 minutes  Reaction zone pH – 10 to 10.5  Settling zone overflow rate – < 2.0 gpm/ft2  Chemical feeds – Lime (150–200 mg/L) /Alum (10–20 mg/L) / CO2 (20–40 mg/L)  Dry solids production – 4,000 to 5,000 lbs/MG  Treated hardness – 80 to 120 mg/L as CaCO3  TOC reduction – 25% to 35  Treated color – 5 to 15 PCU MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 16 Process Features  Hardness removal – The lime softening process precipitates calcium carbonate and potentially magnesium hydroxide to reduce the total hardness of the feed water.  Non-fouling process – The lime system is not susceptible to fouling by feed water turbidity, organics, or biological activity.  Chemical intensive – Large doses of lime for softening, alum for organics removal, carbon dioxide for recarbonation (post softening pH adjustment), and potentially soda ash for non-carbonate hardness removal are required to make the lime softening process work.  Solids disposal – The lime softening process generates a large amount of solids that require dewatering and disposal.  Large footprint – The lime softening process requires a large footprint for the settling of lime solids.  Increased operations and maintenance – The lime slaking process and solids generation requires more operator attention and maintenance than other process options.  High operating cost – Operating cost can be high due to chemical consumption and solids handling and disposal. Process Train Options Each of the unit processes above were used to develop the process train options listed below for the treatment of 4 mgd of Marco Lakes raw water at the NWTP site. Each of these process train options is designed to meet current and proposed future regulatory requirements as well as the Marco Island finished water quality goals. 1. In-line coagulation/membrane filtration/UV/blending with BWRO permeate 2. Membrane filtration/Ion Exchange/UV/blending with BWRO permeate 3. In-line coagulation/enhanced lime softening/membrane filtration/UV 4. Membrane filtration/converted LPRO train/UV/blending with BWRO permeate For each of these options, the flow through the existing NWTP conventional lime softening train would be decreased during normal operation to 5 mgd to improve operability and ensure the existing system can handle raw water quality excursions. This reduction in flow would coincide with the decommissioning of the existing Zenon membrane system. The sections below describe each of the process train options in more detail including target treatment constituents, process flow diagrams, site layouts, process advantages, and potential process limitations. MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 17 Process Train Option 1 – In-line coagulation/membrane filtration/UV/blending with BWRO permeate Process Train Option 1 includes in-line coagulation, membrane filtration, UV, and blending with BWRO permeate at the SWTP. Each of the processes were selected for their ability to remove the target constituents listed in Exhibit 11. EXHIBIT 11 Process Train Option 1 Process Constituent Removal Marco Island North Water Treatment Plant Expansion Options Treatment Process Target Constituents In-line coagulation TOC, color, DBP precursors Membrane filtration Pathogens, turbidity, floc UV Multiple barrier Giardia inactivation, virus inactivation Blending with RO permeate Hardness, residual color, residual TOC, chloride, sulfate The In-line coagulation process would be installed on the existing raw water line as it enters the NWTP site. The MF process, located on the NWTP site, would then remove the floc, turbidity and pathogens from the coagulated water. A new filtrate pump station would transfer the filtered water through an in-line UV system and ultimately to the SWTP for blending with RO permeate. Exhibit 12 shows the proposed process flow diagram for this process option. Exhibit 13 shows a conceptual layout at the NWTP site. EXHIBIT 12 Option 1 - Process Flow Diagram Marco Island North Water Treatment Plant Expansion Options MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 18 EXHIBIT 13 Option 1 - Preliminary Site Layout Marco Island North Water Treatment Plant Expansion Options Process Advantages  Simple process – The in-line coagulation, membrane filtration and UV system are automated treatment processes.  Small footprint – the proposed layout fits within the limited space available on the NWTP site, including space for future expansion of the membrane filtration system. Process Limitations  High coagulant and sulfuric acid dosing – Pilot study data shows that high doses of ferric chloride or aluminum sulfate are required to meet color and TOC goals. The high chemical dosing has the following impacts:  High operating cost ($50k/year in chemical cost alone)  Reduced downstream MF flux due to the additional solids loading. A small amount of coagulant (5-10 mg/L) improves membrane system performance, however the target doses up to 80 mg/L reduce MF flux from 80 gfd to 60 gfd. This increase in flux increases MF system cost.  Increased finished water chloride and sulfate from the sulfuric acid (H2SO4) and alum (AL2(SO4)3) or ferric chloride (FeCl3). The increase in chloride and/or sulfate may be as high as 50 to 150 mg/L.  Additional sludge production due to the increased solids created by coagulation  Operator safety when handling sulfuric acid and coagulants MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 19  Incomplete TOC and color removal – Pilot test results show that in-line coagulation will only reduce TOC by 10 percent and reduce color to 15 - 20 PCU. Higher coagulant doses needed to meet TOC and color removal goals increase the solids loading on the MF system to above sustainable levels.  Requires blending with RO permeate – The proposed treatment processes do not remove hardness and nor the required TOC and color. Blending with RO permeate is needed to reduce these target constituents as well as chloride and sulfate that may impact copper corrosion. The production capacity of the new process train would be limited to operating only when the RO system at the SWTP is operational. A minimum blend ratio of 1:2 (MF filtrate: BWRO permeate) would be needed to reduce finished water color to 5 PCU and total hardness to approximately 100 mg/L as CaCO3. Process Train Option 2 – Membrane filtration/Ion Exchange/UV/blending with BWRO permeate Process Option 2 includes membrane filtration of the raw Marco Lakes water followed by ion exchange, UV, and blending with BWRO permeate at the SWTP. Each of the processes were selected for their ability to remove the target constituents listed in Exhibit 14. EXHIBIT 14 Process Train Option 2 Process Constituent Removal Marco Island North Water Treatment Plant Expansion Options Treatment Process Target Constituents Membrane filtration Pathogens, turbidity Ion Exchange TOC, color, DBP precursors UV Multiple barrier Giardia inactivation, virus inactivation Blending with RO permeate Hardness, residual TOC, chloride, sulfate This treatment process option uses MF to remove turbidity, microorganisms and as a pretreatment for IX. The IX system would reduce TOC and eliminate color from the membrane filtrate. A new filtrate pump station would transfer the filtered water through an in-line UV system and ultimately to the SWTP for blending with RO permeate. The downstream UV treatment would provide the required additional ½ log Giardia and 3-log virus inactivation. The treated water would have high hardness, alkalinity, sulfate and chloride that would be blended with RO permeate to help meet finished water quality goals. Exhibit 15 shows the proposed process flow diagram for this process option. Exhibit 16 shows a conceptual layout at the NWTP site. MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 20 EXHIBIT 15 Option 2 - Process Flow Diagram Marco Island North Water Treatment Plant Expansion Options WELLS CARTRIDGE FILTERS FEED PUMPS BWRO TRAINS STORAGE TANKS HIGH SERVICE PUMPS MARCO LAKES RAW WATER ION-EXCHANGE TO DISTRIBUTION SYSTEM NWTP SWTP PROPOSED EXISTING DEGASIFIERS UV MEMBRANE FILTRATION EXHIBIT 16 Option 2 - Preliminary Site Layout Marco Island North Water Treatment Plant Expansion Options Process Advantages  Simple process – The membrane filtration, ion exchange and UV system are automated treatment processes.  Small footprint – the proposed layout fits within the limited space available on the NWTP site, including space for future expansion of the membrane filtration system MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 21  Organics removal – The IX process easily removes all color and 35 to 40 percent of the TOC.  Safety – The proposed process train does not require the use of strong acids or coagulants that can be a handling risk.  Improved MF system performance – The MF pilot was fed directly with the Marco Lakes surface water without in-line coagulation and ran without operational issues at an increased flux rate (65 up to 80 gfd) Process Limitations  Potential increased MF fouling – Elimination of a small dose of coagulant upstream of the membrane filtration system could increase the organic fouling potential during WQ excursions.  Increased finished water chloride – The IX system replaces TOC with chloride during the exchange process. While the increase in chloride would only be 10 to 20 mg/L, these modest increases may further increase issues with copper corrosion.  Requires blending with RO permeate – The proposed treatment processes do not remove hardness. Blending with RO permeate is needed to reduce total hardenss as well as chloride and sulfate that may impact copper corrosion. The production capacity of the new process train would be limited to operating only when the RO system at the SWTP is operational. A minimum blend ratio of 1:2 (MF filtrate: BWRO permeate) would be needed to reduce finished water total hardness to approximately 100 mg/L as CaCO3.  Brine disposal – The IX system produces a bring waste that would require some capacity in the existing injection wells. MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 22 Process Train Option 3 – In-line coagulation/lime softening/membrane filtration/UV This treatment process option includes in-line coagulation followed by a new enhanced lime softening reactor/clarifier to remove hardness, turbidity, color, and organics followed by MF for pathogen and residual suspended solids removal. Each of the processes were selected for their ability to remove the target constituents listed in Exhibit 17. EXHIBIT 17 Process Train Option 3 Process Constituent Removal Marco Island North Water Treatment Plant Expansion Options Treatment Process Target Constituents In-line coagulation TOC, color, DBP precursors Enhanced lime softening Hardness, turbidity, additional TOC DBP precursors, and color Membrane filtration Pathogens, turbidity, lime solids UV Multiple barrier Giardia inactivation, virus inactivation Blending with RO permeate Residual color, residual TOC, chloride, sulfate The lime softening new process train would operate in parallel to the existing similar process train at the NWTP. Additional improvements would include a new in-line coagulation system that would feed both the existing and new lime softening reactor for improved organics removal and a UV system that would disinfect all of the water treated by the NWTP ensuring that both process trains meet the required 3-log Giardia and 4-log virus inactivation without the need for a chlorine contact basin. Exhibit 18 shows the proposed process flow diagram for this process option. Exhibit 19 shows a conceptual layout at the NWTP site. MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 23 EXHIBIT 18 Option 3 - Process Flow Diagram Marco Island North Water Treatment Plant Expansion Options EXHIBIT 19 Option 3 - Preliminary Site Layout Marco Island North Water Treatment Plant Expansion Options Process Advantages  High flux rate – MF can run at a higher flux rate because it would be treating low- turbidity settled lime softened water. MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 24  Harness and organics removal – The enhanced lime softening process can effectively reduce hardness, organics and color to meet drinking water standard without the need for blending with RO permeate.  Low fouling – The lime softening treatment process is not impacted by the fouling potential of organic material in the feed water.  Finished water distribution flexibility – The treated water would be distributed at the NWTP or at the SWTP because the treated water doesn’t require blending to meet finished water quality goals. Process Limitations  Operability – Part-time operation is difficult due to the long start-up time required to stabilize the lime softening process. The lime softening process requires continuous monitoring and adjustment with changing feed water quality  Large footprint – The lime softening process has a large footprint and may not fit well on the NWTP site without variances on setbacks and layouts that result in limited access to treatment components.  High operating cost – If operated for optimum TOC and color removal, the enhanced lime softening process will use more lime and generate significantly more solids that will require disposal. Both the added lime and sludge will increase operating cost.  Membrane scaling – The downstream MF units will be susceptible to CaCO3 scaling, especially during softener upsets. Operation of the membrane system downstream of lime softening may require more frequent acid cleaning or a lower operating flux rate.  Finished water chloride and sulfate – The lime softening process doesn’t remove chloride or sulfate and the use of coagulant will increase concentration somewhat. Process Train Option 4 – Membrane filtration/UV/converted LPRO train/blending with BWRO permeate This process option uses MF for removing turbidity and pathogens, as well as pretreatment for downstream LPRO. A new pump station would transfer the filtrate to the SWTP for further treatment by LPRO and UV disinfection. Each of the unit processes have been selected to remove the target constituents shown in Exhibit 20 EXHIBIT 20 Process Train Option 4 Process Constituent Removal Marco Island North Water Treatment Plant Expansion Options Treatment Process Target Constituents Membrane filtration Pathogens, turbidity LPRO Hardness, color, TOC, DBP precursors, TDS, chloride, sulfate UV Multiple barrier Giardia inactivation, virus inactivation MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 25 One or two of the existing BWRO trains at the RO WTP would be converted to LPRO by replacing the existing brackish water membranes with low energy membrane elements. These low energy elements would remove hardness, TOC, color, chloride, and sulfate from the feed water at a much lower pressure (< 150 psi) compared to BWRO. The membrane permeate would be blended with a feed water bypass stream, sent through UV for the required additional ½ log Giardia and 3-log virus inactivation, and then blended with BWRO permeate in the ground storage tanks. Exhibit 21 shows a process flow diagram for this process train option Exhibit 22 shows a conceptual layout of the membrane filtration system at the NWTP. The LPRO and UV systems would be located inside the existing SWTP membrane building. The existing BWRO trains membrane may also be used with limited modification while using the existing membrane elements and feed pumps. This option would increase operating cost, however it would decrease initial cost and would allow the use of the trains for either surface water or brackish well water treatment. EXHIBIT 21 Option 4 - Process Flow Diagram Marco Island North Water Treatment Plant Expansion Options MARCO LAKES RAW WATER MEMBRANE FILTRATION WELLS CARTRIDGE FILTERS FEED PUMPS BWRO TRAINS DEGASIFIERS STORAGE TANKS HIGH SERVICE PUMPS TO DISTRIBUTION SYSTEM NWTP SWTP PROPOSED EXISTING UV TRANSFER PUMP STATION Coagulant FEED PUMPS CONVERTED LPRO TRAINS UV MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 26 EXHIBIT 22 Option 4 - Preliminary Site Layout Marco Island North Water Treatment Plant Expansion Options 4 MGD MF Building Connection to Raw Water Pipeline MF Building Expansion to 6 MGD Filtrate Pump Station & UV System Connection to Existing 16-inch Concentrate Line Process Advantages  Reduced stress on brackish aquifer – The dependence on brackish groundwater will be minimized because the new treatment process doesn’t require the BWRO permeate for blending to meet finished water quality goals.  Operability: The MF and LPRO units can be shut off and started anytime and are completely automated. The units can treat varying flows thus facilitates part time operation. There are minimal continuous treatment chemicals.  Effective treatment for all finished water goals – The MF and LPRO process would remove all target constituents including sulfate and chloride without the need for blending.  Expandability: The treatment capacity at the NWTP can be increased to meet future demands due to the relative small footprint of MF. Process Limitations  Additional pilot testing – Additional pilot testing should be performed with RO to verify fouling rate and determine operating protocol including additional pretreatment.  Potential need for in-line coagulation – Additional pilot testing may show that a low dose of coagulant would be needed to reduce organic fouling of the LPRO membranes.  Expansion at SWTP site – Modifications would be required at the SWTP that may effectively increase the capacity of the SWTP above 6 mgd. The higher capacity may require additional staffing. MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 27  Concentrate disposal – LPRO concentrate disposal could be an issue. The deep well injection at the NWTP would be used to dispose the concentrate. Projected Capital, Operating and Life Cycle Costs Budgetary capital cost opinions were developed for each of the process train options based on the design criteria developed during the pilot study. The capital cost opinions include construction cost opinions in 2009 dollars, typical engineering fees, and a 30 percent contingency. Exhibit 23 summarizes the capital cost opinion components for each process train option. EXHIBIT 23 Capital Cost Opinions of Proposed Process Train Options Marco Island North Water Treatment Plant Expansion Options Component Option 1 Option 2 Option 3 Option 4 Total BWRO Modifications - - - $227,000 Total Membrane Filtration $4,575,000 $3,379,000 $3,399,000 $3,379,000 Total Ion Exchange System - $3,013,000 - - Total Lime Softening - - $3,839,000 - Total UV System $866,000 $866,000 $866,000 $958,000 Subtotal Construction Cost $5,441,000 $7,258,000 $8,104,000 $4,564,000 Design (8%) $435,000 $581,000 $648,000 $365,000 SDC (5%) $272,000 $363,000 $405,000 $228,000 Verification Pilot Testing - - - $250,000 Subtotal Capital Cost $6,148,000 $8,202,000 $9,157,000 $5,407,000 Contingency (30%) $1,844,000 $2,461,000 $2,747,000 $1,622,000 Total Capital Cost w/ Cont $7,992,000 $10,663,000 $11,904,000 $7,029,000 - Costs are order of magnitude opinions based on typical design values with a +50/-30 level of accuracy Exhibit 24 summarizes the projected operating costs for the current NWTP facility with UV, as well as each of the process options. The operating costs do not include labor or maintenance costs, are based on current Marco Island NWTP unit prices for chemicals and power, and assume a 100 percent operating factor. MARCO ISLAND WATER TREATMENT EXPANSION OPTIONS MARCO NWTP EXPANSION OPTIONS TM - 1-11-10 28 EXHIBIT 24 Projected Operation Cost of Current NWTP and Proposed Process Train Options Marco Island North Water Treatment Plant Expansion Options Process Train Chemical Cost ($/year) Power Cost ($/year) Replacements & Solids Cost ($/year) Total Operating Cost ($/year) Treated Water Cost ($/kgal) Current - LS/GMF/UV $731,300 $840,500 $182,500 $1,754,300 $0.80 Option 1 - Coag/MF/UV $797,600 $513,400 $182,500 $1,493,500 $1.02 Option 2 - MF/IX/UV $165,400 $513,900 $104,400 $783,700 $0.54 Option 3 - LS/MF/UV $930,500 $513,400 $182,500 $1,626,400 $1.11 Option 4 - MF/LPRO/UV $142,400 $583,500 $38,500 $764,400 $0.52 - Operating costs do not include labor or maintenance costs - Annual operating cost projections based on 100 percent operating factor - Chemical and power costs are based on current Marco Island NWTP unit prices and may vary over time Exhibit 25 shows the projected life cycle costs for the different process options assuming a 20-year life cycle and 6 percent interest rate. EXHIBIT 25 Projected Life Cycle Cost of Process Train Options Marco Island North Water Treatment Plant Expansion Options Process Train Operating Cost ($/year) Capital Cost (2009$) Present Worth (2009 $) Life Cycle Water Cost (2009 $) Option 1 – Coag/MF/UV $1,493,500 $7,992,000 $216,500,000 $1.06 Option 2 - MF/IX/UV $783,700 $10,663,000 $120,100,000 $0.59 Option 3 - LS/MF/UV $1,626,400 $11,904,000 $238,900,000 $1.17 Option 4 - MF/LPRO/UV $764,400 $7,029,000 $113,700,000 $0.56 - Present worth and life cycle amortization based on 20-year life cycle and 6 percent interest rate - Operating costs do not include labor or maintenance costs - Annual operating cost projections based on 100 percent operating factor - Chemical and power costs are based on current Marco Island NWTP unit prices and may vary over time MARCO FILTRATION AND UV OPTIONS ANALYSIS 4-5-10 1 TECHNICAL MEMORANDUM Marco Island Filtration and UV Options Analysis PREPARED FOR: City of Marco Island PREPARED BY: CH2M HILL DATE: April 5, 2010 Executive Summary The source water quality for the Marco Island North Water Treatment Plant (NWTP) is degrading because of increased groundwater influence, and because the South Florida Water Management District (SFMWD) is redirecting additional stormwater into Henderson Creek. The degrading quality is creating operating challenges and increasing treatment cost. Changing water quality has also increased the estimated construction cost of the proposed ultraviolet (UV) disinfection system that was identified as a cost effective treatment for meeting the upcoming Long-Term 2 Enhanced Surface Water Treatment Rule (LT2 ESWTR). The NWTP maintenance cost is increasing because of aging water treatment infrastructure. Recent inspections have identified major rehabilitation needs of the existing granular media filters (GMF), Zenon membrane filtration (MF) system, and lime reactor. These rehabilitation projects will require significant downtime of the NWTP and result in $1.5M in additional maintenance cost. The maintenance staff anticipates a higher frequency of these types of rehabilitation projects as the infrastructure continues to age. CH2M HILL conducted an evaluation of potential treatment rehabilitation/upgrade options to determine solutions that will improve treatment facility reliability and operability given the changes in source water quality, as well reduce capital and operating cost over both now and in the future. Options included combinations of rehabilitation versus replacement of the existing media filters with a new MF system, rehabilitation versus replacement of the existing Zenon system, and alternative UV disinfection options. CH2M HILL identified three primary options including: 1. Rehabilitating the existing filters, lime reactor, and Zenon system, replacing the existing transfer pumps, and installing UV for full virus, Giardia, and Crypto inactivation required by the upcoming regulations. 2. Rehabilitating the lime reactor and filters, replacing the Zenon system with a new MF system, and installing UV for only Giardia and Crypto inactivation, while modifying the hypochlorite feed system to achieve the required virus inactivation. 3. Rehabilitating the lime reactor, while replacing the existing filters and Zenon system with a new MF system that also can potentially meet the upcoming Giardia and Crypto removal requirements. MARCO ISLAND FILTRATION AND UV OPTIONS ANALYSIS MARCO FILTRATION AND UV OPTIONS ANALYSIS 4-5-10 2 Recommendation CH2M HILL recommends that the City replace the existing filters and Zenon system with a new membrane filtration system as outlined in Option 3. This new membrane filtration system will provide several benefits including:  Provide the most cost-effective long-term capital and operating cost solution for the City.  Reduce the money wasted on short-term improvements that have limited or no-long term benefit.  Improve the finished water quality, operability and reliability of the NWTP process.  Use the best available technology to manage degrading source water quality while ensuring compliance with upcoming regulations. The exhibit below shows a summary of the capital and operating costs for the three primary options. Additional cost assumption detail is provided in the attached spreadsheets. EXHIBIT 1 Marco Expansion Options Cost Summary Item Option 1 Option 2 Option 3 Option 3 (no UV) Capital Cost with Contingency $4,953,900 $4,118,300 $4,727,500 $4,132,800 Approximate Future Exp Cost $3,400,000 $1,000,000 $1,000,000 $1,000,000 Operating Cost ($/kgal) $0.868 $0.653 $0.641 $0.635 Operating Cost ($/year at 6 mgd) $1,902,000 $1,430,000 $1,403,000 $1,391,000 Background UV System Cost Impact from Source Water Quality Change CH2M HILL conducted an initial investigation of ultraviolet light disinfection (UV) for virus inactivation of lime softened and filtered Marco Lakes water in August 2009 using the results of the membrane filtration pilot testing conducted in 2008. Pilot testing showed that a filtered water UV transmittance (UVT) between 92 and 96 percent during July/August, historically the time of year with the highest source water TOC and therefore anticipated to have the lowest UVT. Based on this high UVT range, which would result in high UV efficiency and low UV power consumption, CH2M HILL recommended that the City of Marco implement UV disinfection in order to comply with both the requirements of the EPA LT2ESWTR and FDEP “bird rule”, while eliminating the need for the existing 0.5-MG storage tanks. Recent changes in water quality in Marco Lakes water quality, stemming from changes in the natural organic matter content of Henderson Creek water, have reduced North Water MARCO ISLAND FILTRATION AND UV OPTIONS ANALYSIS MARCO FILTRATION AND UV OPTIONS ANALYSIS 4-5-10 3 Treatment Plant (NWTP) filtered water UVT to approximately 70 percent, despite a decrease in color levels from 35 PCU to 23 PCU. In response to this water quality change, CH2M HILL conducted jar testing during March 2010 to identify changes to alum and/or lime dosing that could improve the filtered water UVT. The jar testing results indicate that UVT has some dependence on lime dose (higher dose improves UVT) and on pH during alum addition (lower pH improves UVT), however alum dose has minimal impact. In all cases, the best UVT that could be achieved was 76 percent. This compares to the 92-95 percent UVT measured in August 2009. The significantly lower filtered water UVT has a major impact on UV system design: UV system footprint, equipment and O&M cost are all estimated to double. UV system construction cost is expected to increase by at least $600,000. Filter Rehabilitation The City is in the initial stages of rehabilitating the existing NWTP lime reactor and media filters. The Florida Department of Environmental Protection (FDEP) has mandated that the City make improvements to the structural components of these systems as well as replace the filter media. These improvements are anticipated to cost $1.2M and are expected to take up to 2 months to complete. The existing Zenon membrane filtration system, installed in 1998 and which representing 20 percent of the total filtration capacity at the NWTP, is aging and is showing signs of imminent failure. To restore structural and performance integrity, a minimum of 50 percent of the membrane cassettes must be replaced, and the steel tank requires significant refurbishment or replacement. Estimated cost for repair and/or replacement is a minimum of $560,000 and must be completed in the near future to maintain the current NWTP capacity of 6.7 mgd. The City has explored options for temporary treatment during the anticipated 2-month shutdown of the lime reactor and filters. A treatment system that can meet current SWTR regulations without the use of the existing lime softening process is needed. Installing a membrane filtration system with integrity testing capability that can provide a minimum 3- log Giardia removal is a cost-effective option that can be implemented for a short period of time. FDEP acceptance of this kind of direct filtration system is expected when used with a free chlorine residual in the distribution system to achieve secondary Giardia disinfection (part of normal annual distribution system maintenance) and blending with RO permeate at the SWTP to reduce color and hardness. The cost of a temporary membrane filtration system is estimated at $275,000 including equipment rental, installation, startup and decommissioning. Future Membrane Filtration Expansion The City is planning to expand the NWTP by 4 mgd in 2013 to meet increasing finished water demand on the island. An expansion evaluation conducted by CH2M HILL in 2007 identified direct filtration of the NWTP Marco Lakes source water using a microfiltration (MF) or ultrafiltration (UF) as a cost effective expansion option if the filtered water was transferred to the SWTP and then further treated with reverse osmosis (RO) or blended with RO permeate from the existing treatment system. MARCO ISLAND FILTRATION AND UV OPTIONS ANALYSIS MARCO FILTRATION AND UV OPTIONS ANALYSIS 4-5-10 4 The City and CH2M HILL conducted a membrane filtration pilot study between January and August of 2008 to identify the feasibility and cost of treating the Marco Island NWTP source water with membrane filtration. A microfiltration (MF) pilot unit supplied by Pall Corporation was used for the testing and displayed excellent performance when treating raw water, in-line coagulated raw water, and lime softened water from the existing full- scale reactor. Based on the results of the pilot study, the membrane filtration equipment cost was estimated at $1.4M. After installing a building and other related process components, the anticipated cost for the expansion was estimated at $7M. Alternative Approaches CH2M HILL began to evaluate alternatives for the temporary filtration system needed during the rehabilitation, as well as the cost feasibility of installing a replacement to the existing Zenon membrane filtration system. During the evaluation, Pall Corporation introduced a new 2-mgd pre-packaged MF system with an approximate cost of $600,000. This new package system, the Aria AP8, represents a significant cost savings over previously quoted custom systems, and allows for significantly lower cost design and installation than a custom system. The City therefore has decided to revisit the current rehabilitation, UV and membrane filtration expansion plan given the following factors:  Introduction of the lower cost 2-mgd MF pre-packaged skid  The unexpected $1.5M cost for rehabilitation of the media filters and lime softening reactor.  The recent degradation of the Zenon system and anticipated $600k rehabilitation cost  The unexpected $600k increase in cost of the UV system.  The upcoming planned expansion using membrane filtration Given these factors, two alternative options have been developed that seek to minimize the investment in short-term fixes and old equipment and take advantage of recent cost reduction in membrane filtration to improve the finished water quality, operability and reliability of the NWTP. The sections below summarize three different approaches to the current and future expansion of the filtration and UV systems. Option 1 – Rehabilitate Lime Reactor, Zenon and Media Filters and Install UV for 4-log Virus Inactivation Description This option includes rehabilitating the existing filters, lime reactor and Zenon system. UV will be installed to achieve the virus, Crypto, and Giardia inactivation required by the upcoming LT2ESWTR and FDEP bird rule after eliminating the 0.5MG tanks currently used for virus and Giardia inactivation CT. Rehabilitating the existing media filters and Zenon system would be adequate given that the new UV system would be installed to meet the LT2ESWTR. MARCO ISLAND FILTRATION AND UV OPTIONS ANALYSIS MARCO FILTRATION AND UV OPTIONS ANALYSIS 4-5-10 5 Improvements / Action Items 1. Rehabilitate existing lime softener and media filters August-September 2010. 2. Meet with FDEP to discuss rehabilitation and ensure approval and permitting of short- term direct filtration treatment using rental units. 3. Lease LT2 compliant membrane filtration units to allow 2 mgd of production during the rehabilitation period.  Operate these units in direct filtration mode with upstream alum feed to reduce color.  Obtain FDEP approval and permit to distribute MF-filtered water in conjunction with maintaining a free chlorine residual during distribution and blending with RO permeate at the SWTP.  Obtain FDEP approval and permit to distribute MF-filtered water to achieve 3-log Giardia removal credit without the need for free chlorine residual or permeate blending.  Pending FDEP approval, distribute un-softened MF-filtered water from the NWTP during the rehabilitation. 4. Rehabilitate existing Zenon system to maintain current 6.7 mgd NWTP capacity beyond the rental period of the MF units. 5. Install UV system for 2-log Virus and 3+ log Giardia and Crypto inactivation to meet bird rule and LT2 without CT in storage tanks. 6. Install new transfer pumps to allow direct pumping to SWTP and 4MG tank thus reducing operating cost and allow reallocation of existing 0.5MG tanks to RWPF. 7. Install future MF skids and building when expansion is required. Potential Issues and Disadvantages  Short-term permitting during rehabilitation  Increased construction and operating cost of UV system to meet 2-log virus inactivation at lower UVT (minimum 70%).  Money is spent on systems that may only last another 3-5 years. This options would require ~$3.4M expansion cost in the future for membrane filtration, building, UV, piping, & SWTP modifications.  Risk of UV non-compliance due to the change in the nature of the Marco Lakes Source water.  While the 50% measured UV transmittance is similar to the values measured during the pilot, the existing lime softener is having difficulty achieving UVT values that are consistently above 70%.  Jar testing shows that achieving UVT above 75% would be difficult with the current treatment system and modifications to the alum addition (including mixing and pH adjustment) may be needed. MARCO ISLAND FILTRATION AND UV OPTIONS ANALYSIS MARCO FILTRATION AND UV OPTIONS ANALYSIS 4-5-10 6  Validation of UV equipment at UVT below 70% may be required to ensure continued compliance (units are not currently validated below 70%) Advantages  Makes full use of existing treatment equipment.  Requires the least amount of engineering design  Defers most of the NWTP expansion cost. Option 2 – Rehabilitate Media Filters, Replace Zenon, Modify Chlorination Addition, and Install Smaller UV Description This option includes rehabilitating the existing media filters and lime reactor, but replaces the existing Zenon system with a new LT2-compliant membrane filtration system. The option also includes relocating the existing chlorination point to allow virus inactivation with free chlorine post-filters and adding chlorine to the filter backwash to control algae growth. Improvements / Action Items 1. Rehabilitate existing lime softener and media filters August-September 2010. 2. Meet with FDEP to discuss rehabilitation and ensure approval of short-term direct filtration treatment using rental units. 3. Purchase LT2 compliant membrane filtration unit to allow 2 mgd of production during the rehabilitation period.  Install in a temporary structure until a permanent structure is constructed.  Operate this unit in direct filtration mode with upstream alum feed to reduce color.  Obtain FDEP approval and permit to distribute MF-filtered water in conjunction with maintaining a free chlorine residual during distribution and blending with RO permeate at the SWTP.  Obtain FDEP approval and permit to distribute MF-filtered water to achieve 3-log Giardia removal credit without the need for free chlorine residual or permeate blending.  Pending FDEP approval, distribute un-softened MF-filtered water from the NWTP during the rehabilitation. 4. Construct a new membrane filtration building and re-locate rented membrane filtration package system to a permanent location inside the building. 5. Install UV that is sized for 2.5-log Giardia and Crypto inactivation to meet Long-Term 2 ESWTR requirements. 6. Relocate current hypochlorite injection point to the clearwell, or in the pipeline downstream of the UV system after exposure of process water to open atmosphere to meet the requirements of the FDEP bird rule. MARCO ISLAND FILTRATION AND UV OPTIONS ANALYSIS MARCO FILTRATION AND UV OPTIONS ANALYSIS 4-5-10 7 7. Relocate the ammonia feed point to a minimum of 30 seconds HRT downstream of the hypochlorite injection point after achieving the required 2-log virus inactivation. 8. Add hypochlorite to the filter backwash for algae control. Potential Issues  Need to assess ability to control algae when adding hypochlorite to the surface scrub system or to the clearwell. If not feasible, addition of backwash pumps may be required.  Relocation of the MF system can increase cost and cause potential logistical issues.  Increases near-term cost needed for new membrane filtration building.  Schedule to install a new MF skid is tight to meet rehabilitation timeframe.  Risk of UV non-compliance due to the change in the nature of the Marco Lakes Source water.  While the 50% measured UV transmittance is similar to the values measured during the pilot, the existing lime softener is having difficulty achieving UVT values that are consistently above 70 percent.  Jar testing shows that UVT above 75% would be difficult to achieve with the current treatment system and modifications to the alum addition (including mixing and pH adjustment) may be needed.  Validation of UV equipment at UVT below 70% may be required to ensure continued compliance (units are not currently validated below 70%). Advantages  Eliminates operational issues with existing Zenon system by upgrading to newer and more robust membrane filtration technology.  Eliminates lease cost of equipment that does not provide long-term benefit.  Easier and lower-cost future membrane filtration expansion because new building would already be installed (~$1M).  Would allow 2 mgd of production without lime softening reactor during future maintenance by using direct filtration through LT2 compliant membrane system.  Allows consideration of low-pressure UV systems with lower operating cost.  Eliminate 100,000 gpd of blowdown (potable water to waste) by eliminating the Zenon system with and annual treatment cost of about $60,000.  Operating cost will be lower than Option 1 MARCO ISLAND FILTRATION AND UV OPTIONS ANALYSIS MARCO FILTRATION AND UV OPTIONS ANALYSIS 4-5-10 8 Option 3 – Replace Media Filters with Membrane Filtration Description This option includes rehabilitating only the lime softening system and then replacing both the existing media filters and Zenon system with a new LT2-compliant membrane filtration system. The option also includes installing a new membrane building that is sized for future expansion. The new MF system has been proven to provide more than the current required 3-log Giardia removal which could potentially eliminate the need for Giardia disinfection including chlorine contact time and UV (pending FDEP acceptance). Improvements / Action Items 1. Rehabilitate existing lime softener August-September 2010. 2. Meet with FDEP to discuss rehabilitation and ensure approval of short-term direct filtration treatment using existing filters and long-term approval of MF for minimum 3- log Giardia inactivation without secondary disinfection. 3. Operate existing media filters at low loading rate with direct upstream alum feed to meet summer production requirements. 4. Purchase LT2 compliant 2-mgd membrane filtration skid to replace existing Zenon system and install in a new membrane building.  Pending FDEP approval, this and future MF units could meet full Giardia removal credit without the need for chlorine contact time and UV. 5. Provide space for, or if required install UV that is sized for 0.5-log Giardia inactivation to meet secondary disinfection requirements. 6. Relocate current hypochlorite injection point to MF system feed pipe after exposure of process water to open atmosphere to meet the requirements of the FDEP bird rule. 7. Relocate the ammonia feed point to a minimum of 30 seconds HRT downstream of the hypochlorite injection point after achieving the required 2-log virus inactivation. Potential Issues  Need to verify that FDEP will allow continued operation of media filters without rehabilitation until after 6.7 mgd of membrane filtration is installed next year  Added engineering needed to work out phasing and expansion to eliminate potential increased construction cost or future redesign.  Consistent and permitable near-term 6.7 mgd may require 4 MF trains, thus increasing near-term installed equipment cost.  Increases near-term cost based on design, construction and installation of new membrane filtration system and building.  Will require a larger MF building for future expansion that will be more challenging to fit on the NWTP site. Building size can vary from 50’x60’ to 120’x60’ depending on types of skids, configuration, and layout. MARCO ISLAND FILTRATION AND UV OPTIONS ANALYSIS MARCO FILTRATION AND UV OPTIONS ANALYSIS 4-5-10 9  May require common MF feed tank (or feed clearwell) to equalize flow between the discharge of the lime softening reactor and the feed of the membrane filters. The AP8 skids each have a feed tank that can significantly increase building footprint. Using a common feed tank may be more cost effective.  Need to verify that the existing lime softener can adequately treat recycled MF backwash water. Solids that not removed after multiple recycles can accumulate in the system and eventually impact MF performance. Additional low-cost treatment in the backwash equalization basins may be needed. Advantages  Eliminates the urgent need to provide temporary MF system this summer and reduces total system downtime for rehabilitation.  Would allow NWTP to operate without lime softening reactor during periodic maintenance.  Would allow ready conversion at NWTP from lime softening to membrane softening by providing appropriate pretreated water.  Eliminates lease cost of equipment that does not provide long-term benefit.  May eliminate the need for UV provided FDEP approves MF for full Giardia and Crypto removal credit.  System would be ready for future MF expansion with lowest construction cost and minimal or no engineering (~$1M).  Gain land of filters, clearwell, transfer pumps, and existing control building.  Lower operating cost than current option.  Reduces operational issues associated with lime reactor upset and high turbidity carryover into filters. Filtered water turbidity compliance will not be an issue.  Will produce consistently better finished water quality than existing system.  One filtration system that is easier to operate and automate.  Allocate portion of UV design costs to MF design costs.  Eliminates low UV transmittance issue.  Eliminates issues associated with open filters and need to meet FDEP ‘bird rule’.  Eliminates 100,000 gpd of UF reject flow by eliminating the Zenon system with and annual treatment cost of about $60,000. Summary of Capital and Operating Costs The exhibit below summarizes the capital and operating costs for each of the options above. Additional cost assumption detail is provided in the attached spreadsheets. MARCO ISLAND FILTRATION AND UV OPTIONS ANALYSIS MARCO FILTRATION AND UV OPTIONS ANALYSIS 4-5-10 10 EXHIBIT 2 Marco Expansion Options Cost Summary Item Option 1 Option 2 Option 3 Option 3 (no UV) Transfer Pumping System $401,600 $401,600 $257,700 $257,700 UV System $1,714,700 $715,300 $495,600 - Membrane Filtration System $576,500 $1,081,100 $2,746,300 $2,746,300 Total Construction Cost $2,692,800 $2,198,000 $3,499,600 $3,004,000 Design $161,600 $219,800 $350,000 $350,000 SDC $107,700 $87,900 $140,000 $140,000 Lime & Filter Rehab $1,200,000 $1,200,000 $300,000 $300,000 Pall Rental / Installation $275,000 $50,000 - - Subtotal Capital Cost $4,437,100 $3,755,700 $4,289,600 $3,794,000 Contingency $516,800 $362,600 $437,900 $338,800 Total Capital Cost with Contingency $4,953,900 $4,118,300 $4,727,500 $4,132,800 Approximate Future Exp Cost $3,400,000 $1,000,000 $1,000,000 $1,000,000 Operating Cost ($/kgal) $0.868 $0.653 $0.641 $0.635 Operating Cost ($/year at 6 mgd) $1,902,000 $1,430,000 $1,403,000 $1,391,000 Marco Island North Water Treatment Plant Membrane Filtration Improvements Project Prepared for: Marco Island Utilities Prepared by: Naples, FL December 2010 TECHNICAL MEMORANDUM Marco Island North Water Treatment Plant Membrane Filtration Improvements Project Engineering Report December 2010 TECHNICAL MEMORANDUM Contents 1. Certifications 2. Marco Island NWTP Membrane Filtration Improvements Project Overview 3. Marco Island NWTP Membrane Filtration Improvements Project Water Quality 4. Marco Island NWTP Membrane Filtration System 5. Marco Island NWTP MF Improvements Project Disinfection Design 6. Marco Island NWTP MF Improvements Project Chemical Storage and Feed Systems 7. Marco Island NWTP MF Improvements Transfer Pumping Design 8. Marco Island MF Project Backwash Recovery Basin Modifications 9. Marco Island MF Improvements Project Electrical and I&C Design 10. Marco Island MF Improvements Project Engineering Report Drawings Certifications Professional Engineer The engineering features of the Marco Island North Water Treatment Plant Membrane Filtration Improvements Engineering Report, dated December 22, 2010, were prepared by, or reviewed by, a Licensed Professional Engineer in the State of Florida. The information contained herein the report is true and correct to the best of my knowledge, the report was prepared in accordance with sound engineering principles. _______________________ Joseph R. Elarde, P.E. P.E. License Number: 59309 Process-Mechanical Design _______________________ Norman E. Anderson, P.E. P.E. License Number: 71642 Electrical/I&C Design TECHNICAL MEMORANDUM 2. Marco Island NWTP Membrane Filtration Improvements Project Overview MARCO MF PROJECT OVERVIEW REPORT 12-22-10.DOCX 1 TECHNICAL MEMORANDUM Marco Island NWTP Membrane Filtration Improvements Project Overview PREPARED FOR: Marco Island Utilities PREPARED BY: CH2M HILL DATE: December 2010 Introduction Marco Island Utilities (MIU) owns and operates two water treatment facilities, the North Water Treatment Plant (NWTP) and the South Water Treatment Plant (SWTP). The NWTP is an aging 6.7 million gallons per day (mgd) conventional lime softening and filtration facility that treats surface water from Marco Lakes. The SWTP is a 6.0-mgd reverse osmosis (RO) facility that desalts brackish water from Mid-Hawthorn Aquifer Wells. Approximately 3 mgd of filtered blend water is transferred from the NWTP to the SWTP to help stabilize the RO permeate and meet the higher demands on the south side of the island. Exhibit 1 shows a process flow diagram of the Marco Island water treatment system including both the NWTP and SWTP. EXHIBIT 1 Proposed NWTP Site Layout Marco Island Membrane Filtration Improvements Project Engineering Report The Marco Island NWTP Membrane Filtration (MF) Improvements Project will improve the operability, reliability and efficiency of the NWTP while working to meet both current and MARCO ISLAND NWTP MEMBRANE FILTRATION IMPROVEMENTS PROJECT OVERVIEW MARCO MF PROJECT OVERVIEW REPORT 12-22-10.DOCX 2 future anticipated regulations. The project will also prepare the NWTP for future expansion up to 10 mgd. Exhibit 2 shows an aerial of the NWTP with a summary of the project components which include:  Install a 6.7 mgd microfiltration system including feed pumps, strainers, backwash pumps, air system, instrumentation/control, and cleaning system in a newly constructed building located on the existing NWTP site  Construct a new consolidated chemical storage and feed area for currently used chemicals (alum, hypochlorite, phosphoric acid, citric acid), as well as a new sodium hydroxide that will be used for MF cleaning  Relocate existing carbon dioxide and ammonia storage and feed systems to new chemical storage area  Install new transfer pumps that will send filtered water to the SWTP for blending  Replace existing lime softening basin internal mechanism with a new mechanism of the same type  Install new yard piping for temporary fill of the existing 4MG tank during construction that will ultimately be used for permanent blend and 4MG tank fill  Modify existing backwash basin to provide solids settling before new backwash recycle pumps transfer the recovered water to lime reactor inlet  Add instrumentation and control systems to automate new and existing chemical feed systems, MF system, and transfer pumps.  Modify disinfection approach to achieve the full required Giardia, cryptosporidium, and virus inactivation after exposure to air without chloramine contact time.  Remove from service and demolish existing sulfuric acid feed system, granular media filters, clearwell, transfer pumps, old high service pump station, old control room, electrical shed, and finished water pipe  Reallocate existing 0.5-MG tanks for use at the Reclaimed Water Production Facility (RWPF)  Repower existing lime reactor, backwash basin pumps, and solids handling equipment from new MF building electrical room The MF Improvements project will simplify the overall process as demonstrated by the process flow diagrams presented in Exhibit 3. As the diagrams show, the only new components of the NWTP will be the MF system, transfer pumps, and sodium hydroxide system used for MF cleaning. Modifications will include a change in disinfection approach that takes advantage of the enhanced filtration and integrity monitoring of the MF system and the refurbishing the lime reactor by installing new equipment that is the same as the existing equipment. The primary challenge of this project will be obtaining appropriate disinfection credit for the microfiltration system which has integrity monitoring that is compliant Long-Term 2 Enhanced Surface Water Treatment Rule (LT2ESWTR) requirements. Current Florida Department of Environmental Protection (FDEP) rules do not address the advanced removal capabilities of the microfiltration system that have been demonstrated in third- party validation testing and have been accepted by the United States Environmental Protection Agency (USEPA) and other state agencies. MARCO ISLAND NWTP MEMBRANE FILTRATION IMPROVEMENTS PROJECT OVERVIEW MARCO MF PROJECT OVERVIEW REPORT 12-22-10.DOCX 3 Section 62-550.817 (2)(b) FAC discusses the Giardia and virus removal and inactivation requirements for subpart H systems treating surface water. The current language indicates that “Systems providing reverse osmosis, ultrafiltration, or nanofiltration shall provide sufficient disinfection to achieve a minimum of 0.5-log Giardia lamblia cyst and 2-log virus inactivation to supplement membrane filtration treatment.” This language, written before the LT2ESWTR and the USEPA membrane filtration guidance manual (MFGM), does not address the use of microfiltration, nor the implementation and adoption of direct integrity testing to directly and reliably demonstrate that MF systems greater than 4.5-log Cryptosporidium and Giardia removal by both microfiltration and ultrafiltration membrane systems. Information on several operating facilities in North America have demonstrated that these membrane filtration systems can reliably exceed the 3-log Giardia and Crypto removal requirements of the SWTR and LT2ESWTR. Therefore, MIU is proposing that FDEP permit the selected microfiltration system for full 3-log Giardia and 3-log Crypto removal in accordance with the MFGM. This will require a change or an exemption to the current rule as described in 62-550.817 (2)(b) FAC. MF has been classified by the USEPA as a ‘best available technology’ (BAT) for meeting the Cryptosporidium removal requirements of the LT2ESWTR. As such it is also a BAT for removal of the larger-sized Giardia. Using the proposed design criteria of this project, following the guidelines of the MFGM and having selected a MF product whose performance (for Crypto and Giardia removal) has been validated through third-party testing (e.g., California Department of Public Health certification testing) should provide a reliable and permitable system. To provide a safety factor with respect to compliance with LT2ESWTR and SWTR, CH2M HILL proposes to design MF system such that during operation, it will to achieve >4-log Giardia/Crypto removal 95 percent of the time and >3.5- log Giardia/Crypto removal 100 percent of the time. The integrity of the MF system with respect to removal of these pathogens will be demonstrated through continuous indirect integrity testing and daily direct integrity testing in accordance with chapters 3 and 4 of the MFGM. MARCO MF PROJECT OVERVIEW REPORT 12-22-10.DOCX 4 EXHIBIT 2 NWTP MF Improvements Project Summary Aerial Marco Island Membrane Filtration Improvements Project Engineering Report MARCO ISLAND NWTP MEMBRANE FILTRATION IMPROVEMENTS PROJECT OVERVIEW MARCO MF PROJECT OVERVIEW REPORT 12-22-10.DOCX 5 EXHIBIT 3 NWTP MF Improvements Before/After Improvements Process Flow Diagram Marco Island Membrane Filtration Improvements Project Engineering Report REFURBISHED LIME SOFTENING REACTORMARCO LAKES RAW WATERBLEND TRANSFER PUMPSSodium HypochloriteAmmoniaAlumLime4MG STORAGE TANKHIGH SERVICE PUMPSTO DISTRIBUTION SYSTEMBLEND TO SWTPMEMBRANE FILTRATIONPhosphoric AcidCIP TanksSodium HypochloriteSodium HydroxideCitric AcidLIME SOFTENING REACTORMARCO LAKES RAW WATERGRANULAR MEDIA FILTERSTRANSFER PUMPSSodium HypochloriteAmmoniaAlumLime0.5-MG STORAGE TANKSTRANSFER PUMPS4MG STORAGE TANKHIGH SERVICE PUMPSTO DISTRIBUTION SYSTEMBLEND TO SWTPZENON MEMBRANE FILTRATIONSulfuric AcidCLEARWELLPhosphoric AcidCIP SYSTEMSodium HypochloriteCitric AcidNew Process/PipeModified Process/PipeLEGEND MARCO ISLAND NWTP MEMBRANE FILTRATION IMPROVEMENTS PROJECT OVERVIEW MARCO MF PROJECT OVERVIEW REPORT 12-22-10.DOCX 6 EXHIBIT 4 Upgraded NWTP Detailed Process Flow Diagram Marco Island Membrane Filtration Improvements Project Engineering Report LIME SOFTENING REACTORMARCO LAKES RAW WATERBLEND TRANSFER PUMPSNaOClNH3AlumLime4MG STORAGE TANKHIGH SERVICE PUMPSTO DISTRIBUTION SYSTEMTO SWTPTHICKENERFEED EQUALIZATION TANKFEED PUMPSSTRAINERSMEMBRANE FILTERSLIME SOLIDS BASINBACKWASH RECOVERY BASIN (MODIFIED)BACKWASH RECYCLE PUMPSBACKWASH PUMPSSLUDGE PRESSTRUCKSOLIDS DISPOSALCO2PO4RecycleSupernatentBackwashLimits of ImprovementsCitricNaOHCIP SYSTEMBlowdownRetentateBlowdownTO WWTPCIP WasteNaOClRAW WATER BYPASSNaOClBACKWASH WASTE PUMPS MARCO MF PROJECT OVERVIEW REPORT 12-22-10.DOCX 7 MF Project Drivers New Regulations The NWTP is a surface water treatment facility whose design and operation must comply with the requirements of the LT2ESWTR starting in October 2013. MIU wishes to remain proactive in meeting the potential Cryptosporidium inactivation requirements of this rule, as well as current Giardia and virus removal/inactivation requirements of the SWTR and those further mandated by FDEP (i.e., ‘bird rule’). At present, the NWTP achieves the 2-log virus and 0.5-log Giardia inactivation requirements of the bird rule by using chloramines to provide sufficient CT in the existing finished water storage tanks. However, MIU desires to use these tanks to provide more storage at the NWTP and for equalization at the adjacent Reclaimed Water Production Facility. FDEP Requirement for Filter Rehabilitation The FDEP conducted routine inspections of the NWTP in 2009 and identified several old components that were corroded or deteriorated. Several 40+ year-old structural components of the existing filters pose a safety risk to operations staff, and other corroded filter components have begun to impact treated water quality. FDEP therefore mandated that MIU make improvements to the filters and lime softening reactor. These improvements are anticipated to cost $1.6M ($1.2M for the filters) and are expected to take up to 2 months to complete. The NWTP will not be able to produce the water needed to meet finished water demands during this rehabilitation without a temporary filtration system that is expected to cost approximately $275,000. Zenon System Failure The existing Zenon membrane filtration system, installed in 1998 and which representing 20 percent of the total filtration capacity at the NWTP, is aging and is showing signs of imminent failure. Currently the system is operating at significantly reduced capacity. To restore structural and performance integrity, a minimum of 50 percent of the membrane cassettes must be replaced, and the steel tank requires significant refurbishment or replacement. Estimated cost for repair and/or replacement is a minimum of $560,000 and must be completed in the near future to maintain the current NWTP capacity of 6.7 mgd. Repairing the Zenon system will extend the life of the system by approximately 3 years, but will not ensure compliance with the upcoming LT2ESWTR. UV System Cost Impact from Source Water Quality Change CH2M HILL conducted an initial investigation of UV for disinfection at the NWTP in August 2009 using the results of the membrane filtration pilot testing conducted in 2008. Pilot testing showed that UV could meet the new regulations efficiently. CH2M HILL recommended that MIU implement UV disinfection in order to comply with both the requirements of the LT2ESWTR and FDEP bird rule. Recent changes in Marco Lakes water quality prompted CH2M HILL to conduct additional testing during March 2010 to identify the impact to the proposed UV system and if changes to existing NWTP treatment could improve UV efficiency. The testing results indicated that the water quality changes would significantly reduce the UV efficiency and that changes to NWTP operation would result in little improvement. The lower UV system efficiency would MARCO ISLAND NWTP MEMBRANE FILTRATION IMPROVEMENTS PROJECT OVERVIEW MARCO MF PROJECT OVERVIEW REPORT 12-22-10.DOCX 8 double the UV system footprint and O&M cost and would not meet the FDEP bird rule without continued use of the 0.5-MG storage tanks. UV system construction cost was expected to increase by at least $600,000 up to a total of $2.0M. Backup for the Lime Softening Reactor and Filters During Annual Maintenance MIU needs a treatment system that can meet current regulations, as well as the LT2ESWTR during annual maintenance of the lime softening reactor and filters. A new membrane filtrations system is a cost-effective option that can meet regulations when the lime softening reactor is down for maintenance and be maintained without reducing system capacity. Future Membrane Filtration Expansion MIU is planning to expand the NWTP by 4 mgd in 2013 to meet increasing finished water demand on the island. An expansion evaluation conducted by CH2M HILL in 2007 identified direct filtration of the NWTP Marco Lakes source water using a membrane filtration as a cost effective expansion option. MIU and CH2M HILL conducted a membrane filtration pilot study between January and August of 2008 to identify the feasibility and cost of treating the Marco Island NWTP source water with membrane filtration. A MF pilot unit supplied by Pall Corporation was used for the testing and displayed excellent performance. Based on the results of the pilot study, the membrane filtration equipment cost was estimated at $1.4M. After installing a building and other related process components, the anticipated cost for the expansion was estimated at $7M. Based on all of these considerations, MIU and CH2M HILL have identified various processes for meeting finished water treatment goals and the more stringent state and federal regulations. After a detailed evaluation, membrane filtration followed by the existing lime softening process has been selected as the preferred treatment that would provide the best value while meeting all the goals and regulations. Summary of MF System Design Criteria  Use of MF product whose membrane fiber and module characteristics comply with the requirements of the LT2ESWTR  Meet the intent of the MFGM with respect to MF system product quality control/quality assurance testing, direct and indirect integrity testing and MF system design  6.7-mgd minimum filtered water flow rate with one fully redundant MF train  Automated direct integrity testing of each membrane train on a 24-hour basis to verify a minimum 3.5-log cryptosporidium and 3.5-log Giardia removal that exceeds current and future requirements  Disinfection of the MF filtrate using free chlorine to meet the FDEP requirement for 2-log virus inactivation when MF is used following lime softening or 3-log virus inactivation when MF directly treats Marco Lakes water  Minimum design recovery rate of 95 percent with backwash equalization, treatment and recycle to the inlet of the lime reactor  Design flux of 65 gfd as established through pilot testing based on direct treatment of Marco Lakes water (most challenging MF feed water quality) MARCO ISLAND NWTP MEMBRANE FILTRATION IMPROVEMENTS PROJECT OVERVIEW MARCO MF PROJECT OVERVIEW REPORT 12-22-10.DOCX 9  Automatic (PLC-controlled) operation of all MF system functions (filtration, backwash, chemically-enhanced backwash, direct integrity testing and clean-in-place)  On-line laser turbidimeter for continuous, indirect integrity monitoring of filtrate from each MF train TECHNICAL MEMORANDUM 3. Marco Island NWTP Membrane Filtration Improvements Project Water Quality MARCO MF PROJECT WQ REPORT 12-22-10.DOCX 1 TECHNICAL MEMORANDUM Marco Island NWTP Membrane Filtration Improvements Project Water Quality PREPARED FOR: Marco Island Utilities PREPARED BY: CH2M HILL DATE: December 2010 Source Water The NWTP source water comes from the Marco Lakes located approximately 10 miles north of Marco Island. The source for the Marco Lakes is storm water runoff from adjacent Henderson Creek with some influence from local groundwater. The majority of the year, water from Henderson Creek flows into the Marco Lakes through an embankment which significantly reduces turbidity. However MIU occasionally must open a weir gate between Henderson Creek and Marco Lakes when lake levels drop and more flow is needed. MIU also uses Aquifer Storage and Recovery (ASR) wells to store excess Marco Lakes water during the wet season for use during the dry season. MIU injects filtered Marco Lakes water into seven Floridan Aquifer wells during the wet season, and then recovers this water during the dry season. The recovered water is blended with the surface water or used alone to feed the NWTP in the dry season. The recovered ASR well water is influenced by the brackish Floridan aquifer groundwater having elevated levels of chloride and sulfate. Exhibit 1 presents the range of feed water quality. The feed water quality can vary due to seasonal changes in Marco Lakes as well as the use of recovered water. MARCO ISLAND NWTP MEMBRANE FILTRATION IMPROVEMENTS PROJECT WATER QUALITY MARCO MF PROJECT WQ REPORT 12-22-10.DOCX 2 EXHIBIT 1 Marco Lakes Source Water Quality Marco Island Membrane Filtration Improvements Project Engineering Report Parameter Marco Lakes Water Quality Range Marco Lakes Water Quality Average Finished Water Quality Goal pH 7.2 – 8.2 7.8 8.8 Temperature (Celsius) 20 – 32 26 - Chloride (mg/L) 66 – 154 120 < 100 Sulfate (mg/L) 40 – 150 100 < 80 TDS (mg/L) 190 – 600 410 < 400 Total alkalinity (mg/L as CaCO3) 120 – 340 235 > 35 Total hardness (mg/L as CaCO3) 170 – 380 330 100-120 Turbidity (NTU) 0.5 – 21 1.5 < 0.1 TTHM (µg/L) - - <80 HAA5 (µg/L) - - <60 Total organic carbon (mg/L) 9.3 – 17 (14) 14 <10* Color (PCU) 20 – 70 (35) 35 < 5 * Based on D/DBPR requirement of 30% TOC removal for surface waters with alkalinity greater than 120 mg/L as CaCO3 and TOC greater than 8 mg/L. Actual TOC removal may be greater depending on selected process. Finished Water Quality Goals The treated water after the improvements project must improve upon existing finished water quality. The finished water quality shall meet current and proposed future regulatory requirements including FDEP primary and secondary drinking water standards, USEPA S2DBPR and the LT2ESWTR. Exhibit 2 presents MIU’s anticipated finished water quality goals based on these regulatory requirements as well as MIU specific goals for aesthetic-based parameters. The raw Marco Lakes water is high in color, hardness, and total organic carbon (TOC) including disinfection byproduct (DBP) precursors. The surface water may also contain pathogens that require removal or inactivation. The high concentrations of sulfate and chloride may be contributing to copper corrosion problems in the distribution system on the north end of the island. The improved treatment process must effectively address these target constituents to meet the desired water quality goals. The finished water quality must be stable (non-corrosive) with a pH near 8.8, total alkalinity above 35 mg/L as CaCO3, and total hardness between 100 to 120 mg/L as CaCO3. The treatment process should minimize increases in sulfate and chloride, or even reduce them in order to control copper corrosion. MARCO ISLAND NWTP MEMBRANE FILTRATION IMPROVEMENTS PROJECT WATER QUALITY MARCO MF PROJECT WQ REPORT 12-22-10.DOCX 3 The finished water must meet the S2DBPR by achieving 30 percent TOC removal and maintain a TTHM concentration below 80 g/L and a HAA5 concentration below 60 g/L at all points within the distribution system. The finished water must also meet the SWTR and LT2ESWTR by achieving 3-log Giardia, 2- log Cryptosporidium and 4-log virus removal. EXHIBIT 2 Finished Water Quality Goals Marco Island Membrane Filtration Improvements Project Engineering Report Parameter Point of Compliance Finished Water Quality Standard Acceptance Standard Description Value Units Plant Flow Rate (Finished Water) Total flow from meters on Individual membrane trains 6.7 MGD 24-hr average production that meets Finished Water Quality Standards Turbidity Membrane filtrate <0.3 NTU 95 percent of samples measured continuous (recorded every 15 min) with no measurements at or above 1.0 NTU Cryptosporidium Membrane filtrate >3.5 log Total inactivation / removal credits based upon membrane treatment Giardia >3.5 log Total inactivation / removal credits based upon membrane treatment Virus Inactivation Membrane filtrate >4 log Total inactivation credits from treatment process and primary disinfectant TTHM Distribution samples <80 ug/L HAA5 Distribution samples <60 ug/L Combined Chlorine Dose In Finished Water Pipeline leaving NWTP 3.0 to 4.0 mg/L pH Finished Water storage outlet to distribution 8.5 – 8.8 pH units TECHNICAL MEMORANDUM 4. Marco Island NWTP Membrane Filtration System MARCO MF PROJECT MEMBRANE REPORT 12-22-10.DOC 1 TECHNICAL MEMORANDUM Marco Island NWTP Membrane Filtration System PREPARED FOR: Marco Island Utilities PREPARED BY: CH2M HILL DATE: December 2010 Background During the treatment alternatives evaluation phase of this project, Marco Island Utilities (MIU) identified low-pressure membrane filtration as one of the processes to meet the current and upcoming federal and state regulations for the NWTP. The membrane filtration process will meet the requirements of the Florida Department of Environmental Protection (FDEP) “bird rule” and the US Environmental Protection Agency (USEPA) Long-Term 2 Enhanced Surface Water Treatment Rule (LT2ESWTR). Membranes offer several advantages over other filtration technologies, with the superior and absolute particle removal barrier a key consideration in its selection. A low-pressure membrane filtration process provided by Pall Water Processing Inc. (Pall) of Cortland, NY was among one of the processes that were piloted at the NWTP. The 8-month pilot study was conducted in 2008 and the results of the study were summarized in The Marco Island Pilot Report dated January 6, 2010. During this study, the feasibility of the low- pressure membrane process in meeting treatment goals was demonstrated. As part of this study, the operating parameters such as flux, backwash intervals, and chemical cleaning regimes were also established. The NWTP source water quality has been degrading because of increased groundwater influence, and because the South Florida Water Management District is redirecting additional stormwater into the Henderson Creek. Therefore, low-pressure membrane filtration process has been selected as the most cost-efficient way to upgrade the plant to meet treatment and production objectives. MIU selected a membrane system provided by Pall. Pall will be providing a low-pressure membrane system with all the necessary ancillary components for the system in addition to the microfiltration treatment trains. The details of the system will be outlined in this technical memorandum. MARCO ISLAND NWTP MEMBRANE FILTRATION SYSTEM MARCO MF PROJECT MEMBRANE REPORT 12-22-10.DOC 2 Membrane Filtration System The membrane filtration system generally consists of the following major systems:  Membrane Feed Tank  Membrane Feed Pumps  Pre-Filter Strainers  Membrane Filter Racks  Reverse Filtration (RF) System (i.e. backwash) o RF pumps o Compressed Air Scour System  Membrane Integirty Testing Air System  Chemical Cleaning System for Clean-in-Place/Enhanced Flux Maintenance (EFM) A process flow diagram for the NWTP is presented in Exhibit 1that includes the systems listed above. EXHIBIT 1 NWTP Process Flow Diagram Marco Island Membrane Filtration Improvements Project Engineering Report The raw water feed for the plant will be Marco Lakes which will be pre-treated with the refurbished lime softening reactor before it is introduced to the Membrane Filtration trains. Lime softening followed by membrane filtration was selected as the ultimate treatment train that would provide the best value to MIU while meeting all the finished water treatment goals of complying with the current federal and state regulations. MARCO ISLAND NWTP MEMBRANE FILTRATION SYSTEM MARCO MF PROJECT MEMBRANE REPORT 12-22-10.DOC 3 Membrane System Components The system components are presented in Exhibit 2 below: EXHIBIT 2 Membrane System Components Design Criteria Marco Island Membrane Filtration Improvements Project Engineering Report Description Value Number of membrane trains 4(1) (3 Duty, 1 Standby) (+ space for 2 additional trains in the future) Number of membrane modules populated per train 72 Number of membrane spaces per train 80 Total number of populated membrane modules 288 (216 Duty, 72 Standby) Number of membrane feed pumps 3 (2 Duty, 1 Standby) Number of pre-filter strainers 3 (2 Duty, 1 Standby) Pre-filter strainer mesh size 300 µm Number of RF pumps 2 (1 Duty, 1 Standby) Air Compressors/Receivers 2 (1 Duty, 1 Standby) Membrane Cleaning Chemicals Sodium hypochlorite Sodium hydroxide Citric acid CIP/EFM Circulation Pumps 2 (1 Installed, 1 shelf spare) CIP/EFM Batch Tanks 2 (1 acid, 1 base) (1) Under normal operation mode all trains will be operational. Maximum flux has been set for operation with 3 trains to accommodate down time for integrity testing, backwashing, EFMs, and chemical cleans. The new membrane system will be located in a new building at the NWTP site next to the existing Lime Softening sytem. Exhibit 3 presents the new Membrane Treatment Building where all the main membrane and ancillary systems are located. Space has been allocated for future equipment including two membrane treatment trains, one membrane feed pump and one pre-filter strainer. Finished water will be sent to the 4 million gallon tank for distribution. A portion of the membrane filtered water will be transferred with one of two centrifugal pumps to the SWTP for blending with RO permeate before distribution. MARCO MF PROJECT MEMBRANE REPORT 12-22-10.DOC 4 BLEND TRANSFER PUMPS TO SWTP MEMBRANE FEED PUMPS PREFILTER STRAINERS CHEMICAL CLEANING SYSTEM MEMBRANE TREATMENT TRAINS RF PUMPS EXHIBIT 3 Membrane System Layout Plan – New Membrane Treatment Building Marco Island Membrane Filtration Improvements Project Engineering Report MARCO ISLAND NWTP MEMBRANE FILTRATION SYSTEM MARCO MF PROJECT MEMBRANE REPORT 12-22-10.DOC 5 Basis of Design/Equipment Membrane Filter Trains Four membrane trains initially rated for 6.7 million gallons per day net filtration capacity will be installed. Each train will have space to install 10% more membranes in case filtrate production can’t be met due to changes in operational conditions such as the raw water source. The membrane system is sized to account for filtrate usage for backwashes, chemical cleans, and chemical cleans and down time for integrity testing. Piping and all ancillary equipment is sized to enable future expansion. The system has been designed to be able to install two additional trains for an ultimate net filtration capacity of approximately 10 million gallons per day. The system is designed based on the parameters set during the 2008 membrane pilot study. Characteristics of the membrane product and detailed productivity design criteria of the membrane treatment trains are provided under separate headings in this technical memorandum. Membrane Feed Tank A membrane feed tank will be installed between the membrane filter trains and the existing Lime Softening Reactor. The tank has a capacity of 15,000 gallons and is provided to equalize flow from the lime softening process to maintain uniform water quality into the membrane filters. The membrane feed tank is sized for 3 minutes detention at maximum flow. Pre-Filter Straining System The 300 micron pre-filter strainers are provided with two duty and a spare unit, each dedicated to a feed pumps. Strainers will automatically backwash based on a timer or differential pressure. Space for a future unit is provided that will be dedicated to the future feed pump. Feed System Three horizontal split-case pumps (two duty and one spare) are provided. The pumps are rated for 3,000 gpm each at 120 feet total dynamic head. The membrane feed system is designed with space for a future pump. The pumps will be installed with variable speed drives. Backwash System Filtrate will be used to flush the membranes during backwashes. Filtrate will be drawn from the main filtrate header after the membrane treatment trains and pumped by two (one duty and one spare) centrifugal pumps. The pumps are rated for 640 gpm at 70 feet total dynamic head. The pumps will be installed with variable speed drives. Compressed Air System A compressed air system is also provided for backwashes and integrity testing. One duty and one spare compressor with a compressed air tank are provided. MARCO ISLAND NWTP MEMBRANE FILTRATION SYSTEM MARCO MF PROJECT MEMBRANE REPORT 12-22-10.DOC 6 Chemical Cleaning System A chemical cleaning system is provided for clean-in-places and enhanced flux maintanances. Two separate tank systemswith chemical feed pumps for acid and caustic/chlorine are provided. Solutions with chemicals will be made up in separate 7.5- feet diameter tanks. Each tank is equipment is equipped with 45 kW heaters to increase cleaning solution temperature for more efficient chemical cleans. A recirculation pump rated for 240 gpm at 70 feet total dynamic head will be installed to transfer and recirculate chemical solution. A pump will be kept on shelf as a spare. A drain pump with a same rated capacity will be provided. Spent chemicals will be drained to a new lift station that will pump the solution to the sanitary sewer. Membrane Characteristics The membrane characteristics are presented in Exhibit 4 below: EXHIBIT 4 Membrane Characteristics Marco Island Membrane Filtration Improvements Project Engineering Report Characteristic Value Outside membrane area 538 ft2 Fiber Outside Diameter 1.3 mm Fiber Inside Diameter 0.7 mm Module length 79 inches Module diameter 6 inches Nominal pore size ≤ 0.1 µm Membrane material Hollow-fiber, monolithic PVDF Flow direction Outside-in Filtration Configuration Dead-end, deposition Maximum allowable chlorine concentration 5,000 mg/L Maximum allowable caustic concentration 1 N Maximum allowable acid concentration 1 N pH operating range 1-10 Temperature operating range 32°F - 104°F Product Specific Challenge Test: The membrane specified for this project has undergone Environmental Technology Verification (ETV) testing conducted by the USEPA and NSF International (NSF). Refer to the Appendix for a copy of the certificate supplied by the manufacturer. NSF Certification: Membrane system components are NSF 61 certified. Refer to the Appendix for a copy of the certificate supplied by the manufacturer. MARCO ISLAND NWTP MEMBRANE FILTRATION SYSTEM MARCO MF PROJECT MEMBRANE REPORT 12-22-10.DOC 7 Example LRV Calculation: Refer to the Appendix at the end of this technical memorandum for an example of the LRV calculation method to be used at NWTP. Considerations of Selecting Parameters in Pressure Decay Test: Refer to Appendix. Productivity Design Criteria The productivity design criteria are presented in Exhibit 5 below: EXHIBIT 5 Productivity Design Criteria Marco Island Membrane Filtration Improvements Project Engineering Report Criteria Value Instantaneous flux at minimum design temperature (all four trains in operation) 45.5 gfd (20°C) Maximum instantaneous flux (one train out for EFM, CIP, or Backwash) 60.7 gfd (20°C) Minimum design recovery 95 % CIP interval 30 days (minimum) EFM interval Based on user defined totalized filter flow interval - 3 days (minimum) EFM duration 45 minutes Reverse filtration/air scrub interval Based on user defined totalized filter flow interval - 30 minutes (expected) Reverse filtration/air scrub duration 2.5 minutes Reverse filtration/air scrub water flow 8 gpm/module Reverse filtration/air scrub air flow 3 scfm/module Flush water flow rate 8 gpm / module Flush duration 50 seconds Average TMP at minimum design temperature 17.2 psi (20°C) TMP Range (min – max) 4 psi – 40 psi Maximum inlet pressure 50 psi On-line service factor 59.7 % MARCO ISLAND NWTP MEMBRANE FILTRATION SYSTEM MARCO MF PROJECT MEMBRANE REPORT 12-22-10.DOC 8 Membrane System Modes of Operation There are five basic modes of operation for the membrane system. The following is a description of the system operation provided by Pall: 1. Forward Filtration (FF): The feed pump draws water from the membrane feed tank and pumps it through the membrane filters through the feed port at the bottom of the modules. The filtrate exits the filtrate port at top end of the modules. 2. Reverse Filtration and Air Scrub (RF & AS): As water is filtered, rejected particulate accumulates on the membrane fiber’s surface. The effect is flow restriction in the module increasing the transmembrane pressure (TMP.) After a user defined total filtered flow volume, he module racks will go through a combined reverse filtration (RF) and air scrub (AS) cycle that backwash the filters. Filtrate is pumped from the reverse side of the membrane fibers (lumens) at a fixed filtration rate and while air is injected into the modules on the feed side of the fibers. All discharge during the RF & AS is sent out the upper drain. The combined water-air flow creates strong turbulent and shearing force to dislodge dirt deposits on the membrane surface. The filtrate for the RF cycle will be pumped from the main filtrate header after the membrane trains.The RF ans AS cycle is anticipated to be automatically initiated every 30 minutes. 3. Reverse Flush (FL): This process follows an AS to flush waste out of the module. During a FL, the RF pump is used to pump additional filtered water without air through the fibers and out the upper drain to waste. 4. Enhanced Flux Maintenance (EFM): At a user defined flow volume which is anticipated to be at least 3 days depending on feed water characteristics, the system will stop while in forward filtration mode. During the EFM process, the feed side of the system is drained and filtrate is then pumped from the permeate header to the CIP/EFM tank and heated via a submerged water heater. Chemical (typically chlorine) is injected into the heated water and the warm solution is then recirculated for 30 minutes through the system on the feed side of the filter and back to the CIP/EFM tank. The solution is then drained and the system is flushed using a standard AS and FL. The EFM procedure functions to extend the interval between the full chemical clean-in-place. 5. Clean-In-Place (CIP): Approximately once a month, a more thorough chemical cleaning is required. The CIP is a 2 step process. The first step consists of circulating a 1% sodium hydroxide and 0.1% sodium hypochlorite solution on the feed side of the modules for 3 hours. The second step consists of circulating a 2% citric acid solution on the feed side of the module for 2 hours. An on-board computer and PLC control the operation of the system. Critical operational parameters are logged continuously and are recorded automatically on the system computer’s hard drive. The real-time data is used for operation optimization and troubleshooting. Operational Control Parameters The system includes both direct and continuous indirect membrane integrity testing methods in accordance with the USEPA Membrane Filtration Guidance Manual. Key operational control parameters are presented in Exhibit 6 below. MARCO ISLAND NWTP MEMBRANE FILTRATION SYSTEM MARCO MF PROJECT MEMBRANE REPORT 12-22-10.DOC 9 EXHIBIT 6 Optional Control Parameters Marco Island Membrane Filtration Improvements Project Engineering Report Criteria Value Direct integrity test method Air pressure-hold, automatic Minimum direct integrity test duration 5 minutes Direct integrity test frequency 24 hours Direct integrity test sensitivity/resolution 4-log/ 3 micron Direct integrity test pressure > 14.5 psi + static pressure Direct integrity warning setpoint LRV ≤ 4.0 Direct integrity shutdown setpoint LRV ≤ 3.5 Indirect integrity test method Individual filter permeate turbidity, continuous (via Hach “FilterTrak 660” laser turbidimeter) Indirect integrity warning setpoint Filtrate turbidity > 0.1 NTU Automatically initiate direct integrity test When 2 consecutive, 15 minute filtrate turbidity readings are > 0.15 NTU Indirect integrity shutdown setpoint Filtrate turbidity ≥ 0.3 NTU Operational Performance Criteria Reverse Filtration – Reverse Filtration/Air Scrub is automatically triggered by a user configured filtered time interval (or filtration volume) primary setpoint, with a TMP secondary setpoint. This is anticipated the RL/AS will be initiated approximately every 30- 40 minutes. RF waste (i.e. backwash) and flush (i.e. filter-to-waste) contains no membrane cleaning chemicals and shall be discharged to the NWTP backwash recovery basins. Chemical Cleaning –EFMs are automatically triggered by a user-configured TMP setpoint. Chemical solutions can be heated to increase the effiencies of the cleans. EFMs are anticipated approximately every 3 days depending on source water characteristics. CIPs are manually initiated by operations staff and are anticipated approximately once a month. CIP will target restoring membrane permeability. All CIP spent waste will be sent directly to sanitary sewer. Water softening is not required for process water. TECHNICAL MEMORANDUM 5. Marco Island NWTP MF Improvements Project Disinfection Design MARCO MF PROJECT DISINFECTION REPORT 12-22-10.DOCX 1 TECHNICAL MEMORANDUM Marco Island NWTP MF Improvements Project Disinfection Design PREPARED FOR: Marco Island Utilities PREPARED BY: CH2M HILL DATE: December 2010 Background During the treatment alternatives evaluation phase of this project, Marco Island Utilities (MIU) identified lime softening, low-pressure membrane filtration, and chlorination as the preferred treatment train to meet the current and upcoming federal and state regulations for the NWTP. This train will meet the requirements of the Florida Department of Environmental Protection (FDEP) “bird rule” and the US Environmental Protection Agency (USEPA) Long-Term 2 Enhanced Surface Water Treatment Rule (LT2ESWTR). Membrane filtration offers several advantages over other filtration technologies, with the superior and absolute particle removal barrier a key consideration in its selection. In conjunction with lime softening and low pressure membranes, chlorine disinfection will be used to meet disinfection requirements. Disinfection System The disinfection system has been dictated by current drinking water regulations. The regulatory requirements that impact disinfection requirements for the NWTP include:  FDEP rules require 4-log virus inactivation after exposure to air  SWTR requires 3-log Giardia inactivation  ESWTR required 2-log cryptosporidium removal Virus and Giardia Removal/Inactivation The Surface Water Treatment Rule (SWTR), promulgated in 1989, seeks to prevent waterborne diseases caused by viruses, such as Legionella and Giardia lamblia. To reduce occurrence of these microbes in drinking water, the SWTR requires that water systems filter and disinfect water from surface water sources, and from groundwater sources under the direct influence of surface water. The SWTR includes criteria requiring filtration and procedures for determining whether filtration and disinfection systems are required. Water treatment plants must achieve at least a 3 log (99.9 percent) removal or inactivation of Giardia and a 4 log (99.99 percent) removal MARCO ISLAND NWTP MF IMPROVEMENTS PROJECT DISINFECTION DESIGN MARCO MF PROJECT DISINFECTION REPORT 12-22-10.DOCX 2 or inactivation of viruses. Removal credit is given to systems that provide adequate filtration. The remainder of the credit must be achieved through chemical disinfection (that is, chlorine treatment) that inactivates the microorganism. Florida Department of Environmental Protection (FDEP) rules have the additional restriction that the 4-log virus removal/inactivation must occur downstream of any exposure to air. The SWTR allows a 2.5 log Giardia credit and a 2.0 log virus credit for a well-operated conventional treatment plant. Exhibit 1 provides a summary of filtration processes, along with the associated Giardia and virus removal credits granted in the FDEP rules. Additional disinfection credits must be achieved through chemical disinfection for microorganism inactivation. To help utilities determine if inactivation requirements are being met, the SWTR establishes and references “CT Tables” to determine associated chemical disinfection credits. The CT tables are a function of the water pH, temperature, chlorine dose, and the type of baffling or short circuit factor. EXHIBIT 1 Typical Removal Credits for Various Treatment Technologies Marco Island Membrane Filtration Improvements Project Engineering Report Process Giardia Removal Virus Removal Conventional treatment 2.5-log 2.0-log Direct filtration 2.0-log 1.0-log Slow sand filtration 2.0-log 2.0-log Diatomaceous earth filtration 2.0-log 1.0-log Alternative (membranes, bag filters, cartridge filters) Systems must demonstrate the log removal of the alternative filtration method by pilot study or other means Cryptosporidium Removal/Inactivation The Long Term 2 Enhanced SWTR (LT2SWTR) was promulgated in 2006, and builds on previous surface water treatment regulations. As with previous rules, LT2ESWTR goals were to improve public health protection through the control of microbial contaminates by focusing on systems with elevated Cryptosporidium risks, and to prevent significant increase of microbial risk that might otherwise occur when systems implement the Stage 2 Disinfectant and Disinfection Byproducts (DDBP) Rule. LT2ESWTR recognizes that systems may require additional protection against Cryptosporidium, and that such decisions should be made on a system-specific basis. System source water Cryptosporidium monitoring is required. Monitoring results are used to classify systems in different categories, or bins, based on Cryptosporidium levels found in source water. All systems are required to achieve 2-log removal and additional removal may be required based on the results of source water monitoring. Exhibit 2 provides a summary of bin classifications and total removal or inactivation requirements based on the number of cysts found in source water. MARCO ISLAND NWTP MF IMPROVEMENTS PROJECT DISINFECTION DESIGN MARCO MF PROJECT DISINFECTION REPORT 12-22-10.DOCX 3 EXHIBIT 2 Typical Removal Credits for Various Treatment Technologies Marco Island Membrane Filtration Improvements Project Engineering Report Cysts in Source Water (#/L) Bin Classification Total Cryptosporidium Treatment Required <0.075 Bin 1 2-log >0.075 and <1.0 Bin 2 3-log >1.0 and <3.0 Bin 3 4-log Removal credits for Cryptosporidium are based on the “microbial toolbox” developed by the EPA. The Marco Island NWTP has performed the necessary Cryptosporidium testing and is currently in Bin 1. NWTP Disinfection Approach A general process flow diagram for the NWTP is presented in Exhibit 3. EXHIBIT 3 NWTP Process Flow Diagram Marco Island Membrane Filtration Improvements Project Engineering Report Giardia/Cryptosporidium Removal Design Microfiltration membranes sieve particles from water based on pore size. Microfiltration systems have been shown to have log-removal levels for Giardia and cryptosporidium cysts above 4-log, because the cysts are larger than the membrane pore size. The Appendix provides validation testing results for the Pall MF system demonstrating greater than 4-log removal of the smaller Cryptosporidium cyst, as well as regulatory acceptance documents. MARCO ISLAND NWTP MF IMPROVEMENTS PROJECT DISINFECTION DESIGN MARCO MF PROJECT DISINFECTION REPORT 12-22-10.DOCX 4 Section 62-550.817 (2)(b) FAC discusses the Giardia and virus removal and inactivation requirements for subpart H systems treating surface water. The current language indicates that “Systems providing reverse osmosis, ultrafiltration, or nanofiltration shall provide sufficient disinfection to achieve a minimum of 0.5-log Giardia lamblia cyst and 2-log virus inactivation to supplement membrane filtration treatment.” This language, written before the LT2ESWTR and the USEPA membrane filtration guidance manual (MFGM), does not address the use of microfiltration, nor the implementation and adoption of direct integrity testing to directly and reliably demonstrate that MF systems greater than 4.5-log Cryptosporidium and Giardia removal by microfiltration membrane systems. Information on several operating facilities in North America have demonstrated that membrane filtration systems can reliably exceed the 3-log Giardia and Crypto removal requirements of the SWTR and LT2ESWTR. Therefore, MIU is proposing that FDEP permit the selected microfiltration system for full 3-log Giardia and 3-log Crypto removal in accordance with the MFGM. This will require a change or an exemption to the current rule as described in 62-550.817 (2)(b) FAC that provides no credit beyond conventional filtration for microfiltration. MF has been classified by the USEPA as a ‘best available technology’ (BAT) for meeting the Cryptosporidium removal requirements of the LT2ESWTR. As such it is also a BAT for removal of the larger-sized Giardia. Using the proposed design criteria of this project, following the guidelines of the MFGM and having selected a MF product whose performance (for Crypto and Giardia removal) has been validated through third-party testing (e.g., California Department of Public Health certification testing) should provide a reliable and permitable system. To provide a safety factor with respect to compliance with LT2ESWTR and SWTR, CH2M HILL proposes to design MF system such that during operation, it will to achieve >4-log Giardia/Crypto removal 95 percent of the time and >3.5- log Giardia/Crypto removal 100 percent of the time. The integrity of the MF system with respect to removal of these pathogens will be demonstrated through continuous indirect integrity testing and daily direct integrity testing in accordance with chapters 3 and 4 of the MFGM. Log reduction value (LRV) is the metric for evaluating membrane performance. LRV is a theoretical number calculated based on the plant flow, the hydraulic configuration of the membranes, and the amount of flow that is by-passing the membrane. Feed water may by- pass the membrane due to breaks in the membrane fibers. LRV is calculated for the membrane system and reported in the SCADA System. A direct integrity warning point will be set at a LRV less than or equal to 4.0. A direct integrity shutdown set point will be set at a LRV less than or equal to 3.5. The proposed NWTP disinfection design is claiming 3.0-log removal for the membrane system, which lower than the shut down set point. Virus Removal/Inactivation Design The membrane system will provide adequate Giardia and Cryptosporidium removal, but virus inactivation will need to be achieved through multiple barriers. NWTP will receive 2- log virus removal credit from lime softening plus filtration; the remaining 2-log required for a total of 4-log removal/inactivation will be through free chlorine chlorination. If bypassing the lime reactor during normal maintenance, the NWTP can continue to add alum coagulant to achieve direct filtration which would provide 1-log virus removal per FDEP rules. The MARCO ISLAND NWTP MF IMPROVEMENTS PROJECT DISINFECTION DESIGN MARCO MF PROJECT DISINFECTION REPORT 12-22-10.DOCX 5 remaining 3-log inactivation when membrane filtering in-line coagulated would be achieved by free chlorine contact time. Virus inactivation is required after lime softening filtration, the last point of the process that is open to the air, due to the FDEP ‘bird rule.’ The level of inactivation is presented in tables published by the EPA and is based on CT (the required contact time x concentration of free chlorine), water temperature, and pH. The required contact time for disinfection has been evaluated as the time between the chlorine addition and the ammonia addition. Exhibit 4 shows the piping located in the Membrane Facility that was used for disinfection calculations. Exhibit 5 summarizes the chlorine disinfection design parameters. The hydraulic retention time in the pipe between the feed tank and the ammonia injection point is 1.05 minutes using the shortest flow path displayed in Exhibit 4 and the maximum flow shown in Exhibit 5. This represents the minimum contact time available in the line and given the 1.0 baffling factor, the minimum T10. The resulting 3.15 CT is adequate to provide the needed 3 mg/L- min CT for 3-log virus inactivation at the minimum 15C temperature and 3.0 mg/L chlorine residual at the normal operating pH that is less than 9.0. To ensure continued compliance, flow through the membrane system will be continuously monitored and a new total chlorine residual analyzer will be located downstream of the ammonia injection point. MARCO MF PROJECT DISINFECTION REPORT 12-22-10.DOCX 6 EXHIBIT 4 NWTP Chlorine Contact Pipe – Shortest Flow Path Inside Membrane Facility Marco Island Membrane Filtration Improvements Project Engineering Report MARCO MF PROJECT DISINFECTION REPORT 12-22-10.DOCX 7 EXHIBIT 5 Disinfection Design Criteria Marco Island Membrane Filtration Improvements Project Engineering Report Criteria Value Maximum Flow 7.2 MGD (6.7 mgd at 95% recovery) Baffling Factor 1.0 (pipe flow assumed to be plug flow) Pipe diameter Feed/filtrate headers: 20 inches Pump suction/discharge: 16 inches Membrane skid piping: 8 inches Pipe Length As shown in Exhibit 4 Minimum T10 (from discharge of feed tank to ammonia addition point at maximum flow) 1.05 minutes Temperature 15C to 32C pH 8.5 to 8.8 Targeted Residual >3.0 mg/L of free chlorine CT 3.15 mg-min/L Virus Inactivation at 20C and pH 6-9 3- log Exhibit 6 presents a summary of the proposed disinfection credits received through each process: EXHIBIT 6 Disinfection Design Criteria Marco Island Membrane Filtration Improvements Project Engineering Report Treatment Process Virus Inactivation Giardia Inactivation Cryptosporidium Inactivation Lime Softening Reactor 2-log1 - - Membrane Filtration 3-log 3-log Free Chlorine Disinfection 3-log2 - - Total Inactivation 5-log 3-log 3-log Required Inactivation 4-log 3-log 2-log (1) 2-log removal provided for Lime Softening in conjunction with Filtration process. (2) Based on free chlorine residual of 3 mg/L, 15C, 6-9 pH As Exhibit 6 demonstrates, the current design meets the disinfection requirements of 4-log virus removal/inactivation, 3-log Giardia removal, and 2-log Cryptosporidium removal. Chlorine will be dosed as sodium hypochlorite. The bulk storage tanks and the feed pumps will be relocated as part of this upgrade. For more information on the chemical system, see Marco Island NWTP MF Improvements Project Chemical Storage and Feed Systems Technical Memorandum, December 2010. TECHNICAL MEMORANDUM 6. Marco Island NWTP MF Improvements Project Chemical Storage and Feed Systems MARCO MF PROJECT CHEMICAL REPORT 12-22-10.DOCX 1 TECHNICAL MEMORANDUM Marco Island NWTP MF Improvements Project Chemical Storage and Feed Systems PREPARED FOR: Marco Island Utilities PREPARED BY: CH2M HILL DATE: December 2010 Introduction The existing chemical storage and feed systems at the Marco Island North Water Treatment Plant (NWTP) are located in various locations around the WTP site and are manually controlled. Many of these chemical systems must be relocated to make room for the new membrane filtration (MF) building, as well as to move them from future demolition locations. The NWTP MF improvements project includes constructing a new bulk chemical and storage area that will serve to consolidate all of the new and existing chemicals on the NWTP site. The benefits of centralizing the chemical bulk storage and feed systems include the following:  Simplify chemical delivery by creating one fill station in an easily accessed location  Improve operations by automating chemical feed, adding SCADA monitoring of tank levels, and centralizing chemicals near the treatment facilities for easy inspection  Promote safety by eliminating tote/drum handling, providing more accessible eyewash/safety shower stations, improving lighting, and improved bulk tank protection/containment The chemical system improvements associated with this project fall into the following categories:  Relocation of bulk storage and feed systems (carbon dioxide, alum, sodium hypochlorite, phosphoric acid, citric acid)  Relocation of application point (ammonia, sodium hypochlorite, citric acid, phosphoric acid)  New chemical associated with MF cleaning processes (sodium hydroxide) The new and relocated chemical systems at the NWTP and their primary uses are listed in Exhibit 1. MARCO ISLAND NWTP MF IMPROVEMENTS PROJECT CHEMICAL STORAGE AND FEED SYSTEMS MARCO MF PROJECT CHEMICAL REPORT 12-22-10.DOCX 2 EXHIBIT 1 New and Existing NWTP Treatment Chemicals Marco Island Membrane Filtration Improvements Project Engineering Report Aluminum sulfate (Alum) (47%) Raw water coagulation for organics removal (relocated storage and feed) Ammonia – anhydrous (100%) Chloramine residual (relocated application point) Carbon dioxide (100%) Recarbonation and post-lime pH adjustment (relocated storage and feed) Citric acid (50%) MF cleaning (relocated storage and feed) Lime (100%) Softening Phosphoric acid (75%) Finished water corrosion control (relocated storage and feed) Sodium hydroxide (50%) MF cleaning (new) Sodium hypochlorite (12%) Finished water disinfection and MF cleaning (relocated storage and feed) The following sections describe the design criteria of the new storage and feed systems, as well as the relocation of existing storage, feed, and chemical application points. The following sections also describe the new chemical feed control system and process monitoring. Chemical Descriptions EXHIBIT 2 New and Existing NWTP Treatment Chemicals Marco Island Membrane Filtration Improvements Project Engineering Report Chemical Chemical Formula Specific Gravity Bulk Concentration Alum Al2(SO4)3 1.335 47.0% Ammonia NH3 1.0 100% Carbon Dioxide CO2 (H2CO3) 1.0 100% Citric Acid C6H8O7 1.24 50.0% Lime CaO 2.3 100% Sodium Hydroxide NaOH 1.53 50.0% Phosphoric Acid H3PO4 (PO4) 1.70 75.0% Sodium Hypochlorite NaOCl 1.18 12.0% The sections below describe each of the chemicals used at the NWTP. MARCO ISLAND NWTP MF IMPROVEMENTS PROJECT CHEMICAL STORAGE AND FEED SYSTEMS MARCO MF PROJECT CHEMICAL REPORT 12-22-10.DOCX 3 Citric Acid Citric acid is a weak organic acid. It is the most frequently used acid in membrane cleaning, since it is less hazardous than mineral acids such as hydrochloric or sulfuric acid. The acid works well on inorganic fouling contaminates and acts as a chelating agent. Sodium Hydroxide Sodium hydroxide is a reactive chemical used to increase the pH of the MF CIP cleaning solution to higher than pH 12. The reactivity of sodium hydroxide requires special materials for storage tanks (fiberglass reinforced plastic resin such as Derakane 411), piping, feed pumps and instrumentation. In the 50 percent concentration form, sodium hydroxide tanks and feed lines should be equipped with heat tracing and insulation to maintain acceptable temperature ranges for the chemical. Sodium hydroxide also requires special building construction and safety equipment including chemical containment, fire sprinklers, chemical suits, and safety showers. Phosphoric Acid (Orthophosphate) Treated water is typically aggressive (tendency to dissolve calcium carbonate) and must be conditioned prior to being introduced into the distribution system to prevent corrosion of piping. Orthophosphate is one method of corrosion control that promotes the formation of calcium phosphate protective scale on distribution system piping. Orthophosphate has also been proven to reduce lead, copper and some iron corrosion in distribution systems The conversion of the orthophosphate species in the water between H3PO4 to H2PO4- and HPO4-2 provides some additional buffering capacity to the finished water to stabilize pH. Orthophosphate is typically added in the form of phosphoric acid, which is a low-cost alternative to proprietary forms. The reactivity of phosphoric acid requires special materials for storage tanks, piping, feed pumps and instrumentation. Phosphoric acid also requires special building construction and safety equipment including chemical containment, fire sprinklers, chemical suits, and safety showers. Sodium Hypochlorite Sodium hypochlorite is a reactive chemical used to provide residual disinfection inside the distribution system and is typically available with an active concentration between 5 and 15 percent, 12 percent solution being the most common. In finished water treatment, when sodium hypochlorite is added to the water, two substances form, hypochlorous acid and the less active hypochlorite ions. Water pH determines which form is more predominant. Sodium hypochlorite is highly unstable and decomposes slowly over time into chlorine gas, oxygen gas and sodium chlorate. The reaction speeds up at temperatures above 40 degrees Fahrenheit. Sodium hypochlorite should not be stored for more than 30 days and it should be kept in a cool, dark and dry area. The reactivity of sodium hypochlorite requires special materials for storage tanks, piping, feed pumps and instrumentation. Sodium hypochlorite also requires special building MARCO ISLAND NWTP MF IMPROVEMENTS PROJECT CHEMICAL STORAGE AND FEED SYSTEMS MARCO MF PROJECT CHEMICAL REPORT 12-22-10.DOCX 4 construction and safety equipment including chemical containment, fire sprinklers, chemical suits, and safety showers. Treatment Process Description Exhibit 3 shows the existing process flow diagram with current chemical application points, as well as the process flow diagram after the installation of the new MF system. The chemical application points will remain the same or will be slightly modified as described below.  Alum, lime and carbon dioxide application points will remain unchanged.  Sodium hypochlorite will continue to be added downstream of the lime softening reactor, but the application point will be moved to just upstream of the membrane feed tanks. This will allow credit for virus inactivation and comply with the FEDP ‘bird rule’, while reducing contact time that can increase DBP formation.  The Ammonia application point will be moved downstream of the new membrane filters to provide free chlorine contact time for virus disinfection. The residence time in the membrane filters is much shorter than the existing granular media filers, which allows the ammonia to be added downstream of the filters without increasing DBP formation.  Phosphoric acid will be added downstream of the new membrane filters, which is similar to its current application point.  The new membrane system will continue to use hypochlorite and citric acid during cleaning cycles.  Sodium hydroxide will be added to the new MF system cleaning process. MARCO ISLAND NWTP MF IMPROVEMENTS PROJECT CHEMICAL STORAGE AND FEED SYSTEMS MARCO MF PROJECT CHEMICAL REPORT 12-22-10.DOCX 5 EXHIBIT 3 NWTP Process Flow Diagram – Chemical Applications Points Marco Island Membrane Filtration Improvements Project Engineering Report LIME SOFTENING REACTOR MARCO LAKES RAW WATER SAND FILTERS TRANSFER PUMPS Sodium Hypochlorite Ammonia Alum Lime 0.5-MG STORAGE TANKS TRANSFER PUMPS 4MG STORAGE TANK HIGH SERVICE PUMPS TO DISTRIBUTION SYSTEM TO SWTP MEMBRANE FILTRATION Phosphoric Acid LIME SOFTENING REACTOR MARCO LAKES RAW WATER BLEND TRANSFER PUMPS Sodium Hypochlorite Ammonia Alum Lime 4MG STORAGE TANK HIGH SERVICE PUMPS TO DISTRIBUTION SYSTEM TO SWTP MEMBRANE FILTRATION Phosphoric Acid CIP Tanks Sodium Hypochlorite Sodium Hydroxide Citric Acid Sodium Hypochlorite Citric Acid CIP PROCESS Carbon Dioxide Carbon Dioxide EXISTING FACILITY IMPROVED FACILITY FEED TANK MARCO ISLAND NWTP MF IMPROVEMENTS PROJECT CHEMICAL STORAGE AND FEED SYSTEMS MARCO MF PROJECT CHEMICAL REPORT 12-22-10.DOCX 6 Chemical Systems Locations Exhibit 4 shows the improved NWTP site plan including the locations of the new MF building, chemical bulk storage and feed area, as well as the new and existing chemical application points. EXHIBIT 4 NWTP Site Layout – Bulk Chemical Storage Area, Piping and Outside Chemical Application Points Marco Island Membrane Filtration Improvements Project Engineering Report A new bulk chemical area will be constructed. This area will house, the existing CO2 and Ammonia gas storage tanks as well as the sodium hypochlorite, the sodium hydroxide, the citric acid, the phosporic acid and the alum tanks. The new bulk chemical storage area will house bulk tanks and metering pump skids. The area will be covered to protect UV degredation of tanks. The bulk tanks will be double-walled HDPE tanks. Secondary containment will be provided by concrete curbs/walls which will be partitioned to separate acidic and alkali chemicals. A new centralized chemical fill station will be provided with curb containment for the occurrence of spills during filling. Chemical delivery tank trucks will be able to pull up to the fill station and use ‘quick connect’ couplings to fill the bulk tanks from one location. Exhibit 5 shows the MF building layout including the new chemical piping runs and chemical application points. LIME REACTORMEMBRANE FILTRATION BUILDING EXISTING FILTERS EXISTING 4MG TANK LIME SILO Relocated CO2 System New Chemical Fill Station Existing Ammonia Tank and Feed Relocated Alum SystemRelocated Hypochlorite System Relocated Phosphoric Acid SystemNew Caustic System Relocated Citric Acid System New Chemical Lines Carbon Dioxide Feed Point (existing) Alum Feed Point (existing) Hypochlorite Feed Point (new – raw) Hypochlorite Feed Point (new – softened water)) MARCO ISLAND NWTP MF IMPROVEMENTS PROJECT CHEMICAL STORAGE AND FEED SYSTEMS MARCO MF PROJECT CHEMICAL REPORT 12-22-10.DOCX 7 EXHIBIT 5 MF Building Layout – Chemical Piping and Application Points Marco Island Membrane Filtration Improvements Project Engineering Report Inside the MF building, chemical lines will be transitioned from the conduit bank in a sump and routed up the wall and overhead using trapeze-type hangers/supports supported off the roof trusses. The CO2 line will be routed over to the relocated CO2 feed panel. There are two application points (ammonia and phosphoric acid) at the top of the piping gallery for the MF equipment. There are three application points (sodium hypochlorite, caustic, and citric acid) at the CIP area. Three additional chemical lines (two sodium hypochlorite and one alum) will be routed over to another transition sump located in the compressor room. These three lines will then be routed underground to their respective application points as shown in Exhibit 4. MARCO ISLAND NWTP MF IMPROVEMENTS PROJECT CHEMICAL STORAGE AND FEED SYSTEMS MARCO MF PROJECT CHEMICAL REPORT 12-22-10.DOCX 8 Chemical System Design Criteria Exhibit 6 shows the design criteria for the new chemical storage, feed, chemical piping and injection points for the chemicals used in the treatment process. General criteria for storage, feed, transfer lines, and injection points are described in the sections below. Bulk Chemical Storage The bulk chemical storage was designed to meet the following general criteria.  Minimum 30-days of storage at average flow and dose  Minimum capacity to allow a full truckload of chemical with 20 percent excess capacity  Double-walled tanks provide primary containment  Secondary containment is provided by concrete curbs that divide the storage area into two sections each with compatible alkali, or acidic chemicals  Day tanks are provided for primary treatment process chemicals that do not have on- line residual feedback to indicate overfeed  Day tanks are sized for 26 hours of capacity at maximum flow and dose  Canopy cover provided to minimize UV exposure to chemical storage tanks. Chemical Feed Pumps The chemical feed pumps are designed to meet the following general criteria:  All chemical feed pumps are skid-mounted with isolation valves, pressure regulator valves, pressure relief valves, gauges, and calibration columns.  Primary process chemical metering pumps are positive displacement type solenoid diaphragm metering pumps with remote adjustable speed control and manual adjustable stroke length.  Transfer pumps used for chemical cleaning makeup (sodium hydroxide, sodium hypochlorite, & citric acid) are high-capacity air-driven positive displacement diaphragm pumps. Chemical Feed Lines The chemical feed lines were designed to meet the following general criteria:  Liquid chemicals used HDPE tubing in a rigid PVC carrier pipe.  Gas lines (CO2 and ammonia) will be stainless steel tubing.  All liquid chemical tubing is contained in 2-inch PVC carrier pipes with minimal bends and fittings.  All chemical feed lines are routed together from the bulk storage area to the new MF building in a concrete-encased conduit bank buried approximately 18-inches below grade.  Chemical lines will be routed overhead inside the MF Building using trapeze-type hangers/supports from the roof trusses. MARCO ISLAND NWTP MF IMPROVEMENTS PROJECT CHEMICAL STORAGE AND FEED SYSTEMS MARCO MF PROJECT CHEMICAL REPORT 12-22-10.DOCX 9 EXHIBIT 6 Treatment Process Chemical Storage and Feed Design Criteria Marco Island Membrane Filtration Improvements Project Engineering Report Parameter Sodium Hypochlorite Criteria Phosphoric Acid Criteria Aluminum Sulfate Criteria Process Criteria Dose (min/ avg/ max) (mg/L) 4.0/ 7.0/ 10.0 0.2 /0.5 /1.0 5.0 /7.0 /20.0 Process Flow (min/ avg/ max) (mgd) 2.8/ 6.0/ 6.7 2.8/ 6.0/ 6.7 3.0 /6.3 /7.2 Application Points Lime Softened Water / Raw Water Filtered Water Raw Water Chemical Feed Number (duty + standby) 2+1 1+1 1+1 Metering Pump Type Solenoid Diaphragm Solenoid Diaphragm Solenoid Diaphragm Metering Pump Capacity (gph) 21.2 0.24 9.6 Meeting Pump Turndown 6.3 to 1 12.6 to 1 10.1 to 1 Wetted Materials of Construction PVC PVC PVC Metering Pump Control Remote speed / manual stroke Remote speed / manual stroke Remote speed / manual stroke Bulk Storage Tanks Type Vertical Double-Wall Vertical Double-Wall Vertical Double-Wall Materials of Construction HDPE HDPE HDPE 30 Days at Average Dose (gallons) 8,750 71 2,100 Truckload + 20% 5,800 4,100 5,200 Bulk Storage Volume (gallons) 8,700 4,500 4,500 Capacity at Avg. Flow/Dose (days) 30 1,913 64 Day Tanks Type - Vertical Double-Wall Vertical Double-Wall Materials of Construction - HDPE HDPE Volume (gallons) - 10 300 Chemical Containment Primary Double-walled tanks and tubing carrier pipes Double-walled tanks and tubing carrier pipes Double-walled tanks and tubing carrier pipes Secondary Concrete curbs Concrete curbs Concrete curbs Sizing Shared alkali secondary containment area Shared acidic secondary containment area Shared acidic secondary containment area MARCO ISLAND NWTP MF IMPROVEMENTS PROJECT CHEMICAL STORAGE AND FEED SYSTEMS MARCO MF PROJECT CHEMICAL REPORT 12-22-10.DOCX 10 EXHIBIT 6 Treatment Process Chemical Storage and Feed Design Criteria Marco Island Membrane Filtration Improvements Project Engineering Report Parameter Sodium Hypochlorite Criteria Phosphoric Acid Criteria Aluminum Sulfate Criteria 7,100 gallons 7,800 gallons 7,800 gallons Chemical Lines Type Tubing Tubing Tubing Diameter (inches) 1/2 1/2 1/2 Material of Construction PVC PVC PVC Velocity (average) 0.6 fps < 0.1 fps 0.3 fps Containment 2-inch PVC Carrier Pipe 2-inch PVC Carrier Pipe 2-inch PVC Carrier Pipe TECHNICAL MEMORANDUM 7. Marco Island NWTP MF Improvements Transfer Pumping Design MARCO MF PROJECT TRANSFER PUMP REPORT 12-22-10.DOCX 1 TECHNICAL MEMORANDUM Marco Island NWTP MF Improvements Transfer Pumping Design PREPARED FOR: Marco Island Utilities PREPARED BY: CH2M HILL DATE: December 2010 Background Increasing well salinity is reducing the reliability of the RO process at the South Water Treatment Plant (SWTP) and if not carefully managed may ultimately reduce the current 6 mgd capacity. In order to preserve the existing brackish resource for peak day demands, Marco Island Utilities has incorporated expanded surface water treatment into its 10-year water resources and treatment plan. Part of this plan includes increasing the capacity of the treated surface water that can be transferred from the NWTP to the SWTP. The ongoing Marco Island South Water Treatment Plant Tank project includes switching the use of the existing 12-inch blend line and the 16-inch concentrate line that run between the NWTP and SWTP. Once converted, the larger 16-inch blend line will have the expanded capacity to transfer more than 5 mgd of treated surface water from the NWTP to the SWTP for blending with RO permeate. It should be noted that the 16-inch and 12-inch pipelines have no existing connections to the existing distribution system. The existing transfer pumps are aging converted higher service pumps that are maintenance intensive and inefficient for the blend transfer operation. Therefore this project includes adding new transfer pumps to the MF building that are sized for the 2-5 mgd of design blend flow. The new transfer pumps will be constructed within the new membrane filtration building and will be sized based on the flow capacity of the new 16-inch blend water main and the new system hydraulic head between the NWTP and SWTP. Variable frequency drives (VFDs) will be provided with new transfer pumps for flow control flexibility to the SWTP. Transfer Pump Design The new transfer pump design is to install two transfer pumps (1 duty & 1 standby) within the new membrane filtration building in-line downstream of the new membrane filtration trains. The transfer pumps will discharge into a new 16-inch blend water main that will convey water from the membrane filtration facility to an existing connection point with the 16-inch blend water main to the SWTP. The connection point is near the intersection of E. Elkcam Cir. and Windward Dr. The initial membrane filtration facility configuration will vary slightly from the proposed future configuration. In the initial configuration, the suction will be from the filtrate header which will be hydraulically linked to the existing 4-MG ground storage tank fill stand pipe. In the future configuration, the membrane filtration MARCO ISLAND NWTP MF IMPROVEMENTS TRANSFER PUMPING DESIGN MARCO MF PROJECT TRANSFER PUMP REPORT 12-22-10.DOCX 2 trains will be operated from two separate feed water supplies – Lime Softened Water & Raw Water. The membrane filtration trains will then be valved to separate the feed and filtrate headers based water supply source. The transfer pumps will be downstream of the raw water membrane filtration trains which will no longer be hydraulically linked to the existing 4-MG ground storage tank. The pump suction will be from the raw water filtrate header which will have a residual pressure of approximately 20 feet (8.7 psi). This filtrate residual pressure will be controlled by the membrane filtration feed pumps. Currently, the existing NWTP high service pumps discharge to the 12-inch blend water main to the SWTP and to two water mains (one 12-inch and one 16-inch) that leave the NWTP along Windward Drive, connecting to the distribution system near the intersection of Windward Drive and Elkcam Circle. These existing pumps will remain in service throughout the construction of the new membrane filtration facility. New Transfer Pump Selection The basis of design of the new SWTP transfer pumps is as follows:  The maximum pump size shall be based on the available capacity in the existing 16-inch blend water main. The maximum practical pumping velocity in the 16-inch pipeline is 6 feet per second, therefore the maximum recommended pumping rate is 5.5 MGD (3,800 gpm)  The pumps will be sized for both initial and future membrane filtration configurations. A high head and low head scenario will also be considered for each configuration. The high head scenario is based on the SWTP RO train in operation and blending with the NWTP blend water. The low head scenario assumes the RO trains are off. The selected pump will be evaluated under initial/low-head, initial/high-head, future/low head, and future/high-head conditions as described below.  The pump’s best efficiency point (BEP) shall be between of the low-head and high head operating points. The selected pump will be evaluated under initial/low-head, initial/high-head, future/low head, and future/high-head conditions as described below. The piping system from the new transfer pumps to the SWTP was modeled using a hydraulic modeling program (AFT Fathom) to determine system head conditions at initial/low-head, initial/high-head, future/low-head, and future/high-head conditions. The system curves for each of the four scenarios are presented in the chart below. A Peerless horizontal split case model 8AE15 with a 12.32” impeller diameter is recommended. This pump’s 100% and 50% speed curves are also shown in Exhibit 1. The fundamental control strategy for SWTP blend water transfer service is to operate the pumps to maintain consistent RO blending at the SWTP. Flow signals from the SWTP RO system will be used to modulate the speed of the operating pumps using the motor VFDs. MARCO ISLAND NWTP MF IMPROVEMENTS TRANSFER PUMPING DESIGN MARCO MF PROJECT TRANSFER PUMP REPORT 12-22-10.DOCX 3 EXHIBIT 1 Transfer Pump Curves and Blend Line System Curve Marco Island Membrane Filtration Improvements Project Engineering Report EXHIBIT 2 Transfer Pumping Scenarios Marco Island Membrane Filtration Improvements Project Engineering Report Scenario # Peerless Pump Conditions Model Flow (gpm) Model TDH (ft) 1 8AE15 – 100% speed Initial/low head 3,500 110 2 8AE15 – 100% speed Initial/high head 3,360 114 3 8AE15 – 100% speed Future/low head 3,360 114 4 8AE15 – 100% speed Future/high head 3,230 118 5 8AE15 – 50% speed Initial/low head 1,830 27 6 8AE15 – 50% speed Initial/high head 1,650 24 7 8AE15 – 50% speed Future/low head 1,590 30 8 8AE15 – 50% speed Future/high head 1,380 33 MARCO ISLAND NWTP MF IMPROVEMENTS TRANSFER PUMPING DESIGN MARCO MF PROJECT TRANSFER PUMP REPORT 12-22-10.DOCX 4 EXHIBIT 3 Transfer Pumping Design Criteria Marco Island Membrane Filtration Improvements Project Engineering Report Criteria Value Type Horizontal Split-Case Centrifugak Size 8 Number of pumps 2 (1 Duty & 1 Standby) Capacity MAX - 3,500 gpm at 110 feet MIN - 1,380 gpm at 33 feet HP 125 Motor 1800 RPM, TEFC enclosure Drive Variable speed TECHNICAL MEMORANDUM 8. Marco Island MF Project Backwash Recovery Basin Modifications MARCO MF PROJECT BACKWASH REPORT 12-22-10.DOCX 1 TECHNICAL MEMORANDUM Marco Island MF Project Backwash Recovery Basin Modifications PREPARED FOR: Marco Island Utilities PREPARED BY: CH2M HILL DATE: December 2010 Introduction The Marco Island North Water Treatment Plant (NWTP) currently uses granular media and Zenon filters that intermittently backwash to remove solids from the filters. Approximately 3-5 percent of the total feed flow to the NWTP is used for backwash. To minimize waste, this water is collected in a backwash recovery basin that equalizes the flow before it is pumped back to the inlet of the lime softening reactor. The new membrane filtration (MF) process operates similarly to the existing filters. Approximately 3-5 percent of backwash will be generated that needs to be equalized and recycled to the inlet of the lime reactor. However, the membrane filters are more efficient than the existing filters at removing solids. To avoid concentrating ultra-fine solids in the NWTP previously not removed by the filters and that may not be removed by the lime reactor, the exiting backwash recovery basin must not only equalize flow, but also provide additional solids removal and the ability to occasionally blow down accumulated solids. This section describes the existing backwash recovery basins, testing conducted to determine the needed treatment of the MF backwash waste, and the proposed modifications to the existing basins. Existing Backwash Recovery Basins The Marco NWTP currently has a backwash recovery basin that equalizes backwash flow before pumping to the head of the lime reactor. Exhibit 1 shows a schematic of the existing concrete backwash recovery basin. The basin currently has a single backwash equalization cell, an existing lime sludge holding cell, a thickener overflow cell, and an emergency overflow cell. All backwash enters and exits the backwash equalization cell on a normal basis. In the event of a high level in the equalization cell, water will overflow into the emergency overflow cell where another pump will recycle water to the inlet of the lime reactor. The thickener overflow and lime sludge holding cells operate independently of the backwash system. MARCO ISLAND MF PROJECT BACKWASH RECOVERY BASIN MODIFICATIONS MARCO MF PROJECT BACKWASH REPORT 12-22-10.DOCX 2 EXHIBIT 1 Existing Backwash Recovery Basin Marco Island NWTP Membrane Filtration Improvements Project Engineering Report MF Backwash Treatment Requirements The solids suspended in the MF backwash water require adequate time in an undisturbed settling zone to reduce turbidity before recycle to the head of the lime reactor. The single open cell currently used for backwash equalization and pumping will not work for this purpose because the inlet flow mixes the solids in the basin and the backwash recycle pump from the lowest point of the basin. To help evaluate the design criteria for solids settling and propose modifications to the existing backwash pond, a settling rate test was performed at the plant site using a 2” Pall MF module. The Pall MF module helped mimic the actual full scale performance of MF filtration and generation of backwash waste. Sufficient backwash volume was collected by running the Pall module with lime softened feed water. The backwash was allowed to settle in a jar for three hours. The turbidity of the top portion of the jar was recorded every 30 minutes. The settling test results shown in Exhibit 2 demonstrate that most of the solids settling occur within the first 60-120 minutes as the turbidity drops from 8.3 NTU down to between 1.2 and 1.6 NTU. After this time, there is little improvement in the turbidity. Therefore the backwash basin must provide at least 60 minutes of undistributed settling time and ideally more than 120 minutes. MARCO ISLAND MF PROJECT BACKWASH RECOVERY BASIN MODIFICATIONS MARCO MF PROJECT BACKWASH REPORT 12-22-10.DOCX 3 EXHIBIT 2 Backwash Settling Characteristics Marco Island NWTP Membrane Filtration Improvements Project Engineering Report Time (minutes) Backwash Water Turbidity (NTU) 0 8.33 30 2.07 60 1.60 90 1.47 120 1.19 150 1.13 180 1.16 Backwash Basin Modifications The existing backwash recovery basin must be modified to meet the following goals:  Equalize backwash flows in a cell that is separate from a settling cell  Provide at least 60 minutes of undisturbed settling time at maximum flow  Maintain a relatively constant level in the settling zone  Pump from a separate basin that has clarified overflow water  Provide a way to occasionally purge solids from the equalization/settling cells Exhibit 3 shows the proposed modifications to the existing backwash basin that will meet the goals outlined above. The existing equalization cell will be converted into separate surge and settling zones, while the emergency overflow cell will be converted into a pumping zone. MARCO ISLAND MF PROJECT BACKWASH RECOVERY BASIN MODIFICATIONS MARCO MF PROJECT BACKWASH REPORT 12-22-10.DOCX 4 EXHIBIT 3 Backwash Basin Modifications Marco Island NWTP Membrane Filtration Improvements Project Engineering Report Key modifications to the backwash pond Reinforced concrete wall The reinforced concrete wall will divide the existing equalization cell into a surge zone and a slow settling zone. A 4-ft gap between the zones will allow the backwash water to flow from the surge zone into the settling zone. The wall is positioned to provide adequate volume in the surge zone to equalize backwash flows while separating surge mixing from the settling zone. The wall is also positioned to provide linear plug flow and adequate settling time in the settling zone without the need for settling plates. Existing vertical turbine pumps The existing backwash recycle vertical turbine pumps, which are sized for the higher current media filter backwash flows, will be used to purge solids from the surge and settling zones as needed. The discharge piping of these pumps will be connected to the existing RWPF off-spec water pond to provide a necessary air gap to avoid cross-connection. From the off-spec ponds, the waste backwash water will be pumped to the head of the RWPF for treatment. Rectangular settling zone overflow weir The rectangular weir will be cut into the existing wall and separate the settling zone from the pumping zone. The weir will help maintain a consistent depth and uniform plug flow in the settling zone to minimize short-circuiting and improve settling. Cut in Weir into Existing Wall Existing Vertical Turbine Blowdown Pumps New Backwash Recycle Submersible Pumps New Reinforced Concrete Wall 30" Backwash line from the filters SLOW SETTLING ZONE SURGE ZONE Existing Lime Sludge Zone Existing Thickener Overflow Zone PUMPING ZONE To Lime Reactor InletTo RWPF Off-Spec Pond MARCO ISLAND MF PROJECT BACKWASH RECOVERY BASIN MODIFICATIONS MARCO MF PROJECT BACKWASH REPORT 12-22-10.DOCX 5 Pumping zone and new submersible pumps New submersible pumps located in the pumping zone will return the treated backwash water to the head of the lime reactor at a relatively constant rate. VFDs on the new backwash recycle pumps will be controlled by the level in the pumping zone. Exhibit 4 shows the design criteria for the modified backwash recovery basin. EXHIBIT 4 Proposed Backwash Basin Design Criteria Marco Island NWTP Membrane Filtration Improvements Project Engineering Report Parameter Criteria Backwash Characteristics Instantaneous Backwash flow rate (min/max) 580/640 gpm Backwash duration 2 minutes Backwash interval 1-40 minutes Backwash volume (min/max) 1,160/1,280 gallons Daily average backwash flow (min/max) 143/245 gpm Surge Zone Dimensions (L x W x D) 50/28/4 feet Volume 42,000 gallons Capacity (number of backwashes) 33 Backwash Blowdown Pumps Type Vertical Turbine Number 2 (1 duty + 1 standby) Capacity 1,500 gpm Motor size 15 HP Time required to drain basin 28 minutes Settling Zone Dimensions (L x W x D) 50/28/4 feet Volume 42,000 gallons HRT – minutes (min/average/max) 65/170/300 minutes Weir length 24 feet Weir overflow rate (min/max) <11.8 gpm/ft Weir head height at max. flow of 640 gpm < 1 inch Pumping Zone Dimensions (L x W x D) 58/30/3 feet Volume 39,000 gallons HRT – minutes (min/average/max) 61/160/275 minutes MARCO ISLAND MF PROJECT BACKWASH RECOVERY BASIN MODIFICATIONS MARCO MF PROJECT BACKWASH REPORT 12-22-10.DOCX 6 EXHIBIT 4 Proposed Backwash Basin Design Criteria Marco Island NWTP Membrane Filtration Improvements Project Engineering Report Parameter Criteria Backwash Recycle Pumps Type Submersible Number 2 (1 duty + 1 standby) Capacity 400 gpm Motor size 3 HP Control VFD TECHNICAL MEMORANDUM 9. Marco Island MF Improvements Project Electrical and I&C Design MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 1 TECHNICAL MEMORANDUM Marco Island MF Improvements Project Electrical and I&C Design PREPARED FOR: Marco Island Utilities PREPARED BY: CH2M HILL DATE: December 2010 Instrumentation & Control Overall Operations and Control Philosophy The control system will be PLC based with communications via Ethernet. All necessary instrumentation will be provided to allow effective monitoring and control of the treatment process. Refer to the provided P&IDs and Block Diagrams for additional details. Process Instrumentation and Control System (PICS) The process instrumentation and control system (PICS) will expand on the existing control system at the Marco Island North Water Treatment Plant (NWTP) and include a new plant PLC, new Membrane Filtration Package system PLC and new Remote I/O (RIO) located at the new Chemical Storage area. The existing Wonderware SCADA system will be expanded to add screens for new processes added as a part of this project including screens for the Membrane Filtration system. Local manual controls at motor controllers and valve operators will provide a means of locally controlling and overriding PLC control. In general, instruments will locally indicate process measurements. The main portion of the NWTP upgrades and control system will be a packaged Membrane Filtration System. The Membrane Filtration package system will be controlled by an Allen- Bradley ControlLogix PLC and will communicate with the NWTP SCADA system via Ethernet/IP communications. Any required communications between the Membrane Filtration PLC and the Plant PLC system will be via hardwired I/O interfaces to minimize communications errors. Additionally, existing fiber optic Ethernet connections currently terminated in the Sand Filter Electrical/Control Room and to the North and South Construction trailers will be re- routed and terminated to the existing WTP Operations Building. Additional telephone and CATV interfaces will also be re-routed and terminated in the WTP Operations Building as required. The PICS design will not include any type of network security. It is assumed the Owner will work with their IT consultant and secure their network according to their standards. Any additional network security appliances will be provided by the Owner. It is noted that MARCO ISLAND MF IMPROVEMENTS PROJECT ELECTRICAL AND I&C DESIGN MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 2 the Membrane Filtration system requires remote network access for troubleshooting and maintenance requiring a direct connection to the Internet which could lead to potential vulnerabilities, however, mitigating these vulnerabilities is not a part of this project and will need to be addressed by the Owner’s IT consultant. The PICS will not include any type of building security, access controls, or CCTV systems. Any other building management and alarm systems will be provided as a part of the Membrane Filtration building design. Process Control The following systems will be evaluated during design development to determine if SCADA HMI screens exist and provide adequate functionality for plant operators:  Marco Lakes raw water pumps: Provide On/Off, Speed, and Flow Setpoint functionality from SCADA HMI. Requires an Ethernet connection between the WTP and WWTP control systems. Ethernet connection is shown to be provided as part of the Marco Island RWPF Phase III design and the existence of this connection will need to be confirmed during design.  Existing Lime Reactor System: Automate influent valve and add Lime reactor drive and rake control to the SCADA HMI.  Membrane Filtration Package System: Duplicate package system control screens on the SCADA HMI System.  New Chemical Systems (Alum, Lime, Carbon Dioxide, Sodium Hypochlorite, Phosphoric Acid, and Ammonia): Provide remote manual control of all chemical systems from the SCADA HMI. Determine which chemical systems require automatic PID, Trim, or flow pacing control during design development.  NWTP High Service Pumps: Provide SCADA HMI screens for monitoring and control.  SWTP High Service Pumps: Provide SCADA HMI screens for monitoring and control. No other systems at the NWTP or SWTP are planned to be added or modified to the Owner’s SCADA HMI or PLC system. Process systems added to SCADA HMI not currently connected to the PLC system will have available equipment I/O connected to the new plant PLC in the Membrane Filtration building or to the new Remote I/O located at the Chemical Storage facilitiy to allow incorporation onto the SCADA HMI screens. PLC and SCADA Systems Koyo DirectLogic PLCs will be used for all PICS PLC and RIO applications. New systems will be controlled by a Koyo DirectLogic 405 PLC which will be located in the main control panel located in the Membrane Building Electrical Room. The PLC will interface with field devices and Package System controllers via hardwired I/O and control functions will be accessed from SCADA via Ethernet. The Owner’s existing Invensys Wonderware HMI software and the Owner’s existing HMI servers and workstations will be used for SCADA. The Owner’s SCADA system will be updated to incorporate new systems including additional reporting requirements for MARCO ISLAND MF IMPROVEMENTS PROJECT ELECTRICAL AND I&C DESIGN MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 3 systems added as a part of this project. The HMI software will be updated as required to support new systems and communications. The PLC for the packaged Membrane Filtration system will be an Allen-Bradley ControlLogix PLC which will be housed in the Membrane Filtration system Main Control Panel in the Membrane Building. The PLC will interface with field equipment via hardwired I/O and with Membrane trains via Ethernet/IP connected Pneumatics remote I/O units. Any communications required between the Plant PLC and the Membrane Filtration system PLC will be via hardwired I/O. In-Plant Communications Networks The primary network used for communications across the PLC/HMI networks will be 10/100/1000BASE-TX Ethernet over Category 6 copper Ethernet cables and Gigabit Ethernet over fiber optic cable. Loose buffer gel-free Multimode 62.5/125 micron fiber is currently being used and new fiber optic data links will use the same type of fiber. Sixnet industrial managed switches and media converters will be used to match the existing network components at the plant. Cable routing and outlet locations will be discussed further in the Electrical Section. The existing network is connected with main nodes in a star configuration to the existing switch in the NWTP Operations Building. New major links will be added using the same configuration. This configuration does not provide fault tolerant communications. If a link is disconnected or damaged, all data associated with that link will not be available on the network, but other links will still be available. New communications connections include a fiber optic Ethernet connection between the new fiber optic Ethernet switch located in the plant PLC enclosure and the existing gigabit switch in the NWTP Operations Building. Additional communications connections include connection to the Pall System switch, Pall System remote I/O units, and Remote I/O at the Chemical Storage facility. No other new communications are planned to be added. Existing fiber optic Ethernet connections currently terminated in the Sand Filter Electrical/Control Room will be evaluated and re-terminated to the WTP Operations Building if it is determined that they are still required for proper Plant communications. These connections include communications to the onsite Trailers, Lime System, and to the County WAN external to the plant. These connections need to be evaluated with the Owner and the Owner’s IT manager to determine requirements including construction scheduling, equipment preferences, and interface preferences. Existing plant Ethernet and Radio communications paths at the Plant will be utilized for all other plant communications, such as communications with equipment at the Marco Lakes location. The current NWTP control system network also has several connections to business, public, and city wide area networks (WAN). It is not currently known if these connections are through a local internet service provider (ISP) or are private City maintained communications service connections. Control Systems connected to Business networks and/or the Internet face an increased risk of being adversely affected by malicious software and of being penetrated by attackers. It is not currently known if the network, SCADA MARCO ISLAND MF IMPROVEMENTS PROJECT ELECTRICAL AND I&C DESIGN MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 4 servers, or PLCs at the NWTP have security measures in place and is network security measures are not being investigated as a part of this project. However unless the City is confident that current network security provisions are adequate, evaluation of the entire City SCADA network is recommended to determine if additional security improvements are required such as network segmentation using Virtual Local Area Networks (VLANs) or addition of Demilitarized Zones (DMZs). For example, current standards such as the latest draft standard of NIST SP 800-82, Guide to Industrial Control Systems Security, also recommends Firewall blocking of email (SMTP) and internet (HTTP) protocols on process control networks. However a detailed network risk assessment would be required to determine security measures applicable to the City of Marco Island Water Treatment System SCADA network. Raceways will be provided for Telephone connections, if required. Telephone circuits will be designated and provided by the Owner. Field Networks Field networks are device level networks that connect multiple signals from devices, such as variable speed drives and electric motor operators, to the PLC via a serial data communications link instead of hardwired I/O. No Field networks are being provided as a part of this project. Provisions For Future Expansion Two membrane trains and related process equipment are planned to be provided in the future for expansion of the NWTP membrane filtration system. PICS and Package Control systems will be provided with sufficient installed I/O and spare space to allow incorporation of these items into the systems provided as a part of this project. Software will be designed to allow incorporation of these items into the PLC and HMI programs without major re-programming. The PICS PLC system will also be provided with a minimum of 15% spare installed I/O in addition to the I/O reserved for known future equipment. Drawings The PICS drawings included with the schematic design report are organized as follows: EXHIBIT 1 Summary of PICS Drawings Marco Island Membrane Filtration Improvements Project Engineering Report Drawing Number Description 01-G-10 & 01-G-11 PICS Legend Sheets define symbols and abbreviations. 10-I-1 thru 10-I-13 Process & Instrumentations Diagrams (P&ID). 10-I-14 & 10-I-15 PICS Block Diagrams The PICS drawings graphically depict the proposed PICS. Refer to the PICS drawings when reviewing the PICS portion of the schematic design report. The legend sheets (01-G-10 & 01- MARCO ISLAND MF IMPROVEMENTS PROJECT ELECTRICAL AND I&C DESIGN MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 5 G-11) along with notes and legends on individual drawings define symbols used on drawings and clarify design intent. Control Modes & Levels of Automation General philosophy The PICS will provide automatic and manual control of equipment. Control Modes & Selection Both LOCAL, primarily manual, and REMOTE controls will be provided as follows. Local Control All equipment will have manual local control devices located at the motor controller location for emergency operation, maintenance, and testing. In LOCAL operation, PLC control will be bypassed. Controllers will need to be set for REMOTE operation to allow PLC control. Local controls will be independent of the PLC except for hardwired interlocks for personnel safety and equipment protection such as motor overloads, emergency stop, low/high liquid level protection, etc. PLC Control PLC control is accomplished from any PC workstation having the appropriate HMI software using HMI graphic displays. This is the control level for normal system operation. Any PC workstation on the PLC/HMI network can be used for process monitoring and control of any process in the facility. Any equipment that is controlled automatically by the PLC system will also be provided with a PLC manual control mode. This will allow individual equipment to be manually controlled from PC workstations. The membrane filtration package system may not have the same manual control mode. The Owner’s existing SCADA workstations and servers will be used for this project. No new workstations, servers, or standard PC software will be provided as a part of this project. Automatic and manual control logic will be implemented in the PLCs. Control logic will not be performed in PC workstations. The Owner’s existing control for PC workstation access and applications software user levels will be followed for all new HMI programming. Tag Numbering System Equipment, Control Valves, and Instrument Numbering System A standard numbering scheme will be used for this project, except for Package Control System equipment, that will include equipment, instrumentation, and control loops. The tag number consists of, device identification letters, followed by a sequential “loop” number, a unit number, and an optional letter suffix. This numbering scheme is described below. MARCO ISLAND MF IMPROVEMENTS PROJECT ELECTRICAL AND I&C DESIGN MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 6 EXHIBIT 2 Tag Numbering Scheme Marco Island Membrane Filtration Improvements Project Engineering Report Format ISALLUUS[BB] Where: ISA = 1 to 4-letter device ISA identifier for equipment and instruments (e.g. P for pump, T for tank, FIT for flow indicating transmitter) LL = 2-digit loop number; 01 to 99. Loop numbers are assigned sequentially to devices within a unit process or facility. UU = 2-digit unit number, e.g. pump 1, pump 2, etc. S = Optional suffix letter (A to Z) for devices in the same loop and associated with the same unit. (e.g. two level indicators which indicate the level of the same tank, but are located at two different locations). BB = 1 to 4-letter clarifying abbreviation (e.g. OO for ON/OFF, PH for pH, etc.) Panel Numbers Control panels with PLCs will be assigned the identifier CP and use the same numbering system as the equipment. Local control panels used to communicate I/O to PLCs but do not perform computing processes will be assigned the identifier LCP and use the same numbering system as the equipment. Design Criteria and Standards PLC Input/Output Signals Standard Signals Use the following PLC I/O signal types:  Discrete Inputs: Dry contact in field powered from 120 Vac source in the PLC cabinet. 24 Vdc contacts will be allowed for package system I/O.  Discrete Outputs: 24 Vdc high-density, terminal block integrated interposing relays in the PLC cabinet, relay contacts rated for 5 A at 120 Vac, minimum.  Analog Inputs: 4 to 20 mAdc at 24 Vdc. 2-wire transmitters powered from independent DC power supplies in the PLC cabinet.  Analog Output: 4 to 20 mAdc at 24 Vdc into 750 ohms, powered from the PLC. Instrumentation Listed below are instrument types that are planned to be used. Listing a single manufacturer and model number is assumed to be acceptable. The PICS design will be based on the listed manufacturer and model number. The Contractor will be required to provide all additional work including engineering required to incorporate substitute manufacturers and models and to complete the selection and installation of the named device. MARCO ISLAND MF IMPROVEMENTS PROJECT ELECTRICAL AND I&C DESIGN MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 7 EXHIBIT 3 Tag Numbering Scheme Marco Island Membrane Filtration Improvements Project Engineering Report Field Instrument Application Manufacturers Electromagnetic Flow Meters Liquid Flow Measurement. Use pulsed DC excitation. Liners: NSF 61 elastomer type approved for drinking water. ABB Magmaster Rosemount Endress & Hauser Rotameters Flow measurement and control for analyzer feed water. Brooks ABB Pump Check Valve Limit Switch Pump Flow (valve open) and No- Flow Status (valve closed) Indication. Use switches securely mounted on valve bodies to provide reliable, low-maintenance operation. Provided by valve manufacturer RTD Temperature Sensors Temperature Measurement. Use 2- wire, 100 Ohm units with thermowells. Not required when temperature measurements are available from analytical instruments such as pH at the same location. Rosemount Temperature Switches Temperature Alarm. Use vapor pressure elements where applicable. Ashcroft Temperature Gauges Temperature Indication. Use vapor pressure elements where applicable; liquid temperature. Ashcroft Free or Total Chlorine Residual Analyzer and Transmitter Finished Water Free or Total Chlorine Residual based on reagent used. Colorimetric type. Hach CL17 Turbidity Meter Process Liquid Turbidity Measurement; low-level compliance. Hach 1720E pH Process Liquid Potential Hydrogen Measurement; process control monitoring. Hach pHD sc Digital Differential pH Sensor and sc Controller Ethernet Switches Copper and Multi-mode fiber optic managed Ethernet Switches to connect equipment communicating via Ethernet. Sixnet. PLC – Main Control Panel Monitoring and Control Koyo DirectLOGIC 405 series. MARCO ISLAND MF IMPROVEMENTS PROJECT ELECTRICAL AND I&C DESIGN MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 8 Design Practices and Guidelines This section describes process control design practices and guidelines for the project. Emergency Stop Control When required for personnel safety, equipment will have a mushroom-type emergency stop (E-STOP) pushbutton. This pushbutton will be hardwired to the motor controller or the breaker supplying the motor controller. The E-STOP pushbutton must be surrounded by a metal guard and be capable of being locked in the STOP position. Personnel Safety Use switches and relays hardwired to the equipment starter or controller, for personnel safety interlocks such as E-STOP pushbuttons. These interlocks must be independent of the PLC. Equipment Protection Use switches and relays hardwired to the equipment starter or controller, for protective interlocks such as motor overload and critical process conditions. These interlocks must be independent of the PLC. Provide local RESET capabilities to reset lockout functions at the motor controllers. Construction Considerations The existing control panel and network equipment in the Sand Filter Electrical/Control room will be uninstalled and turned over to the Owner as spares. Instrumentation at the Sand Filter Electrical/Control room will be uninstalled and provided to the Owner as spares. Equipment remaining previously controlled by the existing control panel in the Sand Filter Electrical/Control room will be controlled by the new Plant PLC located in the Membrane Building. This equipment includes only those items listed in the section entitled Process Control. PICS contractor will need to obtain an understanding of the existing SCADA system including network interfaces and standard graphics. Information will be included to inform the potential PICS integrator that the SCADA system is existing and needs to be modified to maintain the current integrity. Coordination will be required with the Owner’s IT consultant to identify telephone circuits, obtain IP addressing schemes, VPN setup, and for general network coordination and configuration. MARCO ISLAND MF IMPROVEMENTS PROJECT ELECTRICAL AND I&C DESIGN MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 9 Electrical Systems Description of Power Distribution The North Water Treatment Plant Membrane Filtration Facility one line drawings show the basic power distribution scheme for the facility. Below is a description of the major electrical distribution system features:  The power feeds to the Existing Zenon System #1 and Existing MCC-5 located in the Sand Filter Electrical Room will be demolished with conductors removed and conduit abandoned in place. Feeder breakers for these equipment will be either reused or marked as spare.  Power will be fed from the existing Low Voltage Switchgear LVSG-2 located in the Operations Building Electrical Room. The ratings and trip settings of the Existing breakers in the switchgear will be evaluated to meet the needs of the new electrical loads in the Membrane Filtration Facility.  MCCs will be rated for 800 Amps, 480Vac, 65kAIC to match existing feeder breakers in LVSG-2 and Interrupt Current capacity selected based on the Power System Study performed by GE. Fault currents will be increased as appropriate based on calculations performed during design development. The number of MCCs required will be determined during design development to accommodate all electrical loads, including known future loads, and providing some spare capacity for future modifications.  A new 480Vac panelboard, transformer, and 208Y/120Vac panelboard will be located at the new Chemical Storage facility for local power distribution. The 480Vac panelboard will be fed from one of the new MCCs in the Membrane Filtration Building.  The existing MCC-6 building will be demolished and circuits powered from MCC-6 will be re-fed from new Chemical Storage Area panelboards.  Equipment currently powered from existing MCC-5 that is still required to be in operation will be re-located into the new MCCs located in the Membrane Filtration Building.  Equipment performing similar functions will be fed from separate MCCs to allow continued operation of similar equipment during MCC maintenance or failure such that taking a single MCC out of service will not disable processes that have lead/lag or duty/standby type operation. Equipment that is part of the same process train will be located in the same MCC where feasible.  All 480V distribution for the Membrane Filtration Facility will be provided from the new MCCs. Power feeds to other new equipment not located at the Membrane Filtration Facility will be obtained from the nearest suitable electrical power source.  Motor Starters, AFDs, and Equipment requiring over 100Amp, 480Vac breaker feeds will be fed from the MCCs. All other equipment will fed from panelboards. MARCO ISLAND MF IMPROVEMENTS PROJECT ELECTRICAL AND I&C DESIGN MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 10  Low Voltage Transformers and panelboards will be provided at the Membrane Filtration Facility as required to power 240/208/120V equipment. Transformers and panelboards will be located external to MCCs.  Existing 240/208/120V equipment being powered out of the existing Sand Filter building will be coordinated with the Owner during design development and any equipment that will remain in service will be powered from the new Membrane Filtration Facility.  Conduit runs will be underground and below slab where possible.  The existing 1500kW Generator system will be re-evaluated during design development to determine if additional capacity is required and what loads, if any, may need to have starting staggered or be locked out of operation during Generator operation. Drawings The Electrical drawings included with the schematic design report are organized as follows: EXHIBIT 4 Summary of Electrical Drawings Marco Island Membrane Filtration Improvements Project Engineering Report Drawing Number Description G-9 & G-10 Electrical Legend Sheets define symbols and abbreviations. E-1 through E-2 Electrical One-Line Diagrams The Electrical drawings depict the proposed Electrical power distribution system. Refer to the Electrical drawings when reviewing the Electrical portion of the schematic design report. Electrical Load Calculations and Preliminary Equipment Ratings Using preliminary process equipment horsepower and estimating other facility loads, the connected load was calculated to be 1285kVA. Adding in known future process loads and estimating other possible future process loads, the total connected load including future equipment was calculated to be 1560kVA. Based on initial electrical loading, (3) MCCs being fed from LVSG-2 will be required to distribute power to equipment. Standby Generation The existing Standby Generation system will be evaluated during design development to verify that the existing 1500kW generator has sufficient capacity to provide standby power to new loads provided at the Membrane Filtration Facility. Options such as staggering the restarting of large electrical loads, locking out electrical loads, and providing additional standby power will be evaluated during design development. MARCO ISLAND MF IMPROVEMENTS PROJECT ELECTRICAL AND I&C DESIGN MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 11 Equipment Preferences The following is a list of equipment manufacturers designed around and included in contract specifications: 1. 480 V Motor Control Centers: Eaton/Cutler-Hammer, Schneider Electric/Square D, or Allen-Bradley. 2. Adjustable Frequency Drives (Stand-alone): Yaskawa. 3. Adjustable Frequency Drives (MCC mounted): Same manufacturer as MCC supplier or Yaskawa. 4. Lighting and Power Panels: Eaton/Cutler-Hammer, Schneider Electric/Square D, or GE. 5. Dry-type Transformers: Eaton/Cutler-Hammer, Schneider Electric/Square D, or GE. 6. Motors: Toshiba, Emerson/U.S. motors, Baldor, or Reliance. Hazardous and Corrosive Locations There are no Hazardous locations associated with the Membrane Filtration Facility. The Corrosiveness of chemicals will be evaluated during design development and equipment and materials selected accordingly to protect against corrosion. Inside Building (non-Air Conditioned, Ventilated): Control and electrical enclosures will have a minimum NEMA 12 rating. Inside Building (Air Conditioned): Control and electrical enclosures will have a minimum NEMA 1 rating. Outside Building: Control enclosures will have a NEMA 4X, 316 Stainless Steel rating and electrical equipment will have a minimum NEMA 3R, Stainless Steel rating. Basic Electrical Materials The project consists of areas which will be exposed to many different environments. Therefore, the electrical materials proposed on the project have been selected in order to provide the maximum physical protection from the environment in which the equipment is installed while still attempting to minimize the overall construction costs of the project. The following is a list of the proposed conduit materials to be utilized on the project based on the area in which it will be installed:  Inside Exposed Corrosive Areas: PVC Schedule 40  Inside Exposed: Rigid Galvanized Steel, EMT, or PVC Schedule 40  Outside Exposed: PVC-coated rigid galvanized steel  Concrete encased: PVC Schedule 40  Direct Burial: PVC Schedule 40 MARCO ISLAND MF IMPROVEMENTS PROJECT ELECTRICAL AND I&C DESIGN MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 12 Adjustable Frequency Drives Adjustable frequency drives (AFDs) will be provided as required to vary the speed of a motor within a particular process. Bypasses for drives will not be provided for drives of any size. The physical size of the drive can vary significantly depending on the size of the motor which the drive is powering. Drives 100 hp and smaller will be installed within the motor control center. Any drives larger than 100 hp will be provided in a stand-alone cabinet. All drives shall be provided with a local drive front mounted keypad and handswitches for control, drive front mounted ON/OFF and FAIL indicator lights, and a lockable Enable/Disable switch located near the motor location. Drives are also one of the major contributors to harmonics within an electrical distribution system. These harmonics can have adverse effects on sensitive electrical equipment such as computers and PLCs. Therefore, the drives will be designed to meet following requirements: 1. Drives less than 100 hp: a. Minimum 6 pulse drives with 3-5% input line reactors and output filters. b. Drives rated based on motor full load current, not on horsepower. Drive rating = 1.0*motor FLA minimum. c. Input P.F > 0.95 at all speeds. 2. Drives 100 hp and above: a. Minimum 18 pulse drives to minimize generation of harmonics. b. Drives rated based on motor full load current, not on horsepower. Drive rating = 1.0*motor FLA. c. Input P.F > 0.95 at all speeds. d. Drives provided with output filters to minimize over-voltages at motor terminals. 3. All drives shall include a diode bridge converter front end with a pulse width modulated (PWM) inverter to generate the adjustable frequency output. 4. Drives on a common bus shall meet the guidelines of IEEE 519 at the point of common coupling. Motor Protection and Control Each motor will be provided with a suitable controller and devices that will protect the equipment and perform the functions required. MCC-type construction will be used. MCCs powered by distribution transformers or remote distribution equipment will have a main circuit breaker. MARCO ISLAND MF IMPROVEMENTS PROJECT ELECTRICAL AND I&C DESIGN MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 13 MCC enclosures will be NEMA 1 gasketed. Circuit breakers 225 amps and smaller and motor starters NEMA size 4 and smaller will be the drawout type with auto disconnect of control and motor power conductors. MCCs will include feeder circuit breakers and motor starters. Motor starters for motors through 50 hp will be the full voltage, non-reversing, combination type with magnetic-only circuit breaker. Motor starters for motors larger than 50 hp will be the solid-state, soft-start, reduced voltage, combination type with thermal-magnetic-only circuit breaker with adjustable trip. The feeder breakers to variable frequency drives for motors larger than 50 hp shall be thermal-magnetic breakers with adjustable trips. Motor starters will include an ON/OFF/REMOTE or HAND/OFF/REMOTE selector switch with control devices (START/STOP pushbuttons) for operation in the HAND mode, RED motor ON light, GREEN motor OFF light, and AMBER abnormal condition and/or BLUE fault or alarm lights, as required. Lights will be the LED push-to-test type. These devices will be mounted on the front of the motor starter control center cubical. Each constant speed motor, 25 hp and larger, and all adjustable frequency drive motors will be provided with thermal overload protection in ungrounded phases. Controller-mounted relays will be provided with external manual reset. All motors 250 hp and larger will be provided with motor protective relays mounted in the unit starters or AFDs. Oil-tight pilot devices will be specified for mounting on unit starters. Motor control circuits will be designed at 120 volts and an individual control power transformer with 120 volt control voltage will be provided in each motor starter. Electrical motor starter controls will consist of red and green lights, pushbuttons, or switches, devices such as timers and auxiliary relaying connected with process control as required, safety interlock logic, and other non-process controls (motor protection shutdowns and trouble alarms) as required. Package Systems Package systems are integrated equipment provided by a single manufacturer that is self- contained such as the Membrane Filtration system and Chemical Metering skids. Package systems will be provided with integral control or motor starter panels to provide local control of package system operations. A single power feed will be provided to Package Systems and major components of package systems from either the MCC or distribution panelboards depending on power requirements. The following is a listing of major Package Systems:  Membrane Filtration System.  Air Compressor System.  Chemical Feed Systems. MARCO ISLAND MF IMPROVEMENTS PROJECT ELECTRICAL AND I&C DESIGN MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 14 Distribution System Protection Equipment will be selected with adequate momentary and interrupting capacity for the point in the system where it is used. Series-rated criteria will not be used, except for self- contained equipment. Phase and ground fault protective devices and device settings will be selected that will function selectively to disconnect that portion of the system that is malfunctioning with as little disturbance to the rest of the system as possible. A preliminary analysis of the fault duty will be made to produce a design that can be accurately bid by the contractor. Maximum fault duty will be analyzed with sufficient accuracy to establish the required interrupting ratings of circuit protection devices specified. Final coordination studies based on actual equipment purchased will be made by the contractor to establish the range of protective device settings that will result in reasonable selectivity of device operations for both three-phase and ground faults. The following protective device characteristics will be specified:  Protective relay type, coil tap range, and time dial range  Circuit breaker frame size, trip setting range, time delay ranges  Current transformer ratios Surge Protective Devices (SPDs) SPDs will be specified on all 480V MCC buses. All power and lighting panel boards will be equipped with SPDs. Motors Generally, all motors 25HP and larger will be provided with space heaters in order to prevent condensation from accumulating in the motor. Additionally, temperature protection systems to prevent motors from operating outside normal operational temperature limits will be provided as follows:  Motors for constant speed application 25 hp through 70 hp and adjustable speed application 10 hp through 70 hp: Bi-metal disk or rod type thermostats embedded in stator windings.  Motors for constant speed and adjustable speed applications 100 hp through 200 hp: thermistor embedded in each stator winding. With a control module installed in the motor terminal box to generator alarm contact.  Motors for constant speed and adjustable speed applications above 200 hp: 100-ohm 3- wire platinum RTD embedded in stator winding and on motor bearings. Alternating current (AC) induction motors will be the premium efficiency type with the following:  Motors will have a 1.15 service factor, when supplied by sinusoidal power supply. MARCO ISLAND MF IMPROVEMENTS PROJECT ELECTRICAL AND I&C DESIGN MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 15  NEMA design letter to fit the application (usually NEMA design B), and locked rotor kVA Code G or lower.  Motors will be cast iron.  Bearings for horizontal and vertical motors will be grease-lubricated, with grease addition and relief fittings.  Motor windings will be copper wire. Aluminum windings are not acceptable.  Motor insulation system will be Class F with a Class B temperature rise.  Motor supplied power by adjustable frequency drive will be inverter duty rated with 1.0 service factor. Motors will also be provided with an enclosure which is suitable for operating in the environment in which it is installed. The following is a list of the enclosures proposed and the area in which they will be installed:  Chemical Industry, Severe-Duty (CISD-TEFC) – Suitable for indoor and outdoor severe- duty applications including high humidity, corrosive, dirty, or salty atmospheres.  Totally Enclosed, Fan Cooled (TEFC) – Suitable for most indoor and outdoor applications in which the environment is not corrosive or hazardous. Grounding The majority of the building grounding system will be provided as part of the Membrane Filtration Building Design. Grounding system additions for the electric distribution system and equipment shall be provided as required for the Membrane Treatment system design. Copper-clad steel ground rods and tinned copper ground loops shall be provided around new structures. The grounding system shall also include connection to reinforcing steel in the footing walls of the building and connection to exposed vertical metal structural elements of the new structures where they exist. Noncurrent-carrying parts of all electrical equipment, devices, panelboards, and metallic raceways shall be grounded. A separate equipment ground conductor sized in accordance with applicable requirements of the NEC shall be installed in all raceways for all power and control circuits. The ground conductor shall be connected to the ground bus in the equipment feeding the circuit and shall be bonded to all metal enclosures throughout the raceway system to assure grounding continuity back to the power source. Lighting Lighting will be provided as part of the Membrane Filtration Building Design. Lightning Protection Lightning protection systems will be provided as part of the Membrane Filtration Building Design. MARCO ISLAND MF IMPROVEMENTS PROJECT ELECTRICAL AND I&C DESIGN MARCO MF PROJECT ELECTRICAL-I&C REPORT 12-22-10.DOCX 16 Fire Alarm System Fire Alarm System will be will be provided as part of the Membrane Filtration Building Design. Telephone Systems This project will not include installation of any telephone cables or telephone equipment. All Telephone circuits will be provided by the Owner. Raceways will be provided for the installation of known telephone connections. Standards and Codes The electrical design will conform to the latest applicable editions of the following standards and codes:  National Fire Protection Association (NFPA)  NFPA-70, National Electrical Code (NEC)  NFPA-70E, Standard for Electrical Safety in the Workplace. Standards and codes of the following shall govern where applicable:  American National Standards Institute (ANSI)  National Electrical Manufacturers Association (NEMA)  Institute of Electrical and Electronic Engineers (IEEE)  Insulated Cable Engineers Association (ICEA)  Occupational Safety and Health Act (OSHA)  American Society for Testing and Materials (ASTM) Local codes and ADA standards shall be applied as appropriate. Where the requirements of more than one code or standard are applicable, the more restrictive shall govern. TECHNICAL MEMORANDUM 10. Marco Island NWTP MF Improvements Project Engineering Report Drawings TAB III Experience and Capacity of FirmTAB IIIExperience and Capacity of Firm   III‐1                CH2M Team Abilities and Capabilities   CH2M’s proven, available team is prepared to deliver on its promise of providing Collier County with efficient,  coordinated services for the Variable TDS Reverse Osmosis Conceptual Design Project. Our team consists of two  firms, each with a strong track record of successful project delivery for Collier County, bringing to this project  familiarity with your preferred methods of project delivery and standards for quality. Just as important, the  individual members of our project team have the technical expertise and the professional experience on similar  projects which will allow our team to be efficient in addressing key challenges affecting project success. We  routinely work together and offer an “integrated” team approach to providing successful project solutions.   CH2M, founded in 1946, is a global engineering and project delivery company partnering  with public and private clients to tackle the world's most complex infrastructure and natural  resource challenges. The firm's work is concentrated in the water, transportation, energy, environment and  industrial markets. CH2M has gross revenues of $5.4 billion, has 22,000 employees and is a specialist in program,  construction and operations management and design.   CH2M has been registered as a Florida corporation since 1951. The firm’s Naples office will be responsible for  managing the County’s project and offers a management team that is comprised of locally based experts. Project  Manager, Joe Elarde, and Principal‐in‐Charge Bill Beddow, represent decades of experience in successfully  delivering water infrastructure projects throughout Southwest Florida, the state of Florida and around the world,  as well as direct experience with the County. The County will benefit from having this high level of global expertise  as the primary points of contact and project accountability located within close proximity to County offices.   Capacity  CH2M is a global engineering firm and will provide the County  access to our global network of more than 22,000 multi‐disciplined  staff members, as needed. It is anticipated that our team will  manage all scope of services items from our Naples office,  supported by the specialized skills of our Florida team members.  On a firmwide basis, CH2M has more than adequate capacity to  provide the required services.  If additional resources are needed for  any reason, Project Manager Joe Elarde, can reach out and procure  skilled personnel to assist the County. Representative CH2M staff  members include 690 Water Resources Engineers, 424 Process  Engineers, 174 Geologists, and 86 Hydrologists.  Financial Strength  CH2M had gross revenues of $5.4 billion ($5,361,505,369) in 2015.  We would be happy to provide the County  with our annual financial statements or you may view our SEC filings at http://ir.ch2m.com/financial‐ information/sec‐filings/default.aspx.  Water Science Associates is a hydrogeological consulting firm that was  established by Kirk Martin and Brian Barnes to leverage over 50 years of  combined experience in providing creative, sustainable, and scientifically based solutions to our Client’s water  CH2M’s Florida offices house  more than 800 full time staff  members possessing a broad  range of technical skills to  support the County’s RO Design  project.    III‐2  resource challenges. Kirk Martin, PG was the former lead hydrologist with a nationally recognized engineering and  infrastructure firm and Brian Barnes was the former director of South Florida operations for an international  infrastructure and environmental consulting firm. Water Science Associates staff provide exceptional experience  in water resource evaluation, permitting, and facility design and construction throughout Florida and the  Caribbean.  The firm specializes in serving Public and Private Water and Wastewater Utilities, high quality Land Development  projects, Construction Contractors, Mining Industry, and Agricultural interests.  We provide water resource  management and development services from planning, investigation, design, implementation, and compliance.   Water Science Associates takes pride in its reputation for responsive, Client‐focused and solutions oriented  services. We believe in listening carefully to project needs and client objectives, collaborating effectively with  project team members, and delivering appropriate and cost effective solutions to our Clients’ most challenging  water resource issues.  Water Science Associates specializes in:   Groundwater resource evaluations and water supply development   Saline water intrusion evaluations and mitigation   Wellfield planning, design, permitting, and construction   Aquifer Storage and Recovery design, permitting, and construction   Deep well injection well design, permitting, and construction   Dewatering plans, permitting, and impact assessments   Groundwater/Surface Water flow modeling and impact assessments   Seepage assessment and mitigation design   Mounding analysis for land disposal of wastewater  Managing Project Risks   As‐built and operations information is not available or is not accurate requiring re‐work by/change orders  to the engineer or contractor: mitigate by reviewing existing information in detail, developing a gap analysis  and collecting the outstanding information.  CH2M and WSA are familiar with the NCRWTP system and will  incorporate our existing understanding of data gaps into the planned scope and analysis.    Use of innovative, unproven technologies without testing, and if not successful, requiring equipment  modifications after startup: mitigate by doing due diligence and perform additional testing if the proposed  technology is not proven yet on this type of water.   Future raw water quality variations differ from the projections, either in TDS or other water quality  constituents, requiring equipment or operational modifications after startup: mitigate by doing detailed  projections, verify with other utilities who have experienced variable TDS and provide flexibility in design.  Use  recent CH2M experience and lessons learned in variable TDS evaluation and design to anticipate and account  for likely issues.    Finished water quality is different from projections due to different raw water quality or use of different  types of membranes/treatment regime requiring additional post conditioning chemicals and corrosion  control testing: mitigate by conducting post‐treatment evaluation early and provide flexibility in post‐ treatment process.   Existing well/pipeline/fittings and process equipment are over 15 years old, and may fail due to condition  during the startup and/or operation with the higher salinity water: mitigate by conducting a condition  assessment, review material compatibility with higher TDS water, and include upgrades as part of this project.   Combined concentrate water chemistry changes as part of this project leading to precipitation of scales in  pipe or injection well: mitigate by performing desktop water chemistry modeling and bench scale testing  using CH2M’s in‐house Applied Sciences Laboratory to predict scale formation in concentrate and develop    III‐3  methods to mitigate.  Use CH2M experience at several facilities where potentially incompatible waste waters  have been combined before deep well injection.   Client is not able to make a selection of the preferred alternative delaying the project: mitigate by involving  the client in every step/decision during the project.  Use a clearly defined, documented and defensible  decision making process as successfully completed on several project using CH2M decision making tools.   Cost of implementation of preferred alternative is above the budget requiring rework to get within budget  costing time and money: mitigate by developing detailed and reliable capital and operating cost opinions  using CH2M’s CPES™ cost model early in the alternatives evaluation and conceptual design phases and  developing a financing and phasing plan.   Conversion of existing BWRO trains to variable TDS RO trains requires multiple and extensive plant  shutdowns impairing ability to make water: mitigate by providing constructability reviews and by working  together with the County to develop phased implementation plan, with potential temporary utilities/facilities.   The TDS in the affected wells declines over time and matches the other wells resulting in an unutilized asset  for variable TDS treatment: mitigate by providing a flexible treatment solutions capable of treating low TDS  water even if less efficient.  Identify process that provide multiple benefits like energy reduction or  concentrate minimization to offset potential inefficiencies.  Design flexibility into the overall treatment  process by selecting components that can be used for multiple scenarios if anticipated early.  Benefits the CH2M Team offers the County  CH2M brings to this project a history of working in Collier County since 1977. We know the Collier County’s  systems and operations, and bring an acute understanding of local conditions as well as the County’s staff, local  subcontractors, contractors, and consultants. CH2M has worked at the NCRWTP facility upgrading water  treatment systems and working the local facility staff giving us recent in‐depth water treatment process  familiarity. WSA personnel are the designers have been central to work on the NCRWTP wellfield and understand  the issues contributing to the increasing source water TDS.   This unparalleled recent source and treatment  experience at the NCRWTP gives CH2M an incomparable understanding of the issues faced during analysis and  design of the treatment facility.  Our proposed Project Manager, Joe Elarde, P.E., is known to County staff and is well qualified to serve as the  Project Manager and Task Leader. Based in our Naples office, he is a nationally recognized specialist in membrane  technologies—more than 19 years of water treatment planning and design experience, and 21 years of  membrane process experience working on projects that include study, design, permitting, construction, startup,  and operation of membrane filtration, nanofiltration, brackish water reverse osmosis, and seawater desalination  facilities all over the U.S., including many in Florida.  CH2M has established an international reputation in developing and applying desalination technology for  municipal facilities. A leader in the study and design of desalination facilities, we have an extensive knowledge of  alternative desalination treatment processes and what will be critical for additional support and optimization. We  are confident that no other firm in the nation has the pilot‐, demonstration‐, and full‐scale operational experience  History of working with Collier County and institutional knowledge of your systems,operations,  and staff allows us to start work immediately upon NTP Project organization that provides all required resources under the direction of a  proven, experienced Project Manager streamlines project delivery and minimizes schedule Proven methodologies and lessons learned on the successful delivery of similar projects  ensures the County that you will receive the best option for a viable and cost effective process  1   2   3     III‐4  with desalination treatment that CH2M has to offer the County. This experience gives us a unique insight into the  strengths and weaknesses of the process, and it will allow us to evaluate and identify the most appropriate and  cost‐effective process for local requirements.  Proven Facility Modeling and  Costing Tools   Our proprietary technology and costing models  effectively capture our best practices and will  help the County quickly and cost effectively find  true optimum solutions. CH2M has developed  and successfully applied a variety of simulation  and optimization modeling tools that estimate  cost, carbon footprint, treatment performance,  and system control. Our models include CPES™  (our proprietary costing tool), Replica™ (our  dynamic treatment simulation model), Source™  (our water treatment mass balance tool),  Preview™ (our facility visualization tool),  Voyage™ (complex decision support model), and  SI Port™ (our sustainability tool).  Local and Global Construction Experience  With more than 18 years of experience constructing water and wastewater projects – including $1.5 billion of  constructed value since 1997 – CH2M is an industry leader in constructing water and wastewater treatment  plants. Our projects represent the range of challenges we help owners address and also demonstrate our ability to  deliver quality facilities with highly constructible solutions.  Local construction of multiple water treatment  facilities including the Bonita Springs lime softening WTP expansion, RO WTP and Floridan wellfield, the Ave Maria  membrane softening facility, and the Fort Myers RO WTP and Floridan wellfield provide local lessons learned  about the costs, constructability and challenges associated with SW Florida constructability.  Furthermore,  construction of retrofit systems into the existing Bonita Springs and Fort Myers  facilities helps our team understand constructability issues and how to keep existing  facilities on‐line during construction.  Our DB experience also provides an  understanding of the information needed in a 30 percent design criteria package that  will provide clear future direction.  In‐House Treatability Testing and Experience  CH2M HILL’s Applied Sciences Laboratory (ASL) provides the County with direct  access to decades of direct water treatment evaluation and testing experience to  cost‐effectively help understand treatment performance at the bench‐ and pilot‐ scale level before making an investment on a full‐scale facility. If schedule and  budget permits, short bench‐scale testing can be conducted at the NCRWTP or at the  ASL using water shipped from the NCRWTP to confirm water quality and process  treatability requirements to reduce full‐scale facility cost associated with overly  conservative design using limited information.    World Leader in Desalination Innovation  CH2M’s history delivering desalination projects both in the around the world is  extensive. We have been researching, pilot testing, designing and installing  desalination systems for nearly 40 years, dating back to the design of the original  Cape Coral, Florida brackish water desalination plant in 1977.   The CH2M HILL Applied  Sciences Lab is a full‐ service water quality and  treatability facility with  decades of direct water  treatment testing  experience to help in  process decision making.  CPES is a proprietary conceptual design and cost estimating  tool that generates quick, accurate, and detailed cost  estimates at the conceptual stage of any WTP, WWTP, or  conveyance project.    III‐5  CH2M is an international leader in desalination. As an integrated project delivery company, we offer a single point  of service and responsibility for all desalination‐related needs, be it feasibility and pilot studies, conceptual and  detailed design or facility construction and operation, in order to optimize constructability, reliability and cost  efficiency by designing right the first time.  No matter how complex the project, our staff brings focused expertise—with the know how to apply membrane  desalination technologies for brackish water similar to Collier County’s supply. We take pride in having  successfully delivered hundreds of projects, both big and small, for our clients throughout the world.  Within the last 10 years, we have designed and delivered more than $125 million of desalination projects in the  Middle East, Asia, Australia and United States.   Exhibit III‐a illustrates the breadth and depth of our desalination experience in which a variety of selected  desalination projects completed within the United States and throughout the world have been successfully  completed for municipalities as well as State and National governmental agencies. These include projects treating  brackish surface and ground water, seawater and wastewater (for reuse) as well as groundwater high in hardness  and organic matter using nanofiltration. Beyond those shown in the figure, CH2M has also completed desalination  projects for a variety of industrial clients, including those in high‐volume, oil and gas and mining sectors.   CH2M is known for our leadership in the water and wastewater industry and for pioneering desalination  innovations and technologies, including membrane pretreatment, dissolved air flotation (DAF) pretreatment,  large‐diameter RO technology, capital and operational cost minimization, SWRO energy recovery optimization and  green technology innovations.   Since the 1970’s, we have been a leading proponent in the design and advancement of RO technology. While we  liaise closely with membrane suppliers, due to our dedicated internal RO specialists, we are not limited to relying  on their design. Instead, we utilize our global RO specialists to ensure our clients receive a facility that is leading  edge and provides the best long‐term value. CH2M has:   Designed the world’s first dual‐membrane (microfiltration and RO) plants to challenging surface waters   Engineered the world’s first large diameter seawater RO installation at Power Seraya in Singapore    Pioneered the use of microfiltration as a pretreatment for the advanced reuse of secondary effluent using RO   Conducted comprehensive cost analysis that served as the basis for adoption of 16” as standardized size for  large diameter seawater and brackish water RO elements   Served as Program Manager for the world’s first zero carbon, zero waste, 100% renewable energy  development, including desalination, at Masdar City, Abu Dhabi.   Produced an energy recovery device tool for the WateReuse Research Foundation that allows users to  identify, which, if any, commercially available and proven energy recovery devices are suitable for their  brackish and seawater RO systems.  CH2M’s commitment and leadership in brackish water RO is evident in the projects we work on. CH2M has  successfully completed more than 200 desalination studies and pilots and has been instrumental in the delivery of  more than 30 operating brackish water RO and 10 operating seawater RO facilities worldwide. Exhibit III‐b  provides a list representative CH2M’s desalination projects.  Additional information about these projects is  included at the end of this section.        III‐6  EXHIBIT III‐a CH2M Global Desalination Experience      III‐7  EXHIBIT III‐b CH2M RO Desalination Projects  Project  Plant  Size  (mgd)  Membrane  Process Services Provided Nanofiltration Brackish Water RO Seawater RO Engineering Study Pilot; Demo Testing Design Construction SiStartup/Operations Management Consulting Design‐Build Representative Brackish Water Projects  RO WTP, Fort Pierce, FL 5.3        Yuma Desalting Plant, Yuma, AZ 7     Northwest River WTP, Chesapeake, VA 12      Cypress WTP Expansion, Wichita Falls, TX 10     Southside WTP, Abilene, TX 7.5       Menifee Desalter, Eastern MWD, CA 3.5       Perris I Desalter, Eastern MWD, CA 2.5       Robert Dean RO WTP, Florida City, FL 6      RO WTP Expansion, Fort Myers, FL 13.3       RO WTP, Dunes Com. Development District, FL 0.65    Perris II Desalter, CA 4.5   RO WTP, Bonita Springs, FL 6        North Springs Improvement District, FL 7.5     Coral Springs Improvement District, FL 7.5     Cherry Point, NC 6      Ave Maria WTP, FL 2.0       Reynolds Desalter, CA 11     Green Meadows WTP, Fort Myers, FL 16        Representative Seawater Projects   SWRO Planning Study, MAWC, MA Study    Desalination Feasibility Study, Port St. Lucie, FL Study    SWRO WTPs, Stock Island/Marathon, FL 2/1       Dependability Study, New York DEP, NY Study     Seawater Desalination Feasibility Study, Hong Kong Pilot      SWRO Pilot, Marin MWD, CA Pilot      Co‐Located SWRO/Power Feasibility Study, Mexico Study    Palau Power Seraya Station WTP, Singapore 2.4         Layyah/Khor Fakkan/Kalba SWRO WTPs, Sharjah, UAE 15         Seawater Desal Demo Facility, Long Beach, CA Demo       Desal Plant, Melbourne Water Corp., Australia 120     Southern Seas Seawater Desal Plant, Australia 38    Pilbara Seawater Study, Water Corp. of Western Australia Study     Forward Osmosis/RO Hybrid Feasibility Study, TWDB, TX Study      Integrated PV‐SWRO Demo, Middle East Demo     Marina East Variable Salinity Project, Singapore 36      Mirfa Independent Water and Power Project, UAE 36    ACWA Power Barka, Oman 15      Tuas Desalination Plant III, Singapore 36            III‐8  Previous Performance with Similar Jobs  CH2M has extensive RO/Membrane experience in Florida and worldwide that is directly applicable to the Collier  County variable TDS RO Conceptual Design project.  While Exhibit III‐b shows a wide range of desalination  projects that demonstrate our knowledge of the issues and wide range of design feed TDS conditions, Exhibit III‐c  summarizes projects with similar scopes of work to this project.  Detailed project descriptions showcasing our  relevant project work with variable TDS source water, desalination evaluation and desalination design.   EXHIBIT III‐c CH2M Representative Similar Projects  Project Description Start Date End Date  Original  Budget  Final Project  Cost  Number of  Change Orders  Reference Projects  Marco Island Expansion Evaluation & 30% Design 10/2009 12/2010 $174,721 $174,721 0  Ave Maria Expansion Planning 09/2015 01/2016 $24,835 $24,835 0  North Springs Improvement District RO WTP Design  & SDC 2010 2016 $19.45M $19.45 <3%  Bonita Spring Design Build 3 Lower Hawthorn Wells  and Wellheads 04/2015 06/2016 $2.4M $2.4M 0  Lee County Class I Injection Well Acidization  Professional Engineering Support 02/2015 04/2016 $25,900 $25,900 0  Other Similar Projects  Marina East Variable Salinity 36 mgd RO Project,  Singapore 2014 2015 Confidential Confidential 0  Green Meadows WTP Expansion, Lee County, FL 2012 2016 $56M $70M* N/A*  Bonita Springs RO WTP Design‐Build 2003 2004 $40.8M $40.8M 0  Bonita Springs Energy Recovery Upgrades 2011 2012 $1.2M $1.2M 0  Ave Maria Membrane WTP Design‐Build‐Operate 2003 2005 $20.2M $20.2M 0  Pilbara Seawater Study, Water Corp. of Western  Australia  2009 2010 $750,000 $750,000 0  Olga Variable Salinity Surface WTP Expansion  Evaluation, Lee County, FL  2009 2011 $900,000 $900,000 0  Energy Recovery Model Development for  Desalination, WateReuse Foundation  2010 2012 $250,000 $250,000 0  Dependability Study, New York DEP, NY 2004 2006 $1M $1M 0  *Client driven scope change when changing the facility expansion from 12 to 16 mgd.  Currently under construction.         III‐9    MARINA EAST VARIABLE SALINITY DESALINATION PLANT,  SINGAPORE  Client Name: Public Utilities  Board, Singapore   Size: 36 mgd  Project Value: Confidential  Project Duration: 2014‐2015  Key Highlights/Relevant Features:    VSP technology offers the  potential to treat brackish  water and seawater cost‐ effectively in the same plant   Comprehensive cost  estimating   Architecture and landscaping  designed both to integrate  with the surroundings and  offer a point of interest to the  general public   Innovative layout occupying 3  levels   Environmental impact  assessment (EIA) study for the  30MIGD desalination plant      Singapore and its neighbors, most relevantly Malaysia, have recently  experienced drought and this has resulted in challenges for the Public  Utilities Board (PUB) total water management approach. Availability of  imported water is becoming less certain than in the past due to climate  change and the sustainability of this source is uncertain.  PUB continues to investigate other sources of supply and recently engaged  CH2M to undertake an investigation and conceptual design of the 36 mgd  Marina East Variable Salinity Plant (MEVSP). This high profile desalination  plant is located in a prominent location near the CBD of Singapore. The  constrained 3 hectare site within public parkland necessitated an  innovative layout occupying 3 levels and incorporating DAF and UF pre‐ treatment and two‐pass Reverse Osmosis.  Seawater and brackish water will be abstracted through dedicated intakes  drawing from the Singapore Straits and the Marina Reservoir, respectively.  This will allow PUB to choose on a daily basis between the treatment of  seawater or brackish water, which requires a much lower specific energy  consumption and results in a significantly lower cost of treatment.  The treatment process for MEVSP has been developed to meet World  Health Organization (WHO) and PUB drinking water quality guidelines  based on an analysis of water quality data from both the Marina Reservoir  (post‐barrage construction) and the Singapore Straits. Due to inherently  different plant losses when operating on Marina Reservoir water  compared to seawater, the MEVSP will be capable of converting a higher  percentage of Marina Reservoir water into potable water than seawater.  As a result, the plant output will be higher when treating Marina Reservoir  water than seawater.  CH2M Role/Responsibilities:   CH2M is providing the full spectrum of conceptual design services  including;   Boundary Limits Workshops   Environmental Impact Assessment Studies   Concept Process Design Development   First Cut Infrastructure Development   Process Design Development   Equipment Sizing   Electrical System Design   Plant Layout Option Development   Preliminary Cost Estimation & Constructability Assessment   Option Screening   Design Refinement   Cost Estimation   Design Report    III‐10   GREEN MEADOWS WTP EXPANSION, LEE COUNTY, FL    Client Name: Lee County Utilities   Size: 16 MGD  Project Value: $70 million USD  Project Duration: 2012‐2016  Key Highlights/Relevant Features:    Feasibility and pilot studies  identified the best value  option using a benefit cost  analysis and CH2M tools ‐  provided Lee County  exceptional value.   The RO building incorporates  space‐saving concepts like a  center‐trench design and  train‐specific roll‐up doors and  includes operator facilities.   Evaluation identified the  benefits of alternative ion  exchange regeneration using  RO concentrate and seawater  wells.    The design includes  concentrate and regenerant  disposal by two injections  wells.    The existing Lee County Utilities Green Meadows lime softening facility  treats a blend of fresh surficial and intermediate aquifer groundwater  sources.  The existing facility was nearing the end of its useful life and  needed to be replaced to maintain reliability and to continue to meet  regulations. To limit the demand on fresh water sources, the larger new  facility uses a brackish groundwater well source in addition to the existing  wells for expansion.    The new 16‐mgd facility uses reverse osmosis for desalinating brackish  well water in parallel with cation and anion exchange used to remove iron,  hardness and organics from a surficial aquifer fresh water source.  A new  seawater well provides an alternative source of brine for cation exchange  resin regeneration to reduce operational costs.  The estimated $35M  facility is part of a $70M project that includes new wells, wellfield  pipeline/roadway, and concentrate disposal wells.    CH2M Role/Responsibilities:   CH2M conducted a process evaluation and subsequent 1‐year pilot study  to determine the most economical and efficient treatment system to make  use of all three water sources.  The treatment process’s identified were  cation and anion ion exchange as the most cost effective and reliable  process to treat a blend of the existing fresh water sources and a new RO  system that will treat the brackish source before blending with the treated  freshwater sources.  The studies identified and subsequently verified  through pilot testing that RO concentrate and/or seawater wells could  effectively regenerate the cation exchange resin to significantly reduce  operating cost of the new facility.  CH2M conducted a desktop analysis of blending three different  groundwater supplies using our Source™ water quality and treatment  modeling tool to quickly identify impacts of blending on treatment and  optimize options for further proof pilot testing to confirm and develop  design criteria. Our CPES™ tool was used to develop costs for several  different treatment variations and capacities to help the County define the  best value option for the facility.  Our Bridge™ design tool allowed the  project team to quickly and cost effectively complete the design to meet a  limited design budget and project schedule.  CH2M used its Preview™ tool  into provide 3‐D representations early in the design process to help freeze  design decisions early.  Dynamic simulation using Replica™ was also  conducted during the project to optimize energy efficiency and hydraulics.      III‐11   BONITA SPRINGS RO WTP, BONITA SPRINGS, FL  Client Name: Bonita Springs  Utilities   Size: 6 MGD expandable to 12  MGD Desalter  Project Value: 40.8 Million USD  Project Duration: 1993‐2013  Key Highlights/Relevant Features:    CH2M successfully managed  more than 22 subconsultants  and delivered the RO WTP on  time and within budget   Saved BSU $500,000 from  direct contracting for  equipment features,  eliminated 3 weeks from the  original schedule, and reduced  construction costs by $50,000  by developing a unique  installation method for the RO  feed pump cans   20‐year relationship, providing  water and wastewater  treatment, regional irrigation  planning, and general  engineering services to BSU    Located in a popular resort and tourism area, the Bonita Springs Utilities  (BSU) service area is subject to peak seasonal water demands due to  visiting tourists and part‐time residents.   CH2M Role/Responsibilities:   CH2M began assisting BSU in 1993 with a wide range of utility engineering,  construction, and specialty evaluation services for water, wastewater, and  reclaimed water systems. As part of this, CH2M prepared a water quality  study for the potable water system. The study reviewed short‐ and long‐ term options for expanding the existing potable water system to meet  emerging water quality regulations. In 1997, we implemented a 3‐mgd  expansion to the existing potable water lime softening WTP using the  traditional design‐bid‐build delivery process. In 2000, to respond to rapid  continued growth in the area, CH2M completed a second expansion to this  lime softening plant, increasing operating capacity to 13 mgd; this second  expansion also used the design‐build delivery process.  In 2002, CH2M commenced a design‐build of a new 6‐mgd (expandable to  12 mgd) RO water treatment facility constructed on the existing lime  softening facility site. This new RO WTP project included installation of  three cartridge filters; four RO feed pumps; four RO membranes trains;  chemical systems; degasifier and odor scrubber system; 2‐million‐gallon  ground storage tank; five brackish water production wells with pumps and  wellhead; three new high‐service pumps; new finished water transmission  main; raw water meter and new yard piping; plant generator; seven  wellhead generator; electrical upgrades; instrumentation and controls  software upgrades; and lime softening water plant slaker. The  demineralization facility was constructed to treat the brackish water and  the treated water was blended with the existing lime softened water prior  to storage and distribution. The RO WTP was designed conservatively, so  that its processes and equipment can accommodate potential degradation  of source water quality over the next 20 years. The project involved a new  4,160‐volt electrical service and ductbank loop to existing and new site  facilities and a new sodium hypochlorite generation system for both the  lime softening facility and new RO facility.  In 2012, CH2M completed an upgrades study, design and construction  project that optimized membrane replacement, new energy recovery  devices (ERDs), potential train expansion and overall wellfield and RO train  control that saved the utility more than $150,000 in annual power costs.  The project featured a Replica model of the complete RO and wellfield  system that was used to find operational strategies that could save the  utility additional power cost.   “CH2M is one of the few consultants I can count on to act as an extension of my  staff. When I need help and need it now, I know that CH2M will deliver.” —Fred  Partin, Executive Director, BSU         III‐12   NORTHWEST RIVER WTP, CHESAPEAKE, VA  Client Name: City of Chesapeake  Public Utilities   Size: 12 MGD  Project Value:  $56.9 million   Project Duration: 1993‐1999  Key Highlights/Relevant Features:    This project won the top  award, Engineering Excellence  Award, in the Water and  Wastewater category from the  Consulting Engineers Council  of Virginia.   The first completed operating  ASR system in the state of  Virginia      For several years the City of Chesapeake considered alternatives for  upgrading the Northwest River WTP. The raw water is highly colored river  water with characteristics that include high concentrations of total organic  carbon and manganese, low alkalinity, and low pH. Saltwater intrusion into  the river during low flow, summer periods and a need to comply with  future regulations restricting disinfection by‐products (DBPs) were the two  main drivers behind the upgrade.   CH2M Role/Responsibilities:   The City selected CH2M to design upgrades to the existing conventional  treatment processes – rapid mix, flocculation, sedimentation, and high‐ rate filtration – and to design a new membrane treatment facility. The new  membrane treatment facility is designed to treat conventionally treated  surface water or brackish water from deep wells. The surface water and  groundwater reverse osmosis (RO) systems have capacities of 8 mgd and  4 mgd, respectively.  Previously, CH2M conducted a membrane pilot test program to help  determine the most feasible approach to removing DBP precursors and  protect against saltwater intrusion. The pilot programs confirmed the  feasibility of upgrading the Northwest River plant. The proposed design for  the upgrade included separate facilities for membrane treatment of  filtered water from the river and of brackish water from deep wells. Pilot  testing was also used to confirm suitability of the combined RO  concentrate (from the surface and brackish water RO trains) for discharge  to the south branch of the Elizabeth River. This required concurrent  operation of two separate RO pilot units to produce representative  concentrate from which toxicity and trace metal analyses could be  performed.  The design, which resulted in one of the most sophisticated WTPs in the  U.S., includes conventional and membrane processes that allow maximum  flexibility for treating the variable water sources. Four process trains fitted  with low fouling, RO membranes effectively handle saltwater intrusion into  the river. Two separate trains using high rejection RO membranes treat the  higher‐salinity brackish groundwater from the production wells. Under the  worst‐case operating scenario, all membrane trains operate on flow from  the river, and all wells are in service. Under typical (non‐brackish)  conditions, only one or two membrane trains operate, saving energy.   “The 10‐mgd upgrade of our surface water conventional treatment plant to  surface and groundwater RO was a huge undertaking for the City of Chesapeake...  The design by CH2M was extraordinarily complex, requiring not only a sound  design but the need for an integrated upgrade that would allow an existing plant  to remain in continuous operation during construction. Virtually every design and  construction challenge was overcome in a way that best combined the input of the  design engineer, contractor, and the City...” —A. Craig Maples, Water Production  Superintendent, City of Chesapeake, Water Production Division        III‐13   RO WATER TREATMENT PLANT, CITY OF FT MYERS, FL  The City of Fort Myers WTP was designed and built (by others) in the early  1990s as a membrane softening facility treating surficial groundwater.  The facility was designed for a capacity of 12 mgd with an ultimate future  expansion to 20 mgd. The facility was converted by others to a brackish  water RO facility in 2002 because of feed water quality problems. The  conversion reduced WTP capacity to 8 mgd due to feed water pumping  and post‐treatment limitations.   As the designer and general contractor, CH2M provided pre‐design, final  design, procurement, permitting, construction management, and startup  services, as well as services during construction. This project expanded the  raw water supply, expanded the RO WTP capacity from 8 to 13.3 mgd, as  well as resolved existing post‐treatment water quality issues. Specific  treatment components included a transmission main; two degasifers;  membrane feed pumps; RO equipment; production wells; raw water sand  strainers; upgraded plant control; and upgraded plant electrical.  CH2M HILL subsequently provided design‐build services to design and for this design‐build project,  The project was delivered under budget and within schedule in spite of delays as a result of four hurricanes.    MEMBRANE SOFTENING WTP, AVE MARIA UTILITY  COMPANY  Located on 5,000 acres of former farmland, Ave Maria is a new city  development consisting of a university and surrounding community of  residential units, retail stores, medical facilities, hotels, public schools, and  parks. CH2M HILL began work on this design‐build‐operate project in 2005  and was responsible for design, permitting, construction, and operation of  the located water facility, including a natural treatment wetlands treatment  system being developed on the greenfield site. The WTP design is a 1.67‐ mgd membrane softening facility. Concentrate from the WTP is sent to the  1.25‐mgd WRF for disposal. Three water supply wells provide raw water for  the system.  CH2M HILL met the overall development schedule by preparing preliminary  engineering reports that met FDEP requirements for permitting early in the  development of the construction documents. While FDEP reviewed the  permit applications, construction document preparation continued, saving  time in the schedule. Early discussions and presentations to the permitting  agencies helped to streamline the process. Procurement of equipment was  also started early in the schedule, prior to completion of the final construction documents so that delivery of key  equipment wouldn‘t slow construction.  Completed in 2006, CH2M HILL OMI is contracted to operate the newly constructed facilities for up to 20 years  based on four recurring 5‐year contracts.  “We are extremely pleased with our relationship with CH2M HILL. They delivered on all facets of the design,  construction, and operation of our facilities and within the timeframe and budget established. Their  professionalism, technical expertise, and dependability have earned them a place on our team – now and in the  future.”  David B. Genson, PE, Director, Ave Maria Utility Company  For the RO WTP project, we saved  the City of Fort Myers more than  $1,290,000 through diligence of  scheduling, well design changes,  and controlling labor costs during  construction.  This Ave Maria project was the  winner of the 2007 Design‐Build  Institute of America Merit  Award for water/ wastewater  projects over $15 million.    III‐14   FORWARD OSMOSIS / RO HYBRID FEASIBILITY STUDY,  TEXAS WATER DEVELOPMENT BOARD, TX  CH2M HILL worked with the TWDB to evaluate a hybrid forward osmosis/reverse osmosis (FO‐RO) process to  recover water from high salinity water for beneficial use. The study sought to examine the mechanics of forward  and reverse osmosis water treatment; assess the feasibility of using high salinity streams to extract water out of  water streams; and, determine characteristics required for cost‐effective application of this hybrid process.  Bench‐scale pilot testing was completed to evaluate feasibility while cost modeling was also conducted to  determine viability compared to other treatment options.  Assuming that membranes can be commercially  produced at a reasonable price point, it is anticipated that use of FO‐RO may be viable at some point in the future.  This study provided several recommendations for continuing the development of the hybrid FO‐RO process.   CALIFORNIA SEAWATER DESALINATION  DEMONSTRATION FACILITY CITY OF LONG BEACH, CA  CH2M HILL provided senior level process consulting in conjunction with construction and operation of the  Seawater Desalination Prototype Demonstration Facility. The Facility utilizes a unique two pass nanofiltration (NF)  system, developed and patented by the Long Beach Water Department (LBWD), for the purpose of seawater  desalination.  CH2M HILL served as a technical advisor to LBWD for both low pressure MF and high pressure RO  membrane process engineering support during construction of the Facility. Once operational, CH2M HILL  participated in a study entitled Ultraviolet (UV) Light and Chlorine Dioxide Seawater Pretreatment Systems for  Biogrowth Control and Pathogen Inactivation, funded in part by Proposition 50 grant from the California  Department of Water Resources. The study investigated, on both a bench‐ and demonstration‐scale, the  suitability of UV and chlorine dioxide for controlling biofouling of nanofiltration and reverse osmosis systems used  to desalinate seawater and to achieve virus inactivation requirements as mandated by the CA Department of  Health Services. CH2M HILL prepared a research work plan that served as the basis for testing conducted under  the study. A draft research plan was first developed with the input of a panel of outside technical advisory panel  and LBWD in a workshop and finalized following subsequent review by LBWD and the panel. CH2M HILL also  provided oversight during the testing, in part conducted by UCLA, and reviewed test data and reports.   OLGA VARIABLE SALINITY SURFACE WTP EXPANSION  EVALUATION, LEE COUNTY, FL  CH2M HILL conducted a study and preliminary design charged with finding the optimum source water and  treatment expansion option for an aging conventional surface water treatment. The study examined current and  anticipated water treatment and water supply regulations, raw water availability and storage options, treatment  options, and operation and maintenance costs. A benefit‐cost analysis helped identify the optimum solutions that  were then benched‐tested on the project site.  Bench testing of new membrane filtration and reverse osmosis  processes was conducted on existing and potential new raw water sources to examine treatability and costs  effectiveness on multiple process options.   WEST PILBARA SWRO FEASIBILITY SITING AND COSTING  STUDY, WATER CORPORATION OF WESTERN AUSTRALIA  CH2M HILL conducted a feasibility study and concept design for the construction of  a desalination plant as part of the West Pilbara Water Supply Scheme. Using our  experience in cutting edge technologies, several options and processes were  evaluated to produce an innovative solution.     III‐15  The existing seawater in the proposed area was originally discounted due to the reportedly poor and variable  water quality near the existing intake facility. CH2M HILL reviewed the operation of this intake and found that an  improvement in water quality could be achieved through upgraded works and that  full replacement of the intake facility would not be required for several years.  CH2M HILL also looked at the treatment process selection as part of this study. The  pretreatment and desalination technologies were chosen based on an impartial  analysis of monetary and non‐monetary criteria. A decision making framework was  created which ranked and weighted all of the "success criteria" which were  important to the Water Corporation. This was combined with cost estimates to  determine the best outcome from a cost ‐ benefit perspective.  CH2MHILL created a generic design, complete with layout drawings and equipment sizing based on its global  design experience. This information will guide the Water Corporation in their land acquisition negotiations   EVALUATION AND OPTIMIZATION OF EMERGING AND  EXISTING ENERGY RECOVERY DEVICES FOR  DESALINATION AND WASTEWATER MEMBRANE  TREATMENT PLANTS, WATEREUSE FOUNDATION  CH2M HILL developed a computer based tool to evaluate current and emerging energy recovery devices based on  their performance, applicability and life cycle costs. The model covers all known and applicable commercially  available energy recovery device and all associated systems that impact it.  The tool allows the user to develop an  optimum RO system design based on feed water quality and desired product water quality.   SEAWATER AND BRACKISH WATER DESALINATION  SITING, FEASIBILITY AND COSTING STUDY, NEW YORK  DEPARTMENT OF ENVIRONMENTAL PROTECTION, NY  CH2M conducted a feasibility and costing study for 200 mgd BWRO and 50 mgd  SWRO facilities for the City of New York.  The project included the site planning,  conceptual design, and cost development of a 200 mgd brackish water RO  facilities treating a tidally influenced river water source and a 50 mgd seawater  facility with dual pressure filter pretreatment system and post treatment  facilities treating an open intake seawater source.  The study examined site  constraints, raw water quality, treatment options, residuals disposal, capital  costs, and operation and maintenance costs.  CH2M as the technical member of the team that studied alternatives for development of up to 400 mgd of  emergency supply, including brackish and seawater desalination, as part of New York City’s long‐term water  supply strategy. CH2M was responsible for an in‐depth evaluation of brackish and seawater desalination at  various sites along the Hudson River and in New York Harbor, including the development of cost models for these  processes.   The study included an analysis of intakes, pretreatment, membrane treatment, energy recovery, post‐treatment,  and residual management technologies. Cost models were developed for the “highest cost and largest footprint”  design and the “lowest cost and smallest footprint” design at each location. A total of 14 cost scenarios were  developed for four sites, capacity options, and high and low cost alternatives.   CH2M then performed a statistical analysis of raw water quality, current and future water quality regulations,  recommendations for finished water quality parameters, and detailed analysis of treatment alternatives for  intakes, pretreatment, desalination technologies, post‐treatment alternatives, and brine return. Alternatives were  reviewed on a site‐by‐site basis to determine the most feasible processes for each potential site. The benefits and  costs for each alternative were evaluated and facility plans were developed for three desalination facilities (50  mgd, 200 mgd, and 400 mgd).   CH2M helped the Water  Corporation prove the  feasibility of Seawater  Reverse Osmosis as a  sustainable option.    III‐16  Other CH2M Desalination Project Examples  SEAWATER DESALINATION SITING, FEASIBILITY AND PILOT STUDY   HONG KONG WATER SUPPLIES DEPARTMENT, HONG KONG  CH2M designed and managed a 30‐month study to establish technical, engineering, environmental, and  budgetary information required to enable the Hong Kong Water Supplies Department to reach an informed  decision on how best to implement SWRO, in preparation for their 140 MLD facility.    The scope of the study included identifying prospective plant sites and conducting pilot trials to define RO design  requirements, identification of the most effective pre and post treatment processes, and development of capital  and operating cost estimates for one or more full scale facilities. The pilot program was comprehensive and  involved testing for a continuous 12‐month period at two separate locations (24 months total), selected to  represent the two types of marine water quality characteristics.  Three types of pretreatment were evaluated: granular media filtration, pressurized ultrafiltration and submerged  ultrafiltration. Three types of RO membranes were also evaluated: Dow FilmTec, Hydranautics, and Toray. Post‐ treatment blending with existing water supply was also evaluated to ensure smooth introduction of desalinated  water into the current supply. A complete capital and operating cost evaluation was included in the project.  SEAWATER DESALINATION FEASIBILITY STUDY   City of Port St. Lucie, Port St. Lucie, FL  CH2M conducted a planning study that investigated water supply alternatives to meet future water supply  demands for the City of Port St. Lucie including reverse osmosis desalination of seawater with an anticipated  capacity of up to 50 mgd.  The scope of work included capital and operation and maintenance cost estimates for  the selected primary supply and treatment alternatives.  Seawater Desalination Plant  Melbourne Water Corporation, Australia  CH2M HILL provided Melbourne Water Corporation (MWC) with expert advice relative to their seawater  desalination plant. The planning, permitting, design and construction of the 120 mgd desalination facility, the  world’s largest RO plant at commissioning, included cost, environmental, and public acceptance issues that were  integral to the project’s success. We have worked closely with MWC and their consultants to resolve technical  issues regarding finished water quality, cost implications of low total dissolved solids (TDS) requirements, post‐ treatment alternatives for blending purposes, and public acceptance. Of particular sensitivity is TDS levels, boron  and bromide concentrations in the finished water while maintaining overall low corrosivity relative to the long  transmission lines.  Southern Seas Seawater Desalination Plant  Water Corporation of Western Australia  The Southern Seas Seawater Desalination Plant is the second large‐scale seawater desalination plant in Perth at  commissioning utilizes renewable energy to provide all the power for this 38 mgd facility. CH2M HILL, the owner’s  engineer, worked hand‐in‐hand with the utility to develop specifications, evaluate proposers, and then guide the  two shortlisted proposers through the full proposal process prior to award. In our role as owner’s engineer, we  have assisted Water Corporation to determine the ‘short list’ and to make recommendations on numerous  significant technical issues, which impacted the final design of the facility. The white papers created include  Advancements in SWRO; Post Treatment with Lime and Turbidity in Product Water; Oil and Grease Testing in  Seawater for RO Membranes; and RO Concentrate for Granular Media Filter Backwash.  Layyah, Khor Fakkan, and Kalba Seawater Reverse Osmosis (SWRO) Plants  Sharjah Electricity and Water Authority, United Arab Emirates  CH2M HILL served as the single source of responsibility for EPC services for turnkey delivery of three SWRO  treatment plants with a total capacity of 16 mgd and expandable to 32 mgd. The Layyah Seawater RO plant is    III‐17  located within the Arabian Gulf, which is known for seawater that is warm in temperature and high in salinity. To  ensure adequate pre‐treatment, the process design includes 3‐millimeter (mm) screening, dilution/ attenuation,  and two‐stage media filtration. Both Kalba and Khor Fakkan plants are located on the Indian Ocean coast of the  United Arab Emirates. Pre‐treatment at Khor Fakkan includes passive 3 mm screening and two‐stage media  filtration, while at Kalba pre‐treatment is achieved through UF membranes with upstream protection by passive  screening and pre‐filtration screens. Onsite pilot testing was conducted to verify UF performance and design  parameters.  SWRO Plant  Power Seraya, Singapore  In late 2005, Power Seraya engaged CH2M HILL to conduct a feasibility study and functional design for a new  SWRO desalination WTP at the Pulau Power Seraya Station. After the successful delivery of the feasibility study  and functional design and positive experiences working with the CH2M HILL team, Power Seraya requested that  we continue with the new SWRO desalination plant, utilizing a design‐build delivery model.  The Power Seraya Seawater Desalination Plant project is the world’s first full‐scale desalination plant to use large‐ diameter SWRO technology. CH2M HILL designers took advantage of the existing infrastructure at the neighboring  power station to maximize efficiency and cost savings while maintaining technical performance. The Power Seraya  plant produces two qualities of water: high‐grade service water at a rate of 2.4 million gallons per day (mgd) and  domestic drinking water at 0.26 mgd.  SWRO Pilot Plant  Marin Municipal Water District, California  CH2M HILL, in partnership with Kennedy Jenks Engineers, served as the technical advisor for planning, design and  operation of an 85,000 gpd seawater RO pilot plant for the Marin Municipal Water District, California. The pilot  plant comprised  two screening systems (wedge wire and compressed disc), three separate pretreatment trains   two submerged hollow fiber membrane systems (MEMCOR CS MF and ZeeWeed 1000 UF) and conventional  (coagulation/flocculation/sedimentation/granular media filtration) and two full‐recovery seawater RO trains, each  containing ultra‐high rejection elements from three different suppliers. The purpose of the pilot study was  several‐fold: (1) to assess and compare performance of two screening systems and three pretreatment systems  (relative to downstream RO performance and fouling control), (2) demonstrate the ability of seawater RO to  produce finished water complying with EPA drinking water standards and local requirements for un‐regulated  trace contaminants, (3)characterize the RO concentrate relative to sewer discharge requirements and (4) prepare  costs for full‐scale (~40 mgd) desalination plant.  The pilot plant was also used to gauge public opinion on the  taste of desalinated water through a public outreach event in which samples of desalinated water and the  MMWD’s current drinking water supply were made available for tasting. In addition to that for the pilot plant,  extensive source water sampling was conducted at three sites considered most suitable for full‐scale plant  construction in order to understand differences and their impact on full‐scale plant design.  Results of the study  were used to assess feasibility, cost and public acceptance of SWRO desalination as a means of supplementing  and ‘drought proofing’ Marin County’s water supply.    Demonstration Project for Integrated Concentrated Photovoltaic‐SWRO System  Confidential Client, Middle East   CH2M HILL is under contract to assist in the development of a demonstration project that integrates a  commercially‐available concentrated photovoltaic (CPV) system for power generation with a commercial SWRO  desalination facility for drinking and industrial water production. The goal of the project is to demonstrate that a  seawater desalination system can be powered by renewable energy using solar energy. The CPV system will have  an output of 5‐10 megawatts while the SWRO system will be sized to produce approximately 5 mgd of desalinated  water.  Under our contract, we will develop a scoping document that defines the capacity of the CPV/SWRO  system and the manner in which the two technologies will be integrated, prepare a conceptual‐level design and    III‐18  associated order‐of‐magnitude cost for the facility, identify and define parameters and issues associated with  scale‐up of the two technologies and conduct a market study to identify potential applications for the CPV/SWRO  system within the Middle East region.  Desalinated Water Quality Blending Study  San Diego County Water Authority, California  CH2M HILL conducted executed a water quality study for the San Diego County Water Authority (SDCWA) to  define the interaction between desalinated seawater containing varying levels of bromide to be produced by the  Carlsbad Seawater Desalination Facility with two different existing treated surface waters distributed by the  SDCWA throughout their service area. An initial review focused on the impact of desalinated water bromide on  degradation of chloramine residual and the impact of the desalinated water on blended water pH, alkalinity and  TOC. Results from the review were used to prepare a bench‐scale testing protocol that defined a comprehensive  series of experiments to both quantify chloramine reduction following blending at different ratios, desalinated  water bromide level, residence time between desalinated water chloramination and blending and point of re‐ chlorination. The results were used to establish design criteria for design and construction of additional chlorine  (and ammonia) boosting facilities at SDWCA’s Twin Oaks Valley WTP as necessary to maintain a target chloramine  residual in the blended and distributed waters.   Stock Island and Marathon SWRO Water Treatment Plants  Florida Keys Aqueduct Authority, FL  CH2M HILL successfully delivered the Authority’s two RO seawater WTPs on budget and schedule.  Since 1984, CH2M HILL has worked closely with FKAA and a multitude of stakeholder groups to seek ways to  improve the water systems in the Keys. We worked with FKAA to design and construct two RO desalination plants  that treat seawater to drinking water standards as an emergency source of water for the Keys; one is located on  Marathon to supply the Middle Keys and one is on located Stock Island to supply Key West and the Lower Keys.  CH2M HILL designed and provided engineering services during construction for these two seawater RO plants,  which have a total capacity of 3 mgd.  We also recently provided design, permitting, bid phase, and construction  management services for a 6 mgd brackish water RO WTP in Florida City to improve the sustainability of the FKAA  water system.   Seawater Desalination Facility Planning Study  Massachusetts American Water Company, Hingham, MA  CH2M HILL conducted a planning study for a 500,000 gpd SWRO facility treating open intake surface seawater in  Massachusetts.  The project included the site planning, conceptual design, and cost development of a seawater  facility with intake, dual pressure filter pretreatment system, and post treatment facilities.  Study examined  current and anticipated water treatment and water supply regulations, site constraints, raw water quality,  treatment options, residuals disposal, capital costs, and operation and maintenance costs.  Menifee, Perris I and Perris II Desalters  Eastern Municipal Water District, Sun City, CA  CH2M HILL planned, piloted, designed and provided engineering construction services for the 2.5 mgd Menifee,  the 4.5 mgd Perris I, and the 3.5 mgd Perris II desalination facilities.  All three facilities are located on the same  site and consist of a number of facilities including feed water flow control facilities, RO buildings, bulk chemical  storage and pumping areas, brine pump station, chlorine contact tank, and administration building.  The RO  buildings house cartridge filters, RO feed pumps, two‐stage RO skids and permeate decarbonation facilities. The  RO systems are designed to accommodate the anticipated range of groundwater TDS (3,000 to 7,000 ppm).  Hydraulic turbochargers extract and transfer residual pressure energy from second stage concentrate to second  stage feed, reducing first stage feed pressure and flux as well as reducing energy use and first stage fouling  potential    III‐19  RO Water Treatment Plant  Coral Springs Improvement District, FL  The CSID RO Facility is designed with the flexibility to soften and remove organics from an existing freshwater  facility with the capability to treat brackish water in the future.  CH2M HILL designed a new 7.5‐mgd RO facility that treats existing Biscayne freshwater wells and is designed to  treat future brackish Floridan well water. The new facility replaces an existing lime softening treatment process at  the existing Coral Springs WTP site while using the existing finished water storage and pumping, wellfield, and  chlorination facilities.   The new treatment process includes sand strainers, cartridge filters and chemical pretreatment, bypass blending,  three RO trains, degasifiers, finished water clearwell, post‐treatment chemical stabilization, and transfer pumping  to existing finished water storage.  CH2M HILL helped the District find a cost‐effective and sustainable treatment solution that met project drivers  such as the need to replace aging water treatment infrastructure and ability to treat alternative Floridan brackish  water in the future.  Tuas Desalination Plant, Singapore Public Utilities Board, Singapore  PUB is committed to providing its customers with a safe and reliable supply of  high‐quality drinking water. To further increase the availability and reliability of  supply of desalinated water, PUB has undertaken a third seawater reverse  osmosis (SWRO) desalination plant at Tuas (TDP3) using a design‐build approach.   TDP3 will deliver potable water into PUB’s distribution network and will occupy a  3.5‐ha plot of land located at the far western side of the island (fronting Tuas  South Avenue 3), which currently separates the SingSpring and Tuaspring  desalination plants.   The seawater quality at the intake is critical in designing the overall treatment process. Key considerations for  design and selection of the pre‐treatment process include suspended solids, turbidity, TOC and potential for algal  blooms. Key considerations for design of the RO process include total dissolved solids, boron and temperature.  There is a concern that TSS levels may increase in the future as a result of possible future dredging activities  associated with various land reclamation projects in the vicinity of the Johor Straits and the TDP3 intake. With the  current TSS levels, DAF followed by membrane filtration is proposed as the preferred pre‐treatment process as  typical practice has been to provide solids removal (such as sedimentation or dissolved air flotation (DAF))  upstream of membrane filtration when TSS levels exceed around 20 mg/L in order to maintain high design fluxes  and recoveries.  The plant has been designed for an effective operating range of 6.6 to 36 mgd. The treatment process for the  desalination plant consists of DAF followed by a dual membrane system using ultrafiltration (UF) followed by 1st –  and 2nd‐pass RO, then by disinfection and post treatment chemical addition. The treatment process includes  treatment screening, intake pumping, intake chlorination, treated water tanks and pumps, outfalls, and ancillary  systems.   CH2M is providing preliminary design, preparation of a design‐build tender, EIA studies and security assessments,  engineering services during construction, and site supervision. Preliminary design activities include:   Data analysis provided by PUB regarding feed water quality and product water quality objectives;   Collection and analysis of additional water samples    Engage global technology experts within CH2M and, in collaboration with PUB, select appropriate treatment  processes   Collect best practice and lessons learnt from similar projects globally and in Singapore   Conduct workshops on process design, value engineering and layout options with PUB and key stakeholders   Cost estimating in conjunction with PUB and key stakeholders    III‐20   Develop the preliminary design for the preferred design option   Develop and optimize the intake and outfall design and locations   Develop and optimize the security conceptual designs    Develop Preliminary Design Report for PUB  Barka I, Phase 2 Seawater Desalination Plant, ACWA Power Barka, Oman   ACWA Power Barka (APB) appointed CH2M to act as Owner’s Engineer for a  new 12.5 MiGD Seawater Reverse Osmosis (SWRO) plant near its existing  Barka 1 integrated water and power plant (IWPP) facility.   The SWRO Plant will be developed on the site adjacent to Barka 1 IWPP and  will be powered with electricity supplied by Barka 1 IWPP. Feed seawater  for the Plant will be sourced from the seawater heat reject from Barka1 IWPP through seawater supply facilities.  The owner engineer scope also encompasses associated infrastructure including, water pipeline, permeate water  filling station and seawater supply.  The project scope includes seawater desalination for potable use via two pass reverse osmosis with microfiltration  pretreatment  CH2M Role/Responsibilities:   Design Engineering Review;   Review of EPC Contractor’s preliminary engineering documents   Review of EPC design development drawings, documents and other submissions review   Procurement document review    Quality assurance plan review    Equipment and material submittal and shop drawing review  Project Site Supervision;   Project management on behalf of ACWA Power   Review of detailed network schedules and preparing revisions and updates to the master schedule   Field construction management and inspection services    Periodic specialty inspections    Change management   Advise on field safety  Commissioning;   Pre‐commissioning Services   Witness Performance Testing  Closeout Services  MIRFA Independent Water and Power Project   Mirfa International Power and Water Company, Abu Dhabi, UAE    CH2M was appointed as Owner’s Engineer for the review of the 30MIGD  SWRO desalination plant by MIRFA International Power and Water Company  (Project Company formed between Abu Dhabi Water and Electricity Company  and GDF Suez).   When finished, and with the existing and new facilities fully integrated, MIRFA  IWPP will have a total power capacity of 1,600 MW and a seawater    III‐21  desalination capacity of 52.5 MIGD. Manufacturers of main SWRO equipment include Degremont ‐ RO equipment  supplier, Hydranautics ‐ membranes, Torishima – high pressure pumps and ERI ‐ energy recovery devices  CH2M Role/Responsibilities:   CH2M is responsible for review of Hyundai Engineering and Construction Company Limited (Degremont is their  subcontractor) desalination plant design including DAF, 2 pass media filtration, 2 pass RO (Ten 1st pass RO Trains,  three 2nd pass RO Trains).  Supply of Seawater Desalination Plants, Sharjah, United Arab Emirates  Sharjah Electricity and Water Authority  The Layyah SWRO plant is located within the Arabian Gulf, characterized by  seawater that is high in temperature and salinity and subject to algal blooms  (red tie). To ensure adequate quality RO feed water, pre‐treatment includes 3‐ millimeter (mm) screening, dilution/attenuation, and two‐stage media  filtration. The Kalba and Khor Fakkan plants are located in the Gulf of Oman,  where seawater quality is less challenging.   The Layyah SWRO Desalination Plant produces 6 mgd of permeate from  Arabian Gulf seawater (TDS: 42,000 mg/L). Subject to frequent Red Tide  events, the plant uses a state‐of‐the‐art pre‐treatment system including using pre‐treatment consisting of  coagulation, flocculation, DAF and Dual‐Stage Pressure Sand Filters to mitigate the fouling effects of Red Tide.   The Khor Fakkan SWRO Desalination Plant also produces 6 mgd of permeate from seawater withdrawn from the  Gulf of Oman using pre‐treatment consisting of coagulation, inline flocculation and Dual‐Stage Pressure Sand  Filters. The Kalba SWRO Desalination Plant, located near Fujairah, produces 3 mgd of permeate from seawater  extracted from the Gulf of Oman using a pre‐treatment scheme consisting of coagulation, inline flocculation and  NORIT Seaguard UF Membrane Filtration.   CH2M Role/Responsibilities:   CH2M served as the single source of responsibility for EPC services for delivery of two seawater RO treatment  plants with a total capacity of 15 mgd, expandable to 32 mgd. CH2M was responsible for design, procurement,  mechanical/electrical design, guarantee of water output, guarantee of electricity consumed per m3 of produced  desalinated water.   Pre‐treatment at Khor Fakkan included passive 3‐mm screening and two‐stage media filtration, while at Kalba pre‐ treatment was achieved through UF membranes with upstream protection by passive screening and pre‐filtration  screens. Onsite pilot testing was conducted to verify UF performance and design parameters.  The Layyah and Khor Fakkan sites used dual‐stage media filters for treatment of the raw seawater prior to  reaching the high‐pressure SWRO system. The Layyah site incorporated a DAF system before the media filters for  enhanced removal of particulates, and better protection against accidental oil spills and seasonal algae blooms.  Instead of conventional media filters, the Kalba desalination plant used high‐performance ultrafiltration  membranes that are specifically designed for SWRO pre‐treatment applications.   All three plants incorporate the highest efficiency energy‐recovery devices available on the market. These  innovative technologies result in the production of desalinated seawater at lower capital and operating costs than  conventional systems.    III‐22  Wonthaggi Seawater Desalination Plant, Melbourne, Australia  Melbourne Water Corporation  The Melbourne Water Corporation (MWC) selected CH2M to provide expert  advice relative to the upcoming seawater desalination plant being procured  through the Department of Sustainability and Environment for MWC. Because  of the magnitude of the project, one of the world’s largest RO plants—cost,  environmental and public acceptance issues were integral to the project’s  success.   CH2M Role/Responsibilities:   CH2M has worked closely with MWC and their consultants to resolve technical  issues regarding finished water quality, cost implications of low total dissolved solids requirements, setting of  boron and bromide water quality limits, post‐treatment alternatives for blending purposes, and public  acceptance. Of particular sensitivity is TDS levels, boron and bromide concentrations in the finished water while  maintaining overall low corrosivity to long transmission lines and distribution systems, and minimization of  customer impacts from boron and TDS.  PowerSeraya Seawater Reverse Osmosis Plant, Jurong Island, Singapore  PowerSeraya   The PowerSeraya Seawater Desalination Plant Project is the world’s first full‐ scale desalination plant to use a large‐diameter SWRO technology.   The desalination plant is located on the site of PowerSeraya’s existing Pulau  Seraya Power Station, a 3,100 MW power plant. The desalination plant is  located on Jurong Island, a unique cluster of the major oil, petrochemical,  and specialty chemical industries of Singapore. The desalination plant  features granular media filtration pre‐treatment and a two‐pass RO system.   CH2M Role/Responsibilities:   In late 2005, PowerSeraya engaged CH2M in a consultancy assignment to  conduct a feasibility study and functional design for a new SWRO desalination plant at the Pulau Seraya  PowerStation. CH2M took advantage of the power station’s existing infrastructure of cooling water intake,  discharge out falls, and onsite tank age to co‐site the new desalination plant at the power station, resulting in an  estimated 25 per cent savings in capital costs for new infrastructure. CH2M also served as the EPC contractor  responsible for the design, procurement, construction, and commissioning of the new SWRO desalination plant in  Singapore.  Southern Seawater Desalination Plant, Binningup, Australia  Water Corporation    The Southern Seawater Desalination Plant, located in Binningup, was  constructed in 2 stages – each capable of producing 36 mgd of water per  year. The first stage began producing and supplying drinking water to the  Water Corporation’s Integrated Water Supply Scheme in March 2012 and  the plant is currently producing approximately 72 mgd. The plant’s energy  requirements are offset by energy purchased from various renewable energy  generators, including wind and solar farms near Geraldton.  CH2M Role/Responsibilities:   CH2M is the owner’s engineer and independent third‐party reviewer responsible for:   Independent technical advice during the Alliance Establishment Stage    III‐23   Advice and technical input to Water Corporation during workshops and design presentations during the  Alliance Development Stage   Preparation of a tender evaluation report to inform and assist Water Corporation with the shortlisting of four  proponents from a field of six during the Alliance Establishment Stage   Advice and guidance to select the final shortlist of two proponents to proceed to the Alliance Development  Stage   Preparation of proponent questionnaires and interview questions   Technical memos and key advice during the Alliance Establishment Stage   Independent third‐party reviews for all process design including, pre‐treatment, RO, and post‐treatment  processes   Independent third‐party reviews for geotechnical, structural, durability, mechanical, civil, electrical, and  instrumentation and controls. Subcontractors were engaged and managed by CH2M to perform these  independent third‐party reviews.  National Centre of Excellence in Desalination – Detailed Design, Western Australia,  Murdoch University  The detailed design of a world‐class desalination pilot‐scale testing and  research facility. The Facility has been designed to be a flexible, modular in  design to allow testing of multiple innovative and emerging technologies, it will  be highly instrumented providing advanced data acquisition.  Water supplied from brackish and seawater bores, mixing is through a flexible  tank arrangement and delivery to multiple points around the site. Chemical  cleaning and neutralization system with disposal to sewer and Managed Aquifer  Recharge of brine and product water.  CH2M Role/Responsibilities:   CH2M carried out the detailed design and procurement management for the center with capacity to deliver feed  water for use in multiple pilot scale technologies. A detailed smart piping model was prepared using Autodesk  Revit MEP to provide clarity of location and interactions of pipework. CH2M also used its contacts to find and  encourage sponsorship of the facility through vendors providing equipment for use in the center.  Feed waters to the facility for testing and research come from two extraction bores located on site. The bores  provide freshwater and seawater directly to the tank farm location. Construction of the bores was supervised by  CH2M during the conceptual phase of the project. The bore water is delivered to a tank farm consisting of three  (3) feed water tanks and a service water tank to allow mixing of constitute parts to achieve a wide range of water  characteristics. Brine and product water collected from pilot trial area can be discharged to a re‐injection bore via  a managed aquifer recharge system.  The feed water is distributed around the facility by three (3) delivery mains. Service water is delivered through a  fourth main.   There are nine (9) Tie‐In points available for pilot plants around the facility, power and control cables are also  available from three test bay supply boxes.   Data from the pilot plants is measured via an instrumentation skid, the skids include multiple instruments  measuring flow, pH, conductivity, ORP, temperature etc.     III‐24  QGC Value Engineering Independent Review, Queensland, Australia  QGC  QGC are in the process of ramping up gas production in line with their  program to begin exporting LNG. The ability to manage the treatment and  disposal / re‐use of the associated water is critical to ensure gas production  targets are met. QGC required certainty that the water management and  treatment facilities will be sufficient in terms of capacity, availability and  reliability.  The four water treatment plants include an RO system as a critical process  unit, were reviewed at various stages of operation, commissioning,  construction and design. At the commencement of the engagement, the  online treatment plants (two of four) were operating well below design capacity due to water quality and  operational constraints.   The two treatment plants under design and commissioning at the time of CH2M’s review (i.e. review underway  prior to operation) had a combined design capacity of 48 mgd.  CH2M Role/Responsibilities:   CH2M completed a value engineering independent review of QGC’s water treatment system that will receive coal  bed seam water from the QGC Queensland Curtis liquefied natural gas (QCLNG) development in the Surat Basin,  Queensland.   Reynolds Desalter Expansion  Sweetwater Authority  The Sweetwater Authority is expanding the capacity of the Richard A. Reynolds  Groundwater Desalination Facility. Built in 1999, the facility’s current  production capacity is 5 million gallons per day (mgd) from six wells.  This  consists of 4 MGD reverse osmosis product water blended with 1 mgd of water  treated only for iron and manganese removal via pyrolusite filters.   The expansion will double the production to 10 mgd, with the addition of five  new wells and three new RO treatment trains. The new RO trains are to  include turbochargers for energy savings and flux balancing.  The upgrades  also include the implementation of upgraded system controls and automation  enhancements to the existing and new groundwater wells.  15,700 feet of new pipelines are being installed to  convey groundwater to the new treatment facility and the concentrate control disposal pipeline is being  relocated.  In addition, the RO clean in place and neutralization systems are being replaced.  CH2M Role/Responsibilities:   CH2M is owners engineer for the expansion with the following responsibilities:   Design and construction phase services of the iron and manganese treatment system added in 2009.   Environmental Services for CEQA/NEPA Compliance   Preliminary design of the expansion   Final Design of the Desalter Expansion including Construction Phase Services   Well drilling, equipment and buildings   SCADA and Automation Coordination    III‐25  Menifee and Perris I Desalters, Eastern Municipal Water District  Eastern Municipal Water District   The Menifee and Perris I Desalter Facilities treat groundwater extracted from the  Menifee and Perris sub‐basins, and produce 7.5 mgd of desalinated water  (product water), with Menifee producing 3 mgd and the Perris I facility 4.5 mgd.  The product water is then blended with 1.5 mgd of brackish groundwater for a  total treated water flow of 9 mgd. By pumping and treating brackish  groundwater, the facility reduces salinity within the San Jacinto Basin and helps  the District reduce their dependence on imported water from the Colorado River  and State Project water systems. Salinity reduction is achieved through the use of  RO, a pressure‐driven membrane process that retains the salts using a semi‐permeable membrane.  The Desalter Facility is located in Sun City, California. The facility’s process building houses the two desalters in  separate but adjacent areas. Each area includes cartridge filters, high pressure pumps and RO trains, as well as a  chemical cleaning system. Facilities for neutralization of spent cleaning solutions are also housed within the  building but in a separate room. Enclosed chemical storage and feed systems are provided for scale inhibitor,  sulfuric acid, caustic, and onsite hypochlorite generation. Outside facilities include decarbonators to remove  excess carbon dioxide from the RO permeate; a chlorine contact basin to provide for virus inactivation of the  combined RO product and bypassed well water; and a brine pump station. Following disinfection and storage, the  treated water is delivered to the water distribution system and combined with other treated water supplies. The  facility also has a separate administration building with a control and operations room, conference room and rest  rooms.   Each RO train at the Perris I Desalter includes a PEI hydraulic turbocharger to reduce energy consumption by  recovering residual energy in the RO concentrate. After entering the brine pump station, the RO concentrate is  pumped into the Santa Ana Regional Interceptor brine line for ultimate discharge to the Pacific Ocean.  The Menifee Desalter was commissioned in 2001 and the Perris I Desalter in 2007. Both desalters have operated  nearly continuously since commissioning. CH2M provided operational assistance during commissioning and start‐ up of the Perris I Desalter and follow‐on tailored training of desalter facility operations staff. We also assisted  District staff in conducting testing to increase the recovery of the desalters from 70 to 75 percent, resulting in  additional treated water production and, more importantly, reduced cost for RO concentrate disposal.  CH2M Role/Responsibilities:   CH2M developed the project design, performed structural, mechanical, process and electrical engineering,  construction management and prepared environmental documents & permits.  J. Robert Dean WTP  Florida Keys Aqueduct Authority, FL  For decades, South Florida has relied on the Biscayne Aquifer, a thin lens of fresh  water 30 to 100 feet below the surface, for its drinking and irrigation water. But  an ever‐growing population, combined with long spells of dry weather, prompted  Southwest Florida Water Management District to limit the amount of fresh water  drawn from the Biscayne Aquifer. The desalination facility was added to the  Florida Keys Aqueduct Authority’s (FKAA's) existing 23‐mgd treatment plant to tap  into brackish waters of the Upper Floridan Aquifer, located approximately 1,200  to 1,300 feet below the surface. The RO system is designed to desalt feed water  with salinities from about 5,000 to 8,000 mg/L TDS.  CH2M Role/Responsibilities:   CH2M designed, permitted, and provided construction management services for the project. Additionally, we  provided the control programming services. The design of the RO facility included supply wells and raw water    III‐26  transmission mains; pretreatment; brackish water RO membrane treatment; disinfection; post‐treatment and  blending; and concentrate disposal transmission and injection wellhead facilities.   The RO facility is designed to be fully integrated with the existing lime softening treatment process at the plant,  which treats "fresh" Biscayne Aquifer groundwater. The blended lime softening and RO desalted product waters  from the two treatment processes continue to meet FKAA’s potable water production and water quality goals.  The new facilities include 6 mgd of membrane permeate capacity.   The RO system consists of four 1.5‐mgd, two‐stage process trains, each with dedicated feed pumps and energy  recovery hydraulic turbochargers. The turbochargers transfer excess energy from the waste concentrate flow  streams to boost the feed pressure to the second stage RO membranes. This not only minimizes energy  consumption but better balances the flows through the system and improves RO performance.  “CH2M has a long‐standing history of providing high‐quality professional engineering and multi‐discipline utility  services to support the Florida Keys Aqueduct Authority's water resources needs, including several desalination  projects. …They are very technically competent and have cost‐effectively and efficiently managed and delivered  our projects. I highly recommend CH2M for any organization looking for engineering services to carry them into  the future.” —James C. Reynolds, PE, Executive Director, FKAA    TAB IV Specialized Expertise of Team Members TAB IVSpecialized Expertise of Team Members IV-1 The CH2M Team and Their Roles on this Project CH2M team members were selected on the basis of their knowledge and familiarity with Collier County, their industry expertise and applicable experience in their assigned role, and their ability to commit to deliver on this project. As noted in Tab III, CH2M and our partner, Water Science Associates (WSA), will provide all the services necessary to successfully complete this project. The organizational chart on the following page shows the highly qualified team members we have chosen to support the County and their selected project roles. Successful Experience Working Together on Previous Projects The CH2M team was assembled to combine recognized industry experts with highly skilled local staff who bring the requisite technical skills and institutional knowledge of the County, South Florida and regional Reverse Osmosis (RO) facilities. Many of our management team and task leads are located in CH2M’s Naples and Ft. Lauderdale offices. As such, our team members have a history of collaborating together on projects similar to the County’s RO Conceptual Design project. Our team members work closely on a regular basis on dozens of project and have developed seamless working relationships. Examples of our team’s experience working together on similar projects is show in Exhibit IV-1 below. EXHIBIT IV-1 CH2M team members have a long history of working together on projects relevant to the County’s Scope of Services REPRESENTATIVE RELEVANT PROJECT KEY TEAM MEMBER PARTICIPATION Green Meadows Water Treatment Plant in Lee County Joe Elarde, Bill Beddow, Nick Easter, Mike Witwer, Larry Van Dyk Bonita Springs RO WTP Joe Elarde, Bill Beddow, Nick Easter, PY Keskar Marco Island RO and Membrane Filtration projects Joe Elarde, Bill Beddow, GJ Schers, Nick Easter, Mike Witwer North Springs Improvement District RO WTP Joe Elarde, GJ Schers, Nick Easter, Cristina Ortega- Castineiras, Mike Witwer, Larry Van Dyk WTP projects, Seminole Tribe Joe Elarde, GJ Schers, Cristina Ortega-Castineiras, Mike Witwer, North Miami Beach WTP GJ Schers, Cristina Ortega-Castineiras, Mike Witwer, Larry Van Dyk Marina East Variable Salinity Project, Singapore Jim Lozier, Steve Alt, Mike Hwang Team Member Resumes The CH2M team has extensive similar experience, unparalleled technical expertise, an understanding of the kind of responsive, high-quality services the County demands, and stands ready to begin this project now! Our Team Organization Chart, Exhibit IV-2 shows the group of experienced professionals CH2M is committing to the County’s Variable TDS RO Conceptual Design project. Our team is composed of the optimal combination IV-2 of industry leading expertise with local, knowledgeable and highly skilled personnel, resulting in a project that will be delivered in a technically superior and highly responsive manner. Resumes for the CH2M team members that will be assigned to the County’s project, including subconsultants can be found at the end of this section. Short bios for key team leaders follow the organization chart. Subconsultant Letters of Intent A Letter of Intent from our subconsultant team member, Water Science Associates, can be found at the end of this Tab. EXHIBIT IV-2 Team Organization Chart IV-3 CH2M offers Collier County a Team of Project Leaders with a Proven Record of Successfully Implementing RO projects in Florida Our Team will be led by Joe Elarde, PE, who will serve as CH2M Project Manager and Task Leader for Tasks 1 and 3. Joe is a nationally recognized specialist in membrane technologies—more than 18 years of water treatment planning and design experience, and 20 years of membrane process experience working on projects that include study, design, permitting, construction, startup, and operation of membrane filtration, nanofiltration, brackish water RO, and seawater desalination facilities in the U.S. and globally, including many in Florida. Joe has a long history of performing services similar to those detailed in the County’s RFP, notably in South Florida. Representative projects include serving as the Lead Process Engineer on the New York Dependability and Pilbara variable desalination feasibility studies, Senior Process/Mechanical Designer for Lee County’s Green Meadows new 16 mgd RO and Ion Exchange WTP. In addition, he was the Senior Consultant and Project Engineer for a new 7.5 mgd RO WTP North Springs Improvement District, Coral Springs, FL; was involved in the RO WTP Design/Build Upgrade and Expansion for Bonita Springs Utilities, FL; and Lead Process Designer and Resident Engineer for RO WTP Design/Build Upgrade and Expansion for the City of Fort Myers, FL. Key Personnel Qualifications to Serve in their Assigned Roles on the County’s RO Project TEAM MEMBER Jim Lozier, PE QUALIFICATIONS FOR THIS ROLE  Specializes in the application of membrane processes for water treatment, desalination and water reuse, as well as associated preliminary and post-treatment processes, including coagulation, clarification, oxidation, and various chemical treatments  Lead Process Engineer on several variable salinity desalination projects including Marina East Variable Salinity Desalination WTP in Singapore.  Published more than 60 articles and book chapters on the use of membrane processes in drinking water production, desalination, and water reuse  In his position as the Global Desalination Technology Leader for CH2M, is responsible for the development of the CH2M knowledge base and application of new and innovative technologies. ROLE QA/QC YEARS OF EXPERIENCE 35 REGISTRATIONS PE: FL (#46999) EDUCATION MS, Civil Eng.; BA, Biology TEAM MEMBER Steve Alt, PE QUALIFICATIONS FOR THIS ROLE  Specialist in membrane treatment, both ultrafiltration/microfiltration (MF) and reverse osmosis (RO) with experience in application, full scale design and pilot testing of membrane processes on water sources.  Process designer of several desalination facilities including the Marina East Variable Salinity Desalination WTP in Singapore.  Author of more than 10 membrane based water treatment research papers/presentations  Prior to CH2M, experience as a process and applications engineer for a major membrane manufacturer followed by serving as a consulting engineer designing membrane based water and waste water treatment systems. ROLE QA/QC YEARS OF EXPERIENCE 20 REGISTRATIONS PE: CA EDUCATION BS, Chemical Engineering IV-4 = TEAM MEMBER GJ Schers, PMP QUALIFICATIONS FOR THIS ROLE  Expertise in design of advanced water treatment processes, including ion exchange, ozonation, advanced oxidation, activated carbon filtration, membrane filtration, and ultraviolet light disinfection as well as conventional treatment processes like coagulation, softening, clarification, sand filtration, pumping systems, chemical feed systems, washwater recovery, and sludge treatment and dewatering systems  Experience with Collier County as a Project Technical Lead for the design and bidding for a new raw water valving and metering station at the South Regional Water Treatment Plant  Serving as Senior Technologist/Owners Representative for the Seminole Tribe of Florida’s CIP Program focused on improvements to the Brighton and Big Cypress water treatment plants, which utilize reverse osmosis membrane and degasification technologies ROLE Treatment Lead; Task Leader, Tasks 2 & 5 YEARS OF EXPERIENCE 25 REGISTRATIONS PMP (PMI, #428825) EDUCATION MS, Civil Eng.; BS, Civil Eng. TEAM MEMBER Michael Hwang, PE QUALIFICATIONS FOR THIS ROLE  Environmental engineer with 10 years of experience in conceptual and preliminary design of water and wastewater treatment facilities utilizing both conventional and membrane treatment technologies  Instrumental to the development and refinement of membrane costing modules in CH2M’s costing tool CPES™  Process Engineer supporting the Marina East Variable Salinity Desalination WTP.  Experience includes development of an operations and monitoring guidance manual for a RO concentrate wetlands pilot system, as well as alternatives evaluations and optimizations strategies for RO facilities ROLE Concentrate Lead YEARS OF EXPERIENCE 10 REGISTRATIONS: PE: CA EDUCATION MS & BS, Environ. Eng TEAM MEMBER Kirk Martin, PG (WSA) QUALIFICATIONS FOR THIS ROLE  Experienced in managing complex integrated water resource programs with expertise in water supply development, groundwater hydraulic interpretations, and fresh/saline water relationships in coastal aquifers  Completed over 300 reports on regional and local geology/hydrology in Florida  Provided the primary technical direction on development of over 500 mgd of raw water supply and over 100 mgd of aquifer recharge and wastewater disposal projects  Served as the lead technical resource for the Collier County Wellfield Reliability Improvements and Expansion Program that included the planning, evaluation, design, permitting, construction, and operations of the County’s water supply facilities. ROLE Hydrogeology Lead; Task 4 Lead YEARS OF EXPERIENCE 30 REGISTRATIONS: PG: FL EDUCATION Graduate Geophysics; B.S., Geology IV-5 TEAM MEMBER Mike Witwer, PE QUALIFICATIONS FOR THIS ROLE  Experienced with bench and pilot testing design, construction and operation including clarification, media filtration, membrane processes, ion exchange, ozonation, and disinfection at water and advanced wastewater treatment facilities  Served as a process and mechanical engineer in the design of facilities including clarification, microfiltration, reverse osmosis, chemical injection and disinfection processes  Project experience includes Process Lead, Project Technologist, and Pilot Plant Manager for the Green Meadows Water Treatment Plant Expansion in Lee County  Lead Project Technologist for the Seminole Tribe of Florida Water Treatment Plant Evaluations and Expansion Alternatives ROLE Equipment/Layout; Task Leader, Tasks 7 & 8 YEARS OF EXPERIENCE: 21 REGISTRATIONS: PE: FL (#69262) EDUCATION ME & BS, Environmental Engineering TEAM MEMBER Richard Giani, PE QUALIFICATIONS FOR THIS ROLE  State certified instructor for water and wastewater operation classes in various states  Supported numerous AWWARF projects related to lead corrosion in drinking water, including effects of partial lead service line replacement and effects of chlorine and chloramine disinfectant  Current Chair of AWWA’s Distribution Water Quality Committee and chair for developing the latest addition of AWWA’s industry manual of practice for Internal Corrosion Control Treatment for Drinking Water Distribution Systems  Background includes Drinking Water Compliance Coordinator for CH2M; Manager for the City of Portland’s Water Quality Division; and Manager of the Drinking Water Division of the District of Columbia Water and Sewer Authority. ROLE Corrosion Control Lead YEARS OF EXPERIENCE 27 REGISTRATIONS Water and Wastewater Operation Classes: FL EDUCATION BS, Environmental Studies; AAS, Biotechnology Support Staff TEAM MEMBER PY Keskar, PhD, PE QUALIFICATIONS FOR THIS ROLE  Recognized expert in electrical and instrumentation and control systems design and implementation with significant expertise in I&C systems design, including distributed control systems, PLCs, and SCADA systems  Performed numerous energy and process optimization studies for clients nationwide, including Bonita Springs and Palm Beach County, Florida  Authored a significant number of papers in the fields of electrical power and control systems engineering, which have been presented at ISA, IEEE, EPRI, and TAPPI conferences and have appeared in the transactions of ISA and IEEE; two of the papers received ISA national level awards ROLE Electrical/I&C YEARS OF EXPERIENCE: 46 REGISTRATIONS PE: FL (#29288) EDUCATION PhD, MS, BE, Electrical Engineering IV-6 TEAM MEMBER Larry Van Dyk QUALIFICATIONS FOR THIS ROLE  Experience includes both design and construction phases of many different categories of buildings, including process plants  Design and field experience in new construction projects, as well as refurbishment and extensions to existing buildings  Tasks performed include preparation of all structural design plans and reports; attends coordination meetings for structural issues; and coordinates structural issues and schedule reviews  Lead Structural Designer for the Wastewater Treatment Plant Expansion for North Springs Improvement District in Coral Springs, FL. ROLE Structural YEARS OF EXPERIENCE: 52 EDUCATION Witwatersrand College of Engineering TEAM MEMBER Adam Ahmad, PE QUALIFICATIONS FOR THIS ROLE  Skilled in civil engineering site and roadway design/mapping and surveying, computer information science, management, cartography, and graphic design  Diverse experience includes serving as the project manager for the Seminole Tribe of Florida Long Range Transportation Plan, Collier Area Transit’s Facility Design Guide and the preparation of over a hundred million dollars in grant applications including TIGER grants  Design Engineer responsible for development and coordination of the Collier County Master Mobility Plan ROLE Civil YEARS OF EXPERIENCE: 10 REGISTRATIONS PE: FL (#72472) EDUCATION BS, Civil Engineering TEAM MEMBER Ralph Myers, CGC QUALIFICATIONS FOR THIS ROLE  Experience of managing delivery and estimating the construction of water, wastewater treatment and conveyance systems  Specializes in hard bid and design-build management, estimate preparation, budgeting, purchasing, planning, scheduling, subcontract management and close out of construction projects.  Proficient in equipment, material and subcontract procurement  Former Owner/General Contractor who has delivered successful projects for over 30 years in hard bid and design-build in Florida ROLE: Cost Estimating YEARS OF EXPERIENCE: 31 REGISTRATIONS Certified Gen. Contractor- FL EDUCATION Allstate Construction College- Florida WSA Letter of Intent Associates 13620 Metropolis Avenue, Suite 110, Fort Myers, FL 33912 O 239.204.5300  F 866.398.2426  June 10, 2016 Ms. Sue Diuk CH2MHILL 4350 West Cypress Street Suite 600 Tampa, Florida 33607 Letter of Intent: Collier County CCNA Solicitation 16-6639 Variable TDS Reverse Osmosis Conceptual Design Project Dear Sue, Water Science Associates is pleased to be part of the CH2MHILL team on the Collier County Variable TDS Reverse Osmosis Conceptual Design Project and pleased to provide this Letter of Intent indicating our participation. Please don’t hesitate to contact me if you have any questions or need additional information. Yours Sincerely, W. Kirk Martin, P.G. Principal Scientist Water Science Associates, Inc. Mobile: 239.218.1043 Office: 239.204.5301 Email: kirk@wsaconsult.com Key Team Member Resumes Joe Elarde, PE Representative Project Experience Senior Process/Mechanical Designer, Green Meadows WTP Expansion Pilot Study, Master Plan, Design and Construction, Lee County Utilities, Fort Myers, FL. Mr. Elarde served as the senior process designer for the pilot study and master planning of an expansion of the existing 9-mgd WTP. Piloted processes include low-pressure reverse osmosis for softening multiple fresh water sources, reverse osmosis for desalinating brackish well water, ion exchange for organics and iron removal, and strainers for sand and silt reduction. The master planning work evaluated the piloted process options to determine the most robust and cost effective option for expansion, as well as the expanded facility capacity. Mr. Elarde served as the senior process/mechanical designer of the selected 16 mgd RO and Ion Exchange WTP. The new facility will use reverse osmosis for desalinating brackish well water in parallel with cation and anion exchange used to remove iron, hardness and organics from a surficial aquifer fresh water source. The estimated $35M facility is part of a $70M project with completion in 2018. Lead Process Designer, RO WTP Energy Recovery and Membrane Upgrades Evaluation and Design/Build Improvements, Bonita Springs Utilities, Bonita Springs, FL. Lead process/mechanical designer for the evaluation and design of a new energy recovery system and membrane replacement of a 6.6-mgd brackish water desalting RO WTP. The project included evaluation of multiple combinations of energy recovery and membrane element options. The project saved more than $150,000 annually in power cost. Process Designer, RO WTP Design, Construction and Commissioning, North Springs Improvement District, Coral Springs, Florida. Process designer and commissioning lead for a new 7.5 mgd RO WTP. The new facilities include the RO facility, sand strainers, cartridge filters, chemical pretreatment, bypass blending, degasifier systems, biological odor control, post treatment chemical stabilization, and transfer pumping to existing finished water storage. Lead Process/Mechanical Engineer, Marco Island NWTP Membrane Filtration and Improvements Design and Services During Construction, City of Marco Island, Marco Island, FL. Mr. Elarde was the process/mechanical lead and client liaison for the study, design and construction services of a new 6.7-mgd membrane filtration system and other facility improvements. The project scope included an evaluation of existing water treatment facilities, planning and design of a new 6.7-mgd membrane filtration facility. The final design included a new membrane Role on Project Project Manager; Task Leader – Tasks 1 & 3 Years of Experience 21 Relevant Experience  Nationally recognized specialist in membrane technologies—more than 18 years of water treatment planning and design experience, and 20 years of membrane process experience working on projects that include study, design, permitting, construction, startup, and operation of membrane filtration, nanofiltration, brackish water reverse osmosis, and seawater desalination facilities all over the U.S. and internationally, including many in Florida  Strong background in membrane piloting, research, data analysis, design, startup, and operation  Conducted several membrane filtration, softening, brackish water desalting, and seawater desalting feasibility studies Education  MS, Environmental Engineering, University of Illinois, 1998  BS, Civil Engineering Technology, University of Illinois, 1995 Professional Registration  Professional Engineer: Florida (#59309) JOE ELARDE, PE building, membrane filtration system, transfer pumping system, new chemical storage and feed facilities, and lime softening rehabilitation. Project Engineer, Brackish Water and Seawater Desalination Facility Planning Studies, NYDEP, New York, NY. Mr. Elarde conducted a feasibility and costing study for 200 mgd BWRO and 50 mgd SWRO facilities New York. The project included the site planning, conceptual design, and cost development of a 200 mgd brackish water RO facilities treating a tidally influenced river water source and a 50 mgd seawater facility with dual pressure filter pretreatment system and post treatment facilities treating an open intake seawater source. The study examined site constraints, raw water quality, treatment options, residuals disposal, capital costs, and operation and maintenance costs. Project Manager and Process Lead, RO WTP Energy Recovery and Membrane Upgrades Evaluation and Pilot Study, City of Melbourne Utilities, Melbourne, FL. Project manager and process lead for the evaluation and pilot study for membrane replacement and chemical/energy optimization study of a 5- mgd brackish water desalting RO WTP. The project included evaluation of multiple combinations of membrane elements and energy recovery options, as well as the evaluation of other WTP upgrades to reduce chemical and power cost including feed pump modification, installing adjustable frequency drives, eliminating acid, adjusting scale inhibitor dose and type, adjusting RO system pretreatment, and alternative concentrate treatment with ozone. Project Manager, Olga Surface WTP Expansion, Lee County Utilities Department, Fort Myers, FL. Project manager and process lead for a study and preliminary design charged with finding the optimum source water and treatment expansion option for an aging conventional surface water treatment. The examined current and anticipated water treatment and water supply regulations, raw water availability, treatment options, and operation and maintenance costs. Bench testing of new membrane filtration and reverse osmosis processes was conducted on existing and potential new raw water sources to examine treatability and costs effectiveness on multiple process options. Project Engineer, Green Meadows WTP Expansion, Lee County Utilities Department, Fort Myers, FL. Project engineer for a study and preliminary design that determined the optimum expansion option for an aging water treatment facility. Study examined raw water availability, treatment options, and operation and maintenance costs. Bench testing of process options was conducted on potential new raw water sources to examine treatability and costs effectiveness of multiple process options. Lead Process Designer, RO WTP Design/Build Expansion, Bonita Springs Utilities, Bonita Springs, FL. Senior technology consultant and process designer for the expansion of a 6.6-mgd brackish water desalting RO WTP to 10 mgd. The project included a new wellfield, expanded pretreatment processes, feed pumps, RO trains, installation of energy recovery on the new and existing RO trains, and expanded post-treatment processes. Senior Technology Consultant, Membrane Softening WTP Design/Build/Operate, Ave Maria Utilities, Ave Maria, FL. Senior technology consultant during the design, commissioning and continued operation of a new 2.5-mgd (expandable to 6 mgd) membrane softening WTP. Performed process QC during the design of the new facility and worked on-site during the commissioning of the facility. Led tasks that included verification of membrane system performance, control system design, plant operations, operator training, system troubleshooting, and data collection and analysis. Lead Process Designer/Resident Engineer, RO Water Treatment Plant (WTP) Design/Build Upgrade and Expansion, City of Fort Myers, FL. Lead process designer for the upgrade and expansion of the 12- mgd (expandable to 20 mgd) brackish water desalting RO WTP. The existing membrane facility was upgraded from membrane softening of shallow wells by NF to the desalting of deep brackish wells by RO. The upgrade and expansion included the design and installation of 4-mgd of additional RO membrane capacity, as well as upgrades to the raw water wells, membrane feed pumps, and degasification systems required by the conversion to RO. Bill Beddow, PE Representative Project Experience Project Manager/Principal-in-Charge, Green Meadows WTP Expansion, Lee County, FL. Design, permitting and services during construction for a 16-mgd RO/IX treatment facility. The new facility will use RO for desalinating brackish well water in parallel with cation and anion exchange used to remove iron, hardness, and organics from a surficial aquifer fresh water source. The project provided the full evaluation of treatment alternatives, piloting and design for a new WTP desalinating a brackish well water source and blending with other treated waters within the facility and with other nearby treatment facilities. Engineering Manager, RO WTP and Production and Deep Injection Wells (Design-Build), Bonita Springs Utilities, FL. Design-build project involving a new $36 million RO WTP. The new facility is located at the site of the existing lime softening WTP and was designed for an initial capacity of 6 million gallons per day (mgd). The facility was designed to be expandable to 12 mgd. Raw water is supplied to the plant from eight brackish water wells tapping the Lower Hawthorn formation of the Upper Floridan aquifer, raw water transmission main, and two DIWs. Because of a critical need for additional water, the project was delivered using a design-build delivery approach that saved BSU approximately 8 months of construction time and allowed BSU to meet its 2003 peak water demands. Also engineer-of-record for the Class I industrial injection well, which was used to dispose concentrate water from the RO WTP. Engineering Manager, East Water Reclamation Facility (WRF) (Design-Build), Bonita Springs Utilities, FL. Design-build project that included the design and construction of a new 4-mgd advanced WRF, expandable to 8 mgd. At the time of construction, it was the largest membrane bioreactor facility of its type in Florida. Residuals management was designed to meet future regulations and is accomplished by means of a rotary drum dryer system producing Class AA biosolids. Odor control systems include tower biofilters. Also served as the engineer-of-record for the Class I municipal injection well that was designed to dispose excess reclaimed water during extended wet weather periods. Principal-in-Charge/Officer-in-Charge, Water Treatment Improvement Projects Involving RO and Membrane Filtration (MF) Water, City of Marco Island, FL. Principal-in-charge of several WTP expansion and improvement projects for the City. Projects included a new water storage facility, high-service pumping upgrades, odor control repairs, and water treatment process evaluations. Role on Project Principal in Charge Years of Experience 23 Relevant Experience  Specializes in water resources and water treatment including public supply wellfields, water treatment facilities, deep injection wells (DIWs), aquifer storage and recovery (ASR) systems, water use permitting, and construction management  Served as engineering manager for three water and wastewater design- build facilities totaling more than $120 million, including a new 6-million- gallon-per-day (mgd) reverse osmosis (RO) water treatment plant(WTP), 8- mgd RO WTP expansion, and new 4- mgd membrane bioreactor water reclamation facility (WRF). Education  ME, Environmental Engineering, University of Florida, 1994  Graduate Certificate in Hydrologic Sciences, 1992  B.S., Environmental Engineering Professional Registration  Professional Engineer: Florida (#0052581) BILL BEDDOW, PE Principal-in-Charge/Engineer-of-Record, Class I Deep Injection Well, FKAA, Cudjoe Key, FL. Technical lead and principal-in-charge for design, permitting, and services during construction of a 3,000 foot Class I Deep Injection well for the Cudjoe Regional Water Advanced Water Reclamation System. This wastewater effluent disposal well was built to higher Class I standards to even though no USDW was present in this location. Principal-in-Charge, Water Treatment Plant (WTP) Expansion Program, City of Fort Myers, FL. Led the City’s water treatment expansion program, which involved the conversion of the City’s raw water supply from surface water to the Floridan aquifer. Project included the design and construction of membrane feed pumps, reverse osmosis (RO) skids, process mechanical, electrical and instrumentation upgrades, degasifiers, post treatment chemical feed system, 18 Floridan aquifer production wells, Class I deep injection and monitor well system, and site improvements. Project Manager, Wellfield Quality, City of Fort Myers, FL. Led an investigation examining the City’s wellfield water quality and its compatibility with its 12-mgd membrane softening water treatment plant. The focus of the investigation was to identify the wellfield water quality changes that have led to premature membrane failure and to find solutions that still utilized the new membrane WTP. The investigation provided the City with ways to optimize the current raw water supply and treatment process, and identified new raw water sources more compatible with membrane water treatment process. Senior Consultant, Wellfield Protection Services, FKAA, Florida City, FL. Project involved wellfield protection services at the J. Robert Dean WTP. As senior consultant, provided QC review, technical guidance, data interpretation on the project, and review during construction. Senior Consultant, RO DIW and Floridan Supply Wells at J. Robert Dean WTP, FKAA, Florida City, FL. Project involved an RO DIW and Floridan supply wells at the J. Robert Dean WTP. Served as a senior consultant. Advised project team on injection well testing and well completion decisions and interpretations, as well as provided review during construction. Project Manager/Engineer-of-Record, Brackish Water Wellfield, City of Fort Myers, FL. Design, permitting, and construction of a new 16-mgd brackish water wellfield. Helped the City obtain a 20-year water use permit for the new wellfield. The permitting included development of future water demand projections, providing impact assessments, and investigation of new water source alternatives. Project Manager, Public Supply Wellfield (Design-Build), City of Fort Myers, FL. New public supply wellfield for the City’s RO WTP. This fast-tracked project included seven new 14-inch-diameter deep production wells withdrawing water from the Upper Floridan Aquifer. Project included two test wells used to verify water quality and to confirm production capacity. The test wells were also used to supplement the City’s water supply during a critical water shortage and were later converted to production wells. Jim Lozier, PE Representative Project Experience Project Manager/Lead Process Engineer, RO Plant, City of Scottsdale, AZ. Project manager and lead process engineer for pilot testing, preliminary and final design of a 2.8-mgd RO plant to improve the quality of brackish groundwater for the southern service area of the City of Scottsdale. The RO plant will improve quality by reducing TDS, hardness and nitrate levels in a series of groundwater wells, the water of which has received prior treatment by packed column air stripping to remove trichloroethylene. The facility will consist of fine (10-um) screening, cartridge filtration, chemical conditioning, high pressure pumping and reverse osmosis. The product water from the RO plant will be stabilized through the addition of caustic soda blended with existing stripper effluent prior to disinfection. Responsibilities include management of all pilot and design phase activities, including: design of pilot plant, development of pilot plant protocol; oversight of pilot plant operation, data collection and analysis; preparation of pilot report; pre-selection of large diameter (18 inches) RO membrane elements and pressure vessels; development of preliminary design criteria and order of magnitude costs options for feedwater pretreatment and RO system; and development of detailed design plans and specifications. Lead Process Engineer/Assistant Project Manager, RO Plant, Fort Pierce Utilities Authority, FL. Lead process engineer and assistant project manager for a reverse osmosis (RO) pilot study conducted for the Fort Pierce Utilities Authority, Florida. Obtained data for the design of a 3-mgd (expandable to 18-mgd) RO facility to treat groundwater that is high in hardness, dissolved solids, and dissolved organic compounds, and to treat waste residuals for surface or deep well disposal. Responsible for and supervised preparation of test plans and monitoring software; data collection and analysis; training of plant operating and data processing personnel; report preparation; unit set-up, shakedown, and start- up; and supervision of client operating personnel. Senior Technical Consultant, Perris II Desalter, Eastern Municipal Water District, CA. Senior process consultant for design of a new 5.0-mgd RO plant for the Eastern Municipal Water District, Riverside County, California. The plant will be fed by new brackish groundwater wells containing TDS ranging from 1,500 to 3,000 mg/L, with variable and high levels of silica, calcium, bicarbonate and iron. The desalter will comprise an iron and manganese removal system, chemical conditioning including acid and scale inhibitor addition, cartridge filtration, two 2.25 mgd RO trains Role on Project QA/QC Years of Experience 35 Relevant Experience  Specializes in the application of membrane processes for water treatment, desalination and water reuse, as well as associated preliminary and post-treatment processes, including coagulation, clarification, oxidation, and various chemical treatments  Internationally recognized authority on membrane technologies for potable water treatment, desalination, and water reuse  Published more than 60 articles and book chapters on the use of membrane processes in drinking water production, desalination, and water reuse  Serves as member of Project Advisory Committee for several Water Research Foundation, WateReuse Research Foundation, and Water Environment Research Foundation projects on membrane bioreactors for wastewater reclamation Education  MS, Civil Engineering, University of Arizona, 1983  BA, Biology, State University of New York, 1975 Professional Registration  Professional Engineer: Florida (#46999); Arizona (#46341) JIM LOZIER, PE including high pressure pumps and hydraulic turbocharger energy recovery devices, product water decarbonator and treated water chemical addition (chlorine, ammonia, caustic and corrosion inhibitor), concentrate pump station, chlorine contact tank and high service pumping; and administration and process equipment buildings. Responsibilities included review and approval of preliminary design report, plans (drawings) and specifications at 30-, 50- and 90-percent design, and presentation of process design materials at client workshops. Senior Technical Advisor for Design of the Perris I Desalter 5.0-mgd RO Plant for the Eastern Municipal Water District, Southern California. The plant includes three new wells tapping deep groundwater having variable TDS ranging from 3,000 to 7,000 mg/L and high silica, associated transmission mains, preliminary treatment of acid and scale inhibitor addition and cartridge filtration, two 2.25 mgd RO trains including high pressure pumps and hydraulic turbocharger energy recovery devices, product water decarbonator and chemical feeds (chlorine, ammonia, caustic and corrosion inhibitor and process equipment building. Responsibilities included review and approval of preliminary design report, plans (drawings) and specifications at 30-, 50- and 90-percent design, and presentation of process design materials at client workshops. Senior Technical Consultant, Northern Advanced Water Treatment Plant (NAWTP), NAVFAC, Camp Pendleton, CA. Senior technical consultant for design and construct of a new 5-mgd RO WTP comprising groundwater conveyance pipelines from existing wells to treatment facility, RO pretreatment (acidification, antiscalant addition and cartridge filtration), high pressure pumps, RO trains and post-treatment (chlorination and stabilization) to remove iron, TDS and TOC from groundwater. RO concentrate undergoes oxidation and pyrolusite filtration to remove iron before deep well injection. Responsible for review of design documents at 30-, 60- and 90-percent, including piping and instrumentation diagrams, hydraulic profile, process flow diagram, equipment calculations and specifications. Lead Process Engineer, Beenyup Advanced Water Recycling Plant, Water Corporation, Perth, Australia. Lead process engineer for design/build of the 10 mgd, expandable to 20-mgd. The facility, consisting of coarse and fine screening, hollow fiber ultrafiltration, reverse osmosis, degasification and ultraviolet disinfection, is currently under construction in the Perth metropolitan area. Treating secondary effluent, the facility will produce a finished water meeting all potable standards for groundwater replenishment through direct injection. In addition to the main treatment processes, the plant includes chemical storage and dosing facilities for pre-formed chloramines for membrane biofouling control, sulfuric acid and antiscalant for scale prevention and caustic addition for finished water pH adjustment. During design phase, responsible for preparation (for each design) of plant mass balance, RO design projections, antiscalant dosing, specifications and bid documents (with assistance by the commercial team) for MF skids and modules and RO skids as well as review and oversight on all other chemical design calculations, pumping and bulk storage calculations and MF and RO power usage estimates. Lead Process Engineer, Northwest River Water Treatment Plant, Chesapeake, VA. Lead process engineer for pilot testing for two reverse osmosis (RO) pilot studies. Both studies use RO: one for reduction of disinfection byproduct precursors and control of salinity intrusion in surface water and the other for demineralization of a highly brackish (8,000 mg/L) deep groundwater. Results from the studies were used to design a new 10-mgd RO plant to treat conventionally-treated brackish surface water and a 4-mgd brackish groundwater RO plant, both located at the Northwest River WTP to meet current and future drinking water regulations. Responsibilities included design and construction oversight of pilot facilities; preparation of test plans, data collection and analytical requirements; selection of RO membranes; management of pilot system start-up and operation; training of operating personnel; monitoring and review of test data; and preparation of project reports. Also served as QA/QC for design of both RO facilities. Steve Alt, PE Representative Project Experience Process Lead, Reverse Osmosis Energy Recovery, WateReuse Energy Recovery Device Project. Process lead on the creation of an Excel-based tool that guides the user on the cost and payback period of implementing five different Energy recovery devices to reverse osmosis trains. The tool permits utilities, engineers, and plant operating staff to provide cost-based decisions on which, if any, commercially available energy recovery device to implement in their desalination facilities. User inputs water analysis and other parameters, the tool runs an RO projection, creates a mass balance and determines the capital cost and O&M cost of the RO system. Lead Process Designer, Reynolds Groundwater Desalter Expansion (Sweetwater Authority). Lead process designer for the expansion of this potable water plant including the addition of 5 mgd RO, replacement of cleaning and neutralization systems, and modifications to existing RO trains. New RO trains have been designed with turbocharger energy recovery devices. Process flow diagram, detailed equipment specifications, and the mechanical layout of the equipment in the RO building. Senior Process Engineer Camp Pendleton Northern Advanced Water Treatment Plant (NAWTP). Executing the process design of the 6.7 mgd potable groundwater treatment system. System includes low pressure reverse osmosis to remove iron, TDS and TOC from groundwater. Concentrate undergoes oxidation and pyrolusite filtration to remove iron before groundwater injection. Detailed piping and instrumentation diagrams, hydraulic profile, process flow diagram, equipment calculations and specifications. Mechanical layout of RO building. Process Lead, Goldsworthy Desalter, Torrance, CA. Process lead on a feasibility study for the expansion of the Goldsworthy Desalter. Study investigated the costs of doubling the capacity of the facility and included a present worth analysis and payback period for adding turbochargers to the RO trains. Process Engineer, Chino II Desalter, Chino Basin Desalter Authority,. Prepared plans and specifications for a 6 mgd RO System to treat groundwater for potable use. Provided construction oversight of the facility, including submittals, shop and site inspections, and commissioning/acceptance testing coordination. Assisted with plant startup and troubleshooting of scale development in the post treatment system. Process Engineer, Yucaipa Valley Water District, Yucaipa Valley Regional Water Filtration Facility. Execution of bench scale Role on Project QA/QC Years of Experience 20 Relevant Experience  Specialist in membrane treatment, both ultrafiltration/microfiltration (MF) and reverse osmosis (RO) with over 20 years of experience in the application, full scale design and pilot testing of membrane processes on a variety of water sources.  Process design and commissioning of multiple waste water reclamation systems using MF -> RO -> UVAOP (ultraviolet light advanced oxidation).  Author of more than 10 membrane based water treatment research papers/presentations  Lead process designer of the WaterReuse Energy Recovery Device Tool  Well rounded knowledge base of membrane technology from an unusual employment history. Eight years of experience as a process and applications engineer for a major membrane manufacturer followed by twelve additional years as a consulting engineer designing membrane based water and waste water treatment systems. Education  BS, Chemical Engineering, University of California San Diego Professional Registration  Professional Engineer: California STEVE ALT, PE nanofiltration study that evaluated seven different membranes for DBP precursor and TDS removal. Oversight of pilot testing of Pall ultrafiltration and Koch SR2 nanofiltration membranes. Owner’s Engineer, Tuas 3 (PUB Singapore). As owner’s engineer, led CH2M team meetings with PUB early in the project to discuss the treatment process, lessons learned on other seawater desalination projects, and PUB preferences. Creation of specifications, piping and instrumentation diagrams and layout for the microfiltration and reverse osmosis membrane treatment systems for design build tender of 36 MGD potable water production facility. Plant energy evaluation and optimization. Review of DB proposals and recommendation to PUB. TDP3 will include intake and outfall structures, dissolved air flotation, membrane filtration, two-pass reverse osmosis and post-treatment. Owner’s Engineer, MIRFA Independent Water and Power Project, Abu Dhabi. Design review of a 30 MIGD seawater reverse osmosis facility. Review of equipment sizing calculations, piping and instrumentation diagrams, mass balances and mechanical arrangement drawings. Process Reviewer, Victorian Desalination Project, Melbourne, Australia. A temporary reassignment to Melbourne Australia to assist with the design of a 120 mgd open intake seawater desalination plant. System P&ID and layout review. Created a process model that calculates the plant energy usage at various water temperatures, feed water salinities and membrane life. Worked with the Operations and Maintenance group to optimize plant operation and costs. Pilot plant commissioning and oversight. Toured full scale Gold Coast and Sydney desalination plants. West Basin Municipal Water District (WBMWD), Seawater Desalination Pilot Project. Analysis and operations oversight of R&D effort to determine optimum operational parameters for the treatment of seawater for potable use using MF and Ultrafiltration (UF) → RO. Managed on-site optimization studies for pre-screening equipment, MF and UF and pretreatment to RO, an evaluation of low energy and high rejection seawater membranes, and evaluation of a 2nd Pass RO for Boron reduction. Creation of contractor bid packages including specification of equipment and process drawings for additional equipment such as second pass RO unit high rate granular media filter unit. Worked with vendor to install data collection system that allows remote data access and remote alarm notification to reduce equipment down time. Evaluation of operation during severe red tide event. Data analysis and report generation for funding agencies including NWRI and the US Bureau of Reclamation. Senior Engineer, WBMWD, Seawater Desalination Demonstration Project. Senior engineer overseeing the process design. Prepared plans and specifications for 300 gpm open intake desalination demonstration plant consisting of UF followed by split partial two pass RO. Plant design included system to inject preformed chloramines for biological fouling control. Construction oversight and start up engineer. Data normalization and operations supervision. Design of an ocean water aquarium that operates with source water from both the ocean and the reverse osmosis concentrate from the demonstration plant. The aquarium enables the study of aquatic life in waters of elevated salinity. Gerardus J. (GJ) Schers, PMP Representative Project Experience Senior Technologist; CIP Program; Seminole Tribe of Florida. Providing expert water treatment technology services, as the owner’s representative, for the improvements to the Brighton, Immokalee and Big Cypress water treatment plants. These plants utilize reverse osmosis membrane and degasification technologies to treat ground waters which are highly mineralized and contain elevated levels of hydrogen sulfide and color. Senior Technologist; Deerfield Concentrate Disposal Improvements; Deerfield Beach FL. Developing alternative methods for transferring membrane concentrate streams to a deep injection well. The solution involves an in-line booster pump station to replace the existing wet-well station and was based on extensive chemical sampling and modeling which determined that air-gap aeration caused metal precipitation in the wet well, disposal pipeline and injection well. The work also includes plant optimizations to minimize the risk of future precipitation. Senior Technologist; 4-Log Virus Treatment Compliance Study; North Miami Beach FL. Identifying best methods to comply with the Florida groundwater rule at the existing Norwood water treatment plant containing three separate treatment trains involving lime softening, nanofiltration and reverse osmosis treatment technologies. The work will include bench test to define breakpoint chlorination for this particular groundwater, chlorine demand and decay tests and system distribution simulation test. Reviewer; Timberlake OH WTP Upgrade Project. Providing independent review services for an expansion to an existing iron and manganese removal treatment system utilizing green sand pressure filtration. The expansion encompasses the addition of two nanofiltration membrane trains, including ancillary facilities, to provide softening to the hard source water. Prior to CH2M Project Technical Lead; Membrane Replacement Study; Boynton Beach, FL. Evaluated current condition of 12 years old nanofiltration membrane elements at the existing 10 MGD East WTP and analyzed element alternatives when/if re-membraning becomes necessary. The work included assessment of membrane performance and water quality data, and review of the membrane autopsy report and existing operations. Software models were used to analyze the performance of the overall membrane system and verify results with the finished water quality goals at the WTP. Follow-up discussions were held with membrane vendors. Role on Project Treatment; Task Leader – Tasks 2 & 5 Years of Experience 25 Relevant Experience  Specialized in sanitary engineering with 25 years of experience in design and management of water treatment facilities and associated infrastructure.  Expertise includes hydraulic, civil, and process engineering during all project stage  Responsible for the design of advanced water treatment processes, including ion exchange, ozonation, advanced oxidation, activated carbon filtration, membrane filtration, and ultraviolet light disinfection as well as conventional treatment processes.  Membrane expert with over 12 years’ experience in treating Floridan Aquifer water Education  MS, Civil Engineering, Delft University of Technology, Netherlands, 1991  BS, Civil Engineering, Delft University of Technology, Netherlands, 1989 Professional Registration  Project Management Professional (PMI, No. 428825) GERARDUS J. (GJ) SCHERS, PMP Project Technical Lead; Valving and Metering Header; Collier County, FL. Finished the design and bidding for a new raw water valving and metering station at the South Collier Regional Water Treatment Plant in Collier County. The new facilities will be located above ground level on a slab-on-grade reinforced concrete slab and will include magnetic flow meters and modulating valves to control the backpressure and flow in each raw water pipeline. Project Technical Lead; System 1A Reverse Osmosis WTP Expansion; Broward County, FL. Implemented the planning phase of an alternative water supply system consisting of a 6 MGD brackish groundwater Reverse Osmosis WTP expansion for Broward County. Completed activities include wellfield siting, and investigations, permitting activities for the concentrate deep injection well, preliminary engineering of the surface facilities of the production and injection wells and some conceptual sizing of the treatment plant components. Task Manager; RO System Refurbishment and Replacement; City of Venice, FL. Reviewed deliverables of a Design/Build project to provide Refurbishment and Replacement (R&R) at the 4.4 MGD brackish groundwater Reverse Osmosis WTP. Work included the replacement of RO feed pumps, RO trains and cleaning/chemical facilities and replacement/upgrade of the SCADA system and incorporated a series of process and controls enhancements to improve the water treatment process. The project was successfully closed out by mid-2015. Project Manager; Water Facilities Program; Cape Coral, FL. Implemented the City’s Water Improvement Program, including the planning, design and construction of the following projects:  24 MGD ‘Green Field’ North Reverse Osmosis (RO) WTP. Design activities included field testing of groundwater source to optimize location, depth, and capacity of production wells. The facilities included new production wells, well surface facilities, raw water transmission systems, water treatment plant utilizing RO and degasification processes, drinking water transmission mains, and injection well for disposal of RO concentrate. Innovative design concepts were applied to ensure water production can be maintained while raw water quality slowly degrades. The WTP was designed for 24 MGD.  18 MGD Expansion of the Southwest Reverse Osmosis (RO) WTP. The designed facilities included new brackish groundwater production wells, well surface facilities, new raw water collection and transmission system, and hydraulic expansion of the plant utilizing RO. The design included specific studies for the disposal of the RO concentrate, for odor emission and control, and included a full standby power facility with two 2,250 kVa generators. Project Technical Lead; Ion Exchange Study; Town of Davie, FL. Completed a project to identify the origin of foul odor from a 4-mgd anion exchange system for color removal, develop alternatives to fix the problem and implement the preferred alternative. The work included visits to other ion exchange systems to review operational conditions, water quality data review and discussions with resin and system integration vendors. Phase 2 involved the implementation of the short-term solution involving the installation of a carbon dioxide system, and verification of its performance through bench-scale testing. Phase 3 included the technical assistance during the start-up. The ion exchange system is now operating successfully and has resolved the problem with foul odor. Task Manager; Tippin WTP Filter Rehabilitation; City of Tampa, FL. Provided design and construction oversight of the filter rehabilitation project for the 120 MGD Tippin WTP, which is the largest surface water treatment plant in Florida. Activities included the verification and modification of the repair techniques proposed by the design/build contractor and by the filter floor vendor Leopold, third party construction inspection, and final signoff documentation of the construction. Cristina Ortega-Castineiras, PE Representative Project Experience Project Engineer, City of North Miami Beach Water Treatment Plant Master Plan, NMB Water, City of North Miami Beach, FL. Involved in assessment of existing water treatment plant which includes lime softening, nanofiltration and reverse osmosis treatment trains. Performing evaluation of alternatives to expand the treatment capacity to accommodate future demands. Conducting cost-benefit comparison between lime softening and nanofiltration. Project Engineer, Sawgrass Water Treatment Plant (WTP) Nanofiltration/Reverse Osmosis (NF/RO) Pilot, City of Sunrise, FL. Pilot project that involved the construction, planning and testing phases of the project. The purpose of the Sawgrass WTP NF acid reduction pilot test was to determine the degree that sulfuric acid usage at the plant could be reduced without negatively affecting plant product water quality or damaging the existing NF membranes and to estimate the overall chemical cost savings. Conducted the data analysis and drafted the test report. Project Engineer, West Water Treatment Plant Concentrate Disposal Scaling Evaluation and Improvements, City of Deerfield Beach, FL. Conducted evaluation of scale deposits on the NF and RO concentrate disposal piping. Currently working on the design of recommended improvements. Project Engineer, Southwest WTP Groundwater Rule (GWR) Water Treatment Improvements, City of Sunrise, FL. Involved in bench testing and free chlorine residual monitoring investigations. The results of these tests were used to determine Southwest WTP facility improvements needed to meet the 4-log virus removal/inactivation requirement of the Florida Department of Environmental Protection (FDEP) so-called “Bird Rule” and the Environmental Protection Agency’s (EPA’s) GWR based on free chlorine disinfection. The proposed GWR improvements for the 2- million-gallon-per-day (mgd) Southwest WTP included upgrade plans for lime softening and filtration facilities to obtain 2-log virus removal “credit,” as well as preliminary facility improvements planned to obtain 2-log virus inactivation by free chlorine disinfection. Project Engineer, North Springs Improvement District Water Treatment Plant, FL. Assisted with development of the facility Operation and Maintenance Manual, and miscellaneous sampling to develop a well field management plan. Role on Project Treatment Years of Experience 7 Relevant Experience  Water process engineer with experience in water/wastewater engineering projects, including work in assessment, design, pilot testing, permitting, and master planning of water and wastewater infrastructure  Involved in the planning, design, and assessment of multiple membrane and lime softening facilities throughout Florida  Extensive experience with pilot testing of membrane softening technologies Education ME, Environmental Engineering; BS, Civil Engineering; BS, Environmental Engineering Professional Registration Professional Engineer: FL #77632 CRISTINA ORTEGA-CASTINEIRAS, PE Process Consultant, WTP Lime Softening System Improvements, Town of Hillsboro Beach, FL. Acted as process consultant during the construction and startup of a new lime softening WTP. Worked with contractor, lime softening system supplier, controls subcontractor, and utility to verify process performance and optimize operation. Compiled the facility Operation and Maintenance Manual. Project Manager/Design Manager/Construction Manager/Water Process Engineer, Public Works Department Capital Improvements Program, Seminole Tribe of Florida, FL. Served as project manager for multiple water and wastewater treatment plant improvement projects at the Seminole Tribe of Florida Brighton, Big Cypress, Immokalee, and Hollywood Reservations, including the following: • Brighton WTP RO Train Improvements: Design manager and construction manager for a plant upgrade project focused on the reverse osmosis treatment process. Project was completed within budget, with no change orders. • Brighton WTP Process Improvements: Conducted cost-benefit analysis of plant process upgrades, rehabilitation preliminary design and provided piloting support services. Managed RO pilot project. • New Hollywood WWTP and Deep Injection Wells: Managed the design of a new wastewater treatment plant and deep injection wells system. • Immokalee WWTP Improvements: Design manager for improvements to an existing wastewater treatment facility. • Immokalee WTP Expansion: Project manager for LPRO plant upgrade and expansion. • Hollywood WTP Expansion and Improvement: Project manager and Construction Manager for plant expansion and improvement project that added a new 1 MGD RO train to the existing facility. Also managed design of improvements to plant’s chemical storage and conveyance systems. • Big Cypress WTP Improvements: Managed the design of improvements to the plant, including upgrades to the chemical storage, pumping and conveyance, post-treatment processes, RO trains and CIP systems. Conducted an evaluation of post-treatment alternatives and provided recommendations for short and long-term post-treatment improvements. • Assisted in various capacities with the development of the Hollywood and Immokalee Water and Wastewater Master Plans. Project Engineer, Preston/Hialeah WTPs GWUDI Upgrades, Miami-Dade Water and Sewer Department, Miami, FL. Led efforts on development, planning, and permitting of a NF/ ultraviolet (UV) water treatment pilot study for the Hialeah-Preston GWUDI upgrades. Supervised construction and installation of piloting facilities. Responsible for daily operations, as well as laboratory testing and data collection/analysis. Compiled and digested information gathered during the testing period, in order to produce a final summary of findings; and drafted the final Study Report. Also involved with drafting specifications and drawings for the chemical building, including double containment piping, chemical storage tanks, and coating materials. The Hialeah-Preston GWUDI upgrades consist of a new water treatment facility with capacity for 165 mgd, which incorporates the following processes: pre-filtration using media filters, sand separation, cartridge filtration, nanofiltration, UV disinfection, and chlorine disinfection via onsite generation of chlorine gas. Michael Hwang, PE Representative Project Experience Project Engineer, RO Concentrate Regulating Wetlands Pilot, Goodyear, AZ. Developed operations and monitoring guidance manual for a reclamation pilot wetlands system consisting of seven wetland cells arranged in four train configurations to treat RO concentrate at the Bullard Water Campus. Project Engineer, Alternatives Evaluation for New Water Treatment Plant, Freeport, TX. Reviewed Brazos River water quality and bench testing data to support the evaluation of treatment alternatives for a new 30 mgd plant. The first alternative assumed clarification followed by pressurized MF/UF and the second alternative assumed submerged UF. Staff Engineer, Preliminary Design for the Expansion of Leo. J. Vander Lans Advanced Water Treatment Facility, Long Beach, CA. Assisted in the preliminary design of the expansion of the Leo. J. Vander Lans Advanced Water Treatment Plant from 3 mgd to 6 mgd. Assessing optimization strategies for operation of existing MF and RO facilities. Project Engineer, City of Glendale Zone 4 Groundwater Treatment Plant and Conveyance Pipeline, Glendale, AZ. Performed water quality review of ion exchange product and GWTP finished water to verify removal rates arsenic and nitrate during startup and commissioning. Project Engineer, Chaparral Water Treatment Plant Bench and Full- Scale Testing, Scottsdale, AZ. Performed bench testing and developed a full scale test protocol to evaluate aluminum chlorohydrate (ACH) as an alternative coagulant to ferric sulfate to reduce the rate of short-term fouling in the City's Zenon ZeeWeed 500 UF system. Project Engineer, Chaparral Water Treatment Plant Membrane Integrity Improvements, Scottsdale, AZ. Performed preliminary design of plant modifications needed to enable operation of the Zenon ZeeWeed 500 UF in both feed-and-bleed mode (existing) and batch mode to address the loss of membrane integrity. Project Engineer, Yuma Desalting Plant Long-Term Operational Alternatives Study, Yuma, AZ. Performed conceptual design and preliminary cost estimates for 10 long-term operating alternatives for the Yuma Desalting Plant to mitigate the imbalances between supply and demand in the Colorado River Watershed. Project Engineer, Reclaimed Water Master Plan, Chandler, AZ. Performed an evaluation of the sources of system wastewater flows Role on Project Concentrate Years of Experience 10 Relevant Experience  Environmental engineer with experience in conceptual and preliminary design of water and wastewater treatment facilities utilizing both conventional and membrane treatment technologies  Expertise in hydraulic modeling for water distribution systems  Specialized computer skills include RO projection software, AutoCAD, MicroStation, geographic information system (GIS), H2OMAP® Water, InfoWater®, InfoSewer, Hydra, EPANET, and Goldsim® Education MS, Environmental Engineering, University of California, Berkeley BS, Environmental Engineering, University of Southern California Professional Registration Professional Engineer: CA MICHAEL HWANG, PE and their relative contributions to TDS of reclaimed waters produced by Octotillo, Airport, and Lone Butte water reclamation facilities. Project Engineer, Water and Wastewater Reuse Master Plan and Programming, Chandler, AZ. Completed a water and wastewater reuse master plan project for a confidential industrial client to accommodate the expansion of existing production facilities. Project Engineer, Water Distribution System Study at Marine Corps Air Station (MCAS), Yuma, AZ. Updated the InfoWater hydraulic model and performed steady state and extended period simulations to evaluate existing and future system demands. Recommendations were made based on identified deficiencies in the water distribution system. Staff Engineer, Groundwater Recharge Facilities Model, Orange County, CA. Assisted in developing a groundwater-recharge operation model in GoldSim for approximately 1,200 acres of recharge spreading facilities. Staff Engineer, Regional Brine-Concentrate Management Study, Southern California. Helped conduct a survey of the brine-concentrate management facilities, identify regulatory issues and trends, review secondary and emerging constituents of concern, evaluate brine concentrate disposal options, and identify potential brine-concentrate pilot/demonstration projects for further review. Staff Engineer, Golden State Water Company Facility Master Plans, Southern California. Work included field testing, model calibration, hydraulic analysis using H2OMAP, and storage/ supply analysis to identify existing and future deficiencies in the water systems. Staff Engineer, Advanced Water Treatment Pilot Study, Orange County, CA. Analyzed water quality data for membrane filtration pilot units provided by Pall and Aqua. Collected additional water samples from both units and performed water quality analysis. Associates W. Kirk Martin, P.G., CPG, CGWP President/Principal Scientist Mr. Martin has over 30 years of experience conducting groundwater resource investigations and managing complex integrated water resource programs. He has special expertise in water supply development, groundwater hydraulic interpretations, and fresh/saline water relationships in coastal aquifers. He also has extensive experie nce in the application of statistical analyses, computer models and geophysical methods to the solution of water resource issues. He takes a “total water management” approach to water resource planning and management challenges that provides for more creative solutions to address multiple level issues. His project experience includes large-scale water supply, aquifer recharge, and injection well design, construction, testing, and evaluation. He has extensive knowledge of water policy and the regulations go verning water supply and water resource management. Mr. Martin has completed over 300 reports on regional and local geology/hydrology in Florida and has provided the primary technical direction on development of over 500 mgd of raw water supply and over 100 mgd of aquifer recharge and wastewater disposal projects . Mr. Martin served as the principal hydrologist for three projects winning awards from the Governor ’s Commission for a Sustainable South Florida. He has worked with clients in the cities of Fort Myers, Jacksonville, Marco Island, Boca Raton, Cape Coral, Sanibel, Hollywood, Titusville, and Melbourne; and Palm Beach, Charlotte, Lee, Collier, St. Johns, Indian River, Hillsborough, Brevard, Pinellas, Miami-Dade, and Seminole counties. He commonly serves as a technical advisor to state, regional, and local governing bodies on water resource issues. Water Supply Technical Director, Collier County Wellfield Reliability Improvements and Expansion Prog ram, Collier County, FL, 2004-2014. Recognizing the increasing uncertainty in securing critical raw water resources in a rapidly growing community of 240 square miles, Collier County elevated their water supply efforts to a programmatic status to ensure they could meet long-range needs in an environmentally sustainable manner. Mr. Martin served as the lead technical resource for the program that provides management and direction of multiple engineers, scientists, and contractors in the planning, evaluation, design, permitting, construction, and operations of the County’s water supply facilities. System elements include fresh, brackish and saline water supplies, supplemental wastewater reuse, aquifer storage and recovery, and hy drologic and operational monitoring and improvements. Technical Director, Saltwater Intrusion Data Analyses. Florida Keys Aqueduct Authority, 2012- 2013. Saltwater intrusion was limiting withdrawals from the authority’s most efficient water source. Mr. Martin directed a team in a detailed statistical evaluation of a wide range of hydrogeologic data that showed that FKAA withdrawals were not the primary cause of saline water migration but that regional operation of upgradient canal control infrastruc ture was the critical factor in controlling salinity in the production aquifer. Technical Director, Wellfield Performance Evaluation . City of Cape Coral Florida, 2013-2014. The City of Cape Coral has a long and successful history of brackish water development for reverse osmosis treatment. In addition, the City has planned reclaimed water ASR wells and additional Floridan Aquifer supply wells to meet future growth demands. Mr. Mar tin provided technical direction for a complete brackish wellfield performance evaluation to identify trends in productivity and water quality and any issues with individual wells or wellfield areas. Recommendations were provided for additional assessment of individual wells to determine potential causes of water quality degradation and remedial actions. Technical Director, Wellfield Performance Evaluation. St. Johns County Utilities, 2013. Mr. Martin worked closely with SJCUD operations staff at the SR 214 brackish wellfield in evaluating historic and ongoing operational data including production rates, static and dynamic water levels, and production water salinity. Production wells with declining Education B.S. – Geology, Florida Atlantic University, 1981 Graduate Geophysics, Wright State University, 1984 Registration Professional Geologist: North Carolina (1987), Florida, Kentucky, Texas, and Alabama Certifications Certified Professional Geologist Certified Groundwater Professional W. Kirk Martin, P.G., CPG, CGWP productivity or degraded water quality were identified for further analyses including dynamic video and geophysical logging to identify primary production intervals, contributions to flow, and production water quality with depth. Specific recommendations were provided for upgrades or modifications to well construction and operation of the most impacted wells. Additionally, Mr. Martin provided ongoing services to the operations staff in periodic evaluation of production data to optimize wellfield productivity and minimize raw water salinity over time. These efforts resulted in a more stabilized production water quality and general operational improvements of the SR 214 wellfield. Technical Director, Alternative Water Supply Evaluation and Implementation Plan Jacksonville Electric Authority, 2010 -2011. JEA had completed preliminary evaluations of several alternative water supply (AWS) options as part of their Total Water Management Plans but needed a higher level of certainty as to the timing, quantity, type, and location of AWS alternatives . The effort included evaluation of 18 separate AWS options with prioritization based on a variety of time horizons, demand locations, and potential supply capacities. Evaluation criteria included environmental impacts, regulatory acceptability, technical feasibility, and costs. Key implementation strategies and specific recommendations included a targeted reuse program to displace competing water users and to develop a salinity barrier adjacent to wellfields experiencing salt water encroachment, providing for recharge of the Upper Floridan Aquifer between the JEA wellfields and Keystone Heights, and desalination of surface water at the Northside Generating Station. Technical Director, Integrated Water Supply Plan, Lee County, Florida, 2009-2011. Mr. Martin provided the key technical direction for a countywide integrated water supply plan, which included evaluation of all ground, surface, and reclaimed water supplies, as well as opportunities for storage of seasonally or temporally available sources using aquifer and recovery technology and surface water reservoirs where appropriate. Key recommendations were provided for numerous water supply development options depending upon area specific demands, resources, constraints, and permitting challenges. Technical Reviewer, Emerald Coast Utilities Authority (ECUA) Northern Wellfield Conceptual Design, Pensacola, Florida, 2009. As a means to provide needed expansion and reliability in the utility’s raw water supply system, ECUA sought to develop a new wellfield north of their service area where potential competition for available resources was diminished, the water supply source was less susceptible to urban and industrial contamination, and saline water intrusion was not of concern. Conceptual wellfield design parameters were developed and potential wellfield sites screened for hydrogeologic characteristics, parcel size, competing uses, land cover, ownership, potential environmental impacts, potential hydrologic impacts, distance to existing infrastructure, and costs. Lead Hydrogeologist, Wellfield Design, Construction, and Management, Collier County, Florida, 1984 to 2010. Mr. Martin provided primary hydrogeologic expertise for all development activities for the Collier County wellfields, including over 35 freshwater wells and over 45 brackish water wells with depths of up to 1200 feet and with a combined capacity of over 80 mgd. Lead Hydrogeologist, Water Supply Planning and Wellfield Design, Construction, and Management, Cape Coral, Florida, 1983 to 1994. Mr. Martin provided primary hydrogeologic expertise for planning and development activities for the city’s wellfields, including wellfield layout for over 40 brackish supply wells and design and construction of over 20 brackish wate r wells with an installed capacity of over 40 mgd. Lead Hydrogeologist, Hobart Park and South County Brackish Supply Wellfields, Indian River County, Florida, 1992 to 2010. Mr. Martin provided hydrogeologic oversight for expansion and rehabilitation of the county’s South County Reverse Osmosis Water Treatm ent Plant (ROWTP) wellfield and design, permitting, and construction of the Hobart Park ROWTP wellfield with capacities of 6 mgd and 4 mgd respectively. Project Director, Irrigation Aquifer Storage and Recovery System , Collier County, Florida, 2012-2014. Mr. Martin provided technical direction and hydrogeologic services for the design, permitting, and construction oversight fo r two irrigation quality Aquifer Storage and Recovery wells to provide critical seasonal storage of large volumes of irrigation quality water that allows more efficient and effective utilization of the county’s reclaimed water and supplemental irrigation sources. The wells will provide for storage of up to 240 million gallons annually of a combination of municipal reclaimed water, raw groundwater, and canal water to help in the overall integrated management of available water resources to the county. Project Director, Feasibility Study of Salinity Barrier by Injection, Hollywood, Florida, 200 7. Mr. Martin served as project director for this aquifer recharge and salinity management project that included testing the feasibility of using direct injection of reclaimed water to control movement of the salinity interface threatening the City’s primary water supply. The project established a program to test the feasibility of injecting highly treated effluent (reclaimed water) from a Class I wastewater treatment facility into areas where saltwater intrusion contaminated the Biscayne Aquifer as a means to maintain and possibly increase use of the Biscayne Aquifer for municipal supply. Mike Witwer, PE Representative Project Experience Process Lead, Green Meadows Water Treatment Plant Expansion, Lee County Utilities, Lee County FL. Design of a 16 mgd (60,500 m3/d) water treatment plant treating water from three sources. The process trains include a combination of RO treatment of a brackish groundwater with bypass blending of high quality intermediate water and a separate treatment process for a surficial ground water using cation and anion resin. The Ion exchange system is designed to use bulk virgin brine or an alternative brine source from a backup deep injection well for cation resin regeneration. Project Technologist, Olga Water Treatment Plant Arsenic Removal Study, Lee County Utilities, Lee County FL. Responsible for the evaluation and preliminary design of an arsenic removal system for a 1 MGD (3,800 m3/d)ASR well using titanium based adsorbents. Lead Project Technologist and Pilot Plant Manager, Green Meadows Water Treatment Plant Expansion, Lee County Utilities, Lee County FL. Responsible for the design, construction, and operation of a one-year pilot plant test program. The testing included the operation of three pilot RO pilot skids, large and small scale ion exchange columns, pressurized media filters, small scale media columns and sand strainers. Process Consultant, North Springs Improvement District, Coral Springs, FL. Assisted in the development of a Basis of Design report for a 10 mgd RO facility treating a blend of brackish and fresh water wells. Lead Project Technologist, Seminole Tribe of Florida Water Treatment Plant Evaluations and Expansion Alternatives, Seminole Tribe of Florida. These projects included an evaluation of plant capacity and equipment assessments for four RO/NF water treatment systems. The project included site visits, pilot testing, and preliminary process selection for expansion at two of the plants. Recommendations for plant improvements and the development of baseline assessment and recommendation reports for each plant were delivered. Process and Process Mechanical Lead, Dyal Water Treatment Plant LOX Conversion, City of Cocoa, FL. Conversion of the ozone plant from air fed to liquid oxygen fed ozone generation. The design included installation of liquid oxygen storage and feed system and modification to existing system. Role on Project Equipment/Layout; Task Leader – Tasks 6 & 7 Years of Experience 21 Relevant Experience  Extensive experience with bench and pilot testing design, construction and operation including clarification, media filtration, membrane processes, ion exchange, ozonation, and disinfection at water and advanced wastewater treatment facilities  Experience as a process and mechanical engineer in the design of facilities including clarification, microfiltration, reverse osmosis, chemical injection and disinfection processes Education  ME, Environmental Engineering, University of Florida, 2001  BS Environmental Engineering (with Honors), University of Florida, Gainesville, 1999 Professional Registration  Professional Engineer: FL (#69262) MIKE WITWER, PE Process/Start Up Consultant, Dunes RO WTP Design / Build / Operate, Dunes Development Corporation, Palm Coast, FL. Process consultant during the commissioning and initial operation of a new 0.7-mgd (expandable to 1 mgd) brackish water RO WTP. Worked on-site during the commissioning of the facility. Completed tasks that included verification of membrane system performance and operation, system troubleshooting, and data collection and analysis. Process Lead, Sunset Water Treatment Plant Expansion, Guntersville Water and Sewage Board, Guntersville, AL. Process designer responsible for the design of the microfiltration and chemical feed systems. Designed the microfiltration system to replace conventional media filtration for an 8 mgd (30,300 m3/d) surface water treatment plant expansion. Designed the chemical feed systems for the addition of sodium hypochlorite, sodium hydroxide, hydrofluosilicic acid, coagulant and coagulant aid. Lead Process Designer; Seawater Reverse Osmosis Demonstration Plant; DesalNATE Inc., Catalina Island, CA. Public-private agency consortium funded under the California Department of Water Resources “Proposition 50” program. Designed a 200,000 gpd (757 m3/d) SWRO system utilizing innovate RO large diameter elements and pumping-energy recovery components. Responsible for all aspects of system design and coordination between various involved parties. Startup and Performance Testing Consultant, Aloma and Magnolia Water Treatment Plants, Winter Park Winter Park, FL. Assisted in the startup of two ozonation systems and monitoring and acceptance of the ozone system performance testing. Technologist, Murphree Water Treatment Plant Contingency Plan, Gainesville Regional Utilities, Gainesville, FL. Performed a treatability study which tested various treatment technologies capability to remove selected organic compounds from a spiked groundwater. Performed bench top testing to evaluate the capabilities of ozonation, advanced oxidation, granular activated carbon, and air stripping to meet treatment goals and developed preliminary designs and order of magnitude cost estimates for the selected treatment technologies. Task Lead, Southwest Water Treatment Plant Liquid Oxygen Conversion Evaluation, Orlando Utilities Commission, Orlando, FL. Evaluated required system changes to support the conversion from air fed to oxygen fed ozone generators at 40 mgd water treatment plant. The evaluation included changes required to the existing system, analysis of operational changes, and preparation of a cost opinion. Technical Report Writer and Data Analyst, Algal Toxin Treatability Study, American Water Works Association Research Foundation. Assisted in the writing of a technical report and data analysis associated with the treatment of surface waters containing algal toxins with activated carbon and ozonation. This project is an AWWARF study to assess the occurrence and treatability of algal toxins in surface waters. Lead Technologist, Pinellas County Utilities South Cross Bayou Water Reclamation Facility Discharge Effluent Limitations, FL. Performed process evaluation to evaluate cause of high disinfection by product concentrations in plant effluent and develop recommended operational or process modifications to alleviate DBP exceedences. Evaluation included the use of alternative disinfectants including chloramines, ozone, UV radiation, ferrate, and peracetic acid and process modifications. Technologist, Disinfection By Product Precursor Removal Pilot Testing at the Kanapaha Water Reclamation Facility, Gainesville Regional Utilities, FL. Performed filter column pilot testing to evaluate the capabilities of coagulant addition to unfiltered secondary effluent to remove disinfection by product precursors. Additional pilot testing is ongoing. Responsibilities include the design, construction oversight, start-up, operation, data analysis, and report writing. Nick Easter Representative Project Experience Project Engineer, RO Membrane Replacement and Energy Recovery Upgrades Project, Bonita Springs Utilities, Bonita Springs, FL. Served as the lead during the membrane replacement and commissioning of the new energy recovery devices. Duties included analyzing membrane factory test data, arranging and loading membranes to optimize performance, communicating with construction workers and plant operators, overseeing start-up of the RO trains, and confirming membrane and energy recovery device performance in accordance with the contract documents. Project Engineer, North Water Treatment Plant Membrane Filtration System Services during Construction and Commissioning, City of Marco Island, FL. Marco Island NWTP is a 6.7 mgd facility lime softening facility. The most recent addition to the facility includes installation of a new MF system following the lime softening process. Provided assistance with submittal reviews, facilitated communications between plant operations, contractors, and manufacturer’s representatives during start-up, and helped to write the standard operating procedures for the new facility. Project Engineer, Coral Springs Improvement District Nanofiltration WTP Commissioning, Coral Springs Improvement District, Coral Springs, FL. Assisted during the commissioning of the new CSID NF WTP. Duties included assembling the standard operating procedures for new facility, conducting operator training for the clean-in-place system, and creating an automated membrane data normalization sheet. Project Engineer, City of Cocoa Capital Improvement Program Project Prioritization, City of Cocoa, FL. Assisted with the development of City of Cocoa’s prioritization framework and decision process model. Organized the five-year capital plan schedule based on the capital improvement projects benefit-cost analysis. Project Engineer, City of Melbourne Reverse Osmosis Membrane Pilot Study, City of Melbourne, FL. Assisted in pilot maintenance and analyzed performance of multiple membrane elements and scale inhibitors to replace the existing RO membranes and pretreatment chemicals. Roles include purchasing necessary equipment, communications with plant operators, collecting data, and preparing samples for laboratory analysis. Project Engineer, Reverse Osmosis Facility Conceptual Design, Peace River Manasota Regional Water Supply Authority, Punta Gorda, FL. Assisted with the conceptual design of a brackish water Role on Project Equipment/Layout Years of Experience 5 Relevant Experience  Specializes in membrane treatment process evaluation, preliminary design, commissioning and data analysis  Experienced in process cost estimation Education MS, Environmental Engineering in Civil Engineering, University of Illinois at Urbana-Champaign BS, Chemical Engineering, Rose-Hulman Institute of Technology Professional Registration N/A NICK EASTER reverse osmosis facility to serve as an alternative water source during drought periods. Duties included preliminary treatment process design and cost development for the proposed RO system including pretreatment and post treatment processes. Project Engineer, Texas Desalination Feasibility Study, Confidential Client, TX. Assisted with the feasibility evaluation of desalination membrane treatment of alternative water supplies for five separate Texas drinking water markets. The evaluation included the identification of alternative water supplies, development of treatment options in each market, and finished water conveyance to final distribution. Duties included preliminary treatment process design and cost development for each of the overall systems including both brackish and seawater desalination. Project Engineer, Pasco County Lower Coastal Stormwater Survey, Pasco County, FL. Assisted in the field surveying and data collection of stormwater infrastructure to provide information for a hydrogeologic model. Duties include surveying with a TRIMBLE GPS unit and automatic level with rod, DEM basin delineation correction and refinement using ARCGIS software, infrastructure assessment/inventory and watershed evaluation on regional and local scale. Project Engineer, Pasco County Master Reuse System (PCMRS) Master Plan, Pasco County, FL. Developed the cost estimate and benefit analysis of the Boyette Reservoir high service pump station upgrade. Assisted in writing the development and cost evaluation of PCMRS improvement alternatives. Project Engineer, Pelican Bay Environmental Sampling, Pelican Bay, Naples, FL. Conducted monitoring of water quality in the Pelican Bay area ponds. Responsibilities include water quality sampling, data analysis, and report preparation. Project Engineer, Marco Island Membrane Filtration System Performance Review, Marco Island Utilities, Marco Island, FL. Evaluated MF operation data, created recommendations based on operational issues and operator feedback. Duties include MF system data analysis, facility optimization evaluation, clean-in-place support, report writing, and communicating with operations staff. Richard Giani, PE Representative Project Experience Drinking Water Compliance Coordinator, CH2M HILL, Kansas City, MO. Duties include assisting OMBG drinking water utilities with ensuring regulatory compliance in all aspects of state and federal drinking water regulations. Also to provide technical assistance related to compliance of drinking water treatment and distribution operations. This includes surface and groundwater treatment, treatment techniques, monitoring and maintaining/troubleshooting distribution water quality. Additionally, high expertise related to corrosion control treatment of drinking water and lead/copper optimization in the distribution system. Manager, Water Quality Group, Portland Water Bureau, Portland OR. Responsible for managing the City of Portland’s Water Quality Division, which includes oversight of two supervisory levels. The Division houses four sections including the Field Inspectors section, Water Quality Customer Service, Regulatory Compliance, and an accredited Water Quality Laboratory. The Division encumbers water quality sample collection, analysis and data review for drinking water compliance and public health protection in the distribution system and the watershed, engineering review of construction plans, and cross connection permitting to name a few priorities. The Division also houses the responsibility to monitor and maintain the only watershed variance in the nation with respect to filtration and ultraviolet (UV) treatment avoidance. He managed the division during the LT2 variance negotiations with the state and the development of the variance monitoring plan. He initiated performance planning and goals to the Division to streamline operations and provide a tracking mechanism to maintain exceptional water quality. Mr. Giani instituted new monitoring programs to help reduce lead levels in customer homes and identify water quality degradation from nitrification. Mr. Giani instituted more efficient and sanitary methods for collecting regulated bacteria samples to reduce false positive readings. Manager, Drinking Water Division, District of Columbia Water and Sewer Authority, Washington, D. C. Responsible for managing the District’s Drinking Water Division, which included oversight of two supervisory levels. The Division encumbered the water quality monitoring program, cross connection program, flushing program, emergency response, and security monitoring. His primary responsibility was to ensure safe, high water quality throughout the District. Other responsibilities included submission of monthly compliance reports to the U.S. EPA, providing expert testimony Role on Project Corrosion Control Years of Experience 27 Relevant Experience  State certified instructor for water and wastewater operation classes in various states  Supported numerous AWWARF projects related to lead corrosion in drinking water, including effects of partial lead service line replacement and effects of chlorine and chloramine disinfectant  Current Chair of AWWA’s Distribution Water Quality Committee and chair for developing the latest addition of AWWA’s industry manual of practice for Internal Corrosion Control Treatment for Drinking Water Distribution Systems Education BS, Environmental Studies, East Stroudsburg University, East Stroudsburg, Pennsylvania AAS, Biotechnology, State University of New York, Cobleskill, New York Professional Registration State certified instructor for water and wastewater operation classes in Florida, Level IV (highest level) operator’s licenses for water treatment and water distribution systems in the states of Washington and Oregon RICHARD GIANI, PE involving litigation, budget and workplan and development, union negotiation and arbitration, participate on national regulatory committees, provide guidance for public outreach documents and press releases, and oversight of national research projects involving the authority. He brought the authority back into compliance during the 2004 lead corrosion crisis. Mr. Giani reduced lead levels to 5 parts per billion (ppb) in 2011, the lowest recorded action level since the inception of the LCR for the District. He reduced the District’s total coliform drinking water levels to below 0.5 percent. He developed a water quality rapid emergency response program and an efficient and aggressive routine monitoring and customer complaint program. He also developed national guidance for corrosion control monitoring. Environmental Research Specialist, Pennsylvania DEP, Harrisburg, PA. Responsible for conducting environmental research, managing state funded research projects, providing technical guidance and training to department staff, plant operators, and environmental engineers. He had 5 years of experience in drinking water research. Mr. Giani’s primary focus was on the national lead and copper rule and optimization of drinking water plant operations. He managed the technical outreach program. His responsibilities included overseeing operations and supervising 30 technical specialists statewide who focused on providing operator and management assistant to small utilities. He conducted research for the biosolids program focusing on biosolids odor emissions, analysis of Vector Attraction Reduction (VAR) options, development of national computer software for VAR and Pathogen treatments as well as development, teaching, and oversight of the Commonwealth’s mandatory biosolids training program. His duties also include publishing research papers and speaking at state and national conferences. Field Sanitarian, Pennsylvania DEP, Stroudsburg, PA. Environmental Field Inspector for the Commonwealth of Pennsylvania. His responsibilities included enforcement of the state drinking water and public eating facilities regulations. His duties consisted of inspecting public water supplies, conducting drinking water field sampling and analysis, determine drinking water health threats and oversee compliance of water plant operations. He co-authored several major AWWARF projects related to lead corrosion in drinking water including effects of partial lead service line replacement and effects of chlorine and chloramines disinfectant. PY Keskar, PhD, PE Representative Project Experience Lead Electrical/I&C Engineer, East Water Reclamation Facility (WRF), Bonita Springs Utilities, FL. This $56.8 million design-build wastewater treatment project includes state-of-the-art membrane biological reactors, headworks, clarification, aeration, sludge thickening, dewatering, and drying processes. Responsible for complete power system and control systems design. Responsible for design and implementation of a state-of-the-art 5kv power distribution system, a 2-MW fully automatic standby generation system featuring momentary paralleling with Bonita Springs Utilities, and state-of-the-art A/B Control Logix PLC-based distributed plant control system reporting to a central computer system using Intellution iFix SCADA package. The site also includes a new 11-mgd sludge dryer residuals management system. Lead Electrical/I&C Engineer, Rehabilitation and Upgrade of a Wastewater Treatment Plant, Orange Beach, FL. Project involved heavy retrofit of electrical system and addition of a new UV disinfection system. Lead Electrical/I&C Engineer, Reverse Osmosis (RO) Water Treatment Plant (WTP) (Design-Build), Bonita Springs Utilities, FL. This new $50 million design-build facility is located at the site of the existing lime softening WTP and used design-build delivery. It is designed for an initial capacity of 6 million gallons per day (mgd), but is expandable to 12 mgd. Raw water will be supplied to the plant from eight brackish water wells tapping the Lower Hawthorn and Suwannee aquifer portions of the Upper Floridan aquifer. Responsible for the power systems and control systems design for this project. Oversaw design and installation of electrical systems, including power distribution and stand by generation. Lead Electrical/I&C Engineer, Energy Management and Optimization Study, Palm Beach County, FL. Energy management and optimization study for the County’s four WTPs and one WWTP to recommend ways to optimize energy usage thereby saving energy dollars. Several key recommendations were made that will result in savings with regard to energy dollars. Lead Electrical/I&C Engineer, Stock Island RO WTP Rehabilitation, Florida Keys Aqueduct Authority, Stock Island, FL. Stock Island project includes the relocation of two high-pressure pumps and membrane permeator racks from a 15-year-old RO plant. New facilities include supply and disposal wells, cartridge filter, repair and replacement of about 15 percent of the membrane permeators, post-treatment facilities, chemical feed systems, computer-based Role on Project Electrical/ I&C Years of Experience 46 Relevant Experience  Recognized expert in electrical and instrumentation and control systems design and implementation  Significant expertise in I&C systems design, including distributed control systems, PLCs, and SCADA systems  Performed numerous energy and process optimization studies for clients nationwide, including Florida  Authored a significant number of papers in the fields of electrical power and control systems engineering, which have been presented at ISA, IEEE, EPRI, and TAPPI conferences and have appeared in the transactions of ISA and IEEE; two of the papers received national level awards from ISA Education PhD, Electrical Engineering, University of Missouri, 1972 MS, Electrical Engineering, University of Missouri, 1968 Bachelors of Engineering, University of Jodhpur, 1965 Professional Registration Professional Engineer: FL (#29288), GA, AL, LA, IL, AR PY KESKAR, PHD, PE I&C system, standby power generator, new diesel engines with right-angle drives for the membrane feed pumps, and fuel storage system. Lead Electrical/I&C Engineer, Brackish Groundwater Desalination Facility at J. Robert Dean WTP, Florida Keys Aqueduct Authority, FL. This project involved design, permitting, and construction management services for the RO plant at the J. Robert Dean WTP. Responsible for 5-kV power distribution system design and I&C design for the 9.2-mgd RO supply wellfield mechanical design, pre- treatment, membrane treatment, degasifier scrubber treatment, post-treatment blending and product transfer pumping system with chemical treatment and storage facilities. Upgraded the plant-wide electrical power distribution system and installed a state of the art SCADA system for the monitoring and control of the RO plant. The project was completed on time and under budget, saving the client $1.4 million. Cost: $37.3 million (fee: $3.6 million). Lead Electrical/I&C Engineer, RO WTP, Chesapeake, VA. Responsible for a plant-wide, 5-kilovolt power distribution system with a capacity of 10 megavolt amperes (MVA) and onsite generation of 6.4 MW. Also designed a state-of-the-art distributed control system (DCS) with approximately 3,000 input/output points featuring Foxboro IA system and Allen Bradley programmable logic controllers (PLCs). The design also included 800-horsepower (hp) adjustable frequency drives for the membrane feed pumps. Lead Electrical/I&C Engineer, Wastewater Treatment Plant, Fort Pierce, FL. Upgrades and modifications on this project. One portion of the design required an effluent pump station with four 250-hp adjustable frequency drives. Electrical Engineer, RO Facility and General Engineering Services Contract, Fort Pierce Utility Authority, FL. This project involved five Floridan aquifer supply wells, 3-million-gallon (MG) aboveground storage facility, approximately 3 miles of raw water distribution piping, new RO facility, and 3,045-foot-deep concentrate disposal well. The completion of this plant represents more than 8 years of conceptual planning, permitting, design, and construction. Cost: $30 million. Lead Electrical/I&C Engineer, Sky Lake WTP Ozone Disinfection Project, Orlando Utilities Commission, FL. This design-build project includes upgrade of plant power distribution system and standby generation system. Project involved a $17 million facility expansion from 15 to 24 mgd. Designed electrical and instrumentation systems for addition of an ozone system for taste and odor control, new raw water well, upgrades to the plant chemical and electrical systems, site improvements, and site security upgrades. Completed early release of design packages to support long-lead procurement of electrical and I&C equipment and early start to construction activities. Electrical Engineer, Swoope WTP Improvements, City of Winter Park, FL. Evaluated electrical systems and oversaw I&C for the upgrades for this design-build project that consisted of upgrading and expanding the City's 50-year-old WTP with a new $15 million, 10-mgd facility that features ozonation with liquid oxygen supply for primary disinfection. Delivered on-time and on-budget in 2005 under a design-build GMP contract with direct purchase of equipment by owner. Electrical Engineer, Magnolia WTP Upgrade Phases 1 and 2, City of Winter Park, FL. Evaluated electrical systems and oversaw I&C for the upgrades for this design-build project that consisted of upgrading and expanding the 8.2-mgd Magnolia WTP. Phase 1 improvements include installation of new high service pumps, replacement of gas chlorination with a sodium hypochlorite disinfection system and replacement of all electrical equipment to provide surge protection. Phase 2 Improvements included installing a new ozone system consisting of a 3,000-square-foot ozone building, contactor and foundation with screen wall for liquid oxygen storage and feed system. Lead Electrical/I&C Engineer, United Water WWTP Rehabilitation, Jacksonville, FL. Project involved the construction of four sequential bath reactors, upgrade of influent/effluent pump stations, and sludge dewatering facility. A distributed PLC-based control system with personal computers was designed and implemented. This project included UV system for effluent disinfection. Larry Van Dyk Representative Project Experience Lead Structural Designer, Green Meadows WTP Expansion, Lee County, FL. Design of facilities for a 16-mgd RO/IX treatment facility. The new facility will use RO for desalinating brackish well water in parallel with cation and anion exchange used to remove iron, hardness, and organics from a surficial aquifer fresh water source. Structural Designer, Facility Conditional Surveys, Three Miami Water Treatment Plants, Miami, FL. Lead Structural Designer, Wastewater Treatment Plant Expansions, North Springs Improvement District and Coral Springs Improvement District, Coral Springs, FL. Responsible for the structural design of the operations building expansion, new water filter structures, and water-retaining structures. Structural Designer, Installation of New Transfer Pumps, Miami South District Water Treatment Plant, Miami, FL. Structural Designer, Expansion to Sunrise Water Treatment Plant, Davie, FL. Structural Designer, Digester Upgrade and Refurbishment, Miami South District Water Treatment Plant, Miami, FL. Lead Structural Engineer, Crane Electrification Project, Port of Miami, FL. Project involved the design of the Florida Power & Light (FPL) Vault Building, which is 50 x 50 feet and is divided in half by a fire-rated separation wall. The facility also stores FPL equipment and crane electrical switchgear. Lead Structural Designer, Public Safety Facility, City of Hollywood Beach, FL. Participated in the design of this complex that consists of a new two-story building with a three-bay fire rescue station and offices and operations for Beach Safety. It also includes incorporating an existing one-story historical structure located on the south end of the site for community redevelopment agency offices. Lead Structural Designer, Fire Station No. 5 EOC, City of Boynton Beach, FL. This state-of-the-art facility consists of two stories, 42,700 square feet, five apparatus bays, and training tower. It is designed to resist a Category 5 hurricane and will be the main EOC for the city. Lead Structural Engineer, West Palm Beach Fire Station No. 2, West Palm Beach, FL. 16,000 SF fire station. The station includes three apparatus bays, living facilities for a three-shift crew of 12- Role on Project Structural Years of Experience 52 Relevant Experience  Experience includes both design and construction phases of many different categories of buildings, including high- rise condominiums, office blocks, schools, factories, process plants, aircraft hangars power stations, and bulk materials handling  Design and field experience, in new construction projects, as well as refurbishment and extensions to existing buildings  Tasks performed include preparation of all structural design plans and reports; attends coordination meetings for structural issues; and coordinates structural issues and schedule reviews Education Witwatersrand College of Engineering, Johannesburg, South Africa, 1967 Professional Registration N/A LARRY VAN DYK plus firefighters, administrative offices, and private bunks for officers. Training and classroom space is shared with a 600 SF community room and includes a multi-story training tower. An emergency generator provides power for the entire facility and all window openings are secured by built-in, roll down hurricane shutters, which are designed into the exterior wall system. Lead Structural Engineer, Tequesta Public Safety Facility, Tequesta, FL. The $3.9 million facility encompasses conference rooms, dormitories, a central dispatch room, physical conditioning area, commercial kitchen facility, and apparatus bays. It is the headquarters for the Fire and Police Departments and serves as Tequesta’s Emergency Operations Center. For this project, the Village presented the firm with a plaque for Outstanding Architectural Work and Resilient Building Engineering. Project Manager/Lead Structural Engineer, National Portland Cement, Port Manatee, FL. Responsible for ship unloading conveyor design and restoration; mill building and feed conveyor modifications and restoration; design of conveyor system for new unloading terminal; and design of new parking garages. Lead Structural Engineer, Master Planning and Infrastructure Design for Industrial Cities: Salwa, Rabigh, Water and Wastewater Infrastructure Master Planning and Design/Design Review, MODON, KSA. Responsible for the design of all retaining walls, pond walls and pump stations. Project Manager, Unit Paint/Blast Facility, Atlantic Marine Shipyards, Jacksonville, FL. This facility is used for shot-blasting and painting of new ship hulls and hull sections and for the refurbishment of existing ships. The facility is primarily used for the refurbishment of landing craft for the U.S. Navy. The facility is approximately 110’-0” in width by 131’-0” in length and has a clear ceiling of 30’-0”. Spent shot is collected in floor trenches, where it is conveyed to recycle hoppers by means of screw conveyors for reuse. The air within the building is filtered and recycled at 100 foot per minute to remove paint vapors and contaminants. The wall and ceiling panels house an extensive array of blast-proof strip lighting to ensure that all hull surfaces are adequately illuminated. The blast cleaning equipment, dust collectors and paint booth were supplied by Blast Cleaning Products Ltd, Canada. Project Manager, New Covered Tankfarm, Atlantic Marine Shipyards, Jacksonville, FL. This new structure enclosed large diesel fuel storage tanks. The structure was designed to serve as a retention area in the event of a fuel leak or breach in the tank walls. Catch sumps were located to allow controlled removal of spilled fuel to tanker truck for disposal. The tanker loading/offloading area is/was also designed to capture fuel spillage to protect the environment. Design Engineer, New Pump Station, Atlantic Marine Shipyards, Jacksonville, FL. This reinforced masonry pump station was designed to house pumps for regulating storm drainage on the site. Project Manager, New Floating Dry Dock Access Ramps and Gangways, Atlantic Marine Shipyards, Jacksonville, FL. Height adjusting gangway and access ramps to the new floating dry dock. Adam Ahmad, PE Representative Project Experience Design Engineer, Collier County Master Mobility Plan; Collier County, Florida. Responsible for development and coordination of the County's Master Mobility Plan. The grant was successfully acquired to fund $472,799 of the project. He successfully performed planning and engineering services as part of the Phase I Project. Design Engineer; LCCSI Design Build Criteria Packages; Lee County, Florida. Performed field reviews and data evaluation of the planned projects listed in the Complete Streets Initiative TIGER Grant application; preparation of Conceptual Plans (horizontal layout on aerial photos) which delineated the intent of the proposed project(s), preparation of typical sections which defined project features such as sidewalks, pathways, bike lanes and shoulders; development of a Conceptual Report detailing the criteria used as the basis for the conceptual plans; preparation of a preliminary/conceptual design and construction schedule for evaluation by the Lee County MPO. Project Manager, Long Range Transportation Plan, Seminole Tribe of Florida; Hollywood, Florida. He managed the 2035 Seminole Tribe of Florida Long-Range Transportation Plan (LRTP). The 20- year comprehensive study area included the boundary limits of the six Seminole Tribe reservations (primarily comprised of trust lands) within the state of Florida. A few services he managed were: An evaluation of a full range of transportation modes and connections between modes such as highway, rail, air, and water to meet transportation needs; Social and economic development planning to identify transportation improvements or needs to accommodate existing and proposed land use in a safe and economical fashion; Cultural preservation planning to identify important issues and develop a transportation plan that is sensitive to Tribal cultural preservation; Prioritized list of short and long-term transportation needs; An analysis of funding alternatives to implement plan recommendations. Project Manager; Lee MPO Miscellaneous Planning Services; Lee County, Florida. Provided a variety of transportation planning and engineering services for the Lee County MPO. To date the following services included: 1). Miscellaneous Planning Services: Validation of Project Feasibility and Development of Project Estimates. Preparation of conceptual designs along with quantity and cost estimates for roadway and corridor improvements. 2) Grant Preparation – Various TIGER I and TIGER III grant applications. Role on Project Civil Years of Experience 10 Relevant Experience  Comprehensive experience of all phases of planning and design and production for civil/site work projects  Experience in in a variety of planning, engineering, technical, analytical, statistical, graphical, public involvement and project review activities  Diverse experience includes serving as the project manager for the Seminole Tribe of Florida Long Range Transportation Plan, Collier Area Transit’s Facility Design Guide and the preparation of over a hundred million dollars in grant applications including TIGER grants  Skilled in civil engineering site and roadway design/mapping and surveying, computer information science, management, cartography, and graphic design  Proficient in the use of state-of- the-art engineering software including Microstation and GEOPAK, ICPR, Adobe Illustrator and Photoshop, MathCAD, Leica HDS Cyclone and ESRI ArcGIS. Education BS, Civil Engineering, University of Kansas Professional Registration Professional Engineer: FL (#72472) ADAM AHMAD, PE Roadway Design Engineer; Immokalee Road (CR 951 to 43rd Avenue NE); Collier County, FL. Assisted in post design services for the widening of 8.1 miles of an existing two-lane rural roadway to a six-lane urban facility. Services provided for this project included complete roadway design and permitting services, drainage design, wetland mitigation, 8 miles of 36-inch water main design, 6 miles of 16-inch force main design, signal design, roadway lighting, traffic studies, and services during construction. Responsibilities included preparation of aerial exhibits, plan revisions, access management revisions and field investigations and calculations. Roadway Design Engineer; Vanderbilt Beach Road Widening; Collier County, FL. Assisted in post design services for the widening of 5.5 miles of an existing two-lane roadway to a six-lane, urban divided roadway. The project is located in a rapidly growing area of Collier County and required extensive attention to public concerns regarding local access, circulation, traffic demand, impacts to businesses and residential areas, and aesthetics. Responsibilities included preparation of utility designs, drainage calculations and field investigations and calculations. Roadway Design Engineer; Collier Boulevard Widening (Golden Gate Canal to Golden Gate Boulevard); Collier County, FL. This project consisted of widening 3 miles of existing two-lane rural roadway to a six- lane, urban divided roadway. The project is located in a rapidly growing area of Collier County and required extensive attention to public concerns regarding local access, circulation, traffic demand, impacts to businesses and residential areas, and aesthetics. Responsibilities included creation of engineering exhibits, attendance at public meetings, and preparation of Gantt chart schedules in Microsoft Project. Roadway Design Engineer; Collier-Immokalee Intersection; Collier County, FL. Prepared utilities designs, drainage calculations and field calculations. Provided aerial photography, attended public meetings and performed modeling and computer simulations. Design Engineer; Collier County Landfill; Collier County, FL. Prepared aerial exhibits assisted in plans production, modeling and computer simulations. Project Surveyor; Gordon River Water Quality Park; Collier County, FL. Involved in the hydrographic survey of a portion of the Gordon River as part of the creation of this 50-acre constructed treatment wetland and public park. Performed modeling and computer simulations for the hydrographic survey. The project involved a rare consortium of government agencies and municipalities that have joined together to design and build a constructed wetland facility that, once built, will provide flood attenuation and stormwater treatment for a 2-square mile urban watershed. Project Surveyor; Collier Boulevard Widening (US 41 to Golden Gate Boulevard); Collier County, FL. Provided surveys for design of the 3 mile widening of an existing four-lane rural section to a six-lane urban section. Project Manager; 2009 Recovery Act - Energy Efficiency Conservation Block Grant for Facilities Power Projects Priority; Collier County, FL. Responsible for development and coordination of the County's Power Projects Priority. Approved for full funding of six new ice storage tanks, chiller replacement, 1,000 occupancy sensors, a computer power management system, and solar utility cart retrofits. The grant was successfully acquired to fund $665,510 of the project. Roadway Design Engineer; FPID 426836-1 Wildlife Crossing. Assisted in developing a design/build criteria package for an Experimental Wildlife Underpass located on Immokalee Road. Provided aerial photography, attended public meetings and performed modeling and computer simulations. Project Lead; Collier County Facilities Grant Advisor; Collier County, FL. Duties include the evaluation and assessment of literature dealing with funds available through grants from governmental agencies and private foundations and submits grant proposals to officials for approval. Ralph Myers, CGC Representative Project Experience Lead Estimator, Lane City Reservoir CMAR, Lower Colorado River Authority (LCRA), Austin, TX. Led estimating effort and assisted with Owner’s agent duties for negotiating for this $160-million, 100,000 Acre-Foot off Channel Reservoir & Pump Station project, via CMAR delivery. The project includes construction of an earthen reservoir, New Re-lift pump station, conveyance pipelines, conveyance canals, Colorado River Outfall Facilities, Lane City Dam upgrades and existing pump station facility upgrades. Lead Estimator, C.W. Bill Young Regional Reservoir Renovation Design-Build, Tampa, FL. Led estimating team in developing the budgetary estimate to assist in evaluating the selection of the design-build team to perform the rehabilitation of the $165,000,000 15 billion gallon regional reservoir for Tampa Bay Water. Lead Estimator, JEA Total Water Management Plan (TWMP) Design-Build, Jacksonville, FL. Led estimating effort and assisted the Owner with review of the Design-Builder progressive estimates and GMP for the river crossing segment as well as established baseline budgets for traditional Design-Bid-Build projects. The program included 43,000 linear feet (LF) of potable water transmission pipeline including six projects or segments of large-diameter pipe (36-inch, 30-inch, and 24-inch). The $23.3 million design-build project (Segment 2) involved 7,800 LF of pipe, including approximately 6,700 LF of 36-inch steel pipe under the St. Johns River. This pipe was installed using HDD methods. The project also included another 1,100 LF of 36-inch pipe on the east and west banks of the river. Project Management Assistant and Lead Estimator, Robindale WWTP Expansion, Brownsville Public Utilities Board, Brownsville, TX. Led estimating and GMP development as well as subcontractor selection and negotiations for this $38-million, 14.5-million-gallons- per-day (mgd) construction of this Wastewater Treatment Plant Expansion project. The project included construction of (3) Secondary Clarifiers, UV disinfection Facility, Mixed Liquor Pump Station, Aerobic Digester, Headworks Structure, Odor Control Facility, renovations to existing treatment units and related support structures. Lead Estimator, City of Tampa Utility Capital Improvements (UCAP) CMAR/Design-Build, Tampa, FL. Responsible for developing timely and accurate estimating and GMP contracting as well as subcontractor bid packages and solicitation for this $250-million, 5+- year design-build contract to resolve historical drainage, storm water, and municipal pipeline problems for the City of Tampa. The Role on Project Cost Estimating Years of Experience 31 Relevant Experience  Experience of managing delivery and estimating the construction of water, wastewater treatment and conveyance systems  Specializes in hard bid and design- build management, estimate preparation, budgeting, purchasing, planning, scheduling, subcontract management and close out of construction projects.  Proficient in equipment, material and subcontract procurement.  Former Owner/General Contractor who has delivered successful projects for over 30 years in hard bid and design-build in Florida Education Coursework for AA Degree, Miami-Dade Community College Allstate Construction College- Florida Union Carpenter Apprenticeship/Journeyman Training- Local Union #1250-Miami Professional Registration State Certified General Contractor- Florida (CH2M HILL Qualifier- 2014) State Certified Underground Utility & Excavation Contractor- Florida (CH2M HILL Qualifier- 2014) RALPH MYERS, CGC project consists of over 12 miles of potable water transmission mains from the David L. Tippin WTP, as well as numerous other water force main, wastewater force main, storm water drainage, river micro tunneling and traffic signalization projects for the City of Tampa. Estimator, Blue Plains WWTP Project, DC Water, Washington D.C. Performed discipline estimating and GMP development for the $253,000,000 DC Water Blue Plains Advanced Clarification and Pump Station Project. The project is a 250 mgd Tunnel Dewatering Pump Station and Clarification Facility expandable to 500 mgd on a 5-acre site. The project includes two tunnel shafts a 132-foot diameter dewatering shaft and a 76-foot diameter screening shaft each 100 feet deep, a new Tunnel Dewatering Pump Station, new Headworks facility with screening and grit removal, solids processing and handling, chlorine contact and odor control. Estimator, Woodward Avenue WTP, City of Hamilton, Ontario Canada. Performed discipline estimating and GMP development for the $332,000,000 Woodward Avenue Pump Station and Water Treatment Plant. The plant included a Raw Wastewater Pumping Station, North and South Secondary Treatment Plant Upgrades, a New Secondary & Tertiary Membrane Plants, an Aeration Plant Expansion, Railway Alignment, Chlorine Contact Tank & Outfall, and a New Energy Centre for the Electrical & Power Systems. Prior to CH2M Owner/Project Manager, South County Regional RO WTP, City of Naples, FL/Poole & Kent, Engineer- Hazen & Sawyer. Developed firm fixed price and managed delivery of facility expansion to add 8 mgd of RO water treatment process in a separate process building. Led self-performing general contractor in concrete work supporting construction of new RO trains, high-service pump station, new electrical building, degasifier structure, and expansion to existing overflow ponds. Owner/Project Manager, Bonita Springs East WRF Expansion, Bonita Springs Utilities, FL. Developed firm fixed price proposal and managed delivery for concrete, masonry, and metals fabrication associated with the new dewatering and drying facility. Owner/Project Manager, Sawgrass Wastewater Treatment Plant (WWTP) Expansion- Owner/Project Manager, Client-City of Sunrise, FL/Poole & Kent. Developed firm fixed price proposal and managed delivery including new clarifiers, ATAD facility, UV facility, and Aeration Basins for the $26-million Sawgrass WWTP expansion project. Owner/Project Manager, Sawgrass WTP Reverse Osmosis (RO) Membrane Facility, City of Sunrise, FL/Poole & Kent. Developed firm fixed price proposal and managed project delivery including a new Reverse Osmosis facility and support structures for the $24-million Sawgrass WTP expansion. Owner/Project Manager, South Cary WWTP Expansion, Town of Cary, NC/Poole & Kent. Developed firm fixed price proposal and managed delivery including new Deep Bed Filters, UV Facilities, Aerobic/Anaerobic Digestion Basins, RAS/WAS Pump Station, Clarifiers and support structures for the $22-million South Cary WWTP expansion project. Owner/Project Manager, Palm Beach WTP No. 9 RO Membrane Facility, City of West Palm Beach, FL/Poole & Kent. Developed firm fixed price proposal and managed delivery including a new Reverse Osmosis Facility, Chemical Facilities, Ground Storage Tanks, Degasifiers and support structures for the $21-million Water Treatment Plant #9 Expansion. Owner/Project Manager, Norwood Oeffler WTP RO Membrane Facility, City of North Miami Beach, FL/Poole & Kent. Developed firm fixed price proposal and managed delivery including a new Reverse Osmosis Facility, Ground Storage Tanks, New Clearwell, Degasifiers and support structures for the $35- million Norwood Oeffler WTP expansion. TAB V ReferencesTAB VReferences V-1 Client references are an excellent source of information about a firm’s project performance as well as the abilities and responsiveness of the project management team. We encourage the County to contact the individuals referenced in this section for an appraisal of the quality of our services. Per the instructions in the RFP, we have included in this section five completed reference forms (Attachment 8: Reference Questionnaire) from clients whose projects are of a similar nature to this solicitation. RFP CCNA Template_01202016 RFP_CCNATemplate 40 Attachment 8: Reference Questionnaire Solicitation: 16-6639 Variable TDS Reverse Osmosis Conceptual Design Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” ________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to s cope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: _______________________________________ By ________________ CH2M HILL Joe Elarde Jeff Poteet (Evaluator completing reference questionnaire) Marco Island Utilities (Evaluator’s Company completing reference) jpoteet@marcoislandutilities.com 239-394-8137 239-389-5181 Ave Maria Expansion PlanningProject Description: _ __ Completion Date: _______January 2016_____________________ $24,835 120 10 10 10 10 10 10 10 10 10 10 100 6/29/16jelarde@ch2m.com RFP CCNA Template_01202016 RFP_CCNATemplate 40 Attachment 8: Reference Questionnaire Solicitation: 16-6639 Variable TDS Reverse Osmosis Conceptual Design Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to s cope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: _______________________________________ By ________________ CH2M HILL Joe Elarde Jason Vogel Ave Maria Utility Company jvogel@amuc.com 239-348-3740 239-348-0248 Ave Maria Expansion Planning January 2016 $24,835 120 10 10 10 10 10 10 10 10 10 10 100 6/29/16jelarde@ch2m.com RFP CCNA Template_01202016 RFP_CCNATemplate 40 Attachment 8: Reference Questionnaire Solicitation: 16-6639 Variable TDS Reverse Osmosis Conceptual Design Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to s cope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: _______________________________________ By ________________ CH2M HILL Jane Early Ongoing - est. July 2016 TBD North Springs Improvement District 10 10 10 10 10 10 10 10 10 10 100 Doug Hyche, District Manager 954-796-6603 $19,450,000.00 (RO Plant) RO Plant 954-755-7237DougH@nsidfl.gov TAB VI Acceptance of ConditionsTAB VIAcceptance of Conditions VI-1 CH2M HILL takes no exception to the general terms and conditions of the RFP. TAB VII Required Form SubmittalsTAB VIIRequired Form Submittals VII-1 Per the RFP, CH2M has included in this section the following signed and notarized forms.  Attachment 2: Consultant Checklist  Attachment 3: Conflict of Interest Affidavit  Attachment 4: Consultant Declaration Form  Attachment 5: Immigration Affidavit and company’s E-Verify profile page and memorandum of understanding  Attachment 6: Consultant Substitute W9  Attachment 7: Insurance Requirements Attachment 8: Reference Questionnaires are included in Tab V, References, of this submittal.