Loading...
HomeMy WebLinkAbout2021 04 13 PortHadlock_MBR-RFP_Evaluation_TM-Final_withAppendicesTechnical Memorandum P:\12562\200-12562-20003\Docs\Reports\2021 04 13 PortHadlock_MBR- RFP_Evaluation_TM-Final_Clean.docx 1420 5th Avenue, Suite 600, Seattle, WA 98101 Tel 206.883.9300 Fax 206.883.9301 tetratech.com Date: April 13, 2021 To: Robert Wheeler; Monte Reinders, P.E. Cc: Kevin Dour, P.E.; Jim Santroch, P.E. From: Candice Au-Yeung, P.E. Project: Port Hadlock Water Reclamation Facility Construction Project Project Number: 200-12562-20003 Subject: Modular MBR Equipment Bid Evaluation Technical Memorandum BACKGROUND AND PURPOSE Jefferson County (County) is evaluating the construction of a publicly owned treatment works facility (POTW) and sewer collection system serving the Port Hadlock-Irondale community. The Port Hadlock-Irondale community is currently served completely by septic systems, many of which are aging and unreliable. A POTW would allow the establishment of an urban growth area, ensuring economic resiliency of the community. A POTW and sewer collection system would treat municipal wastewater to Class A reclaimed water standards for beneficial reuse through groundwater infiltration. The groundwater infiltration would recharge Chimacum Creek, which would be especially beneficial to the health of the creek during low flow periods. As recommended in the 2021 Port Hadlock UGA Sewer Facility Plan Update, the County would like to use a modular membrane bioreactor (MBR) system (hereafter referred to as MBR System) for treating wastewater to provide Class A level reclaimed water. The MBR System is modular and scalable, facilitating future expansion, and would best address existing and future regulatory treatment requirements. The County is moving forward with design services for the possible new POTW and the sewer collection system. Knowing the MBR System that would be used is critical to determining the final design of the POTW and the sewer collection system. The County’s bid procurement document for the MBR System was designed to ensure the County got as much necessary technical information as possible in a responsive proposal. The MBR System Supplier will be responsible for the biological treatment design of the plant, and warrant its performance for achieving the effluent limit requirements set forth by the Washington State Department of Ecology (Ecology). This memorandum evaluates bids submitted by seven MBR System Suppliers for compliance with specifications, capital cost, and comparative present worth. Based on the evaluation, conclusions and recommendations are provided by the Engineer (Tetra Tech) to the County to choose a responsive bid for an MBR System, so the County can proceed with the final design. The selected MBR System Supplier satisfies the bid requirements for all necessary equipment, fabrication drawings, design services listed in the scope of work, goods and special services during construction, and follow-up services after construction. REQUEST FOR BIDS PROCESS The procurement is a competitive cost bid, awarded to the lowest responsive bidder. A request for bids was formulated by revamping the procurement specifications and supporting documents from a previous MBR Modular MBR Equipment Bid Evaluation Technical Memorandum 2 procurement bid in 2009. The request for bids sets forth performance requirements for a prefabricated MBR System and its control system, as well as the scope of services expected from the MBR System Supplier. The request for bids was released on January 11, 2021. Three addenda amending the procurement specifications were issued, along with five informational bulletins answering questions from bidders. The bid opening was on February 22, 2021. The bid form items were as follows: • Bid Item 1: Design Services Work—This bid item shall be a lump sum amount for design and consulting services through 60%, 90%, and 100% design phases, summarized in Attachment 1 (to the Request for Bid)—Scope of Work for Design Services. • Bid Item 2: MBR System Equipment and Services During Construction—This bid item shall be a lump sum amount for supplied equipment and services per the technical specifications. • Bid Item 3: Contract Price for Taxes—Sales tax shall be calculated as 9.0% of the sum of Bid Item 1 and Bid Item 2. • Bid Item 4: Total Contract Price—This bid item shall be taken as the sum of Bid Item 1, Bid Item 2, and Bid Item 3. • Bid Item 5: Membrane Subunit Pricing—This bid item shall be for the procurement cost of one membrane subunit, as defined in Specification Section 00800 “Supplementary Conditions,” Article 1.01. This cost shall be used as the base price for determining membrane subunit pricing for future replacement subunits, per Specification Section 464240, Paragraph 1.13 F. • Bid Item 6: Membrane Service Agreement—This bid item shall be the annual price for the first 5-year period of the membrane service agreement, per Specification Section 017510. The lowest responsive bid is intended to be determined by the sum of the following costs: • Bid Item 1: Design Services Work • Bid Item 2: MBR System Equipment and Services During Construction • Bid Item 3: Contract Price for Taxes • Present worth of operations and maintenance costs including:  Spare parts  Power usage  Chemical usage  Membrane replacement costs (calculated from Bid Item 5: Membrane Subunit Pricing and reported typical membrane life)  Membrane Service Agreement (calculated from Bid Item 6: Membrane Service Agreement) In addition to the bid form and other mandatory forms, the bidders were required to provide information as listed in Worksheet A—Required Information (see Attachment 1 to this memo) to determine whether bids were responsive. Worksheet A requires bidders to provide responses to and documentation for a set of pass/fail criteria, quantitative operations and maintenance parameters, and other bid support technical documentation. The responsive bidders were determined based on completeness of the bidder’s package and compliance with the procurement specifications. Comparative present worth costs were calculated by the Engineer from information provided by the bidder in response to Worksheet A—Required Information and the bid form. Modular MBR Equipment Bid Evaluation Technical Memorandum 3 Seven bids were received. This memorandum presents the evaluation of the bids for completeness, cost, and compliance with the specifications. BASE SYSTEM DESCRIPTION A phased approach is planned for connecting sewer customers to the Port Hadlock POTW, therefore the initial (start-up) number of connected sewer customers is anticipated to be much lower than the ultimate number of connected sewer customers. The sewer system would be a grinder pump pressure sewer system. The MBR System would need to be designed with the ability to be expanded in future phases. The request for bids requires the MBR Systems in responsive bids to have the capacity to serve a design flow condition, with adequate turndown capacity to serve the start-up flow from start-up to design flow conditions, including diurnal variations up to the anticipated equalized peak flow capacity of 0.150 million gallons per day (mgd) for up to a 12-hour duration. An anticipated future expansion capacity condition, should there be enough customers connecting to exceed the design flow capacity within the forecasted 20-year planning horizon, was required in the request for bids. The exact timing of the phased approach and extent for connecting sewer customers is unknown at this time. Design flows for responsive bids were provided in the request for bids as shown in Table 1. Design loads were provided as shown in Table 2. Table 1. Design Flows Parameter Start-up Flow Design Flow Future Expansion Capacity Annual Average flow (mgd)a 0.048 0.070 0.219 Maximum month flow (mgd) 0.061 0.090 0.283 Peak day flow (mgd) 0.075 0.111 0.355 Peak hour flowb, c (mgd) 0.204 0.297 0.923 Equalized peak flowd (mgd) 0.150 0.150 0.450 Peak Hour Flow Temperature (°C) 10 10 10 a. The flow at the end of the first year of operation of the facility is expected to be around 0.048 mgd. The service area is currently served by septic tanks and will gradually switch over to sewer service over time. b. Peak hour flow to POTW before any flow equalization. c. Peak hour flow hydrograph is not available. An assumed hydrograph was used with peak day flow duration of 24 hours and peak hour duration of 4 hours. This assumed hydrograph was used to calculate equalized peak flow. d. All equipment shall accommodate the equalized peak flow for up to a 12-hour duration. Table 2. Design Loads Units Annual Average Loading at Annual Average Flow Max Month Loading at Annual Average Flow BOD mg/L 390 490 pounds per day Start-up: 160; Design: 230; Future Expansion: 670 Start-up: 200; Design: 280; Future Expansion: 840 FOG mg/L 80 100 TKN mg/L 70 90 Modular MBR Equipment Bid Evaluation Technical Memorandum 4 Units Annual Average Loading at Annual Average Flow Max Month Loading at Annual Average Flow pounds per day Start-up: 30; Design: 40; Future Expansion: 125 Start-up: 35; Design: 50; Future Expansion: 150 TSS mg/L 390 490 pH 6 - 8 6 - 8 Alkalinity mg/L as CaCO3 220 220 Temperature °C 10 - 25 10 - 25 The scope of a responsive MBR System described in the request for bids includes, but is not limited to, the following: • Equipment for headworks screens • Tanks containing the MBR System, platforms, and access stairs and walkways • The biological treatment system consisting of pre-anoxic, aerobic, and post-anoxic basins, MBR basins, aeration blowers, permeate pumps, air scour blowers, and mixers • Ultraviolet disinfection system • Process instrumentation • Chemical injection systems for membrane cleaning and process control • MBR System control panel, programmable logic controller, supervisory control and data acquisition system, motor control panel • Asset management and computerized maintenance management system. The request for bids required that a responsive MBR System shall meet reliability requirements of Chapter 173- 219 of the Washington Administrative Code, and Washington State Department of Ecology Reclaimed Water Facilities Manual (“Purple Book”) (Publication No. 15-10-024, revised February 2019) through redundancy for Class A reclaimed water, and in order for the MBR System to be permitted by Ecology. No flow bypass or storage of inadequately treated water would be allowed. Other systems necessary to complete a functioning water reclamation facility would be supplied by Jefferson County, including, but not limited to, the following: • Influent flow equalization storage • A yard pump station • Solids handling provisions • Effluent chlorine residual system (if deemed necessary by Ecology) • Effluent pumping (if necessary). Jefferson County also would supply sitework, yard piping, duct banks, power, communication, and utility connections to the MBR System, as well as a prefabricated office building at the POTW site. Modular MBR Equipment Bid Evaluation Technical Memorandum 5 BID EVALUATION OF PROPOSED MBR SYSTEMS Bids were received from the following MBR System Suppliers: Cloacina, Ovivo, H2O Innovation, BluBox MBR, Kubota, Evoqua, and Schwing Bioset. Bid Price Overview Table 3 summarizes the bid item prices submitted. Table 3. Bid Prices Received by Jefferson County Bidder Cloacina Ovivo H2O Innovation BluBox MBR Kubota Evoqua Schwing Bioset Bid Item 1: Contract Price for Design Services 92,754.00 74,200.00 188,985.00 126,000.00 202,000.00 23,000.00 850,000.00 Bid Item 2: Contract Price for MBR System Equipment and Services During Construction 1,629,356.02 1,395,158.00 1,164,671.00 2,555,391.00 3,332,000.00 1,363,057.00 3,454,900.00 Bid Item 3: Contract Price for Taxes 151,429.49 132,242.22 120,029.00 241,326.00 318,060.00 122,675.00 387,441.00 Bid Item 4: Total Contract Price 1,873,539.52 1,601,600.22 1,473,685.00 2,922,717.00 3,852,060.00 1,508,732.00 4,692,341.00 Bid Item 5: Membrane Subunit Pricing 1,761.11 39.00 572.00 23,084.00 130.00 1,322.00 1,975.00 Bid Item 6: Membrane Service Agreement (annual price) 18,982.13 18,743.00 20,239.00 31,526.00 35,400.00 42,613.00 453,000.00 Selection for Detailed Evaluation The County performed an initial due diligence check of each bid to ensure adequate completeness for determination of responsive bidders. One bid omitted a substantial number of mandatory forms that were to be included with the bid, and was therefore disqualified from further consideration: • Evoqua Because this is a competitive price bid, the highest-cost bids, summarized in costs for Bid Item 4, were eliminated from further consideration: • BluBox MBR • Kubota • Schwing Bioset The three lowest-cost bids were advanced for further evaluation of present worth cost and compliance with the procurement specifications and requirements to determine whether the bids are responsible and responsive: • Cloacina Modular MBR Equipment Bid Evaluation Technical Memorandum 6 • Ovivo • H2O Innovation Per the Revised Code of Washington (RCW) 39.04.350 (1): “Before award of a public works contract, a bidder must meet the [listed] responsibility criteria to be considered a responsible bidder and qualified to be awarded a public works project.” Several specific required items ((a) through (g)) are listed. Furthermore, RCW 39.04.350 (2) states: “Before award of a public works contract, a bidder shall submit to the contracting agency a signed statement in accordance with chapter 5.50 RCW verifying under penalty of perjury that the bidder is in compliance with the responsible bidder criteria requirement of subsection (1)(g) of this section. A contracting agency may award a contract in reasonable reliance upon such a sworn statement.” Before award of this contract by Jefferson County Board of County Commissioners, the recommended contractor (in this case the MBR System Supplier) for award will provide to Jefferson County the documents, information, and proof that they comply with all the requirements of RCW 39.04.350. Only with these documents will a bidder be determined to be responsible and an award be finalized. Technical Evaluation The bid packages from Cloacina, Ovivo, and H2O Innovation were reviewed with special attention to the information submitted with Worksheet A—Required Information. Many of the questions in Worksheet A reinforce key requirements of the procurement specifications. The procurement specifications were written to outline performance requirements and general expectations for what processes the responsive MBR System is expected to include, but not to dictate means and methods or to prescribe how the MBR System shall be assembled. Attachment 2—Bid Comparison Table provides a summary of this evaluation. Comparative Present Worth Analysis The information submitted with Worksheet A—Required Information and the bid form were used by the Engineer to calculate a comparative present worth for each of the bid packages from Cloacina, Ovivo, and H2O Innovation. The comparative present worth analysis is intended to verify whether there are operational and capital cost differentiators, including exclusions of major items that impact capital cost, between the three bids. The tabulation of this analysis can be found in Attachment 3—Comparative Present Worth Analysis. The comparative present worth analysis was evaluated over the period of 20 years. No salvage value was assumed, and no membrane replacement costs were accounted for in year 20. Constants and other assumptions used for the calculation are summarized in Attachment 3. Capital Cost and Bid Differentiators The bid capital cost for each bid in the comparative present worth analysis was taken as the total of Bid Item 1: Design Services Work, Bid Item 2: MBR System Equipment and Services During Construction, and Bid Item 3: Taxes for the respective bids. Upon technical evaluation of the bids, the following items are differentiators noted between the bids. These differentiators are deficiencies or informalities taken to the procurement specifications that can increase the MBR System’s capital cost should they be amended: Modular MBR Equipment Bid Evaluation Technical Memorandum 7 • Weatherization—Specification Section 464240 Paragraph 2.4.A.3 stipulates that weatherization shall be provided for freeze protection to prevent damage to equipment, and if necessary, to meet process performance requirements. Protection of equipment is paramount to ensuring system reliability per the Purple Book requirements. Ensuring compliance with process performance requirements is essential to meeting Ecology effluent permit limits. The bid from H2O Innovation explicitly does not include weatherization. Accordingly, H2O Innovation is not a responsive bidder. • Tank portioning for reliability—Specification Section 464240 Paragraph 2.4.A.4 stipulates that the MBR System shall meet the reliability requirements of the Purple Book through redundancy. Partitioning to create multiple basins for the same process can help ensure that with a unit out of service, the MBR System can still meet performance requirements. The bid from H2O Innovation does not include a tank partitioning or other operational scheme to satisfy the Purple Book requirements. Accordingly, H2O Innovation is not a responsive bidder. • Installed standby process blowers and pumps—Specification Section 464240 Paragraph 2.4.A.4 stipulates that the MBR System shall meet the reliability requirements of the Purple Book through redundancy. A shelf spare for critical process equipment such as process blowers and pumps may be insufficient to provide reliability per the Purple Book. The bid from H2O Innovation does not include key hardwired spare equipment. Accordingly, H2O Innovation is not a responsive bidder. • Spare PLC provided—Specification Section 464240 Paragraph 2.7 stipulates redundant PLCs are to be provided, with automatic fail-over. This redundancy is for meeting Purple Book reliability requirements. The bid from Ovivo provides a spare PLC, albeit not hardwired; bids from H2O Innovation and Cloacina do not include a spare PLC. Accordingly, H2O Innovation and Cloacina are not responsive bidders. • ISO 9001 manufacturing facility certification for MBR System—Worksheet A requests proof of the bidder’s ISO 9001 certification for the MBR System Supplier’s and membrane manufacturer’s quality management systems, applicable to design, manufacturing, supply, installation, and servicing. The bid package from Ovivo included proof of certification to comply with this requirement; H2O Innovation and Cloacina claimed exception for certification of their design, manufacturing, installation, and servicing and provided proof of their respective quality management system procedures, but did provide proof of certification for their respective membrane manufacturers. Accordingly, H2O Innovation and Cloacina are not responsive bidders. • Rescreening system—Specification Section 464240 Paragraph 2.4.E.2 stipulates that there shall be rescreening of solids from the MBR basin. It does not appear that the bid from Cloacina includes a solids rescreening system. Accordingly, Cloacina is not a responsive bidder. • Design for peak hour flow up to 0.150 mgd—In Addendum #3 to Specification Section 464240 Paragraph 2.3.A, the equalized peak hour flow to be assumed for bids is 0.150 mgd. The bids from H2O Innovation and Ovivo acknowledge design to this peak flow; the bid from Cloacina is for a design that handles up to only 0.111 mgd. Cloacina also did not acknowledge Addendum #3 in the bid paperwork. Accordingly, Cloacina is not a responsive bidder. • MBR System Supplier warrants all equipment in their scope of supply—Specification Section 464240 Paragraph 1.13.A stipulates that equipment warranties shall be issued by and be the responsibility of the MBR System Supplier. The bid from H2O Innovation explicitly states that equipment not manufactured by H2O Innovation will not be warranted by H2O Innovation; such an arrangement bears the risk of having shortened equipment warranty periods passed down to the County if the equipment had been stored or otherwise held by the MBR System Supplier for a period of time before distribution to the County. Accordingly, H2O Innovation is not a responsive bidder. Modular MBR Equipment Bid Evaluation Technical Memorandum 8 Table 4 summarizes the comparison of bid capital costs and differentiators. More information is in Attachment 3. To preserve integrity of the bids, the Engineer did not speculate on the cost adjustments required to bring each bid into compliance with the procurement specifications and, thus, make them responsive bids, nor were bidders contacted to provide cost adjustments after all bid prices were made public. As a result of our analysis, only Ovivo meets the responsive elements of a responsive bidder. Table 4. Bid Capital Cost Comparison and Bid Differentiators Item H2O Innovation Ovivo Cloacina Capital Costs Bid Item 1: Design Services Work $188,985.00 $74,200.00 $92,754.00 Bid Item 2: MBR System Equipment and Services During Construction $1,164,671.00 $1,395,158.00 $1,629,356.02 Bid Item 3: Taxes $120,029.00 $132,242.22 $151,429.49 Bid Capital Cost Total $1,473,685.00 $1,601,600.22 $1,873,539.52 Bid Differentiators Weatherization Not included Included Included Tank partitioning for reliability Not included Included Included Installed standby process blowers and pumps Not included; shelf spare provided Included Appears to be included Spare PLC provided Not included Included as shelf spare, not hardwired Not included ISO 9001 certification of Quality Management Systems Not in compliance; H2O Innovation has own Quality Management System In compliance Not in compliance; Cloacina has own Quality Management System Rescreening System Included Included Not included Design for peak hour flow up to 0.150 mgd In compliance In compliance Not in compliance MBR System Supplier warrants all equipment provided Not in compliance In compliance In compliance Yellow cells indicate lack of compliance with procurement specifications Operational Present Worth The comparative operational present worth was assessed, assuming operation at the design flow condition with no expansion for the 20-year evaluation period. Some of the operational costs, although requested from the bidders, were not included in the comparative present worth analysis: upon inspection of the three bid packages, the assumptions and conditions for which these costs were derived are too disparate for comparison. Moreover, the present worth cost for these items is very likely not a differentiator between the three bids. The operational costs not included are the following: • Equipment and membrane spare parts—The scope for which these items were reported varied between the bidders, which made for incomplete comparison. For instance, one bidder included replacement for control relays while the others did not, and one bidder did not include costs for motor rebuild. • Equipment replacement—Equipment replacement costs were not requested from the bidders, but one of the bids evaluated submitted this information. Modular MBR Equipment Bid Evaluation Technical Memorandum 9 • Sodium hydroxide (NaOH) chemical addition, chemical costs—It is unclear whether all three bidders evaluated the need for sodium hydroxide addition for pH adjustment. Additionally, the conditions for which the biological processes were simulated in the data submitted with the bids varied, and it is unclear how these conditions affect the quantity of sodium hydroxide needed. It is assumed that this is not a differentiator because the biological processes and conditions would be the same between the three bids. • MicroC (carbon) chemical addition, chemical costs—For the same reasons as for sodium hydroxide, it is assumed that this is not a differentiator because the biological processes and conditions would be the same between the three bids. • Reported labor hours to operate—The level of detail for which this information was reported varied between the bidders, which made for incomplete comparison. The following items are included in the comparative operational present worth: • Power • Sodium hypochlorite (NaHOCl) chemical addition, chemical costs • Citric acid chemical addition, chemical costs • Membrane module replacement • Membrane service agreement Table 5 provides a summary of the comparative operational present worth. More information is in Attachment 3. Table 5. Comparative Operational Present Worth for Design Flow Condition Chemicals Service Comparative Power NaHOCl 12% Citric Acid 50% Membrane Module Replacement Agreement (Bid Item 6) Operational Present Worth H2O Innovation Quantity 175,000 185 15 100 Unit kwh/yr gal/yr gal/yr modules @ yr 10 $/yr $17,675.00 $164.65 $64.33 $20,239.00 Present Worth $262,959.37 $2,449.58 $957.09 $42,562.17 $301,105.21 $610,033.42 Ovivo Quantity 124,554 162.5 17.8 0 Unit kwh/yr gal/yr gal/yr modules @ yr 20 $/yr $12,579.95 $186.18 $76.34 $18,743.00 Present Worth $187,157.95 $2,769.89 $1,135.75 0 $278,848.51 $469,912.10 Cloacina Quantity 507,423 461.2 380.4 52 Unit kwh/yr gal/yr gal/yr modules @ yr 10 $/yr $51,249.72 $410.47 $1,631.45 $18,982.13 Present Worth $762,466.47 $6,106.73 $24,271.79 $68,142.42 $282,406.16 $1,143,393.57 Total Comparative Present Worth The total comparative present worth is taken to be sum of the bid capital cost (with no adjustments) in Table 4 and the comparative operational present worth in Table 5, and shown in Table 6. Modular MBR Equipment Bid Evaluation Technical Memorandum 10 Table 6. Total Comparative Present Worth Item H2O Innovation Ovivo Cloacina Bid Capital Cost $1,473,685.00 $1,601,600.22 $1,873,539.52 Comparative Operational Present Worth $610,033.42 $469,912.10 $1,143,393.57 Total Comparative Present Worth $2,083,718.42 $2,071,512.32 $3,016,933.09 NEGOTIATION OF TERMS AND CONDITIONS This evaluation does not address the exceptions in detail that each vendor took to the terms and conditions specified in the request for bids. The County Prosecuting Attorney should review the exceptions and determine if this affects the eligibility of the bidders. CONCLUSIONS The bid packages for the three apparent lowest bidders—H2O Innovation, Ovivo, and Cloacina—were evaluated. The bid price for Cloacina is the highest of the three bids evaluated and the bid is not responsive for the reasons discussed above. Cloacina, with its highest baseline bid capital cost and operational costs, will also likely remain the highest capital cost MBR System of the three bids evaluated after any capital cost adjustments (including providing a spare PLC, obtaining ISO 9001 certification, including a rescreening system, and redesign of the system to handle peak hour flow up to 0.150 mgd) to meet the procurement specifications. Accordingly, the Cloacina bid was eliminated. H2O Innovation has the lowest bid capital cost; however, the MBR System proposed has notable deficiencies from the procurement specifications and is not a responsive bid. The MBR System provided in H2O Innovation’s bid is not compliant with Purple Book standards and would not be permitted by Ecology without amendments to the design (including provision of weatherization, tank portioning, installed standby blowers and pumps, providing a spare PLC), which could significantly increase its capital cost. With increase in capital cost due to adjustments to H2O Innovation’s MBR System necessary as a result of its non-responsiveness, it will be less competitive than the Ovivo system based on capital cost. The bid price for Ovivo is second lowest, though the present worth analysis shows Ovivo as the lowest cost. Furthermore, the MBR System proposed by Ovivo is in compliance with the procurement specifications and the Purple Book requirements, whereas H2O Innovation and Cloacina are not. Based on the comparative operational present worth, Ovivo’s MBR System is the lowest cost to maintain and operate over the 20-year evaluation period for the design flow condition, compared to H2O Innovation and Cloacina, as shown in Table 6. The lowest total comparative present worth evaluated was for Ovivo, followed by H2O Innovation, and then Cloacina; therefore, Ovivo is the lowest responsive bidder. DUE DILIEGENCE REFERENCE CHECK Following review of the bid packages, a due diligence reference check of Ovivo customers was performed. Attempts via telephone call and email were made to reach out to three current customers of Ovivo (herein referred to as Customers A, B, and C) to discuss qualitative questions regarding user experience of Ovivo’s silicon carbide flat plate membranes, actual versus design performance and influent conditions exerienced, comparison of design Modular MBR Equipment Bid Evaluation Technical Memorandum 11 parameters between those of the reference facility and those for the Port Hadlock Water Reclamation Facility, and ease of working with Ovivo to resolve warranty issues and troubleshoot problems. As of the writing of this memorandum, the Engineer has received the information summarized in Table 7: Table 7. Summary Table of Reference Check Point made by Customer Significance for Port Hadlock’s POTW Have generally had no issues with meeting design effluent parameters except for total phosphorus without the need for adding a coagulant Port Hadlock’s POTW will have no effluent phosphorus constraint, therefore this would not be an issue Customer C had some programming issues at startup which caused fouling of the membranes, which required very labor and time intensive manual cleaning of the membranes. Ovivo sent technicians to clean the modules and correct the issue, and Customer C has had no issues since This was an aberrant circumstance, but the significance of this finding is that manual cleaning may eventually be needed, and it is very labor and time intensive Influent alkalinity for references varies from 150-300 mg/L. The plant pH maintains a high 6 to low 7 pH. No chemical addition for pH control has been required at this point Their range of influent alkalinity includes the assumed influent alkalinity of 220 mg/L (as CaCO3) for Port Hadlock’s POTW. This provides an example of a facility operating under similar influent alkalinity conditions without requiring chemical addition for pH adjustment The Ovivo Aerostrip aeration system performs as intended. However, they are mounted to the floor of the preaeration basins, requiring complete draining of the basin, and manual cleaning This may be an operating condition for other aeration systems as well Rate of responsiveness from Ovivo to address issues has been varied, but the issue has gotten resolved eventually Ovivo has provided support reliably, albeit timing and urgency of response has varied Customer C’s warranty claims for performance of the silicon carbide membrane system has been contingent on Customer C maintaining a microorganism food-to-mass ratio of 0.06-0.1. The treatment facility requires chemical addition (carbon source) only by substances approved by Ovivo to get up to this ratio, which is adding significant chemical cost It is unclear whether this would be an issue for the Port Hadlock POTW. This is an issue that will need special attention during detailed design of the MBR for Port Hadlock’s POTW There is a significant amount of extra paperwork not required by the EPA and for regulatory reporting that is required by Ovivo to maintain warranty. As soon as a “warranty” issue comes up, these documents will be requested From the varied nature of bid responses to the question of labor hours to operate a modular MBR System, it is unclear whether this is the same case for other manufacturers Ovivo can dial in the plant at any time and regularly get reports on plant activity. If the plant falls out of range on these reports any of these events could be “warranty” voidable It is unclear the degree to which this is the same case for other manufacturers Modular MBR Equipment Bid Evaluation Technical Memorandum 12 Point made by Customer Significance for Port Hadlock’s POTW Concluding points of the conversation: • Having had experience with polymeric membranes, Customer C highly recommends silicon carbide (ceramic) membranes as the superior alternative • Generally have no issues with meeting effluent limits • Overall the discharge (turbidity) of the plant looks very good • There are extra costs incurred with chemical addition including potentially food sources, coagulants, and chemicals used to clean the membranes • There will also be extra paperwork over what is needed for regulatory compliance required by Ovivo to maintain warranty • This is affirmation that ceramic membranes are a good choice • Effluent quality limits are met fairly consistently • Special attention during design will need to be paid to allow system flexibility to potentially require lower requirements for chemical addition for process control and maintenance • Training provided by the MBR System Supplier will need to include emphasis on paperwork required by the operator and its implication on warranties RECOMMENDATIONS The Engineer recommends that the County pursue negotiations with Ovivo to be the MBR System Supplier, as the lowest responsible, responsive bidder, and that the County Prosecuting Attorney review the terms, conditions, and warranty terms proposed by Ovivo. ATTACHMENT 1: WORKSHEET A – QUALIFICATIONS WORKSHEET FORM 00400(A) - WORKSHEET A Page 1 of 7 WORKSHEET A – REQUIRED INFORMATION The information required in this Worksheet A is required to be submitted with the Bid. Bidders shall submit information in a format that is easy to comprehend for the Owner and Engineer. Organize responses in a binder or other format that is tabbed or indexed according to the numbering system used in this Worksheet A in order to make it clear which responses apply to each of the following questions. Failure to submit the information requested in Worksheet A will result in the Bid being considered Non Responsive. 1.01 PASS/FAIL CRITERIA A. EXPERIENCE CRITERIA #1: All membrane units and subunits furnished shall be new and unused and shall be the standard products of a Membrane Manufacturer having a minimum 5 years manufacturing the proposed membrane subunit. The Bidder shall document and provide with their Bid the following: 1. Proof of minimum 5 years manufacturing: List number of years and location of manufacturing facilities; or, 2. Provide deviation rationale if not able to meet this requirement B. EXPERIENCE CRITERIA #2: Bidder shall have a minimum 5-year history furnishing at least fifteen (15) full scope MBR Package Plant Systems in the USA. The Bidder shall document and provide the following with their Bid: 1. Proof of providing support, service, and applicable inventory: Provide attachment detailing how you meet this requirement; or 2. Provide deviation rationale if not able to meet this requirement C. EXPERIENCE CRITERIA #3: Bidder shall have supplied at least ten (10) operational plants of the current package plant model proposed. The Bidder shall document and provide the following with their Bid: 1. Date first commercially introduced. 2. Total number of the model supplied. 3. Specific information and photos of at least ten (10) operational plants, including the following information: No. Installation Name City State Design Flow Commission Date Scope of Supply 1 2 etc 4. Provide deviation rationale if not able to meet this requirement FORM 00400(A) - WORKSHEET A Page 2 of 7 D. ISO 9001 CERTIFICATION: To show evidence of being able to provide the quality of equipment and services described in this specification, the MBR System Supplier shall submit with their Bid, their quality system ISO 9001 certification. The company identification and quality procedures shall indicate for the MBR System Supplier that the Quality Management System is applicable to design, manufacturing, supply, installation, and servicing of wastewater and water treatment plants, associated equipment and systems, and for the Membrane Manufacturer the Quality Management System is applicable to the manufacturing of membrane material and equipment. The quality system shall be audited by a third-party independent inspector. Certification shall remain in effect throughout 1 year past the commissioning of the project. The Bidder shall provide with their bid the following: 1. Proof of quality system ISO 9001 certification: Provide current certification; or 2. Provide deviation rationale if not able to meet this requirement E. BONDING CAPACITY: Have an aggregate bonding capacity of at least $20,000,000. The bidder shall provide with their bid the following: 1. Proof of bonding capacity: Provide Bond certification letter F. SYSTEM SUPPORT CAPACITY: Demonstrate the following: sufficient inventory to support the membrane market; ability to provide ancillary membrane support and mounting equipment, pipe and support fabrication, equipment warehouse and staging of project equipment; and the team members necessary to support and service the MBR system both remotely and through in-field efforts, including for plant start-up coordination, mechanical checkout, operator training, and troubleshooting of membrane systems. The Bidder shall document and provide the following with their Bid: 1. Proof of providing support, service, and applicable inventory: Provide attachment on how you meet this requirement and include: organizational chart with personnel names, titles, contact information, years of experience with MBR system supply and servicing; location of personnel and inventory; or 2. Provide deviation rationale if not able to meet this requirement G. WARRANTY AND GUARANTEE COMPLIANCE: General Equipment, System Performance, and Membrane Subunit warranties are specified in Specification 464240 Membrane Bioreactor Equipment Section 1.13. See that section for detailed Warranty information. The Bidder shall provide the following with their bid: 1. Provide evidence that Bidder can meet the requirements for these warranties; or 2. Provide any exceptions or clarifications to the warranty type and duration, and rationale if not able to meet this requirement. H. MEMBRANE PROCESS DESCRIPTION AND MANDATORY PROCESS AND MBR REDUNDANCY REQUIREMENT: The Bidder shall submit an explanatory statement of the MBR System FORM 00400(A) - WORKSHEET A Page 3 of 7 treatment process. The Bidder shall also certify and include an explanatory statement that the MBR System design meets the reliability requirements described in Specification Section 464240 Paragraphs 2.4.A.4, 2.4.B.1, and 2.4.C.1, and Section 400100 Paragraph 2.7, which includes the following: reliability through redundancy for Class A reclaimed water with no flow bypass nor storage of inadequately treated water; 100% of max month flow system performance requirements listed in Specification Section 464240 Paragraph 2.3, with the largest aerobic zone or MBR zone out of service indefinitely. I. MANDATORY ASSET MANAGEMENT PROGRAM: The Bidder’s proposed asset management program shall meet qualification criteria as described in Specification Section 464240 Section 2.4.Z. The Bidder shall provide the following with their Bid: 1. Certification that the Asset Management Tool will perform as described in Specification Section 464240 Section 2.4.Z. 2. A product brochure and a link to a video to visually show the program. 3. The following information: a. Name of Asset Management Program b. Programming Provider Company c. Provider Address d. Provider Contact Name e. Provider Contact Phone f. Provider Contact email g. The Software utilized h. Whether interactive PDFs are utilized: (Yes/No) 4. Certification that the following asset management modules include the following (references are to the paragraph in Specification Section 464240): a. Status of Asset (2.4.Z.5.a) b. Asset Import (2.4.Z.5.b) c. Asset Location (2.4.Z.5.c) d. Asset Life Expectancy (2.4.Z.5.d) e. Critical Asset Identification (2.4.Z.5.e) f. Asset Documentation (2.4.Z.5.f) g. RFQ for Parts (2.4.Z.5.g) h. Asset Knowledge Management (2.4.Z.5.g) i. Support Contact (2.4.Z.5.h) j. Maintenance Management (2.4.Z.5.i) k. Maintenance Scheduling (2.4.Z.5.j) l. Real-Time Data Monitoring (2.4.Z.5.k) m. Alert Management (2.4.Z.5.l) 1.02 OPERATIONS AND MAINTENANCE PARAMETERS A. The Bidder shall include a statement that indicates the minimum influent flow and water quality parameters (including but not limited to BOD, TKN, TSS, pH, alkalinity, temperature FORM 00400(A) - WORKSHEET A Page 4 of 7 range) that will be necessary to operate the MBR System and meet water effluent water quality requirements. The Bidder shall include a minimum inflow and wastewater strength that will be necessary in order to operate the entire treatment system from influent through to infiltration bed disposal. B. Provide information for the following: 1. Total MBR System tank volume (cu. ft.) 2. MBR System footprint: a. Overall footprint envelope (sq. ft.) – Footprint includes all equipment supplied, not limited to tanks, equipment skids, access platforms, and chemical system and maintenance envelopes b. Equipment slab area (sq. ft.) c. Building slab area (sq. ft.), if applicable 3. Total interconnecting pipe (ft) 4. Total interconnecting electrical (wiring) (ft) 5. Membrane sludged weight (lbs) – Maximum weight of membrane subunits when lifted. 6. Lifting height (feet-inches) 7. Headworks a. Maximum grit level (inches) b. Fine screen perforation size 8. Maximum influent FOG concentration 9. Membrane chlorine lifetime PPM hours (ppm-hour) 10. Membrane flux at 10° C with one membrane unit offline, at max month flow (per Specification Section 464240 Paragraph 2.3.A). 11. Surface porosity (%) 12. Membrane subunit shelf life (years) 13. Total air scour (SCFM) 14. Chemical degradation (yes/no) – Whether the membrane degrade with chemical use. 15. Maintenance clean and backwash FORM 00400(A) - WORKSHEET A Page 5 of 7 a. Can the membranes be backwashed (yes/no) b. Is maintenance clean fully automated or semi-automated 16. Physical damage or fatigue (yes/no) – can membranes be damaged physically from foreign objects or fatigued from extended operation 17. Method of sludge recovery from tank dewatering (e.g. pressure washing, machine washing, manual rake/scraping) 18. MLSS operating range (mg/L) 19. Design sludge age 20. Labor a. Provide annual plant operation labor hours (hours) b. Provide annual sampling and testing labor hours (hours) for regulatory testing c. Provide annual sampling and testing labor hours (hours) needed for process control (supplemental to regulatory testing) d. Provide labor hours (hours) for maintenance, and maintenance intervals e. Provide description of activities considered in operation, sampling and testing, and maintenance labor hours 21. Provide the following information to be used by the Engineer to calculate the comparative operating expense over a 20-year period at Design Flow per Specification Section 464240 “Membrane Bioreactor Equipment”, Paragraph 2.3 A.: a. Spare parts i Provide annual cost of spare parts for operating at Design Flow ii Provide description of typical spare parts that may be needed each year b. Provide annual power (kWh) at Design Flow c. Chemical usage i Provide annual chemical usage cost at Design Flow ii Provide list of chemical(s), annual quantity, unit cost(s) d. Replacement membrane subunits i Total number of membrane subunits FORM 00400(A) - WORKSHEET A Page 6 of 7 ii Provide expected membrane life (years); i.e. replacement interval iii Provide justification (for example, performance in existing MBR Systems) of expected membrane life iv Provide technical specifications of membrane subunits 1.03 OTHER BID SUPPORT TECHNICAL DOCUMENTATION A. List of named equipment/material manufacturers B. General Electrical Work 1. Provide drawings showing all external electrical, control and communications connection points (dimensioned) for the assembled modular treatment system. 2. Identify for each connection/interconnecting point the electrical characteristics including voltage, phase, frequency, current draw, signal level, wiring / cable type and field termination provisions made during manufacture. 3. Preliminary Process and Instrumentation Diagrams (P&IDs) C. Instrumentation and Control Systems 1. Provide drawings showing all separately shipped components and assemblies along with field connection required for site installation. Drawing shall show the location of each connection along with the electrical characteristics and wiring configuration of each connection/interconnections required by the site installation Contractor. D. Membrane Bioreactor System 1. Preliminary process flow diagram, initial design phase 2. Preliminary process flow diagram, future expansion phase(s) a. Expansion to the initial design phase can be drawn on the same process flow diagram as for the initial design phase, with clear delineation of each phase E. Preliminary mechanical layout drawings, outlining dimensions of all equipment provided within the Bidder’s scope of supply. 1. Preliminary mechanical layout drawings shall show system dimensions, weights, lifting heights, and locations of lifting lugs/points of Membrane Subunits (dry and wet with sludge), and other major equipment including but not limited to blowers, screens, and UV units, sufficient for Owner to determine lifting requirements to provide for operations and maintenance activities. F. Preliminary calculations for the design of the biological treatment system. FORM 00400(A) - WORKSHEET A Page 7 of 7 G. Ultraviolet light disinfection unit California State Water Board Title 22 approval documentation H. Names and license numbers of Registered Architect (if applicable) and Professional Engineers licensed to practice in the State of Washington who will provide their seals on the final calculations, drawings, and biological treatment system design. I. Warranty information, detailing membrane design fluxes for all seasonal flow conditions. J. System start-up and test procedures END OF SECTION ATTACHMENT 2: BID COMPARISON TABLE Port Hadlock Water Reclamation Facility MBR Equipment Bid Evaluation 1 of 11 Port Hadlock Water Reclamation Facility MBR Equipment Procurement Proposal Comparison Table 4/13/21 Worksheet A question Cloacina H2O Innovation Ovivo Compliance with procurement specification/remarks Response summary PDF page Response summary PDF page Response summary PDF page 1.01 Pass/Fail Criteria A. Experience Criteria 1: All membrane units and subunits furnished shall be new and unused and shall be the standard products of a Membrane Manufacturer having a minimum 5 years manufacturing the proposed membrane subunit. The Bidder shall document and provide proof or deviation rationale.  Suez  Hollow fiber polymeric membranes  ZeeWeed 500 ZeeWeed since 1990 (Zenon), has since sold product line to Suez. Manufactured in Hungary. 29/86, 44- 45  Memstar  Hollow-fiber PVDF membranes  3G-TIPS was launched in 2012. H2O Innovations has manufacturing facilities in Quebec, Minnesota, and Vista (CA); skid mounted systems manufactured in Quebec and Minnesota. 20/212  Ovivo  Flat plate silicon carbide ceramic membranes Product group inception in 2001. Current membrane manufacturing facilities in Denmark and Hutto, TX. Will be opening a membrane manufacturing facility near Austin, TX – anticipated by late 2022. 4/162 Cloacina – comply H2O Innovation – comply Ovivo – comply B. Experience Criteria 2: Bidder shall have a minimum 5-year history furnishing at least fifteen (15) full scope MBR Package Plant Systems in the USA. The Bidder shall document and provide proof of providing support, service, and applicable inventory or deviation rationale. MEMPAC series MBRs since 2009. Stock all sensory instrumentation and most major equipment replacement parts in warehouse in CA. Expedited parts agreement with vendors. Hero Support Services, after-care support program has ticketing/portal program. 29/86 Attached list of projects in US and Canada over the past 10 years. Project manager will be assigned to project during design and construction. Has maintained excellent relationships with vendors. Has in-house service and commissioning support team. 20/212, 25- 28/212, 78-94/212 Have sold >150 MBR package plant systems, since 2003. Has engineering, technical support, fabrication, and controls teams in-house, as well as management of the membrane manufacturing. 6/162, 12- 14/162 Cloacina – comply H2O Innovation – comply Ovivo – comply C. Experience Criteria 3: Bidder shall have supplied at least ten (10) operational plants of the current package plant model proposed. The Bidder shall document and provide the information on projects with their bid. MEMPAC series MBRs since August 2009. Has close to 50 models of MEMPAC family in the “marketplace”. One WA project in the 10 examples provided: in Tri-Cities for private development. 29-33/86 H2O Innovations designs and fabricates custom package plants for each client. 20/212, 78-97/212 microBlox commercially available starting in 2012. Have 50 units in operation. 7/162 Cloacina – comply H2O Innovation – comply Ovivo – comply D. ISO 9001 Certification: the MBR System Supplier shall submit with their Bid, their quality system ISO 9001 certification. The company identification and quality procedures shall indicate for the MBR System Supplier that the Quality Management System is applicable to design, manufacturing, supply, installation, and servicing of wastewater and water treatment plants, associated equipment and systems, and for the Membrane Manufacturer the Quality Suez manufacturing facility for membranes is ISO9001 certified. Exception taken by Cloacina. Cloacina has their own 200+ point QA/QC/QMS system and can provide more information if requested. 42/86, 47/86 Manufacturing facility for Memstar membranes is ISO9001 and ISO14001 certified. Exception taken by H2O Innovation. H2O Innovation has QMS similar to ISO certifications, including audits. 20/212 Complies for Austin, Salt Lake City, and Round Rock fabrication facilities. Proposal states that this is applicable to design, manufacturing, supply, installation, and servicing of treatment plants, associated equipment, and systems. 10/162 Cloacina – exception H2O Innovation – exception Ovivo - comply Port Hadlock Water Reclamation Facility MBR Equipment Bid Evaluation 2 of 11 Worksheet A question Cloacina H2O Innovation Ovivo Compliance with procurement specification/remarks Response summary PDF page Response summary PDF page Response summary PDF page Management System is applicable to the manufacturing of membrane material and equipment. The quality system shall be audited by a third- party independent inspector. Certification shall remain in effect throughout 1 year past the commissioning of the project. E. Bonding capacity: Have an aggregate bonding capacity of at least $20,000,000. Bonded $5M, with aggregate backlog of approximately $25M. 48/86 Single bond requests by surety for H2O Innovations up to $5M, up to aggregate $30M. 21/212 $15M for single bond, $75M aggregate. 11/162 Cloacina – comply H2O Innovation – comply Ovivo – comply F. System support capacity: Demonstrate sufficient inventory to support the membrane market; ability to provide ancillary membrane support and mounting equipment, pipe and support fabrication, equipment warehouse and staging of project equipment; and the team members necessary to support and service the MBR system both remotely and through in-field efforts, including for plant start-up coordination, mechanical checkout, operator training, and troubleshooting of membrane systems. The Bidder shall provide the following with their Bid: 1. Proof of providing support, service, and applicable inventory; organizational chart with personnel names, titles, contact information, years of experience with MBR system supply and servicing; location of personnel and inventory; or 2. Provide deviation rationale if not able to meet this requirement Suez stocks membranes, cassettes, hardware, accessories in excess of anything necessary for complete and total replacement of Pt. Hadlock project. Cloacina has partnered with Suez before, and Suez support staff is available to Cloacina. Cloacina has its own 24/7 support service for existing customers, with min. 2 full-time post-production staff available at any given time. Cloacina maintains remote SCADA connection to all its systems. All customers enrolled into Cloacina’s subsidiary support program which offers portal access to interactive troubleshooting guides, O&M library, and videos. Hero Services Ticketing Program also provides tracking of service requests, warranty claims, operational assistance. 37/86 Schematic org chart provided, along with several resumes of key staff. Has 24/7 on- call support hotline for emergencies. For non-emergencies there is support staff during business hours. On-site support costs (for performance testing) not included in cost proposal. On page 29/212 of proposal, there is per day rate and charges for such services. Per Spec 464240 3.4.A.2, expected there to be 2 site visits, for 4 working days. Assuming one person, 4 days, two trips, 4 nights x $200, 6 days x $100 = 4*($1250/day/person) + 4*1.15 markup*($200/night lodging) + 6*1.15 markup*($100/day incidentals) + 2*1.15 markup*($500/round trip flight) = $7760 However, as stated in page 53/212, the following are provided in the cost proposal:  Four (4) day site visit by an H2O trained installation specialist delivery inspection and installation assistance, in one (1) trip  Four (4) day site visit by an H2O trained installation specialist for clean water testing and functional testing, in two (2) trips 22-29/212 Org chart provided, and description of engineering, technical support, controls, fabrication, and manufacturing teams at company facilities. 12/162 Cloacina – comply H2O Innovation – comply Ovivo – comply Port Hadlock Water Reclamation Facility MBR Equipment Bid Evaluation 3 of 11 Worksheet A question Cloacina H2O Innovation Ovivo Compliance with procurement specification/remarks Response summary PDF page Response summary PDF page Response summary PDF page  Thirty (30) day site visit by an H2O trained installation specialist for commissioning and startup, in two (2) trips G. Warranty and guarantee compliance: General Equipment, System Performance, and Membrane Subunit warranties are specified in Specification 464240 Membrane Bioreactor Equipment Section 1.13. Bidder shall provide evidence of meeting these warranties and provide any exceptions or clarifications with their bid. No exceptions taken. However, design in proposal does not reflect treatment capacity for peak flows equalized to 0.150 mgd, as established in Addendum 3, and assumes equalization only to peak day flow of 0.111 mgd. 49-50/86 H2O Innovation provided proposed warranty with bid. A major mechanical warranty exception to Specification Section 464240 Section 1.13 B.1: “this warranty does not extend to equipment, parts, or components manufactured by a third party into which the equipment is incorporated”. 29/212 Ovivo provided list of exceptions to the warranty and the following:  General equipment – 24 months  Fine bubble diffuser – 60 months  MBR system performance – 12 months  Membrane diffuser clogging – 12 months  Membrane plate – 12 years (4 flat/8 prorated) 14/162, 78- 89/162 Cloacina – not in compliance and missed Addendum 3; have not designed for handling up to peak equalized flow of 0.150 mgd. H2O Innovation – proposed boilerplate warranty. Will not warrant equipment manufactured by others, which is not in compliance with procurement specification. Ovivo – proposed list of exceptions; will need to be further reviewed H. Membrane process description and mandatory process and MBR redundancy requirement: The Bidder shall submit an explanatory statement of the MBR System treatment process. The Bidder shall also certify and include an explanatory statement that the MBR System design meets the reliability requirements described in Specification Section 464240 Paragraphs 2.4.A.4, 2.4.B.1, and 2.4.C.1, and Section 400100 Paragraph 2.7, which includes the following: reliability through redundancy for Class A reclaimed water with no flow bypass nor storage of inadequately treated water; 100% of max month flow system performance requirements listed in Specification Section Proposal acknowledges WAC 173-219-350 Reliability Requirements.  Headworks: 2 fine screens, unclear if fully redundant  Pre-anoxic basin(s): have 1 basin  Aerobic basin(s): have 3 basins, unclear if there is operating scheme to allow fully compliant operation with one out of service indefinitely  Post-anoxic basin(s): have 2 basins, volumes not redundant  MBR basin(s): have full redundancy  UV disinfection: has 2 UV units, capacity of each is unknown  Mixers: no shelf spares  Blowers, pumps: unclear if there are hardwired spares; no shelf spares, but rebuild kits included  Controls: no spare PLC provided 33/86, 48/86 “Two trains are provided on the membranes so that the system can operate with one train offline. A spare process blower is supplied as part of the spare parts, ensuring that the aerobic system can continue to operate in the event of an aerobic blower failure.”  Headworks: 2 fine screens (redundant), with grease trap  Pre-anoxic basin(s): have 1 basin  Aerobic basin(s): have 1 basin  Post-anoxic basin(s): have 1 basin  MBR basin(s): have full redundancy  UV disinfection: has redundancy with 2 units  Mixers: shelf spare provided  Blowers, pumps: shelf spares and rebuild kits included, but does not have hardwired redundancy  Controls: no spare PLC provided 31-35/212 Page 4/162: 464249 2.4 A.B.1 The aerobic zones shall meet 100% of MMF system performance requirements with one tank out of service indefinitely. “Our design verified by our BioWin modeling provided with this proposal shows MMF goals accomplished with 1 aerobic tank offline indefinitely. microBLOX is set up to easily bypass 1 basin keeping the others online.” 464249 2.4.C.1 The Membrane zones shall meet 100% of MMF system performance requirements Indefinitely “Our design verified by our BioWin modeling provided with this proposal shows MMF goals accomplished with 1 4/162, 15/162, 115/162 Cloacina – redundancy in MBR basin volume, but have not demonstrated operating scheme to allow fully compliant operation with largest unit out of service. No hardwired PLC provided. H2O Innovation – redundancy in MBR basin volume, but have not demonstrated operating scheme to allow fully compliant operation with largest unit out of service. No hardwired PLC provided. Port Hadlock Water Reclamation Facility MBR Equipment Bid Evaluation 4 of 11 Worksheet A question Cloacina H2O Innovation Ovivo Compliance with procurement specification/remarks Response summary PDF page Response summary PDF page Response summary PDF page 464240 Paragraph 2.3, with the largest aerobic zone or MBR zone out of service indefinitely. membrane tank offline indefinitely. microBLOX is set up to easily bypass 1 basin keeping the others online.” Page 15/162: System sized such that either one aeration tank or one membrane tank can be taken offline indefinitely, and still run at MMF. 3 pre-aeration tanks in parallel, sized such that two are adequate to provide enough oxygen contribution needed for MMF flow. 2 membrane tanks in parallel. Each membrane tank has hydraulic capacity to run at MMF with the other tank out of service indefinitely. All pre-aeration tanks would need to be online to make up for oxygen contribution lost.  Headworks: 1 coarse screen, 2 duty and 1 standby fine screens  Pre-anoxic basin(s): have 1 basin  Aerobic basin(s): have 3 basins; have demonstrated that can run plant at MMF with 1 basin offline  Post-anoxic basin(s): have 1 basin  MBR basin(s): have full redundancy  UV disinfection: has redundancy with 2 UV trains  Mixers: shelf spare provided  Blowers, pumps: hardwired spares provided  Controls: shelf spare PLC provided Ovivo – closest of the evaluated bids to full compliance, and submitted simulation results for having one aeration basin or one MBR basin out of service and handling MMF. Spare PLC provided as a shelf spare, but not hardwired. I. Asset Management Program ZOHO Creator, program created by Cloacina. Cloacina will build module to fit the needs of the project. 34/86 eMaint, program by Fluke/H2O Innovation 35/212, 131- 146/212 WaterExpert, program by inCTRL Solutions/Ovivo 16/162 Cloacina – generally compliant; details would be determined during design H2O Innovation – generally compliant; details would be Port Hadlock Water Reclamation Facility MBR Equipment Bid Evaluation 5 of 11 Worksheet A question Cloacina H2O Innovation Ovivo Compliance with procurement specification/remarks Response summary PDF page Response summary PDF page Response summary PDF page determined during design Ovivo – generally compliant; details would be determined during design 1.02 Operations and Maintenance Parameters A. Min influent flow and WQ parameters (BOD, TKN, TSSS, pH, ALK, temp) to operate plant. A. The Bidder shall include a statement that indicates the minimum influent flow and water quality parameters (including but not limited to BOD, TKN, TSS, pH, alkalinity, temperature range) that will be necessary to operate the MBR System and meet water effluent water quality requirements. The Bidder shall include a minimum inflow and wastewater strength that will be necessary in order to operate the entire treatment system from influent through to infiltration bed disposal. Minimum influent flow condition copied from conditions in procurement specification. 60/86 Minimum influent flow condition copied from conditions in procurement specification. Noted that min flows for design load are 33,000 gpd; if flow or loads are under, supplemental carbon would need to be added to aerobic tank. 36-37/212 Turndown capability comes from rotary lobe pumps, basin bypass flexibility because of redundancy. During startup flows, one membrane basin could be taken offline and membrane plates in the unused basin can be stored dry. Provided two minimum start-up flow scenarios of 0.024 mgd and anticipated start-up flow of 0.048 mgd as stated in specification, with one membrane basin offline. 20/162 Cloacina – designed for turndown to accommodate startup flow in procurement specifications. H2O Innovation – designed for turndown to accommodate startup flow in procurement specifications. Ovivo – designed for turndown to accommodate startup flow in procurement specifications, along with alternate scenario of even less flow. B.1 Total MBR System Tank Vol Pre-anoxic basin: 1364 gal Aerobic basin (total of 3): 12081*3 = 36243 gal Post-anoxic basin (total of 2): 12081*2 = 24162 gal MBR basin (total of 2): 4077*2 = 8154 gal Membrane area: 11100 SF (duty); 11100 SF (spare) 34/86, 57/86, 66/86 Pre-anoxic basin: 18500 gal Aerobic basin: 34500 gal Post-anoxic basin: 8000 gal MBR basin (total of 2): 8000 gal Membrane area: 11836 SF (duty); 11836 SF spare 38/212 Pre-anoxic basin: 3389 gal Aerobic basin (total of 3): 6901*3 = 20703 gal Post-anoxic basin (total of 2): 3907 + 6161 = 10068 gal MBR basin (total of 2): 3588*2 = 7176 gal Membrane area: 2860 SF (duty); 2860 SF (spare) 21/162 Cloacina – unclear if have capacity to operate for redundancy/reliability if aeration basin out of service. H2O Innovation – unclear if have capacity to operate for redundancy/reliability if aeration basin out of service. Ovivo – demonstrated ability to operate with one aeration basin or Port Hadlock Water Reclamation Facility MBR Equipment Bid Evaluation 6 of 11 Worksheet A question Cloacina H2O Innovation Ovivo Compliance with procurement specification/remarks Response summary PDF page Response summary PDF page Response summary PDF page one MBR basin out of service. B.2.a MBR System Footprint (all equipment supplied including tanks, skids, platforms, chemical system, maintenance envelope) 1710 SF 34/86 40’x50’ = 2000 SF initial phase 93’x50’ for future expansion phase 38-39/212 54’-6” x 31’-8” = 1729 SF 21/162 Not applicable – for comparison only. B.2.b Equipment slab area 2058 SF 34/86 40’x50’ = 2000 SF initial phase 93’x50’ for future expansion phase 38-39/212 1729 SF 22/162 Not applicable – for comparison only. B.2.c Building slab area Not appliable; no building supplied. 34/86 Not appliable; no building supplied. 38-39/212 Not appliable; no building supplied. 22/162 Not applicable – for comparison only. B.3 Total interconnecting pipe 100 ft 35/86 Did not provide value; from figure, looks like 10 ft for interconnecting pipes between steel tanks. Proposal states that piping within equipment container is provided by bidder. 40/212 64 ft 22/162 Not applicable – for comparison only. B.4 Total interconnecting wiring 16 ft pre-wired harnesses 35/86 On site electrical work consists of connecting junction or remote IO panels to MCP and power panel in the container. 40/212 COMM 24 VDC; 2-wire, 14 AWG: 6 LF COMM 24 VDC; 2-wire, 14 AWG: 6 LF 480 VAC; 3-wire, 12 AWG: 6 LF COMM 24 VDC; 2-wire, 14 AWG: 12 LF Total 30 LF of interconnecting wire. 23/162 Not applicable – for comparison only. B.5 Membrane sludged weight 4000 lb 35/86 3000 lb. Shipping weight 1280 lb. 40/212 2140 lb 23/162 Not applicable – for comparison only. B.6 Lifting height 17’ 35/86 11.5’ tank height + 8’ lift height over top of membrane wall = 19.5’ total lifting height, plus hook height for crane 40/212 9’-10” to the lifting hook + approx. 3’ to get to platform = 12’-10” 23/162 Not applicable – for comparison only. B.7.a Headworks Max grit level <2 inches 35/86 No answer provided Not applicable “Grit removal is not required for Ovivo coarse and fine screens…influent grit concentrations shall be reduced to less than 5 mg/L, measured by standard methods” 23/162, 43/162 Not applicable – for comparison only. B.7.b Fine screen perforation size 2 mm 35/86 2mm, no bypass. Grease trap will be provided as part of headworks. 41/212 5mm coarse screen, followed by two 2mm duty and one 2mm spare fine screens 23/162, 115/162 Cloacina – have 2 fine screens, unclear if redundant of each other. H2O Innovation – redundant (2) fine screens. Ovivo – 1 coarse screen; 2 duty, 1 Port Hadlock Water Reclamation Facility MBR Equipment Bid Evaluation 7 of 11 Worksheet A question Cloacina H2O Innovation Ovivo Compliance with procurement specification/remarks Response summary PDF page Response summary PDF page Response summary PDF page standby (2) fine screens. B.8 Max influent FOG 150 mg/L 35/86 Max influent FOG to headworks not provided. Max FOG to membranes 50 mg/L if animal/vegetable oil; 3 mg/L if mineral oil-based FOG. 41/212 100 mg/L SiC membranes can be cleaned at pH of 13 after major FOG event. 23/162 Not applicable – for comparison. B.9 membrane chlorine lifetime PPM hours 500,000 PPM-hr 35/86 1,000,000 PPM-hr 41/212 5,000,000 PPM-hr Chlorine degradation is related to supporting material of membrane, rather than SiC membrane itself. 24/162 Not applicable – for comparison. B.10 Membrane flux at 10 C with one membrane unit offline, MMF 8.1 gfd 35/86 10.5 gfd 41/212 Conflicting information provided: 18.0 gfd or 31.4 gfd 24/162, 82/162 Not applicable – for comparison. B.11 Surface porosity Did not provide answer. 35/86 Nominal pore size is 0.04 micron. Memstar modules have high porosity at 70-80%, and high membrane permeability. 41/212 48% 24/162 Not applicable – for comparison. B.12 Membrane subunit shelf life Indefinite with proper storage 35/86 “Extended periods of time” if stored properly 41/212 Indefinite; can be stored dry 24/162 Not applicable – for comparison. B.13 Total air scour 230 SCFM 35/86 50 SCFM per train 41/212 140 SCFM per membrane basin; 280 SCFM with both membrane basins online 24/162 Not applicable – for comparison. B.14 Chemical degradation No 35/86 Membranes are resistant to some chemicals and are affected by others. 41/212 No, for any chemical use and concentration typical for municipal WWTP, including accidental overdose of chemicals. 24/162 Not applicable – for comparison. B.15.a Maintenance clean and backwash – can membranes be backwashed Yes 35/86 Yes 41/212 Yes 25/162 Cloacina – comply H2O Innovation – comply Ovivo – comply B.15.b Maintenance clean and backwash – Is maintenance clean fully or semi-automated Yes 35/86 Yes; Have automated chemically enhanced backpulse weekly, and semi- automated clean in place quarterly. 41/212 Yes, fully automated maintenance clean. For certain conditions, could also add low doses of chemical to backwash cycles. 25/162 Cloacina – comply H2O Innovation – comply Ovivo – comply B.16 Physical damage for fatigued from foreign objects/fatigued from extended operation. Yes by foreign objects. Fatigued from extended operation – yes. Provided explanation that this is no 35/86 Yes; membranes protected by fine screening and rescreening to minimize risk of foreign objects and sharp object intrusion into MBR. 41/212 No, SiC membranes not prone to physical damage from foreign objects or fatigued from extended aeration. 26/162 Not applicable – for comparison. Port Hadlock Water Reclamation Facility MBR Equipment Bid Evaluation 8 of 11 Worksheet A question Cloacina H2O Innovation Ovivo Compliance with procurement specification/remarks Response summary PDF page Response summary PDF page Response summary PDF page different from other membranes including ceramic membranes, which have sealant to composite headers. Also states that Cloacina is the only mfr that provides triple redundant safeguard against accidental hand/programmatic membrane damage due to over-pressuring. Did not answer question on fatigue. B.17 Method of sludge recovery from tank dewatering Automatic desludging button, which activates several valves 35/86 Can be hosed at low pressure or physically cleaned through additional aeration and physical agitation of fibers. Membrane aeration system designed to provide adequate aeration to prevent excess sludging of fibers during normal operation. 42/212 In situ backwash with air scour, or if that is inadequate, modules can be pulled from basin and pressure-washed. 27/162 Not applicable – for comparison. B.18 MLSS operating range 6000-9000 mg/L 35/86 7,000-8,000 mg/L 42/212 8,500-16,507 mg/L depending on the operating conditions. 29/162 Not applicable – for comparison. B.19 Design sludge age (specification minimum is 20 days) 33-42 days 35/86 22 days 42/212 17 (with one aeration basin or one MBR basin offline) - 24 days (all units online) 29/162 Cloacina – comply with all units online; did not supply parameter for one MBR or aeration unit offline H2O Innovation – comply with all units online; did not supply parameter for one MBR or aeration unit offline Ovivo – in operating scenario with one MBR or aeration unit offline, does not comply, with 17 days. However, scenario with all units online, does comply B.20 Annual labor hours See comparative present worth analysis B.21.a Spare parts See comparative present worth analysis B.21.b Annual power usage (at Design Flow condition) See comparative present worth analysis B.21.c Annual chemical usage (at Design Flow condition) See comparative present worth analysis Port Hadlock Water Reclamation Facility MBR Equipment Bid Evaluation 9 of 11 Worksheet A question Cloacina H2O Innovation Ovivo Compliance with procurement specification/remarks Response summary PDF page Response summary PDF page Response summary PDF page 21.d.ii Replacement membrane subunits – expected membrane life, replacement interval Example projects have membrane replacement at 10-16 years. 44-45/86 Expected membrane life 10 years 167/212 Membrane life estimated at 20+ years. 36/162 Not applicable – for comparison. 1.03 Other Bid Support Documentation A. List of equipment manufacturers Manufacturers and quantity provided 54/86 Manufacturers and quantity provided 8/212, 43/212 Manufacturers provided, quantity unclear 39/162, 33/162 Not applicable – for comparison. B. Electrical drawings, showing connection/interconnection point characteristics (e.g. voltage, phase, frequency, currency draw, signal level, wiring/cable time, field termination provisions) General information on interconnection points provided; example drawings, including information on typical instrumentation, provided from a similar project. 57/86 Example P&IDs provided showing typical instrumentation, but no information on controls. No information provided on interconnection point. 151- 164/212 Illustration provided of where power is to be connected (under PLC on skid). 480 VAC, 3 ph, 60 Hz, 200 Amp. 40/162 Not applicable – for comparison. C. I&C drawings, showing separately shipped components and assemblies along with field connections. Show location of each connection General information on interconnection points provided; example drawings, including information on typical instrumentation, provided from a similar project. 57/86 Instrumentation diagram provided, but no information on control in diagram; no PLC shown in drawings. No clear indication of where connections are. 151- 164/212 Equipment and instrumentation factory pre-wired other than electrical feed connection. There will need to be a low- voltage communications wire connection to DO probe on supplemental tank. 41/162 Not applicable – for comparison. D.1 Preliminary PFD, Design Flow PFD provided 58/86 PFD provided 150/212 PFD provided 98/162 Not applicable – for comparison. D.2 Preliminary PFD, Future Expansion No future expansion PFD provided No future expansion PFD provided Future expansion PFD provided 98/162 Cloacina – did not provide plan H2O Innovation – did not provide plan Ovivo – provided plan E. Mechanical layout drawings Layout drawing provided 57/86 Schematic illustration with general dimensions provided. 39/212 Layout drawing provided 99/162 Not applicable – for comparison. F Prelim calcs for biological treatment system Attached. Equalized peak flow to peak day 0.111 mgd, not 0.150 mgd. 60-67/86 Attached. 169- 212/212 Attached. 42/162 Cloacina – comply, did attach calculations, but did not equalize to peak flow in Addendum 3. H2O Innovation – comply, provided simulation results but not in much detail. Ovivo – comply, provided calculations and proof of various operating scenarios. Port Hadlock Water Reclamation Facility MBR Equipment Bid Evaluation 10 of 11 Worksheet A question Cloacina H2O Innovation Ovivo Compliance with procurement specification/remarks Response summary PDF page Response summary PDF page Response summary PDF page G. UV system CA State Water Board Title 22 approval Aquionics Proline PQ IL 400 UV System, which is Title 22 approved 36/86 Aquionics. Note that additional information could be requested. 48/212 NeoTech finalizing Title 22 conditional acceptance. If conditional acceptance is not finalized, Aquionics will be used instead. With NeoTech UV, Ovivo plans to put in two UV rows with 3 units in series. With one unit out of service, would reduce treatment output capacity. 47/162 Cloacina – comply H2O Innovation – comply Ovivo – comply H. Names, license numbers of registered PEs List of names provided and license numbers 36/86 No specific names provided, but statement that they will be stamped by an engineer registered to practice in Washington State 48/212 One name provided, and license number 47/162 Not applicable I. Warranty information, detailing membrane design fluxes for all seasonal flow conditions No additional information provided. Warranted flux values not explicitly listed; proposed warranty text provided in proposal. 29/212 Attached. 78- 89/162 Any deviations to warranty in specifications will need to be further evaluated. J. System start-up and test procedures Not provided. Instructions would be provided to Contractor. H2O Innovation would provide representative to site to provide technical assistance for installation prior to clean water testing and system startup. 48/212 Attached. 90- 96/162 Cloacina – information missing. H2O Innovation – information missing Ovivo – some deviation from specification. Other items of note Exceptions taken:  Will not do permeability testing of each membrane module, but would provide testing data for related batches (page 19/212).  Proposed payment terms that are negotiable, but heavily loads payments before County would receive equipment (page 18/212). Other exclusions:  On-site support costs for performance testing are not included in cost proposal; daily and per diem rate schedule provided (page 29/212)  Design, supply and installation of any and all weather protection, Not applicable. Port Hadlock Water Reclamation Facility MBR Equipment Bid Evaluation 11 of 11 Worksheet A question Cloacina H2O Innovation Ovivo Compliance with procurement specification/remarks Response summary PDF page Response summary PDF page Response summary PDF page buildings or sheds of any kind (page 54/212) ATTACHMENT 3: COMPARATIVE PRESENT WORTH ANALYSIS Port Hadlock Water Reclamation FacilityMBR Equipment Bid EvaluationPort Hadlock Water Reclamation Facility ‐ MBR Equipment Procurement Comparative Present Worth Analysis 4/13/2021Row ItemH2O InnovationProposal Page ReferenceOvivoProposal Page ReferenceCloacinaProposal Page Reference1 Bid Item 1: Design Services Work188,985.00$                      Page 11/21274,200.00$                       Page 50/16292,754.00$                     Page 9/862Bid Item 2: MBR System Equipment and Services During Construction1,164,671.00$                   Page 11/2121,395,158.00$                  Page 50/1621,629,356.02$               Page 9/863 Bid Item 3: Taxes120,029.00$                      Page 11/212132,242.22$                     Page 50/162151,429.49$                   Page 9/864 Select major capital cost items:5 WeatherizationNot includedPage 52/212IncludedPage 4/162Included6 Tank partitioning for reliabilityNot includedPage 38/212IncludedPage 15/162IncludedPage 34/86, 57/86, 66/867Installed standby process blowers and pumpsNot included; shelf spare providedPage 50/212IncludedPage 97/162Appears to be includedPage 54/868 Spare PLC providedNot includedIncluded as shelf spare, not hardwiredPage 70/162Not included9ISO 9001 certification of Quality Management SystemsNot in compliance; H2O Innovation has own QMSPage 20/212In compliancePage 10/162Not in compliance; Cloacina has own QMSPage 42/86, 47/8610 Rescreening SystemIncludedPage 35‐36/212IncludedPage 4/162Not included11Design for peak hour flow up to 0.150 mgdIn complianceIn complianceNot in compliance12MBR System Supplier warrants all equipment providedjNot in complianceIn compliance In compliance13Bid Capital Cost1,473,685.00$                  Page 11/2121,601,600.22$                 Page 50/162$1,873,539.52Page 9/86Item (for Design Flow Condition)Quantity Unit $/yrPresent Worth, $Quantity Unit $/yrPresent Worth, $Quantity Unit $/yrPresent Worth, $14 Equipment and membrane spare partsa,b$4,005.00 $59,584.29Page 166/212$6,737.57 $100,238.08Page 33‐34/162$3,175.00 $47,235.98Page 86/8615 Equipment replacementcNo data provided No data provided $62,316.16 $927,107.10Page 86/8616 Powerd175,000 kwh/yr $17,675.00 $262,959.37Page 166/212124,554 kwh/yr $12,579.95 $187,157.95Page 34/162507,423 kwh/yr $51,249.72 $762,466.47Page 86/8617 Chemicalse18 NaHOCl 12%185 gal/yr $164.65 $2,449.58Page 166/212162.5 gal/yr $186.18$2,769.89Page 34/162461.2 gal/yr $410.47 $6,106.73Page 86/8619 Citric Acid 50%15 gal/yr $64.33 $957.09Page 166/21217.8 gal/yr $76.34$1,135.75Page 34/162380.4gal/yr $1,631.45 $24,271.79Page 86/8620 NaOHf0 gal/yr $0.00Page 167/2127300 gal/yr $17,351.40 $258,145.02Page 35/1620 gal/yr $0.0021 MicroC (carbon)f1277.5 gal/yr $4,471.25 $66,520.91Page 167/2120 gal/yr $0.00Page 35/1620 gal/yr $0.0022 Membrane module replacementg100 modules @ yr 10 $42,562.17Page 167/2120 modules @ yr 20 $0.00Page 36/16252 modules @ yr 10 $68,142.4223 Reported labor hours to operateh<1 FTE yrPage 42/2125110 hr/yrPage 29/162864 hr/yrPage 86/8624 Service Agreement (Bid Item 6)$20,239.00$301,105.21Page 12/212$18,743.00$278,848.51Page 51/162$18,982.13 $282,406.16Page 10/8625Comparative Operational Present Worth (sum of rows 16, 18, 19, 22, and 24 )$610,033.42$469,912.10 $1,143,393.5726Total Comparative Present Worth $2,083,718.42 $2,071,512.32 $3,016,933.09Notes:gAll membrane module replacements assumed to occur at the expected end of life (10 years for H2O Innovation and Cloacina; 20 years for Ovivo); replacements at year 20 not accounted for, assuming end of life of all equipment.hLabor hours reported in evaluated bids varied in level of detail; the assumption is made that this cost will be approximately the same for all three proposals and not a differentiator, therefore this is not included in the comparative present worth.iTarget minumum sludge age of 20 days based on engineering best practice; a shorter sludge age can be acceptable if bidder can demonstrate meeting effluent requirements and design and operating requirements.jEquipment warranties not provided to the County through the MBR System Supplier would require the County to reconcile any warranty claims directly with the equipment manufactuer; inherent risk of shortened warranty periods passed down to the County.fNaOH and MicroC costs not included in comparative present worth; the three proposals evaluated modeled biological processes under differing conditions. Because the biological processes are the same, this is considered a non‐differentiator and highly dependent on operating conditions.aSpare parts cost lists provided by each bidder varied in level of detail; the assumption is made that this cost will be approximately the same for all three proposals and not a differentiator, therefore this is not included in the comparative present worth.bSpare parts cost provided by Ovivo given as a 20‐year total cost. Annual cost shown is the 20‐year total cost divided by 20.cCloacina provided equipment replacement cost, whereas H2O Innovation and Ovivo did not. Value shown here for completeness, but not included in comparative present worth.dH2O Innovation provided no calculation detail of annual projected power usage; Ovivo calculated power use for only when duty units are operating; Cloacina appears to have calculated power use assuming all duty and standby units are on for the same number of hours.eNaHOCl and Citric Acid are used for membrane cleaning; NaOH is used for pH control of treatment process; MicroC is a proprietary glycerin‐based carbohydrate used as a carbon source for biological processes.1 of 2 Port Hadlock Water Reclamation FacilityMBR Equipment Bid EvaluationAssumptions for Comparative Present Worth Calculation(P/F, i=3%,n=10)=F/(1/(1+i)^n)  0.7441(P/A,i=3%,m=20)=14.88i, discount rate3%discount rate in 2021 Facility Plann, membrane replacement year10m, present worth evaluation period20Power, $/KWH0.101unit cost in 2021 Facility PlanNaHOCl 12%, $/gal$0.89unit cost in 2021 Facility PlanCitric Acid 50%, $/gal$4.29unit cost in Ovivo proposal; lower than unit cost in Cloacina proposalNaOH, $/gal$2.38unit cost in Ovivo proposal; similar to unit cost in Cloacina proposalMicroC 2000, $/gal$3.50budgetary unit cost quote from EOSi on 3/18/21H2OI membrane module, $/ea$572Page 11/212H2OI total number of modules100Page 33/212; two 50‐module skidsOvivo membrane module, $/ea$39Page 50/162Ovivo total number of modules3520Page 36/162; two membrane trains, 1760 plates/trainCloacina membrane module, $/ea$1,761.11Page 9/86Cloacina total number of modules52Page 52/86, each cassette has 11,100 SF membrane area; per ZeeWeed500D module factsheet, there is 40 SF membrane suface area per module2 of 2