central wwtp sludge digestion and storage improvements

14
REQUEST FOR QUALIFICATIONS Central WWTP Sludge Digestion and Storage Improvements October 30, 2018 October 31, 2018 (Amended)

Upload: others

Post on 03-Oct-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

REQUEST FOR QUALIFICATIONS

Central WWTP Sludge Digestion and Storage

Improvements

October 30, 2018

October 31, 2018 (Amended)

Page 2

I. Project Description The City of Aurora operates two wastewater treatment plants (WWTP), herein referred to as “Westerly” and “Central.” In 2015, the City of Aurora commissioned an optimization study to improve efficiency and address maintenance concerns for both plants. The study was undertaken by Stantec and a Final Report was delivered to the City on May 18, 2018. The study presented findings and recommendations and a list of recommended projects prioritized based on need. The city wishes to engage in engineering design services for Project #1 from the City of Aurora WWTP Optimization Study to address deficiencies in the solids handling system at Central. The purpose of this project is to address a system that has reached the end of its service life and the failure of which would severely impact operations at Central. Essential elements of this project would include new sludge digestion tanks, a sludge pumping and thickening building, sludge dewatering, covered sludge storage and a new electrical and blower building and a sludge drain pump station. This project would provide a fully independent sludge handling operation at Central. It would also relieve Westerly of sludge from Central and provide redundancy to sludge dewatering and handling at Westerly. The project would improve operational efficiency, reduce the risk of spills on the public roadway, and reduce labor of transport. The Project Fact Sheet from the Optimization Study is provided in Attachment A.

II. The Aurora Central Wastewater Treatment Plan

The original Central Wastewater Treatment Plant plan included an Imhoff tank, slow sand filter beds and sludge drying beds constructed around 1925. In 1968, an activated sludge treatment plant was constructed consisting of two circular, contact stabilization package treatment tanks with final settling and aerobic digestion zones. New sludge drying beds were also added. A headworks with comminution, flow metering and grit removal was provided for preliminary treatment. A pump and blower building was constructed to house the blowers, sludge, and effluent pumps. Several plant modifications were completed between 1984 and 1989 to increase the plant capacity to 1.0 million gallons per day (MGD), enhance treatment capabilities, and meet Ohio EPA requirements. These improvements included a third contact stabilization package treatment tank, rapid sand filters with effluent pumps, an equalization chamber, coarse grit chamber, and pre-aeration tanks. Rapid growth in the 1990s, coupled with infiltration and inflow problems because of aging and deteriorated sewers, led to a major reconstruction of the Central WWTP in 1997. A new advanced secondary treatment facility was constructed. Processes included an oxidation ditch, secondary effluent pumping, traveling bridge, rapid sand filtration, ultraviolet disinfection, and effluent metering. Two of the existing contact stabilization package plants were converted to final settling tanks. The third package plant was converted to an aerobic digester with decanting facilities. A new headworks was constructed for preliminary treatment, flow control and diversion to a 1.0-million-gallon aerated equalization basin. The new headworks include a self-cleaning mechanical fine screen, vortex grit removal facility and grit dewatering equipment, and a septage receiving station. A

Page 3

new control building provides needed administrative space, restroom/locker room, conference room, and laboratory. The laboratory services both city’s WWTPs. The reconstructed Central WWTP is an oxidation ditch style plant followed by tertiary filters and has a rated capacity of 1.5 MGD and peak flow rate of 3.6 MGD. Current average flow is 0.81 MGD. The final effluent is discharged into the Aurora Branch of the Chagrin River and is located at 264 N. Chillicothe Road.

III. Available Information The City of Aurora Optimization Study, Stantec, 2018 may be reviewed at the City of Aurora upon request. The Fact Sheet from the report, which provides detailed information on the project is attached to this RFQ. Optional facility tours of the Central WWTP are being offered at the following times during the response period. No advance registration is necessary:

Monday, November 5, 2018 – 10 AM Tuesday, November 6, 2018 – 1 PM

IV. Scope of Services The City of Aurora wishes to enter into design phase service for Project #1 from the Optimization Study, Central WWTP Sludge Digestion and Dewatering. Design services shall include field surveying, subsurface investigation, preliminary and final design, and preparing the Permit to Install (PTI) Application for the Ohio EPA.

Page 4

Form of Submittal Communication Restrictions Please note the following policy regarding communication between Consultants and the City of Aurora during the announcement and selection process:

During the time period between advertisement and the announcement of final consultant selection, communication with consultants (or their agents) shall be limited as follows: Communications which are strictly prohibited: Any discussions or marketing activities related to this specific project. Allowable communications: Technical or scope of services questions specific to the project or RFQ requirements. Please direct all questions to: Justin Czekaj, P.E., City Engineer, City of Aurora, 330-995-9116, [email protected].

Project Description The services include preparation of construction contract plans for City of Aurora – Aurora Central WWTP Sludge Digestion and Storage Improvements. Estimated Construction Cost: $8,795,916 Estimated Date of Authorization It is anticipated that the selected Consultant will be authorized to proceed in December 2018. Schedule

Qualifications Due November 21, 2018, 12:00 p.m. Consultant Interviews December 10-14, 2018 Consultant Selection December 21, 2018 Consultant’s Cost Proposal January 4, 2019 Contract Negotiations Completed January 18, 2019 Contract Award January 28, 2019 Authorization to Proceed January 29, 2019

Suspended or Debarred Firms Firms included on the current Federal list of firms suspended or debarred are not eligible for selection.

Page 5

Compliance with Title VI of the Civil Rights Act of 1964 The City of Aurora, in accordance with Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, all bidders including disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, disability, low-income status, or limited English proficiency in consideration for an award. Selection Procedures The City of Aurora will directly select a consultant based on the Letter of Interest (LoI) and subsequent interviews. The requirements for the LoI and the Selection Rating Form that will be used to select the consultant are shown below. Consultants will be short-listed and interviews conducted as outlined in the anticipated schedule. Firms interested in being considered for selection should respond by submitting three (3) copies of the Letter of Interest to the following address by 12:00 PM Noon on the response due date listed above. Justin A. Czekaj, P.E., CPESC, CPSWQ, CESSWI City Engineer City of Aurora 158 W. Pioneer Trail Aurora, OH 44202 (330) 995-9116 Responses received after 12:00 PM Noon on the response due date will not be considered. Scope of Services and Qualifications The Scope of Services is as outlined in the project fact sheet in Attachment A, and should be further detailed by the consultant in their proposal. Submit qualifications in letter size, spiral-bound format. Respondents are encouraged to insure that the organization of your proposal conform to the following order and divisional sectioning, separated by index tabs for easy reference.

1. Letter of Transmittal 2. Company organization and profile 3. Project manager and project staff 4. Technical approach with defined tasks 5. Understanding of Project 6. Related project experience

Page 6

Consultant’s Organization and Profile The respondent shall identify information (including any joint venture partners or other associates) by listing the firm, all corporate officers, address and telephone/fax numbers and contact person. If a joint venture or association between firms is proposed, describe the contractual relationship and provide a copy of the joint venture resolution. The proposal shall include a description of Consultant in both narrative and organization chart form. The proposal should clearly indicate the relationship, roles and responsibilities of each organization and individual staff member. Name and title should specifically identify essential positions and individuals, with narrative describing their respective areas of expertise, responsibility and reporting.

For each key staff member, describe prior experience as it relates to the technical requirements of this project and individual’s position as a project staff member. Describe all relevant professional experience, academic degrees earned, professional licenses and awards, any special skills and supplementary training relevant to the requirements of this project.

Any proposed project staff that are not full-time employees of one of the corporate staff members shall be clearly identified. Briefly, describe their employment arrangement and availability for this project. Additionally, the primary location of proposed staff should be identified. Understanding of the Project Respondents are encouraged to expand or elaborate in a manner that reflects their understanding of the project and demonstrates their expertise and ability to perform all elements of the proposed study. The respondent shall provide a brief narrative that demonstrates their understanding of the Project, i.e., the Project’s goals and objectives, nature and scope of the work involved, etc. The City requires a detailed description of the Respondent’s approach to the Project, including methodologies, work plan, strategy and type of services that will be provided. Related Project Experience Provide narrative and visual descriptions (photographs and/or renderings,) if available, of relevant projects managed by the organization or members of the project staff in which the respondent has participated recently. Respondent should have a successful record of handling large-scale projects of similar scope or magnitude.

Page 7

Right to Reject Proposals and Waive Informalities The City reserves and may exercise the following rights and options with respect to this selection process.

1) To reject any or all proposals and reissue the RFQ at any time before execution of a final contract.

2) To supplement, amend, or otherwise modify this RFQ at any time before selection of one or more respondents for negotiation and to cancel this RFQ with or without issuing another RFQ.

3) To accept or reject any or all of the items in any proposal and award the contract, in whole or in part, if it is deemed in the City’s best interest to do so.

4) To reject the proposal of a respondent that, in the City’s sole judgment has been delinquent or unfaithful in the performance of any contract with the City, is financially or technically incapable, or is otherwise not a responsible respondent.

5) To waive any minor informality, defect, or deviation from this RFQ that is not, in the City’s sole judgment, material to the proposal.

6) To request that some or all of the respondents clarify, modify or supplement proposals. 7) To conduct concurrent contract negotiations with multiple respondents if it is in the best

interest of the City to do so.

Additional City Rights 1) As an aid in the selection process, the City may request interviews or oral presentation

from one or more respondents before commencement of any contract negotiations. 2) As an aid in the selection process, the City may request to visit the respondent’s local

office as means of verifying Consultant/sub-consultant capability to perform the work. 3) The City may request to inspect projects referenced in the respondent’s proposal. 4) The City may conduct investigations with respect to the qualification of each.

Page 8

CITY OF AURORA

Consultant Selection Rating Form Selection of Most Qualified Firm from Technical Proposals

Project: Central WWTP Sludge Digestion and Storage Improvements

Firm Name:

Category Total Value Total Score

Project Manager 20

Project Staff Experience & Location 15

Related Project Experience 20

Project Approach 30

Project Schedule 15

Total 100

The Selection Committee Harry Stark, MPA, CPMSM, RS, Director of Public Works Justin A. Czekaj, P.E., City Engineer Sara Cooper, P.E., Engineer Andy Krispinsky, WWTP Facilities Manager

Page 9

ATTACHMENT A

UPDATED FINAL REPORT

CITY OF AURORA WWTP OPTIMIZATION STUDY

APPENDIX A PROJECT FACT SHEETS

May 18, 2018

FACT SHEET

PROJECT #1: CENTRAL WWTP SLUDGE DIGESTION AND STORAGE IMPROVEMENTS

INTRODUCTION

The purpose of this project is to address a system that has

reached the end of its life and the failure of which would

severely impact operations at the Central WWTP.

Replacement is critical. In addition, the current system is

undersized for the rated capacity of the plant. Essential

elements of this project would include two new sludge

digestion tanks, a sludge pumping and thickening

building, sludge dewatering, covered sludge storage and

a new electrical and blower building and a sludge drain

pump station.

This project would provide a fully independent sludge

handling operation at the Central WWTP. It would also

relieve the Westerly WWTP of Central WWTP sludge and

provide redundancy to sludge dewatering and handling

at the Westerly WWTP. The project would improve

operational efficiency, reduce the risk of spills on the public roadway, and reduce labor of

transport. There would be additional labor associated with operating the dewatering system at

the Central WWTP.

Additional elements of this project may include the following:

• New auto samplers

• SCADA System Improvements

• Equalization Basin Aerators and Concrete Repairs

• Pole Lighting updating

PRIORITY: Critical

BENEFITS:

The existing aerobic digestion system is a steel tank installed in 1969. It is at the end of its useful life,

undersized for the rated capacity of the Central WWTP, and cannot be safely maintained. It is

important for this facility to have a sludge handling system at the Central WWTP that is reliable

provides digestion of waste activated sludge.

INTERDEPENDENCE ON OTHER PROJECTS:

This project is the first in the improvement program and will establish a foundation for subsequent

improvements projects.

Central WWTP Sludge Handling Area for

Digestion and Storage

UPDATED FINAL REPORT

CITY OF AURORA WWTP OPTIMIZATION STUDY

APPENDIX A PROJECT FACT SHEETS

May 18, 2018

ELECTRICAL POWER AND WATER REQUIREMENTS

This project will involve updating to electrical and water systems.

IMPACT ON OPERATIONS DURING CONSTRUCTION

There should not be significant impact on construction due to the relative independence of the

systems.

PERMITS AND EASEMENTS NEEDED TO CONSTRUCT THE PROJECT:

An Ohio EPA Permit to install will be required. It is not anticipated that property acquisition will be

required.

PROJECT COST ESTIMATE:

The Project Cost Estimate table is provided below.

UPDATED FINAL REPORT

CITY OF AURORA WWTP OPTIMIZATION STUDY

APPENDIX A PROJECT FACT SHEETS

May 18, 2018

CATEGORY SYSTEM QUANTITY MEASURE UNIT COST TOTAL COST

STRUCTURESEqualization Tank Rehab 1 LS $100,000.00 $100,000Aerobic Digestion Tanks and Control Building 1 LS $1,542,000.00 $1,542,000Electrical Service Building 1 LS $236,000.00 $236,000Debris Pad 1 LS $15,000.00 $15,000Blower Pad 1 LS $15,000.00 $15,000Demolish Existing Structures 1 LS $20,000.00 $20,000Sludge Dewatering Building and Cake Storage 1 LS $1,075,000.00 $1,075,000STRUCTURES SUBTOTAL $3,003,000

EQUIPMENTEqualization Basin Floating Aerators 4 EA $25,000.00 $100,000Digestion Air Diffusers and Piping 1 LS $200,000.00 $200,000Electrical Service, Generator and Primary MCC 1 LS $500,000.00 $500,000Digestion Blowers 3 EA $75,000.00 $225,000Sludge Pumps and Grinders 3 EA $30,000.00 $90,000Dewatering/Thickening Press and Polymer Feed System 1 EA $400,000.00 $400,000Dewatering Conveyor 1 EA $60,000.00 $60,000NPW Improvements 1 EA $100,000.00 $100,000Eye Wash Station Complete 1 LS $30,000.00 $30,000Duplex Sump Pump System 2 EA $8,000.00 $16,000Drain Pump Station Modifications 1 LS $100,000.00 $100,000Equipment Installation 1 LOT All Above $364,200EQUIPMENT SUBTOTAL $2,185,200

PIPING / GATESFuture Sewer Extension for Drain 500 LF $150.00 $75,000Flushing Water Lines with Fittings and Valves (4 Inch) 150 LF $50.00 $7,500NPW from Tertiary Filters to Dewatering (6 inch) 500 LF $75.00 $37,500Sludge Suction and Discharge Piping 400 LF $150.00 $60,000WAS Discharge Piping (6 inch) 200 LF $75.00 $15,000Liquid Sludge Loadout 1 LS $10,000.00 $10,000Air Piping (16 Inches) 200 LF $200.00 $40,000Drain Piping (8 inches) 300 LF $100.00 $30,000Magnetic Flow Meters and Control Valves (6 Inch) 2 EA $10,000.00 $20,000Air Flow Meter 2 EA $20,000.00 $40,000PIPING / GATES SUBTOTAL $335,000

1) CENTRAL SLUDGE DIGESTION AND DEWATERING

UPDATED FINAL REPORT

CITY OF AURORA WWTP OPTIMIZATION STUDY

APPENDIX A PROJECT FACT SHEETS

May 18, 2018

Project 1 Continued

SITEWORKConstruction Staking 1 LS $10,000.00 $10,000Fencing 500 LF $25.00 $12,500Dewatering 1 LS $30,000.00 $30,000Roadway 2000 LF $5.00 $10,000Paving 4000 SF $2.50 $10,000Site Grading, seeding, and mulching 4000 SY $3.25 $13,000NPW Line 500 LF $10.00 $5,000Yard Hydrants 5 EA $800.00 $4,000Storm Water Controls 1 LS $10,000.00 $10,000SITEWORK SUBTOTAL $104,500

OTHER DISCIPLINESEI&C (20% of Equipment and 10% Structural) 1 LS $373,140HVAC and Plumbing (5% of Structural) 1 LS $150,150OTHER DISCIPLINES SUBTOTAL $523,290

CONSTRUCTION SUBTOTAL $6,150,990Mobilization, Bonds & Insurance and Permits (3%) $184,530Contractor OH&P (15%) $922,649Contingency (25%) $1,537,748

TOTAL ESTIMATE OF CONSTRUCTION $8,795,916Engineering, Legal, Permitting and Services During Construction (12%) $1,055,510

PROJECT TOTAL ESTIMATE $9,851,426

UPDATED FINAL REPORT

CITY OF AURORA WWTP OPTIMIZATION STUDY

APPENDIX A PROJECT FACT SHEETS

May 18, 2018