TRANSMITTAL LETTER FOR THE BOARD MEETING OF MARCH 6, 2008
COMMITTEE ON PURCHASING
Mr. Richard Lanyon, General Superintendent
Title
Issue a purchase order and enter into an agreement with Consoer Townsend Envirodyne Engineers, Inc. for professional engineering services for Contract 06-212-3M, TARP Pump E1, W1 Replacement, VFDs and Mechanical Bar Screens, CWRP, total cost not to exceed $887,338.00, Accounts 401-50000-601420, 601440 (Req.1237024)
Body
Dear Sir:
Approval is requested to issue a purchase order and enter into an agreement with Consoer Townsend Envirodyne Engineers, Inc. (CTE) for professional engineering services for Contract 06-212-3M, TARP Pump E1, W1 Replacement, VFDs and Mechanical Bar Screens, at the Calumet Water Reclamation Plant.
This project is part of an overall program to modify the Calumet TARP Pumping Station. Contract 99-269-2M, Design of Valve Chamber at TARP Pumping Station, originally contained all components of the upgrades planned for the Pumping Station. As new items took on increased importance and priorities shifted, the design work at the Pumping Station was divided into several contracts to phase the construction work. The following is a brief summary and progress update on these related contracts:
Contract 04-294-3M, Valve Isolation Chamber and Pump Station Improvements: The goals of this contract are to ensure the pump station reliability, safety, and isolation. This contract is currently under construction and is comprised of the following components:
• Isolation Valves & Chamber: A new chamber is being constructed upstream of the pump rooms and bar screens. This chamber will house new isolation gate valves provided under Contract 99-269-AM which will isolate the tunnel from the pump station.
• Wet Shaft Dividing Wall: The height of the existing wet shaft dividing wall will be raised to nearly grade level to provide isolation between the East and West bar screen channels upstream of the pumping stations.
• Emergency Dewatering Pumps (EDP) System: A new separate pumping system has been installed to protect the pump room equipment and employees in the event of a pipe break and flood.
• Pump Replacement: Four (4) of the six (6) existing raw sewage pumps were replaced with pumps provided under Contract 04-RFP-09 to improve operational reliability.
• West Pump Room Access Shaft: A new shaft will be constructed to allow separate ingress/egress into the West pump room. This shaft, along with some structural modifications, will provide complete isolation between the two pump rooms in the event of a flood.
• Utility shafts: New utility shafts will be constructed to provide for possible future relocation of pump room electrical equipment above grade. The utility shafts will allow cable and conduit to be run between electrical equipment above grade and pumping equipment below grade.
The next phase of improvements to the Calumet TARP Pumping Station is Contract 06-212-3M, which includes the following items:
• Replacement of Pumps E1 and W1: Pumps E1/W1, the smaller pump in each pump room, will be replaced with a larger pump to increase the firm pumping capacity to 150 MGD per station. The existing pump motors will be replaced with new, larger motors and will be VFD driven to provide for pump operation under the full range of suction head conditions.
• New Electrical Switchgear Building: A new electrical switchgear building is to be constructed at grade that will house two (2) new VFDs. This building has been designed for expansion to accommodate six VFDs, 3 on the first level and 3 on a future second level, should the District decide to replace the existing VFDs and relocate them to grade. The advantage of this relocation would be to provide improved reliability in case of a flood in the pump room.
• Mechanical Bar Screens: The non-functional bar screens currently in place in the TARP Pumping Station allow debris to build up and get forced through the screen by the pressure of the water, leaving the pumps vulnerable to mechanical failure. The existing bar screens will be replaced with a new, cable operated bar screen capable of operating in submerged conditions, which will allow screenings to be lifted to the operating floor for ease of removal. The existing concrete shaft, tapered divider wall, and exterior curved walls will need to be modified to accept the new screen and rail system.
• Reconfigure Suction Header Piping: Previously, CTE modeled the existing suction header piping arrangement near pumps MPE-3 and MPW-3 to identify any hydraulic issues. The results of this model indicated dead zones at the end of the suction piping creating some flow abnormalities that could affect pump operation. This finding was later confirmed by the University of Illinois through a scale hydraulic model of the same piping which they developed. It was determined that most of the problems created by this suction piping configuration could be overcome through the insertion of a deflector plate that would be installed within the suction piping essentially changing the existing wye for pumps MPE-3 and MPW-3 into an elbow.
• Refurbish Existing Raw Sewage Pumps: CTE will prepare a specification for the contractor to evaluate the existing MP (E/W) 2 and 3 pumps and to restore them to as new conditions in order to address any wear related to operating the pumps prior to the screen protection.
• Steam and Condensate System: A high pressure steam service pipe will be provided by others along the north face of the new screen building for the proposed High Level Influent Pump Station (HLIPS). The new high pressure line (and condensate return line) will be routed overhead to the Calumet TARP Pumping Station for connection to a new pressure reducing station, condensate pumping system, and low pressure steam connection to the existing heat exchanger. CTE will design the structural supports, piping, and equipment associated with the high pressure service line, pressure reducing station, condensate return system, and connection to the existing heat exchanger.
The objective and scope of work for CTE is to perform an engineering evaluation of available screen manufacturers to recommend the basis of design, to prepare design and construction documents, to provide construction cost estimates required for the replacement of the bar screens and modification of the Pump Station, and to provide assistance during the bidding phase of the contract. CTE will additionally supply office engineering support during the construction phase.
The preliminary construction cost estimate for the work is $16,550,000.00 for the modifications to E1 and W1 Pumps and $10,000,000.00 for the replacement of the mechanically cleaned bar screens and modification of the East and West suction headers.
The date for completion of the consultant work is January 2012. There are no provisions for extending the agreement. This work includes the preliminary design reports and development of the final plans, specifications, construction cost estimates, assistance during the bidding phase of the contract and office engineering support during the construction phase.
Fourteen firms were invited under the consolidated consultant interview process. The following twelve firms presented proposals for District project:
AB&H, A Donohue Group
Black & Veatch Corporation
Camp Dresser and McKee, Inc.
CH2M Hill, Inc.
Crawford, Murphy & Tilly, Inc.
Consoer Townsend Envirodyne Engineers, Inc.
Earth Tech, Inc.
Greely & Hansen, LLP
Malcomb Pirnie, Inc.
Metcalf & Eddy, Inc.
MWH Americas, Inc.
STV Incorporated
CTE has been selected by the Engineering Department to provide the needed professional engineering services because of their substantial experience in modifying and retrofitting existing facilities, including the design of the TARP bifurcation structure which is presently being installed under Contract 04-294-3M. Through that effort, they have demonstrated a high level of specialization, expertise, and experience, and have put together a team with demonstrated expertise in project management, task leadership, engineering resources, and design Consulting. The Project Manager has direct and relevant experience in the design of the new TARP pumps in the Pump Station, which have similar layout and construction as the new E1 and W1 pumps. CTE has committed to performing all the work in the Chicago area.
The level of effort for the work requires approximately 6,487 man-hours. The estimated average payroll rate for the prime consultant for the term of the agreement is $45.87/hour.
The components of the total fee are as follows:
ITEM FEE
1. Direct Labor Costs - CTE
A. Labor Cost $220,872.00
B. Overhead & Profit $379,966.00
C. Total Labor Fee $600,838.00
2. Reimbursable Direct Costs $15,000.00
3. Sub-Consultants
A. MBE/SBE firms $180,500.00
B. WBE/SBE firms $91,000.00
Total Fee (Not to exceed) $887,338.00
The firms Primera Engineers, Ltd. and Rubinos & Mesia Engineers, Inc. are Minority-Owned Business Enterprises/Small Business Enterprises (MBE/SBE), and the firms Busking Engineering Services, LLC, Cushing and Company, and Intelligent Design & Construction Solutions, LLC are Women-Owned Business Enterprises/ Small Business Enterprises (WBE/SBE). All MBE/SBE and WBE/SBE firms will actively participate in providing services for the core elements required by the agreement. CTE will receive reimbursement on the basis of direct labor costs actually expended with an allowance for recovery of related indirect costs, profit, reimbursable direct costs, and any other relevant costs, as applicable. The work to be performed by PCE sub-consultants represents approximately 30.6% of the total dollar value of the agreement.
The Affirmative Action Section has reviewed the agreement and has concluded that CTE is in accord with the District’s Affirmative Action Policy.
Funds for the required work are available in Accounts 401-50000-601420 and 401-50000-601440, Capital Improvements Bond Fund.
Mr. Don D’Adam, P.E., who will serve as the project manager, is an engineer possessing a high degree of professional engineering skill in the firm of CTE. In as much as the firm of CTE and Mr. D’Adam of that firm are possessed with a high degree of professional skill, it is recommended that the purchase order be issued and enter into an agreement without advertising, per Section 11.4 of the Purchasing Act.
In view of the foregoing, it is recommended that the Purchasing Agent be authorized to issue a purchase order and enter into an agreement with Consoer Townsend Envirodyne Engineers, Inc. in an amount not to exceed $887,338.00.
If further clarification is required, please advise the undersigned.
Requested, Joseph P. Sobanski, Chief Engineer, TEK:JAW:LMK
Recommended, Darlene A. LoCascio, Purchasing Agent
Respectfully Submitted, Barbara J. McGowan, Chairman Committee on Purchasing
ORDERED passed by affirmative roll call vote of a majority of the Commissioners present this March 6, 2008. Approved, President Terrence J. O’Brien
Attachment