Loading...
Water Pollution Control Plant UpgradesMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Water Pollution Control Plant Upgrades DATE: March 26, 2010 Dubuque AlbAmedcaCity 1 2007 Water Pollution Control Plant Manager Jonathan Brown recommends initiation of the bidding process for the Water Pollution Control Plant Upgrades Project, and further recommends that a public hearing be set for April 19, 2010. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Jonathan R. Brown, Water Pollution Control Plant Manager \ I Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager Dubuque litiml AI- America Clly 2007 FROM: Jonathan R. Brown, WPCP Manager SUBJECT: Water Pollution Control Plant Upgrades DATE: March 25, 2010 INTRODUCTION The purpose of this memo is to request the authorization to proceed with the bidding process for the Water Pollution Control Plant (WPCP) upgrades. BACKGROUND The direction of the City of Dubuque's WPCP has been established as a high priority by the City Council. A process of facility planning was approved and RFP's for the Water Pollution Control Facility Plan were submitted to council on February 5, 2007. Consultant selection to prepare the Facility Plan was approved by City Council in May 2007 and Strand Associates of Madison WI was contracted to proceed with planning. The Facility Plan was submitted to IDNR in June 2008 for approval. In October 2008 the team of Strand Associates /IIW Engineers was selected by council to proceed with the design of the WPCP upgrades based on the concepts developed in the Facility Planning process. In January 2010 90% design documents were presented to City Staff for review. March 1, 2010 the City Council authorized City Staff to submit the design to the Iowa Department of Natural Resources (IDNR) for review and to apply for a construction permit. The design and specification documents are completed and the next step is to authorize the release of the bidding documents. DISCUSSION Strand Associates has completed the design and specifications for the upgrades of the WPCP design level and submitted the design documents for review by City Staff. The design includes improvements to nearly all portions of the existing WPCP. The following is a brief summary of the recommended improvements: Influent Screening • Replace the existing screens with fine screens • Install screenings washer /compactor Grit Removal • Replace the existing grit classifiers • Eliminate the need for dewatered grit conveying by reorienting the grit classifiers • Reconfigure grit pump discharge piping • Reduced plugging potential of grit removal system Primary Treatment • Remove domed covers and replace with weir covers only • Construct 4 primary clarifier • Refurbish existing clarifiers Biological Treatment • Continue with High Purity Oxygen (HPO) activated sludge, including hauling liquid oxygen to the plant • Replace aeration mixers (27) • Replace HPO controls for all three trains • Repair basin tanks • Seal concrete deck Final Clarification • Install new energy dissipating inlets Effluent Disinfection • Replace chlorination and dechlorination with ultraviolet light disinfection • Reuse contact tank for UV installation .Dissolved Oxygen and pH • Install a cascade aeration system downstream of the UV basin. This will serve to release CO2 to raise the effluent pH and dissolved oxygen. Peak Flow Management • Convert trickling filter structures to off-line flow equalization downstream of primary clarification. • Modify HPO basins to operate in contact stabilization mode of activated sludge as needed. Sampling and Flow Metering • Provide two new influent samplers • Provide new effluent sampler and sampling enclosure near the UV tank area. Residuals Management • Decommission the fluid bed incinerators. • Construct new anaerobic digestion facilities (TPAD) • Install new solids handling equipment in the existing incinerator building. • Rehabilitate the WAS storage tanks and provide new WAS storage aeration equipment. • Provide two new dewatering centrifuges • Convert existing incinerator building to biosolids cake storage and load -out facilities. Emergency Backup Power and Electrical Service • Install new emergency power generation equipment. • Replace electrical switchgear and distribution equipment from the 1970's and before. Administration Building, Laboratory, and Locker Rooms • Laboratory Addition • Refurbish the existing administration building • Refurbish locker rooms in the administration building and the incinerator building. • Energy Star rating for the Administration /Laboratory Building Maintenance Building Addition • Add two bays to existing Maintenance Building Other Equipment Replacement • Influent magnetic flow meters (2), effluent flow meter, and excess flow meter. • Primary clarifiers drives • Primary scum pumps • Primary sludge transfer pumps • RAS pump VFD replacement • WAS pumps • In -plant waste /recycle pumps • Plant effluent/process water pump • HVAC systems Miscellaneous Piping, Valves, Mechanical and Other Components • Influent channel gates • Primary clarifier splitter gates • MLSS splitter gates • Final clarifier influent splitter gates • Reroute in -plant waste /recycle pump discharge • New septage /hauled waste receiving station • New roofs on existing buildings • New Cold Storage Building for City of Dubuque upstream of the influent screens. Engineering Department Sustainability elements are included in many aspects of the design, most prominently in the pursuit of energy star rating for the Administration Building, WPCP processes and in the landscape design. The landscape design includes the use of rain gardens for stormwater management and low mow /native prairie grasses. Based on the March 12, 2010 Constructability Review by Story Construction the opinion of probable cost for the project is $47 million dollars which includes a 10% contingency. The total project cost including facility planning, design, construction and construction services is estimated to be approximately $55 million. This project is recommended to be financed by State Revolving Loan Funds, which offer 0% interest on the design loan and a below- market interest rate of 3.25% for the construction loan. The impact on rates for construction of the Water Pollution Control Plant upgrade is as follows: FY2011 FY2012 FY2013 FY2014 FY2015 FY2016 Plant Renovation 4% 6% 8% 10% 7% 7% Operating & Other Capital Needs 5% 5% 5% 5% 5% 5% Total Sewer Fee Increase 9% 11% 13% 15% 12% 12% The tentative schedule for the project is as follows: Notice to Bidders Public Hearing Receipt of Bids Award of Contract April 7, 2010 April 19, 2010 May 20, 2010 June 7, 2010 ACTION REQUESTED The City Council is requested to establish the date of the public hearing and to authorize the City Clerk to advertise for proposals through the adoption of the enclosed resolutions. Attachments: cc: Steve Brown, Project Manager Jenny Larson, Budget Director RESOLUTION NO. 98 -10 WATER POLLUTION CONTROL PLANT MODIFICATIONS PRELIMINARY APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; SETTING DATE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; AND ORDERING THE ADVERTISEMENT FOR BIDS NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: The proposed plans, specifications, form of contract and estimated cost for the City of Dubuque Water Pollution Control Plant modifications in the estimated amount of $42,858,266 are herby preliminarily approved and ordered filed in the office of the City Clerk for public inspection. A public hearing will be held on the 19 day of April 2010, at 6:30 p.m. in the Historic Federal Building Council Chambers at which time interested persons may appear and be heard for or against the proposed plans and specifications, form of contract and estimated cost of said Project, and the City Clerk be and is hereby directed to cause the attached notice of the time and place of such hearing to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four days nor more than twenty days prior to the date of such hearing. At the hearing, any interested person may appear and file objections to the proposed plans, specifications, form of contract, or estimated cost of the Project. The City of Dubuque Water Pollution Control Plant Modifications is hereby ordered to be advertised for bids for construction. The amount of the security to accompany each bid shall be in an amount which shall conform to the provisions of the Notice to Bidders hereby approved. The City Clerk is hereby directed to advertise for bids for the construction of the improvements herein provided, by publishing the attached Notice to Bidders to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four but not more than forty -five days before the date for filing bids before 2:00 p.m. on the 20 day of May, 2010. Bids shall be opened and read by the City Clerk at said time and will be submitted to the City Council for final action at 6:30 p.m. on the 7 day of June, 2010, in the Historic Federal Building Council Chambers (second floor), 350 West 6 Street, Dubuque, Iowa. Passed, adopted and approved this 5th day of April , Atte t: eanne F. Schneider, CMC, City Clerk- Roy D. Buol, Mayor NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE CITY OF DUBUQUE WATER POLLUTION CONTROL PLANT MODIFICATIONS NOTICE IS HEREBY GIVEN: The City Council of the City of Dubuque, Iowa will hold a public hearing on the proposed plans, specifications, form of contract and estimated cost for the Water Pollution Control Plant Modifications, in accordance with the provisions of Chapter 26, Code of Iowa, at 6:30 p.m., on the 19 day of April, 2010, in the Historic Federal Building Council Chambers (second floor), 350 West 6 Street, Dubuque, Iowa. Said proposed plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk. At said hearing any interested person may appear and file objections thereto. The scope of the Project is as follows: The work includes renovation of influent screening, grit removal, primary clarification, biological treatment, final clarification biosolids thickening and dewatering, Maintenance building, hauled waste receiving, and SCADA. The work includes the addition of a primary clarifier, an ultraviolet disinfection system, a Cold Storage building, anaerobic digestion facilities, standby power generation, and associated mechanical, electrical, and site work. Any visual or hearing- impaired persons needing special assistance or persons with special accessibility needs should contact the City Clerk's office at (563) 589 -4120 or TDD at (563) 690 -6678 at least 48 hours prior to the meeting. Published by order of the City Council given on the day of , 2010. Jeanne F. Schneider, CMC, City Clerk NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT WATER POLLUTION CONTROL PLANT MODIFICATIONS Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising improvement as stated below must be filed before 2:00 p.m. on May 20, 2010, in the Office of the City Clerk, City Hall - First Floor, 50 West 1 3 91 Street, Dubuque, Iowa. Time and Placed Sealed Proposals Will be Opened and Considered. Sealed proposals will be opened and bids tabulated at 2:00 p.m. on May 20, 2010, at City Hall - Conference Room A, 50 West 13 Street, Dubuque, Iowa, for consideration by the City Council (Council) at its meeting on June 7, 2010. The City of Dubuque, Iowa, reserves the right to reject any and all bids. Time for Commencement and Completion of Work. Work on each improvement shall be commenced within 10 days after the Notice to Proceed has been issued and shall be fully completed by 30 months after the Notice to Proceed is given. Bid Security. Each bidder shall accompany its bid with a bid security as security that the successful bidder will enter into a contract for the work bid upon and will furnish after the award of contract a corporate surety bond, acceptable to the governmental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The bid security shall be in the amount of five percent (5 %) of the amount of the contract and shall be in the form of a cashier's check or certified check drawn on a state - chartered or federally chartered bank, or a certified share draft drawn on a state - chartered or federally chartered credit union, or the governmental entity may provide for a bidder's bond with corporate surety satisfactory to the governmental entity. The bid bond shall contain no conditions excepted as provided in this section. Contract Documents. Bids are to be addressed to the City of Dubuque, Iowa, 50 West 13 Street, Dubuque, IA 52001, and shall be marked "Sealed Bid -Water Pollution Control Plant Modifications - Contract 1- 2010." Bidding Documents may be obtained from the Issuing Office which is Strand Associates, Inc., 910 West Wingra Drive, Madison, Wisconsin 53715. Bidding Documents in electronic format (.pdf format) will be on a single compact disk and will be provided to prospective Bidders for a nonrefundable $100 fee. A nonrefundable fee of $600 (shipping and handling fees included) will be required for each paper copy of Bidding Documents. Overnight mailing of Bidding Documents will not be provided. All General Contractor Bidders shall have a paper copy of the Bidding Documents. Bidding Documents may be examined at the offices of the City of Dubuque and are on file at the following locations: McGraw -Hill Construction -Dodge offices in Davenport and Des Moines, Iowa Bid +Network, 4814 East Broadway, Madison, WI 53716 (608) 221 -3148 Reed Construction Data, 30 Technology Parkway South, Suite 500, Norcross, GA 30092 -2912, (800) 414 -3996 Dubuque Builders Exchange, 801 Cedar Cross Road, Dubuque, IA 52003, (563) 583- 8469 Bidders who submit a Bid must be Plan Holder of record at the Issuing Office. Bids from Bidders who are not on the Plan Holders List may be returned as not being responsive. Plan Holders are requested to provide an e-mail address if they wish to receive addenda and other information electronically. Plan Holders are requested to designate whether they are a prime contractor, subcontractor, or supplier if they want this information posted on the project Plan Holders List. No Bid will be received unless accompanied by a cashier's, certified or bank check or a Bid Bond equal to at least 5 percent of the maximum Bid, payable to the OWNER as a guarantee that after a Bid is accepted, Bidder will execute and file the Agreement and 100% Performance and Payment Bonds within 15 days after the Notice of Award. A Federal Davis -Bacon wage rate determination is a requirement of this project. Bidders shall comply with the President's executive Order No. 11246, Equal Employment Opportunity as amended. The City of Dubuque reserves the right to reject any or all Bids, to waive any technicality, and to accept any Bid which it deems advantageous. All Bids shall remain subject to acceptance for 95 days after the time set for receiving Bids. Contract award shall be made based on the lowest responsive and responsible Bidder. Any Contract or Contracts to be awarded are expected to be funded in part by a loan from Iowa Clean Water State Revolving Fund. This procurement will be subject to regulations contained in appropriate State Statutes and 40 CFR Parts 31, 33, and 35 of the Federal Statutes. Women and Minority -owned businesses are encouraged to submit Bids for this Project. Bidders must demonstrate positive efforts to utilize women's and minority owned businesses. This procurement will be subject to regulations contained in 40 CFR 35.3145(d), and P.L. 102 -389 and 100 -590. In addition, Bidder shall comply with Executive Orders 11625, 12138, and 12432. The Strand Associates project manager is Randall A. Wirtz, Ph.D., P.E., Senior Associate, and can be contacted at Strand Associates, Inc., 910 West Wingra Drive, Madison, Wisconsin 53715, (608) 215 -4843 regarding the project. Bidding Documents may be obtained at Strand Associates, Inc., West Wingra Drive, Madison, Wisconsin 53715. 608 - 251 -4843 Bidding Documents . Preference for Iowa Products and Labor. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa statutes. Sales Tax. The bidder should not include sales tax in its bid. A sales tax exemption certificate will be available for all material purchased for incorporation in the project. General Nature of Public Improvement. WATER POLLUTION CONTROL PLANT MODIFICATIONS The work includes renovation of influent screening, grit removal, primary clarification, biological treatment, final clarification biosolids thickening and dewatering, Maintenance building, hauled waste receiving, and SCADA. The work includes the addition of a primary clarifier, an ultraviolet disinfection system, a Cold Storage building, anaerobic digestion facilities, standby power generation, and associated mechanical, electrical, and site work. Pre -Bid Construction Conference. Each prospective bidder is encouraged to attend the Pre -Bid Construction Conference to be held at 9:00 AM on May 5, 2010, in the Auditorium of the Carnegie -Stout Public Library, 360 West 11 Street, Dubuque, Iowa. Attendance by all prospective bidders is not mandatory but highly recommended. Published in the Telegraph Herald, April 9, 2010.