Combined Sewer Overflow Rehabilitation Contract

Combined Sewer Overflow Rehabilitation Contract

COMBINED SEWER OVERFLOW REHABILITATION CONTRACT

CONTRACT CSORC

REQUEST FOR PROPOSAL

FEBRUARY 2009

REQUEST FOR PROPOSAL

COMBINED SEWER OVERFLOW REHABILITATION CONTRACT

CONTRACT CSORC

February 2009

This Request for Proposal (RFP) is being sent to qualified engineering firms for undertaking the Design of the COMBINED SEWER OVERFLOW REHABILITATION CONTRACT, Contract CSORC. Proposals for providing these services will be received until the close of business (2 P.M.) on Thursday, April 9, 2009. Proposals shall be no more than 125 printed pages and the font size shall be equivalent to Times New Roman 12 pt or larger (See Section VI). Proposals are to be delivered to:

Julius Ciaccia, Executive Director

Northeast Ohio Regional Sewer District

3900 Euclid Avenue

Cleveland, OH 44115-2504

Attn:Kellie C. Rotunno, Director of Engineering and Construction

Late submittals will not be considered. A pre-proposal meeting will be held at 10 A.M. on Monday, March 16, 2009 in Conference Room C of the Northeast Ohio Regional Sewer District’s Environmental Maintenance and Service Center (EMSC) located at 4747 East 49th Street, Cuyahoga Heights, Ohio. Questions regarding this RFP shall be directed to Mr. Brian Page at the pre-proposal meeting or at other times by calling (216) 881-6600, ext. 6431 or at . The RFP is organized as follows:

SECTION I. INTRODUCTION

SECTION II.GENERAL SCOPE OF SERVICES

SECTION III. DETAIL SCOPE OF SERVICES

SECTION IV.TRANSFER OF RECORDS

SECTION V. SCHEDULE

SECTION VI. DISTRICT RESPONSIBILITY

SECTION VII. QUALIFICATION & TECHNICAL PROPOSAL FORMAT

SECTION VIII. EVALUATION AND SELECTION PROCESS

SECTION IX. SUBMISSION OF PROPOSALS

COMBINED SEWER OVERFLOW REHABILITATION, CONTRACT CSORC RFP Attachments

The following attachments are included in this RFP.

Attachment AProject Invoice Standards

Attachment B Project Data Standards & Requirements

Attachment CList of District Certified MBE/WBE Firms

Attachment D District Equal Employment Opportunity Form

Attachment E Task and Hour Summary Form

Attachment FNEORSD Cost Summary Form

Attachment GDistrict Professional Services Contract Example

COMBINED SEWER OVERFLOW REHABILITATION, CONTRACT CSORC RFP Appendix & Exhibits

The appendix and exhibits are provided for informational purposes.

Appendix A

  • Updated GIS Database with current asset IDs
  • Photo Naming Convention
  • GIS Data & Standards
  • Combined Sewer Overflow Existing Plans
  • Combined Sewer Overflow Previous Inspections
  • Combined Sewer Overflow Rehabilitation Summary Tables
  • Combined Sewer Overflow Rehabilitation Maps

Exhibit A - Southerly (Broadway Branch) Interceptor 2004 Emergency Repair Work Summary

Exhibit B - Southerly (Broadway Branch) Interceptor 2007 Emergency Repair Work Summary

Exhibit C - Southerly (Broadway Branch) Interceptor 2007 Sewer Rehabilitation Work Summary

SECTION I. INTRODUCTION

BACKGROUND INFORMATION:

The Northeast Ohio Regional Sewer District (District) is a political subdivision of the State of Ohio and organized under Chapter 6119 of the Ohio Revised Code. Originally named Cleveland Regional Sewer District, it was created in 1972 to assume the Ownership, Operation and Maintenance of wastewater collection, treatment and disposal facilities servicing the member communities in the Cleveland metropolitan area.

The District’s sewer system consists primarily of large diameter pipes, many constructed of bricks, many egg-shaped pipes, and some over 100 years old. The District is responsible for 126 combined sewer outfalls and 358 flow regulator structures. The District owns and operates three treatment facilities: Easterly, Southerly and Westerly.

SEWER SYSTEM INSPECTION AND REHABILITATION PROGRAM:

In 1994, the District completed a system-wide Combined Sewer Overflow Facilities Plan Phase I Study. The Phase I study recommended that more detailed Combined Sewer Overflow Plans be developed that included the evaluation of the capability, capacity, and the condition of the District’s existing sewer system. Subsequent to that study the NEORSD embarked on detailed facility planning efforts in each of their three WWTP service areas. Concurrent with the facilities plans the inspection and evaluation program was initiated.

In 1995, the Northeast Ohio Regional Sewer District began a comprehensive inspection and evaluation of the interceptor and combined overflow system. The Inspection and Evaluation program consisted of the internal inspection of over 1.1 million feet of sewer and over 5,200 manholes. Both interceptor sewers and combined sewer overflow pipes were inspected as part of the program. The NEORSD sewer system consists mainly of sewers larger than 36-inch diameter sewers (85% greater than 36-inch), many of which are constructed of brick or clay tile (70% of total) and many that are egg-shaped (35% of total).

An inspection and condition assessment of the Southerly Broadway Branch Interceptor was performed in 2001. Portions of the sewers were not inspected due to extensive debris especially near the intersection of Broadway Avenue and Aetna Road.

In March 2004, repeated reports of basement flooding in the Broadway and Aetna area led to an investigation of the District’s No. 6 Brick Sewer, the Broadway Interceptor. The investigation identified a crown collapse with adjacent reaches of distressed pipe. Emergency action was requested. The work, as initially viewed, included the replacement of approximately 100 lf of No. 6 Brick with new 48” RCP and new manhole construction. After excavation of the failed section and additional cleaning and video inspection, two more collapsed areas were identified extending north to the buried junction of the Broadway Interceptor and the existing 24” sewer from Aetna Road. Consequently, the scope of the emergency repair was expanded to include an additional 150 lf of sewer replacement, construction of a new junction manhole at Broadway and Aetna and a transition chamber between the newly installed 48” RCP and Existing No. 6 Brick Sewer. Please see Exhibit A for a map and description of the repairs.

In April 2007, the District hired an emergency contractor to perform emergency sewer repairs between Manholes SOCLB00000100INM and SOCLB00000040INM that were discovered on a cleaning contract. Multiple sewer defects including holes and missing bricks were discovered within the sewer. Extensive external voids were encountered and, in some cases, the sub-base of the road could be observed. It was recommended that the District reline these stretches (approximately 3,500 LF) of sewer with a final more permanent lining system (cured-in-place pipe). The soil conditions surrounding this sewer consist of loose sand. This loose sand is thought to migrate inside of the sewer through gaps in the mortar and laterals causing the sidewalls of the sewer to lose their support. This loss of support causes the sewer to move outward introducing cracks and fractures which eventually lead to total collapse. Please see Exhibit B for a map and description of the repairs.

In October 2007, the District hired a contractor to perform sewer repair work (approximately 2,700 LF) between Manholes SOCLB00000180INM and SOCLB00000130INM. These sections of sewer (42” in diameter) were relined using a cured-in-place pipe. Please see Exhibit C for detailed drawings of the repair work. This work was a result of sewer rehabilitation recommendations based on a sewer inspection project performed in 1998.

AVAILABLE INFORMATION:

The following documents are available at the District’s Administrative Office for examination upon request:

  • Southerly/Westerly District Interceptors Service Agreement Contract (SWDISAC)
  • Southerly/Westerly District Interceptors Hydraulic Improvement Contract (SWDIHIC)
  • Southerly/Westerly District Interceptors Relining and Replacement Contract (SWDIRARC)
  • Easterly District Interceptors Relining and Replacement Contract (EDIRARC)
  • Easterly District Interceptors Service Agreement Contract (EDISAC)
  • Easterly District Interceptors Hydraulic Improvement Contract (EDIHIC)
  • Manhole Rehabilitation (MR-10)

The 2008-2017 Capital Plan includes the following information related to the Combined Sewer Overflow Rehabilitation Contract:

  • Combined Sewer Overflow Rehabilitation Contract
  • Design = $1,700,000
  • Combined Sewer System Hydraulic Improvement Contract (CSHIC)
  • Construction Administration/Resident Project Representation = $500,000
  • Construction = $3,300,000
  • Combined Sewer System Relining and Replacement Contract (CSRARC)
  • Construction Administration/Resident Project Representation = $1,650,000
  • Construction = $11,000,000
  • Combined Sewer System Service Agreement Contract (CSSAC)
  • Construction Administration/Resident Project Representation = $400,000
  • Construction = $2,500,000

SECTION II: GENERAL SCOPE OF SERVICES

The scope of work for the CSO Rehabilitation Contract for design and professional services shall consist of, but not be limited to, the tasks as outlined below. The design contracts will be advertised for construction bids as per Ohio Revised Code (ORC) requirements. The District will not entertain design build contracts for the completion of this work.

The tasks as described on the following pages are the preferred means and methods of the District. The Consultant should base their proposal on the described tasks. The analysis shall contain information pertaining to costs, operations, maintenance, constructability, environmental impacts, etc.

CONSULTANTS RESPONSIBILITIES:

The selected consultant shall provide all engineering services necessary to develop and produce complete detailed design packages that will culminate in up to three (3) bid packages, cleaning, minor repairs, and relining/replacement or a combination thereof. The consultant shall work with the District personnel to achieve the District’s desired scope of work. The Consultant shall carefully consider the input by the District’s staff but based on the Consultant’s own experience and ability, shall be solely responsible to provide a complete and workable design package in accordance with the requirements of the scope of work.

GENERAL:

Provide a comprehensive design package consisting of plans and specifications bidding of the identified pipes and manholes to be rehabilitated. The District’s minimum requirements are:

  1. Become familiar with the sewer infrastructure by visiting the identified locations of sewer defects. Gather drawings and specifications in the District’s possession. All requests for information must be submitted to the District’s Engineering and Construction Department.
  2. Become familiar with the surroundings and how a Contractor may stage the work. Pay particular attention to traffic congestion and utilities (including overhead).
  3. The Consultant shall examine criticality aspects of the work prioritize projects and suggest a sequence of construction. The initial thought is to have bid packages ready for a service agreement/cleaning contract twelve (12) months after the Notice To Proceed (NTP) and a relining and replacement contract ready after sixteen (16) months from the NTP. After review of the information, the designer may recommend a separate cleaning contract.

Upon completion of the Inspection and Evaluation Program the District focused rehabilitation efforts on the interceptor system. Over the past 5 years nearly $43M in rehabilitation has been performed on the interceptor system. The projects included Service Agreement Contracts (point repairs), Hydraulic Improvement Contracts (cleaning), Relining and Replacement Contracts, and a Manhole Rehabilitation Contract.

As a result of the sewers inherited from the April 2005 agreement with the City of Cleveland (approximately 80,000 LF of sewer and 533 manholes), sewer rehabilitation efforts have shifted to the combined sewer overflow (CSO) network. The CSO sewer network consists of approximately 50 miles of sewer. Pipe sizes range from 6 inches to 192 inches. Rehabilitation recommendations made during the Inspection and Evaluation Project are as follows:

Approximately 47,000 LF of sewers and 121 manholes were recommended for spot repair

Approximately 49,000 LF of sewers were recommended for cleaning

Approximately 13,300 LF of sewers and 3 manholes were recommended for relining/replacement.

The CSORC consists of analyzing existing sewer inspection data, obtaining additional information necessary for design, and design services to compile bid documents for a service agreement contract, a sewer cleaning project, and a relining/replacement project. The existing inspections were performed between 1995-2001. An overall map of the alignment for the Easterly, Westerly, and Southerly Service Areas and their respective Combined Sewer Overflow (CSO) Pipe Networks are provided in Appendix A on the DVD. Please note the highlighted sewers scheduled for rehabilitation. A listing of the pipe reaches to be rehabilitated is located in Appendix A.

Appendix A - CSO pipe/manhole rehabilitation maps/tables

SECTION III. DETAIL SCOPE OF SERVICE

The scope of work for the Combined Sewer Overflow Rehabilitation Contract should include the following tasks.

TASK 1. PREDESIGN:

Task 1.A: Basis of Design Report

  • Under Task 1A, the Consultant shall prepare a Preliminary Report for the Combined Sewer Overflow Rehabilitation Contract to finalize the rehabilitation recommendation, define the extent of necessary rehabilitation, document the parameters, assumptions, calculations and decisions used or made in producing the final designs.

Task 1.A.1: Constructability & Coordination Evaluations:

  • The Consultant shall conduct a Constructability and Coordination Evaluation as discussed below.
  • The Consultant is to evaluate the condition of existing sewers using both existing and newly gathered field inspection data. This evaluation is to include the constructability and evaluation of acceptable sewer repair methodologies.
  • The Consultant shall complete a constructability/coordination evaluation for various options that at a minimum includes: a critical path project schedule for all evaluated options, present value life cycles costs for the proposed improvements, operation and maintenance needs, and use of current technologies.
  • The consultant shall conduct two Workshops under Task 1.A.1.
  • Workshop 1 should discuss and review the options with District personnel. The workshop shall be held within 90 days of the Notice to Proceed. The Consultant shall provide a summary of the workshop and meeting minutes that the Consultant shall issue to all participants.
  • Workshop 2 should discuss the advantages and disadvantages, sequencing of construction issues, and estimated costs, along with the Consultant’s recommendation. The workshop shall be held within 150 days of the Notice to Proceed. The Consultant shall provide a summary of the workshop and meeting minutes that the Consultant shall issue to all participants.

Task 1.A.3.: Value Engineering Services:

  • The District’s Strategic Plan requires that Value Engineering Studies be conducted on all capital improvement projects that will have a construction cost estimate of at least $5 Million. As a result, Value Engineering Studies will be required for this improvement program at the conclusion of the Basis of Design and in the 30% Design Phase.
  • A firm that specialized in VE studies will conduct the VE Study. The VE firm will be jointly selected by the Consultant and the District. An amount of $50,000 will be included in Task 1.A.3 for the VE Consultant services, the Design Consultant’s response services, and the Design Consultant’s drawing revision services under VE Study. The allowance funds contained in Task 1.A.3 will only be used with the written authorization of the Director of Engineering and Construction. The District will negotiate the actual scope of work and cost requirements for these services, on an as required basis.

VE Study

  • After the completion of the Combined Sewer Overflow Rehabilitation Contract Basis of Design, a limited scope of work “Value Engineering Study” will be conducted to determine whether or not the proposed options are the most cost effective or if other items should be considered.
  • After completion of the VE Study and the finalization of the Basis of Design Report, the Consultant will be given a notice to proceed with the design of the Combined Sewer Overflow Rehabilitation Contract.

TASK 2. INSPECTIONS, SURVEYS, EASEMENTS, AND PERMITS:

Task 2.A.1.: Inspections:

  • A physical (man-entry) inspection is required for condition assessment for pipes 60” and greater, in accordance with NASSCO Standards. Closed Circuit Television (CCTV) is acceptable for pipes less than 60”.
  • Consultant must perform full reinspection of all sewers and manholes that contain pipe scores of 4 and 5 (approximately 13,300’) associated with relining and replacement rehabilitation. Additionally, the Consultant must inspect 10% (approximately 8,400’) of all pipes and manholes scores containing a 2 or 3 to verify that conditions have not adversely changed. This percentage may increase if pipe and manhole defects are found to have worsened significantly over time. The reinspected reaches of pipe must be regraded and compared to the initial score. The Consultant shall provide a list of recommended pipes to inspect from the 2 or 3 ratings sewers for approval by the District.
  • Deliverables – Pipe Inspections Videos (by Reach), Inspection Reports, GIS-NASSCO Database.
  • Routine (e.g. Monthly) project database dumps be provided throughout the project – to allow for more effective QA/QC and avoidance of data issues at the end of the project.

Task 2.A.2.: Surveys:

  • Establish the baseline survey to which the sewer stationing and all geometrics will be referenced. Locate critical elevations and establish a reference benchmark circuit for all construction. Locate critical existing utilities and pertinent property corners from the baseline survey. Perform all research and procure all information necessary to establish existing right-of-way, property, and existing easement lines. Field locate and identify topographic details within an agreed upon width for each project site, provide services needed to fully describe and detail the planimetric drawings, and perform spot survey checks to verify the accuracy of the topographic mapping. In areas of expected excavation, conduct an OUPS search and identify existing utility locations. Maintain a utility tracking form to record and document all data collected with respect to line and grade conflicts. All elevations are to be referenced to the State Plane Coordinate System.

Task 2.A.3: Easements:

  • Prepare legal descriptions, calculations and plats for all necessary permits and permanent and temporary easements, which may be needed during construction. Preparation of this permit and easement documentation shall be included in the total negotiated price. Assist the District in acquiring temporary and permanent easements required for this project. This includes surveying services in the event that it becomes necessary to field locate the proposed sewer, appurtenances, easement limits, etc., and the time spent in meetings with property owners. For the purposes of this RFP, please assume that ten (20) permanent and ten (20) temporary easements will be needed.

Task 2.A.4.: Permits: