WATER SYSTEM POWER REDUNDANCY PROJECT WS85470002 DESIGN SERVICES - - PowerPoint PPT Presentation

water system power redundancy project ws85470002 design
SMART_READER_LITE
LIVE PREVIEW

WATER SYSTEM POWER REDUNDANCY PROJECT WS85470002 DESIGN SERVICES - - PowerPoint PPT Presentation

PRE-SUBMITTAL CONFERENCE FOR THE WATER SYSTEM POWER REDUNDANCY PROJECT WS85470002 DESIGN SERVICES The City of Phoenix is seeking a qualified engineering firm with experience in electrical power redundancy system, Water Treatment Plants (WTPs),


slide-1
SLIDE 1

PRE-SUBMITTAL CONFERENCE FOR THE

WATER SYSTEM POWER REDUNDANCY PROJECT WS85470002

slide-2
SLIDE 2

DESIGN SERVICES

The City of Phoenix is seeking a qualified engineering firm with experience in electrical power redundancy system, Water Treatment Plants (WTPs), and water distribution system to provide design and possible construction administration and inspection (CA&I) services for the Water System Power Redundancy Phase I Project. It is expected that the selected engineering firm will work together with the selected Construction Manager at Risk (CMAR), City of Phoenix Water Services Engineering Division, and the operating staff to design and construct a project that is within budget and meets the City’s needs. The design phase services will be performed during the 2016-2017 Fiscal Year, and the construction phase services will be performed during the 2017-2018 Fiscal Year. The estimated construction cost is $10 Million.

slide-3
SLIDE 3

DESIGN SERVICES – PROJECT DESCRIPTION

The City is implementing the City Wide Water System Power Redundancy Program to provide standby power to critical equipment to minimize interruption in water

  • distribution. Providing power redundancy involves supplying the site with standby

power generator, and/or electrical dual feeds, or the combination of the two. The Phase I of the project will include design and construction of standby power system at the following facilities:

  • Cave Creek Corridor Boosters. This part of the distribution system has been identified

as the most vulnerable area in terms of redundant power requirement. Improvements will include providing full standby power at three remote booster stations 6A-B1, 7A-B1, and 8A-B1 along Cave Creek Road between Pinnacle Peak Road and Dixileta Drive.

  • Union Hills and Deer Valley Water Treatment Plants. Currently the finished water

pumps at these two plants do not have backup power generation. Union Hills WTP finished water pumps send portable water to pressure zone 5E, while Deer Valley WTP pumps water to pressure zones 1, 2A, and 3D.

slide-4
SLIDE 4

DESIGN SERVICES – PROJECT DESCRIPTION

The City intends to engage the services of an engineering firm to perform the following tasks that may not be all inclusive of what will be required for this project:

  • A comprehensive review of the existing standby power generation capability for the

Phase I facilities;

  • Review of existing standby power systems at four Water Treatment Plants (Deer

Valley, Union Hills, 24th St and Val Vista).

  • Standby power capacity required at each site;
  • Modifications/improvements of existing electrical and other auxiliary systems to

accommodate the addition of standby power;

  • Permit requirements associated with backup power generators; and
  • Coordination with other ongoing projects at the site.
slide-5
SLIDE 5

Cave Creek Corridor Boosters

Improvements will include providing full standby power at three remote booster stations along Cave Creek Road.

slide-6
SLIDE 6

Water Treatment Plants

UHWTP DVWTP

  • Improvements include: providing standby power at the

FWPS for UH and DV WTPs;

  • comprehensive review of the pant standby power system

(two of the four plant sites are shown here).

slide-7
SLIDE 7

Water Treatment Plants

slide-8
SLIDE 8

DESIGN PHASE SERVICES – SCOPE OF WORK

Engineer’s Design phase services may include, but is not limited to, the following:

  • Develop a comprehensive set of contract documents including construction plans

and specifications adhering to current City standards, regulatory guidelines, and requirements;

  • Attend regular meetings with the project team to discuss, coordinate, and review the

work progress and budget, resolve design issues, and document meeting minutes;

  • Obtain all required permits for the construction and operation of the modifications;
  • Provide all required services as necessary to implement alternative design reviews,

constructability reviews, quality control reviews that may be performed by the CMAR;

  • Provide design services including agency coordination, preparation of preliminary,

pre-final and final plans and consultation regarding the CMAR models and final cost proposal, assistance in the bid evaluation and recommendation of contract award; and

  • Provide value-engineering recommendations to ensure the project will meet both

the budget and schedule.

slide-9
SLIDE 9

DESIGN PHASE SERVICES – SCOPE OF WORK

Construction administration and inspection (CA&I) services by the engineering firm may include, but is not limited to, the following:

  • Conduct pre-construction conference and hold subsequent meetings, as necessary,

with the project team;

  • Perform on-site examination of materials, equipment, and workmanship;
  • Keep the City informed of the progress of the work, and will guard the City against

defects and deficiencies in such work and will disapprove or reject work failing to conform to the contract documents;

  • Provide quality control services during the course of construction to assure that the
  • verall technical correctness of the construction phase services are being followed

and that construction schedule is being met;

  • Arrange and coordinate special inspection for structural, mechanical, and electrical

work, as required;

  • Provide start-up assistance and training services;
  • Prepare and review project documents (e.g. correspondence, schedules, submittals,

shop drawings, test data, project data, contractor progress payments, change

  • rders; etc.); and
  • Conduct a substantial and final completion inspection.
slide-10
SLIDE 10

EVALUATION CRITERIA FOR DESIGN SERVICES

General Information 10 points Design Experience of Prime Firm 20 points Construction Admin & Inspection Experience

  • f Prime Firm

10 points Experience of Key Personnel & Consultants 20 points Project Understanding & Approach 30 points Overall Evaluation of the firm 10 points TOTAL 100 POINTS

slide-11
SLIDE 11

CM@R SERVICES

The City of Phoenix is seeking a qualified Construction Manager at Risk (CMAR) firm with experience with electrical power redundancy system, Water Treatment Plants (WTPs), and water distribution system to provide design phase assistance and complete construction services for the Water System Power Redundancy Phase I Project. It is expected that the selected CMAR will work together with the selected design engineering firm, City of Phoenix Water Services Engineering Division, and the operating staff to design and construct a project that is within budget and meets the City’s needs. The design phase services will be performed during the 2016-2017 Fiscal Year, and the construction phase services will be performed during the 2017-2018 Fiscal Year. The estimated construction cost is $10 Million.

slide-12
SLIDE 12

CM@R SERVICES – PROJECT DESCRIPTION

The CMAR will assist the following tasks during design phase that may not be all inclusive of what will be required for this project:

  • A comprehensive review of the existing standby power generation capability for the

Phase I facilities;

  • Review of existing standby power systems at four Water Treatment Plants (Deer

Valley, Union Hills, 24th St and Val Vista).

  • Standby power capacity required at each site;
  • Modifications/improvements of existing electrical and other auxiliary systems to

accommodate the addition of standby power;

  • Permit requirements associated with backup power generators; and
  • Coordination with other ongoing projects at the site.
slide-13
SLIDE 13

CM@R – SCOPE OF WORK

Construction will occur during active facility operations with some activities needing close coordination with both security personnel and plant operations staff. The CMAR will provide the City and the engineering firm cost models throughout the design of the project. The CM@R will begin work with the design engineering firm in an agency support role for design phase services and will hold the construction contract with the City for construction of the project. At some point prior to construction, the CM@R will assume the risk of delivering the project through a Guaranteed Maximum Price (GMP) contract. The CM@R is responsible for construction means and methods and will be required to solicit bids from prequalified subcontractors to perform the work using the City subcontract selection process. The CM@R may also compete for self-performing a minimum of 45% of the construction work as measured by the total contract price for construction.

slide-14
SLIDE 14

CM@R – SCOPE OF WORK CONTINUED

Design phase services by the CMAR may include the following:

  • Provide pre-construction services;
  • Provide detailed cost estimating and knowledge of marketplace conditions;
  • Provide project planning and scheduling;
  • Provide project planning/scheduling and provide construction phasing/scheduling

that will minimize interruption to City operations;

  • Provide alternate systems evaluation and constructability studies;
  • Advise City on ways to gain efficiencies in project delivery;
  • Provide long-lead procurement studies and initiate procurement of long-lead items;
  • Assist in permitting processes;
  • Participate with the City in a process to set goals for local and SBE participation and

implement the local and SBE process;

  • Protect the owner’s sensitivity to quality, safety, and environmental factors; and
  • Advise City on choosing green building materials.
slide-15
SLIDE 15

CM@R – SCOPE OF WORK CONTINUED

Construction phase services by the CMAR may include:

  • Select subcontractors/suppliers for this project;
  • Prepare a Guaranteed Maximum Price (GMP) proposal that meets the approval of

the City;

  • Coordinate with various City of Phoenix departments, other agencies, utility

companies, etc.;

  • Arrange for procurement of materials and equipment;
  • Schedule and manage site operations;
  • Bid, award, and manage all construction related contracts while meeting City bid

requirements including local and SBE participation goals;

  • Provide quality controls;
  • Bond and insure the construction;
  • Address all federal, state and local permitting requirements;
  • Deal with owner issues; and
  • Maintain a safe work site for all project participants.
slide-16
SLIDE 16

SBE GOALS FOR CONSTRUCTION WILL BE ESTABLISHED WHEN THE DESIGN PHASE OF THIS PROJECT HAS REACHED SUBSTANTIAL COMPLETION.

slide-17
SLIDE 17

EVALUATION CRITERIA FOR CM@R SERVICES

General Information 10 points CM@R Experience of Prime Firm 25 points Experience of Key Personnel 25 points Understanding of Project and Approach to Performing 30 points Overall Evaluation of the firm 10 points TOTAL 100 POINTS

slide-18
SLIDE 18

SUBMITTAL REQUIREMENTS

Closing date: 10/28/2016

  • Seven (7) copies and Maximum of 12 pages
  • Paper must be 8.5 x 11 and Font no smaller than 10 point
  • All pages containing information responding to evaluation criteria count

towards the page count—front and back of pages, project photos, charts, graphs and resumes.

  • Drop off solicitations on or before closing date
  • Address SOQs to:

City of Phoenix Kini L.E. Knudson, PE, City Engineer 200 W. Washington Street, 6th Floor Phoenix, AZ 85003-1611 c/o Donna Wiltshire, Contract Specialist

  • Deposit on the 6th Floor of City Hall. Place submittals in the depository located in

the reception area on the 6th Floor , Phoenix City Hall.