View
1
Download
0
Category
Preview:
Citation preview
COUNCIL COMMUNICATION
TO: Mayor and Council
FROM: Chong Woo, Dennis Stowe
DEPARTMENT: WWTP
DATE: March 20, 2017
SUBJECT: L/E WWTP Digester 2 Roof Dome Engineering Design Services
DESCRIPTION:
L/E WWTP Digester 2 Roof Dome Engineering Design Services
RECOMMENDATION:
The Littleton/Englewood Wastewater Treatment Plant (L/E WWTP) recommends that Council approve, by Motion, a professional services agreement with Brown and Caldwell for the Digester 2 Roof Dome Engineering Repair Design Services in the amount of $66,820.
This recommendation was approved by the L/E WWTP Supervisory Committee during its regular meeting on February 16, 2017.
PREVIOUS COUNCIL ACTION:
Council approval of the 2017 Littleton/Englewood Wastewater Treatment Plant Budget.
SUMMARY:
The L/E WWTP operates a total of five anaerobic digesters to stabilize solids prior to dewatering processes; two in primary mode and one in secondary (load out) mode. The current configuration is as follows:
Anaerobic Digester No. 1 (AD1) – Primary/Secondary
Anaerobic Digester No. 2 (AD2) – Secondary only
Anaerobic Digester No. 3 (AD3) – Primary only
Anaerobic Digester No. 4 (AD4) – Primary only
Anaerobic Digester No. 5 (AD5) – Primary only
Beginning in 2015 the presence of corrosion had been suspected from underneath the membrane of the AD2 roof dome. The AD2 roof dome is a fixed steel cover that is bolted onto the top of the circular concrete tank wall. Initial investigations confirmed the existence of corrosion and digester gas, and AD2 was taken out of service to conduct a more detailed investigation and condition assessment. Results of the investigation revealed significant corrosion and damage to the structural elements of the dome,
including the steel structure, concrete wall, internal cover membrane, and the external roofing membrane. Repair to the dome structure and tank connection is necessary to return the digester to service availability.
As AD2 is currently out of service, AD1 has been pressed into service as the dedicated secondary digester. At present no available backup secondary digester is available. In order to expedite the repair, staff investigated options for alternative project delivery methods. Staff reviewed three options:
1. Design – Bid – Build 2. Design – Build 3. Construction Manager At Risk / Construction Manager General Contractor (CMAR /
CMGC)
ANALYSIS:
Based on our review, the Design-Build (DB) delivery method is preferred to meet our project needs. Additionally, staff will implement a progressive DB methodology. Progressive DB will allow for quicker project delivery and provide the needed redundancy to maintain effective treatment process. Other benefits to the cities include:
Innovative project delivery which allows contractors to collaborate with the engineers; this ensures value engineering and better quality construction on advising of practicality and constructability of the project with newer technologies and newer innovations.
One contract; one point of contact to ensure high quality deliverable and successful project.
Mitigates risk to the cities; contractor assumes all the risk to provide project that is acceptable to owner.
Owner involvement in the design process.
Saves time and costs; collaborative effort to work towards an acceptable guaranteed maximum price.
Open book process and competitive bidding of the vendors and sub-contractor trades.
Qualifications based selection of DB team.
Staff recommends retaining the services of Brown and Caldwell as the design-build team. Brown and Caldwell has the experience and expertise to perform services at a more efficient and cost effective rate. Brown and Caldwell has conducted the initial investigations and has intimate knowledge of the current conditions. Brown and Caldwell has the capacity to perform both design and construction, and has completed a number of successful design-build projects throughout the region.
The first phase of the project will be to conduct the design and pre-construction services (development of construction documents and specifications). Brown and Caldwell has prepared an initial lump sum cost proposal of $66,820. At approximately the 60-90% design stage, staff will work with Brown and Caldwell to negotiate the guaranteed maximum price. This maximum price will be presented to Council for approval. Brown and Caldwell will work with vendors and sub-contractors to procure and bid the
appropriate trades. Progressive DB will be an open book process and staff will have access to all the costs associated with the project.
FINANCIAL IMPLICATIONS:
The proposal amount has been budgeted and is available under the 2017 Professional Services Budget. Costs will be shared 50/50 by the Cities of Englewood and Littleton.
TO 25-1
February 22, 2017
Task Order 25.ENG.2017
Anaerobic Digester 2 Roof Dome Repair Project Littleton/Englewood WWTP
OUTLINE STATEMENT OF WORK
1. GENERAL
At the request of the Littleton/Englewood Wastewater Treatment Plant (L/E WWTP), Brown and Caldwell (BC or Consultant) will provide professional services for the Anaerobic Digester 2 (AD2) Roof Dome Repair Project. This phase of the project is limited to the services described in Exhibit A – Proposal and Statement of Work.
Upon execution of this Task Order, and effective as of the date of execution, the parties agree that Brown and Caldwell shall perform the following services listed below. Brown and Caldwell’s services shall be governed by the Professional Service Agreement (PSA) dated May 25, 2011, together with this Task Order and any Exhibits attached hereto.
2. NAME OF PROJECT COORDINATORS
The City's Project Manager will be Gunter Ritter, P.E.
The Consultant's Project Manager will be Dan Clayton, P.E. 3. PURPOSE FOR STATEMENT OF WORK
The Consultant will provide engineering and pre-construction services for the repair design and planning for the Digester 2 Roof Dome Repair Project at the Littleton/Englewood Wastewater Treatment Plant (LE WWTP).
4. DESCRIPTION OF WORK PRODUCT AND DELIVERABLES
The CONSULTANT will provide the project management and technical expertise to complete the scope of work described in Exhibit A. These consist of the following, but are not limited to, project management, structural design, development of contract documents for procurement of construction services, and pre-construction services including competitive bidding services leading to a guaranteed maximum price (GMP).
5. SPECIAL TERMS
Consultant’s work product, which is prepared solely for the purposes of this agreement including, but not limited to, drawings, test results, recommendations, and technical specifications, whether in hard copy or electronic form, shall become the property of Client when Consultant has been fully compensated as set forth herein. Design calculations and/or model runs developed for the work product shall be transmitted to the Client. Only final calculations, portable document format (PDF) images, or spreadsheet results shall be transmitted to Client for the work product requiring the use of proprietary models. Consultant may keep copies of all work products for its records.
6. MODE OF PAYMENT/COMPENSATION
All work shall be performed on a time and expenses basis in accordance with the PSA dated May 25, 2011. Time related charges are based on hourly billing rates and shall be the total hours worked on a task by each employee multiplied by the employees’ hourly billing rate. Overhead and profit are included in each hourly rate. Total cost for this Task Order shall not exceed $66,820 without additional written authorization. Rates for professional services shall be in accordance with Exhibit C. The current rate table is in
EXHIBIT A – PROPOSAL AND STATEMENT OF WORK
Anaerobic Digester 2 Roof Dome Repair Project Littleton/Englewood WWTP
[ THIS PAGE INTENTIONALLY BLANK]
1
Scope of Work for Littleton/Englewood WWTP
Progressive Design Build
AD2 Digester Cover Rehabilitation
Prepared for
L i t t leton/Englewood WWTP
February 10, 2017
Progressive Design Build Proposal
2
Introduction
Anaerobic Digester No. 2 (AD2) at the Littleton/Englewood Wastewater Treatment Plant (L/E WWTP) is currently out of service and, because it is not available, other maintenance projects in the digester complex are being delayed. On the basis of staff observation, confirmed by investigations conducted by Brown and Caldwell, AD2 is showing signs of potentially significant corrosion in portions of the fixed steel cover.
At the request of L/E, Brown and Caldwell has completed the following work elements related to the assessment of the condition of the cover:
1. Phase 1Phase 1Phase 1Phase 1. This was a preliminary investigation. BC personnel visually observed portions of the
exterior of the cover in the presence of L/E WWTP personnel in April 2015. This work was
reported in a Technical Memorandum dated April 14, 2015. Ultrasonic thickness
measurements were also taken at that time. Significant loss of steel material was observed
in the limited areas inspected along the cover perimeter where roofing material was
removed.
2. Phase 2Phase 2Phase 2Phase 2. BC structural engineers photographed the entire interior surface of the cover on
October 20, 2016. During this time period, L/E WWTP hired a roofing contractor to remove
the roofing material from the cover perimeter so that the tension ring could be observed. BC
structural engineers photographed all exposed areas of the exterior cover perimeter and
recorded ultrasonic thickness (UT) readings of the tension ring tube plates and the cover
plate material on October 24, 2016.
The tension ring tube was found to have significant material loss in the outer plate from
approximately the south side around to the northeast side. The loss of material was
measured up to about 1/8 inch. Much scaling of the steel was observed and some areas
were still wet when observed. This corrosion will likely continue unless all sources of
hydrogen sulfide and water are eliminated.
The south and east portions of the interior of the tension ring where also measured for
thickness only as access from the scaffolding towers allowed. The cover plate material was
found to be in good condition with no significant material loss. The interior surfaces of steel
members that make up the steel dome were in good condition. No significant corrosion or
other signs of distress were observed.
The UT readings were used in a finite element model of the cover. The stresses in the
tension ring were found to be low despite the loss of material to corrosion.
The investigation and structural analysis were summarized in the “Anaerobic Digester No. 2
Steel Cover Investigation, Technical Memorandum (Brown and Caldwell, December 14,
2016). Inspections initially conducted in March of 2015 and more recent inspections
conducted in the October of 2016 provide the basis for the analyses and findings presented
in the Technical Memorandum.
Progressive Design Build Proposal
3
Project Approach This proposal is for the Phase 3 and subsequent services to address design and eventual rehabilitation of the cover. Overall, the approach is to provide cover remedial design services and progressive design build services through the Pre-Construction Services Task. At the latter stages of Pre-Construction Services, we would discuss and negotiate a mutually acceptable scope and Guaranteed Maximum Price (GMP), and amend the contract to proceed with the services that will be conducted in Tasks 303 and 304. If we could not reach a mutually acceptable scope and GMP, then L/E WWTP could take an “off-ramp”, and directly bid out the construction work. All work performed under Phase 3 will belong to L/E WWTP for your use.
Background
AD2 serves as a sludge storage vessel at the Wastewater Treatment Plant. The digester has a fixed
steel cover that is bolted to the top of the circular concrete wall. The cover consists of radial steel
tube section (TS 8”x6”x3/8”) rafters with ¼” thick cover plates welded to the rafters. The tension
ring at the perimeter of the cover consists of a TS 8” x 8” x 1/2” tube section. The rafters are welded
to a compression ring (manhole) at the center of the cover and to the tension ring tube at the
perimeter. A stiffened ¼” skirt plate is attached to the cover at the perimeter to aid in sealing the
cover to the concrete tank wall. As part of the April 2015 investigation, BC secured a copy of shop
drawings produced by Gerard Tank and Steel.
The fixed cover was fabricated and installed in 1992 after the existing AD2 floating cover collapsed
and was replaced by the Anaerobic Digester Project conducted coincident with the Bi-City
Wastewater Treatment Plant Improvements Project Phase 1A. AD2 was subject to further
modification for operation as a dedicated sludge storage tank, during the Bi-City Wastewater
Treatment Plant Improvements Project Phase 1B.
The cover of AD2 was over-pressurized and partially dislodged from the top of the digester wall in
1997. The repair of the cover consisted of rotating it slightly to avoid damaged concrete at the
previous bolt embedments and then bolted back down to the top of the wall. At that time, the
perimeter of the steel cover was in good condition. Roofing material was replaced over the entire
cover at this time.
The interior steel of the AD2 cover had not been inspected since 2006 due to the access difficulties
created by an approximately 34-foot high wall and a sloped floor (approximately 1V:7.5H) as well as
the cost and time needed to erect the scaffolding necessary for a comprehensive interior inspection.
Recommendations for Remedial Measures
General
As noted above, and further described in the Technical Memorandum, the stresses in the tension
ring tube were found to be low from the FEA model analysis. The material loss to date does not
appear to be significant enough to make substantial repairs to the ring tube such as welding steel to
the top, side and bottom plates. However, adding new steel plates to the existing tension ring tube
would be a prudent measure and may not be a significant part of the cost of repairing the plates as
described below. The recommendations described in the Technical Memorandum, and that follow,
will be further evaluated during Phase 3 work. They are presented here as the basis for our
proposed work.
Progressive Design Build Proposal
4
Cleaning and Protecting the Tension Ring from Further Corrosion
At a minimum, the top, side and bottom plates of the tension ring tube need to be completely
exposed, blasted to bright metal and then coated with a high quality epoxy coating system suitable
for digester applications. At the time of blasting, the exposed surface will be inspected for any
substantial structural defects that would warrant additional welded steel for reinforcement.
In order to sufficiently clean and coat the tension ring, it will be necessary to either lift the entire
dome slightly so that access can be gained to the exterior surfaces of the bottom tube plate or to lift
the dome cover from the top of the tank and place it on the ground. Either operation will cause the
seal at the top and bottom of the skirt to be broken. This means that the joint between the skirt and
concrete wall will have to be completely rebuilt.
BC could research the number and placement of picking points for the dome if L/E decides to lift the
dome completely off of the tank. The FEA model that has already been produced would be very
valuable for determining the number of the locations of the picking points. This research would be
undertaken in the remedial design phase (Phase 3) of the project.
Since the dome will be lifted or removed for blasting and coating, it will not be a significant
incremental cost to weld some ¼” cover plates onto the tension ring tube plates that have
significantly corroded. Although the stresses have been shown to be low, it may worth the added
cost to add plates as the dome is intended to remain in place for many years to come. The potential
addition of plates and welding and quality control procedures will be developed as part of a remedial
design.
Skirt Seal and Wall Connection Detail Revisions
The existing skirt seal has been broken in at least one area at the south side of the cover. The skirt
detail used for the original installation and when the dome was re-installed after lifting in the late
1990’s is common for steel dome covers that need to be completely sealed. The dome must be re-
installed to be gastight, to the extent possible. Research to determine an appropriate improved
dome seal design would be undertaken by BC during the remedial design phase.
BC could also investigate the possibility of raising the dome tension ring up by 18” or more. This
scenario has the following advantages:
1. It would allow for access to the tension ring tube bottom plate for maintenance. The current
connection does not allow the necessary access to the tube bottom plate.
2. It could allow for an improvement in the connection of the dome roofing material at the dome
tension ring. The current roofing connection at the dome perimeter allows gas to be trapped
behind the roofing material in the area of the tension tube.
3. It could allow for ventilation of gas that passes between the dome skirt and the concrete
wall.
There may be other improvement ideas that come to the fore during the remedial design phase of
the project. Brown and Caldwell recommends proceeding with the project, as described below.
Phase 3 – Remedial Design
Design services will advance to 30% design and a review will be conducted with L/E WWTP, and
comments and changes will be incorporated. Subsequently, design will proceed to the 60% level,
resulting in an additional round of L/E WWTP review comments and incorporation of changes.
Progressive Design Build Proposal
5
Phase 301 - Project Management and Administration Project Management activities will be conducted in conjunction with the technical work scope.
Activities
Project Management and Administration includes the following activities:
• Project Meetings
• Project Control and Reporting
• Project Closeout
Project Management Planning
The Project Management Plan will document the key project information required by all project team
members to assist them in executing the project to meet the required objectives: on time, on budget,
high quality, and meeting L/E WWTP’s critical success factors. The key elements of the project plan
are described below:
• Project team members, their roles, and responsibilities, including a staffing plan
(management, engineering, QA/QC, etc.)
• Scope of Services with work breakdown structure
• Project budgets
• Communications Plan
• QA/QC Plan
• Project documentation plan and file structure
• Change management process
• Health and Safety Plan for field work
Project Control and Reporting
Monthly invoices will be prepared and submitted to L/E WWTP in an approved format. A letter
describing activities for each billing period will also be provided. Invoices shall include:
• Total contract amount
• Total charges to date
• Previous billings
• Outstanding balance
• Current amount remaining
• Total amount due
Project Meetings
BC will conduct monthly conference calls to review project status, coordinate project activities,
obtain direction, and answer specific questions relating to the project. Two members of the
consultant team will participate.
Quality Control and Deliverable Production
This activity includes internal quality control review for all technical memoranda, calculations and
structural analysis models.
Progressive Design Build Proposal
6
Project Close-out
During project close-out, BC will resolve all final invoices to L/E WWTP, consolidate and archive all
project files.
Deliverables • Monthly invoices
• Meeting agendas, presentation materials, and meeting notes
Task 302 – Digester Cover Rehabilitation Design
Objective
BC will prepare the drawings and specifications so that L/E can bid the rehabilitation efforts and hire
a qualified contractor, if the Design-Bid-Build option is selected, or Task 304, if progressive design-
build is selected.
Activities
Digester Cover Rehabilitation Design Tasks
Cover Preparation for Rehabilitation
For the purposes of design, BC will assume that the construction contractor will provide necessary
lifting provisions and other measures to safely complete the required work. To facilitate appropriate
planning for design and cost development, this will entail removal of the entire cover and placement
on dunnage on the grassy areas just west of the DAFT complex. This approach would allow the
contractor to have better access to all portions of the cover interior and exterior.
Rehabilitation Design and Documentation
LE WWTP intent is for the cover to be restored in a manner to achieve a significant extension of
operating life (15-25 years). BC will produce drawings and specifications related to the following
rehabilitation measures:
1. Cleaning of the tension ring surfaces.
2. Cover plating of the corroded tension ring members, and similarly affected cover sections, as
needed.
3. Coating of the cleaned and repaired tension ring and adjacent cover sections.
4. A new, more positive and conservative seal at the interface of the cover skirt and the
concrete tank. This may involve an augmentation to the existing skirt sealing system, as the
existing steel skirt is expected to remain.
5. Recommendations related to keeping or removing the sampling tubes and associated
interior supports.
6. Recommendations related to improvement of the roofing system at the cover perimeter. This
could involve a roofing edge detail that allows air to circulate near the ring beam while
keeping it free of moisture.
7. Production of drawings and specifications.
30% Milestone 30% Milestone 30% Milestone 30% Milestone –––– After development of seal concepts, and development of up to two sets of probable
cover modifications and roofing details, BC will prepare a summary of options and preliminary
drawings for L/E WWTP review. These will form the basis for preparation of a 30% opinion of
Progressive Design Build Proposal
7
probable construction cost (OPCC). The summary of options, preliminary drawings and OPCC will be
transmitted as a single review package for comment and selection of preferred option.
60% Milestone 60% Milestone 60% Milestone 60% Milestone ---- Design will proceed, incorporating L/E WWTP review comments and direction from
the 30% review package, to the 60% level, with a complete set of drawings and the specification
describing the preferred option for repairs and modifications to the digester cover. A narrative
description of the proposed repairs and modifications and drawings will be transmitted as a single
review package for comment and confirmation of direction. Once review comments are
incorporated, Task 303 services will commence.
101010100% Milestone 0% Milestone 0% Milestone 0% Milestone ---- Regardless of the form of contracting, upon agreement on approach, design will
be completed with a biddable set of signed drawings and technical specifications. These will either
be used by L/E WWTP for bidding to prospective general contractors or used as the scope basis for
an alternative delivery contract with Brown and Caldwell.
30% Design Opinion of Probable Construction Cost
The 30% descriptions and drawings will form the basis for preparation of a Class 2 Opinion of
Probable Construction Cost (OPCC) with an expected range of accuracy from -15 to +20%. It is
intended that these would be sufficient for gauging engineering decisions and approximate budget
for construction.
Deliverables
The deliverables for this phase of the project will consist of the following:
• Summary of options
• Narrative description of proposed repairs and modifications
• Drawings (assume three (3) drawings), thus:
o S-1: General Notes and Special Inspections
o S-2: Tension Ring Rehabilitation Details
o S-3: Cover Sealing (Skirt) Details
• Specifications (Assume five (5) specifications), thus:
o Existing Steel Cover Modifications – including requirements for cover Lifting/Removal,
annular seal, coating, insulation, roofing, and cover seal testing
o Structural Metals
o Caulking and Sealants
o Coating
o Roofing
Task 303 – Pre-construction Services and GMP Proposal
Objective
Once 60% review comments and changes are incorporated, there will be sufficient design
information for Brown and Caldwell to solicit bids from pre-qualified subcontractors and vendors, and
develop the scope of services and an updated opinion of probable construction cost for the project.
With this information, a Guaranteed Maximum Price (GMP) proposal will be developed that includes
the pricing and contingency, and the covered scope of services, and submitted to L/E WWTP for
review and comment. We would discuss and negotiate a mutually acceptable scope and GMP, and
amend the contract to proceed with the services that will be conducted in Task 304. If we cannot
Progressive Design Build Proposal
8
reach a mutually acceptable scope and GMP, then L/E WWTP could take an “off-ramp”, with
completion of Phase 3, and directly bid out the construction work. All work performed under Phase 3
will belong to L/E WWTP for your use.
Activities The pre-construction services will include:
• Procurement services to pre-qualify subcontractors and/or vendors (as needed), solicit bids, evaluate bids, document the subcontractors/vendors chosen and why, and be prepared to finalize subcontracts/purchase orders pending authorization of Task 304. Procurement will take about 4-5 weeks to complete.
• A Level 1 OPCC for the project (expected range of accuracy -10 to +15%) will be prepared, and reviewed with L/E WWTP prior to proceeding to develop a GMP proposal, and L/E WWTP comments and changes incorporated. This work will take about 1 week to complete after procurement services.
• A detailed construction schedule will be developed, and reviewed with L/E WWTP and comments and changes will be incorporated.
• A risk register will be prepared collaboratively with L/E WWTP to identify potential risks and develop mitigation strategies to manage any risks that are realized. The risk register will aid in establishing an appropriate contingency for Task 304.
• Constructability reviews and value-engineering will be conducted in parallel, and will be incorporated into the overall services, with review with L/E WWTP at 60% design.
Task 304 – AD2 Cover Repairs
Objective To undertake required services to rehabilitate the digester cover pursuant to the design
Activities Upon Notice To Proceed for Task 304, a kick-off meeting will be held with L/E WWTP to review the project plan, health and safety plan, project schedule and overall site coordination.
Construction will then proceed with site mobilization, The AD2 cover will be lifted in accordance with the design (either held in place over the digester tank or placed on dunnage on the ground based on sound safety measures), the tension ring sandblasted to bright metal, and inspected.
After the inspection, the design engineer will make a determination on the extent of repairs that are needed for the structural integrity of the tension ring and cover. The determination will be documented in the in a simple letter report signed by the responsible BC structural design engineer.
The repairs will be completed and include (but may not be limited to):
• Tension ring and cover plate repairs, if required, in accordance with the design engineer’s
determination
• Recoating of the tension ring, and any cover plate areas repaired, according to the coating
specification.
• All welding will be inspected by visual and ultrasonic methods
• All coatings will be inspected for proper application and coating thickness
• The cover will be lifted back into place, bolted down and resealed per approach selected
during design and applicable manufacturer recommendations
• Conduct low pressure air performance testing
Progressive Design Build Proposal
9
• Insulation and roofing will be installed to the extent specified
• L/E WWTP approval of Substantial Completion
• Complete punchlist items
• Demobilization from site
• L/E WWTP approval of Final Completion
• As – constructed drawings and letter of construction conformance to design
Roles and Responsibilities
The following summarizes the respective roles and responsibilities of both the L/E WWTP and BC
during the Project:
L/E WWTP
The L/E WWTP will cooperate with BC and will fulfill its responsibilities in a timely manner to facilitate
BC’s timely and efficient performance of services. L/E WWTP responsibilities include:
• There will be milestones in the design development process on which L/E will be provided
with alternatives to the rehabilitation process. L/E will provide BC with decisions regarding
their preferred alternative in a timely manner.
• Draft CAD drawings and specifications will be delivered to L/E at the approximately 60%
complete stage. These documents will be reviewed within a goal of 10 days of submittal.
• All comments from L/E WWTP will be combined into a single review package before being
returned to BC.
• Review submissions and provide comments to BC.
• Furnish existing studies and provide complete, accurate and reliable data and information
regarding the Project, including record drawings, preliminary studies, technical
memorandums, etc.
• Provide information and provide (or engage BC to perform) additional inspections that may
be necessary to complete the Project.
• Provide adequate funding.
• Provide access to the Project site and any necessary easements.
• Obtain the governmental approvals and permits L/E WWTP is responsible for, and assist BC
in obtaining governmental approvals and permits it is responsible for.
• Provide necessary data and inputs for Project performance testing.
Brown and Caldwell
BC will cooperate with the L/E WWTP and will provide in a timely manner the services necessary to
complete the Project scope. BC responsibilities include:
• Prepare specifications and drawings, and construction documents.
• Supervise subcontractors and BC personnel.
• Obtain permits (if any).
• Conduct performance testing.
• Implement quality-management procedures.
• Implement Project health and safety practices.
• Monthly, during design, and weekly progress meetings, during construction, with L/E WWTP.
Progressive Design Build Proposal
10
Assumptions
• The proposed design and construction work will be considered a maintenance replacement
and Site Application Amendment or similar permitting requirements do not apply.
• Electronic deliverable formats will be limited to PDF, AutoCAD, MS Word and MS Excel. BC will
not provide other electronic formats or any other proprietary or licensed software for use by
L/E WWTP.
The following assumptions were used to develop the costs for the services described in Tasks 303
and 304:
• Tension ring repairs; maximum of [TBD] LF
• Cover repairs; maximum of [TBD] SF
• L/E WWTP will take the digester out of service, and have completely emptied and cleaned
out the digester prior to site mobilization. L/E WWTP will return AD2 to service after
Substantial Completion.
• BC will have clear access to the site between the hours of 7:00 a.m. and 6:00 p.m. weekdays
(and if necessary, coordinate with L/E WWTP staff for after and weekend hours). The work is
planned on a 40-hour work week.
• L/E WWTP will provide adequate storage and laydown area (at least 100 feet x 100 feet)
adjacent or near the construction, if decided to set the cover on dunnage on the ground.
• Site security is not included in this proposal.
• BC will rely on L/E WWTP for field location of all existing utilities. BC will not be responsible
for damage to any underground utilities or structures not identified by L/E WWTP.
• BC will provide quality control (QC) inspection services.
• BC assumes that repair work will encounter no hazardous materials. If work reveals such
conditions, L/E WWTP will compensate BC to address such conditions as extra work.
• L/E WWTP will provide temporary utilities (potable water, electrical service, and sewer
discharges) during the project at no cost to BC
• Sales tax, as applicable, will be included with the project price.
• Field offices/storage trailers/parking/waste disposal
ATTACHMENT
Littleton/Englewood WWTP
Progressive Design Build
AD2 Digester Cover Rehabilitation
Littleton & Englewood, Cities (CO) -- LEWWTP AD2 Rehabilitation DB
Task Phase Description
Total Labor
Hours
Total Labor
Effort
Total Expense
Effort Total Effort
301 Project Management 48 7,930 170 8,100
Leave Blank and Protected
302 Rehabilitation Design 253 40,710 110 40,820
Leave Blank and Protected
303 Pre-Construction Svcs 132 17,900 0 17,900
Leave Blank and Protected
304 DB Construction 0 0 0 0
Leave Blank and Protected
GRAND TOTAL 433 66,540 280 66,820
Brown and Caldwell Confidential Business Information 2/10/2017
[ THIS PAGE INTENTIONALLY BLANK]
B-1
EXHIBIT B – SCHEDULE
Anaerobic Digester 2 Roof Dome Repair Project Littleton/Englewood WWTP
SCHEDULE AND PERFORMANCE MILESTONES This schedule sets for the target dates and performance milestones for the preparation and delivery of the Deliverables by Consultant.
Performance Milestone Responsible Party Target Date
Notice to Proceed for Design L/E 3/14/2017
Leave Blank and Protected
30% Design Deliverable (incl. OPPC) Jerry Simon 5/10/2017
Leave Blank and Protected
60% Design Deliverable (OPPC, Constructability, Value Engineering) Jerry Simon 6/14/2017
Leave Blank and Protected
Procurement/Contractor Bids and Selection Maria Thomas / Dan Goodburn 8/18/2017
Leave Blank and Protected
NTP AD2 Cover Repairs Larry Johnson 8/21/2017
Leave Blank and Protected
Proposed Substantial Completion 11/1/2017
Littleton & Englewood, Cities (CO) -- LEWWTP AD2 Rehabilitation DB
[ THIS PAGE INTENTIONALLY BLANK]
C-1
BROWN and CALDWELL Confidential Business Information
EXHIBIT C – PAYMENT AND RATE SCHEDULE
Anaerobic Digester 2 Roof Dome Repair Project Littleton/Englewood WWTP
PAYMENT SCHEDULE:
Littleton & Englewood, Cities (CO) -- LEWWTP AD2 Rehabilitation
Task
Phase Description
Total Labor
Hours
Total Labor
Effort
Total Expense
Effort
Total Effort
301 Project Management 48 7,930 170 8,100
302
Rehabilitation Design
253
40,710
110
40,820
303
Pre-Construction Svcs
132
17,900
0
17,900
GRAND TOTAL
433
66,540
280
66,820
(CONTINUED)
C-2
BROWN and CALDWELL Confidential Business Information
Littleton/Englewood WWTP 2017 Rate Schedule
Level Engineering Technical/Scientific Administrative Hourly Rate
A
B
C
D
E
F
G
H
I
J
K
L
M
N
O
P
Office/Support Services I $76
DrafterDrafterDrafterDrafter TraineeTraineeTraineeTrainee Field Service Technician Word Processor I Office/Support Services II
$76
AssistantAssistantAssistantAssistant DrafterDrafterDrafterDrafter Field Service Technician II Word Processor II Office/Support Services III
$76
Drafter Drafter Drafter Drafter EngineeringEngineeringEngineeringEngineering Aide Aide Aide Aide InspectionInspectionInspectionInspection AideAideAideAide
Field Service Technician III
Accountant I Word Processor III Office/Support Services IV
$86
EngineerEngineerEngineerEngineer IIII Senior Drafter Senior Drafter Senior Drafter Senior Drafter SeniorSeniorSeniorSenior Illustrator Illustrator Illustrator Illustrator InspectorInspectorInspectorInspector IIII
Geologist/Hydrogeologist I Scientist I
Senior Field Service Technician
Accountant II Word Processor IV
$95
Engineer II Engineer II Engineer II Engineer II Inspector II Inspector II Inspector II Inspector II Lead Drafter Lead Drafter Lead Drafter Lead Drafter LeadLeadLeadLead IllustratorIllustratorIllustratorIllustrator
Geologist/Hydrogeologist II Scientist II
Accountant III Area Business Operations Mgr Technical Writer Word Processing Supervisor
$114
EngineerEngineerEngineerEngineer IIIIIIIIIIII Inspector III Inspector III Inspector III Inspector III SeniorSeniorSeniorSenior DesignerDesignerDesignerDesigner Supervising Drafter Supervising Drafter Supervising Drafter Supervising Drafter SupervisingSupervisingSupervisingSupervising IllustratorIllustratorIllustratorIllustrator
Geologist/Hydrogeologist III Scientist III
Accountant IV Administrative Manager
$134
SeniorSeniorSeniorSenior EngineerEngineerEngineerEngineer PrincipalPrincipalPrincipalPrincipal DesignerDesignerDesignerDesigner Senior ConstructionSenior ConstructionSenior ConstructionSenior Construction Engineer Engineer Engineer Engineer SeniorSeniorSeniorSenior EngineerEngineerEngineerEngineer
Senior Geologist/Hydrogeologist Senior Scientist
Senior Technical Writer
$153
PrincipalPrincipalPrincipalPrincipal EngineerEngineerEngineerEngineer Principal ConstructionPrincipal ConstructionPrincipal ConstructionPrincipal Construction Engineer Engineer Engineer Engineer SupervisingSupervisingSupervisingSupervising DesignerDesignerDesignerDesigner
Principal Geologist/Hydrogeologist Principal Scientist
Corp. Contract Administrator
$173
Supervising Engineer Supervising Engineer Supervising Engineer Supervising Engineer Supervising Constr.Supervising Constr.Supervising Constr.Supervising Constr. Engineer Engineer Engineer Engineer SupervisingSupervisingSupervisingSupervising EngineerEngineerEngineerEngineer
Supervising Scientist Supervising Geologist/ Hydrogeologist
Assistant Controller
$184
ManagingManagingManagingManaging EngineerEngineerEngineerEngineer Managing Geologist/Hydrogeologist Managing Scientist
Area Bus Ops Mgr IV $201
Chief Engineer Chief Engineer Chief Engineer Chief Engineer ExecutiveExecutiveExecutiveExecutive EngineerEngineerEngineerEngineer
Chief Scientist Chief Geologist/Hydrogeologist
Corp Marketing Comm. Mgr. $225
ViceViceViceVice PresidentPresidentPresidentPresident $225
Senior ViceSenior ViceSenior ViceSenior Vice PresidentPresidentPresidentPresident $227
President/Executive VicePresident/Executive VicePresident/Executive VicePresident/Executive Vice PresidentPresidentPresidentPresident $227
Chief ExecutiveChief ExecutiveChief ExecutiveChief Executive OfficerOfficerOfficerOfficer $227
Notes: Standard Billing Rates will be revised annually on a calendar-year basis.
Billing Rates will be used according to the Classification Level.
An Associated Project Cost (APC) of $6.00 is included per direct labor hour to cover the cost of in-house reproduction services including
graphics and photocopying, color printing, long-distance telephone calls including cell phone charges, facsimile, postage, overnight and
courier services, and CAD/computer usage.
Other direct costs shall be billed at actual cost plus a service charge, if applicable. Direct charges are all charges other than time-related
charges, incurred directly for the project.
Mileage reimbursement rate is equal to the IRS Standard Mileage Rate ($0.575/mile).
March 20, 2017
Digester 2 Roof Dome
Engineering Design Services
L/E Digester Operations
What is the Issue?
Roof Damage
Project Delivery Methodology
• Two phase procurement process1. Design (60-90%) and pre-construction services2. Construction at negotiated guaranteed maximum price
Progressive Design-Build
• Benefits:Collaboration between owner and design-build teamValue engineering and innovative processOpen book cost estimating processSingle point of contract responsibilityMitigates riskProvides quicker delivery method
Recommendation
• Design-Build Team: Brown and Caldwell Engineers
• Phase 1 Engineering Design: $66,820
• Phase 2 Construction: TBD
Questions?
Recommended