request for statement of qualifications no. 1661

36
REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661 ENGINEERING CONSULTING SERVICES FOR CHASE RIVER PUMP STATION AND FORCEMAIN ISSUED: July 2, 2015 CLOSING LOCATION: Purchasing Department 2020 Labieux Road Nanaimo, BC V9T 6J9 CLOSING DATE AND TIME: Submissions must be received at the Purchasing Department prior to: 3:00 PM (15:00 hrs) Pacific Time on July 22, 2015 CITY CONTACT: Doris Fournier, P.Eng. Email: [email protected] Telephone: 250-754-4251

Upload: others

Post on 05-Oct-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

ENGINEERING CONSULTING SERVICES FOR

CHASE RIVER PUMP STATION AND FORCEMAIN

ISSUED: July 2, 2015

CLOSING LOCATION:

Purchasing Department 2020 Labieux Road

Nanaimo, BC V9T 6J9

CLOSING DATE AND TIME:

Submissions must be received at the Purchasing Department prior to: 3:00 PM (15:00 hrs) Pacific Time on July 22, 2015

CITY CONTACT:

Doris Fournier, P.Eng. Email: [email protected]

Telephone: 250-754-4251

Page 2: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

1.0 Introduction

This Request for Statement of Qualifications (RFQ) is part of the procurement process for Engineering Consulting Services for the Chase River Pump Station and Forcemain. The City of Nanaimo intends to use the qualifications-based selection (QBS) method for this RFQ.

1.1 Purpose The purpose of this RFQ is to select a Qualified Proponent who can assemble and lead a skilled team of Consultants to complete the engineering design for the Chase River Pump Station and Forcemain, and related works, as described herein.

1.2 Definitions Throughout this Request for Statement of Qualifications, the following definitions will be used: “Contract” means any written contract duly executed by the City and the Proponent as a result of an RFQ who enters into a Contract with the City; “must” , “shall” or “mandatory” means a requirement that must be met in order for a Submission to receive consideration; “City” means the City of Nanaimo located in the Province of British Columbia; “Evaluation Team” means a team appointed by the City; “Qualified Proponent” means a Proponent possessing the qualifications described in this RFQ; “Proponent” means an individual, firm or a company that submits, or intends to submit, a Statement of Qualifications in response to this RFQ; “RFQ” means a Request for Statement of Qualifications for provision of the services described herein; “Statement of Qualification” or “SOQ” means a Qualified Proponents submission in response to this RFQ submitted in reply to this RFQ; “should” or “desirable” means a requirement having a significant degree of importance to the objectives of this RFQ.

Page 3: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

2.0 Instructions to Proponents

2.1 Closing Date/Time/Location It is the sole responsibility of the Proponent to submit their Statement of Qualifications to the Purchasing Department prior to the closing time of 3:00 PM (15:00 hrs), Pacific Time, July 22, 2015. Submissions received after the noted due time WILL NOT be considered. The wall clock in the Purchasing Department Office is the official time piece for the receipt of all Submissions. Proposals shall be received by one of the following two (2) methods: • By hand/courier delivery: The Request for Proposal should be enclosed and

sealed in an envelope clearly marked: “RFQ 1661 Chase River Pump Station and Forcemain” and delivered and addressed to the Purchasing Department, City of Nanaimo, 2020 Labieux Road, Nanaimo, BC V9T 6J9.

• By Email: At the only acceptable electronic address: [email protected]

Please note: Maximum email file size limit is 8MB, or less.

Electronically submitted Proposals shall be deemed to be successfully received when it has been received by the Purchasing Department at the City of Nanaimo as a new email. The City of Nanaimo will not be liable for any delay for any reason including technological delays, spam filters, firewalls, job queue, file size limitations, etc. and late receipt of Proposals will be cause for rejection of Proposal(s). It is the Proponent’s sole responsibility to ensure they allow themselves enough time to submit their Proposal prior to the posted closing date and time.

It is the Proponent’s sole responsibility to ensure they allow themselves enough time to submit their Statement of Qualifications prior to the posted closing date and time. Submissions received by facsimile WILL NOT be accepted. All costs to prepare the Statement of Qualifications shall be borne solely by the Proponent.

2.2 Number of Copies If submitting qualifications by hand/courier delivery proponents should submit one (1) original hard copy, four (4) paper copies (5 in total) and one (1) digital copy (CD/DVD/memory stick). The original hard copy should be clearly marked “Original” and the copies should be clearly marked “Copy”.

Page 4: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

All original hard copies should be clearly marked “Original” and all copies should be clearly marked “Copy”. Proponents should submit all the above items in a sealed envelope clearly marked on the outside with the Proponents name, title of the Project and reference number.

2.3 Signature The Submission should include a cover letter signed by a person authorised to endorse the statements made in the response to this RFQ.

2.4 Communications and Enquiries All enquiries regarding this RFQ are to be directed in writing, or by email, to the following person(s). Information obtained from any other source is not official and should not be relied upon. Enquires and responses will be recorded and may be distributed to all Proponents at the City of Nanaimo’s option. Doris Fournier, P.Eng. Email: [email protected] Telephone: 250-754-4251 Fax: 250-755-4403

2.5 Deadline Extension Any request for an extension to the closing date will only be considered if received by the Purchasing Department no less than 5 business days before the established closing date.

2.6 Amendment to Submissions Submissions may be amended in writing and delivered to the closing location before the closing time but not after. Such amendments should be signed by the authorized signatory of the Proponent. Faxed submissions will be permitted; however, the Proponent bears all responsibility that the City’s fax equipment functions properly so as to facilitate timely delivery of any fax amendment. The only acceptable fax number for submission of Submission amendments is 250-756-5327.

2.7 Addenda If the City determines that an amendment is required to this RFQ, the City will post an electronic copy of the written addendum on the City of Nanaimo’s website http://www.nanaimo.ca/bid_opportunities/bid_opptunities.aspx, and directly to the email address provided by Proponents who submit a completed Receipt Confirmation Form. Each addendum will be incorporated into and become part of the RFQ. No amendment

Page 5: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

of any kind to the RFQ is effective unless it is contained in a written addendum issued by the City’s Purchasing Department.

2.8 Unsuccessful Proponents The City will offer a debriefing to unsuccessful Proponents, on request, at a mutually agreeable time.

2.9 Withdrawal of Submissions The Proponent may withdraw their Submission at any time prior to the Closing Time by submitting a written withdrawal letter to the City’s Purchasing Department and the Submission will be returned.

2.10 Length of Submission Submissions should be limited to a maximum of 50 pages with a minimum font size of 10 points. The page limit includes all aspects of the submission including the cover page, cover letter, Table of contents, resumes/cvs, project reference sheets and appendices. Resumes/CVs of key team members should be included but limited to a maximum of 10 pages. 3.0 Project Terms of Reference

Please refer to Schedule A for the detailed Terms of Reference. Additionally, for reference purposes, find enclosed the Chase River Sanitary Master Plan undertaken by Urban Systems 4.0 Scope of Services, Budget & Schedule

4.1 Budget At this point in time, the City has estimated the budget for this project, not including future works, to be in the range of $75,000.

4.2 Future Work

The intent of this qualifications-based selection process is to engage a consulting team that will lead the entire project from start to finish, so future work may be awarded to the successful Proponent. The scope of future work will be developed jointly at significant project milestones, and will be awarded in logical phases, contingent upon satisfactory

Page 6: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

performance, successful scope/fee negotiations, and providing the City of Nanaimo obtains the necessary approvals and budget. Future work may include:

• Public Consultation. • Detailed design of the Chase River Pump Station and Forcemain. • Tender services. • Construction support. • Record Drawing production.

4.3 Schedule The overall schedule of the project, including anticipated future works, is generally estimated to be as follows:

• Award Consulting Services Contract Sept 2015 • Complete Routing Study & determine Timing Dec 2015 • Complete Preliminary Design April 2016 Future Works (Optional) • Detailed Design of Pump Station and Forcemain Dec 2016 • Tendering and Construction Services Dec 2017

5.0 Evaluation and Selection

5.1 Evaluation Process

The City will be using a qualifications based selection system for this project. The evaluation process will be undertaken in two phases. The first phase will be a detailed evaluation of all Statement of Qualifications submitted based on the criteria listed in section 5.4 Evaluation Criteria. The Evaluation Team will create a ranking for all submissions based on the scores. An optional second phase will involve the selected Proponents from the first phase being invited to the City of Nanaimo to meet with key City staff and present their project team and experience. The Evaluation Team will score each of the presentations as outline in section 5.4 Evaluation Criteria.

5.2 Evaluation Team

The Evaluation Team, formed at the City’s sole discretion, will evaluate the Statement of Qualifications in accordance with the evaluation criteria.

Page 7: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

5.3 Clarification, Additional Information and Interviews Throughout all stages of the evaluation process, the Evaluation Team may, at its sole discretion, request clarifications or additional information from a Proponent with respect to any Statement of Qualification. Such requests may also include an invitation to appear before the Evaluation Team to provide clarifications to an SOQ. The Evaluation Team may make such requests to only selected Proponents, and may consider such clarifications or additional information in evaluating an SOQ. The Evaluation Team may also, at its discretion, perform reference checks as required to verify or clarify the information provided and to obtain additional performance information.

5.4 Evaluation Criteria

a) Phase 1 – Statement of Qualifications

i. Corporate and Team Qualifications & Experience (40 points) The submission should identify a team which is qualified of delivering all aspects of the project. The proponent shall, at a minimum, provide a team which has experience in:

• Sewer Modeling • Civil Engineering • Geotechnical Engineering • Environmental Engineering • Electrical Engineering • Survey • Utility design • Public Consultation

The SOQ shall demonstrate the qualifications and experience of the team, the corporate depth required for all aspects of the project, the Proponent’s capacity and capability to undertake project, the accessibility of key team members, and any long term succession strategy to ensure quality and continued work flow throughout the duration of the overall project.

ii. Project Manager – Qualifications & Experience (20 points)

The SOQ should identify an individual who can lead the design team through the entire project. The project manager shall have the technical competence required for, and demonstrate significant experience in delivering, complex sewer pump station projects and leading multidisciplinary teams.

iii. Past Performance and Experience (20 points) The submission should demonstrate the proponent’s success on similar projects, and past performance on similar contracts in terms of cost control, quality and schedule. The submission should contain references from

Page 8: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

previous clients where similar projects were completed. The references will be contacted and asked a series of questions regarding project performance which will determine the score.

b) Phase 2 – Presentation & Interview (Optional)

iv. Presentation and Interview (20 points) The top three ranked proponents (based on Phase 1) will be invited to the City of Nanaimo to meet with key City staff and present their project team and experience.

5.5 Negotiation The selection committee will proceed to enter into negotiations with the highest ranked Proponent with the intent of negotiating an agreement. If the parties, after having negotiated in good faith are unable to conclude a formal agreement, the City and the Proponent will be released without penalty or further obligations other than any surviving obligations regarding confidentiality and the City may, at its discretion, contact the next highest ranked Proponent and attempt to conclude a formal agreement with it, and so on until a contract is concluded.

Page 9: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

6.0 General Terms and Conditions

6.1 Right of the City to Cancel the RFQ Process The City is not bound to select a preferred Proponent or accept any Submission and reserves the right in its sole discretion to postpone or cancel this RFQ at any time for any reason whatsoever in accordance with the City’s judgement of its best interest and to proceed with the Services in some other manner separate from this RFQ process.

6.2 Acceptance and Rejection of Submissions This RFQ does not commit the City, in any way to select the preferred Proponent, or to proceed to negotiations for a contract, or to award any contract. The City may accept or waive a minor and inconsequential irregularity, or where applicable to do so, the City may, as a condition of acceptance of the Submission, request a Proponent to correct a minor or inconsequential irregularity with no change in the Submission. The determination of what is or is not a minor or inconsequential irregularity, the determination of whether to accept, waive, or require correction of an irregularity and the final determination of the validity, will be the sole discretion of the City of Nanaimo.

6.3 No Claim for Compensation Proponents are solely responsible for their own expenses in preparing and submitting Statement of Qualifications, and for any meetings, negotiations, or discussions with the City or its representatives and consultants, relating to or arising from this RFQ. The City and its representatives, agents, consultants and advisors will not be liable to any Proponent for any claims, whether for costs, expense, losses or damages, or loss of anticipated profits, or for any other matter whatsoever, incurred by the Proponent in preparing and submitting a Statement of Qualifications, or participating in negotiations for a Contract, or other activity related to or arising out of this RFQ. Proponents agree that by participating in the RFQ process, and or submitting a Statement of Qualification, they have no claim for compensation.

6.4 No Contract By submitting a Statement of Qualifications and participating in the process as outlined in this RFQ, Proponents expressly agree that no contract of any kind, if formed under, or arises from this RFQ, exists prior to the signing of a formal written Contract.

Page 10: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

6.5 Conflict of Interest Proponents shall disclose in their Statement of Qualifications any actual or potential Conflict of Interest and existing business relationships it may have with the City, its elected officials, appointed officials or employees. This includes any Sub-Consultants within the Proponent’s team.

6.6 Gifts and Donations The successful Proponent will ensure that no representative of the successful Proponent will offer or extend any entertainment, gift, gratuity, discount, or special service, regardless of value, to any employee of the City. The successful Proponent will report any attempt by any employee of The City to obtain such favours to the City of Nanaimo’s City Manager.

6.7 Business Licence The successful Proponent will be required to hold a valid City of Nanaimo business licence for the duration of the project. The Proponent will be required to produce a copy of the business licence on or before commencement of the project.

6.8 Solicitation of Council Members and City Staff Proponents and their agents will not contact any member of the City Council or City Staff with respect to this RFQ, other than the City Representative named in this document or authorized by Purchasing, at any time.

6.9 Confidentiality and Freedom of Information The City will retain all Submissions and they will not be returned to the Proponent. All submissions will be held in confidence by the City. The City is bound by the Freedom of Information and Protection of Privacy Act (British Columbia) and all documents submitted to The City will be subject to provisions of this legislation. All of the information contained within the RFQ, including supplementary information provided electronically, is for the exclusive use of the Consultant team for the RFQ preparation purposes only and is not to be made publicly available in any manner. The Consultant team shall not discuss this project with any member of the public at any time, for any reason whatsoever, without the prior written approval of the City of Nanaimo.

6.10 Consulting Services Agreement A Consulting Services Agreement will be required between the City of Nanaimo and the successful Proponent (if awarded). Details of this agreement, including scope, fees and schedule will be prepared at the negotiation stage.

Page 11: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

6.11 Sub-Consulting Using a Sub-Consultant is acceptable provided the Sub-Consultant is clearly identified in the Submission. This includes a joint submission by two Proponents having no formal corporate links. However, in this case, one of these Proponents must be prepared to take overall responsibility for successful performance of the Contract and this should be clearly defined in the Submission. Where applicable, the names of approved Sub-Consultants listed in the Statement of Qualifications will be included in the Contract. No additional Sub-Consultants will be added or other changes made, to the list in the Contract without written consent of the City’s Engineering Projects Manager.

6.12 Insurance Except as may be otherwise expressly approved by the City in writing, the Proponent will, without limiting its obligations or liabilities herein and at its own expense, provide and maintain the following insurances with insurers licensed in British Columbia and in forms and amounts acceptable to the City:

i. Professional Liability Insurance (Errors and Omissions) coverage of a minimum of $500,000 per occurrence, $1,000,000 aggregate.

ii. Comprehensive Liability Insurance with not less than $2,000,000 coverage per occurrence, together with a Standard Non-owned Automobile Liability. The City must be named as an additional insured on this policy and the policy shall contain a cross-liability clause.

iii. The successful consultant must also provide the City with a certificate issued by the insurer(s) as evidence of the coverage required on or before commencement of the project.

iv. Each policy of insurance required under this agreement shall be maintained during the continuance of this agreement and shall not be capable of cancellation unless 30 days’ notice is first given to the City.

v. The successful consultant must ensure that every sub-consultant provides and maintains insurance substantially in accordance with the requirements of this agreement. The successful consultant shall be as fully responsible to the City for acts and omissions of sub-consultants and of persons employed directly or indirectly by them as for acts and omissions of persons directly employed by the consultant.

The foregoing insurance shall be primary and not require the sharing of any loss by any insurer of the City.

Page 12: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

6.13 Safety The successful Proponent shall:

i. Hold a valid WorkSafeBC registration number for the duration of the project. ii. Produce a copy of a Worksafe BC registration number on or before

commencement of the project. iii. Comply with Occupational Health and Safety Regulations. iv. In the event of a multiple employer workplace (ie. Field work requiring survey,

geotechnical investigation, traffic control etc) be the designated prime contractor and fulfil the prime contractor’s responsibilities as defined in: a. WorkSafeBC Occupational Health and Safety Regulation, Notice of

Project, Section 20.2, and Coordination of Multiple Employer Workplaces, Section 20.3;

b. Workers Compensation Act (RSBC 1996), Coordination at multiple-employer workplaces, Section 118, Subsections (1) & (2);

c. General Requirements; Section 3.10 Worksafe BC.

6.14 Contractor is “Prime Contractor” The Contractor to the Contract (if awarded) will be designated and assumes the responsibility as the Prime Contractor per WorkSafe BC OH&S Regulations, Section 20.2 Notice of Project and 20.3 Coordination of Multiple-Employer Workplaces, Subsections (1) and (2). The Proponent should also understand the general duties of the Owner as defined in the Workers’ Compensation Act, Section 119 General Duties of Owner. The Proponent should have the necessary qualification and be willing to accept the responsibilities as Prime Contractor for this Contract. Prime Contractor requirements will be completed at the negotiation stage.

6.16 Governing Law This agreement shall be governed by the laws of the Province of British Columbia.

6.17 Minimum Rate of Pay The Collective Agreement between the City of Nanaimo and Canadian Union of Public Employees, Local 401 says that: Every contract made by the Employer for construction, remodelling, repair, or, demolition of any municipal works or for providing any municipal service or function shall be subject to the following condition:

Page 13: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

“Minimum rate of pay for work performed under this Contract or under Sub-contract shall be classified in the current Agreement between the City of Nanaimo and Canadian Union of Public Employees, Local 401.”

6.18 Litigation Clause The City may, in its absolute discretion, reject a Statement of Qualifications submitted by a Proponent, if the Proponent, or any officer or director of the Proponent is or has been engaged either directly or indirectly though another corporation in legal action against the City, its elected or appointed officers and employees in relation to:

i. Any other contract for works or services; or ii. Any matter arising from the City’s exercise of its powers, duties; or functions

under the Local Government Act, Community Charter or another enactment, within five years of the date of this Request for Qualifications. In determining whether to reject a Submission under this clause, the City will consider whether the litigation is likely to affect the Proponents ability to work with the City, its consultants and representatives and whether the City’s experience with the Proponent indicates that the City is likely to incur increased staff and legal costs in the administration of a Contract if it is awarded to the Proponent.

6.19 Privacy All of the information contained within the RFQ, including the information distributed through the City’s file sharing site, is for the exclusive use of the Proponent for RFQ response preparation purposes only and is not to be made publicly available in any manner. The Proponent and their team shall not discuss this project with any member of the public at any time, for any reason whatsoever, without the prior written approval of the City of Nanaimo.

Page 14: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

SCHEDULE A

QUALIFICATIONS BASED PROPOSAL

TERMS OF REFERENCE

FOR

CHASE RIVER TRUNK SEWER DIVERSION – PUMP STATION AND FORCEMAIN STUDY, DESIGN AND CONSTRUCTION SERVICES

Page 15: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

1.0 Introduction

City staff would like proponents to prepare a Qualifications Based Proposal (QBP) for this assignment so that the CoN can select one consultant to work with on refining scope, schedule and budgets with the eventual outcome being the final design and construction of the Sewage Diversion including pump station and forcemain works.

1. Background The Chase River Trunk is a large diameter sanitary main with many sections in excess of 5 metres in depth. Any proposed upgrades to this system that reduce the condition, or capacity risks must consider a variety of design challenges including but not limited to, constructability, depth of existing sewer, hydraulic grade lines (HGL), disruption to community, and cost. The existing trunk line is approximately 3,400 metres in length through undulating topography and under collector and highway (MoTI) roadways. The City of Nanaimo (CoN) completed the Chase River Sanitary Master Plan (CRSMP) in April of last year (Final Report April 2014, Urban Systems). In Section 4.0 of this report, the Chase River Trunk Line was identified as in need of either a new larger gravity sewer main along the Chase River Trunk line, twinning of the existing trunk main, or a diversion route complete with a new pump station and forcemain. The report concluded that there were 21 capacity deficiencies (likelihood of failure score is 3 or 4), and the approximate length of deficiencies was 2,400 meters. Cost Estimates were presented for the various options, and the City determined that the most cost effective solution was a diversion. Of the many possible diversion routes and pump station locations the CRSMP provided order of magnitude cost estimates for two alignment options as shown on Figure E. Section 4 of this report is included at the end of the schedule. Selecting the preferred alignment and station location will require a detailed evaluation of all possible alternatives including a comprehensive cost benefit analysis incorporating life cycle costs for the new pump station. Option 1: This option includes a pump station on Eighth Street south of Park Avenue, and a forcemain that extends east along Eighth Street to the Interceptor on Haliburton Street. Option 2: This option includes a pump station located near the intersection of Stirling Avenue and Murray Street, and a forcemain heading north on Park Avenue and east on South Street, to the Interceptor Tie-In on Eaton Street. All diversion routes will require 1) crossing of the Old Island Highway and E&N Railway, 2) 1,400 meters of 250mm diameter forcemain (actual length dependent on final route selected) and 3) eight (8) priority 2 upgrades to the trunk main (to be completed at a future date). At this time, the CoN would like to select a consultant to conduct further, more comprehensive studies into the possible diversion route options and complete a preliminary design of the selected route for the first phase. If the consultant’s

Page 16: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

work is satisfactory in Phase 1, the City may wish to extend the scope of work to complete the design drawings ready for construction as part of Phase 2 and provide Tender and Construction Services as part of Phase 3. Project Goals The goal of the first phase is to select a route for the diversion, review timing of project and produce preliminary drawings and cost estimates by the spring of 2016. Future phases may include completion of the tender drawings and construction services of the preferred Sewage Diversion option by December 2017. Study Area The Chase River Sewershed is in the south end of Nanaimo and comprises approximately 20 percent of the area of the City. The catchment area is defined by the City boundary to the south and west, the Downtown sewerage area to the east and the Millstone sewerage area to the north. The Chase River catchment covers a total area of 1,960 hectares (ha) and the Old Island Highway, the E&N Railway and the new Parkway meander through the core of the sewershed. It includes one of Nanaimo’s largest neighbourhoods full of families and local scale businesses, large commercial properties and institutions such as schools. Approximately 12,000 people reside in the core area of the Chase River Sewershed and many of these residents contribute to a variety of community based organizations. A more reliable sewer system will benefit them all. The study area is shown on the enclosed Figure E at the end of the schedule. 2. Planning Horizon for the Study The planning horizons for this study will be set to coordinate with the Chase River Sanitary Master Plan which highlights flows to 2041. The following models and scenarios must be considered: • Existing scenario. • 2031 population scenario – population projections to 2031 for the catchment

area.

• 2041 population scenario – population projections to 2041 for the catchment area.

Page 17: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

3. Sewer Collection Facility The Chase River Catchment is comprised of 96 km of gravity mains and includes three pump stations that are owned and operated by the City of Nanaimo and one pump station that is owned and operated by the Regional District of Nanaimo. In order to properly assess the many options available and timing, the successful proponent will be provided the “InfoSewer Pro v7.6” digital modeling files for the Chase River Catchment. 2.0 Objective

The objectives of this assignment are: Phase 1: Preliminary Design 1. Review the Chase River Sanitary Master Plan, including all flows, velocities and

critical pipes in Trunk main. 2. Confirm timing of Pump Station and Forcemain. 3. Identify the preferred site for the new pump station. 4. Identify the preferred forcemain alignment.

5. Prepare preliminary design drawings.

Phase 2: Detailed Design (Optional)

6. Complete Issued For Tender Design Drawings of pump station and forcemain by December 2016.

Phase 3: Tender and Construction Services (Optional)

7. Complete the tender, construction services and commissioning for the new sewer

facilities by December 2017.

Page 18: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

3.0 Scope of Work

The project objectives are clear; however, for this request, the scope will be considered flexible and open for innovation and ingenuity on the part of the successful consultant. The first task will be for the CoN and the successful consultant to complete a comprehensive “project scoping” phase. Generally, the scope of work will be separated and completed in three (3) phases: Phase 1: Preliminary Design Services which shall include geotechnical, civil, structural, electrical, hydraulics/mechanical, environmental, and public consultation as well as other related services. This phase shall include but not be limited to: prepare conceptual plans and profiles of selected route; identify pipe, valve and pump station phasing options; identify geotechnical, environmental, and operation & maintenance constraints; identify permitting and infrastructure upgrade requirements; prepare work schedules; identify construction and staging constraints; prepare Class C cost estimates for the preliminary design and; liaison and coordinate work with all applicable agencies. Phase 2: Detailed Design Services (Optional) which shall include geotechnical, civil, structural, electrical, hydraulics/mechanical and environmental. This phase shall include but not be limited to: all necessary design and field investigation services to complete/verify all engineering calculations, provide detailed design drawings, specifications and technical reports in sufficient detail to carry out the construction and commissioning of the pump station and forcemain, associated structures and appurtenances, provide Class A cost estimates and coordinate all work with agencies, consultants and contractors. Phase 3: Construction Services (Optional) which shall include support during tender, critical inspections, preparation of record drawings, and other post construction services as scoped by team and requested by CoN.

3.1 Proposed Methodology Phase 1: Preliminary Design The tasks to be performed during preliminary design shall include but not be limited to: 1. Arrange for a project initiation meeting with City staff. This meeting is intended to

take the form of a “planning workshop” where the consultant team and staff can collaborate on goals and objectives, review existing reports, and brainstorm on the variety of options to consider. This planning workshop will be the foundation for the preliminary design phase. During this workshop, budgets and schedule will be discussed in the same context as scope so that both consultant and CoN will be aware of what deliverables are possible considering financial and time constraints.

Page 19: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

2. Assemble and review all applicable information, surveys, reports and existing drawings related to the project including: as-built drawings of all existing utilities, environmental, geotechnical, and archaeological assessments previously completed at any site along the proposed alignment. The review should also include information on the possibility of any contaminated soil and/or ground water for the alignment as well as any slope stability concern areas.

3. Review the 2014 Chase River Catchment Sanitary Sewer Study (CRCSSS).

4. Review the provided population projects as used in the CRCSSS.

5. Complete analysis of Sewer Master Plan (SMP) for the Chase River section, including, but not limited to, remodelling to confirm timing.

6. Complete a comprehensive routing study considering approximately 3-4 possible forcemain alignments. Work packages for each alignment to include, but not be limited to: a) Physical Inspection.

b) Base plan of routes with City LIDAR.

c) Still and/or Video photography.

d) Identification of design challenges (existing utilities, rock outcrops, highways,

watercourses, etc...). e) Completion of plan and profile conceptual design drawings. f) Class “D” cost estimates.

7. Complete a Technical Memorandum for a comprehensive pump station and forcemain location study based on a minimum of two possible sites. Work packages for each alignment to include, but not be limited to:

a) Cost estimates including capital, operating and maintenance costs.

b) Technical evaluation of each option. c) Schematic design drawings. d) Desktop Geotechnical investigations. e) Stakeholder issues (odour control). f) Proximity to 3 phase Power.

Page 20: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

g) Land Tenure. h) Acquisition Costs. i) Recommended Pump Station site and Forcemain alignment.

8. Identify design and construction constraints for the selected route of the project and recommended strategies for dealing with all constraints. Identify work phasing requirements with Stakeholders to confirm the sequencing of work and overall project schedule.

9. Complete a preliminary design brief on selected option that will include the

following key elements: a) Updates to Sewer Master Plan, if any, as separate Technical Memo.

b) Identify pipe material options and prepare a life-cycle cost-benefit analysis

(the cost-analysis must include the installation cost as well). c) Confirm the requirements for protection/relocation and approvals for crossing

other utilities (e.g., water, sewer, storm, gas, electrical, cable, telephone, etc.).

d) Identify construction impacts and temporary facility requirements (including

approved locations for site office, temporary parking, laydown areas, etc.). e) Timing based on updated critical pipes risk matrix. f) Location for recommended Sewer Pump Station and preliminary design

drawings showing the proposed site layout, cross-sections and preliminary equipment selection.

g) Location of recommended forcemain alignment to Interceptor Tie-In including

plans and profiles of forcemain and relocated pipes, chamber designs, etc. h) Prepare detailed project schedules for design and construction incorporating

the sequencing of work to accommodate stakeholders, as well as class “C” cost estimate. Identify any permits that are required and include them into the project schedule and cost estimate.

i) Identify any design, construction, work phasing, safety or operational issues

that need to be resolved prior to proceeding with detailed design and construction.

j) Identify long time delivery materials that must be procured (pre-purchased) by

the City to meet the schedule.

Page 21: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

Phase 2: Detailed Design (Optional) The tasks to be performed during detailed design shall be determined at the negotiation stage if the City wishes to proceed with the consultant for Phase 2. They shall include but not be limited to: 1. Perform all necessary engineering services to provide detailed design drawings,

specifications and other specified documents in sufficient detail to carry out the permitting and construction of the Work.

2. Conduct detailed geotechnical investigation of preferred forcemain alignment and

possible conflict with abandoned underground coal mines.

3. Conduct a transient analysis for the proposed forcemain(s) and develop control measures, as necessary.

4. Complete odour control study on preferred Sewer Pump Station site.

5. Complete 60% design drawings for all the work.

6. Meet with CoN to review 60% design.

7. Make all revisions to 60% design review.

8. Complete 95% design drawings.

9. Complete Class “A” Cost Estimates of Diversion.

10. Meet with CoN for a 95% design review meeting.

11. Prepare drawings and a bound report documenting the design process and identifying requirements determined from geotechnical and environmental assessments/reports, as well as reports from the archaeological consultant, if completed. The assessment should be appended to the report. The report should also include detailed Class “A” cost estimates for construction of all Work.

12. Prepare and submit a sealed set of detailed specifications and a full set of “Issued for Construction” drawings along with all the supporting materials required for the construction tender.

Phase 3a: Tender and Construction Services (Optional) The tasks to be performed during the tender and construction phase shall be determined at the negotiation stage if the City wishes to proceed with the consultant for Phase 3a

Page 22: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

Phase 3b: Post-Construction Services (Optional) The tasks to be performed during post-construction services shall be determined at the negotiation stage if the City wishes to proceed with the consultant for Phase 3b. They shall include but not be limited to: 1. Provide assistance with any issues arising from warranty / guarantee / compliance

issues with contractors, vendors or stakeholders. 2. Prepare and submit “Record” drawings to the City of Nanaimo in both hardcopy

(signed and sealed by a Professional Engineer registered in the Province of British Columbia) and in electronic format compatible with the City’s AutoCAD Standards.

3. Prepare and submit a Project Closure Report.

Project Schedule Consultant’s proposal shall include a proposed time schedule and associated milestones that result in a deliverable work product. The Consultant will be required to complete work within the time period proposed. 4.0 Deliverables

4.1 Preliminary Design Services – Phase 1 .1 The preliminary design draft report (two copies) including all drawings with

layout(s), profiles and outline dimensions, findings of the preliminary assessments and investigations, clear direction and recommendation for the pump station location and pipe alignment and construction, and class “C” cost estimate(s).

.2 Technical memo on pipe material options and life-cycle cost-benefit analysis

complete with recommendations. .3 The final preliminary design report (four complete paper copies, one unbound,

and one PDF file) with all relevant comments addressed, including drawings, all supporting information (field test, investigation results, etc.), and sealed by qualified professional(s) registered in the Province of British Columbia.

.4 The requirements for all permits and approvals and listing of key stakeholders and

events that require phasing of the work. Identify work space areas and provide initial traffic management and communication strategies.

.5 Project Schedules, Meeting Minutes, and a preliminary material list.

Page 23: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

4.2 Detailed Design Services – Phase 2 (Optional) .1 The detailed design draft report (three (3) copies) for the approved route

alignment including drawings, design basis, assessments, and investigation reports, and class “A” cost estimate(s).

.2 The final design report (three (3) complete paper copies, one (1) unbound, and

one (1) PDF file with all relevant comments addressed, including all supporting information (field test, calculations, investigation results, etc.), and sealed by qualified professional(s) registered in the Province of British Columbia including professional review.

.3 Technical assistance to acquire all permits and approvals including approvals

from key stakeholders for phasing of the work that meets their event planning objectives.

.4 Technical input into the Specifications to address Public Impact Mitigation,

Environmental Management, Traffic Management, Safety Management, Quality Control/Quality Assurance Project Management, and all other plans required by the contractor to successfully execute the work.

.5 Project schedules/updates. .6 Meeting Minutes.

4.3 Construction Services – Phase 3a (Optional) .1 Critical site inspection reports. .2 Shop drawing reviews. .3 Drawing and specification revisions. .4 Converted Contractor and vendor shop drawings. .5 Field engineering drawings and sketches.

4.4 Post-Construction Services – Phase 3b (Optional) .1 Record drawings (four (4) sets) of full-size, hardcopy record drawings and

electronic files of record drawings. .2 Project Closure report (four (4) copies) including sign off and acceptance

records. Optional / Additional Work

Page 24: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

The Consultant may be directed by the City to provide additional services which are otherwise not included in the original scope of services. Additional services may arise due to: • Requested changes by stakeholders, approving agencies, and City; • Enactments or revisions to statutes, regulations, codes, or bylaws imposed

subsequent to the preparation of such drawings, specifications and documents where such enactments or revisions to statutes, regulations, codes or bylaws were not previously pending enactment nor contemplated.

The consultant is responsible for identifying any changes to the original scope of services and providing the City’s Project Manager with a description of scope of additional services and the associated budget adjustments required in the monthly progress reports. The Consultant shall not proceed with additional services until such additional services and associated budget adjustments have been authorized by the City. 4.5 Drawing and Documents Standards Drawings included in each submission are to be completed in accordance with the MOESS, latest edition, or as otherwise requested by the City Engineer. Submissions will be returned for re-submission if found to be non-compliant. Digital copies of all submissions to be submitted via the City’s file sharing site. Digital PDF drawings are to be submitted as both: • Separate PDF files for each separate drawing, and • One single PDF binder file that contains all drawings.

Spreadsheet and text documents shall be produced in M/S EXCEL latest version and M/S WORD latest version, respectively. All schedules are to be prepared in Primavera or MS Project. All photographs to be JPG format. PDF’s are to be submitted for both high quality reproduction as well as web ready format. The Consultant shall provide a minimum of five sets of all design drawings, specifications, written reports and other documentation during the course of each phase to facilitate ongoing reviews by the City. At the end of Phase 1, the final report will be delivered as five (5) bound copies of the report with drawings, as well as digital files of the most current version in Adobe format for the report document and AutoCAD for drawings. The report should be copied double sided including 8.5” x 11” plans. All other plans should be printed single sided and folded to a letter sized format. All final documentation shall be signed and sealed by the engineer of record in the Province of British Columbia. All design drawings shall be signed, sealed and certified for construction.

Page 25: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

The quantity and documents/drawing standards for Phases 2 and 3 shall be determined at the negotiation stage if the City wishes to proceed with the consultant for those phases. 5.0 Proposal Requirements

The following points shall be applied to the preparation of the proposal: 1. Any material provided by the consultant to the City of Nanaimo will become the

property of, and for the sole use of, the City of Nanaimo. 2. The City withholds payment of 20% of the total fee until receipt of 100% study

drawings, digital files and return of City materials.

3. Only personnel listed in the successful proposal shall perform the work unless otherwise approved by the City of Nanaimo.

6.0 Support Information Provided by the City of Nanaimo

The City will provide the following information to the consultants awarded the project: 1. Past Reports, Studies and Historical Data

a) Chase River Sanitary Sewer Master Plan 2014.

b) Current population projections. c) Sewer network model and all applicable files.

7.0 Section 4 of Chase River Master Plan

Section 4 of the Chase River Master Plan prepared by Urban Systems in 2014 follows.

Page 26: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

Chase River SanitaryMaster Plan

550 – 1090 Homer StreetVancouver, BC V6B 2W9

604.235.1701

Final ReportApril 2014

Page 27: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

City of NanaimoChase River Sanitary Master Plan

40

4.0 Chase River Trunk UpgradesThe Chase River Trunk is a large diameter sanitary main with many sections in excess of 5 m depth.Any proposed upgrades that reduce condition or capacity risks must consider constructability, depth ofsewer, and cost-effective alternatives which reduce the costs and community disruption from areplacement.

The Chase River trunk main is almost 3,400 m long and over half of the trunk lies beneath roadsclassified as collector or highway. The area topography is rolling which creates areas of significantdepth, leaving almost 54 percent of the trunk located more than 5 m beneath the surface (some areas >9 m depth). Most of the trunk was installed in 1979 and is approximately 35 years old, whereas only 15percent of the main was upgraded to 900 mm in 2008. The diameter of the trunk varies from 350 mm to1050 mm.

Analysis of the existing capacity-based performance of the trunk system identified the following:

Capacity deficiencies (likelihood of failure score is 3 or 4): 21

Critical deficiencies (likelihood of failure score is 5): 0

Approximate length of deficiencies: 2,400 m

4.1 Upgrade Options and Considerations

There are three primary options to consider for upgrading the Chase River Trunk:

1. Upgrade trunk in its current alignment and depth

Primary Consideration: costs of construction and rights-of-way constraints aresignificant because over 55 percent of the trunk is >5 m depth

2. Diverting flows within a new main to another location in the catchment to free up capacity in thetrunk

Primary Consideration: costs of constructing and operating a new diversion pumpstation (to the Nanaimo Interceptor)

3. Provide relief storage and flows by vertically twinning the trunk main

Primary Consideration: HGL in existing trunk rises sharply and exceeds the depth oflaterals which negates the benefit of a relief sewer

The relief storage option was removed from further analysis because it is the least able to reduce risk inthe trunk due to the pipe profile and hydraulic-flow characteristics. Options 1 and 2 are explored furtherin the next section.

Page 28: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

City of NanaimoChase River Sanitary Master Plan

41

4.2 High Level Cost Comparison of Two PrimaryOptions

Option 1: Upgrade Trunk in Current Alignment

This option includes upgrading the diameter of the main in its current alignment and depth to achievethe City’s modeling and design standards for velocity and d/D. This option also includes determining thelargest diameter section and reassigning this diameter to all segments in the trunk. For Option 1, thedeterminant diameter is 1200mm which is extends for over 3,000m starting south of 8th street down tothe Chase River Pump Station (TM 9). Construction costs increase significantly due to the diameter ofthe main, width of right-of-way, as well as the depth is key sections. An average unit rate for the trunkmain was developed for this comparison (based on the unit rates in other estimates) of $3,000/lin. m.

Moreover, the implications to residents and business from deep sewer construction, as well as unknownsoil, create risks that are difficult to quantify which elevates bid prices. For a deep trunk main whichrequires significant flow re-routing and impacts to all land uses and densities, the cost of overallconstruction should include a significant contingency. A construction cost risk allowance of 40 percent isapplied to the project (above the design contingency included with the unit rate) to reflect theuncertainty in local conditions and the unquantifiable challenges that may be expected and factored intocontractor pricing. The total projected cost estimate for replacing the trunk in its current location istherefore $12,600,000

Class D Cost Estimate incl. Engineering and Contingencies: $12,600,000

Option 2: Flow Diversion

This option includes diverting flows at manhole 4345 on Eighth Street near Stirling Avenue. There areno significant condition risks (CCTV and asset age do not demonstrate high likelihood of failure)therefore the emphasis is placed on capacity upgrades. The quantity of diverted flows has beenselected to reduce the likelihood of failure to 2 (or less) downstream of the diversion all the way to theregional pump station. Reducing the risk scores can be done by minimizing flows to within the designcriteria of d/D < 0.7 and velocities greater than 0.75m/s. Table 4.2-1 outlines the flow diversionsummary for existing (2012) and future Status Quo (2031) flows.

Table 4.2-1 Flow diversion summary for existing (2012) and future (2031 Status Quo) flows

Flow Diverted at Manhole 4345 2012 PWWF5 2031 PWWF5 Status Quo

To Proposed Lift Station 134 L/s 339 L/s

To Existing Trunk System 171 L/s 132 L/s

The flows outlined in this table confirm the need to upgrade or provide a relief to the Chase River TrunkMain in the short term because there is a need to divert 134 L/s in the current scenario. Further, the

Page 29: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

City of NanaimoChase River Sanitary Master Plan

42

amount of diverted flows increases due to projected growth between years 2012 and 2031. The pumpstation will increase in size incrementally, following the flow requirements (from growth) over time aswell as the typical redundancy needs for a lift station. The lift station configuration will initially include 3pumps and ultimately include a 4th pump, including generator and two wet wells.

The length of the new diversion forcemain is approximately 1,400 m; however, the selected route willaffect the exact length and there are two preliminary alignments proposed at this time. The diameter ofthe forcemain has been established at 350 mm based on design velocities.

Alignment Option 1: The proposed route includes a forcemain from manhole 4345 that extends eastalong Eighth Street (and undeveloped areas) to the interceptor on Haliburton Street. Some sections ofthe new line may be gravity flow, depending on the route selected and the pressure at the tie-in with theinterceptor. This route requires traversing the Chase River valley and crossing the Island Highway.

Alignment Option 2: The proposed route includes a forcemain from a pumpstation near theintersection of Park Avenue and Murray Street. From the station, the forcemain travels along ParkAvenue (with implications to the existing Park Station undetermined) to Seventh Street. The forcemainrealigns along Woodhouse Street before the tie-in to the interceptor.

Selecting the preferred alignment requires detailed evaluation of the alternatives and cost-benefitanalysis. This exercise may be conducted as part of preliminary design in subsequent stages of theupgrade to the Chase River Trunk Sewer.

Regardless of which alignment chosen, the City if the lift station option is chosen will incur new costs ofowning and operating another lift station. Currently, flows are collected at the regional pump stationand the City is charged for the volume of discharge. With the diverted flows the flows to the ChaseRiver pump station will decrease.

By diverting flows from the trunk, the amount of overall pumping decreases because the total dynamichead along the diversion line is lower than the lift required from the regional station (Chase River) to thenearest point along the interceptor downstream (on Haliburton). Therefore, there are long-termoperational and energy savings by diverting flows as proposed (from the global perspective of pumpstation energy use). The City may explore cost sharing with the RDN for the new pump station giventhe power savings expected at the regional pump station and the capacity that is freed up by thisapproach.

In further comparing the two options, priority upgrades are proposed north of the Eighth Street liftstation that should also be accounted for in Option 2. Eight of the 11 assets north of the proposeddiversion location are classified as Priority 2 projects. Table 4.2-2 summarizes the cost of these assetsand their capital scheduling.

Page 30: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

City of NanaimoChase River Sanitary Master Plan

43

Table 4.2-2 Upgrades North of the Eighth Street Diversion Station

Trigger # of pipes

Length(m)

Total CostEst. 0-10 years 10-20 years

Condition 1 26 $ 44,700 0 1

Capacity 7 330 $ 690,000 1 6

Total 8 356 $ 735,000* 1 7

*Cost estimate including O&M but excluding land acquisition costs; rounded.

These 8 assets are the final part of the Option 2 capital cost estimates.

Class D Cost Estimate incl. Engineering and Contingencies: $4,260,000 (Total)

1. Forcemain: $1,900,000 incl. basic allotment ($700,000) for two major crossings

2. Pump Station: $1,625,000 incl. mechanical, electrical, and structural.

3. Assets North of Eighth: $735,000

In addition to capital costs, constructing a new lift station will incur new life-cycle costs and requireresources that the City may not have otherwise incurred. For example, the regular operations andmaintenance of a station including activities such as facility washdowns and generator refueling will beconducted by City staff. On top of regular operations and maintenance there are two other categoriesthat reflect life cycle costs: energy costs and electrical-mechanical equipment renewal. The averageannual life cycle cost of the proposed life station over 20 year is estimated at $130,000/year, which ismade up of 13 percent, 57 percent, and 30 percent for O&M labor, electricity, and electrical-mechanicalrenewal, respectively. From a cost comparison perspective only the O&M labor ($17,000/year) isconsidered to be an increase over the current practice of sending flows to the regional pump station.

Including the life-cycle costs is important when comparing the trunk replacement options. Yet still, thecapital and life-cycle costs of the diversion option are significantly lower over the in-situ replacementcost of $12,600,000. Due to the uncertainty of the actual incremental O&M cost increase associatedwithin this pump station, these O&M costs have been excluded from the capital planning outlined in thefollowing sections of the report.

Lastly, pursuing cost sharing with RDN may further increase the cost-benefit of the diversion approach.Development cost charges can apply to the diversion project.

Additional conceptual design details are provided for the diversion option in Section 4.3.

Page 31: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

City of NanaimoChase River Sanitary Master Plan

44

4.3 Conceptual Design for Diversion Option

4.3.1 Staging and Redundancy

Flows in the Chase River Trunk Main will increase over time from population growth. Constructing thepump station in stages allows the City to upsize the facility over time and to defer costs. Stage 1 andStage 2 are described below.

Stage 1 –To be initiated immediately given the majority of Priority 1 trunk assets

Lift Station

Includes three pumps, the full-sized double wet well, the generator, 3-Phase powerextension, and the first of two phases of kiosk installations.

Lift Station Cost Estimate: $1,315,000

Forcemain

Includes the full extension of the forcemain from Eighth Street to Haliburton Street. Forcemain Cost Estimate: $1,900,000

Note that the potential for twinning was evaluated at a high level and determined not to be a cost-effective alternative. However, should the City desire, this could be evaluated in further detail duringpreliminary design.

Assets North of Eighth Street

Includes the assets listed in the 0-10 year timeframe only Assets Cost Estimate: $10,00011

The total capital cost estimate for Stage 1 is $3,225,000.

Stage 2 – Approximately 10 Years Out (growth dependent)

Trigger

When flows from the pump station (three pumps initially) exceed 165 L/s redundancy islost which triggers the impeller upgrade (2017 to 2022)

When flows from the pump station exceed 235 L/s redundancy is lost again and a fourthpump is required (likely beyond 2022)

Lift Station

Includes the fourth pump, impeller upgrades, and the second kiosk installation.

11 Combining the lone 0-10 year project with other pipe upgrades may result in efficiencies.

Page 32: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

City of NanaimoChase River Sanitary Master Plan

45

Class D Cost Estimate: additional $305,000

Assets North of Eighth Street

Includes the assets listed in the 10-20 year timeframe only. Assets Cost Estimate: $725,000

The total capital cost estimate for Stage 2 is $1,030,000.

Total costs for Stage 1 and Stage 2 is $4,260,000.

Development Cost Sharing

Development cost sharing for the major trunk upgrades should be allocated in a similar manner as otherupgrades. The trunk cost sharing approach is discussed in Section 5.4.1.

Page 33: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

City of NanaimoChase River Sanitary Master Plan

46

4.3.2 Siting and Location

Figure 4.3-1 below illustrates the proposed locations of the diversion lift station as well as the twoalignment options. This is shown in greater detail in Figure E at the end of the report.

Figure 4.3-1 Proposed locations of diversion lift stations and options for routing

There are multiple options for locating the pump station and also for routing the forcemain, which shouldbe explored at the preliminary design stage. Land acquisition is likely required for all of the diversionoptions whether near the proposed lift station or toward the tie-in with the interceptor. Hybrid options forthe diversion trunk upgrade include:

Utilizing the Park Avenue Pump station lands (although the existing equipment andstructures are undersized to mitigate existing risks); this includes various potentialdiversion locations on Deering Street, Nova Street, and Seventh Street.

Page 34: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

City of NanaimoChase River Sanitary Master Plan

47

Diverting at Eighth Street and aligning the forcemain to avoid creating new river andrailway crossings; e.g., direct towards Harbour View Street.

Diverting at Murray Street to avoid the need to upgrade the branch system between assets513712 and 513724.

Balancing recent upgrades to the trunk main on Stirling Avenue and the Assets North ofEighth so as to maximize the investment placed in recent upgrades.

Whether to combine any of the priority projects for the assets north of the Eighth Streetdiversion with the lift station and forcemain can be concluded during preliminary design.

In all instances, a multiple account evaluation of the new infrastructure should be completed to mitigateimpacts to local residents and select the preferred route, to select the final location of the diversionpump station, and to select the option that provides the desired level of service at least cost.

The recommended cost option is based on the Eighth Street diversion approach with a forcemain thatheads east to Haliburton over the river valley and the Island Highway. Cost efficiencies should beexplored at the preliminary design stage which will result in the preferred staging, sizing, and routing ofthe Chase River Trunk Upgrade.

4.4 Recommended Budget Estimate for Chase RiverUpgrades

The Class D cost estimate for the proposed diversion upgrade to the Chase River Trunk is $4,260,000which includes engineering and contingency. Land costs should be factored in prior to allocating theproject to the 2015 budget.

The conceptual design alternatives for the Chase River Trunk are preliminary in nature and intended forlong-term budgeting reasons. Each viable alternative should be further evaluated in a detailed cost-benefit analysis as part of preliminary design.

4.4.1 Comparison to Previous Studies

Previous studies completed for areas within the Chase River catchment also highlighted thesignificance in I&I in this catchment12. Various methods for estimating I&I and for designinginfrastructure upgrades were used in the previous studies, which differ from those used in this study. Ofnote is that it was assumed in the Chase River Trunk Sewer Study (Dayton & Knight Ltd., 2000) that I&Ifrom new developments would be 11,200 L/ha/day, which resulted in smaller-diameter recommendedupgrades for the Chase River trunk sewer than are recommended in this study (see next section).What is consistent is that I&I was identified as significant across the sub-catchment, and targeting I&Ireductions to defer capacity-driven upgrades to the trunk was recommended.

12 Chase River Trunk Sewer Study, Dayton & Knight Ltd., Triton Environmental Consultants Ltd., July2000; and Seventh Street Sub-Catchment Area Sanitary Sewer Study, Kerr Wood Leidal, June 2011

Page 35: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

?

?

?

? ?

?

?

?

?

?

?

?

?

?

??

?

?

?

?

?

?

?

?

?

?

?????

?

?

?

?

?

?

?

??

??

? ?

??

?

?

??

?

?

?

? ?

?

?

? ?

?

?

?

?

?

?

?

?

?

?

?

?

?

??

?

?

?

?

?

?

?

?

?

?

???

??

?

?

??

?

?

?

?

?

?

???

?

?

?

?

?

?

??

?

?

?

?

?

?

?

?

?

?

?

?

?

?

???

?

??

?

?

?

?? ?

?

?

?

?

?

?

? ?

??

?

?

?

?

?

??

?

??

?

?

?

?

?

??

?

?

?

?

? ?

?

?

?

?

?

?

?

?

?

?

?

?

?

?

??

?

? ?

?

?

?

?

?

?

?

?

?

?

?

?

?

?

?

??

?

?

?

?

?

?

?

??

?

?

?

?

??

?

?

?

??

?

?

?

?

?

?

?

?

?

?

?

?

??

?

?

?

?

?

??

?

?

? ??

??

?

?

?

?

???

?

?

?

?

?

??

??

? ?

??

?

?

?

?

?

? ?

?? ?

?

?

?

?

??

?

?

?

?

?

?

?

?????

??????

? ??

??

??

?

???

?

?

???

?

?

? ??

?

??

?

? ?

?

??

???

? ?

?

?

?

?

?

?

??

?

?

?

??

?

??

?

?

??

?

?

?

??

?

?

?

?

?

?

?

?

?

?

?

?

?

?

?

?

?

??

?

?? ?

??

?

?

??

?

[

[

Ú

Ú

InterceptorInterceptorTie-InTie-In

(Option 1)(Option 1)

350mm Forcemain350mm ForcemainAlignmentAlignment(Option 1)(Option 1)

Proposed DiversionProposed DiversionPump StationPump Station

(Option 1)(Option 1)Upgrade to Diameters as ProposedUpgrade to Diameters as Proposedin Priority 2 Resultsin Priority 2 Results

Catchment Boundary

InterceptorInterceptorTie-InTie-In

(Option 2)(Option 2)

350mm Forcemain350mm ForcemainAlignmentAlignment(Option 2)(Option 2)

Proposed DiversionProposed DiversionPump StationPump Station

(Option 2)(Option 2)

PETROGLYPH CRES

SEVE

NTH

ST

NOVA

ST

RYAN

RD

CRANBERRY AVE

CHASE RIVER RD

TIMBERWOOD DR

DOUGLAS AVE

MULB

ERRY

DR

SILVERMOUNTAIN DR

STIRLING AVE

OLD VICTORIARD

BEECHWOOD DR

DUKE

ST

KOLBY AVE

YOUNG RD

SOUT

H ST

ASPE

N WAY

CASS

IDY

DR

MCKEOWN WAY

MAC RAE PL

PARK AVE

QUINN LN

NINT

HST

CADILLAC PL

PORT

AGE R

D

BRUCE AVE

NINT

H ST

BOWLSBY ST

VIEW ST

SOUT

H ST

BOWMAN AVE

RAILWAY AVE

PARKER AVE

GRANT AVE

PARK AVE

ROBI

NS ST

ARLE

Y ST

JORDON AVE

LAWLOR RD

MCKENZIERD

WINCHESTER AVE

HAMILTON AVE

WEXFORD RD

MAKI

RD

RAIN

ER ST

ELEV

ENTH

ST

STRICKLAND ST

HIGHVIEW

T ERR

SHORT AVE

SOUTHSIDE DR

WEXFORD RD

STIRLING AVE

OLD VICTORIA RD

EATON ST

SHORT AVECOLUMBIA ST

ISLAND HIGHWAY S

AEBIG RD

PRINCESS ST

ESTUARY LN

CENTENNIAL RD

TENT

H ST

DEER

ING

ST

SHORELINE DR

HARBOUR VIEW ST

EIGHT

H ST

LAURENCE PARK WAY

CARL

ISLE S

T

VICTORIA RD

JUNCTION AVE

GILLESPIE ST

HALIBURTON ST

CONNAUGHT AVE

HALIBURTON ST

SOUT

HWOO

D DR

DOUGLAS AVE

NICOL ST

SIXTH

ST

TWEL

FTH

STTW

ELFT

H ST

DEER

ING

S T

ROBI

NSST

ALPE

N WAY

W OOD

H OUS

EST

BOWLSBY ST

BOWLSBY ST

BRAMBLEWOOD LN

ORCH

ARD

D R

MURR

AY S

T

HEWG

ATE S

T

APPL

EWOO

D CR

ES

HONEY DR

HONE

Y DR

NANAIMO PARKWAY

NANAIMO PARKWAY

HIGHVIEW TERR

HIGHVIEW TERR

APPLEGREEN AVE

5137

15

513732508330

5127

44

513705

512745

5100

33

513712513711

514376

510044

5065

89

5137

31

513706

508907

506584

506590

509951

513708

50957

4

514375

506591

5066

26

5145

71

50995

2

510047

510046

5103

20

51032

1

5065

92

5131

73

5004

85

[

0 500 1,000250Meters

Chase River CatchmentSanitary Sewer Study

ProposedTrunk Upgrades

Figure E

Legend[Ú Proposed Diversion Pump Station

Proposed Interceptor Tie-InProposed 350mm Forecemain

[Ú Existing Pump Station? Existing Chase River Trunk Main? Existing Sanitary Main

Chase River Catchment Boundary

Logo

THE ACCURACY & COMPLETENESS OF INFORMATION SHOWN ON THIS DRAWING IS NOT GUARANTEED. IT WILL BE THE RESPONSIBILITY OF THE USER OF THE INFORMATION SHOWN ON THIS DRAWING TO LOCATE & ESTABLISH THE PRECISE LOCATION OF ALL EXISTING INFORMATION WHETHER SHOWN OR NOT.

U:\Projects_VAN\1296\0026\01\D-Drafting-Design-Analysis\GIS\Projects\MXD\Current\Figure E - Proposed Trunk Upgrades.mxd Last updated by: bpauls on February 11, 2014 at 5:16:49 PM

Page 36: REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

RECEIPT CONFIRMATION FORM

CITY OF NANAIMO

REQUEST FOR STATEMENT OF QUALIFICATIONS No. 1661

ENGINEERING CONSULTING SERVICES FOR CHASE RIVER PUMP STATION AND FORCEMAIN

Closing date and time: 3:00 PM, Pacific Standard Time, July 22, 2015

As receipt of this document, and to directly receive any further information about

this Prequalification, please return this form to:

Attention: Kurtis Felker Manager, Purchasing & Stores

City of Nanaimo 2020 Labieux Road, Nanaimo, BC, V2T 4M7

Fax: 250.756.5327 Email: [email protected]

COMPANY NAME: ________________________________________________

STREET ADDRESS: _______________________________________________

CITY/PROVINCE: _________________________________________________

POSTAL CODE: __________________________________________________

PHONE NUMBER: ________________________________________________

FAX NUMBER: ___________________________________________________

CONTACT PERSON: ______________________________________________

EMAIL ADDRESS: ________________________________________________

SIGNATURE: ___________________________________________________________