Bristol Regional Wastewater Treatment Plant Arc Flash Study Engineering Services City of Bristol Tennessee March 2018 I. Introduction The City of Bristol Tennessee, herein after referred to as City, is seeking the services of an individual or firm to provide engineering services for preparation of an Arc Flash Study of the Bristol Regional Wastewater Treatment Plant. The intent of the City is to execute an agreement with the successful firm to provide the study as further detailed below. II. Project Overview / General Scope The Bristol Regional Wastewater Treatment Plant, located off Beaver Creek Road, is a 15 MGD plant that became operational in the early 1970s. The plant is jointly owned by the City of Bristol Tennessee and the BVU Authority. The plant is contract operated by Inframark. 1. Scope of the Work The work to be accomplished consists of providing all labor, materials, and equipment required to conduct an arc flash study of the of the areas/buildings listed below in Item 2 of the Bristol Regional Wastewater Treatment Plant including the Sinking Creek Sewage Lift Station; consisting of the following components: A. Develop accurate one-line drawings that identify equipment voltage levels, sources, tie breakers, and various system configurations that impact hazard calculations. These drawings should be suitable for planning purposes to determine back feeds and energized sources. B. Perform field data collection of electrical equipment nameplate parameters. These parameters in conjunction with appropriate software are to provide a comprehensive model and database of the electrical system to perform all types of analysis. C. Perform short circuit and equipment duty calculations to ensure all equipment is properly rated to withstand and interrupt the available short circuit current. D. Perform protective device coordination (circuit breakers, fuses, protective relays, etc.) to ensure that each device will operate properly on the available bolted and arcing short circuit current.
E. Perform arc flash hazard calculations based on IEEE-1584 or NFPA 70E formulas and guidelines. Worst case calculations should be determined for all equipment. F. Label surveyed equipment (switchboards, motor control centers, etc.) with high quality UV resistant vinyl labels compliant with ANSI Z535. Surveyed equipment must be labeled for the worst-case conditions in the equipment based on the arc flash hazard calculations. Labels should indicate the boundary, amount of energy, and category of clothing required. Sheets indicating the clothing requirements will be posted in the main power vault and the remote power rooms, as well as any sites with categories greater than 0. G. Perform evaluation of required personal protective equipment (PPE) in conjunction with survey. Provide a summary of which PPE is required for each category. Provide Recommendations as to daily wear and what to purchase for the higher category sites. H. Provide Energized Work Permits taking into consideration system operating conditions, the hazards involved, company work procedures and policies, safety requirements, etc. I. Provide one training session to explain how to interpret the labels, drawings, and PPE tables. J. Provide Executive Summary indicating proposed equipment changes to reduce flash categories of more hazardous cases. 2. Areas / Buildings A. Administration building: hallway, pug mill room, electrical room, belt press room, control room, DAF room B. Amendment building C. Bio tower D. Blower building E. Chemical feed building F. Compost building G. Effluent sampler building. H. Electrical shop I. Influent sampling building J. Maintenance garage K. Main lift station L. Primary pump building M. Primary clarifier #3 pump building N. Pump shop O. Surge Basin P. Welding shop Q. Sinking Creek sewage lift station 2
3. Execution and Coordination of the Work The firm shall coordinate his work with the wastewater treatment plant operations personnel. 4. Miscellaneous The firm shall be totally responsible for any damage to the premises. The firm shall adhere to applicable Inframark (facility contract operator) safety policies. III. Proposal Content The proposal should provide a straightforward, concise description of the firm s capabilities to complete the project. The following is the requested format. 1. Firm Name, Business Address, and Telephone Number including a point of contact for additional information. 2. Type of organization (individual, partnership or corporation) and year the firm was established. 3. Profile of the firms experience, qualifications, and technical capabilities in conducting similar projects. Firms should list contact references for representative projects. 4. Number of employees by discipline and/or primary function (specify if list is prepared for a branch office). 5. Project team members including their vitae. 6. The firm s approach to completing the project. 7. The firm s estimated project schedule and number of days to complete the design. 8. The proposal shall be signed by an authorized representative of the firm. 9. Title VI Disclosure (Voluntary) 3
IV. Submittal Information concerning technical questions regarding this Request for Proposals should be directed to: Matt Dake Project Manager Inframark Phone: (423) 989-5570 Email: Matthew.Dake@inframark.com Information concerning the proposal process should be directed to: Timothy H. Beavers Director of Public Works City of Bristol Tennessee Phone: (423) 989-5566 Email: tbeavers@bristoltn.org 1. All submittals must be received by the City prior to 5:00 p.m. local time on Friday, April 27, 2018. One (1) original and four (4) copies of the proposal shall be enclosed in a sealed opaque envelope clearly marked Bristol Wastewater Plant Arc Flash Study. All submittals must be delivered to the Purchasing Department to the attention of Ms. Crystal Key. Mailing Address Physical Address City of Bristol Tennessee City of Bristol Tennessee Purchasing Department Purchasing Department P. O. Box 1189 801 Anderson Street Bristol, Tennessee 37621-1189 Bristol, Tennessee 37620 2. The proposals will not be publicly opened. All proposals will be treated as confidential throughout the evaluation process to the fullest extent permitted by law. After completion of the evaluation of proposals, all submitted materials will constitute public records which are subject to public inspection and copying under Tennessee law. 3. The City reserves the right to reject any or all proposals, to waive technicalities or informalities and to accept any proposal deemed to be in the best interest of the City. 4. This Request for Proposals does not commit the City of Bristol Tennessee to execute an agreement, to pay any costs incurred in the preparation of a proposal, or to contract for services. 4
V. Selection Procedures 1. Evaluation of Proposal Review and screening of firms submitting proposals will be performed by a Consultant Selection Committee. Selection criteria will be based on the following items: A. 35% - Experience and qualifications of the firm in providing similar services. This includes relative performance information provided by the representative project references. B. 35% - Ability, experience and education of the firm s personnel and project team. C. 10% - Technical staff availability to accomplish the project. D. 20% - The firm s approach and schedule to complete the project. 2. Contract Negotiation Each proposal will be submitted with the understanding that the acceptance to furnish any or all of the items described requires the execution of an Agreement between the City and the firm. Based on the selection criteria, the highest qualified firm will be invited to submit a cost proposal. The prospective consultant and the City must come to a mutual agreement on the project scope, technical requirements, and the proposed compensation. Thereafter, the Evaluation Committee will make its recommendation regarding contract award to the Bristol Tennessee City Council who will make the final decision. If negotiations for proposed compensation are unsuccessful, negotiations shall cease and commence with the second most qualified firm. The City may, at any time, in lieu of continuing negotiations, elect to redefine the scope of the project and invite another group of consultants to submit proposals. 5
VI. Schedule of Events RFP Advertisement 04/02/2018 Closing date for Submittal 04/27/2018 City Completes Evaluation of Proposals 05/07/2018 Completion of Contract Negotiation and Presentation to City Council for Contract Award 06/05/2018 This schedule is intended as a guideline for the timing of various events in this effort. Management requirements and other factors may cause certain of these dates to vary somewhat from original intentions. In no event, however, shall the deadline for Request for Proposals submittal be changed. 6
Title VI Compliance It is the policy of the City of Bristol Tennessee to ensure equal opportunity in all aspects of its programs and services without regard to race, color, sex, or national origin under Title VI of the Civil Rights Act of 1964. This policy applies to the administration of programs, facilities, benefits, or services that receive assistance from the Federal government. During the performance of this contract, the successful vendor agrees as follows: 1. To comply with the regulations relative to nondiscrimination in Federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, (hereafter referred to as Regulations ) as they may be amended. 2. To ensure nondiscrimination on the grounds of race, color, sex, or national origin in the selection and retention of subcontractors, including procurement of materials and lease of equipment. The vendor shall not participate either directly or indirectly in discrimination prohibited by Section 21.5 of the Regulations, including employment practices. 3. That during solicitations either by competitive bidding or negotiation made by the vendor for work to be performed under a subcontract, including procurement of materials or lease of equipment, all potential subcontractors be notified by the vendor of their obligations under this contract and Regulations relative to nondiscrimination on the grounds of race, color, sex, or national origin. 4. That all information and reports required by the Regulations be readily accessible by the City of Bristol Tennessee or the Tennessee Department of Transportation as may be pertinent to ascertain compliance with the Regulations. 5. That in the event of noncompliance with the nondiscrimination provisions of the contract, the City shall impose contract sanctions as it or the Tennessee Department of Transportation may determine to be appropriate, including but not limited to: a. Withholding payments until compliance is made, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. That the vendor includes these provisions in all subcontracts, including procurement of materials and leases of equipment. 7
Title VI Voluntary Disclosure by Vendors/Contractors The purpose of this request is to provide statistical information related to Title VI regulations. This is a VOLUNTARY disclosure. The information requested pertains to the company owner. Race: White Black Hispanic Asian Other Gender: Male Female This form will be maintained on file in the Purchasing Department for review by the City of Bristol Tennessee and the Tennessee Department of Transportation Title VI Compliance Office. 8