Loading...
HomeMy WebLinkAbout11. 18-70 FEBRUARY 13, 2018 18-70 RESOLUTION (CARRIED 6-0 LOST LAID OVER WITHDRAWN ) PURPOSE: APPROVE PURCHASE OF RIPPLE AVENUE PRESSURE REGULATION VALVE STATION / ENGINEERED FLUID, INC. ($92,714.00) INITIATED BY: DEPARTMENT OF PUBLIC WORKS WHEREAS, staff has determined that a pressure regulating valve station will be required to serve the needs of the Aviation Industrial Park; and WHEREAS, the pressure regulating valve station equipment is a single composite piece of equipment which must be integrated with existing water distribution equipment and technology necessitating standardization and compatibility; and WHEREAS, the City has standardized upon technology and equipment provided by Engineered Fluid, Inc. NOW, THEREFORE, BE IT RESOLVED by the Common Council of the City of Oshkosh that the proper City officials are hereby authorized and directed to enter into an appropriate agreement with Engineered Fluid,Inc. for the engineering design,production and delivery of a pressure regulating valve station to service the Aviation Industrial Park in the amount of ninety-two thousand seven hundred fourteen and no/100 dollars ($92,714.00). Money for this purpose is hereby appropriated from: Acct. No. 541-1810-1799-00000 Water Utility— Construction in Progress r,A City of Oshkosh MEMORANDUM TO: Honorable Mayor and Members of the Co n Council FROM: James Rabe, Director of Public Works DATE: February 8, 2018 RE: Approve Purchase of Ripple Avenue Pressure Regulation Valve Station Engineered Fluid, Inc. (EFI) ($92,714) BACKGROUND The City of Oshkosh (City) recently completed infrastructure improvements within the footprint of the Aviation Business Park. Hydraulic modeling studies of the water distribution system were conducted to evaluate water service options for the Business Park and nearby area. Based on these studies, it has been determined that serving the Aviation Business Park and nearby areas from the high pressure zone provides the best level of service. A new Pressure Regulating Valve (PRV) Station is required in order to reduce water pressure from the high pressure zone into the main pressure zone. A PRV Station is a piece of equipment that comes fully engineered and assembled with the necessary valves, transmitters, control/interface panel, etc. to reduce the operating pressure of the water main to a defined level. The City currently has two (2) other PRV Stations within the water system, both engineered by EFI. The City has already invested in the necessary equipment to monitor and communicate with the existing PRV Stations from the Water Filtration Plant. A request for proposal was submitted to EFI to provide this station so it can be integrated into the City's telemetry system without the need for additional upgrades. This station will be installed under a contract that has been publicly bid. Once development progresses in the Business Park, a second PRV Station will be installed in the area of Oregon Street and West Waukau Avenue to create a new Medium Pressure Zone that serves the Business Park and surrounding area. ANALYSIS Staff requested a proposal from EFI to provide the complete, fully -assembled PRV station. Installation of the station will be performed by the contractor installing the water main. A proposal was requested from EFI for this work in an effort to maintain standardization of the pressure -reducing equipment throughout the water distribution system. The other PRV Stations installed within the distribution system have been supplied by EFI. L\ Engineering\2017 CONTRACTS\17-19 Aviation Wtr Page 1 of 2 Mn\Project_Information\Correspondence\Memo\17-19 EFI-Ripple Ave PRV Stat Agreement_2-8- 18.docx FISCAL IMPACT This work will be funded from the Water Main section of the 2017 Capital Improvement Program. Funding is available from the water main construction for the West Murdock Avenue Project, which came in under budget. RECOMMENDATIONS Chapter 12 of the Municipal Code of the City of Oshkosh provides that the purchasing of services, materials, supplies or equipment, may be made without a formal competitive bidding process when the purchase is only available from one source of supply or when standardization or compatibility is the overriding consideration. I have reviewed the proposal and, in accordance with Section 12-11 of the Code, I am hereby recommending the Common Council approve this purchase. Approved, Mark A. Rohloff City Manager JER/tlt I:\Engineering\2017 CONTRACTS\17-19 Aviation Wtr Page 2 of 2 Mn\Project_Information\Correspondence\Memo\17-19 EFI-Ripple Ave PRV Stat Agreement_2-8- 18.docx P.O. Box 723, Centralia, IL 62801 ENGINEERED FLU 1 D 9INC. (618) 533-1351 1 FAX: (618) 533-1459 PROPOSAL NUMBER: 93735-15182-1 TO: City of Oshkosh City Hall 215 Church Ave Oshkosh, WI 54903-1130 Attn: Justin Gierach, P.E. PRESSURE REDUCING STATION DATE ISSUED: January 31, 2018 BID DATE: February 2, 2018 ,�CEI�1E%9 ENGINEER: CH2M Hill 2 ZA Milwaukee, WI pUI3L1C WORK'S PROJECT LOC.: Oshkosh, WI DE'? PROJECT WISCON51N PROJECT TITLE: Ripple Ave Pressure RegWon Valve Station EQUIPMENT SCOPE OF SUPPLY Manufacture, factory test, deliver and commission one (1) factory built Below Ground Pressure Reducing Station complete, fully assembled in a below ground steel capsule rated for H-20 loading. Size: 10'0" diameter x 7'3" interior height. The station will be as described in Specification Part 4 — Pressure Regulating Valve Station as shown on the Reference drawing included in the bid documents. No addendum has been received. Piping will be schedule 40 steel with interior coating of fusion bonded epoxy and exterior coating of two (2) part epoxy. The structural, steel skid will also be coated with a two (2) part epoxy. The floor plate will be coated with a two - component, 100 percent high performance aromatic polyurea spray elastomer with zero VOC and 100 percent solid as specified. The following major components / services are included: • Size 12" main inlet and outlet; • One (1) size 12" pressure reducing valve with limit switch assembly; • One (1) size 4" pressure reducing valve with limit switch assembly; • Two (2) size 12" wafer style butterfly valves with handwheel operators; • Two (2) size 4" wafer style butterfly valves with lever operators; • One (1) size 4" turbine flow meter with 4-20 mA output; • One (1) access hatch with hatch extension, ladder and ladder up; • One (1) exhaust fan; • One (1) sump pump with battery backup; • One (1) dehumidifier; • One (1) heater; • Two (2) pressure gauges; • Two (2) pressure transmitters; • Two (2) anodes (shipped loose with station, installation by the installing contractor); • One (1) anode test station; • One (1) 100A, 120/240V 1 phase, NEMA 3R, 22kAIC load center panel; • One (1) surge protection device; • One (1) station control/interface panel with necessary relays and pilot devices for station control; • Two (2) fluorescent lighting fixtures; • Two (2) GFCI-protected receptacles; • Wiring to be run in Schedule 40 PVC conduit; • One complete Engineering Submittals and one (1) lot Operation & Maintenance Manuals with Parts List. • EFI's parts and labor warranty for a period of a one (1) year after Owner's acceptance of Manufacturer's testing, as described in the Conditions of Sale. DELIVERY: includes f.o.b. to the job site or nearest passable road to the site or transfer site and one (1) day of installation supervision. Responsibility for the equipment will remain with EFI during transport. Responsibility is transferred when the equipment is lifted from delivery trailer. The crane and proper rigging are the responsibility of the installing Contractor. INSTALLATION: is NOT included in EFI's scope, i.e. Job -site work, off-loading, anchoring or installation of the station, installation of any external equipment, mechanical field connections or supply or termination of field power or control wiring. Anode pack and lead lines will be provided with the station. Installation by installing Contractor. Proposed station's suction and discharge will terminate with a plain end 1' beyond the station wall. The sump discharge will terminate at the station wall. Installing Contractor is responsible for connection at these points. Two conduits will be provided for field electrical entrance and telemetry entrance. EFI will provide 1 day of installation supervision. START-UP SERVICES: 1 trip(s) and 1 total man day(s) for manufacturer's field start-up service with instructions. Additional days & travel, if required due to factors outside this scope, will be billed at EFI's on-site/travel rate: $1,500/day plus travel. NOTES AND CLARIFICATIONS: 1. This proposal includes telemetry components only listed above. Telemetry panel, software, programming, ancillary telemetry equipment, and integration or the installation thereof is NOT included. 2. This proposal does not include the differential pressure transmitter or manifolds for the transmitters. 3. This proposal includes 3M Skotchkote fusion bonding in lieu of Sherwin Williams. 4. This proposal does not include a PLC, ancillary telemetry equipment or integration. Estimated Weight: 20,000 # Submittal Delivery: 3 Weeks after order -Manufacture Completion: 10 Weeks After Receipt of Approval. EFI WILL SHIP THE EQUIPMENT TO THE JOB SITE WITHIN 7 TO 10 DAYS AFTER MANUFACTURE. For additional information contact our local representative: Mr. Jeff elindt Engineered Solutions Midwest 7045 N Ionia Ave, Chicago, IL 60646 (630) 514-9102 FAX. (773) 467-1995 iblindt@engineeredsolutions.com If awarded the project, a Project Manager will be assigned to your project. Unless otherwise stated, quoted price(s) do not include taxes, fees, or permits. The price as proposed herein is based on the RFQ dated 1/18/18. Subtotal ........................... $92,714.00 Taxes ................................ $ Not included Total ................................. $92,714.00 ..........................................................................All Amounts quoted are in U.S. Dollars Accepted, Contingent Upon Contract Award and Receipt of Submittal Approval this day of 20 Company Name Authorized Signature By Name and Title ENGINEERED FLUID, INC. Prepared by: &P -4L /9 Bill Huber, V.P., C. F. O.