You are on page 1of 49

Request for Proposal

SCOPE OF WORK
For
Consultant Services

WATER QUALITY STUDY


Prince Rupert Regional Hospital
1305 Summit Ave
Prince Rupert, BC V8J 2A6

Acropolis Manor
1325 Summit Ave
Prince Rupert, BC V8J 4C1

Summit Residences
1335 Summit Ave
Prince Rupert, BC V8J 4L2

March 16, 2018


Northern Health RFP for Consultant Services

INDEX
1. PROJECT SUMMARY ................................................................................................ 3

2. PROJECT BACKGROUND .......................................................................................... 3


2.1 CONSULTANT SCOPE..........................................................................................4
2.2 SCHEDULE ......................................................................................................6
2.3 BUDGET ........................................................................................................6
3. GENERAL CONDITIONS ........................................................................................ 6
3.1 CONSULTING TEAMS RESPONSIBILITIES ....................................................................6
3.2 CLIENT’S RESPONSIBILITIES AND SERVICES PROVIDED ...................................................6
3.3 FEES ............................................................................................................7
4. PROPOSAL REQUIREMENTS ...................................................................................... 8
4.1 SUBMISSION DETAILS .........................................................................................8
4.2 REQUEST FOR CLARIFICATION ...............................................................................8
4.3 FORMS OF CONTRACT ........................................................................................8
4.4 PROPOSAL EVALUATION......................................................................................8
APPENDIX A: ................................................................................................................. A

APPENDIX B: ................................................................................................................. B

APPENDIX C: ................................................................................................................. C
Northern Health RFP for Consultant Services

1. PROJECT SUMMARY
In an on-going effort manage the building condition of Northern Health facilities,
Northern Health (the “Owner” or “NH”) is seeking consulting engineering services to
support the organization in the administration of contracts related to environmental
health. The work of this particular request consists of an investigation of the water
quality at the Prince Rupert Regional Hospital (“PRRH”), Acropolis Manor, and Summit
Residences located in Prince Rupert, BC.

The water quality study will examine the intake water from the City of Prince Rupert
and upstream areas for potential contamination, sample and test various locations
throughout the three (3) sites in the company of NH’s Environmental Health Officer,
analyse water samples, and provide recommendations for water quality improvement.

This RFP outlines the scope of services being requested at this time. On conclusion of
the selection process, standard Client/Consultant contracts will be executed between
the Owner and the Consultant. Northern Health intends to enter into one contract
with the Prime Consultant for an all-inclusive fee for consulting services including all
sub-consultants for the Project.

2. PROJECT BACKGROUND
The City of Prince Rupert (“the City”) water system supplies approximately 6,000,000
cubic meters of potable water to the community through over 50km of distribution
line. The city’s water is sourced from the Tsimshian Peninsula watersheds and lakes.
Shawatlans Lake was used as a primary potable water source, where, a pumping
station was built to feed water to the city for over 80 years. In 1996, major
infrastructure improvements allowed Woodworth Lake to primarily supply the city
with sufficient water supply through a gravity-fed system, thus providing the City
substantial operational cost savings. To this day, Woodworth Lake is the primary
source of potable water for the city and Shawatlans Lake is used as a backup,
secondary source.

To ensure the water supplied by the City is safe for drinking, the municipality uses
chlorination and maintains appropriate residual chlorine levels as the water passes
through the distribution system. The residual levels are monitored electronically on a
regular basis to ensure the system has not be compromised.

The City has been working on upgrades to the Woodworth Dam, the supply main, and
associated roadway. It is their intent to replace one of the two submarine water
mains which pass below the Fern Passage once funding has been secured.

Despite these efforts, the water supplied to PRRH, Acropolis Manor, and Summit
Residences raises many questions regarding its quality thus prompting the need for a
water quality study. The existing water system at PRRH is not recirculated, thus, the
hospital experiences stagnant water in its lines in areas with less use. It has also
been found that in some areas of the hospital, the chlorine count drops close to 0
3
Northern Health RFP for Consultant Services

mg/L which could be a result of one or a combination of: the age of the water in the
system, microbial re-growth, contamination that consumes the chlorine, and/or a
reaction with corrosion by-products. Acropolis Manor and Summit Residences were
built in 2009 and have a recirculating water system.

Northern Health Public Health Protection (NH-PHP) has identified potential risks
associated with the water quality isolated within the Prince Rupert Regional Hospital
(PRRH) and recommends further sampling, testing and if warranted, mitigation. The
water quality is described as discoloured, muddy or slimy. Further exploratory
sampling will determine if the sediment is a result of biological (bio-film) or chemical
(corrosion of interior piping) processes. The effect is increased when taps at PRRH are
not used for long periods of time (typically a period greater than 24h).
NH-PHP completed a preliminary inspection comprised of initial observations and
tests. The observations and tests by NH-PHP are cursory and not exhaustive. These
observations should be viewed as a starting point to help guide issue identification.

The preliminary inspection took place on multiple floors and the major observations
include:

 Dark brown sediments at most of the taps checked at time of inspection


 Water generally cleared within 60 to 120 seconds at full flow
 OT tub, on floor M, had the most sediment. While running the bathtub hot
water tap for over 2 minutes, the water didn’t clear as rapidly as others and
visually, the flow rate was clearly higher at the bathtub
 CSR, on floor A, the water out of the tap in the hopper contained debris similar
to the sample from OT
 The observed water clarity and colour is illustrated in the photos in Appendix D
 Free Chlorine residual test for OT sink floor illustrated in photo in Appendix D

Table 1. Free Chlorine residual testing results for OT sink on floor M


Sample description Chlorine Residual
First Draw 0.04 mg/L
After 1 min of flushing 0.13 mg/L
After 5 mins of flushing 0.27 mg/L
Note: cold water flush.

2.1 CONSULTANT SCOPE


The Consultant’s scope includes:

1. The development of a methodology with an implementation plan schedule,


deliverables and completion dates, assumptions & limitations, and tasks.

2. The collection and testing of water samples at multiple locations. Water


should be tested as per the following:

4
Northern Health RFP for Consultant Services

 Spatial:

o entire PRRH facility, but not offsite. Include incoming water


(mechanical room); drinking water taps in patient rooms, offices,
kitchen

 Temporal:

o First draw water samples following stagnation period (eg, 24 hours);


flushed (eg, 1-minute and 5-minute); post-flush recovery (eg, 1-hour)

 Thermal:

o cold water for drinking water, hot water for showers

 Lab Parameters:

o Microbiological: Indicator bacteria (Total coliforms, E.coli), biofilm


(based on Heterotrophic Plate Count, and Iron Reducing Bacteria)

o Metals: scan to include total and dissolved iron, copper, lead

o Solids: total suspended solids (TSS), total dissolved solids (TDS)

 Field Parameters:

o Temperature, pH, turbidity, electrical conductivity, free chlorine


(Cl₂)

3. The provision of a preliminary report summarizing the test results and


findings.

4. The provision of a final report which includes a testing schedule, short- &
long-term recommendations along with cost estimated costs to implement
recommended improvements. Cost estimates to include consultant services,
parts, materials, and labour.

Following review of submissions and subject to available budget, it is the intent


of Northern Health to enter into a contract with the successful Proponent.
Required Insurance coverage will be outlined in the contract. The intended
form of contract shall be the Northern Health Standard Contract or the
Association of Consulting Engineering Companies (ACEC)’s Engineering
Agreement between Client and Engineer. Note that the Consultant firm’s
Terms and Conditions will not be accepted.

5
Northern Health RFP for Consultant Services

Proponents are asked to submit a fixed fee with a breakdown of each phase,
for preparation of the following:

1. Water Quality Study


a. Methodology development with testing plan,
b. Preliminary and final reports with findings and recommendations,

Proponents are asked to submit a cost per test fee structure for each test
identified in the testing plan with a corresponding total testing cost based on
the proposed plan.

2.2 SCHEDULE
It is Northern Health’s intent to begin the work two weeks after contract
award. Consultant to provide a proposed schedule outlining the milestones
and deliverables.

2.3 BUDGET
Based on the estimated remedial costs, NH may choose to proceed with
implementing the recommendation(s). Available funding for these changes to
be determined at a later time.

3. GENERAL CONDITIONS

3.1 CONSULTING TEAMS RESPONSIBILITIES


1. Design Responsibility

Consultant shall be responsible for the design and documentation in whole


and shall assign a Registered Professional Engineer in the Province of British
Columbia as the Engineer of Record.

2. Contract Documents

All drawings issued during the Bidding or Negotiation Phase, Construction


Phase or Post-Construction Phase must bear the seal of the respective
Consultant.

All water tests must results must be conducted by a certified laboratory


licensed in the Province of British Columbia.

3.2 CLIENT’S RESPONSIBILITIES AND SERVICES PROVIDED


The Client will supply the Consulting Team with the following services,
materials and information following appointment:

6
Northern Health RFP for Consultant Services

 PDF documents of existing hospital floor plans (dimensions to be


confirmed by consultant). CAD Drawings of these sites are not available.
Detailed building mechanical drawings are not available. Consultant shall
be responsible to become informed of and verify existing conditions as
part of this work.

3.3 FEES
Proponents are asked to submit a fee proposal addressing the project work
described above in the following breakdown:

1. Fees shall be inclusive of the following and will NOT be reimbursed


separately:

 All office expenses (e.g. reproductions, telephone calls. Facsimile


transmissions, courier services, postage and handling of documents,
and time to be spent in travel).

The intent of this RFP is to engage a prime consultant who shall engage,
coordinate and include the fees of any sub-consultants deemed necessary to
execute the scope of the work (e.g. structural, electrical, etc.).

2. Submit hourly rates for all personnel to be involved in the project. All
sub-consultant fees to be identified individually.

3. The following disbursements will be reimbursed:

 Travel, reasonable lodging

 Meal costs, not to exceed NH travel policy daily maximums;

o Breakfast:$10.00

o Lunch: $15.00

o Supper: $30.00

 Vehicle allowance for travel beyond 40 km from the respective


Consultant’s office;

o Mileage Rate/KM : $0.52/KM

 Only one 5% of handling fee;

All reimbursable disbursements are to be supported by proper itemized


receipts, invoices, and/or other applicable documentation. A
percentage basis of fees for disbursements will NOT be considered.

7
Northern Health RFP for Consultant Services

4. PROPOSAL REQUIREMENTS

4.1 SUBMISSION DETAILS


Proposals are to be emailed and submitted in PDF format; to Northern Health
using the following contact information:

Leah Joseph – Coordinator Capital Projects


Northern Health Authority
P: 250.645.6320

Leah.Joseph@northernhealth.ca

Proposals are to be submitted no later than:

Thursday April 5, 2018 at 2:00pm.


Northern Health Authority is not responsible for misdirected emails; please
take measures to confirm receipt by Northern Health. It is strongly
recommended that the party submitting the proposal follows up by phone upon
sending the transmission to ensure the submission is received.

4.2 REQUEST FOR CLARIFICATION


Proponents may inquire additional information or clarification regarding this
RFP’s requirements. Inquiries may be submitted up to three (3) days prior to
the RFP closing in writing, to Leah Joseph by email:
(Leah.Joseph@northernhealth.ca).

4.3 FORMS OF CONTRACT


Following review of submissions and subject to available budget, it is the
intent of Northern Health to enter into a contract with the successful
Proponent. Required Insurance coverage will be outlined in the contract. The
intended form of contract shall be a standard Northern Health Consultant
Contract (attached for reference).

4.4 PROPOSAL EVALUATION


Submissions shall be evaluated on the basis of the following:

 Firm Experience
o General firm experience, experience specific to project, past
experience with NH & BC Building Code, depth of technical
ability, and staff availability

8
Northern Health RFP for Consultant Services

 Individual Team Personnel


o General experience, experience specific to project, past
experience with NH & BC Building Code, and compatibility to
Client

 Methodology and Management


o Project organization skills, construction administration methods,
cost control method, and techniques for value management

 Familiarity with Project Site


o Knowledge of site & local conditions and experience with
municipality

 Proposal Clarity & Relevance


o Demonstrates understanding of project, demonstrates good
organization & process, presentation quality, and commitment to
good value innovation

 Fees
o Proposed fee

9
Northern Health RFP for Consultant Services

APPENDIX A:

PRINCE RUPERT REGIONAL HOSPITAL


MECHANCIAL DRAWINGS

A
2015129
2015129
2015129
2015129
Northern Health RFP for Consultant Services

APPENDIX B:

ACROPOLIS MANOR
AND

SUMMITT RESIDENCE
PLUMBING DRAWINGS

B
Northern Health RFP for Consultant Services

APPENDIX C:

BRIEFING NOTE
ADDITIONAL INFORMATION

C
Northern Health RFP for Consultant Services

Briefing Note – Additional Information

Key incoming water parameters:

Turbidity 0.58 NTU (good)


Lead <0.2 µg/L (good – no source lead in City water)
Colour 15 TCU (high colour, yellowish, tannins?)
Total dissolved solids (TDS) 33 mg/L (good, very low)
Electrical conductivity 22 µS/cm (surrogate for TDS)
Hardness 8 mg/L (very soft)
Alkalinity 3 mg/L (very low buffering capacity)
pH 5.9 (acidic)
Langelier Saturation Index -5 (extremely corrosive)
Organic carbon (TOC) 3.1 (significant chlorine demand)
Trihalomethanes THM₄ 0.12 (significant disinfection by-products)
Haloacetic acids HAA₅ 0.19 (significant disinfection by-products)

C
Northern Health RFP for Consultant Services

Analysis of City Water (not at PRRH):

Parameter Units Result approx Guideline Interpretation


Health Parameters
Turbidity NTU 0.58 ~ 1. ok
Fluoride mg/L 0.02 1.5 ok
Nitrate mg/L < 0.1 10. ok
Nitrite mg/L < 0.01 1. ok
Antimony mg/L < 0.000 5 0.006 ok
Arsenic mg/L < 0.000 1 0.01 ok
Barium mg/L 0.007 1. ok
Boron mg/L < 0.05 5. ok
Cadmium mg/L < 0.000 01 0.005 ok
Chromium mg/L < 0.001 0.05 ok
Lead mg/L < 0.000 2 0.01 ok
Manganese mg/L 0.005 0.5 ok
Selenium mg/L < 0.000 1 0.01 ok
Sodium mg/L 0.92 200. ok
Uranium mg/L < 0.000 1 0.02 ok
Aesthetic Parameters
Odour — inoffensive inoffensive ok
Colour TCU 15. 15. ok
Conductivity µS/cm 21.5 ~ 800. ok - see TDS
TDS mg/L 33. ~ 500. Excellent, ok
Chloride mg/L 4. 250. ok
Sulphate mg/L < 0.5 500. ok
Hardness mg/L 8.4 ~ 250. Soft, ok
Calcium mg/L 2.86 ~ 100. ok - see Hardness
Magnesium mg/L 0.3 ~ 30. ok - see Hardness
Copper mg/L 0.028 2 0.5 ok
Iron mg/L 0.135 0.3 ok
Manganese mg/L 0.005 0.05 ok
Phosphorus mg/L < 0.01 0.1 ok
Potassium mg/L 0.34 400. ok
Zinc mg/L < 0.005 5. ok
Treatment Parameters
pH — 5.9 7.0 to 10.5 OUTSIDE operational guideline.
Alkalinity mg/L 3.1 ~ 30 to 500 OUTSIDE operational guideline.
Langelier Saturation Index — – 5.4 -2 to +2 very severe corrosion, OUTSIDE operational guideline.
Ammonia mg/L -?- ~ 1.5 Missing - required
Organic Nitrogen mg/L -?- ~ 0.5 Missing - required
TOC mg/L 3.1 2.5 EXCEEDS (1x) operational guideline.
UVT — -?- ~ 80% Optional
THM4 mg/L 0.12 0.1 EXCEEDS (1x) health guideline.
HAA5 mg/L 0.19 0.08 EXCEEDS (2x) health guideline.

C
Northern Health RFP for Consultant Services

Description

Photo of sample

Initial
sample

Blank
comparison
(Blank
sample on
far right)

Floor M – OT
Bath tub
(side view)

C
Northern Health RFP for Consultant Services
Description

Photo of sample

Floor M – OT
Bath tub
bottom
view

Floor M –
Main OT
Sink

Floor A CSR
Hopper side
view

Floor A CSR
Hopper
bottom
view

C
Northern Health RFP for Consultant Services
Description

Photo of sample

Room 212
(Floor 2 –
Dr. Smith’s
Office) side
view

Room 212
(Floor 2 –
Dr. Smith’s
Office)
bottom
view

Diabetes
Office – 4th
floor - side
view

Diabetes
Office – 4th
floor –
bottom
view

You might also like