CITY OF AKRON DEPARTMENT OF PUBLIC SERVICE BUREAU OF ENGINEERING TUNNEL CONTRACTOR REQUEST FOR QUALIFICATIONS (RFQ)

Similar documents
Tunnel Contractor Pre-SOQ & Networking Meeting February 17, 2015

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

CHESAPEAKE BAY BRIDGE AND TUNNEL DISTRICT PARALLEL THIMBLE SHOAL TUNNEL REQUEST FOR QUALIFICATIONS #PTST-15-1

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

REQUEST FOR STATEMENT OF QUALIFICATIONS PROFESSIONAL CONSTRUCTION INSPECTION SERVICES FOR

Request for Qualifications Professional Engineering Services

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

Request for Qualifications Construction Manager at Risk Contract

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

Request for Qualifications Construction Manager

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

Request for Qualifications B Geotechnical Investigations / Professional Services Firms. RFQ Due Date: October 8, :00 P.M.

REQUEST FOR QUALIFICATIONS FOR INFORMATION TECHNOLOGY AND SUPPORT SERVICES MASTER SERVICE AGREEMENT(S)

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

REQUEST FOR PROPOSALS For Design Services for New Fire Station

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

Redevelopment Authority of Allegheny County

Social Media Management System

RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE

Dakota County Technical College. Pod 6 AHU Replacement

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

REQUEST FOR QUALIFICATIONS MUNICIPAL ENGINEERING SERVICES

City of Malibu Request for Proposal

REGIONAL WATER & SEWER DISTRICT FEASIBILITY STUDY, PETITION, AND PLAN OF OPERATION REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

REQUEST FOR QUALIFICATIONS

Arizona Department of Education

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

Unregulated Heating Oil Tank Program Guidance

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

ARCHITECTURAL SERVICES COLLEGEWIDE

REQUEST FOR QUALIFICATIONS. Design Professional Services

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE INSTALLATION, REPLACEMENT AND/OR RELOCATION OF STORMWATER CULVERTS, PIPES AND APPURTENANCES

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

(1) Vendor Acknowledgement (2) Instructions *(3) Scope/Required Information and Documents Outline Including Notarized Certification

Automated Airport Parking Project

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

FORM A-2 FINANCIAL PROPOSAL SUBMITTAL LETTER

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

PRE-PROPOSAL CONFERENCE REQUEST FOR COMPETITIVE SEALED PROPOSAL (RFCSP)

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR PROPOSAL

REQUEST FOR BIDS PUBLIC ACCESS TELEVISION MANAGEMENT SERVICES THE CITY OF YORK. November 17, 2014

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. October 2011

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

All proposals must be received by August 30, 2016 at 2:00 PM EST

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION

Attention Design Firms

Request for Qualifications

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

Request for Proposals School Year Project Lafayette County School District 100 Commodore Drive Oxford, MS 38655

RFP No.1-17-C033 Hydrant Fueling Cathodic Protection Phase I March 30, :00 PM

Green Infrastructure Challenge

REQUEST FOR PROPOSALS RFP NO.:

Page 1 of 10 Chicago Infrastructure Trust Joint Public Safety Training Academy - RFQ Clarifications - November 9, 2017

Design Build Services Lake Shawnee Junior Pond Improvements

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

Request for Qualifications (RFQ) Environmental and Permitting Services

REQUEST FOR QUALIFICATIONS

Colquitt Regional Medical Center

APPENDIX D CHECKLIST FOR PROPOSALS

REQUEST FOR PROPOSALS CHINATOWN TOURISM & MARKETING CAMPAIGN

REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR PROPOSALS

Attention Design Firms

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR Forward Capacity Market Support Services RFP NUMBER EM

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

REQUEST FOR PROPOSALS

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

MICHAEL N. FEUER CITY ATTORNEY REPORT RE:

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Request for Qualifications for Selected San Francisco Public Utilities Commission Construction Projects

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Request for Proposal (RFP)

Transcription:

CITY OF AKRON DEPARTMENT OF PUBLIC SERVICE BUREAU OF ENGINEERING TUNNEL CONTRACTOR REQUEST FOR QUALIFICATIONS (RFQ) OHIO CANAL INTERCEPTOR TUNNEL (OCIT) PROJECT CSO LONG-TERM CONTROL PLAN (LTCP) ISSUE DATE: February 5, 2015 1. INTRODUCTION The City of Akron, Ohio, a charter municipal corporation (City), is seeking qualifications from construction firms to establish a short list (up to four [4] maximum) of pre-qualified proposers (Proposers) for the construction of the Ohio Canal Interceptor Tunnel (OCIT) Project. The OCIT Project includes construction of a 27-foot finished inside diameter tunnel, drop shafts, diversion structures, sewers, and related appurtenances. If fewer than four (4) Proposers are deemed qualified by the City, then only the Proposers deemed qualified will be short-listed. The City will use a Qualifications-Based Selection (QBS) process in accordance with the criteria set forth in Section 8 of this RFQ to develop the short list of pre-qualified Proposers. During the RFP stage, the City will select the lowest and best responsible pre-qualified Proposer to construct the OCIT Project. The Request for Proposal (RFP) for the OCIT Project will be for a 27-foot finished inside diameter tunnel. Only pre-qualified Proposers will be sent an RFP Package by the City and be provided the opportunity to propose on the Project. Firms responding to this RFQ are not guaranteed an opportunity to propose on the Project, nor are they guaranteed the award of a contract. A pre-qualified Proposer will have the experience and resources necessary to complete the Project as determined by the City in accordance with the evaluation criteria described in this RFQ. Firms that wish to be considered for pre-qualification must submit a completed Statement of Qualifications (SOQ) in accordance with the instructions listed herein. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 1

As a condition of receiving capitalization grants from U.S. EPA for the Water Pollution Control Loan Fund (WPCLF) and the Water Supply Revolving Loan Account (WSRLA), the Ohio EPA negotiated fair share Disadvantaged Business Enterprises (DBE) objectives with U.S. EPA. The current negotiated goals for construction related activities for the OCIT Project are 1.2% of all contracts to Minority-owned Business Entities (MBE s) and 1.8% of all contracts to Women-owned Business Entities (WBE s). It is the aim of the City to encourage the participation of EDGE-certified and/or MBEcertified firms located in the City. The contract for the OCIT Project (Agreement) with the selected Proposer shall include: (1) a commitment from the selected Proposer to award at least fifteen percent (15%) of the final contract value, including labor and materials, to EDGE-certified and/or MBE-certified firms located in the City; and, (2) a plan for doing the same which shall include the selected Proposer s proposed percentages for both EDGE-certified and MBE-certified firms located in the City. The final agreed upon EDGE/MBE Participation Plan will be attached to the Agreement as an Exhibit and the selected Proposer shall be obligated to comply with such plan. Additionally, Proposers are advised that the Project is subject to a Project Labor Agreement (PLA). The PLA was entered into between the City and the Tri-County Building & Construction Trades Council and affiliated unions, and includes a Local Hiring and Workforce Participation Plan. Proposers are encouraged to access and read the PLA at http://akronwaterwaysrenewed.com/program-documents-5/. By submitting a proposal, the Proposer agrees that if awarded the Contract the PLA is binding on the Proposer and all subcontractors of all tiers. The selected Proposer shall include in any subcontract a requirement that the subcontractor, and sub-subcontractors of all tiers, become signatory to and bound to the PLA with respect to the subcontracted work. It is the aim of the City to encourage the hiring of City of Akron residents to work on the Project. The Agreement with the selected Proposer shall include; (1) a commitment from the selected Proposer to award at least fifty percent (50%) of the final contract, in terms of Project labor hours by trade, to City of Akron residents; and, (2) a plan for doing the same which shall include the selected Proposer s proposed Project labor hours by trade for residents of the City. The final agreed upon Local Hiring and Workforce Participation Plan will be attached to the Agreement as an Exhibit and the selected Proposer shall be obligated to comply with such plan. It is anticipated that an RFP Package will be issued to Proposers on the Pre- Qualification List in May, 2015. The Notice to Proceed (NTP) is anticipated to be given on November 1, 2015. The construction work is required per the Consent Decree (defined in Section 2) to satisfy Achievement of Full Operation (AFO) by December 31, 2018. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 2

Please note that pre-qualified Proposers will be required to submit with their proposal a detailed schedule that includes duration and completion dates for the OCIT Project showing when the Proposer anticipates meeting AFO. The final agreed upon schedule will be attached to the Agreement as an Exhibit and the selected Proposer shall be obligated to comply with said schedule. Proposers are advised that the City reserves the right to cancel this RFQ at any time. Proposers are also advised that pre-qualification is not a determination of responsibility. An SOQ pre-submission meeting will be held on February 17, 2015 in the Auditorium at the Akron-Summit County Public Library, 60 S. Main St., Akron, OH 44326. Interested firms shall submit the names of attendees by February 10, 2015 via email to MDiFiore@akronohio.gov. The City of Akron is committed to having the maximum local participation of Akron residents, local and EDGE contractors, and others involved in the construction of the Project. The goals stated within the RFQ are set as a baseline for minimum participation. To assist in providing the necessary information to all Proposers, local and EDGE contractors, and others, a networking event will be held in conjunction with the Pre-SOQ Meeting as scheduled herein. The event will provide an opportunity for Proposers to meet local and EDGE contractors who are located in the City of Akron. All questions regarding the pre-qualification process shall be submitted via email to MDiFiore@akronohio.gov no later than 4:00 pm EST on February 26, 2015. No telephone calls shall be entertained. Responses to questions will be provided by 4:00 pm EST on March 6, 2015. SOQs will be received by the City until 4:00 pm EST on March 13, 2015. Additional detail can be found in Section 9. Submission Requirements. The City s decisions regarding the pre-qualification of Proposers for the Project are final. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 3

2. BACKGROUND INFORMATION In November 2009, the City of Akron signed a Consent Decree with USEPA and OEPA that formalizes an 18 year plan to control Combined Sewer Overflow (CSO) and improve water quality in accordance with the Clean Water Act and the City s National Pollutant Discharge Elimination System permit. The Consent Decree identifies plans, reports, construction, and remedial maintenance activities. As a result of the Consent Decree, the City of Akron developed a Long Term Control Plan (LTCP) Update Report to reduce CSO and improve water quality in nearby rivers. LTCP Update Report projects will decrease the annual volume of untreated combined sewer overflow being released directly to receiving streams. The OCIT Project is a part of the City s LTCP Update Report. The LTCP Update Report identifies all of the CSO control measures, performance, and design criteria. The City s existing sewer system consists of combined sewers that convey both sanitary and storm water flow. During large rain events, the interceptor sewers reach maximum capacity and excess combined sewage must be relieved. Interceptor relief occurs in regulator structures called Racks. At each Rack, dry-weather flow drops through a bar rack into an underflow pipe that coveys the flow to the City s Water Reclamation Facility (WRF). During wet-weather events, excess flow is directed past the bar rack through an overflow pipe to a nearby body of water. Each of the Racks in the City s collection system has a unique number for identification of both the regulator structures and the watershed basins contributing flows to the Rack. The OCIT Project is the design and construction of a conveyance and storage system intended to mitigate CSOs from several Racks in the downtown area. In accordance with LTCP Update Report, the OCIT Project is required to control overflows of adjusted 1994 typical year storm events (TY) as defined by the Consent Decree. Diversion structures will be constructed near the existing Racks to divert dry- and wetweather flows to the OCIT. Dry-weather flow will be conveyed through the OCIT to the existing Little Cuyahoga Interceptor (LCI), which takes sewage to the WRF. Wet-weather flow up to a specific TY storm event will be stored in the OCIT. Wet-weather flow that exceeds the total available storage volume of the OCIT will be discharged directly to the Little Cuyahoga River. 3. PROJECT DESCRIPTION Proposers are hereby notified that the RFP will be issued with OCIT Contract Documents that include a 20-foot finished inside diameter tunnel. Additional information that identifies the Contract Documents that will be altered by addendum for the 27-foot diameter tunnel will also be provided in the RFP Package that will be issued to pre-qualified Proposers in May, 2015. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 4

The project description below relates to a 20-foot finished inside diameter tunnel. The project design for the 20-foot diameter tunnel, drop shafts and near surface structures is 100% complete. The description below may change based on the increased 27-foot inside diameter tunnel. The OCIT Project involves construction of a conveyance and storage tunnel system to control CSOs for several regulators, or racks as referred to locally, in the downtown Akron area. Individual project elements are grouped into three general categories for the purpose of providing a general description of the OCIT Project. These categories include near surface structures, drop shafts, and tunnels. Each category is described in general in the following paragraphs. Near Surface Structures Near surface structures include diversion structures to divert flow from the existing sewers and relatively shallow consolidation sewers to convey flow to drop shafts. The near surface structures will be constructed primarily by cut-and-cover methods. There are six (6) diversion structures under this contract. They include the Tunnel Diversion Structure (TDS), the R4 Diversion Structure (DS), the R16 DS, the R17 DS, the R18 DS, and the R19 DS. The diversion structures range in plan dimension from about 10 by 18 feet for the smallest structure to 70 by 54 feet for the largest, with depth to invert ranging from about 29 to 36 feet. Shallow sewers include the R4 Combined Sewer, R16, R17, and R18 Consolidation Sewers, the W. Market Street Diversion Sewer, the OCI & R4 Connectors, and the R38 Underflow Connector. These sewers range in diameter from 15 inch to 126 inch. The TDS will be a cut-and-cover surface structure located at the downstream end of the tunnel and will encompass the OCIT-1 Drop Shaft (a small shaft), an overflow culvert, and an outlet structure that will discharge wet-weather overflow from the OCIT to the Little Cuyahoga River. The TDS and ancillary elements will require excavations to depths of up to 30 feet below the existing ground surface. The OCIT Control Building will be a small surface structure that is used to provide space for control equipment, a standby generator, and the magnetic flow meters and control valves in the connection line to the LCI. Drop Shafts In addition to the OCIT-1 Drop Shaft described above, there are four (4) other drop shafts associated with the OCIT Project, and one (1) air vent shaft. They include the OCIT-2 Drop Shaft, the OCIT-2 Adit Air Vent Shaft, the R19 Drop Shaft, the Innerbelt Drop Shaft, and the OCIT-3 Drop Shaft. The Drop Shafts range from 18 to 45 feet in diameter, with depth to invert ranging from about 70 to 150 feet. The Adit Air Vent Shaft is 36 inches in diameter and approximately 100 feet deep. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 5

Tunnels Tunneled elements consist of the OCIT, Consolidation Sewers R4-19-37 and R19, as well as an Adit connecting the OCIT-2 Drop Shaft to the Storage Tunnel. A general description of these elements is provided below: The OCIT will be approximately 6,200 feet long with a finished inside diameter of approximately 20 feet. Depth to the invert of the OCIT will range from about 40 to 180 feet. Construction of the OCIT will be staged from the downstream end of the tunnel. Starting at the downstream end, the OCIT will pass through ground conditions that consist of soft ground, mixed face soft ground over bedrock, and bedrock. The OCIT will be mined with a pressurized-faced tunnel boring machine (EPB or Slurry TBM) procured by the selected Proposer and will be lined with a one-pass precast concrete segmental lining. The TBM will be launched through a portal. Consolidation Sewers R4-19-37 and R19 will be approximately 465 and 225 feet long, respectively, with 6.5 feet finished inside diameter. Both Consolidation Sewers will be entirely in bedrock with depth to invert ranging from about 80 to 100 feet. It is anticipated that drilling and blasting will be the most efficient method of Consolidation Sewer excavation; although the use of point attack excavation equipment such as road headers may be feasible. The Consolidation Sewers will be a two pass lining system consisting of steel ribs and shotcrete lining for initial support with a final lining consisting of cast-in-place concrete. The Adit connecting the OCIT-2 Drop Shaft to the Storage Tunnel will have a finished inside diameter of 11 feet and will be approximately 150 feet long, with depth to invert of about 115 feet. It is anticipated that drilling and blasting will be the most efficient method of Adit excavation; although the use of point attack excavation equipment such as road headers may be feasible. The Contract Documents require that steel ribs and shotcrete lagging be used for initial support of the Adit. The final lining for the Adit will consist of reinforced cast-in-place concrete. Contact grouting of the completed lining is required to ensure good contact between the lining and the bedrock. A vicinity plan for the OCIT Project is included as Figure 1 (on Page 7) and shows the general layout of the major elements described above. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 6

City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 P a g e 7

4. PROCUREMENT SCHEDULE A summary of the major activities relating to this RFQ and the procurement of the Contractor for the services is presented below. The City reserves the right to modify any or all of the following dates. Activity Date Revised Issuance of RFQ Date February 5, 2015 Contractor Confirmation and Submit February 10, 2015 Attendees for Pre-SOQ Meeting to the City Pre-SOQ Meeting and Networking February 17, 2015 Session Deadline for Questions to the City February 26, 2015 City Issuance of Responses to March 6, 2015 Questions SOQ Submission Due Date March 13, 2015 Notification of Pre-Qualification Status March 27, 2015 Issuance of RFP to Pre-Qualified May, 2015 Proposers Date Pre-Proposal Meeting May, 2015 Proposal Submission Due Date July, 2015 Issue Notice of Intent to Award August 31, 2015 Contract Award and Notice to November 1, 2015 Proceed (NTP) OCIT Achievement of Full Operation December 31, 2018 (AFO) Date 5. ORGANIZATION OF PROPOSERS For purposes of this RFQ, the term Proposer is defined as an entity that submits a Statement of Qualifications (SOQ) in response to this RFQ. A Proposer may be an individual firm or a joint venture. Proposers may apply for pre-qualification either individually as a Prime Contractor or in a group of firms by forming a Joint Venture (JV). Proposers may only apply for prequalification once as either: (1) a Prime Contractor; or, (2) as a named member of a JV. A Joint Venture may be denied pre-qualification status if the JV does not meet all of the evaluation criteria as described in Section 8.B.iii (unavailable or stop work notices), 8.E. (environmental health and safety), 8.F. (quality assurance and quality control), 8.G (financial and contract capability), and 8.H (insurance). If submitted as a joint venture, at City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 8

least one firm must meet the criteria under Section 8.B.i. (project experience similar in nature, scope and cost), 8.B.ii. (project experience in technical criteria), 8.C (personnel qualifications) and 8.D (references). The key personnel on the organizational chart must individually meet the criteria established under Section 8.C (qualifications). Any changes to the key personnel as designated in the SOQ will be required to meet the same qualifications as detailed in the Contract Documents, and must be approved by the City in advance of commencing work, if the Proposer is selected for the Project. For purposes of proposing on the OCIT Project pursuant to the RFP, individual Proposers on the Pre-Qualified List may enter into joint venture(s) only with other Pre- Qualified Proposers (including joint ventures). A joint venture will only be provided the opportunity to propose on the OCIT Project if the joint venture was pre-qualified, or if the joint venture is comprised of firms that were also individually pre-qualified. Proposers are advised that, in the case of joint ventures that are pre-qualified, the subsequent proposal must be submitted by that same joint venture. 6. ACCURACY OF RFQ AND RELATED DOCUMENTS The City assumes no responsibility for the completeness or the accuracy of specific technical and background information presented in this RFQ or otherwise distributed or made available during this procurement process. In addition, the City will not be bound by nor be responsible for any explanation or interpretation of the proposed documents other than those given in writing by the City through the issuance of addenda to this RFQ or any revision to the OCIT Project procurement documents issued as part of this procurement process. In no event may a Proposer rely on any oral statement by the City, or its agents, advisors, or consultants. Should a Proposer find discrepancies or omissions in this RFQ and related documents, it should immediately notify the City in writing of such discrepancy or omission. A written addendum to this RFQ will be issued if clarification is determined by the City to be necessary. Each firm requesting an interpretation will be responsible for submitting such requests via email to MDifiore@akronohio.gov in accordance with Section 1 of this RFQ. 7. COSTS INCURRED BY PROPOSERS The City accepts no liability for costs incurred by the Proposers for work performed in connection with this procurement process, which for purposes of this Section 7, shall comprise the efforts to obtain pre-qualification status, and if successful, the efforts to submit a proposal to perform work needed to support an award of the contract and issuance of the NTP. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 9

8. EVALUATION CRITERIA SOQs will be evaluated based on the submissions and the Proposer s ability to meet the criteria stated herein. Only those Proposers that are approved as pre-qualified will receive the RFP Package for the OCIT Project. Proposers that do not meet the evaluation criteria as established in this section of this RFQ will not be offered the opportunity to propose on the contract. Proposers shall provide in the SOQ all information necessary to demonstrate compliance with each evaluation criterion. The City, at its sole discretion, may request additional information/clarifications to any SOQ submission. If the Proposer is submitting as a JV, the technical qualifications and experience provided shall be met by the JV partner planned to perform the same work or role for the OCIT Project. The evaluation criteria for pre-qualification to propose on the OCIT Project are as follows: A. SOQ Completeness and Responsiveness SOQs will be evaluated for conformance with the requirements set forth in this RFQ. A Proposer that submits a SOQ that is incomplete in any material respect may be disapproved for the pre-qualification. Refer to the SOQ Package Checklist included in this RFQ as an Attachment. B. Technical Qualifications and Experience of the Proposer The decision on pre-qualification will include a review of project experience provided by the Proposer. It is requested that project experience information be provided as requested in Form A: Project Experience. i. SOQs will be evaluated on the extent to which the Proposer has a proven track record of delivering projects similar in nature (diameter and length), scope, and cost (a minimum of $100M in construction), on time and within budget. Qualifications shall be demonstrated by providing descriptions and owner references for all projects as detailed in Section B.ii. below. The referenced projects shall be either completed within the last ten (10) years or may be ongoing projects in which the tunnel is more than 50% complete. ii. A Proposer shall submit a minimum of two (2) and a maximum of five (5) projects (Form A: Project Experience) demonstrating tunneling experience utilizing a tunnel boring machine (TBM) with a diameter equal to or greater than 20 feet. The submitted projects, in combination, shall demonstrate the Proposer s experience in all of the following areas: 1. Utilizing a pressurized-face TBM in soil. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 10

2. Utilizing a pressurized-face TBM in mixed-face conditions (soil and rock at the tunnel heading). 3. Utilizing a pressurized-face or fully shielded TBM in rock conditions. 4. Utilizing a pressurized-face TBM at depths greater than or equal to 100 feet of hydrostatic pressure. 5. Tunneling under potentially gassy or gassy conditions in accordance with OSHA classifications. 6. Installation of bolted and gasketed precast concrete (PCC) segments as the initial and final tunnel lining with an internal diameter equal to or greater than 18 feet in soil and/or rock. 7. Performing backfill grouting of PCC segmental lining through a TBM tailshield. 8. Performing pre-excavation grouting ahead of the TBM through the cutterhead and the tunnel face for groundwater control. iii. Proposers shall indicate whether they have ever been unavailable to commence or proceed with awarded contract work and whether any government agency or entity has issued any stop work or other orders against the firms unrelated to owner-caused delays. Describe in detail the circumstances for the unavailability or stop work order. If a joint venture, this paragraph applies to all members of the joint venture. If, in the opinion of the City, the information provided in response to any of the criteria in this Section indicates that the Proposer does not have a proven track record of successful project delivery on tunnel construction projects similar in nature, scope and cost to OCIT Project, on time and within budget, and/or cannot reference projects completed within the last ten (10) years or projects that are more than 50% complete, then the Proposer will be denied pre-qualification. C. Proposer s Qualifications Proposers must have an organizational structure that evidences the capacity to manage, implement and complete the OCIT Project. The following information must be provided to demonstrate the team s capacity to deliver the OCIT Project: i. The key personnel assigned to the OCIT Project must have experience with the successful completion of tunnel projects implementing pressurized-face TBM methods of excavation similar in nature, scope and cost as detailed in Sections 8.B.i. and 8.B.ii. The organizational charts as described below may be combined and presented as a single chart. Overall, the City is interested in understanding the structure of the Proposer s Team for the OCIT Project. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 11

a. An organizational chart of the Proposer s team, including major subcontractors. If names of subcontractors are not yet available, clearly list the types of major work that the Proposer intends on subcontracting. b. An organizational chart of the proposed key personnel (i.e. Project Manager, Project Engineer, General Superintendent, Superintendents / Walkers, Shift Foremen, Safety Professional, TBM Operators), including the total number of key personnel. ii. iii. iv. If, in the opinion of the City, the Proposer does not demonstrate that its key personnel meet one or more of the project criteria listed in this RFQ, the Proposer will be denied pre-qualification. For the work that the Proposer anticipates will be subcontracted, provide a general description of subcontractors used on projects of similar size, nature and complexity as the OCIT Project. Identify the trade and percent of subcontracting for each trade. For key personnel, provide a one (1) page resume demonstrating required experience as noted below in this RFQ with representative firm name and describing educational and professional qualifications (including certifications and most recent relevant experiences) for the work that will be performed under the OCIT Project. Provide the following information for each key personnel and each project that demonstrates the key personnel s experience: Job title Project name and location Scope of work Owner s name and contact information Construction management firms name and contact information (if applicable) Original and final contract amounts Construction start and end dates (contract and actual) v. Key personnel must have experience within the last ten (10) years in the areas as detailed in Section 8.B.ii. (project experience). All of these roles are considered full time on-site positions. As stated previously, any changes to the key personnel as designated in the SOQ will be required to meet the same qualifications as detailed in the Contract Documents, and must be approved by the City in advance of commencing work, if the Proposer is selected for the OCIT Project. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 12

D. References a. The Project Manager must have ten (10) years of project management experience in on-site management of tunnel construction similar in nature, scope and cost as the OCIT Project. He/she must possess or have the ability to obtain any required licenses and certifications prior to the commencement of the contract, in accordance with federal, state and local laws and regulations. The City will require that the identified Project Manager will be assigned full-time to the OCIT Project. The Project Manager proposed in the SOQ must be the same person designated as the Project Manager in the executed contract unless a change of the proposed Project Manager is approved by the City. b. The Project Engineer shall have ten (10) years of experience in on-site engineering of tunnel construction similar in nature, scope and cost as the OCIT Project. c. The General Superintendent shall have ten (10) years of experience in on-site construction supervision of tunnel construction similar in nature, scope and cost as the OCIT Project. d. The Shift Foremen shall have five (5) years of experience in on-site construction supervision of tunnel construction similar in nature, scope and cost as the OCIT Project. e. The TBM Operators shall have five (5) years of experience operating and guiding pressurized face TBMs in both the open and closed mode on projects similar in nature, scope and cost as the OCIT Project. f. The Local Hiring and Diversity Participation Compliance Manager shall have at least two (2) years of experience in facilitating compliance with, reporting, and monitoring local hiring and other diversity participation goals on construction projects. The decision on pre-qualification will include a review of project references provided by the Proposer for work similar in nature, scope and cost. This information shall be in addition to, and for different projects, than what is being provided in Form A: Project Experience. The Proposer shall provide the project reference information as requested in Form B: Project References. A minimum of two (2) and not more than four (4) references are requested. Each reference shall be limited to one (1) page. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 13

The named reference on the form shall be the Owner, Project Manager or the Head of the Department in charge of construction of the project listed. The City reserves the right to seek additional information from any individual who has information about the listed projects. Reference evaluation criteria may include, but not necessarily be limited to, the following: Did the contractor provide adequate equipment, personnel and supervision of the project? Did the contractor provide required reports, notifications, and other required paperwork in a timely manner? Did the contractor adhere to the approved Critical Path Method Schedule? Did the contractor provide high quality workmanship in the execution of the contract documents? Did the contractor provide timely and fair and reasonable services in the negotiation of contract change orders? E. Environmental Health and Safety (EHS) The Proposer shall complete Form C: Environmental Health and Safety Questionnaire, and attach additional information as required. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 14

F. Quality Assurance and Quality Control Pre-qualified Proposers must demonstrate a culture of quality in the delivery of project similar in nature, scope and cost to the OCIT Project. To demonstrate this commitment to quality, the Quality Control Manual from at least two (2) of the projects detailed in Form A: Project Experience must be provided as part of the SOQ. G. Financial and Contract Capability Each Proposer shall furnish the following information. For joint ventures, this information is required for all parties of said joint venture. If any of the information requested is considered confidential, the Proposer shall make said information available to the City for viewing. All submitted information will be returned to the Proposer upon completion of the review process. i. Complete copies of annual financial statements, including all notes thereto for the most recent three (3) years for the Proposer. The financial statements may consist of audited statements, the most recent annual reports or 10-K reports, tax returns, or comparable reliable information. ii. iii. iv. Certification from a surety company licensed to do business in the State of Ohio confirming the ability to issue bonding in the amount of $250M as security for Proposer s performance under the Contract. The final bonding amount required at the time of Proposal will be as designated in the Contract Documents. Detailed information concerning all direct and indirect fixed or contingent liabilities undertaken by the Proposer, its parent, affiliates and subsidiaries in connection with other projects, whether by way of financial or performance commitments, guarantees, or otherwise that may put limitations on its financial exposure for this engagement. A list of cases, disputes or circumstances within the last ten (10) years where: a. A civil, criminal, administrative, bankruptcy, litigation or other similar proceeding was filed or is pending, if such proceeding arises from or is related to a dispute concerning the Proposer s rights, remedies or duties under an agreement for the construction of any project; b. A county, municipality, or other entity terminated a written agreement with the Proposer concerning the construction of any project; or City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 15

c. Administrative fines, liquidated damages, or other penalties were deducted from the Proposer s payments under a contract for the construction of any project. For each project identified, the Proposer must describe the basic facts concerning the project and its current status. d. Any case or proceeding brought by the Securities and Exchange Commission that involves the Proposer, any parent corporation, subsidiary, affiliated business entity, or any owner or officer of the firm. e. If, in the opinion of the City, a Proposer does not demonstrate capability and resources, financial and otherwise, it may be disapproved for prequalification. v. Proposers shall indicate whether they have been found to be out of compliance, or currently subject to an investigation or other inquiry with respect to compliance with federal, State and local laws, rules, licensing requirements or existing labor standards. If, in the opinion of the City, a Proposer s record of compliance with any federal, state or local law, rules, licensing requirement or executive order is not satisfactory, the Proposer may be denied pre-qualification. vi. vii. Proposers shall demonstrate a record of maintaining harmonious labor relations. Proposers shall identify any labor work stoppages or job actions, not including expiration of negotiated contracts, within the last five (5) years. Provide details as necessary. If, in the opinion of the City, a Proposer cannot demonstrate a satisfactory record of maintaining harmonious labor relations, it may be denied prequalification. Compliance with EEO, Anti-Discrimination Laws, Disadvantaged/Minority/ Women-Owned Business Participation, and Local Workforce a. Identify all EEO complaints filed with Federal, State or Local agency that resulted in enforcement actions within last five (5) years or currently pending. Provide details as necessary. b. Identify any non-compliance or charges of non-compliance of any antidiscrimination laws. c. Provide a listing of D/M/WBE firms subcontracted on similar projects within last five (5) years. Include type of work, participation percentage goal identified in contract, and actual percentage achieved. Include methods undertaken to achieve inclusion of D/M/WBE firms on similar projects. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 16

d. Provide a listing of similar projects within last five (5) years that met or exceeded local workforce requirements. Include type of work, participation percentage goal identified in contract, and actual percentage achieved. Include methods undertaken to achieve local workforce participation on similar projects. If, in the opinion of the City, a Proposer does not show a satisfactory record of compliance with equal employment opportunity requirements, anti-discrimination laws, a demonstrated commitment to working with minority and women-owned businesses, and/or achievement of local workforce participation, then such Proposer may be denied pre-qualification. H. Insurance Provide a copy of the Proposer s Certificate of Insurance showing the firm's current limits of liability for Commercial General Liability, Workers Compensation / Employers Liability, Contractors Pollution Liability, Business Automobile Liability and Professional Liability. The actual coverage amounts required at the time of Proposal will be as designated in the Contract Documents. 9. SUBMISSION REQUIREMENTS Proposers are required to submit the following: Five (5) compact discs of the full SOQ Five (5) hard copies of the full SOQ Submission of SOQs shall be made no later than the time and date noted in Section 1 of this RFQ. Late submissions will not be considered. The SOQ shall be submitted to: Michelle DiFiore, P.E., Project Manager Akron Engineering Bureau, Room 701 166 South High Street Akron, Ohio 44308 The submittal package(s) shall be labeled: STATEMENT OF QUALIFICATIONS OHIO CANAL INTERCEPTOR TUNNEL (OCIT) PROJECT CSO LONG-TERM CONTROL PLAN (LTCP) City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 17

A SOQ Package Checklist has been included in the ATTACHMENTS Section of this RFQ to assist in the preparation of the submittal. Please adhere to the following requirements in preparing and submitting the SOQ: a. Use 8½ x 11 paper only. b. Minimum font size of 11-point with margins of 1 on all four sides. c. Page numbers must be centered at the bottom of each page. d. Hard copies to be bound in a manner that will allow for easy photocopying. e. Do not provide tabbed inserts or other features that may interfere with machine copying. The Proposer s submissions shall be limited to 50 pages, subject to the details and qualifying statements listed as follows. Please note that the page maximums stated below by Section are a recommendation, not a requirement. General 7 PAGES MAXIMUM A Cover Letter should be limited to two (2) pages maximum. Four (4) pages can be used to describe the make-up of the Proposer / JV team, history of the team relative to tunneling, and any additional information to that will assist the City in establishing the Pre-Qualification List. One (1) page will be for the Statement of Qualifications Form shown as an Attachment to this RFQ. Section 8.B. Technical Qualifications and Experience of the Proposer 15 PAGES MAXIMUM The submission of Form A: Project Experience (3 pages per project) for a maximum of five (5) projects will satisfy the requirements of this Section. Section 8.C. Proposer Qualifications and Key Personnel 14 PAGES MAXIMUM The submission of an organizational chart showing the Proposer s team, an organizational chart showing the proposed key personnel, and resumes for the key personnel will satisfy the requirements of this Section. Note that the organizational charts may be combined and presented as a single chart. Section 8.D. References 4 PAGES MAXIMUM The submission of Form B: Project References for a minimum of two (2) and not more than four (4) references will satisfy the requirements of this Section. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 18

Section 8.E. Environmental Health and Safety 1 PAGE MAXIMUM The submission of Form C: Environmental Health and Safety Questionnaire will satisfy the requirements of this Section. The additional documents required as part of Form C will not be included in the overall page count. Section 8.F. Quality Assurance and Quality Control 2 PAGES MAXIMUM Provide an overview of the Proposer s Quality Assurance / Quality Control Program. The two (2) Quality Control Manuals that are required will not be included in the overall page count and should be provided via compact disc. Section 8.G. Financial and Contract Capability NO PAGE LIMIT This Section to be submitted in electronic format. Section 8.H. Insurance 2 PAGES MAXIMUM A copy of the Proposer s Certificate of Insurance and Workers Compensation Certificate will satisfy the requirements of this Section. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 19

ATTACHMENTS Statement of Qualifications Form Form A: Project Experience Form B: Project References Form C: Environmental Health and Safety Questionnaire SOQ Package Checklist City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 20

Statement of Qualifications Form Company Name: Single firm or a multi-firm joint venture Address: City: State: Zip: Tax Identification No.: Description of the Nature of the Entity: SOQ Contact Person Name: Title: Telephone No.: Email: SOQ Authorized Representative Name: Title: Signature: Date: City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 21

Form A Project Experience Project Name and Location: Client and Owner: Key Client/Owner Contact: Project No.: of Client: Owner (if different from client): Name: Title: Organization: Address: Telephone: E-mail: Engineer of Record: Construction Manager: Project Manager Name: Organization: Telephone: E-mail: Name: Organization: Telephone: E-mail: Description of project including the location, length, diameter, groundwater infiltration, geologic layers, gas conditions, type of pressurized-face TBM and grouting methods used and lining installed. Tunnel Project Information: City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 22

Applicability and relevance of referenced project to the OCIT Project in terms of nature, scope and cost as described in the RFQ: Applicability: Percent complete to date by Firm (or Firm s team member): Names of team participants (firms) and their roles (e.g. as member of a Joint Venture, etc.): Firm s (or Firm s Team Member s) Role: Firm s (or Firm s team member s) scope of work: Firm s (or Firm s team member s) participation (in terms of money and percentage of work): Original construction contract amount: Construction Contract Value: Percent change orders through construction and cause: Original Construction Schedule (NTP to Substantial Completion): Project Schedule: Was the project completed within the original project schedule? Circle One: Yes No If No, please explain. City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 23

Other Contract Performance Metrics and Results: A. Contract dispute and resolution experience: B. Description of any ingenuity and innovation employed on project: C. Firm s personnel on project that are proposed to work on the OCIT Project in key project positions (if any): City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 24

Form B Project References This form must be completed for each submitted reference. Each reference is limited to one (1) page. Reference #1 Name and Title: Phone Number: Email: Agency Name: Name of Project: Please give a brief description of the project; be sure to include the value of the project and the scope of work involved: City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 25

Reference #2 Name and Title: Phone Number: Email: Agency Name: Name of Project: Please give a brief description of the project; be sure to include the value of the project and the scope of work involved: City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 26

Reference #3 Name and Title: Phone Number: Email: Agency Name: Name of Project: Please give a brief description of the project; be sure to include the value of the project and the scope of work involved: City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 27

Reference #4 Name and Title: Phone Number: Email: Agency Name: Name of Project: Please give a brief description of the project; be sure to include the value of the project and the scope of work involved: City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 28

Form C Environmental Health and Safety Questionnaire This Environmental Health and Safety (EHS) Prequalification Questionnaire has been developed to evaluate each firm s EHS programs and past EHS performance. To be considered for this project each Proposer must complete this questionnaire in its entirety and provide all requested information and documents. The City will review each Proposer s completed questionnaire along with supporting documents. If two or more business entities plan to submit a proposal as part of a joint venture, the joint venture (for established JVs) along with each business entity within the joint venture must complete this questionnaire individually. The joint venture and each business entity must meet the minimum EHS requirements for the joint venture. Experience Does your company or a division within your company maintain a management system certification/registration (ISO 9001/14001, OHSAS 18001) or has been previously awarded OSHA VPP status? If yes, please attach a copy of the certificate. Circle One: Yes / No Please identify your company s interstate/intrastate Experience Modification Rates (EMRs), provided on your insurance company s letterhead for the past three years. Most Recent EMR = Previous Year = 2 Years Prior = Note: If the Contractor s most recent available intrastate EMR is greater than 1.0, they will not be pre-qualified. Please attach a description of your EHS program as it relates to underground construction. Description shall not exceed six (6) typed pages in length (Arial 10 font). The program must include the following EHS aspects: Confined Space Entry & Rescue Air Monitoring and Ventilation Illumination Communication and Emergency Procedures Flood control Mechanical/Motorized/Drilling Equipment Personal Protection Equipment (including respiratory protection) LO/TO Explosives Fire Prevention and Protection City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 29

SOQ Package Checklist Each item must be addressed in accordance with this RFQ. Section Description Individual Joint Venture Firm Statement of Qualifications Form X X 8.B.i. & Form A: Project Experience (maximum of 5 per X X (at least one ii. Individual Firm or JV) firm in the JV) 8.B.iii. Stop Work Orders X X (each firm) 8.C.i.a. Organizational Chart of Proposer s Team X X 8.C.i.b. Organizational Chart of Key Personnel X X 8.C.iii. Subcontractors X X 8.C.iv & Key Personnel Resumes & Experience X X v. 8.D. Form B: Project References (minimum of 2, maximum 4 per Individual Firm or JV) X X (at least one firm in the JV) 8.E. Form C: EHS Questionnaire Form (C) X X (each firm) 8.F. Overview of QA/QC Program and two (2) QA / X X (each firm) QC Manuals 8.G.i. Annual Financial Statements (3 years) X X (each firm) 8.G.ii. Bond Certification X X 8.G.iii. Liabilities X X (each firm) 8.G.iv. List of Cases, Disputes or Circumstances X X (each firm) 8.G.v. Compliance X X(each firm) 8.G.vi. Labor Relations X X (each firm) 8.G.vii. EEO, Anti-Discrimination Laws, D/M/WBE X X (each firm) Participation, and Local Workforce 8.H. Insurance X X (each firm) City of Akron OCIT Tunnel Contractor RFQ February 5, 2015 Page 30