REQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICES

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

REQUEST FOR QUALIFICATIONS HONDO, TEXAS CITY ENGINEERING SERVICES

REQUEST FOR PROPOSAL. Virginia s Region 2000 Local Government Council Region 2000 Services Authority

REQUEST FOR PROPOSAL. Virginia s Region 2000 Local Government Council Region 2000 Services Authority

REQUEST FOR QUALIFICATIONS -ENGINEERING DESIGN SERVICES -

REQUEST FOR QUALIFICATIONS PROFESSIONAL ENGINEERING SERVICES for CITY OF SHELBY, NORTH CAROLINA. Shelby Water Treatment Plant Plant Upgrades

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

City of Malibu Request for Proposal

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

City of Waterloo, Wisconsin. Request for Proposals. Municipal Engineering Services

Architectural Services

Request for Qualifications Architectural Analysis Programming and Planning for the Clear Creek County Courts Wing Remodel Project Georgetown, Colorado

City of Georgetown, SC REQUEST FOR PROPOSAL

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

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

REQUEST FOR PROPOSALS (RFP) For Electrical Engineering Design Services City Hall Switchgear Replacement October 28, 2016

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

Water Filtration Plant Motor Control Center Upgrade Engineering and Design Services City of Bristol Tennessee RFP 16009

Request for Proposals To Provide Engineering Services for the Wastewater Treatment Facility Improvements Project

Request for Qualifications. On-Call Landscape Architectural Services. In the City of Dublin, Alameda County. Responses Due:

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

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

REQUEST FOR PROPOSALDevelopment of a Local

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

Wastewater Master Plan Request for Proposals May 20, 2014

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

Request for Proposals Emergency Response Plan, Training and Vulnerability Assessment

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

The District is looking for the architectural firm to provide the following (not listed in order of preference):

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

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

Atkins Library Study Request for Proposal

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

Request for Proposals No Project-Management Services. for. Wahluke School District No East Saddle Mountain Drive Mattawa, WA 99349

REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECTURAL FIRM FOR DESIGN & CONSTRUCTION MANAGEMENT SERVICES

CITY OF EL CENTRO. Community Services Department, Economic Development Division

Base Year - July 01, 2016 June 30, 2017, with optional renewal at Board s sole. (520)

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

Request for Proposals (RFP) to Provide Auditing Services

REQUEST FOR QUALIFICATIONS. Water Supply Options Review

REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR PROPOSALS EASTERN COACHELLA VALLEY S ACTION PLAN FOR CLIMATE RESILIENCE BACKGROUND AND GENERAL DESCRIPTION

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Below are five basic procurement methods common to most CDBG projects:

REQUEST FOR PROPOSALS

Londonderry Finance Department

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

Request for Proposal (RFP) Architectural Services for Interior Renovations

Morgan Hill Unified School District

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center

City of Imperial On-Call Plan Check and Inspection Services. Released: September 13, Important Dates

REQUEST FOR PROPOSAL SOUTHERLY WASTEWATER TREATMENT CENTER PRELIMINARY TREATMENT FACILITY IMPROVEMENTS (SFPI 1) WBS NO. CIP.TP.S.1005.

VILLAGE OF FOX CROSSING REQUEST FOR PROPOSAL FOR COMPREHENSIVE PLAN

Request for Qualifications

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

Dakota County Technical College. Pod 6 AHU Replacement

Request for Proposals (RFP) for Electric Bicycle Manufacturers and Shops for the Intermountain Drives Electric Program and Live Electric Program

REQUEST FOR PROPOSALS

Bristol Regional Wastewater Treatment Plant Arc Flash Study Engineering Services City of Bristol Tennessee RFP 18004

STANDARD PROCEDURE Number: S410.10

RFP No. FY2017-ACES-02: Advancing Commonwealth Energy Storage Program Consultant

REQUEST FOR PROPOSAL Milling Services

January 19, To Whom It May Concern:

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

The University of Texas System Request for Proposal to. Launch an Entrepreneurship Mentor Network Pilot Program RFP# OTC

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

Request for Proposals for Interior Renovations for the Aldrich Public Library June 25, 2018

REQUEST FOR QUALIFICATIONS. Design Professional Services

Facilities Condition Assessment

REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

Land-of-Sky Regional Council 25 Heritage Drive Asheville, NC Attention: Ron Townley, Integrated Solid Waste Planner.

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

County of Alpena Website Design and Development RFP

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Request for Proposals

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

REQUEST FOR QUALIFICATIONS FOR

Request for Proposal To Prepare a Zoning Ordinance Comprehensive Amendment

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

REQUEST FOR PROPOSAL EASTERLY WASTEWATER TREATMENT PLANT CHEMICAL STORAGE AND FEED FACILITY (EFPI-3) WBS NO. CIP.TP.E.9006.

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

Sanitary Engineering Department Greene County, Ohio Request for Proposals

Request for Proposals for Baggage Handling System / Checked Baggage Inspection System (CBIS)

Figure 1: ALCOSAN ORGANIZATION CHART

Transcription:

REQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICES July 27, 2014

ADVERTISEMENT Proposals for Engineering Services will be accepted by Berkeley County Water & Sanitation, hereinafter referred to as BCWS, until 5:00 PM LOCAL TIME, August 28, 2014 at 212 Oakley Plantation Drive, Moncks Corner, SC 29461. Proposals received after the above date and time will be returned unopened. The project will consist of the development of plans and specifications for the renovation of the electrical, mechanical and structural components of Pump Station 001. A preliminary engineering report has been developed for the work to be completed and the report will be used as an outline for the development of the plans. The selected firm will also be responsible for permitting, overseeing the bidding process, providing on site resident project representation, contract management (including submittal review and approval, quality assurance, contract modification, and review of partial pay applications) and development of closeout documentation to include paper and electronic As Constructed Drawings. Additional information and Proposal Instructions may be obtained from Cheryl Lyons, Purchasing Director, telephone (843) 719-2661, email calyons@bcwsa.com or Jennifer Rice, Engineering Administrative Assistance, telephone (843) 719-2317, email jrice@bcwsa.com. The RFP may be downloaded from the Purchasing Department s webpage on our website, www.bcwsa.com. BCWS reserves the right to accept or reject, in whole or in part, any or all proposals and be the sole judge in the evaluation of proposals. BCWS further reserves the right to waive any informalities or technical errors that would otherwise be of no effect to the proposal as submitted. Colin L. Martin Executive Director 2

TABLE OF CONTENTS SECTION DESCRIPTION PAGES A. INSTRUCTIONS TO ENGINEERS 4-5 B. BACKGROUND 6 C. PROJECT SCOPE 7-8 D. PROJECT SCHEDULE 9 E. CONTENTS OF THE PROPOSAL 10 F. EVALUATION OF THE PROPOSALS 11-12 3

SECTION A INSTRUCTIONS TO ENGINEERS Information Contacts - Engineering firms submitting proposals may obtain more detailed information or ask questions about this project by appointment at the following location: Berkeley County Water & Sanitation 212 Oakley Plantation Drive Moncks Corner, South Carolina 29461 Phone (843) 719-2661 Contact: Cheryl Lyons, Purchasing Director Proposal Deadline - All proposals shall be submitted to the address of Berkeley County Water & Sanitation no later than the close of business (5:00 p.m.) on August 28, 2014. All proposals received after the deadline will be returned unopened. Required Submittals - Proposal: The first submittal shall be a statement of qualifications and proposed project approach. May be in an open format and should provide the information described in Section E, Contents of the Proposal. The statement of qualifications will rated by the selection committee based on the criteria set forth in Section F, Evaluation of Proposals. Interview: Based on the information provided in the Proposal, the committee may elect to interview a short list of firms. The interview format would be a presentation from the firm focusing on their proposed project approach followed by a short question and answer period. The selection committee will compile the Interview rankings with the evaluation of the Proposals to select the highest ranked firm. Contract negotiations: The first ranked firm will be requested to submit a project cost, scope and schedule proposal. Award of Contracts - Contracts for professional services will be awarded based on evaluation of information provided to BCWS. Contract negotiations will commence with the highest ranked firm. A detailed scope of work, cost proposal and schedule will be the basis of the negotiations. If an agreement is reached on scope of work, cost and schedule contract documents will be prepared and recommendations will be made to County Council. If an agreement 4

cannot be reached BCWS will break off negotiations with the firm and start negotiations with the next ranked firm, which will become the first ranked firm. Once negotiations are broken off with a firm they will not be reopened on this project. 5

SECTION B BACKGROUND The Berkeley County Water & Sanitation (BCWS) is the responsible agency for the operating and maintaining of all potable water, sanitary wastewater systems, and solid waste disposal systems owned by Berkeley County, South Carolina. The primary goal of BCWS is to provide clean safe drinking water, sanitary collection and disposal of wastewater and sanitary disposal of solid waste within Berkeley County, South Carolina. PLANNING DOCUMENTS: There are several master-planning documents, which have been developed and are routinely updated. All professional services performed for BCWS shall be in accordance with these documents as amended or revised. These documents may be reviewed during normal working hours (9:00 AM to 5:00 PM), Monday through Friday, by appointment at the Business Office at BCWS. Wastewater Facilities Master Plan 2002 2022 - Prepared by Davis & Floyd-July 1994 Standards for Potable Water System & Sanitary Sewer Systems Connecting to the Authority System Prepared by Berkeley County Water & Sanitation Authority Wastewater cmom Prepared by Engineering Resources Corporation February 2005 PROJECT SPECIFIC DOCUMENTS: PS 001 Modernization Prepared by Weston & Sampson November 2013 6

SECTION C SCOPE OF WORK The following outline scope of services is provided to assist the consultant in understanding the purpose of the project. This scope of services is not intended to limit the consultant in developing a project approach he believes is necessary to achieve the deliverable requested. The goal of this project is to take the recommendations of the existing preliminary engineering report and develop a set of plans and specifications for permitting, bidding and oversee the project through construction. Project Description Pump Station 001 is the largest pump station in our sewer system. The station was constructed with four (4) Flygt 248hp submersible pumps and is designed to transmit 19,300GPM with three pumps in operation. At startup each pump delivered 8,650GPM at 72 TDH. This station was placed into operation in 1994. The attached PER outlines changes in: Pumps (Operational Theory, Sizes and Quantity) Wet Well Architecture Electrical Systems Odor Control In order to meet the expectations of BCWS, the consultant should outline how the project will be approached and highlight key decision points within the project where past experience and expertise uniquely qualifies the consultant for the project. The work plan should include review points to insure BCWS divisions are kept fully informed and adequate opportunities are included for review and comments. The PER that has been completed includes a Technical Memorandum for each of the following areas and should be studied prior to providing a response: Odor & Corrosion Control Hydraulic Evaluation Electrical Evaluation Physical Model The release of hydrogen sulfide gas in the station has led significant degradation of the electrical components at the station. The current design of motor control centers with common buss bars are problematic for routine maintenance and extremely difficult for total replacement. BCWS has also experienced a total loss of the station when the transfer switch failed in the open position and power could not be supplied by the utility or standby generation. For these reasons, BCWS staff supports the construction of a new building away from the wet well with independent power feeds to each pump panel as 7

described in the PER. We are also interested in pursuing the idea of dividing the station in half from the electrical perspective. This division would create two electrical systems that can be completely isolated. A hydraulic model of the force main was developed with the PER. A number of issues were brought to light by the model and are discussed in the TM. The model did show that the existing pumps would not be very effective at conveying water as VFD s. Taking this a step further the small pump / large pump design was evaluated. Based on findings in the model this is the strategy that was chosen for how the future station will operate. A physical model was also developed to evaluate hydrogen sulfide release, air entrainment, and sediment buildup with the station. The TM discusses a number of modifications to the architecture of the station as well as the recommended location of the small pumps. The straightforward concept of limiting the drop of water into the well reduced air entrainment to the pumps and also reduced the release of hydrogen sulfide. To accomplish this the operating parameters of the small pumps will be to maintain an elevation in the wet well. The TM for odor control discussed a number of areas for limiting hydrogen sulfide release as well as a recommended scrubber for addressing what gases remained when the station is renovated. The final station design shall include provisions for a scrubber being added but, we will measure gas levels at the new station before moving forward with the installation of a scrubber. 8

SECTION D PROJECT SCHEDULE This is a critical station for the operation of the BCWS sewer system. BCWS did not prepare a proposed schedule for the development of the plans and specifications or permitting of the project. Included in the PER are proposed construction schedules for the different proposed phases of the project. Provide a comprehensive schedule in the proposal that includes design, review, permitting and construction. 9

SECTION E CONTENTS OF THE PROPOSAL PROPOSALS - The proposal must contain the following: 1) The submittal package shall contain five copies of the proposal. 2) The respondent s credentials outlining the firm s work experience with similar projects. Respondent should showcase the projects that best show the ability of the firm to meet the expectations of BCWS. Each example shall include a contact with the client that is familiar with the project and can serve as a reference. 3) The credentials and work experience of all key personnel who would be directly involved in the project. This should include the contribution of the individual to the projects presented by the firm as best examples of related work. 4) An organization chart showing the relative responsibilities of the project team proposed for the project. 5) A rate schedule including direct and indirect (overhead) labor cost covering all employees who would be involved with the project. 6) A detailed project approach shall be included. The project approach shall address the items outlined in the PER as well as other items critical to a successful project. 7) Accompanying the project approach should be a detailed schedule including intermediate review sessions with BCWS as discussed in Section D. 8) A non-binding fee proposal in EJCDC lump sum format based on the submitted project approach and submitted schedule. This fee proposal shall also include costs for Resident Project Representative including per diems. 10

SECTION F EVALUATION OF PROPOSALS The selection committee of Berkeley County Water & Sanitation will use the following point system to evaluate information: The experience of the firm with similar projects 0 to 10 points. The experience of the key personnel with similar electrical installations 0 to 25 points. The experience of the key personnel with similar pump installations.0 to 20 points The experience of the proposed RPR personnel 0 to 10 points. The project approach.0 to 40 points. The success of the firm in previous projects for BCWS -10 to 10 points. The BCWS selection committee will evaluate all responsive proposals. Each committee member will rank the respondents separately using a ranking system developed for the project. The committee members, based on their evaluation, will rank the firms highest to lowest. The committee will compare individual ranking, discuss as necessary and determine the ranking of the respondents. Selected respondents may be given the opportunity to present their project team and approach to the evaluation committee and answer questions. The format of the interviews will be as follows: 10 minutes - Prepared questions from the evaluation committee. 25 minutes - Respondents presentation. 10 minutes - Follow up questions and answers. Upon completion of the interviews, each committee member will rank the respondents separately using a ranking developed for post interview. The evaluation will include the evaluation of all submitted information, answers to questions, and presentation. The committee members, based on their evaluation, will rank the firms highest to lowest. The committee will compare individual ranking, discuss as necessary and determine the ranking of the respondents. NEGOTIATIONS - 1. The committee will enter into scope, schedule and fee negotiations with the highest ranked firm. 11

2. If the committee fails to reach a mutually acceptable scope, schedule and fee with the first ranked firm, it will break off negotiations with the firm and commence negotiations with the next ranked firm which will become the first ranked firm. Once negotiations are terminated with a consultant they will not be reopened with that consultant on that project. END OF DOCUMENT 12