Size: px
Start display at page:

Download ""

Transcription

1 Request for Statement of Qualifications Wolf River Parallel 120 Interceptor Design Addendum No. 2 to RFSOQ No January 4, 2019 The following information encompasses Addendum No. 2 for the above referenced RFSOQ. Bidders shall fully consider and acknowledge this Addendum in the preparation and submittal of its formal Statement of Qualifications. Failure to do so may result in the rejection of the SOQ. Section 1 Additional Bidder Questions Received to Date, Clarification Section 2 Updated RFSOQ pages 5-7 Section 3 Additional Exhibit Information All other conditions and requirements remain unchanged Section 1 Additional Bidder Questions Received to Date, Plan & Profile Clarification Q1: Has it been determined if the consultant is to include survey in our SOQ? SARP10: Yes, SARP10 has contracted the surveying out to a local surveyor. The surveying scope of the RFSOQ will be revised as part of this Addendum. Q2: If we are to include surveying, the RFSOQ includes the following language Survey layout of the permanent and temporary construction easements, easement documents. From this I assume construction staking is not included. Is this correct? SARP10: Yes, SARP10 has contracted the surveying and easement preparation out to a local surveyor. The surveying scope of the RFSOQ will be revised as part of this Addendum. Q3: A question related to the required safety information. Page 7 of the RFSOQ requests that safetyrelated information be provided. We are currently providing that information to Black & Veatch s Senior Sourcing Specialist as part of the registration process. Do we also need to include the Safety information listed on Page 7 in our Qualifications submittal? SARP10: No, the Safety Requirements information on page 7 does not get submitted with the SOQ submittal on January 17, It is a requirement for the Registration and Approval process and will be submitted to a Black & Veatch Sourcing Specialist directly. A clarification in the RFSOQ has been made and is a part of this Addendum. CLARIFICATION Plan & Profile sheets of the existing Wolf River Interceptor are being provided, and are for REFERENCE ONLY. The existing ground profile is from a 2016 LiDAR TIN and has not been surveyed. 1

2 Request for Statement of Qualifications Wolf River Parallel 120 Interceptor Design Addendum No. 2 to RFSOQ No January 4, Section 2 Updated RFSOQ pages 5-7 2

3 SARP10 Program RFSOQ Issue Wolf River 120 Sewer Interceptor Design Nov SOQ SUBMITTAL REQUIREMENTS STATEMENT OF PURPOSE Black & Veatch and Overland Contracting (a subsidiary of Black & Veatch), as the Program Manager and Construction Manager for the Wastewater Collection and Transmission System (WCTS) Assessment and Rehabilitation Program on behalf of the City of Memphis, is soliciting qualification packages for the design of a 120 diameter parallel pipe for the Wolf River Interceptor from the M.C. Stiles Wastewater Treatment Plant (North WWTP) to the joining of the Cypress Creek Interceptor. TERM OF ENGAGEMENT All Responses provided will be valid through at least December 31, 2019 SCOPE OF WORK DESCRIPTION The design services for which qualifications are being sought include: Task 1 Wolf River 120 Diameter Interceptor Design The awarded firm will provide a detailed design for a gravity sewer interceptor to be generally parallel to the existing 96 gravity sewer interceptor. The new 120 gravity sewer line will be approximately 14,000 linear feet in length. Once the construction of the new 120 gravity sewer is complete and in place, the existing 96 interceptor will be abandoned (in place) from the Cypress Creek Interceptor tie-in point to the M.C. Stiles Wastewater Treatment Plant. All design work shall be done to the City of Memphis and SARP10 Standards. The work to complete the design of the 120 interceptor will include but is not limited to a sewer alignment study/determination, a detailed topographic survey (on the TN State Plane Coordinate System and tied to the City of Memphis Benchmark System) of the alignment showing adjacent properties, roads, surface utilities, contours, engineering design services and design drawings (including plan & profile sheets) for a gravity sewer, abandonment of sewer facilities, technical specifications, Opinion of Probable Cost, bid documents, storm water pollution prevention plans, survey layout of the permanent and temporary construction easements, easement documents, soil borings as required, as-built drawings, and all required permits needed to complete the construction of the 120 diameter interceptor. The awarded team/firm will be provided a.dwg file that will include a topographic survey of a 200 wide corridor along the existing Wolf River Interceptor, and a topographic survey of the two potential EQ basin locations. The survey work required for this design by the proposer will be to tie to and check the SARP10 provided survey as necessary. Task 2 Open Air Sanitary Sewer Equalization Basin Conceptual Design The awarded firm will site and provide a 30% conceptual design of an Open Air Sanitary Sewer Equalization (EQ) Basin adjacent to the airport and a 30% conceptual design for above ground EQ storage tanks along the route of the proposed 120 interceptor. The preliminary location is at or near the M.C. Stiles Wastewater Treatment Plant. The proposed EQ basin will be sized for up to 92,000,000 gallons of storage capacity during storm events. The work to complete the 30% design of the EQ basin will include but is not limited to a topographic survey of the site (on the TN State Plane Coordinate System and tied to the City of Memphis Benchmark System) showing adjacent properties, roads, surface utilities, contours, engineering design services and design drawings (including plan & profile sheets) for gravity sewer entering through and exiting the basin, Opinion of Probable Cost, outline of permits required to construct the EQ basin. SELECTION PROCESS The intent of this process is to establish a qualified Engineering firm to design the Wolf River 120 Sanitary Sewer Interceptor. A SARP10 selection committee will review the Statements of Qualification and select the most qualified and capable Engineering firm. The selection committee will make the selection Source: 00180, 2012, v1.0w Request for Proposal Page 5 of 10

4 SARP10 Program RFSOQ Issue Wolf River 120 Sewer Interceptor Design Nov2018 based on experience and ability; including successful completion of similar projects, qualifications of personnel, local availability, and M/WBE commitment. SELECTION SCHEDULE The following schedule will be adhered to during the selection process. It is subject to change at the sole discretion of B&V/OCI. Event Completed By Advertising Date November 16, 2018 Project Information Meeting (site visit if deemed necessary) November 29, 2018 Last Date for Questions Issue Addendum for Answers to Questions Receive all Statements of Qualifications Registration for prequalification can be completed prior to this date, and is strongly encouraged. December 13, 2018 January 4, 2019 December 20, 2018 January 10, 2019 Notice of Intent to Award February 1, 2019 January 17, 2019 by 3:00PM local time * A Non-Mandatory Project Information Meeting will be held at the M.C. Stiles Wastewater Treatment Plant, 373 Stiles Drive, Memphis, TN at 1:30 PM on the date listed above. REGISTRATION AND APPROVAL (must be completed as soon as possible) Completion of Black & Veatch s Supplier/Subcontractor Registry process: o Send an to Ginny Dorsey DorseyV@bv.com with the subject line New SARP10 Vendor Wolf River 120 Sewer Interceptor Design. The message should include a main point of contact name, phone number, address, and remit to address. The must also include a PDF attachment of the Firm s W-9 Request for Taxpayer Identification Number and Certification. o A Black & Veatch Sourcing Specialist will send a separate requesting additional information for review and approval by Black & Veatch / OCI. QUALIFICATIONS CRITERIA SOQs should be concise. Excessive language or unclear SOQ responses may jeopardize your Firm's chances of being approved for the project. The SOQ must comply with the format and content described in the following Tabs. Dividers with tabs should separate each section of the SOQ, and the tabs should be labeled with the Tab numbers listed below. The SOQ is to be limited to a maximum of 75 pages not including the front and back covers and the dividers. Do not include any information in the SOQ that is not specifically requested. Total scoring of qualifications is identified by each tab. M/WBE PARTICIPATION The SARP10 combined MWBE goal is 30% 12% for this project. Firms meeting the requirements for the SARP10 MWBE goals must be registered on the City s Equal Business Opportunity (EBO) list. Note that firms that are registered to both TDOT Certified Business Enterprise (DBE) List and the City of Memphis Equal Business Opportunity (EBO) List may satisfy the requirements of both goals simultaneously. Firms registered to only one list may only satisfy the goal pertaining to that registry. SAFETY REQUIREMENTS Service Contractor shall be solely and exclusively responsible for compliance with all safety requirements and for the safety of all persons and property. Service Contractor shall comply, and shall secure compliance by Subcontractors, with all applicable health and safety laws and regulations. Service Source: 00180, 2012, v1.0w Request for Proposal Page 6 of 10

5 SARP10 Program RFSOQ Issue Wolf River 120 Sewer Interceptor Design Nov2018 Contractor agrees to conduct its operations to provide maximum safety and shall, while on the premises of Purchaser or Owner or on the Jobsite, comply with the safety programs and regulations of Purchaser and of Owner, if any. Please provide the following information: The following information will be required only during the prequalification process, and should not be submitted with the SOQ. Identify if the Firm has a written safety, health and accident prevention policy. Identify if the Firm has a full time Safety and Health Manager. If yes, provide resume. Identify if the Firm has a documented safety, health, and accident prevention program/system. Identify if the Firm s program has a documented safety and health training program. Identify if the Firm has a documented drug & alcohol-free workplace program that includes preemployment testing, post-accident testing, for cause testing, random testing, and if program includes all employees. The Firm s present Experience Modification Rate (EMR), expected to be less than 1.0. The Firm s EMR rate for the prior two years, expected to be less than 1.0. Provide a copy of the last three years OSHA 300 and 300A logs, the injury rate is expected to be 3.5 or less and the number of days away less than 1.2. Provide all details of any federal or state plan OSHA citations received in the past 3 5 years. Provide all details related to any fatalities occurring in the past 5 years. QUALIFICATION DATA The criteria that will be used to rank the firms will be based on a 100-point system and require applicable information as follows: Tab 1: Cover Letter (no points) The one-page cover letter should briefly introduce the firm. It should include a concise description of the firm s ability to perform the task(s) outlined in this RFSOQ, and should also state that no conflicts of interest exist for the work to be performed. Tab 2: Profile & Capabilities (15 points) Provide the following information for the Firm: Number of years in business. Corporate headquarters address. Address of the local office where work on this project will be performed. Copy of Tennessee certifications pertinent to type of work. Copy of Tennessee licenses pertinent to the type of work. Copy of certification for proper incorporation from Tennessee Secretary of State (State whether firm is a corporation, joint venture, or partnership). Total number of employees overall and in the local office. Breakdown number of employees by job classification. For example, list number of project managers, superintendents, trades, estimators, field, clerical, etc., overall and in the local office. Provide any additional information (3-page limit) you wish B&V/OCI to consider in this proposal. Provide the Firm s Dunn & Bradstreet number and the Annual Financial Report for the last two years. Note Black & Veatch will require a D&B rating of a Financial Stress Score and Commercial Credit Class Score both at a 3 or above and 20% of sales must be greater to or equal to the potential contract value. If either of these criteria is not met, further financial review will be required. To the extent possible, provide names and addresses of any subcontractors that are contemplated for the project, and the services they will provide. Brief description of all litigation and outcome during last three years, as well as pending litigation. Name of insurance carrier(s) and bonding companies (including bonding capacity), address, name and telephone number of contact person, and current liability insurance limits. Source: 00180, 2012, v1.0w Request for Proposal Page 7 of 10

6 Request for Statement of Qualifications Wolf River Parallel 120 Interceptor Design Addendum No. 2 to RFSOQ No January 4, Section 3 Additional Exhibit Information 3

7

8

9

10

11

12