Engineering Request for Proposals BJWSA Project CIP #1894 ... · The canal is approximately 18...
Transcript of Engineering Request for Proposals BJWSA Project CIP #1894 ... · The canal is approximately 18...
Beaufort‐Jasper Water & Sewer Authority Raw Water Canal Improvements Engineering Contract Request for Proposals
1 11/19/18
Engineering Request for Proposals
BJWSA Project CIP #1894
Raw Water Canal Improvements
Engineering Contract
Introduction
The Beaufort‐Jasper Water & Sewer Authority (BJWSA) seeks an Engineering Contract for
improvements to the raw water canal. These improvements are in response to deficiencies as
summarized in the BJWSA Water and Wastewater Master Plan Update (dated May 2017) and a
previous structural evaluation of the aerial flume crossing (dated March 2013).
The purpose of this Request of Proposals (RFP) by BJWSA is to solicit proposals from qualified
engineering firms to provide services including design, permitting, bidding assistance, construction
phase services, and project closeout services. The BJWSA will select the engineering firm from the
submitted proposals based upon selection criteria as provided herein.
Background
The BJWSA owns and maintains a raw water canal that feeds the Chelsea WTP from its Savannah River
raw water source near the Purrysburg WTP. The canal is approximately 18 miles in length and contains
multiple SCDOT road crossings as well as an aerial flume crossing of a protected wetland. The canal was
constructed in the 1960’s and is showing signs of deterioration in multiple areas that require
rehabilitation and/or replacement which are detailed below in the Project Scope.
Minimum Experience
Respondents shall show a minimum level of previous experience with respect to the engineering services
being sought within this Request. Proposals shall demonstrate a minimum of 3 projects of similar size and
scope within the last 5 years in the Firm Qualifications and Workload Section. At BJWSA’s sole discretion,
any Proposal that fails to show this minimum level of experience will not be considered for further
evaluation and selection.
Beaufort‐Jasper Water & Sewer Authority Raw Water Canal Improvements Engineering Contract Request for Proposals
2 11/19/18
Project Scope
The following is a summary of anticipated engineering services for improvements as required in this
project. It should be noted that this scope is provided as a minimum level of known design or
evaluation effort and shall serve as the basis of the Cost Proposal.
Chelsea River Pumping Station Discharge and Purrysburg Road Canal Crossing:
o Installation of two (2) discharge pipes from the Chelsea River Pumping station to beyond
BJWSA’s canal property line after crossing Purrysburg Road to include a headwall at the
piping discharge, and backfill/restoration of the existing canal.
o Replacement of the existing Parshall flume/ultrasonic measurement with an in-line
venture flow meter complete with bypass leg and associated piping modifications for
connection of the new canal piping to the existing Chelsea Pumping Station pump
discharges. A photograph of the existing pump station discharge is included in Exhibit 3 as
reference.
Cleaning of Raw Water Lines and Purrysburg WTP Reservoir:
o Cleaning of clams and other debris from Raw Water feed line between the Purrysburg
Reservoir Outlet Structure and the Purrysburg Raw Water Pumping Station.
Concrete Aerial Flume Canal Crossing Rehabilitation:
o Engineer shall review and field confirm relevant findings as presented in the Summary
Structural Evaluation of the Water Canal Concrete Flume Bridge prepared by Chao and
Associates, Inc. dated March 26, 2013. This report is affixed to this Request as Exhibit 2 for
use and reference.
o All required rehabilitation efforts (as detailed in the Summary Structural Evaluation or
from subsequent confirming field investigations) shall be incorporated within this Project.
Chelsea Raw Water Reservoir Pump Station Inlet Rehabilitation:
o Replacement or rehabilitation of the inlet screen to the Chelsea Raw Water Reservoir
Pump Station. A photograph of existing screen is included in Exhibit 3 as reference.
Canal Outlet and Drain Structure Rehabilitation:
o Installation of a new canal outlet structure and raw water supply line to the existing
Chelsea WTP Raw Water Pumping Station complete with new access bridge, gates and
associated appurtenances.
o Additionally, both the existing outlet structure to the Chelsea WTP and the overflow
structure require replacement of the double-tee bridge and other structural modifications
for operational and safety concerns. Photographs of both structures are included in Exhibit
3 as reference.
It is expected that the Engineer’s work will be broken into several subtasks, as described below.
Beaufort‐Jasper Water & Sewer Authority Raw Water Canal Improvements Engineering Contract Request for Proposals
3 11/19/18
Subtask I – Alternatives Evaluation and Basis of Design Selection:
The selected Engineer shall perform a comprehensive Alternatives Evaluation for the following scope
items as previously listed in Project Scope:
Evaluation of Proposal basis of hard piping the canal from the existing Chelsea River Pumping
Station beyond BJWSA’s canal property line east of Purrysburg Road vs. retaining the existing
open channel canal.
Evaluation of the proposal basis of installing a new Canal outlet structure and plant raw water
supply line vs. rehabilitation of the existing outlet structure while maintaining raw water supply
to the treatment plant.
The Alternatives Evaluation shall identify and evaluate advantages, disadvantages, capital costs, O&M
costs and construction feasibility for each option. The Engineer shall provide a recommendation on
each option for BJWSA selection and subsequent finalization of the Basis of Design.
Subtask 2 – Detailed Design and Permitting:
Detailed design shall include full biddable drawings and specifications for the Project Scope as
determined after Alternatives Evaluation. Milestone design submittals shall be made at intervals of 60%
and 90% for BJWSA review at a minimum. The schedule should include a minimum of one (1) week of
Owner review for each design review period.
The Engineer shall evaluate the need and subsequently prepare all required permitting applications for
regulatory agencies. Requisite permits could include, but are not limited to: SCDHEC, SCDOT, OCRM,
Beaufort County, and Jasper County.
Subtask 3 – Bidding Assistance:
The Engineer shall assist BJWSA in bidding the construction to interested Contractors including
advertising for bids, coordinating and conducting pre-bid meeting and site visits, attending bid opening,
and preparing a certified bid tabulation and award recommendation.
Subtask 4 – Construction Phase Services and Project Closeout:
The Engineer shall provide construction phase services to include the review of contractor submittals
and shop drawings, coordination of the pre‐construction meeting and construction progress meetings,
review of RFIs, change orders, and claims.
Daily onsite inspection will be provided by BJWSA personnel but it will be expected that the Engineer
will retain the responsibility to review and provide guidance and/or direction on all field and contract
related issues. BJWSA personnel will notify the Engineer of any observed discrepancies or deviations
from the design documents for subsequent dissemination by the Engineer.
Beaufort‐Jasper Water & Sewer Authority Raw Water Canal Improvements Engineering Contract Request for Proposals
4 11/19/18
The Engineer shall provide as-built drawings per BJWSA standards, assist in Contract closure including
closeout change orders, and coordinate all permitting closure as discussed in Subtask 2 above.
Content and Format Information of Proposals
All Proposals will adhere to the following format and will include, at a minimum, the following
information:
Firm Qualifications and Workload
o Provide a detailed summary of past projects of similar size and scope performed by the
consulting firm and the specific project team members involved. These projects
summaries shall be the basis of determination for the minimum experience
requirement stated above.
o Provide names, resumes, and organizational chart of the key project staff assigned for
this project. Include the Project Principal‐in‐Charge, Project Manager, Lead Design
Engineer, Staff Engineers, and Construction Administrators.
o List of current projects and percent complete for projects under management and
delivery by the project staff proposed for this project. Percent availability for this
Project shall be provided for each team member.
Project Understanding and Approach
o A detailed description and discussion of how the firm will approach the work
described in the Project Scope section above to include alternative evaluations.
o Examples of how the firm has provided innovative coordination, management,
scheduling, etc. on similar programs.
o Suggestions for additional services which may enhance the value of this project and proposed project management and communications approach for this project.
Project Schedule
o A proposed project time schedule for all subtasks as delineated above to include
major milestones.
o Schedule shall be in Gantt‐chart format produced with Microsoft Project or equal
software, and shall be of sufficient detail to reflect the firm’s approach.
o The firm’s procedures and methods for assuring that the time schedule will be met.
Cost Proposal with Supporting Level of Effort
o A cost proposal (Exhibit 1) shall be provided to include Subtask 1 – Alternatives
Evaluation and Basis of Design Selection through Subtask 4 – Construction Phase
Services and Project Closeout. The fee structure for this project will be based on time
and expenses with a Not‐to‐Exceed limit. The scope above shall serve as the basis for
the Cost Proposal and the BJWSA acknowledges the scope of design and construction
may change (addition or deduct) depending upon the alternatives selected as part of
Subtask 1 – Alternatives Evaluation and Basis of Design Selection. If the scope of the
project is significantly modified during Subtask 1, the BJWSA will negotiate changes to
the Cost Proposal with the selected firm prior to the start of Subtask 2.
Beaufort‐Jasper Water & Sewer Authority Raw Water Canal Improvements Engineering Contract Request for Proposals
5 11/19/18
o A breakout of labor hours, labor hours with multiplier and expenses totalized for each
Subtask shall be provided to supplement and support all proposed fees within the Cost
Proposal.
Proposals must be no more than thirty (30) pages in total to include all informative pages and the Cost
Proposal exhibit. Sections shall be indexed and tabbed for easy reference to the material contained
within. Pages must be single‐sided page format, minimum of 10 point font size, single spaced. Proposal
cover, back and dividing tabs will not count towards the page total limitation.
Selection Criteria
The BJWSA will evaluate the proposals and reserves the right to conduct interviews with any or all
proposers to select the consulting engineering firm that will provide, in BJWSA’s opinion, the best value
offer for this project. If BJWSA decides to conduct interviews, those respondents will be provided at least
one week prior notice.
The proposal evaluation criteria and weighting factor for each shall be as follows:
CRITERIA POINTS
Firm Qualifications and Workload 25
Project Understanding and Approach 25
Project Schedule 25
Cost Proposal with Supporting Level of Effort 25
TOTAL 100
Submission Information
Schedule
November 19, 2018 –Advertisement of RFP
December 7, 2018 – Deadline for questions pertaining to the RFP.
December 14, 2018 – Issuance of Addendum (if required)
January 4, 2019 – Proposals due to BJWSA.
January 11, 2019 – Notification of selection recommendation to proposing firms.
January 24, 2019 – BJWSA Board approval and Notice of Award
Contact Information
Direct all questions related to this RFP to Shawn Flood, via email at [email protected] or by
phone at (843) 987‐8075.
Beaufort‐Jasper Water & Sewer Authority Raw Water Canal Improvements Engineering Contract Request for Proposals
6 11/19/18
Instructions
If your firm intends to propose upon this project, please submit one (1) hard copy with original
signatures and (1) electronic PDF file of the Qualifications on a USB drive prior to 5:00 p.m. EST on
Friday, January 4, 2019 to:
Shawn Flood Capital Projects Manager Beaufort Jasper Water and Sewer Authority 6 Snake Road
Okatie, SC 29909
Attachments
Exhibit 1 – Cost Proposal with Signature Page
Exhibit 2 – Summary Structural Evaluation of Water Canal Concrete Flume Bridge (dated 3/26/13)
Exhibit 3 – Reference Photographs
- END OF REQUEST -
Beaufort‐Jasper Water & Sewer Authority Raw Water Canal Improvements Engineering Contract Request for Proposals 7 11/19/18
BJWSA CIP #1894
RAW WATER CANAL IMPROVEMENTS
ENGINEERING CONTRACT
EXHIBIT 1 – COST PROPOSAL
The undersigned (Name of Offeror), having carefully examined
the information contained in the proposal response for the Engineering Request for Proposals – Raw
Water Canal Improvements Engineering Contract dated November 19, 2018, proposes to provide
professional services to Beaufort Jasper Water and Sewer Authority, as outlined in this proposal, at the
prices specified below:
PHASE I - ITEM DESCRIPTION AMOUNT
Subtask 1 – Alternatives Evaluation and Basis of Design Selection $
Subtask 2 – Detailed Design and Permitting $
Subtask 3 – Bidding Assistance $
Subtask 4 – Construction Phase Services and Project Closeout $
Total Not to Exceed Limit (NTE) $
In compliance with the RFP, and subject to all conditions thereof, the undersigned agrees:
a) This price proposal, as stated, is open for acceptance for a period of 90 calendar days
from the date of opening; and
b) To furnish all professional services necessary and incidental for the contracted services.
This is to certify, to the best of my knowledge and belief, that the cost and pricing data summarized
herein are complete, current, and accurate as of , 2018, and that a financial
accounting capability exists to fully and accurately account for the financial transaction under this
project. I further certify that I understand that the agreement price may be subject to negotiation.
This proposal is made without prior understanding, agreement, or connections with any corporation,
firm, or person submitting a proposal for the same service and is in all respect fair and without collusion
or fraud. I agree to abide by all conditions of this proposal and certify that I am authorized to sign this
proposal.
Beaufort‐Jasper Water & Sewer Authority Raw Water Canal Improvements Engineering Contract Request for Proposals
8 11/19/18
Signature of Offeror’s Representative authorized to enter into contract with Beaufort Jasper Water and
Sewer Authority:
FIRM NAME:
BY: DATE:
(Signature)
TYPE/PRINT:
(Name) (Title)
ADDRESS:
(Street Address and/or P.O. Box Number)
(City) (State) (Zip Code)
PHONE:
(Area Code) Phone Number (Area Code) Phone Number
EMAIL:
FEDERAL ID# S.C. Tax
IS YOUR FIRM: 1. SOLE PROPRIETORSHIP
2. PARTNERSHIP
YES
YES
NO
NO
3. CORPORATION
4. OTHER (LLC, OTHER)
YES
YES
NO
NO
IF COMPANY IS A SOLE PROPRIETORSHIP, LIST THE OWNER’S FULL LEGAL NAME:
IF COMPANY IS A PARTNERSHIP, LIST THE PARTNERS’ FULL LEGAL NAMES:
IF COMPANY IS A CORPORATION, LIST THE FULL LEGAL NAME, AS LISTED ON THE CORPORATE CHARTER:
BJWSA CIP #1894
RAW WATER CANAL IMPROVEMENTS
ENGINEERING CONTRACT
EXHIBIT 2 – SUMMARY STRUCTURAL EVALUATION OF WATER CANAL CONCRETE FLUME BRIDGE DATED MARCH 2013
BJWSA CIP #1894
RAW WATER CANAL IMPROVEMENTS
ENGINEERING CONTRACT
EXHIBIT 3 – REFERENCE PHOTOGRAPHS
Fig. 1 - Chelsea River Pumping Station Discharge
Fig. 2 - Chelsea Raw Water Reservoir Inlet Screen
Fig. 3 – Canal Outlet Overflow Structure
Fig. 4 – Canal Outlet Structure Access Bridge
Fig. 5 – Canal Outlet Structure